Loading...
HomeMy WebLinkAboutABC Construction Company Inc; 1991-02-22; 3325. .. ENGINEERING DEPARTMENT CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #1 Project: El camino Real Improvements from Chestnut Avenue to Hosp Way Date Routed: f(f-{;' REASON FOR CHANGE: Municipal Projects Manager City Engineer Eng. Inspection Comm. Dev. Director Finance Director City Manager Mayor Eng. Inspection Items 1-4: The Special Provisions required class 1 or 2 aggregate "sub-base" per Section 25-1. 02A of the Caltrans Standard Specifications. Sub-base material is inappropriate for the intended use and therefore requires upgrading. An adjustment in the water line trench patching item was also required. COST ACCOUNTING: Original contract amounts . . . Total amount this c/o . • . • • • . Total amount of previous c/o's. . . . . • $ • • • $ • • • . • $ . . . . . . $ • • • • $ Total c/o's to date ••...•. New Contract Amount • . • • • . • Total c/o's as % of original contract Original contingency monies • . • Total c/o's to date .•••.••• Contingency Subtotal •••••••. Contingency increase or decrease. Contingency Balance . . • • • • • • • • % • • • • $ • • • $ • • • $ • • • • $ . • • $ 970,984.00 11,116.53 o.oo 11,116.53 982,100.53 1.~/ 66,000.00 11,116.53 54,883.47 o.oo 54,883.47 .. CITY OF CARLSBAD PROJECT: El camino Real Improvements from Chestnut Avenue to Hosp way CONTRACT CHANGE ORDER NO. 1 CONTRACT N0.3325 P.O. N0.11765 ACCOUNT N0.320-820-1840-3325 CONTRACTOR: ABC Construction Company, Inc. ADDRESS: 3120 National Avenue, San Diego, CA 92113 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager andjor the Mayor. Item 1: Delete bid item 12, Class II Aggregate Base, from the contract, 2217 tons at $15.50 per ton = $34,363.50 • Decrease to contract cost • • <$ 34,363.50> Item 2: Provide and install Class II base in accordance with Section 26-1. 02B of the Cal trans Standard Specifications, January 1 88; 2217 tons at $18.59 per ton= $41,214.03. Increase to contract cost .•••••.••••• $ 41,214.03 Item 3: Delete bid item 27, Replace Asphaltic Concrete Pavement and Aggregate Base as per Trench Detail Sheet 1, from the contract; 4740 LF @ $18.00/LF = $85,320.00 Decrease to contract cost ..•••••..•• <$ 85,320.00> Item 4: Replace Asphaltic Concrete Pavement and Class II Aggregate Base (per January 1 88 Caltrans S.P., section 26-1.02B) as per Trench Detail Sheet 1; 4740 LF @ $18.90/LF = $89,586.00 Increase to contract cost • • • .. $ 89,586.00 Total Increase to contract cost. • • • • • • • • • • $ 11,116.53 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: (DATE) NSPECTION FILE (ORIGINAL) MUNICIPAL PROJECTS APPROVED BY: PURCHASING (W/P.O. CHANGE REQUEST) FINANCE CONTRACTOR .... CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #2 Project: 3 3 2 5, EL CAMINO REAL IMPROVEMENTS FROM CHESTNUT A VENUE TO HOSP WAY pate Routed: s/t/'11 __5-.3· "'I 5-,.,. t:lt Reason for change: Municipal Projects Manager City Engineer Eng. Inspection Comm. Dev. Director Finance Director City Manager Mayor Eng. Inspection Item 1: The contract documents call for the contractor to remove, salvage, and deliver the existing signal standard at the N/E corner of Chestnut and El Camino Real to a location within the City limits. The U/M Department has requested that the pole be disposed of instead of salvaged. COST ACCOUNTING: Original Contract Amount .•••••••••••••.••••••.••• $970,984.00 Total Amount This C/0 .•••••••••••••••...••.•••••• $ 500.00 Total Amount of Previous C/0 •••••••••••••••....•• $ 11,116.53 Total C/O's To Date .•....•••••••••••••....••••.•• $ 11,616.53 New Contract Amount ••.•••••••••••••••••••...••••• $982,600.53 Total C/O's as% of Original Contract •.••••••.... $ 1.2% Original Contingency Monies ••••••••••..•••••••••• $ 66,000.00 Total C/O's to Date ••••••.••••••••••••.•.•••••••• $ 11, 616. 53 Contingency Subtotal •.••••••...•••••••••••.•••••• $ 54,383.47 Contingency Balance .•..•..•••••••..••......••.••• $ 54,383.47 CITY OF CARLSBAD PROJECT: 3325 1 EL CAMINO REAL IMPROVEMENTS FROM CHESTNUT AVENUE TO BOSP WAY CONTRACT CHANGE ORDER NO. 2 CONTRACT NO. 3325 P.O. NO. 11765 ACCOUNT NO. 320-820-1840-3325 CONTRACTOR: __ ~A~B~C-=C~O~N~SAT~RU~CAT:I~ON~~CO~M~PAN~YA--------------------------- ADDRESS: ______ ~3=1~2~0~N~A~T~I~O~N~A~L~A~V~E~NU~E~------------------------------ SAN DIEGO, CALIFORNIA 92113 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager andjor the Mayor. Item 1: Dispose of signal standard that was removed at N/E corner of Chestnut and El Camino Real. Increase to Contract Cost ••••••••••••••••••••••••••• $500.00 Total Increase to Contract Cost ••••.•••••••..••.••• $500.00 TIME FOR COMPLETION OF ALL WORK ONDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. 0"--/-t/ (DATE) IBUTION: INSPECTION FILE (ORIGINAL) MUNICIPAL PROJECTS PURCHASING (W/P.O. CHANGE REQUEST) FINANCE CONTRACTOR APPROVED BY: ... ,... ENGINEERING DEPARTMENT CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #3 Project: 3325, El Camino Real Improvements from Chestnut Avenue to Hosp Way Date Routed: Reason for change: Municipal Projects Manager City Engineer Eng. Inspection Comm.Dev. Director Finance Director City Mgr./Mayor Eng. Inspection Item 1: The existing concrete cross gutter at this location is broken and A.C. pavement adjacent to the cross gutter has failed thus requiring reconstruction. COST ACCOUNTING: Original contract amount. • • . • • • • • $ Total amount this c/o • • • . • • • • • . . • $ Total amount of previous c/o's •.•..... $ Total c/o's to date ••.•••.••.... $ New Contract Amount • . • . • . . • • . . . . $ Total c/o's as % of original contract •••• $ Original contingency monies. . . • . .$ Total c/o's to date. • . . • . . . . . $ Contingency Subtotal ••••.••...... $ Contingency decrease .••••••.... $ Contingency Balance .••••..••••••• $ 970,984.00 7,500.00 11,616.53 19,116.53 990,100.53 2.0 66,000.00 19,116.53 46,883.47 0.00 46,883.47 I ... . CITY OF CARLSBAD PROJECT: El Camino Real Improvements from Chestnut Avenue to Hosp Way CONTRACT CHANGE ORDER NO. 3 CONTRACT N0.3325 L.P?-. P.O. N0.11765 ACCOUNT N0.~20-1840-3325 CONTRACTOR: A.B.C. Construction Company, Inc. ADDRESS: 3120 National Avenue San Diego. California 92113 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to subsection 3-3, Extra Work, standard Specifications for Public Works Construction, 1988, remove and replace the northerly half of the concrete spandrel and crossgutter and adjacent asphalt street section located at the northeast side of the intersection of El Camino Real and Chestnut Avenue as directed by the engineer. This work shall be done concurrently with the closure of the intersection. Estimated increase to contract cost ..•••. $7,500.00 Total Estimated Increase to Contract Cost •.••.......•••••• $7,500. 00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: CO . DEV. DI ~c:~ DISTRIBUTION: INSPECTION FILE (ORIGINAL) MUNICIPAL PROJECTS APPROVED BY: PURCHASING (WfP.O. CHANGE REQUEST) FINANCE CONTRACTOR CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL -C/0 #4 Project: #3325, El Camino Real Improvements from Chestnut Avenue to Hosp Way Date Routed: Reason for change: Municipal Projects Manager City Engineer Eng. Inspection Comm.Dev. Director Finance Director City Mgr./Mayor Eng. Inspection Item 1: (Existing telephone ducts were encountered) during installation of the new 1611 D.I.P. water line creating a vertical clearance interference at station 101+80 + or -. This interference required additional work to allow the water main to be installed under the ducts. COST ACCOUNTING: Original contract amount. • • • . • • • • . • $ Total amount this cjo . • • • . • • • • • $ Total amount of previous cjo's. . . • $ Total C/o's to date ••••••••••... $ New Contract Amount • . . • • • • • . . • • . $ Total cjo's as % of original contract .•.• $ Original contingency monies. . •... $ Total c/o's to date. . • . . • • . . .$ Contingency Subtotal • • • • . •••... $ Contingency decrease ••••.••.••••. $ Contingency Balance. • •••••.•••• $ 970,984.00 3,805.73 19,116.53 22,922.26 993,906.26 2.4 66,000.00 22,922.26 43,077.74 0.00 43,077.74 CITY OF CARLSBAD PROJECT: #3325, El camino Real Improvements from Chestnut Avenue to Bosp Way CONTRACT CHANGE ORDER NO. 4 CONTRACT N0.3325 P.O. N0.11765 ACCOUNT N0.504-820-1840-3325 CONTRACTOR: A.B.C. Construction ADDRESS: 3120 National Avenue San Diego. California 92113 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Provide 45° fittings and all other materials and labor necessary to install 1611 ductile iron pipe water main under the existing encased telephone ducts at station 101+80 + or - Increase to contract cost •••.•.• $3,805.73 Total Increase to Contract Cost • . . • • • • . . • .$3,805.73 L * - City of Carlsbac ”. December 27, 1990 ADDENDUMNO. 1 PROJECT NO. 3325 - EL CAMIN0 REAL IMPROVEMENTS Please include the attached addendum in the Notice to Bidders/Request for Bids you l~ for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid wk your bid is submitted. a RUTH FLETCHER Purchasing Officer 0 RF:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 ABC CONSTRUCTION CO., INC. WAYNE CZUBERNAT, President Irl) 1200 Carlsbad Village Drive - Carlsbad, California 92008-1989 (619) 434-2t I 1* b ADDENDUM NO. 1 EL CAMINO REAL IMPROVEMENTS FROM (XEXNUT AVENUE TO HOSP WAY PROJECX NO. 3325 ** Changes to the plans, specifications, and contract documents are listed below: V' 1. On Specification Page 4, Bid Item No. 2, change the quantity of unclassified excavation fit 1,317 YD to 773 YD. On Specification Page 5, Bid Item No. 12, change the quantity of Class I1 aggregate b; from 3,626 TON to 2,217 TON. On Specification Page 6, Bid Item No. 13, change the quantity of asphalt concrete fr~ 2,500 TON to 3,115 TON. On Specification Page 8, add Bid Item No. 38 as follows: J 2. y3. 4. Approximate I tern Quantity Unit - No. Item Description and Unit && Total - 68 Subgrade Preparation 68,090 SF - 5. L/- NOTE: Changes are noted on the attached Plan Sheet Nos. 1 of 21, 3 of 21,4 of 21 and 5 of 2 0 There is no change in the Bid opening date. e * Y e CITY OF CARLSBAD San Diego County California e * 0 - a CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR e EL CAMINO REAL IMPROVEMENTS FROM CHESTNUT AVENUE TO HOSP WAY eo 0 0 CONTRACT NO. 3325/CMWD NO. 89-102 .. DRAWING NO. 312-8 a a Amended @@ 10/3/90 R( * ,011 (,14 lT a e TABLE OF CONTENTS Item m - 0 NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 CONTRACTOR’SPROPOSAL ...................................... 4 BIDDER’S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . 18 DESIGNATION OF SUBCONTRACTORS . , . . . . . . . . . . . . . . . . . . . . . . . . . . . 20 DESIGNATION OF MATERIAL SUPPLIERS . . . . . . . . . . . . . . . . . . . . . . . . . . . 21 (a: BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . 22 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . 23 e e 0 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 0 CONTRACT - PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33 PERFORMANCE BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 37 RELEASEFORM ............................................. 41 .. 0 SPECIAL, PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 42 e SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK CONSTRUCTION FOR CONSTRUCTION MATERIALS . . . . . . . . . . . . . . . . . . 64 (Bid Schedule 1: Street Improvements per Drawing No. 312-8) SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK CONSTRUCTION FOR CONSTRUCTION METHODS . . . . . . . . . . . . . . . . . . . 72 (Bid Schedule 1: Street Improvements per Drawing No. 312-8) e 0 1 10/3/90 F 0 e TABLE OF CONTENTS (Cont’d.) SPECIAL PROVISIONS e @Item Pane CONSTRUCTION MATERIALS AND METHODS FOR SCHEDULE 2: . . . . . . . . . 84 (Construction of 24, 16, and 12-inch Water Transmhsion Mains and Appurtenances per Drawing No. 89-102) 02221 TRENCHING, BACKFILLING & COMPACTING . . . . . . . . . . . . . . . . . . 85 02401 DEWATERING . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . 91 02411 TRENCH SHORING . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 92 02615 DUCTILE IRON AND POLYVINYL CHLORIDE PIPE . . . . . . . . . . . . . . . 94 02700 VALVES ............................................. 98 02800 PRESSURE REDUCING STATION . . . . . . . . . . . . . . . . . . . . . . . . . . 101 02900 PAVEMENT REPLACEMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 103 03000 MISCELLANEOUS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 105 APPENDIX 1: STANDARD DRAWING FOR BID SCHEDULE 1 . . . . . . . . . . . . 106 APPENDIX 2: STANDARD DRAWING FOR BID SCHEDULE 2 . . . . . . . . . . . . 126 e 0 e *e e 0 0 e 0 11 .. 10/3/90 Rev e e \\ 1 CITY OF CARLSBAD, CALIFORNIA NOTICE I"G BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 120C Carlsbad Village Drive (formally Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 9th day of January, 1991, at which time they will be opened and read, for performing the work as follows: e 0 EL CAMIN0 REAL IMPROVEMENTS FROM CHE!S"T AVENUE TO HOSP WAY CONTRACX NO. 3325 The work shall be performed in strict conformity with the specifications as approved by thi City Council of the City of Carlsbad on file with the Municipal Projects Department. Thl specifications for the work shall consist of the latest edition of the Standard Specificatior of Public Works Construction, hereinafter designated as SSPWC, as issued by the Souther Chapters of the American Public Works Association. Reference is hereby made to th specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owne businesses. No bid will be received unless it is made on a proposal form Eurnished by the Purchasin Department. Each bid must be accompanied by security in a form and amount requirc by law. The bidder's security of the second and third next lowest responsive bidders m; be withheld until the Contract has been fully executed. The security submitted by all 0th unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days aft the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectic 22300), appropriate securities may be substituted for any obligation required by this notit or for any monies withheld by the City to ensure performance under this Contract. Sectic 22300 of the Public Contract Code requires monies or securities to be deposited with tl City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 0 e 0 '* e 0 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit e e a 10/3/90 R 0 2 All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's 0 Estimate is $1,866,000. 0 No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury, pursuant to Business and Professions Code Section 7028.15. The following classifications are acceptable for this contract: Class A, in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contracl documents in lieu of the usual 10% retention from each payment, these documents mus be completed and submitted with the signed contract. The escrow agreement may not bc substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at thc Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue) Carlsbad, California, for a non-refundable fee of $50.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any mino irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute thi Contract shall be those as determined by the Director of Industrial Relations pursuant tc the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 c the Labor Code, a current copy of applicable wage rates is on file in the Office of th Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay le: than the said specified prevailing rates of wages to all workers employed by him or her i the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions c Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Codc "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 172 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, : indicated in this proposal, times the unit price as submitted by the bidder. In case of discrepancy between words and figures, the words shall prevail. In case of an emor in tl extension of a unit price, the corrected extension shall be calculated and the bids will 1 computed as indicated above and compared on the basis of the corrected totals. e a 0 *e e c 0 e e 0 10/3/90 Re e 0 c ” All prices must be in ink or typewritten. Changes or corrections may be crossed out anc typed or written in with ink and must be initialed in ink by a person authorized to sign foi e the Contractor. 0 Bidders are advised to verify the issuance of all addenda and receipt thereof one day prioi to bidding. Submission of bids without acknowledgment of addenda may be cause 0: rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and material! suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%) respectively, of the Contract price will be required for work on this project. These bond! shall be kept in N1 force and effect during the course of this project, and shall extend ir full force and effect and be retained by the City for a period of one (1) year from the datt of formal acceptance of the project by the City. The Contractor shall be required to maintain insurance as specified in the Contract. An. additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 90-402 adopted on the 13th day of November, 1990. e /&Ao G,. -&+ kZ4fA-J Date Mha L.&&dkrad , City Clerk *. 0 e e e e 10/3/90 Re 0 0 4 CITY OF CARLSBAD EL CAMINO REAL. IMPROVEMENTS FROM (=HESTNUT AVENUE TO HOSP WAY CONTRACT NO. 3325 CONTRACTOR'S PROPOSAL e ., e City Council City of Carlsbad e 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read thr Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnis€ all labor, materials, equipment, transportation, and services required to do all the work tc complete Contract No. 3325 in accordance with the Plans and Specifications of the City o Carlsbad, and the Special Provisions and that he/she will take in full payment therefor thc following unit prices for each item complete, to wit: e SCHEDULE 1: STREET IMPROVEMENTS PER DRAWING NO. 312-8 e. Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total 1 Clear and Grub at h /& 5d Ao.4 Ls yq 4 BJ p-" +&,.SK5 L 35?* 2'il.KC &,J,rs p~?!;: suZ$~-~~~c 2 773 3%FF YD e 3 6" B-1 Curb at $z%?L)v/ pc'=?&?o - 2430 FT $,SO go-, 65s dollars per' Foot 4 618 Mod B-2 Curb & e /Z"Q 4008.' utter at LddL. c- "Y/@U-- 334 FT Dollars per Foot e * 10/3/90 Re\ 0 a t Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total r$?? %2' 5 B-2/G-2 Trans' ion at *&&.&& +S+/@H = 8 FT Dollars per Foot Stamped Concrete with ib-4 d* f57 QW 33436 SF 2.50 83,598 Dollars per Square Foot Grind A.C. Pavement, Place Temp. A.C. Cold a Mix Ramp and Remove Temporary Ramp, per lan Section B-B at Dollars per Linear Foot a $8 Grind A.C. Pavement per a e tee1 at 56 a s7 &*-/o,- 85 LF lc3. c, o -&=- 2810 LF 0*%6 2:PIa 6.70 2,Wg ' /h-/Uh + ~~//O# 7 1640 LF J5k.m wet+ Grind A.C. Pavement per Plan Section D-D at Dollars per Lin/ear Foot Grind A.C. Pavement, Place Temp. A.C. Cold a Mix Ramp, and Remove Temporary Ramp per lan Section E-E at Dollars pek Linear Foot Grind A.C. Pavement, Place Temp. A.C. Cold Mix Ramp and Remove Temporary Ramp per P1 n Secti -F at / s9 a. s lo LJ ++%90 - 75 LF 49. *@ 750- t. a s 11 3-s-5 e & +w,J,,o- 185 LF 3. bo 9 Dollars per Linear Foot 12 Class 2 Aggregate gal7 Y* A 50/& (7 7 &&?4 TON 1-550 3<, "34 D&llars per Ton a 0 10/3/90 Key a e t Item Description with Approximate Unit Item Unit Price or Lump Sum Quantity No. Price Written in Words and Unit Price Total 13 31 I5 0 e '~Qfl--?S€W TON .?g,** ]/f376 Dollads pe& Ton 5-00. * vu u,tfzy%@(I- 1 EA so0 e s 14 S wer A H. Dollars Each Adjust Water Valve Dollars Each Adjust Storm Drain A.H. u ++y/oeJ- 12 EA /OO" c' iZSO<' u .J 4/u//au'"2 EA /om e ;?,OdO. s 15 e < and rofit pe Plan at c.' s 16 * Dollars Each 17 Adjust Survey Monument /4Blsa. d C. 350? '0 s 18LSg -n >' 3.9";//.. 'LS 3600*" -3600. 15 odo ' *.I 17 oat dllars per Lump Sum T affic ntrol a I9PyL Dollars dl%!iA4> per Lump Sum '"p//p# e LS e Landscape Planting and 35000* - 3% 8dl s 20 4 yp;; a e 21 Local Depression Retrofit Dollars per Lump Sum 22 Local Depression Retrofit Dollars per Lump Sum 00 g (2 00 . (-$Bb*e' &ooofl' & Ea 9 uy 100 --= c_ Lcd-WJ Aw Ls .. e 17+37.5 at +PO __ e e 10/3/90 Re e 0 Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total 0 0 5 23 Traffic Signal Type 29 Dollars Each Traffic Signal 3-1Z1I Dollars Each 600&- 6&0@0 0 c /zoo. 600 ' ex&/ + 5; 24 0 s 25 Traffic Signal 3-12" /5QQ*' /500. 400 z 350."" 2/00. * yd//b~'-3 EA .a'osa' /zoo ,500~ e* dZS0 ..3ss. ** 300 9 I5-OTV 75-0.' 3 26 Traffic Signal Luminaries I_ * u'*p~u'l EA 40& *. Dsllars Each vy - 5 27 46 EA s 28 Traffic Signal Loop Dollars Each 0 5 29 4 EA Traffic Signal Loop 4; 30 e 0 s 31 0 0 10/3/90 Rc 0 e Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total Traffic Signal 2" Conduit I s a lation at Dol$ars per Linear Foot Traffic Signal 3" Conduit In adl ation a Dollars per Linear Foot 3 34 Traffic Signal Furnish/ Ins. 91 Conduc ors Dollars per Lump Sum Traffic Signal Relocate Existing Signal Equip- Dollars per Lump Sum Traffic Signal Remove and Salvage Existing Dollars per Lump Sum e @v +$&%w e-+--.u~dD - 22 LF /s cu 330. %-+ Ah /w-- 210 LF 13. i9 u 2230, 1' &JWL.&&J *+A,@- LS 2000. c' I 2000. 4000 a &I qacm s 32 e 5 33 e ? e s 35 LS 0 &++$;:- 3 m/ /bo'- s 36 LzpEZw /*&*+e xs /"&90 6 L A300" eo 5- 37 Traffic Signal Miscellaneous /&ao*" c!BOd# ' 0 e Total amount of bid Schedule 1 in numbers: $ -de, ,-e". 3 p /7.""y; y.3?> 700 - e e 0 10/3/90 Re\ 0 e SCHEDULE 2: CONSTRUCTION OF 24, 16, AND 12 INCH WATER TRANSMISSIO MAINS AND APPURTENANCES PER DRAWING NO. CRMWD 89-102 Item Description with Approximate 0 0 Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total 1 Traffic Control Complete Per Plan at Dollars per Lump Sum Trench Shoring at Dollars per Lump Sum Construct Pressure Reducing Station 63 Feet RT C/L Sta. 138+34.50, Including Sidewalk Removal, Excavation, Electrical System, Telephone Circuit Conduit, Discharge System with Connection to Existing Storm Drain Manhole, and Replacement of Ornamental Concrete Sidewalk to Match Existing Complete and Doaads per Lump Sum Point of Connection PC-1 38 Ft. RT C/L Sta. 538+24 and i Pla e t Dollardper Lump Sum Point of Connection PC-2 50 Ft. RT C/L Sta. 538+62 t r..% u 3, /OO. '' 3, /BO t Ls CqS6P ,"" 2 C&&c &m=c _"-" qoo...; e I Ls 92 s3 e e Vault, Valves, Fittings, eo +'%oe LS 5q, om 'e& 50. om< 0 s4 2 M4~~Yb Ls 7 /oo *e- 7: ouo e s5 e S6 Point of Connection PC-3 &,/bo (* 6,100 (I e 0 10/3/90 Rei 0 e 1 Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total 0 Point of Connection PC-4 50 Ft. RT C/L Sta. 111+68 57 e y”~%s +2453. *-. 4529 t <. ‘Xis 4.3@. *. 4, 360 S8 Point of Connection PC-5 0 1 Point of Connection PC-6 8 Ft. RF C/L Sta. 128+50 plete a d in P ace Dollar& per Lump Sum Point of Connection PC-7 36 Ft. RT C/L Sta. 143+64 s9 e UB eyLs <. 306 t ,’ C/,3QO f ci +JAU s 10 9 J.vpgb. LS 4,560~‘‘ f,JR(7 24” Ductile Iron Pipe Water Main including Pavement Removal, Exca- vation, Bedding, Fittings, Backfill & Temporary Paving. Complete and i Pla e t e Dollars per dh-i&r Foot 16” Ductile Iron Pipe Water Main including Pavement Removal, Excavation, Bedding, Fittings, Thrust Blocking, Backfill & Temporary Paving. *. 511 y?+ 104 LF 14.43. @’ /? 032 e &%.-..-& &> s 12 e 2890 LF St6.60 164 @4 lete and in Place at w +~a~lao- ads pek Lineak Foot e e 10/3/90 Re e e 1 Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit 0 No. Price Written in Words and Unit Price Total e 12" CL 200 Polyvinyl Chloride (PVC) Water Main including Pavement Removal, Excavation, Bedding, Fittings, Thrust e Blocking, Backfill & Temporary Paving Complete s 13 .S?. Ti?( in Place at +-WO/,Qu - 998 LF 40. *v per Linear Foot 12" CL 150 Polyvinyl Chloride (PVC) Water Main including Pavement Removal, Excavation, Bedding, Fittings, Thrust Blocking, Backfill & 0 Temporary Paving Complete 0 s 14 r 0' 508 LF 38. e/' /q 304 Dollar& pedLinear Foot $. 15 24" Butterfly Valve including Valve Box Assembly Complete and &,W5,C 4 *. e s 16 /3 EA <3(?k'?J ' -'l? 90< 20" Butterfly Valve including Valve Box +,lW@/@ff / 2 EA 3800.'' ybOf7 16" Butterfly Valve including Valve Box Assembly Complete and E I-7 e g P+U I 4 EA 2s-60. '* /e, baC e 14" Butterfly Valve including Valve Box 3 18 Q. cpos a t7 ?/foe Dollars Eabh& a 0 10/3/90 Re 0 a 1 Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total a e 12" Gate Valve including Valve Box Assembly Co lete an in P ace at Dollars Each 10" Gate Valve including Valve Box Assembly Dollars Each Reconnect Existing 1" Copper Water Service Sta. 133+90 including Required Fittings Dollars per Lump Sum Install 2" Copper Water Service and Join Existing Meter at Sta. 140+55 including Required Fittings. 5 19 9?!2L+-u #S/I.62 EA (,/&If-- -I 2,ZSB. 0 5 2o 2,700 C. 900 I c' 'v,/p& 5- EA 5 21 e lace at m- w tP 39y/@?u- u e s 22 .. j- by,# J r LS g.mg g *I 2,'320 Install 1" Manual Air a s 23 c up *Ls /ZOQ*c* 1360 Install 2" Air Vacuum Valve Assembly & s 24 Appurtenance. Complete +up - 8 EA 2/00- r+ Install 2" Blow-off Assembly. Complete and i P ce at u $---70/,,6- Dollars Each s 25 0 . [&?ue6' ? 6 33-7tL 6 EA Ul5 e e 10/3/90 Rc a e 1 Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit 0 No. Price Written in Words and Unit Price Total a Install 6" Blow-off Assembly per Detail on C mplete and in w W*hee 5 26 Sheet 1 of Plans. - <zoo *. 2/CO* f%.A.JQ& &%-& 2EA e Dollars E&h * 27 Replace Asphaltic Concrete Pavement and Aggregate Base as per Trench Detail Sheet 1. Complete and .2!L1Xt +wuhQu - 4740 LF /e.*& 87 3~( Do~ars per Linear Foot e 9 28 Replace Traffic Signal Loop Detectors, Type A 6QOt e* -7 000 a m "rt- P@/po - .. 5 EA Dollars Each Replace Traffic Signal Loop Detectors, Type C, 5- 29 u f u5064 4 EA 6ou ' &e R4Oc (Id& cfl /. /oo th - 30 t. Dollars Each Replace Traffic Signal Loop Detectors, Type C, Dollars Esch Abandon Existing System Including Removal of Existing P.R. Station at Sta. 140+00, Placement of End Caps, Pipe Closures, and Removal of Valve Boxes from Abandoned Gate Valves. Complete and in Dollars per Lump Sum 5 30 Y 31 0 Mpr7u--i.s 70 ; &h'- ya.3n e e a 10/3/90 Re 0 e 3 Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price Total Replace Removed or Damaged Traffic Stripping and Reflective Markers to Match Existing per Traffic Control Plan. Complete n lace t Dollars per Lump Sum 0 5 32 0 0.0 u +,y%Qt7-- Ls 600 f ~QY I e Total amount of bid Schedule 2 in words: Total amount of bid Schedule 2 in numbers: Total Amount of Schedule 1 and Schedule 2 in Words: Total Amount of Schedule 1 and Schedule 2 in Numbers:vFa 0 45 .&I 535 /,Ofis r $ *, 2 -3-9 e dl p -70. PS’Y- ( -v Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). / has/have been received and is/are included in th proposal. The Undersigned has checked carefully all of the above figures and understands that tl City will not be responsible for any error or omissions of the part of the Undersigned 1 *a e - making up this bid. The Undersigned agrees that in case of default in executing the required Contract wi~ necessary bonds and insurance policies within twenty (20) days from the date of award ( Contract by the City Council of the City of Carlsbad, the proceeds of the check or bon accompanying this bid shall become the property of the City of Carlsbad. e I e & 4$ t? .-s,d$ /;$J t) J1” 4\ w +Y 0 {A bl ii E.” ‘I vy 0 10/3/90 Re 0 e The Undersigned bidder declares, under penalty of perjury, that they are licensed to c business or act in the capacity of a contractor within the State of California and that tht are validly licensed under license number , classification A; 0: CI > which expires on 4 *3b -9 X. This statement is true and correct and has the legal effe of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursua to the Business and Professions Code shall be considered nonresponsive and shall 1 rejected by the City. § 7028.15(e). In all contracts where federal funds are involved, r bid submitted shall be invalidated by the failure of the bidder to be licensed in accordanc with California law. However, at the time the contract is awarded, the contractor shz be properly licensed. Public Contract Code Q 20104. The Undersigned bidder hereby represents as follows: a d 5 4 7 b 3 a e e 1. That no Council member, officer agent, or employee of the City of Carlsbad personally interested, directly or indirectly, in this Contract, or the compensation t be paid hereunder; that no representation, oral or in writing, of the City Counci its officers, agents, or employees has inducted him/her to enter into this Contrac excepting only those contained in this form of Contract and the papers made a pa hereof by its terms; and e 2. That this bid is made without connection with any person, firm, or corporatia making a bid for the same work, and is in all respects fair and without collusion c .e fraud. Accompanying this proposal is Bc'd &l.d (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code whic requires every employer to be insured against liability for workers' compensation or t undertake self-insurance in accordance with the provisions of that code, and agrees t comply with such provisions before commencing the performance of the work of thi Contract and continue to comply until the contract is complete. 0 .... 0 .... .... .... 0 .... 0 10/3/90 Rei 0 0 1 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic 2, relative to the general prevailing rate of wages for each craft or type of worker need€ to execute the Contract and agrees to comply with its provisions. a 0 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor e (Street and Number) 0 City and State (4) Zip Code Telephone No. e IF A PARTNERSHIP, SIGN HERE: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signatui must be made by a general partner) O0 (3) Place of Business 0 (Street and Number) City and State e Zip Code Telephone No. 0 0 0 10/3/90 Re. e 0 IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted L hn,+- .w UC+/ON CB.! a a (2) ~~~~~~~ (2+J& 0 Signature IIL~Gs,Y~L Czuk~fiaC! PflS rdPn i- Title Impress Corporate Seal he E e 1 (3f Imorporated under the laws of the State of w'b /fl/LL (4) Place of Business 3fm PJkv/bfld Ah?. a (Street and Number) City and State sa4 DIiQD ,) CA q2.//3 w (5) Zip Code ?& / 3 Telephone No. NOTARIAL ACKNOWLEDGEMENT OF EZECUTION BY ALL SIGNATORIES MUST E A'ITACHED e List below names of president, vice president, secretary and assistant secretary, if corporation; if a partnership, list names of all general partners, and managing partners e k/e ya- hkfhdJ /+rs;Aen+ ?sQfc cZLLbt/vl&, dl& Pffd-fhe e Keen& GuQ&fA& Uf& p fiS ;/TmJ./flmLi @ B flwv CZLlb&fl G\ ,yay hfL/ 0 e 10/3/90 Re 0 STATE OF California ) corny OF Sari Diego 1 On this Ninth day of January 1991, befo. personally came UAYNE CZUBERNAT to me known, who, being duly sworn, did depose and say that he resides in San Diego, CA that he is the Pres i dent of the ABC, CONSTRUCTION ( the corporation which executed the foregoing instrument; that he knows tl of the said corporation; that the seal affixed to the said instrument is corporate seal; that it was so affixed by order of the Board of Director said ed his name to the said instrument by OFFICIAL SEAL KENNETH CZUBERNAT -. I -- *r ,d 11 *( 18 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, ABC CONSTRUCTION co., INC. J as Principal, and SEABOARD SURETY COMPAPJ as Surety are held and firmly bound pto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, ow heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden Principal for: TEN PERCENT OF THE TOTAL AMOUNT OF THE ACCOMPANYING BID (10% OF BID)--------- EL CAMINO REAL IMPROVEMENTS FROM CHESTNUT AVENUE TO HOSP WAY CONTRACI' NO. 3325 BID DATE: 01/09/91 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within ter (10) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void: otherwise, it shall be and remain in full force and effect, and the amount specified hereir shall be forfeited to the said City. .... .... .... .... .... .... .... .... .... .... 10/3/90 Rev -- California 1 COUNTY OF San Diego 1 STATE OF Ninth day of January 1991, before me On this personally came WAYNE CZUBERNAT duly Sworn, did depose and say that he resides in that he is the the corporation which executed the foregoing instrument; that he knows the sea Of the said corporation; that the seal affixed to the said instrument is such ‘OrPorate sea1; that it was SO affixed by order of the Board of Directors of t] said cor to me kno-9 who, being by me San Diego, CA President of the ABC CONSTRUCTION co., 11 NOTARY PUBLIC STATE OF CALIFORNIA 1 ) ss.: CITY AND COUNTY OF SAN DIEGO ) On this 7TH day of JANUARY 1991 - , before me, the undersigned No1 in and for the State, personally appeared JEROLD D. HALL a persc me (or proved to me on the basis of satisfactory evidence), to be the person who exec written instrument as Attorney-in-Fact on behalf of the corporation therein named an( acknowledged to me that the corporation executed it. Given under my hand a My commission expires STATE OF California 1 coumy OF San Diego 1 January 1991, before me Ninth day of On this to me known, who, being by me duly personally came MARY CZUBERNAT swoIcI1, did depose and say that he resides in that he is the Secretary the corporation which executed the foregoing instrument; that he knows the sea’ of the said corporation; that the seal affixed to the said instrument is Such corporate seal; that it was so affixed by order of the Board of Directors Of ‘I said cor San Diego, CA of the ABC CONSTRUCTION c0.9 INC. L. * r 1s In the event Principal executed this bond as an individual, it is agreed that the death ol Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 9th day of Executed by SURETY this 7TH day of January ,19 91. JANUARY 193 PRINCIPAL,: SURETY: ABC CONSTRUCTION CO., INC. SEABOARD SURETY COMPANY I (Name of Principal) ” By: [ibJ$.L.L;JL&- (sign here31 *L ’ WAYNE CZUBERNAT . (print name here) Pres i dent (attach corporate resolution showin: (title and organization of signatory) current power of attorney) By: MARY CZUBERNAT (print name here) Secretary (title and organization of signatory) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only on officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary unde corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: VINCENT F. BIONDO, JR. City Attorney By: KAREN J. HIRATA Deputy City Attorney 10/3/90 Re. as fol'ows: Without Limitati nce policies, surety bonds, undertakings and instruments for said purposes, when d nt is made pursuant to the following By-Laws which were duly adopted by the Board of Directors I cember 8th, 1927, with Amendments to and including January 15, 1982 and are still in full force anc orporate seal of the said Company; that the seal affixed the Board of Directors of said Company; and that he sig FEClCE M. CATALAN0 NOT,$?Y PI.J~~/C OF Nz,*j l&3sgy MY ~onnissran EXQ. furt~ 4 19% CERTIFICATE of the Executive Co For veriflca\:on o\' the authenilclty of 1171s Power of Kiorney ycu may call, co\!Bc , 201-658-5500 and as6 for the Power oi Aitoiney clerk PkaSS re of Attorney number, he above named iqdlvidual(s) sqd deiails of the bond to ~~fli~q tiis power IS atlachd In Uew Yoork, Dial 212-627-5444 , I ROBERT T. 'DRIVER CO., INC. Jack Wamock Your representative (619)238-1828 1620 FIFTH AVE., SAN DIEGO, @A 92101 * 1 BIDDER’S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, as Surety are held and firmly bound mto the City of Carlsbad, California, in an amount i follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, our heirs, executors an administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of th 0 e , as Principal, and 0 above-bounden Principal for: EL, CAMINO REAL IMPROVEMENTS FROM CHESTNUT AVENUE TO HOSP WAY 0 CONTRACT NO. 3325 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly ente into and execute a Contract including required bonds and insurance policies within tei (10) days from the date of award of Contract by the City Council of the City of Carlsbad being duly notified of said award, then this obligation shall become null and void otherwise, it shall be and remain in full force and effect, and the amount specified herei, shall be forfeited to the said City. *e .... .... 0 .... .... e .... .... e .... .... .... a .... a 10/3/90 Rev a c . ... ’* 0 1 In the event Principal executed this bond as an individual, it is agreed that the death c Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of Executed by SURETY this day of 0 @ ,19-. ,19-. PRINCIPAL,: SURETY: 0 (Name of Principal) (Name of Surety) By: By: I, (sign here) signature of Attorney-in-Fact (print name here) printed name of Attorney-in-Fact e (attach corporate resolution showin (title and organization of signatory) current power of attorney) By: (sign here) *@ (print name here) (title and organization of signatory) * (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only or officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary undc corporate seal empowering that officer to bind the corporation.) e APPROVED AS TO FORM: e VINCENT F. BIONDO, JR. City Attorney By: KAREN J. HIRATA 0 Deputy City Attorney a 10/3/90 Re. e e 2 DESIGNATION OF SUBCONTRA~ORS The Contractor certifies he/she has used the sub-bids of the following listed Contractoi in making up hisher bid and that the sub-contractors listed will be used for the work fc which they bid, subject to the approval of the City Engineer, and in accordance wit applicable provisions of the specifications and Section 4100 et seq. of the Public Contraci Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made i these subcontractors except upon the prior approval of the City Engineer of the City c Carlsbad. The following information is required for each sub-contractor. Additional page can be attached if required: e e Items of Complete Address Phone No. c Work Full Company Name with Zip Code with Area Code /4? -%@?e7 6P;d RC 44 tu. q rbU&--- &? ea 4/7U$ 7/4- 8&r*2/ && F&&&d, c$z.z,- 6 /q - 7 47 -( &.llll.y2.. (? &bde&?a6g 619 - 43 4 9-L (83 iy PLd 9 .e / OL?AL%GArUe. cc. atz&!d 714 - d39 1- 1 -I. .: -4 )/' ?l'Uc 6 /9 - 47/- 5? 2 4t8 0~~~ 0 @e Ce-eL J J//9// P-t.4 LP he/<oJ E&& .22@*&~ a .g262.0 6t 7- 43; e e& duL Ad &rnddF /%e /di5z+P 4 e e a 10/3/90 Re7 e w w 3 a. 21 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the listet subcontractors as part of the sealed bid submission. Additional pages can be attached, i required. 3 0 3 Type of State Contracting Carlsbad Business Amount of Bid Full ComDany Name License & No. License No.* I$ or %) None 8 6,945.00 -- 3 American Concrete 521641-A 1001600 $ 19,321.00 L & W Engineering 538869-A Progressive Concrete 416144-C8 1125500 $ 75,231.00 S Tarzian Landscape 408861-C27 1195623 $ 33,210.00 S Orange County Striping 346095-C32 None Lekos Electric 388410-C10 None $ 33,013.00 S Don Hubbard 172638 -A 204500 $416,006.00 S Fred Howe Equipment 602432 -A 801300 $ 34,223.00 - 3 w * Licenses are renewable annually. If no valid license, indicate "NONE," Valid license must be obtained prior to submission of signed Contracts. 3 * 3 3 10/3/90 Re\ 0 3 c L DESIGNATION OF MATERIAL SUPPLIERS (Affects Drawing Number CRMwD 89-102 Ody) 1. Pipe Supplier Pacific States 2. Valve Supplier A. Butterfly Pacific States B.. Gate Pacific States 10/3/90 E ..-v.m--.v --,. r- -. -* ~--.__--* *. -,- ~ --- --.. ._I - L . ___- _-. 2 BIDDER’S STATEMENT OF FINANCIAL RFSPONSIBILsry c Bidder submits herewith a statement of financial responsibility. e !dl.// Submd f 4 JLU ‘fl rdPd &rn,UC f a 0 .. * 0 * 10/3/90 Rev 0 0 1 w w \xrEsr Jor--r NSTO ?I1 RNQI- m & sc:I IML? I 0 - 2550 FiJlh Ai,en?re, Tmth. 1'0 IhY 6.5' Smi I)iqo, CA 921 6.p - (619) 2.w I:h (619) 696-1 - I - INDEPENDENT ACCOUNTANTS' REPORT I To the Board of Directors ABC Construction Co., Inc. - 1 San Diego, California We have reviewed the accompanying balance sheet of ABC Construc I Co., Inc., as of March 31, 1990 and the related statements of income - retained earnings, and cash flows for the year then ended, in accordance standards established by the American Institute of Certified Pub1 ic Accounta tion of the management of ABC Construction Co., Inc. I All of the information included in those financial statements is the represe A review consists principally of inquiries of Company personnel analytical procedures applied to financial data. It is substantially les scope than an audit conducted in accordance with generally accepted audi financial statements taken as a whole. Accordingly, we do not express SUC opinion. 0 I standards, the objective of which is the expression of an opinion regarding - I - Based on our review, we are not aware of any material modificat that should be made to the accompanying financial statements in order for to be in conformity with generally accepted accounting principles. I .- - =. James H. West, C.P.A. for WEST, JOHNSTON, TURNQUIST & SCHMITT i' ._ San Diego, California May 25, 1990 - - 0 jkUliS €1 WliCf. <:.PA. I<A\.%lONI> I) jOlISSION, [,.I>.:\ W'II.Il:\il /I 'I1 l<X()l'lhl, (:.l'.:\ <,llAl<l.f:> I' S~~l~~ll'l~l', <:l'A - AI1.I:NE klcMAlh?il.S. C.l'h blelemher of The Atnericcrt~ <;tnq~ of CI'A i.>mi.s, rr,iili o/JIc".s in lmticilxil <'~li<,.s rrvridu,i~ic Affiliated with ItJe rnleniutionrri firm oJ Moore ,Siqiwn,s, wid ih~~Att~~*rii'~ii~ I~~~siil~iii~ 11,' (:/'AS ditiSiOtl (([ f:rnti v U I I ABC CONSTRUCTION CO., INC. BALANCE SHEET March 31, 1990 See Accountants’ Review Report - e - - - - ASSETS 9 - CURRENT ASSETS Cash $ 175, I Receivables (Note 2) 609, Costs and estimated earnings in excess of billings on uncompleted contracts (Note 3) 93 9 Prepaid expenses 22, - Total current assets $ 900, RECEIVABLE FROM STOCKHOLDER 14, PROPERTY AND EQUIPMENT, less accumulated depreciation I (Notes 4 and 5) 341, - I - - $1,256, - LIABILITIES AND STOCKHOLDERS’ EQUITY CURRENT LIABILITIES 0 - Current maturities of long-term debt (Note 5) $ 30, - Income taxes payable 7, - on uncompleted contracts (Note 3) 17, Total current 1 i abi 1 i ti es $ 593, LONG-TERM DEBT, less current maturities (Note 5) $ 101, Accounts payable 404, Accrued expenses 133 , Billings in excess of costs and estimated earnings - - - - CONTINGENCY (Note 6) STOCKHOLDERS’ EQUITY - Common stock, $10 par value; authorized 7,500 shares; issued and outstanding 2,500 shares $ 25, Retained earnings 536 8 $ 561. 1 1 $1,256. 1 0 ~ 1 See Notes to Financial Statements. -2- / - - 3 -e 2. BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 3 e The Bidder is required to state what work of a similar character to that included in th proposed Contract he/she has successfully performed and give references, with telephon numbers, which will enable the City to judge his/her responsibility, experience and ski1 An attachment can be used. rl, * 3 % 3 Camino Gaza 3 3 0 10/3/90 Rev. a * IL3A~~~~@ oa, KEEJ Q, 8jhQ LOT Ur-Y 7 0 2 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WlTH BID a e State of California 1 ) ss. Countyof ~czn~ihgo 1 bd Qvnf (k-&b@flLd , being first duly sworn, deposes e (Name of Bidder) and says that he or she is P FEY I A&? i- (Title) 0 of fibc bflsfiiUCe/on/ CA,,DLu (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on belx of, any undisclosed person, partnership, company, association, organization, or corporatio that the bid is genuine and not collusive or sham; that the bidder has not directly indirectly induced or solicited any other bidder to put in a false or sham bid, and has n directly or indirectly colluded, conspired, connived, or agreed with any bidder or any01 shall refrain from bidding that the bidder has not in any manner, directly or indirect1 sought by agreement communication, or conference with anyone to fix the bid price, or that of any other bidder, or to fix any overhead, profit, or cost element of advanta; against the public body awarding the contract of anyone interested in the proposc contract; that all statements contained in the bid are true; and further, that the bidder h not, directly or indirectly submitted his or her bid price or any breakdown thereof, or tl contents thereof, or divulged information or data relative thereto, or paid, and will not pa any fee to any corporation, partnership, company association, organization, bid depositor or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that tl affidavit was executed on the % day of 0 a0 e a Subscribed and sworn to before me on the q@ day of JAflf~LLfv ,1953. e (NOTARY SEAL) a 0 10/3/90 Rc e 2 0 CONTRACT - PUBLIC WORKS This agreement is made thisa-ay of ,A of Carlsbad, California, a municipal corporation, hereinafter called "City"), and ABC Construction Co., Inc. is 3120 National Avenue, San Diego CA 92113 , 1991, by and between the Cii whose principal place of businei (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contra documents for: EL CAMINO REAL IMPROVEMENTS FROM CHESTNUT AVENUE TO HOSP WAY CONTRACT NO. 3325 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, material tools, equipment, and personnel to perform the work specified by the Contra 2. 0 Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notic Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation ( Subcontractors, Bidder's Statements of Financial Responsibility and Technic Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans ar Specifications, the Special Provisions, and all proper amendments and changi made thereto in accordance with this Contract or the Plans and Specification and all bonds for the project; all of which are incorporated herein by th reference. Contractor, her/his subcontractors, and materials suppliers shall provide ar install the work as indicated, specified, and implied by the Contract Document Any items of work not indicated or specified, but which are essential to tl: completion of the work, shall be provided at the Contractor's expense to fulf the intent of said documents. In all instances through the life of the Contrat the City will be the interpreter of the intent of the Contract Documents, and tl City's decision relative to said intent will be final and binding. Failure of tl Contractor to apprise subcontractors and materials suppliers of this condition the Contract will not relieve responsibility of compliance. 10/3/90 Re a a 2t Pavment. For all compensation for Contractois performance of work under thir Contract, City shall make payment to the Contractor per Section 9-3 of thc Standard SDecifications for Public Works Construction. The closure date for ead monthly invoice will be the 30th of each month. Invoices from the Contract0 shall be submitted according to the required City format to the Citfs assignec project manager no later than the 5th day of each month. Payments will bc delayed if invoices are received after the 5th of each month. The final retentior amount shall not be released until the expiration of thirty-five (35) day following the recording of the Notice of Completion pursuant to California CiVj Code Section 3184. IndeDendent Investization. Contractor has made an independent investigation o the jobsite, the soil conditions at the jobsite, and all other conditions that migh affect the progress of the work, and is aware of those conditions. The Contrac price includes payment for all work that may be done by Contractor, whethe anticipated or not, in order to overcome underground conditions. Aq information that may have been fumished to Contractor by City abou underground conditions or other job conditions is for Contractois convenienc only, and City does not warrant that the conditions are as thus indicated Contractor is satisfied with all job conditions, including underground condition and has not relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shall b responsible for all loss or damage arising out of the nature of the work or fror the action of the elements or from any unforeseen difficulties which may arise o be encountered in the prosecution of the work until its acceptance by the CiQ Contractor shall also be responsible for expenses incurred in the suspension o discontinuance of the work. However, Contractor shall not be responsible fo reasonable delays in the completion of the work caused by acts of God, storm weather, extra work, or matters which the specifications expressly stipulate wil be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves diggin trenches or other excavations that extend deeper than four feet below the surfac Contractor shall promptly, and before the following conditions are disturbec notify City, in writing, of any: 0 4. 0 e 5. a a .. 6. 0 e 7. 0 0 10/3/90 Re7 e a 0 2 Material that Contractor believes may be material that is hazardous wastc as defined in Section 25117 of the Health and Safety Code, that is require to be removed to a Class I, Class 11, or Class 111 disposal site in accordanc with provisions of existing law. Subsurface or latent physical conditions at the site differing from tho: A. 0 e B. 0 indicated. C. Unknown physical conditions at the site of any unusual nature, differei materially from those ordinarily encountered and generally recognized i inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditio] do materially so differ, or do involve hazardous waste, and cause a decrease c increase in contractor's costs of, or the time required for, performance of any pa of the work shall issue a change order under the procedures described in th contract. In the event that a dispute arises between City and Contractor whether tl conditions materially differ, or involve hazardous waste, or cause a decrease I increase in the contractor's cost of, or time required for, performance of any pa of the work, contractor shall not be excused from any scheduled completion da provided for by the contract, but shall proceed with all work to be performc under the contract. Contractor shall retain any and all rights provided either 1 contract or by law which pertain to the resolution of disputes and protes between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, ord changes, modifications and extra work by issuance of written change ordei Contractor shall make no change in the work without the issuance of a writtc change order, and Contractor shall not be entitled to compensation for any ext work performed unless the City has issued a written change order designating advance the amount of additional compensation to be paid for the work. If change order deletes any work, the Contract price shall be reduced by a fair a reasonable amount. reduction, the work shall nevertheless proceed and the amount shall ' determined by litigation. The only person authorized to order changes or ext work is the Project Manager. The written change order must be executed by t City Manager or the City Council pursuant to Carlsbad Municipal Code Sectic 3.28.172. e e * 0 8. 0 If the parties are unable to agree on the amount 0 e 10/3/90 Rc 0 e e 21 Immimation Reform and Control Act. Contractor certifies he is aware of thi requirements of the Immigration Reform and Control Act of 1986 (8 US( Sections 1101-1525) and has complied and will comply with these requirements including, but not limited to, ve-g the eligibility for employment of al agents, employees, subcontractors, and consultants that are included in thi Contract. Prevailinn Wane. Pursuant to the California Labor Code, the director of th Department of Industrial Relations has determined the general prevailing rate a per diem wages in accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates is on file in the office c the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant ti California Labor Code, Section 1775, Contractor shall pay prevailing wage: Contractor shall post copies of all applicable prevailing wages on the job site. Indemnification. Contractor shall assume the defense of, pay all expenses c defense, and indemnify and hold harmless the City, and its officers an employees, from all claims, loss, damage, injury and liability of every kind, natur and description, directly or indirectly arising from or in connection with th performance of the Contractor or work; or from any failure or alleged failure c Contractor to comply with any applicable law, rules or regulations includin those relating to safety and health; except for loss or damage which was cause solely by the active negligence of the City; and from any and all claims, 10s: damages, injury and liability, howsoever the same may be caused, resultin directly or indirectly from the nature of the work covered by the Contract, der the loss or damage was caused solely by the active negligence of the City. Th expenses of defense include all costs and expenses including attorneys fees fc litigation, arbitration, or other dispute resolution method. insurance. Contractor shall procure and maintain for the duration of the contra( insurance against claims for injuries to persons or damage to property which ma arise from or in connection with the performance of the work hereunder by th Contractor, his agents, representatives, employees or subcontractors. (A) COVERAGES AND LIMITS - Contractor shall maintain the types ( coverages and minimum limits indicted herein: 0 9. e e 10. e 11. 0 * 0 12. e e 10/3/90 Re * a 2 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injur and property damage. separate aggregate in the amounts specified shall be established fc the risks for which the City or its agents, officers or employees ill additional insureds. 0 e If the policy has an aggregate limit, e 2. Automobile Liabilitv Insurance: $1,000,000 combined single limit per accident for bodily injury ar property damage. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits as required by the Labor Code oft€ State of California and Employers’ Liability limits of $1,000,000 p’ incident. 3. e (B) ADDITIONAL, PROVISIONS - Contractor shall ensure that the policies 1 insurance required under this agreement contain, or are endorsed contain, the following provisions. General Liability and Automobi Liability Coverages: 1. e The City, its officials, employees and volunteers are to be covert as additional insureds as respects: liability arising out of activiti performed by or on behalf of the Contractor; products ar completed operations of the contractor; premises owned, lease hired or borrowed by the contractor. The coverage shall conta no special limitations on the scope of protection afforded to tl City, its officials, employees or volunteers. The Contractor‘s insurance coverage shall be primary insurance respects the City, its officials, employees and volunteers. AI insurance or self-insurance maintained by the City, its officia employees or volunteers shall be in excess of the contractoi insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shi not affect coverage provided to the City, its officials, employees e. e 2. 0 3. 0 volunteers. 4. Coverage shall state that the contractois insurance shall apF separately to each insured against whom claim is made or suit brought, except with respect to the limits of the insurer‘s liabilil 10/3/90 Rt e a 0 e 31 (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made basis, coverage shall be maintained for a period of three years following th date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by thi agreement shall be endorsed to state that coverage shall not be suspendec voided, canceled, or reduced in coverage or limits except after thirty (30 days' prior written notice has been given to the City by certified mai return receipt requested. 0 0 a (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.1.R) LEVELS - An deductibles or self-insured retention levels must be declared to an approved by the City. At the option of the City, either: the insurer sha reduce or eliminate such deductibles or self-insured retention levels a respects the City, its officials and employees; or the contractor shall procur a bond guaranteeing payment of losses and related investigation, claix administration and defense expenses. (F) WAIVER OF SUBROGATION - All policies of insurance required under th agreement shall contain a waiver of all rights of subrogation the insure may have or may acquire against the City or any of its officials c employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insurec under its policies or shall furnish separate certificates and endorsements fc each subcontractor. Coverages for subcontractors shall be subject to all ( the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insure that have a rating in Best's Key Rating Guide of at least AV, as specified 1 City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City wi certificates of insurance and original endorsements affecting coveraj required by this clause. The certificates and endorsements for eac insurance policy are to be signed by a person authorized by that insurer bind coverage on its behalf. The certificates and endorsements are to be forms approved by the City and are to be received and approved by the Ci before work commences. COST OF INSURANCE - The Cost of all insurance required under tl- agreement shall be included in the Contractor's bid. a * a e (I) (J) 0 10/3/90 Rr a 0 e 31 Claims and Lawsuits. Contractor shall comply with the Government Tort Claim: Act (Section 900 et seq of the California Government Code) for any claim 0: cause of action for money or damages prior to filing any lawsuit for breach o this agreement. Maintenance of Records. Contractor shall maintain and make available at no cos to the City, upon request, records in accordance with Sections 1776 and 1812 o Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does no maintain the records at Contractor's principal place of business as specifiec above, Contractor shall so inform the City by certified letter accompanying thc return of this Contract. Contractor shall notify the City by certified mail of an! change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit1 Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier's check, or certified check ma: be substituted for any monies withheld by the City to secure performance of thi contract for any obligation established by this contract. Any other security tha is mutually agreed to by the Contractor and the City may be substituted fo monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purchasc order awarded by the City of Carlsbad, he will comply with the County of Sa Diego Affirmative Action Program adopted by the Board of Supervisors, includin; all current amendments. Provisions Required by Law Deemed Inserted. Each and every provision of lav and clause required by law to be inserted in this Contract shall be deemed to bc inserted herein and included herein, and if, through mistake or otherwise, ary such provision is not inserted, or is not correctly inserted, then upon applicatioi of either party, the Contract shall forthwith be physically amended to make sucl 13. 0 0 14. e e 15. 16. a w 17. 18. e insertion or correction. .... .... e .... .... 0 10/3/90 Re\ a 0 STATE OF California 1 COUNTY OF Sari Diego 1 On this Fifteenth day of February 1991, before me personally came Wayne Czubernat to me known, who, being by me duly sworn, did depose and say that he resides in San Diego, CA that he is the Pres i dent of the ABC CONSTRUCTION CO., INC. the corporation which executed the foregoing instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of the said corporation, and that he signed his name to the said instrument by like ord .d "-7- - e 3: Additional Provisions. Any additional provisions of this agreement are set fod in the "General Provisions" or "Special Provisions" attached hereto and made part hereof. 9 19. ABC Construction Co., Inc. I) NOTARIAL ACKNOWLEDGEMENT OF Contractor MECUTION BY ALL. SIGNATORIES MUST BE A'ITACHE3 (CORPORATE SEAL) WAYNE CZUBERNAT Print Name of Signatory 0 -- 0 APPROVED TO As TO FORM: President Title VINCENT F. BIONDO, JR. City Attorney By: m - ATTEST: 0 0 &.&< bdy ClerP c/ c// t e* e 10/3/90 Rt m e 1 ISSUE DATE 2-12 CERTIFICATE OF INSURANCE PRODUCER * THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT ROBERT E'. DRIVER CO., INC. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 1620 5TH AVENUE SAN DIEGO, CA. 92101 COMPANIES AFFORDING COVERAGE AGENT: STEVEN MESSER COMPANY CODE SUB-CODE LETTER A GOLDEN EAGLE INSURANCE 1 COMPANY INSURED LETTER B COMPANY 1 ABC CONSTRUCTION COMPANY, INC. LETTER c ! COMPANY 1 3120 National Avenue 1 San Diego CA 92113-2544 LEnER D COMPANY LETTER E I L COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEf NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTlFl ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND C SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. , ' 1 ALL LIMITS IN THOUSP POLICY EFFECTIVE POLICY EXPIRATION POLICY NUMBER DATE (MMIDDNY) DATE (MMIDDNY) TYPE OF INSURANCE co 1 LTR 1 A GENERAL LIABILITY CCP 11 7 19 5 7/01/90 7/01/91 GENERALAGGREGATE 1 x COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGGREGATE CLAIMS MADE x OCCUR PERSONAL & ADVERTISING INJURY OWNERS & CONTRACTORS PROT EACH OCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one person) i i i 100 $ A AUTOMOBILE LIABILITY CCP 11 719 5 7/01/90 7/01/91 C~AAW ANY AUTO LIMIT x ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) i x HIREDAUTOS BODILY j x NON-OWNEDAUTOS 1 GARAGE LIABILITY PROPERTY INJURY $ (Per accident) DAMAGE $ 1 .I $1000 $ EACH OCCURRENCE j A EXCESSLIABILITY EXC117196 7/01/90 7/81/91 Y x OTHER THAN UMBRELLA FORM PWCl0 8 6 5 8 7/01/90 7/01/91 STATUTORY i A WORKERS COMPENSATION $ 1000 (EACHAC $ 10 0 0 (DISEASE $ 10 0 0 (DISEASE AND EMPLOYERS LIABILITY I 1 OTHER Additional Insured and Primary Endorsements attached. 4 ; DESCRIPTION OF OPERATlONSiLOCATlONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS 1 I JOB: El Camino Real Improvements from Chestnut Avenue to Hosp Way i I _I_ Contract No. 3325 I CERTIFICATE HOLDER CANCELLATION 1 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEF EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILuEMIIK&#JR) B Purchasing Department LEFTXWH!X-)4MXlEEXWWBSR WQQKlXG@Ul XNEU#IXK!XXAWWWWTMXMe3 I&QMfXWXX?7SMEWXXQK WF?EREXE I City of Carlsbad 3 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAME1 1 i 1 3 Steven P. Messer/rsc. 1200 Carlsbad Village Drive AUTHORIZED REPRESENTATIVE Carlsbad, CA 92008-1989 [ ACORD 25-5 (3/88) 2- 68 POLICY NUMBER: CCP 117195 COMMERClAL GENERAL LIAI ABC CONSTRUCTION COMPANY, INC. * THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-OWNERS, LESSEES. or CONTRACTORS'(Form A) I) This endorsement modifies insurance provided under the following: COMMEF?CIAL GENERAL LlABltlTY COVERAGE PART. SCHEDULE Location of Covered Operation! See Certifica Attached Premium Basis Rates Advance Premium Name of Penon or Organization (Additional Insured): City of Carlsbad Wiry injury and (Per Pmperty Damage Liabitity cost $1000 of cost) 5 total A+mncg Premium 3 TBD (If no entry appears above. information required to complete this endorsement wit1 be shown in the Deciar as appiicable to this mdorsement.) 1- WHO IS AN INSURED (Section If) is amended to (a) AI1 work on the prole (othe indude as an insured the person or oqanization servic~ maintenance. or repa (called "additionai insured") shown in the Swed- be performed by or on 3ehalf ule but only with respec; to liaciiity arising out of: additional insured(s) at the sits covered operations has bean pleted: or A. "Your work" for the additional insured($) at the location designated above. or which the injury or aarnzqs aris 8. ACS or omissions ci the acditional insurea(s) bw put to its intended use k in connection with their general supervision person or organiratron cther ~h of "your work" at me location shown in the other contractor or subcant, Scheaule. 2- With respect :o the insurance afforded these addi- engaged in performing %erati( tional insureds. :he following additional provisions a principai as a part of :he apply: project A. None of the exdusions under Coverage A. (3) "8odiiy injury" or "prooerty dar except adusions (a). (d). (e). (f). (h2). (0. rising out of. any act or omission and (m). aoply to this insurance. additional insurea(s) or any oi t;?c ployees. other than the general si 8. Additional Excfusions. This insurance does sion of work performed for rhe aac not apply to: insured(s) by you. (1) "8odily injury" or "property damage" for which the additional insured(s) are (4) "Propeny damage" to: obligated to pay damages Sy reason of (a) Property owned. used or OC~JI the assurnpnon oi liaoiiity in a convac? or or renred to the additionat insu (b) Ptopeny in the are. CESTCCY. I agrment. This exdusion does not aoOly trot of the additional insura to liabiiity for damages that the additional over whie the additional :nSl . insured(s) would have in the absence of are for any purpose exercmng tbe camrac2 or agreement. (2) "8odily injury" Or "property damage" ical antml: or ocmmng after: (c) "Your work" for the additio sureat s). * (b) Tnar pornon or "your work" . t CG 20 09 11 85 Copyright. Insurance Services Office. Inc.. 10-4 0 ...-. GOLDEN EAGLE INSURANCE COMPANY e This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated below: Endorsement Effective: 2-5-91 Policy No. : CCPl17195 Named Insured: ABC CONSTRUCTION COMPANY, INC. This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE PRIMARY INSURANCE ENDORSEMENT It is agreed that such insurance as is afforded by this policy for the benefit of City of Carlsba d f and PANY, TNC. shall be primary insurance as respects any claim, loss or liability arising out of ABC DCTRiicTTnN r.0. operations, or by its independent contractors for which liability applies to the special contract under which ART II1U\1<TRIICTTnN CQMPANY; TNC. has agreed to perform specific operations, and any other insurance maintained by City of sh the insurance provided here under. 0 1 chad , shall be excess and non-contributory Countersigned by: / f4L Steven P. Messer *. . e e 3; OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 9 1) This Escrow Agreement is made and entered into by and between the City of Carlsbac whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafte called "City" and whos address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agrc as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the optic to deposit securities with Escrow Agent as a substitute for retention earnin1 required to be withheld by City pursuant to the public works contract enterr into betzween the City and Contractor for in tk amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attached i Exhibit "A". When Contractor deposits the securities as a substitute for Contra earnings, the Escrow Agent shall notify the City Within ten (10) days of tk deposit. The market value of the securities at the time of the substitution sk be at least equal to the cash amount then required to be withheld as retentic under the terms of the Contract between the City and Contractor. Securities sk be held in the name of City of Carlsbad and shall designate the Contractor as tl beneficial owner. Prior to any disbursements, Escrow Agent shall verify that tl present cumulative market value of all securities substituted is at least equal . the cash amount of all cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor for such funds whi otherwise would be withheld from progress payments pursuant to the Contrz provisions, provided that the Escrow Agent holds securities in the form a amount specified above. Alternatively, the City may make payments directly to Escrow Agent in t amount of retention for the benefit of the City until such time as the escrc created hereunder is terminated. a *e 0 0 2. 3. 0 0 10/3/90 Rc 0 3 Contractor shall be responsible for paying all fees for the expenses incurred 1 Escrow Agent in administering the escrow account. These expenses any paymei terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held : escrow and all interest earned on that interest shall be for the sole account I Contractor and shall be subject to withdrawal by Contractor at any time and fro time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in tl Escrow Account only by written notice to Escrow Agent accompanied by writtc authorization from City to the Escrow Agent that City consents to the Withdraw of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default 1 the Contractor. Upon seven (7) days written notice to the Escrow Agent fro the City of the default of the Contractor, the Escrow Agent shall immediate convert the securities to cash and shall distribute the cash as instructed by tl City. Upon receipt of written notification from the City certifSing that the Contract1 has complied with all requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities and interest on deposit le escrow fees and charges of the Escrow Account. The escrow shall be closc immediately upon disbursement of all monies and securities on deposit ax payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and tl Contractor pursuant to Sections 6 thm 8 and 10, inclusive, of this agreement ai the City and Contractor shall hold Escrow Agent hamdess from Escrow Agen release and disbursement of the securities and interest as set forth in Sections thru 8 and 10. e 4. r), 5. * 6. 7. e 8. .. 0 9. 0 .... .... .... * .... .... .... a 0 10/3/90 Rt 0 a 3 The names of the persons who are authorized to give written notices or t receive written notice on behalf of the City and on behalf of Contractor i connection with the foregoing, and exemplars of their respective signatures ar as follows: For City: Title 10. # Name Signature Address * For Contractor: Title Name Signature Address 0 For Escrow Agent: Title Name Signature Address 80 e * e e 10/3/90 R 0 e e 41 At the time the Escrow Account is opened, the City and Contractor shall deliver to th Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office1 on the date first set forth above. 0 For City: Title a Name Signature Address 0 For Contractor: Title Name * Signature Address For Escrow Agent: Title .. Name Signature Address e 01 e a 0 10/3/90 Re. 0 @ 4 RELEASE FORM 0 0 THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensatio of whatever nature due the Contractor for all labor and materials furnished and for a work performed on the above-referenced project for the period specified above with tE exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ e e DISPUTED CLAIMS e DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may hav of whatever type or nature, for the period specified which is not shown as a retentic amount of a disputed claim on this form. This release and waiver has been ma( voluntarily by Contractor without any fraud, duress or undue influence by any person ( entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, ar work due Subcontractors for the specified period have been paid in full and that the parti signing below on behalf of Contractor have express authority to execute this release. DATED: ** 0 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) * By: Title: By: Title: a @ 10/3/90 Rc e * 4 SUPPLEMENTARY GENERAL PROVISIONS 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words 'Ishown," "indicated," "detailed," "noted," "scheduled," or words of similz import are used, it shall be understood that reference is made to the plans accompanyin these provisions, unless stated otherwise. IC 0 e B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, shall be understood that the direction, designation or selection of the Engineer is intende unless stated otherwise. The word "required" and words of similar import shall 1 understood to mean "as required to properly complete the work as required and ( approved by the City Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar impa are used, it shall be understood such words are followed by the expression "in the opinic of the Engineer," unless otherwise stated. Where the words "approved," "approva "acceptance," or words of similar import are used, it shall be understood that the approv: acceptance, or similar import of the Engineer is intended. D. The word "perform" shall be understood to mean that the Contractor, at her/his expens shall perform all operations, labor, tools and equipment, and further, including tl furnishing and installing of materials that are indicated, specified or required to mean tE the Contractor, at her/his expense, shall furnish and install the work, complete in place a ready to use, including furnishing of necessary labor, materials, tools, equipment, a transportation. a .. Perform and Provide: a e 1-2 DEFINITIONS 0 Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his approved representativc a 0 10/3/90 R a e 4 District - Carlsbad Municipal Water District District Engineer, District Representative - the Project Manager for the Carlsbad Munkip Water District or his approved representative. 24 CONTRACT BONDS Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bon (Material and Labor Bond) shall be for not less than 50 percent of the contract price satisfy claims of material suppliers and of mechanics and laborers employed by contract1 on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by tl Contractor during the course of this project. Both bonds shall extend in full force ai effect and be retained by the City for a period of one (1) year from the date of form acceptance of the project by the City. 0 * e a .. a * @ 0 10/3/90 R 0 0 L SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS a 0 To Section 2-5.1, General, add: The work shall be performed in accordance to the following documents: 1. a Standard Specifications for Public Works Construction 1988 Edition and the 194 Supplement. Standard Design Criteria for the Design of Public Works Improvements in the Ci 2. e of Carlsbad approved 6-19-87. 3. Standard Special Provisions for Use in Conjunction with the AGC/APV Standard Specifications for Public Works Construction, as shown in the City Carlsbad’s Standard Design Criteria. San Diego Area Regional Standard Drawings with Modifications as listed in t City of Carlsbad’s Standard Design Criteria approved 6-19-87. City of Carlsbad Supplemental Standard Drawings as shown in the City Carlsbad’s Standard Design Criteria approved 6-1 9-87. California Department of Transportation Standard Plans and Specificatio Section 86, Signals Lighting and Electric Systems, 1988 Edition. Standard Plans and Specifications for Construction of Water Mains for Carlsb Municipal Water District dated January 1987 adopted by Resolution 539. Construction plans consisting of 39 sheets designated as City of Carlsbad Drawi No. 312-8, Sheets 1 through 21; and CRMWD Drawing No. 89-102, Sheets through 18. State of California Department of Transportation Traffic Manual. e 4. 5. 6. By 7. e 8. a 9. 10. These project specifications supplied herein. Copies of pertinent stand2 drawings are enclosed with these documents. a a 0 10/3/90 R a e 45 To Section 2-5.3, Shop Drawings, add: 0 Schedule of Submissions 0 Prepare and submit, with the Construction Schedule, a separate schedule listing dates for submission and dates reviewed shop drawings, project data and samples will be needed foi each product. Make all submittals in accordance with the approved Schedule of Submissions, an( sufficiently in advance of requirements to allow reasonable checking time, including timi for correcting, resubmitting, and rechecking if necessary. No claim for delay will bc granted by reason of failure in this respect. 0 e Shop Drawing Shop drawings shall include original drawings, prepared by a qualified detailer fc Contractor, subcontractor, supplier or manufacturer, which illustrate some portion of th Work, showing fabrication, layout, setting or erection details. Xdentify details by reference to sheet and detail numbers shown on contract drawings. Us same symbols used on contract drawings to identify shop drawing details wherevc practicable. Reproductions for submittals: reproducible transparency with one opaqu diazo print. Sheet size: 24" x 36". e 9) Project Data Manufacturer's standard schematic drawings shall be modified to delete information whic is not applicable to project. Supplement standard information to provide addition information applicable to project. Manufacturer's catalog sheets shall include brochures, diagrams, schedules, performanc charts, illustrations and other standard descriptive data. Clearly mark each copy to identi pertinent materials, products or models. Show dimensions and clearances require performance characteristics and capacities, and any other pertinent data applicable to tl project. Manufacturefs certificate of compliance shall certify compliance with specificatii requirements, applicable reference standards and test and data requirements. Inclu reference to the specification section and paragraph with which the product or material 0 e e intended to comply. Contractor ResDonsibilities Submittals shall be made by Contractor to the Engineer with a transmittal form or lett Contractor shall review, stamp with his approval, and submit in orderly sequence submittals required by the specifications. By approving and submitting items Contracl e 0 10/3/90 R e 0 4t represents that he has verified all field measurements, field construction criteria, materials catalog numbers and similar data, and has coordinated each shop drawing witl 0 requirements of the Project. e Contractor's responsibility for errors and omissions in submittals or for deviations ii submittals from requirements on the Contract Documents, is not relieved by review o submittals, unless Engineer gives written acceptance of specific deviations. Notify Enghee in writing at time of submission, of deviations in submittals from requirements of th a Contract Documents. Begin no work which requires submittals until return of approved submittals witl Engineer's stamp and initials or signature indicating review. Distribute required copies c submittal after final review. Distribution of Submittals After Review Distribute approved copies of Shop Drawings and Project Datum which carry Engineer stamp to: Contractor's file, job site file, Project Documents file. Subcontractor, supplie fabricator or manufacturer. Distribute samples as required, one set of approved samplc will be kept at the project office, one set will be retained by the Engineer. Ennineers Duties Review submittals with reasonable promptness so as to cause no delay, but only fc conformance with design concept of the Project and with information given in Contrai Documents. Review of separate item does not constitute review of an assembly in whic item functions. Make comments or corrections on returned copies, note whether submitti is approved as noted, or requires resubmittal, affix stamp and initials or signature certifylr! to review of each submittal, and return submittals to Contractor for distribution. To Section 2-5, add: 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set transparent sepias, which shall be corrected daily and show every change from the origin drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmer underground piping, valves, and all other work not visible at surface grade. Prints for tE purpose may be obtained from the City at cost. This set of drawings shall be kept on tl job and shall be used only as a record set and shall be delivered to the Engineer up( completion of the work. 0 e v 8 a e 0 0 10/3/90 Re e e L 2-12 PROJECT MEETINGS Attend pre-construction conference to be held at time and place to be designated by tl Engineer for the purpose of reviewing with the Contractor and major subcontractors tl general requirements, progress schedules, communications procedures, and such 0th matters of general interest as may be appropriate. Conduct periodic job site meetings at intervals to be determined at the preconstructic conference, for the purpose of reviewing, scheduling and coordinating project progress, well as other matters of general interest to the project. The Engineer and all maj subcontractors involved in the work to be discussed shall be notified of each meetin Keep written record of the minutes of each meeting, and make record available for revie by any person or organization attending or represented at any meeting, and by t Engineer or any subcontractor of the Contractor, whether or not present at any meetir 0 a e e 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representatii The Engineer shall have free access to any or all parts of work at any time. Contract shall furnish Engineer with such information as may be necessary to keep her/him fu informed regarding progress and manner of work and character of materials. Inspectif of work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testi materials and/or workmanship where the results of such tests meet or exceed t requirements indicated in the Standard Specifications and the Special Provisions. The c( 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 approved by him before the delivery is started. All materials proposed for use may inspected or tested at any time during their preparation and use. If, after trial, it is fou that sources of supply which have been approved do not furnish a uniform product, 01 the product from any source proves unacceptable at any time, the Contractor shall furn: approved material from other approved sources. Materials damaged after improper storal handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans a the SSPWC. Compaction tests may be made by the City and all costs for tests that mi or exceed the requirements of the specifications shall be borne by the City. * .. e e 0 a 0 10/3/90 R e 0 4f Said tests may be made at any place along the work as deemed necessary by the Engineer The costs of any retests made necessary by noncompliance with the specifications shall bt 0 borne by the Contractor. 0 Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plans o specifications upon written order by the Engineer. Any cost caused by reason of thi nonconforming work shall be borne by the Contractor. 5-1 LOCATION e Add the following: The City of Carlsbad and affected utility companies have, by a search of known record: endeavored to locate and indicate on the Plans, all utilities which exist within the limil of the work. However, the accuracy of completeness of the utilities indicated on the Plar is not guaranteed. RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including sen& connection, desired by the Contractor for his/her own convenience shall be the Contractoi own responsibility, and he/she shall make all arrangements regarding such work at no co to the City. If delays occur due to utilities relocations which were not shown on the Plan it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties relocate utilities which interfere with the construction, the Contractor, upon request to tl City, may be permitted to temporarily omit the portion of work affected by the utility. TI portion thus omitted shall be constructed by the Contractor immediately following tl relocation of the utility involved unless otherwise directed by the City. * v e a 6-1 CONSTRUCTION SCHEDULE 0 Modify this section as follows: Construction schedules shall be submitted by the Contractor per Section 6-1 of the SSPW No changes shall be made to the schedules without the prior written approval of t Engineer. Any progress payments made after the scheduled completion date shall n constitute a waiver of this paragraph or any damages. a e 10/3/90 Rc a e 4 Coordination with the respective utility company for removal or relocation of conflictir utilities shall be required prior to commencement of work by the Contractor. Submittal and Acceptance The Contractor's proposed Construction schedules shall be submitted to the Engineer with ten (10) working days after the date of the Notice of Award. The schedules shall 1 supported by written statements from each supplier of materials or equipment indicatir that all orders have been placed and acknowledged, and setting forth the dates that ea( item will be delivered. The Contractor shall schedule a preconstruction meeting with the Engineer to review tl proposed Construction schedules and delivery dates, arrange utility coordination, discu construction methods, and clarify inspection procedures. The Contractor shall prepare and maintain two (2) schedules. A horizontal bar ch schedule shall be prepared for the work items on bid Schedule No. 2. A critical pa method (CPM) schedule shall be prepared for the work items on bid Schedule Nos. 1 a: 0 0 0 a e 2. HORIZONTAL BAR CHART REQUIREMENTS Form of Schedule Prepare schedule in form of a horizontal bar chart with separate horizontal bar column f each trade or operation in the order of the Table of Contents of the Specifications. Ident each column by major specification section number and by distinct graphic delineatic Identify horizontal time scales by the first workday of each week. Provide scale a spacing to allow space for updating. Sheet size: 24" x 36'. Content of Schedule Provide complete sequence of construction by activity. Identify work of separate pha2 or other logically grouped activities. Include dates for beginning and completion of e2 element of construction. Show projected percentage of completion for each item of w( as of first day of each month. Provide separate schedules to define critical portions entire schedule. Submittals Submit initial schedule prior to Notice to Proceed. Engineer will review schedule a return review copy within 10 days after receipt. If required, resubmit within 7 days af return of review copy. Submit periodically updated schedules accurately depicting progr to first day of each month. Submit one reproducible transparency and one opaque pri Make prints from reviewed transparency for distribution. eo 0 a a a a 10/3/90 R 0 5( Distribution Distribute copies of reviewed schedule to: job site file, subcontractors, and other concernec parties. Instruct recipients to report any inability to comply, and provide detailec explanation, with suggested remedies. Updating Show all changes occurring since previous submissions of updated schedule. Indicat progress of each activity showing completion dates. Indicate major changes in scopc activities modified since previous updating, revised projections due to changes, and othe identifiable changes. e 0 a 0 Critical Path Schedule The schedule shall show a complete sequence of construction activities, identifying wor for the complete project in addition to work requiring separate stages, as well as any oth( logically grouped activities. The schedule shall indicate the early and late start, early ar late finish, 50% and 90% completion, and any other major construction milestone materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime Contractor shall revise and resubmit for approval the schedule as required 1 City when progress is not in compliance with the original schedule. The prime Contract( shall submit revised project schedules with each and every application for monthly progre, payment identifying changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each item of work i each and every submission. The failure of the prime Contractor to submit, maintain, or revise the aforementionc schedule(s) shall enable City, at its sole election, to withhold up to 10% of the month progress payment otherwise due and payable to the Contractor until the schedule has bet submitted by the prime Contractor and approved by City as to completeness ar conformance with the aforementioned provisions. 6-7 TIME OF COMPLETION The Contractor shall begin work within 14 calendar days after receipt of the "Notice Proceed" and shall diligently prosecute the work to completion within 150 consecutive da after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. ai sunset, from Mondays through Fridays, unless otherwise noted on the traffic control plan e *0 0 a a e 0 10/3/90 Rc a 5 The contractor shall obtain the approval of the Engineer if he/she desires to work outsid the hours state herein. Contractor may work during Saturdays and holidays only with the written permission c the Engineer. This written permission must be obtained at least 48 hours prior to SUC work. The Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completior and any faulty work or materials discovered during the guarantee period shall be repaire or replaced by the Contractor, at his expense. The following pertains to bid Schedule No. 2 work items per Drawing No. CRMWD 8' 102: e 0 0 e e PROJECT CLOSE-OUT PROCEDURE Substantial Completion Contractor shall submit written certification to Engineer that Project, or designated portic of Project, is substantially Complete, with a list of major items to be completed ( corrected. Engineer will make an inspection within 10 days after receipt of certificatio Should Engineer consider that Work is substantially complete, the Contractor shall prepa and submit to Engineer a list of items to be completed or corrected as determined by tl *e e inspec tion. Engineer will prepare a Certificate of Substantial Completion, containing: Substantial Completion: Contractor's list of items to be completed or corrected, verific and amended by Engineer; the time within which Contractor shall complete or correct wo of listed items; time and date Agency will assume responsible possession of Work designated portion thereof; responsibilities of Agency and Contractor for insuranc signatures of Contractor and Agency. Should Engineer consider that Work is not substantially complete, he shall immediatf notify the Contractor, in writing, stating reasons. Contractor shall complete Work and se second written notice to Engineer, certifying that the Project, or designated portion Project, is substantially complete. Engineer will reinspect Work. Date e 0 0 0 10/3/90 R e e 5: Final Inspection Contractor shall submit written certification that: contract documents have been reviewed project has been inspected for compliance with Contract Documents, Work has bee; completed in accordance with Contract Documents, system has been tested in presence c Engineer and is in compliance with specifications, project is completed and ready for fini inspection. Engineer will make final inspection within ten (10) days receipt of certification. Should Engineer consider that Work is finally complete in accordance with requirement of Contract Documents, he shall request Contractor to make project close-out submittal: Should Engineer determine that work is not finally complete, he shall immediately notif Contractor, in writing, stating the reasons. Contractor shall take immediate steps t remedy the stated deficiencies and send second written notice to Engineer certifying thi- Work is complete. Engineer will reinspect Work. e 0 * e e Close-out Submittals Project Record Documents, Guarantees, Warranties and Bonds Evidence of compliance wil requirements of governing authorities, operation and maintenance data. Evidence of Payments and Release of Liens Contractor's Affidavit of Payment of Debts and Claims, ContractoJs Midavit of Release 1 Liens, Consent of Surety to Final Payment, Contractor's Release of Waiver of Lien Separate releases of waivers of liens for subcontractors, suppliers and others with lit rights against property of Owner, together with list of those parties. All submittals shz be duly executed before delivery to Engineer. Final Ad-iustment of Accounts Submit final statement of accounting to Engineer. Statement shall reflect all adjustment including Original Contract Sum; additions and deductions resulting from previous chan orders, unit prices, other adjustments, deductions for uncorrected work, penalties ai bonuses, deductions for liquidated damages, deductions for reinspection payments; To1 Contract Sum, as adjusted; previous payments; and sum remaining due. Final Applications and Certificate for Payment Contractor shall submit final application in accordance with requirements of General a Supplementary Conditions. Engineer Will issue final certificate in accordance Wj provisions of General Conditions. Should final completion be materially delayed thou no fault of Contractor, Engineer may issue a Semi-Final Certificate for Payment, accordance with provisions of General Conditions. .I) 0 e a m a 10/3/90 RI 0 I Post-Construction Inspection Prior to expiration of one year from Date of Substantial Completion, Engineer will ma visual inspection of project in company with owner and Contractor to determine wheth correction of Work if required in accordance with provisions of General Conditions. CLEANING Description a e Maintain premises and public properties free from accumulations of waste, debris, a rubbish caused by construction operations. At completion of work, remove wa: materials, rubbish, tools, equipment, machinery and surplus materials, and clean all sigl 0 exposed surfaces. Leave project clean and ready for occupancy. Clean specific produc or work as specified in the specification section for that work. Safety Requirements Store volatile wastes in covered metal containers, and remove from premises daily. Prevc accumulation of wastes which create hazardous conditions. Provide adequate ventilati during use of volatile or noxious substances. Conduct cleaning and disposal operations to comply with local ordinances and an pollution laws. Do not burn or bury any waste materials on project site. Do not dispc of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary draii Do not dispose of wastes into streams or waterways. PROJECT RECORD DOCUMENTS * w 0 Maintenance of Documents Maintain at job site one record copy of Contract Drawings, Specifications, Addenc approved Shop Drawings, Change Orders, other modifications to the Contract, field ti records and other approved documents submitted by Contractor in compliance w 0 specification requirements. Store documents in storage files and racks in the Project Field office apart from documei used for construction. Do not use record documents for construction purposes. Mah documents in clean, legible condition. Make documents available at all times for inspecti e of Engineer and Owner. a 0 10/3/90 R 0 0 5' Submittal At completion of Project, deliver record documents to Engineer. Accompany submittal wit1 transmittal letter, in duplicate, containing: Date, project title and number, contractor' name and address, title and number of each record document, certification that eacl document as submitted is complete and accurate, and signature of Contractor, or hi authorized representative. GUARANTEES, WARRANTIES AND BONDS In addition to any other guarantees, warranties or bonds required elsewhere in thi Contract Documents, Contractor shall guarantee in writing to the Owner that all worl performed and all materials and equipment furnished under this Contract are in accordanc with the Contract Documents, and are free from defects of equipment, material or desig furnished, or workmanship performed by Contractor or any of his subcontractors o suppliers at any time. Such guarantee shall continue for a period of one year from the dat of final acceptance of the work. Under this guarantee, Contractor agrees to remedy at h own expense any inferior or defective equipment, material workmanship or design tlx should develop during the guarantee period, and to remedy any damage to Owner's rei or personal property resulting from Contractor's failure to conform to contrac requirements, or in restoring any work damaged in fulfilling the terms of this guarantec e e 6-9 LJOUIDATED DAMAGES e@ Modify this section as follows: If the completion date is not met, the Contractor will be assessed the sum of $400 per da for each day beyond the completion date as liquidated damages for the delay. An progress payments made after the specified completion date shall not constitute a waivt of this paragraph or of any damages. e 7-3 LIABILITY INSURANCE and 74 WORKERS' COMPENSATION Modify Sections 7-3 and 7-4 as follows: a SPECIAL, INSURANCE IN!XRUCXONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract insurance again claims for injuries to persons or damages to property which may arise from or connection with the performance of the work hereunder by the Contractor, his agenl representatives, employees, or subcontractors. If the insurance is on a "claims made" bas coverage shall be maintained for a period of three years from the date of completion of tl work. The cost of such insurance shall be included in Contractor's bid. The insuran company or companies shall meet the requirements of City Council Resolution No. 89-38' e e 0 10/3/90 Rt 0 e 5, A. Minimum Scope of Insurance 0 Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/73) coverin Comprehensive General Liability; and Insurance Services Office fon number GL 0404 covering Broad Form Comprehensive General Liabilitj and 1) e 2. Insurance Services Office form number CA 0001 (Ed. 1/78) coverin Automobile Liability, Code 1 "any auto"; and Workers' Compensation as required by the Labor Code of the State ( California and Employers' Liability Insurance. 3. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combined single limit p occurrence for bodily injury and property damage. If the policy has i aggregate limit, a separate aggregate in the amounts specified shall 1 established for the risks for which the City or its agents, officers 1 employees are additional insured. 0 2. Automobile Liability: $1,000,000 combined single limit per accident f +. bodily injury and property damage. e 3. Workers' Compensation and Employers' Liability: Workers' compensatic limits as required by the Labor Code of the State of California a Employers' Liability limits of $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved the City. At the option of the City, either: the insurer shall reduce or elimh such deductibles or self-insured retentions as respects the City, its officials a employees; or the Contractor shall procure a bond guaranteeing payment losses and related investigation, claim administration and defense expenses. 0 e D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisioi a 1. General Liability and Automobile Liability Coverages: 0 10/3/90 R 0 e 5 The City, its officials, employees and volunteers are to be covere as insured as respects: liability arising out of activities performe by or on behalf of the Contractor; products and complet operations of the Contractor; premises owned, leased, hired c borrowed by the Contractor. The coverage shall contain no speci; limitations on the scope of protection afforded to the City, ii officials, employees or volunteers. The Contractor's insurance coverage shall be primary insurance i respects the City, its officials, employees and volunteers. AI- insurance or self-insurance maintained by the City, its official employees or volunteers shall be in excess of Contractois insuranc and shall not contribute with it. Any failure to comply with reporting provisions of the policies sha not affect coverage provided to the City, its officials, employees ( volunteers. a. 0 e 0 b. c C. 0 d. Coverage shall state that Contractor's insurance shall app separately to each insured against whom claim is made or suit brought, except with respect to the limits of the insurer's liabilit 2. Workers' Compensation and Employers' Liability Coverages The insurer shall agree to waive all rights of subrogation against the Cit its officials, employees and volunteers for losses arising from WOI performed by Contractor for the City. *. 3. All Coverages e Each insurance policy required by this clause shall be endorsed to state th coverage shall not be suspended, voided, cancelled, reduced in coverage ( in limits except after thirty (30) days' prior written notice by certified ma return receipt requested, has been given to the City. e E. Acceptabilitv of Insurers Insurance is to be placed with insurers with a Bests' rating of no less than A as specified by City Council Resolution No. 89-387. * 0 10/3/90 Rc 0 a 5 F. Verification of Coverage Contractor shall furnish the City with certificates of insurance and with origin: endorsements affecting coverage required by this clause. The certificates an endorsement for each insurance policy are to be signed by a person authorize by that insurer to bind coverage on its behalf. The certificates and endorsemenl are to be in forms provided by the City and are to be received and approved b the City before work commences. e e e G. Subcontractors Contractor shall include all subcontractors as insured under its policies or sk furnish separate certificates and endorsements for each subcontractor. P coverages for subcontractors shall be subject to all of the requirements stat( herein. 7-5 PERMITS a Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-wa grading, and building permits necessary to perform work for this contract on City propert in streets, highways (except State highway right-of-way), railways or other rights-of-wa O0 Add the following: Contractor shall secure and pay for all County or State permits, fees, and licenses necessa for proper execution and completion of work and as applicable at time of receipt of bic Contractor shall not begin work until all permits incidental to the work are obtained. Contractor shall obtain approval for haul routes. Haul route approvals shall be issued the Agency. Contractor shall obtain Agency approval for traffic control plans for asphalt overl: pavement grinding, and traffic signal repairs. Cost for plan preparation shall be includ in the unit cost or lump sum cost for asphalt overlay, pavement grinding, and traffic sigr repairs. 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working d at the City's request. c e e 0 e 10/3/90 R m e 5r Add the following to Section 7-8: e 7-8.8 Noise Control t All internal combustion engines used in the construction shall be equipped with muffler in good repair when in use on the project with special attention to City Noise Contrc Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 0 Add the following: Contractor shall, prior to site work, send written notices to property owners whos property might be affected, notifying the extent of Work insofar as it affects their propert] Also send notices to utility companies and government operated utilities. Splicing of signal detector loops shall not be allowed. If loops are damaged, the entire loc shall be replaced. The Engineer shall be notified forty-eight (48) hours in advance of a1 0 * potential loop damaging activities. Replacement of loops damaged as a result of trenching, and pavement grinding operatioi shall be paid for at the lump sum bid price for loop installation. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access, add: The Contractor shall use signs, delineators, barricades, etc., as per the latest State California Manual of Traffic Controls for Construction and Maintenance of Work Zones Traffic control signs and delineators shall be maintained on a 24-hour basis as indicatf on the plans. This shall include Contractor's inspection of traffic control devices at lea at 2-hour intervals. The Agency shall have the right to cause this work to be performc at the ContractoJs expense should the work be defective at any time. The Contractor shall prepare and secure approval of a traffic control plan for aspb overlay work, pavement grinding, and traffic signal repairs prior to commencement work. Refer to Section 7-5, Permits. Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the wc and shall comply with all applicable provisions of Federal, State and Municipal safety la and building codes to prevent accidents or injury to persons on, about, or adjacent to t .. e - e e 0 0 10/3/90 Ri 0 e 55 premises where the work is being performed. He/she shall erect and properly maintain a all time, as required by the conditions and progress of the work, all necessary safeguard: for the protection of workers and public, and shall use danger signs warning agains hazards created by such features of construction as protruding nails, hoists, well holes, an( falling materials. 0 a 7-13 LAWS TO BE OBSERVED c Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation anc Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds for use in the proposed construction project which would be subject to Section 1601 o Section 1603 of the Fish and Game Code, such conditions or modifications establishel pursuant to Section 1601 of the Fish and Game Code shall become conditions of th contract. c 7-16 TAXES Contractor shall pay for all sales, consumer, and use taxes. Payment for this item shall b included in the unit price for each bid item. 8 FACILITEES FOR AGENCY PERSONNEL Delete this section. .. 9-3 PAYMENT 0 Add to 9-3.1, the following: Payment for bid Schedule 2 items shall be as listed below: 1. Traffic Control - Pay Item No. 1 The Contractor shall be paid a fixed lump sum price for the cost of providing i traffic control required by the project in accordance with the traffic control plan Payments shall be made on an equivalent percent complete bases compared the percentage of pipe installed and completed. Trenching - and Shoring - Pay Item No. 2 Sheeting, shoring and bracing, or equivalent shall be paid for at the lump su price bid. Payments shall be made on a percentage complete basis for this ite and shall include full compensation for all labor, materials, tools and equipme a * 2. e a 10/3/90 Re a a 6 and doing all work involved in preparing such protection (including cost ( preparation and submittal of plans and obtaining permit from the State Divisio 0 of Industrial Safety. 3. Pressure Reducing Station - Pay Item No. 3 The construction of a pressure reducing station shall be paid for as a comple unit. Payment therefore will be made at the lump sum price contained in the b! proposal and shall include all costs related thereto, including (but not limited tc sidewalk removal, excavation, vault, valves, fittings, electrical system, condui for future telephone circuit, discharge system with connection to existing stor drain, and replacement of ornamental concrete to match existing. Point of Connection - Pay Item No. 4 throuzh No. 10 The new connections between the existing waterline and the new waterline sh be measured as a complete unit. Payment therefore will be made at the lun sum price contained in the Bid Proposal and shall include all costs relat thereto, including (but not limited to) pavement removal, excavation, beddir fittings, backfill, compaction, concrete thrust blocks, hydrostatic testing ai disinfection, and all other work incidental to the item of work not included another bid item. Included also is the disposal of all excavated material n incorporated into the project. Ductile Iron and Polyvinyl Chloride Water Main - Pav Item Nos. 11 throunh Payment will be made at the unit price contained in the Proposal and measur as per Section 9 of the Standard Specifications (green book). Payment sh include all costs of the completely installed pipeline, including (but not limit to) pavement removal, excavation, bedding, pipe, fittings, concrete thrust bloc1 backfill, compaction, hydrostatic testing, disinfection, and all other wc incidental to the item of work not included in another bid item. Included a1 is the disposal of all excavated material not incorporated into the project. No price to include temporary paving where trench crosses roadway as shown drawings. Waterline Valves - Pay Item Nos. 15 through 20 The installation of waterline valves (butterfly and gate) shall be measured a complete unit. Payment will be made at the unit price for each contained in 1 Bid Proposal and shall include all related costs including (but not limited pavement removal, excavation, bedding, valves, concrete thrust blocks, backl compaction, hydrostatic testing, disinfection, disposal of excavated material 1 incorporated in the project, and all other work incidental to the item of work 1 included in another bid item. e .. 4. a .. 5. a e 6. e a I) 10/3/90 R a e € 7. Pipeline Appurtenances - Pay Item Nos. 21 through 26 The installation of pipeline appurtenances, such as manual air relief assemblie air-vacuum valve assemblies, water services, and blow-offs, shall be measured i a complete unit. Payment will be made at the unit price or lump-sum pric contained in the Bid Proposal and shall include all costs related thereto, includir (but not limited to) pavement removal, excavation, fittings, backfill, concre thrust blocks, compaction, hydrostatic testing, disinfection, disposal of excavatt material not incorporated in the project and all other work incidental to the ite of work not included in another bid item. Replace Asphaltic Concrete Pavement - Pay Item No. 27 This item shall be measured on a linear foot basis and will be paid for at the ur price bid as contained in the Bid Proposal. This item includes all labc equipment, material, paving and aggregate base tools to complete the paving specified. # e 8. 0 e 9. Redace Traffic Loops - Pay Item No. 28 This item shall be paid for on per loop basis as indicated in the Bid Proposal ai shall include labor, materials and equipment necessary for replacement of ea loop removed or damaged during the course of the construction project. Abandonment of Existinn Water System - Pay Item No. 29 The abandonment of existing facilities shall be paid for as a complete un Payment therefore will be made at the lump sum price contained in the E Proposal and shall include all costs related thereto, including (but not limited t removal or an existing pressure reducing and meter station, removal of existi valve boxes, installation of end caps and pipe closures. All salvaged valves, meters, fittings and valve boxes shall be delivered to t District yard at 5950 El Camino Real as part of this pay item. Replacement of Traffic Stripping - Pay Item No. 30 This item shall be paid for on a lump sum basis as contained in the Bid Propo and shall include labor, materials and equipment necessary for replacement removed or damaged traffic striping and delineators during the course of 1 construction period. Payment for bid Schedule 1 depression retrofits shall be as listed below: eo 10. e e 11. e e 0 10/3/90 R e a 6 Payment for bid Schedule 1 depression retrofits at Station 110+94 and Statio 121+37.5 shall be on a lump sum basis. The lump sum shall include lab0 materials and equipment necessary for all material removals, disposal, an reconstruction necessary for curb, gutter, asphalt, concrete apron, and aggregal base work. a 0 10 SURVEYING The Agency will employ a licensed land surveyor or registered civil engineer to perfon construction staking as follows: a Mark out removals and sawcut limits where appropriate and at 50-foot interval a Stake median curb at 50-foot intervals on tangents. Stake out median curb on curves at 25-foot intervals, BC, EC; or at BC, 1/4, 1/ Paint pavement fills for variable thickness A.C. leveling course. 3/4, EC as appropriate for the curve radius required. a Stake signal locations. Stake watermain at 50-foot intervals. @. . Stake watermain appurtenances. Stake pressure reducing station. a The Contractor shall preserve all staking. All expenses related to replacement, if any, staking disturbed or destroyed by Contractor shall be paid for by Contractor. Should additional staking be required to perform the work as indicated by the Agency the plans and specifications, such work shall be performed at the Contractor's expense The Contractor shall notify the Agency in writing fourteen (14) days prior commencement of work for which Agency staking is required. Contractor shall protect in place, or replace all obliterated survey monuments as p Section 8771 of the Business and Professional Code. Such work shall be performed by tl Agency at the Contractor's expense. a m a 0 10/3/90 Rt a e 6: 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the constructioi under this contract. The Contractor shall contact the appropriate water agency fo requirements. The contractor shall include the cost of water and meter rental withh appropriate items of the proposal. No separate payment will be made. e a a e e eo e e e e 0 10/3/90 R e e 6 SIJPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS FOR - BE) SCHEDULE 1: STREET IMPROVEMENTS PER DRAWING NO. 312-8 a 0 200-2 WlXI3ED BASE MATERIAL Aggregate base shall be Class 1 or Class 2 per Section 25-1.02A of the Standai Specificatijons, January, 1988, State of California, Department of Transportation. e 201-1 PORTLAND CEMENT CONCRETE All concrete shall be Class 560-C-3250 with a maximum slump of 4-inches. Modify SelEtion 201 -1 2.1 , Portland Cement, as follows: First paragraph, first sentence amend to read: "All cement to be used or furnished sh, be low alkali and shall be either Type I or Type I1 Portland Cement conforming to AS? C 150, or Type IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, unlc o thenvise specified .I' Modify Section 201 -1.2.3, Water, as follows: Second paragraph replace "1,000 ppm (mg/L) of sulfates" with "1,300 (mg/L) ppm e e .. sulfates .It Third paragraph replace "800 ppm (mg/L) of sulfates" with "1,300 (mg/L) ppm of sulfate (b) Air-entraininE Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is allow€ The air content of freshly mixed concrete will be determined California Test Method h 504." Modify Section 201 -1.3.3, Concrete Consistency, as follows: Second paragraph delete: "and shall not exceed amounts shown in following table:" A delete table. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificate: "Transit mixed concrete IT be certified by mix design number, provided a copy of the mix proportions are kept on 1 at the plant location for a period of 4 years after the use of the mix." 0 0 e e 0 10/3/90 R a * 6 203-6 and 4004 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000 for surface course, D2-AR 4000 for levelir course, and B-AR 4000 for base course. Surface course shall be 2-inches thick. Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete "and from the Engineer's field laboratory." Last paragraph, add after D 2172: "method A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follows: Add the following: "Open graded asphalt concrete stored in excess of 2 hours, and ar other asph.alt concrete stored in excess of 18 hours, shall not be used in the work." Modify Selction 400-4.1 , General, as follows: Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving grac asphalt shall be used for Type I11 asphaltic concrete, and AR-8000 paving grade aspk shall be used for asphalt concrete dikes." Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "Thie total amount of material passing the No. 200 sieve shall be determined ' washing the material through the sieve with water. No less than 1/2 of the maten passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry sieving." Add the following paragraph: "Fine aggregate shall be tested for soundness in accordan with ASTM D-1073, and shall not exceed fifteen percent (15%) loss by weight." Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM D2419 Test Method may be alternated for Test Method P Calif. 217." e 0 m 0 a * 0 a e a 0 10/3/90 R e a 0 CLASS B2 B3 SIEVE INDMDUAL MOVING INDMDUAL MOVING SIZES TEST RESULT AVERAGE TEST RESULT AVERAGE 100 100 100 90-100 90-100 95-100 80-90 85-100 85-95 60-75 60-84 65-80 40-55 40-60 45-60 27-40 24-50 30-45 12-22 11-29 15-25 3-6 1-9 3-7 1" (25 mm) 100 1/2" (13 rnm) 75-95 3/4" (19 mm) 87-100 3/8" (10 mm) 50-80 No. 4 30-60 No. 8 22-44 No. 30 8-26 No. 22 1-8 Aspha1.t Yo 4.6-6.0 4.6-6.0 e 6' After the last paragraph, add the following: The aggregated from each separate bin for asphalt concrete, Type 111, except for the biI containing the fine material shall have a Cleanness Value as noted in the added "Table o Sand Equivalent and Cleanness Values" and as determined by Test Method No. Calif. 227 modified as follows: Tests will be performed on the material retained on the No. 8 sieve from each bind an will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 seconds, a single loading c the entire sample on a 12-inch diameter, No. 4 sieve nested on top of a 12-inch diametei No. 8 sieve. Where a cloarse aggregate bind contains material which will pass the maximum siz specified and be retained on a 3/8 inch sieve, the test specimen weight and volume c msh water specified for one inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area during or immediately after discharg from each bin of the batching plant or immediately prior to mixing with asphalt in the cas of continuous mixers. The Cleanness Value of the test sample from each of the bins will be separately compute and reported. Modify Section 400-4.4, Storing, Drying and Screening Aggregates, as follows: After fifth paragraph, add: "When the Contractor adds supplemental fine aggregate, eac such supplemental fine aggregate used shall be stored separately and kept thoroughly dr 210-1 PAIPQ Paint for s1:riping shall be white or yellow, as indicated on the plans. SECTION 211 SOILS AND AGGREGATE TESTS DELETE ENTIRE SECTION AND SUBSTITUTE THE FOLLOWING; 211.1 Soils Testing All backfill and subgrade shall be compacted in accordance with the notes on the plans ar the SSPWC. Compaction tests shall be made by the City and all costs for tests that me or exceed .the requirements of the specifications shall be borne by the City. 0 0 a e .. e a 0 0 0 10/3/90 Re 0 e 6l Said tests may be made at any place along the work as deemed necessary by the Engineer The costs of any retests made necessary by non-compliance with the specifications shall bc borne by the Contractor. The Contralctor shall give 48-hours advance notice to the Engineer prior to cornmencemen of work requiring soil testing. a 0 e a e % e 0 a 0 10/3/90 R 0 6' SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS SECTION 212-1 LANDSCAPE MATEW 212-1.1 Topsoil 212-1.1.1 General, add: Topsoil shall be designated as Class B (selected) or Class C (unclassified). Class B materi: may be obtained from within the project limits. This will account for a portion of materi; specified as unclassified excavation. Contractor shall remove all existing vegetation, trasl clippings, rock and clods larger than 1-inch in greatest dimension, sticks and other debn in planting areas. Rake and fine-grade all planting areas prior to commencement c planting. Agricultural grade gypsum shall be a (CAS04. H20) calcium sulfate product - 94.3%. 9OC shall pass a SO-mesh screen. Control of dust during application is mandatory. Material shall be similar or equal to U.S. Gypsum, Dolmar, or Bandini. Iron sulfate - iron shall be expressed as metallic - derived from sulfate - deep green (FESO - H20). A minimum analysis of 20.0% and 98.3% retained on a 10-mesh screen. Material sh.all be similar or equal to Wilson & Geo. Meyer, Wil-Gro, or Bandini. Backfill planting mix shall be 2-parts topsoil to 1-part soil amendment. Soil amendmei shall consist of the following portions per 1000 square feet of planted area: 3-yart nitrolized wood shavings, 80-lbs. agricultural gypsum, 6-lbs. of Fertilizer A. Fertilizer A, shall consist of: e 0 0 0 % e 16% Nitrogen 6% Phosphorus 8% Potassium 18% Sulfur 2% Iron * Fertilizer tablets shall be agnform, or equal, 21-grams, 20-10-5 for trees and shrubs, q grams for ground covers. Provide at the rate: e Four (4) 21-gram tablets per 24" box Two (2) 21-gram tablets per 5 gal. One (1) 21-gram tablet per 1 gal. 212-1.2.5 Mulch, add: Mulch shall be Type 1. 0 0 10/3/90 Re 0 c I 0 212-1.4.1 General, delete: First paragraph. 212-1.4.1 General, add: Labeling: Each group of plant materials delivered on site shall be labeled clearly as species and variety. All patented plants (Cultivars) required by the plant list shall be delivered with a prop plant patent attached. Quality arid size. Plants shall be in accordance with the California State Department Agriculture regulations for nursery inspection, rules and grading. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, WI proportioned plants are the intent of this specification. Plants which are even moderatc "overgrown" or are showing signs of decline or lack of vigor are subject to rejection. T size of the plants will correspond with that normally expected for species and variety commercially available nursery stock, or as specified in the special conditions or drawin; Plants larger in size than specified may be used with the approval of the Engineer, but the use of larger plants will make no change in contract price. If the use larger plants is approved, the ball of earth and spread of roots for each plant shall increased proportionately. Rejection and substitution: All plants not confirming to the requirements herein specifi shall be considered defective and such plants, whether in place or not, shall be marked rejected and immediately removed from the site and replaced with new plants by t 0 0 e e w 0 Contractor at his expense. - Right to changes: The Engineer reserves the right to change the species, variety, and/ sizes of plant material to be furnished, provided that the cost of such plant changes do I exceed thle cost of plants in the original bid, and with the provisions that the Contraci shall be notified in writing, at least sixty (60) days before the planting operation 1 commenced. 212-1.5 'Headers. Stakes and Ties: 212-1.5.3 Tree Stakes, add: Tree stakes shall be two (2) inch diameter lodgepole pine of lengths required, pointed end. (See details on landscape plans). e e 0 10/3/90 R e e 7: Tree ties sh.all be commercially manufactured ties made from black tire casings, cut to i minimum ten (10) inch length and held in place by 12-gauge galvanized wire; or spli plastic hose with a minimum length of twenty (20) inches. Split plastic hose ties to b( equal to "Clinch-Tie" by V.I.T. a o e e a ., 0 0 0 10/3/90 Rr 0 7 SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS FOR - BC) SCHEDULE 1: STlEET IMPROVEMENTS PER DRAWING NO. 312-8 0 0 300-1.1 Clearing and Grubbing. General, add the following: Clearing and grubbing shall1 include removal of existing A.C. pavement, A.C. berm, A.c swales, A.C. run-off diversions, oleanders and other plant structures, and objectionab materials within the limits of construction. * 302-5 ASP'HALT CONCRETE PAVEMENT Modify Section 302-5.1, General, as follows: Paragraph 1, replace "Section 203-6" with "Section 400-4". Last paragraph, add: "All testing of underground installations at any given point shall completed before surfacing is placed at that point". The 2" surface course shall be installed after the median landscaping is completed. 302-5.2 Cldd Milling Asphalt Concrete Pavement, add: Cold milling or grinding operations shall be completed within three (3) calendar da: After completion of grinding operations, the asphalt surface course shall be placed witE three (3) calendar days. Reset all valve covers, access holes, etc., within the grinding area. 302-5.2.4, modify as follows: Notify the City Utility and Maintenance Department 72 hours in advance of grinding traffic signal detector loops. Grinding shall include removal of material through detec loops and detector loop home run lines. Contractor shall schedule work so as to compll grinding operations prior to installation of new detector loops at the intersection of Camino Real and Chestnut Avenue. Damage to existing loops caused by the Contractor operation will require replacemem loops in their entirety. Payment for this item shall be covered by the bid item for sig detector loop installation. a e * e 0 @ 0 10/3/90 F w 7: c 302-5.2.6 Measurement and Payment, modify as follows: Cold milling will be measured by the lineal foot for the various section bid items as show on the plans. Full compensation for providing all labor and equipment and for complyin: with the above requirements shall be considered as included in the Contract unit price fo cold milling; asphalt concrete pavement. The cost for installation and removal of temporq cold-mix asphalt ramps shall be included in the Contract unit price. Modify Section 302-5.3, Prime Coat, as follows: After "grade SC-250" add "or MC70". Prime coat shall be applied over the aggregate bas course. Modify Section 302-5.6.1, Rolling General, as follows: Second paragraph, Part (2), add: ''Vibratory :rollers shall be limited to breakdown, unless otherwise directed by the Enghee After last paragraph, add: "Unless directed otherwise by the Engineer, the initii breakdown rolling shall be followed by a pneumatic-timed roller as described in th Section." Modify Section 302-5.6.2, Density and Smoothness, as follows: first paragraph, chang 1/8 inch (:3mm) to 1/4 inch (6mm). Add to Section 302-5.9, Measurement and Payment, "Cost of labor and materials for tl prime coat, tack coat, and seal coat shall be included in the unit bid for asphalt concrett 0 o * 0 0 w Add the following: 302-5.10. Seal Coat All asphalt concrete surfaces shall be seal-coated unless otherwise specified. The seal co shall consist of a coat of asphaltic emulsion and a cover coat of sand. The asphah emulsion shall be mixing type conforming to Section 203-3, "Emulsion Asphalt." Sand sh be clean and dry. Immediately before applying asphaltic emulsion, the surface to be seal-coated shall 1 thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be appli when the street is overly wet or when the atmospheric temperature is below 50 degre Fahrenheir:. The asphaltic emulsion shall be applied by use of a power spraying device that uniforn applies the emulsion to the surfacing at a rate of 0.1 to 0.15 gallon per square yard. T distributor spray bar shall be equipped with asphaltic emulsion-type spray jets. a 0 10/3/90 Rc e Curbs, gurters, and other adjoining improvements shall be carefully protected from t emulsion, and any such improvements spattered or touched with emulsion shall be carefu cleaned. Immediately after the application of asphaltic emulsion, a cover coat of sand shall spread at rhe rate of 6 to 12 pounds per square yard. After the sand has been spread, a piles, ridges, or uneven distribution shall be broomed to maintain an even layer over t surface. Five days after the seal coat has been applied, the surface shall again be broomed and any excess sand shall be picked up and removed frc the job. The Engineer may authorize the sand to be broomed, picked up and removed frc the job afrer 2 or more days. 303-6 STAMPED CONCRETE Modify Section 303-6.1, General, to include: The Contractor shall construct stamped concrete to match existing stamped concrc adjacent to the north of the project. Contractor shall construct a stamped concrete ti section one hundred (100) square feet in area. Construction of the stamped concrete v not be au1:horized or accepted until the test section has been approved. If the test section is not approved, it shall be removed and a new test section construcf at Contractor's expense until approved by the Engineer. Color application shall be method A (Dry Shake). 307 STRIEET LIGHTING AND TRAFFIC SIGNALS DescrbticQ Furnishing and installing traffic signals and highway lighting systems and paymc therefore shall conform to the provisions in Section 86, "Signals and Lighting", of 1 Standard Specifications and the Standard Plans of the State of California, Department Transportation, dated January 1988, and these special provisions. Traffic sigpal work is to be performed at the following location: e e e w 0 EL CAMIN0 REAL AND CHE!3"UT AVENUE a Equipment List and Drawinns The controller cabinet schematic wiring diagram and intersection sketch, to be moun on the cabinet door (24" x 36"), shall be combined into one drawing so that when * cabinet door is open the drawing is oriented with the intersection. a c 0 10/3/90 R a .I 7: The contractor shall furnish two maintenance manuals for all new controller units auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. Thc maintenance manuals and operation manuals may be combined into one manual. Thc maintenance manual or combined maintenance and operation manuals shall be submittec at the time the controllers are delivered for testing or, if ordered by the Engineer, previou to purchase. The maintenance manuals shall include, but need not be limited to, thc following it ems: .r o (a) Specifications (b) Design characteristics (c:) General operation theory (d) Function of all controls (e) Trouble-shooting procedure (diagnostic routine) (f) Block circuit diagram (h) Schematic diagrams (i) c 0 (2;) Geographical layout of components List of replaceable component parts with stock numbers As-Builts "As-Built" construction plans shall be provided to the City of Carlsbad within five (: working days after completion of the project. Two (2) copies shall be provided wit changes sh'own in a contrasting color to the original contract work. Details to be show on the as-built plans shall include, but not be limited to, location, type and installed dept of conduit runs, location of pull boxes, location of foundations, location and depth ( underground utilities encountered during the course of the work, changes made to sign; and lightin,g poles, and any changes made to traffic signal equipment. As-built plans sha be signed and dated by the Permittee and by the Foreman of the crew that actual1 constructed the facility. In addition, employer or company names shall be shown. Scheduling of Work The Contractor may perform sub-surface work consisting of the installation of condui foundations, and detectors, prior to receipt of all electrical materials and equipment, an shall begirt said work within fifteen (15) calendar days after receipt of the "Notice 1 Proceed'. All mastann signal pole locations shall be potholed to determine possible utility conflicl prior to ordering poles. Aboveground signal work shall not commence until such time that the Contractor not5 the Engineer, in writing, of the date that all electrical materials and equipment a received, and said work shall start within fifteen (15) days after said date. No materials or equipment shall be stored at the job sites until receipt of said notificatic by the Engineer. The job sites shall be maintained in neat and orderly condition at i times. * * e e 0 10/3/90 Rc e r 0 1 Detector loops installation shall take place after asphalt pavement grinding and before . A.C. surface course. All striping, pavement markings, and signing shall be in place prior to signal turn on. Contractor shall contact San Diego Gas and Electric for existing power pole relocation raising if required, at the beginning of construction. All signal operations coordination should be made with the Engineer forty-eight (48) hou prior to construction. This includes all signal flash operations, bagging of signal heads, ai recall settings due to cutting of loops, signal modifications, and blocking of lanes. Foundations Portland cement concrete shall conform to Section 90-10, "Minor Concrete", of t Standard !3pecifications and shall contain not less than 470 pounds of cement per cul yard, except concrete for reinforced pile foundations shall contain not less than 564 poun of cement per cubic yard. At all other locations, concrete for foundations, sidewalks, and handicap ramps shall SSPWC Class 560-C-3250 with a maximum slump of 4-inches using Type I1 cement. T mix shall contain not less than six (6) sacks of concrete per cubic yard. See Section 307, "Scheduling of Work', for potholing requirements. Standards, Steel Pedestals and Posts Where the plans refer to the side tenon detail at the end of the signal mast arm, t applicable tip tenon detail may be substituted. a e .y 0 Conduit - Only rigid metallic type conduit shall be used. When a standard coupling cannot be used for coupling metal type conduit, a UL list threaded union coupling, as specified in the third paragraph in Section 86-20: "Installation," of the Standard Specifications, or a concrete-tight split coupling, or concre tight set screw coupling shall be used. Insulated bonding bushings will be required. Mer conductors have been installed, the ends of conduits terminating in pull boxes a controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable d bits for size hole required. 0 0 0 e 10/3/90 R a 7: Conduit across any streets shall be installed by jacking. All other conduit runs may br trenched. When abandoning an existing conduit in place, the Contractor shall remove all existinl conductors. Pull Boxes Grout in bolttom of pull boxes will not be required. Pull boxes, pull box covers, and pull box extensions shall be concrete. Concrete arid Wiring Conductors No. 8 AWG or larger, shall be spliced by the use of "C" shaped compressioi connectors as shown on the plans. Splices shall be insulated by "Method B". New emergency vehicle pre-emptor detector lead-in cable shall conform to the provision of Section 86-2.08, Tonductors", of the Standard Specifications and these specia provisions. Emergency vehicle pre-emptor detector lead-in cable shall meet the characteristics o IPCEA-S-61-402 or NEMA WCS, Section 7.4, 600V. Control Cable, 75 degrees C, Type B Conductors shall be 3 No. 20-7x28 stranded. Conductor strands shall be individually tinned. Conductor insulation shall be a low-densit: polyethylene material having a minimum thickness of 25 mils. Conductors shall be color coded: 1 -yellow, 1 -blue, and 1 -orange. The cable shall have 1 No. 20-7x28 stranded, tinned, bare drain wire. The drain wire shall be placed between the insulated conductors and a shield. The shield shall be of tinned copper-brass or aluminum polyester tape with a nominal 209 overlap. The conductive surface of the shield shall be in contact with the drain wire. Capacitance measured between any conductor and the other two conductors and the shielc shall not exceed 48 picofarads per foot when tested at 1000 hertz. The cable jacket shall be a black PVC material rated for 600 volts and 75 degree C anc shall have an average minimum wall thickness of 45 mils. The finished outside diameter of the cable shall be between 0.28 and 0.30 of an inch. * 9 * e e .. 0 e e a a 10/3/90 Rec -1 - e 7 The cable jacket shall be marked with the manufacturers name, insulation type designatio1 number of conductors and conductor size, and voltage and temperature ratings. All splices shall be made by the use of crimp type compression connectors and such splicc shall be soldered. Splices shall be insulated by use of heat-shrink tubing. Type THWN insulation shall not be used in the work, except as required elsewhere in thes Special Provisions. Heat-Shrink Tubing Heat-shrink tubing shall be dual wall, irradiated polyolefin tubing containing an adhesil inner wall, When heated, the inner wall shall melt and fill all crevices and interstices ( the object being covered while the outer wall shrinks. Each end of the heat-shrink tu1 or the open end of the end cap of heat-shrink material shall, after contraction, overlap tl conductor insulation at least 1 -1/2 inches. All heat-skuink tubing shall also meet the following requirements: 6 t 0 e Shrinkage Ratio: 33 percent, maximum, of supplied diameter when heated 125 degrees C. and allowed to cool to 25 degrees C. 350 kilovolts per inch, minimum. 1014 ohms per centimeter, minimum. 2,500 lbs. per square inch, minimum. -55 degrees C. to 135 degrees C. Dielectric Strength: Resistivity: Tensile Strength: Operating Temperature: Water Absorption: 0.5 percent, maximum. When three or more conductors are to be enclosed within a single splice using heat-shri material, mastic shall be placed around each conductor, prior to being placed inside t heat-shrink material. The mastic shall be the type recommended by the manufacturer the heat-shrink material. Vehicle Simal Faces and Simal Heads Signal section housings shall be metal type. All lamps for traffic signal units (including programmed visibility type) shall be furnisE by the Contractor. Plastic signal housings, backplates, visors, and optical units are not acceptable. 1 housing shall be cast aluminum and all non-programmed lenses shall be glass. @e a e a T 0 10/3/90 R a 7 Each lamp receptacle shall be wired with a conductor, connected to the shell of th receptacle, with white insulation, and a conductor, to the bottom or end terminal of th receptacle, with black insulation color-coded as follows: Red signal Yellow signal G,reen signal - solid red insulation - solid yellow insulation - solid blue insulation # These conductors shall, in turn, be connected to a terminal block mounted inside at tk back of the housing. The terminal block shall have sufficient screw type terminals 1 terminate all field conductors and lamp conductors independently, with separate screw The terminals to which field conductors are attached shall be permanently identified ( conductors shall be color-coded to facilitate field wiring. a Detectors Loop detector sensor units shall be rack mounted. Loop lead-iLn cable shall be Type "B". Loop wire shall be Type 1. The following Special Provisions shall apply: Slots cut :in the pavement shall be washed clean, then blown-out and dried befo installatiort of inductive loop detectors. The additional length of conductor for each loc shall be twisted together into a pair before being placed in the slot and conduit to tl termination pull box. Type 1A loop wire shall be twisted at least 2 turns per foot and Tyl 2 loop wirce shall be twisted at least 1.5 turns per foot. Splices in loop detector circuits shall be insulated with heat-shrink tubing. The heat-shrir material shall be contracted enough so that the entrance of water will not be permitte Residue resulting from slot cutting operations shall not be permitted to flow acro shoulders or lanes occupied by public traffic and shall be removed from the paveme surface. Slots shall be filled with asphaltic sealant or hot-melt rubberized asphalt sealant. Slots in asphalt concrete pavement shall be filled with asphaltic concrete sealant as follow e '0 e e c . After conductors are installed in the slots cut in the pavement, paint binder sh be applied to all vertical surfaces of slots in accordance with the provisions Section 39-4.02, "Prime Coat and Paint Binder", of the Standard Specification e 0 10/3/90 Rc 8( 0 e Temperature of sealant material during installation shall be about 70 degrees F Air temperature during installation shall be above 50 degrees F. Sealant placec in the slots shall be compacted by use of an 8-inch diameter by 1/8-hch thic sieel hand roller or other tool approved by the Engineer. Compacted sedan shall be flush with the pavement surface. Minimum conductor coverage shall b 1 -inch. Excess sealant remaining after rolling shall not be reused. On completio OF rolling, traffic will be permitted to travel over the sealant. P The Contractor shall test the detectors with a motor-driven cycle, as defined in th California Vehicle Code, that is licensed for street use by the Department of Motor Vehicle of the State of California. The unladen weight of the vehicle shall not exceed 100 cubi centimeters. Special features, components or vehicles designed to activate the detector wi not be penmitted. The Contractor shall provide an operator who shall drive the motoi driven cycle through the response or detection area of the detector at not less than 3 mile per hour nor more than 7 miles per hour. Luminaries Glare shields are not required on semi-cutoff or full cutoff luminaries. Ballasts shall be the lag regulator type. Luminaries shall be General Electric M-400 A cutoff power/door units or approved equz RemovinE, Reinstalling or SalvaRinn Electrical Equipment Salvaged electrical materials shall be hauled to a location designated by the City ( Carlsbad. The Contractor shall provide equipment, as necessary, to safely unload the material. Full compensation for hauling and stockpiling electrical materials shall be considered i included in the contract price paid for the item requiring the material to be salvaged, ar no additional compensation will be allowed therefor. Pavment Lump sum price for signals and intersection lighting shall be measured as defined in St2 of Califorria Standard Specifications, Section 86, dated January 1988. SIGNING AND STFUPING Remove Traffic Stripes and Pavement Markings Remove traffic stripes and pavement markings as shown on the plans and designated the Engineer. c a YI c, e 0 a (b e 10/3/90 Rc e 8 Sand blast cleaning shall be used for the removal of painted traffic stripes and pavemer markings and for removal of objectionable material. Such removal operation when bein performed within 10 feet of a lane occupied by public traffic, the residue, including dus shall be rernoved immediately after contact between the sand and the surface being treatec Such remclval shall be by a vacuum attachment operating concurrently with the bla! cleaning operation. Nothing in these special provisions shall relieve the Contractor from his responsibilities i provided in Section 7-1.09, "Public Safety", of the Standard Specifications. Remove Roadside Sims Existing roadside signs, at locations shown on the plans to be removed and disposed ( outside the public right-of-way. Existing roadside signs shall not be removed until replacement signs have been installe or until the existing signs are no longer required for the direction of public traffic, unle otherwise directed by the Engineer. (c e * a 4 Relocate Roadside Sims Existing roadside signs to be relocated shall be installed at new locations shown on tl plans. Each roadside sign shall be installed at the new location on the same day said sign removed firom its original location. Roadside Signs New roadside signs shall be installed at the locations shown on the plans or where directc by the Engineer, and shall conform to the details shown on the plans and the provisio in Section 56-2, "Roadside Signs", of the Standard Specifications. Install Roadside Sim Panels Roadside sign panels shall be installed on new posts and on new traffic signal standa mast arm at the locations shown on the plans or where directed by the Engineer and conformance with the provisions in Section 56-2.04, "Sign Panel Installation", of t Standard Specifications and these special provisions. New posts shall be 1 -3/4" telspai Paint Traffic Stripes and Pavement Markings This work shall consist of painting traffic stripes, including applying glass spheres, at t locations shown on the plans or designated by the Engineer, in conformance with Secti 84-1, "Traffic Stripes and Pavement Markings", of the Standard Specifications. Thermoplastic shall not be used. * a! 0 a 0 0 10/3/90 R a e 8 Protection Newly painted traffic stripes and pavement markings shall be protected from damage 1 public traffic or other causes until the paint is thoroughly dry. Pavement Markers Pavement markers shall conform to the provisions in Section 85, "Pavement Markers", I the Standard Specifications and these special provisions. Payment The contract bid prices paid for traffic signing, striping, markings, and pavement marke shown shall include full compensation for furnishing all labor, materials, tools, equipmer and incidentals, and for doing all the work involved in connection with the traffic plar including, but not limited to, excavation and backfill, and covering, relocating, removin and disposing of and salvaging the traffic control devices and equipment, as shown on tl plans, as specified in the Standard Specifications and these special provisions, and directed by the Engineer, shall be included in the "Lump Sum" contract bid for trd @ Q a e signing and striping. 308-1 GENERAL Maintain a minimum 2% slope for drainage. Finish grades shall be smoothed to elimina puddling or standing water. All work shall conform to the City Landscape Guidelines Manual. Perform planting only when weather and soil conditions are suitable for establishment Verify location of underground utilities prior to digging planting pits. Contractor sh; include costs for utility location in the lump sum bid price for landscaping. Use extrer caution wlile working in the vicinity of the existing high-pressure fuel line. 308-2.3.1 General, add: Three or four days after shrub and ground cover areas have been installed, Contractor sh( apply pre-emergent herbicide per the manufacturer's specifications and instructions. 308-4.3 Layout and Plant Location Planting areas and trees shall be stated out and located by the Contractor. 308-4.4 Specimen Planting .y * - 9 e Delete first paragraph. 0 10/3/90 Rc c 0 8 308-4.5 Tree and Shrub Planting Refer to Section 212-1.1.1 herein for backfill planting mix proportions. 308-4.6 Pl.ant Staking and Buvinq Refer to pl,ans for staking details. 308-5.5 Automatic Control System Installation, add: The solar power system installation shall be installed per manufacturers recommendation Manufacturers representative shall inspect said installation and certify in writing that it installed per manufacturer's recommendations. c e 308-6 MAINTENANCE AND PLANT ESTABLISHMENT Q The plant-establishment period shall be 60 calendar days and shall be extended by tl: Engineer if the planted areas are improperly maintained, appreciable plant replacement required, or other corrective work becomes necessary. Remove wleeds before growth reaches 3-inches in height. Remove arid replace dead plants immediately. Final inspection and acceptance, in writing, of all landscape work will be made aft replacement and corrective maintenance have been completed. * e 0 e .I 0 10/3/90 Rc e t 8 # e e 0 CONSTRUCTION MATERIALS AND METHODS FOR WATER TRANSMISSION MAINS AND APPURTENANCES PER SCHEDULE 2: CONSTRUCTION OF 24, 16, AND 12-INCH '. DRAWING NO. 89-102 e 0 0 a NOTE: SECTION NUMBERS HEREIN DO NOT REFER TO THE SSPWC UNLESS STATED. 0 10/3/90 R 9 a 8 CONSTRUCTION MATERIALS AND METHODS FOR TRANSMISSION MAINS AND APPURTENANCES SCHEDULE 2: CONSTRUCTION OF 24, 16, AND 12-INCH WATER m e PER DRAWING NO. 89-102 SECTION 02221 - TRENCHING, BACKFILLING, AND COMPACTING PART I - GENERAL e 1-1 DESCRIPTION 1-1.1 Rela.ted Work Specified Elsewhere Section 0261.5 - Ductile Iron and Polyvinyl Chloride Pipe 1-1.2 SCOIE This section covers the excavation, backfill and compaction for the construction of tl a cb proposed pipeline. Unless othlenvise indicated, excavation is to be by open cut. 1-2 OUALJTY ASSURANCE .. 1-2.1 Applicable Publications The following publications form a part of this specification to the extent indicated. Shou a conflict occur between these specifications and the referenced publications, notify tl Engineer in writing and obtain his instruction prior to proceeding: Steel Pipe Manual M-11 , American Water Works Association, Handbook of Cast Iron Pi] and Cast I.ron Pipe Research Association. 8 1-3 JOB CONDITION a Protection Protect from damage any underground pipes, utilities or structures encountered duri construction. a a 0 10/3/90 Rc a a 8 Before commencing work, obtain information concerning location, type and extent ( concealed existing utilities on the site and adjacent properties. Consult records an personnel of the following: Utility companies Municipal utility departments Telephone company Cable T.V. Gas line and fuel line companies e 0 a Underground obstructions known to the Engineer are shown on the drawings, however tl locations :shown may prove inaccurate and other obstructions not shown may t encountered. In all cases protect all obstructions encountered. Restore any damaged underground obstructions, and all surface improvements includir surfacing, sidewalks, curbs, valley gutters, trees, shrubs, driveways, utilities, signs, fenci and/or other improvements to their original condition. Repair all (damages at no cost to the Agency. 14 GUARANTEE Trench Maintenance Maintain a.11 trench backfill and resurfacing in a satisfactory condition for a period of 01 year after final acceptance by the Agency. a a * 1-5 MEASUREMENT AND PAYMENT a No separa1;e pay items are provided for work described in this section. Compensation f all trench excavation, rock, excavation, subgrade stabilization, sheeting and bracin backfill, dewatering, and other work described shall be included in the listed bid iten Cost of work required in this section shall be included in the unit costs for furnishing ai installing pipe. a PART 11 - PRODUCTS 2-1 BEDDING MATERIALS Class A Class B 2500 psi concrete as specified in Section 03300 - Cast-in-Place Concret Manufactured angular, granular material, 1/4 to 1-1/2 inches, such crushed stone or rock and conforming to ASTM D2321. Sand graded so that not more than 10% by weight passes a no. 200 siei or selected soil free from clods, stones, and organic material. 0 Class C a 0 10/3/90 R a a 8 2-2 BACKFILL MATERIALS 2-2.1 Lower Portion of Trench (Pipe Zone) As specified for Class C bedding (sand only) to cover depth of one foot over the pip( Minimum 6'' bedding required below pipe. 2-2.2 Remainder of Trench Material as specified for Class C except it may contain a limited amount of stones or roc smaller than 6" in any dimension provided they are dispersed in the surrounding materi; in a manner to allow satisfactory compaction. 0 e e e PART 111 - EXECUTION 3-1 PREPARATION 3-1.1 Field Measurements Before cornmencing work all initial base lines shall be located by the party designated Section 10 of SSPWC as modified herein. e 3-2 PERFORMANCE w 3-2.1 Trenching Perform all excavations of every description and of whatever substance encountered to t depth indicated or otherwise specified. Pile material suitable for backfilling in an orderly manner a sufficient distance from t banks of the trench to avoid overloading and to prevent slides or cave-ins. Dispose of all excavated material not required or not suitable for backfill. Disposal sh be the sole responsibility of the Contractor and in accordance with City requirements. Grade as necessary to prevent surface water from flowing into trenches or otk excavations. Remove any surface or groundwater accumulated in the excavation by t use of well points, pumps or other approved method. Place sheeting and shoring as necessary for protection of the work and safety of personr Provide a minimum clearance of six (6) inches on each side of the pipe. The maxim trench width measured at the top of the pipe shall not exceed the outside diameter of pipe plus sixteen (16) inches. Provide special bedding or encasement as directed by Engineer where the trench exceeds this limit. 0 a e a 0 10/3/90 R e e 8 Accurately grade trench bottoms to provide uniform bearing and support for each sectio of pipe on undisturbed soil at every point along its entire length, except portions of pip sections where it is necessary to excavate for bell holes and for proper sealing of pip joints. Remove stones as necessary to avoid point bearing. Dig bell holes and depressions for joints after trench bottom has been graded. Bell holc and depressions shall be only of such length, depth, and width as required for proper1 making the particular type of joint. The use of earth mounds for bedding the pipe will nc be allowed. Where rock excavation is necessary, overexcavate the trench bottom a minimum of six (e inches below the bottom of the pipe. Except as specified for wet or otherwise unstable material, backfill overdepths wit material of the class specified for the utility being installed. Whenever wet or otherwise unstable material that is incapable of supporting pipe encountered in the bottom of the trench, overexcavate such material to a depth suitab for construction of a stable pipe bedding. Backfill trench to proper grade with materia specified for Class B bedding. 3-2.2 Excavation for Appurtenances Make excavations for air/vacs, blow-offs and similar appurtenances sufficient to leave least 12-inches clear space between outer surface of structure and the bank or timber th may be used to hold and protect the banks. Any overdepth excavation below such appurtenances that has not been directed will 1 considered unauthorized and will be refilled with sand, gravel, or concrete, as directed, no additional cost to the Agency. 2-2.3 Backfilling and Compacting Do not backfill trenches until utility systems are installed and conform to all tl requirements of the various sections covering said utilities. Reopen im,properly backfilled trenches to depth required for proper compaction, then re] and compact as specified. 3-2.4 Lower Portion of Trench Place material over and around pipe to cover depth of one foot by hand to prevent dama to polyethylene encasement. Deposit material in 6-inch maximum thickness layers and compact 90% of maximi e e 0 0 w a e e e density at optimum moisture. 0 10/3/90 RI e e 8! 3-2.5 Remainder of Trench Deposit material in layers of a thickness required to achieve the compaction specifiec e 0 below. Paved Roadways Top foot to 95% of maximum density at optimum moisture Remainder of trench 90% of maximum density at optimum moisture a Gravel Roadways 98% of maximum density at optimum moisture Sodded or Lawn Seeded Areas e - 813% of maximum at optimum moisture Farmed Fields and Other Areas 8OYo of maximum at optimum moisture a - 1 to or greater than undisturbed adjacent material or which is greater 3-3 FED QUALITY CONTROL 3-3.1 Denisitv Testing and Control The following tests shall be performed by the Agency or Agency Representative. 3-3.2 Soil Compaction-Tests Tests will be conducted for determination of maximum density and optimum moisture. Test results will be used as basis for density control of compaction operations. 3-3.3 Density-Control Tests will lbe conducted for density control in accordance with the requirements of: v 0 0 ASTM D 2922 - or ASTM D 1566 - or ASTM D 2167 - Density of Soil and Soil Aggregate In-Place by Nude Met hods Density of Soil In-Place by the Sand-Cone Method 0 Density of Soil In-Place by the Rubber Balloon Method e a 10/3/90 Rt * 0 9 Tests will be conducted of bacEdill adjacent to all structures and at a rate of three tests fc every 1000 feet of utility lines installed. Exact location of test shall be as directed by tE Agency. Any retests required due to inadequate compaction shall be paid for by tE 0 Contractor. e e e 0 .. * a e a 0 10/3/90 R e 0 9 SECTION 02401 - DEWATERING 0 e PART I - GENERAL 1-1 DESCRIPTION 1-1.1 Related Work Specified Elsewhere Section 02221 - Trenching, Backfining and Compaction Section 02615 - Ductile Iron and Polyvinyl Chloride Pipe 1-1.2 Sco1g Where conditions are such that running or standing water occurs in the trench bottom ( the soil in the trench bottom displays a "quick" tendency, the water shall be removed t pumps and suitable means such as well points or pervious underdrain bedding until tl pipe has been installed and the backfill has been placed to a sufficient height necessary prevent flotation of the pipeline. Care shall be taken that any underdrain is of prop gradation and thickness to prevent migration and native soils in the trench below and the sides of the pipe. 1-2 MEASUREMENT AND PAYMENT The cost of dewatering operations, including installation and operation of well poi systems, will not be paid for separately but shall be included in and considered part of tl bid price f'or completed pay item. e 0 * * a 0 e 0 0 10/3/90 R a e 9 SECTION 02411 - TRENCH SHORING 0 PART I - GENERAL e 1-1 DESCRIPTION 1-1.1 Related Work Specified Elsewhere Section 02221 - Trenching, Backfilling and Compacting e 1-1.2 scor,e This section covers the shoring, bracing and tight sheeting required to prevent caving an to protect the workmen and adjacent property and structures. 1-1.3 Measurement and Payment See Section 01 150 - Measurement and Payment @ 0 PART I1 - MATERIALS (NO MATERIAL SPECIFIED FOR THIS SECTION) 4, PART 111 - EXECUTION In accordance with Section 6500 of the Labor Code, the Contractor is required to obtai a permit for the excavation or trench which is five (5) feet or more in depth and int which a person is required to descend, from the Division of Industrial Safety. The Contractor shall furnish all labor, equipment, and materials required to desig construct, and remove all sheeting, shoring, and bracing or other equivalent method ( support for the walls of open excavations required for the construction of this project. Excavation for any trench or structure five (5) feet or more in depth shall not begin unt the Contractor has received approval from the Engineer, of the Contractor's detailed pla for worker protection from the hazards of caving ground. Such plan shall be submitted at least five (5) days before the contractor intends to be$ excavation and shall show the details of the design of shoring, bracing, sloping or othc provisions to be made for worker protection during such excavation. No such plan sha allow the use of shoring, sloping or a protective system less effective than that required t: the Constniction Safety Orders. The plan shall be prepared and signed by an Engineer wk is registered as a Civil or Structural Engineer in the State of California. e 0 e 0 10/3/90 Re e e 9 Prior to the beginning of excavations requiring shoring, the Contractor shall designate i writing to r:he Engineer someone whose responsibility it is to supervise the project safet measures and someone whose responsibility it is to supervise the installation and rernovz of sheeting, shoring, and bracing. In addition to shoring the excavations in accordance with the minimum requirements c the Industrial Safety Orders, it shall be the Contractor's responsibility to provide any an all additional shoring required to support the sides of the excavation against the effects c loads which may exceed those derived by using the criteria set forth in the Industrial Safet Orders. Th,e Contractor shall be solely responsible for any damages which may result fro1 his failure to provide adequate shoring to support the excavation under any or all of th conditions of loading which may exist, or which may arise during construction of tE project . e 0 0 0 .. e e e 0 0 10/3/90 K e 0 9L - SECTION 02615 - DUCTILE IRON AND POLYVINYL CHLORIDE PIPE 0 PART I - GElNERAL a 1-1 RELATED WORK SPECIFIED ELSEWHERE Section 022!21 - Trenching, Backfilling and Compacting Section 024t01 - Dewatering Section 024111 - Trench Shoring 1 -2 D:ESCRIPTION Work under this section includes the furnishing and installation of all piping to complet a 0 the project. 1-3 SIJBMI'TTALS 1-3.1 Shou Drawings Submit shop drawings for pipe, fittings and thrust anchors in accordance with Section 2-5. SSPWC as modified herein. 1-3.2 Certificates of Compliance Certificates of Compliance shall be submitted to the Engineer stating all pipe furnishe under these specifications does in fact comply with all referenced specifications. 14 PRODUCT DELIVERY, STORAGE AND HANDLING Exercise proper precautions in unloading, handling, stockpiling, and installation in ordc to prevent damage to the pipe. Remove any broken or damaged pipe from the constructio site within 24 hours. Any damaged, broken, or otherwise defective materials which a1 included in the construction shall be removed and replaced by the Contractor at no expens to the Owner. The pipe shall be handled using wide slings to prevent any damage. The use of hooks c other equipment which might injure the pipe will not be permitted. Protect piple during handling against impact shocks and free fall. Avoid dragging the spigc ring on the ground and prevent damage to the ring due to contact with crushed stone ( other hard objects. Ship rubber gaskets in cartons and store in a clean area away from grease, oil, ozoni producing electric motors, excessive heat and the direct rays of the sun. e * e e e a 0 10/3/90 Re a a 9 PART I1 - PRODUCTS 2-1 DUmILE IRON PIPE (DIP) 1. Conformance SSPWC, Section 207-9 2. Polyethylene Encasement ANSI/AWWA C105/A21.5 0 6 2-1.1 PVC Pipe a 1. Pipe AWA C900 2. Pipe Joints Rubber Ring Bell End or Plain End W/Rb Coupling 0 2-2 DUCI’ILE IRON AND GRAY IRON fTITNGS 1. Conformance SSPWC, Section 207-9 e 2. Gaskets Ring Type for Flanged Joints AWSI/AW C11O/A21 .lo-87 3. Joints & Fittings Class 125 Minimum .. PART 111 - EXECUTION 3-1 PREPARATlON Perform excavation in accordance with the requirements of Section 02221 -trenchi~ backfilling and compaction. a 3-2 INSTALLATION - PIPE 3-2.1 Laying Pipe Lay pipe in accordance with the applicable portions of the publications referenced Section 306 SSPWC except that Subsection 306-1.3.3 Water Diversified Backfill will r be allowed. Lay all pipe straight between changes in alignment and at uniform grade between chan; in grade. 0 e 0 10/3/90 R a a 9e Avoid the iintroduction of excavation material or other foreign substances into the pipr interior. Remove any foreign material found in the pipe prior to proceeding with the work Seal open ends of the pipeline with a tight fitting plug at all times except during actua pipe laying. Lower pipe into the trench carefully, do not let pipe fall in from the trend bank. Polyethylene wrap all ductile iron pipe and fittings in strict accordance with AWWk C105 Spec2fications. Install PVC pipe in strict accordance with AWA Standards and Handbook of PVC Pipe Uni-Bell Plastic Pipe Association. a e e 3-3 LAYOUT FOR POLYVINYL CHLORIDE PIPE (CURVED ALIGNMENT) Minimum allowable radius for curved alignment using 20-foot pipe lengths with bell en( or coupling. e Pipe Size Maximum Allowable Radius (inches) feet 6 225 e 8 660 10 1,600 12 3,000 Using high deflection couplings or ductile iron solid sleeves with mechanical joint ends fc curved alignments that cannot conform to the minimum allowable radius. 34 OUTLETS All outlets 2" or smaller to be drilled with special PVC pipe cutter and shall utilize servic clamp as per applicable standard drawing. w e 3-5 CONCRETE THRUST BLOCKS Concrete thrust blocks required at all changes in direction or reduction in size. Concret shall be 5-sack mix (2000 psi in 28 days) and conform to the Standard Specifications fc Portland Cement Concrete. Thrust blocks shall completely fill space between the fittin; and the trench wall. At all bends or angles, the concrete shall not be placed in dire contact with the pipe adjacent to the fittings. 3-6 CONNECIION TO EXISTING MAINS Prior to any work which would interfere with the operation of the existing main, tl Contractor shall have at the site all materials necessary for the orderly and uninterruptc prosecutioii of the work. Contractor shall arrange with the Agency and the Agency's a 0 e e 10/3/90 Re a a 9 representative for shutdowns and give ample notice of the period for which the shutdow can be scheduled. The opening and closing of all valves shall be done by the Agency representative. Contractor shall obtain an Encroachment Permit from the Agency prior t making a connection (no fee). 0 e 3-7 FIELD TESTING AND DISINFECTION Pressure testing to be done in accordance with AWA C600-87, subsequent to all backfj and compaction. Disinfection to be done in accordance with AWWA C651-86. A standal plate count will be required by the Agency. The bacteriological tests shall be made by certified laboratory selected by the Agency. a a a w a a e e e 10/3/90 Re a 0 9t SECTION 02700 - VALVES 0 PART I - GENERAL e 1-1 RELATED WORK SPECIFIED ELSEWHERE Section 02221 - Trenching, Backfilling and Compacting Section O24COl - Dewatering Section 02411 - Trench Shoring Section 02615 - Ductile Iron and Polyvinyl Chloride Pipe 1-2 DESCFUPTION 0 Work under this section includes furnishing all valves and appurtenances to complete th project. 1-3 SUBMKTALS a 1-3.1 Shov DrawinRs Submit shop drawing for all valves in accordance with Section 2-5.3 SSPWC as modifie herein. 1-3.2 Cert-ificates of Compliance Certificates of Compliance shall be submitted to the Engineer stating all valves furnishe under these specifications do in fact comply with all referenced specifications. 14 PRODUCX DELIVERY, STORAGE AND HANDLING Exercise proper precautions in unloading, handling, stockpiling and installation in order t prevent damage to the valves. For unloading, storage and inspection prior to installation of all valves see ANSI/AWW C504-87, Appendix B. w 0 e PART I1 - PRODUCTS 2-1 BUTTERFLY VALVES a Conformance ANSI/AWWA C504-87 . Pressure Rating Class 150 e 0 10/3/90 Re 0 0 5 Joints Flanged (ANSI B16.1, Class 125) Mech. Joint (AN A21.11) includes MJ end accessories Solid type, ductile iron whesilient seat on edge of disc Traveling nut or lead screw design Ductile iron per ASTM A 536, Grade 65-45-12 with stainle steel seat ring As per ANSI/AWWA C504-87 One piece, rigidly attached to shaft (Internal and external) 10 mil epoxy coating and sh 0 Valve Disc Valve Activator Valve Body a e Ires t ing Valve Shaft Coating 0 conform to AWA C-550. Manufacturer American Darling (Class 150) a 2-2 GATE1 VALVES (4" TO 12") Conformance Working Pressure 200 psi .Joints ANSI/AWWA C509-87 for resilient-seated gate valves Flanged (ANSI B16.1, (Class 125)) Mechanical Joint (Ab A21.11) includes MJ end accessories push-on joii (ANSI/AWWA Clll/A21.11) 2-inch square w/arrow indicating direction of opening .. Operating Nut [Opening Direction Counterclockwise 'Valve Seats Coating e Resilient seating against corrosion-resistant surface, bond (Internal and external) Ferrous metal surfaces receive 4 1 factory epoxy coating as per AWWA C.550-81. American 80 CRS or approved equal e Manufacturer 24 GATE VALVES (3" AND SMALLER) e Conformance AWA C-111 Pressure Rating 150 psi Joints Threaded 0 10/3/90 R e e 101 Operating Nut 2-inch square Opening Direction Counterclockwise Manufacturer Mueller I.B.B.M. non-rising stem 0 (Cat. No. A-2380-8) a 2-5 BLOW-OFF VALVES (See gate valves 4" to 12" this section and CMWD Standard Drawing No. W6.) 2-6 COMBINATION AIR RELEASE VALVES (See CMWD Standard Drawing No. W7.) e 2-7 1" MNUAL AIR RELEASE ASSEMBLIES 0 (See CMWD Standard Drawing No. WS.) PART I11 - EXECUTION 3-1 INSPECTION Examine vidves at time of receipt. Verify compliance with specifications, direction ( opening and shape of operating nut, number of turns to open and close and type of en connections. Each valve shall be operated through one complete opening-and-closing cycli 3-2 TRENCHING AND BACKFILLING .. Perform all trenching and backfilling in accordance with Section 02221 of the: specifications. a 3-3 INSTBUTION All valves, flanges, nuts and bolts shall be coated with two (2) coats of E.C.244 (3-1 Company) or non-oxide grease. Valves to be double wrapped with 10 mil polyethylene ar all seam taped to prevent the entry of moisture. Valves to be installed as per Agency Standard No. W13 and No. W16 in the! specifications, and as per manufacturer and AWWA requirements. e 0 34 TESTING Valve excavations to be backfilled after pressure tests have been performed. Test pressurc are not to exceed rated working pressure of valve. a 0 10/3/90 Re e 0 1c SECTION 02800 - PRESSURE REDUCING STATION 0 PART I - GENERAL a 1-1 RELATED WORK SPECIFIED ELSEWHERE Section 02221 - Trenching, Backfilling and Compacting Section 02401 - Dewatering Section 02411 - Trench Shoring Section -2615 - Ductile Iron and Polyvinyl Chloride Pipe 0 1-2 DESCWON e Work under this section includes the furnishing and installation of all components 1 complete the project as indicated on the construction drawings (Sheets 5 and 6 of 1 sheets). 1-3 SHOP DRAWINGS 0 1-3.1 Submittals Submit shop drawings for all components in accordance with Section 2-5.3 SSPWC q modified herein. 1-3.2 Ceri ificates of Compliance Certificates of Compliance shall be submitted to the Agency Engineer stating i components furnished under these specifications do in fact comply with all referenct specifications. 14 PRODUn DEJJYERY, STORAGE AND HANDLING Exercise proper precautions in unloading, handling, stockpiling and installation in order prevent damage to sand components. For unloading, storage and inspection prior to installation of all valves see ANSI/AW C504-87, Appendix B. w e 1-5 MEASUREMENT AND PAYMENT e See Section 9-3.1 SSPWC as modified herein - Measurement and Payment (Pay Item 3: 0 e 10/3/90 Re 0 e 10 PART II - PRODUCTS 2-1 Products shall be in conformance with construction drawings (Sheets 5 and 6 ( 18 sheets) and approved shop drawings. 0 PART m - EXECUTION 3-1 Iinstallation shall be in conformance with construction drawings (Sheets 5 and od 18 sheets) and approved shop drawings. Bill work shall be accomplished in conformance with Carlsbad Municipal Watt District Standard Plans and Specifications for construction of water mains, date January 1987, revised June 1990. FLemove and replace existing ornamental sidewalk to match existing as need€ to accommodate construction. Provide and install conduits and pull boxes for electrical and telephone servic Pay all fees as required by San Diego Gas and Electric Company (see enclosc service order 006098-020). The Water District has made arrangements for a telephone circuit which tl District will have installed at a later date. Place pressure reducing station in approved operating order prior to arrival e 3 -2 0 3-3 3-4 0 3-5 % new pipe line. 3-6 FIELD TESTING AND DISINFECTION Pressure testing to be done in accordance with AWWA C600-87, subsequent to all backl and compaction. Disinfection to be done in accordance with AWWA C651-86. A standard plate count will be required by the Agency. The bacteriological tests shall made by ai certified laboratory selected by the Agency. e 0 e a 0 10/3/90 R m e 10 SECTION 02900 - PAVEMENT REPLACEMENT 0 PART I - GENERAL 0 1-1 DESCIRIPTION 1-1.1 Related Work Specified Elsewhere Section 02221 - Trenching, Backfilling and Compacting. 1-1.2 sco]t,e The work to be done consists of furnishing all labor, equipment and materials an performing, all operations necessary to resurface all trenching as required herein. e 1-2 QUALITY-ASSURANCE Applicable Publications The following publication forms a part of this specification to the extend indicated: SSPW - Section 300. a 1-3 GUARANTEE w See Section 02221 - Trenching, Backfilling and Compacting. 14 MEASUREMENT AND PAYMENT All the material and work specified in this section shall be paid for on a linear foot bas as indicated in the bid schedule. * PART I1 - PRODUCTS 2-1 PAVEMENT REPLACEMENT 2-1.1 Asplhalt Concrete Refer to Section 203-6 and 400-4 SSPWC as modified herein. 2-1.2 Seall Coat Refer to Section 203-6 and 400-4 SWPWC as modified herin. a a 0 10/3/90 Re * 10 2-1.3 Azm-egate - Base Refer to Section 200-2 SSPWC as modified herein. 0 0 PART 111 - EXECUTION 3-1 PAVEMENT REPLACEMENT Cut existing roadway approximately six (6) inches wider than trench width on each sidc In all other respects, this work shall conform to Section 300-1 of the SSPWC. Asphalt concrete shall conform to Section 203-6 SSPWC as modified herein. Aspha concrete shall be constructed per Section 302-5 SSPWC as modified herein. Disposal of concrete and asphalt concrete pavement shall be the sole responsibility of tE Contractor. Replacement shall conform to San Diego Regional Standard G-24, Type By an G-25, Type C. The resurfacing shall be six (6) inches of Asphaltic Concrete over eighteen (18) inches ( aggregate base for trench in El Camino Real. Temporary and permanent striping will be the responsibility of the Contractor. * 3-2 TEMPORARY RESURFACING Temporary resurfacing in paved areas shall be done daily and shall conform to Section 30( 1.5 of the Standard Specifications, "Trench Resurfacing," and also shall conform to "Woi Area Traffic Control Handbook? (WATCH). Refer to Note Number 5, Sheet 7 of li .. Drawing CEWWD 89-102. Full compensation for temporary trench resurfacing shall be included in the contract pricc paid for the related items of work, and no additional compensation will be allowc therefore. 0 0 0 0 10/3/90 Re 0 0 1 o< SECTION 3000 - MISCELLANEOUS Special provisions related to traffic control, traffic loop replacement, traffic striping an traffic delineators are provided in these specifications under Special Provisions for Schedul 1: Street Improvements per Drawing No. 312-8. * 0 PART I1 - PRODUCTS e 2-1 Products shall be in conformance with construction drawings (Sheets 5 and 6 c 18 sheets) and approved shop drawings. e e .. e a e a 0 10/3/90 Re 0 1 O( e 0 e a APPENDIX NO. 1 STANDARD DRAWINGS FOR BID SCHEDULE NO. 1 ., a e e 0 0 10/3/90 Re of merer base. Merers are required ro be readily accessible 24 hours per ous or dangerouscondition. Provide 3 fr. x 3 fr. minimum clear and level working space in front of merer. Where merer room is proposed. conract Cusrorner Extension Planner ar nearest SDC&E office. Meter bases and main swirches musr be idenrified wirh address and unit number it serves. Fr. ar poinr of ar.:achnenr of service 'wires Fr. over driveway or pariting area Fr. ar ouier limit of vehicuiar rraffic 1: Pay all monies d J'PLICABLE 1 NOT APPLIC4BLE. a 3 working days prior to trenching ro at merer iocarion. CALL ABOVE PHONE g FOR INSPECTION. 4. After rrench is approved ijilow 5 working days for service insraliation. 5. Merer will be ser after inspector hasapproved installation. backfill. com- paction. and ciry/counry* inspection. I 6. For underground uriliry locarion prior to trenching Phone: 1-800-422-41 3 3 IT TRENCH GAS 1 TELC( CABLE POLE CONDUIT BY Cl TRENCH INSPECTED 8. APPR e PMNT BY CUST: CBL PL 5 z CUSTOMER-OWNED FACILITIES TO RECEIVE ELECTRICAL SERVICE ARE SUBJECT TO ALL APPLICABLE LOCAL AND STATE OF CALIFORNIA INSPECTION AUTHORITY REQUIREMENTS. BUILDING ADDRESS AND/OR METER BASE MUST BE POSTED PRIOR TO METER SET. KEEP THIS NOTICE WITH BUILDING PERMIT. e INFORMATION ON THIS SHEET IS VOID AFTER 6 MONTHS FROM DATE cus e 0 d ., * e 0 0 0 (0 8-*Ar Q3 k/A-y <* 1 L,fi R=l' L GF -t **AI3- 1 11" 4 1 13" 4 TYPE 8-SECTION TYPE A-SECn0N Height 6". 8'. or 9" os indicated on plans <- /7Z3;/'r 2H + 6" 7-1 a" 4 TYPE C-SECTION TYPE D-SECTION At q N 1'-4" TYPE E-SECTION TYPE F-SECTION Slope end of dike 1:l when not joining other improvements APPROX DIKE WAN 0.025c pj? 0.0375 c-9' 0.0702 0.0062 0.0407 0.0622 All. TYPES - SIDE VIEW +gp& o.osa: NOTES: 1. Dike is to be placed on a minimum 2" of A.C. road surfacing, extending throughout the width of the dike. 2. AR-8000 grade asphalt to be used for all dikes. 3. A.C. dikes may be shaped and compacted with an extrusion machine or t equipment capable of shaping and compacting the material to the require LEGEND ON cross section. Type A Revision lev Approwd I Date * iVpeE b 494 #qfi TVPCF & Wl. We.0 SAN DlEGO REGIONAL STANDARD DRAWING RECOYYElOEO REG,O,,AL sTAw - a&&& cwrdmmfa RCf --- -- DIKES - ASPHALT CONCRETE DRAWING NUMBER 0 0 * w e e * 0 0 L a L! 7 t 7 2 7 Li 5 6" 4" s (1 u 2" Weakened pb~ Joint I ..' e.). %Inn fk-y' R - .: 2 [ F T~Topoi \ l3t **e- Pawmt m.- Br * .. e L-T ': b .. *?. :b: (I :* . ....* . '0:. b.-. +...-.e. .:. .&. ,*ii 4.'i 1 ... . .. J LVJ B-1 B-2 t e AREA - 0.79 an. AREA - 1.29 s(zFT. 3 7 f g 5" w v 3 1'2"J 1/2" dm. continuous steel bar 2" Weakened Arne Joint min. length 8" (ma note 3) B-3 &4 AREA - azg SCLFT. AREA - 4% SCLFT. NOTES 1. hcnt, Srll bm SMC-2500. LEGENO ON P 2. Sa Strndud Omwing G-10 for joint drtrik Typc 52 Curb enc 3. Extruded WP, 6-3 curb shall 1# rnch~rrd to existing pmmnt by Pbdq d#I dowok 8nd minfoning rtwl I shorn, OT by UdQ 8n 8pprOvad 8dhsrin. TYPO 6-1, 53, B Revidon By Apl Notrl le ~ SAN DIEGO REGIONAL STANDARD DRAWING REmMDED BY THE SU DIE60 - - IEBIOUL STAI1OARDS CDYIITTEE - - &/dU & /m cone. * 31! Gal* RCL IN7 0 ma DRAWING 6-6 _._ NUMIBER - CURBS AND GUTTER - MEDIANS e e 0 0 * (b e e e e 0 Expansion Joint filler material I4 x 22" Smooth bux 30" C 3/8" (Siddk) EXPANSION JOINT CONTACT JOINT Pmformed Joint filler ;;..@.' 'z:.&. .. -- ',:? 'Y."-.;''.*".. a*.* . -.:a ..: , .A** q=f; ...: L #;-'-.*e - .. ,. 1 * --cI- lta" -..* .. ..;: . *' ~ y-h: - .. .:*;2:.*. ?2-...&y::+.y&..: .,., ..*..:**::*A :.-,I.- ;:: .: : * . . *.a: '&$--> - Ll/V < I *' ... .,~*.,.~:.~.::.~.~~.::~ ..., *_. ,~ ..*/. 2.y. ::A WEAKENED PLANE JOINT GUTTER AND PAVEMENT WEAKENED PLANE JOINT CURB AND SIDEWALK KEY ED JOINT . . .. RECOYYFIIDED ItG,O,,,,L nm,,IRDI rn in€ uIy*mEt bu DIEGO .. - SAN DIEGO REGIONAL STANDARD DRAWING cad#& &./vis '- DRAWING 6-10 NUMBER Revision By Appr Radius * 0. Notations *L @d B R.C.E. 16- .-- CONCRETE JOINT DETAILS - - 8 r-------- 1 I I L-------J i * .: w 0 0 e a e 0 I ' I \ I eLAN E * CONTI NU01 I_ GRADE 25' 2.5' FLOW fl /.TOPOFCURB t-tj /FLOW f a- II 1-1 rZ: Jt fl7,7.-*-. T * i 4 -1 1 d I - 2 GUd NOTE - SECTION CURB FACE TRANSITIONS AN AREAS SHALL NOT EXTEND I RETURNS, DRIVEWAYS, ALL€ ENTRANCES, OR ANY OTHER OPENING. 5' 5.5' -, - CURB INLET 5.5' 5' I -------- I I r I L,,,,,,,J a 1 SUMP CONOlTlO I I L v u / *,, 1 - - - -= Ik \ y-j 1 - now, I PLAN t*{ TOPOFCURB 4 II -1 i 9 OUTTER z v j?;.;.?. .L, ... .T*T.m3r:* SECTION CITY OF CARLSBAD 3 XL REV. APWKWED OATE CITY LNOWER - . LOCAL DEPRESSION ' SUPPLLYENTA STANOARD N 1 e 0 0 e e FOR STREETS REWIRING LONGER TAPERS THE DIMENSIONS MAY BE EXTENDED IN A PROPORTIONATE MANNER. 0 DETAIL 120' TAPER 1) 0 0 TEXTURE0 CONCRETE OR INTERLOCKING PAVERS DETAIL NOSE FLARE 0 0 e a 0 c e e e II) e e e e a ALL TRENCHES: MAIN LINE AND LATERALS OR SERVICES SHALL BE COMPACTE TO 90%, AND TOP 12" TO BE 95% AND CERTIFIED BY AN APPROVED TEST ING LABORATORY. ALL SUB-GRADE UNDER ALL ASPHALT PAVING, CURB AND GUTTER, SIDEWALKS, BROW DITCHES, CONCRETE BOX CULVERTS, SHALL BE COMPACTED TO 95% ON TOP 12", AND FILL BELOW TO BE 90%, AND CERTIFIED BY AN APPRO TESTING LABORATORY. ALL BASE MATERIALS SHALL BE COMPACTED TO 95% AND CERTIFIED BY AN APPROVED TESTING LABORATORY. ALL ASPHALT PAVING SHALL BE COMPACTED TO 95% AND CERTIFIED BY AN APPROVED TESTING LABORATORY. ALL CONCRETE SHALL BE A MINIMUM OF 3000 P.S.I. AND CERTIFIED BY AN APPROVED TESTING LABORATORY. ALL AGGREGATE SUB-BASE MATERIALS SHALL BE CLASS I OR CLASS I1 PER C TRANS SECTION 26.1.02A, PAGE 25-1, 1984 EDITION. ALL OTHER CON SIDERED BASE MATERIALS TO BE APPROVED BY CITY ENGINEER ON A CAS BY-CASE BASIS. ALL ASPHALT PAVING TO BE AR 8000 FROM MARCH TO OCTOBER, AND AR 4000 FROM NOVEMBER TO FEBRUARY, UNLESS OTHERWISE APPROVED BY THE INSPECTOR BASED ON ATMOSPHERIC TEMPERATURE. ALL ASPHALT PAVING MIX WILL BE AS FOLLOWS: PRIME ARTERIAL 3/4" MAXIMUM COURSE MAJOR ARTERIAL 3/4" MAXIMUM COURSE SECONDARY ARTERIAL 3/4" MAXIMUM COURSE COLLECTOR 3/4" MAXIMUM COURSE INDUSTRIAL 3/4" MAXIMUM COURSE LOCAL 1/2" MAXIMUM COURSE CUL-DE-SAC 1/2" MAXIMUM COURSE ALLEY 1/2" MAXIMUM COURSE H ILLS I.DE 3/4" MAXIMUM COURSE NOTE : DURING WARRANTY PERIOD OF TRACTS OR DEVELOPMENTS, THE BUILDER/DEVEI IS RESPONSIBLE FOR ALL REPAIRS TO ALL IMPROVEMENTS IN CITY RIGE WAY AS INSTALLED BY THAT DEVELOPMENT/BUILDER. PRIOR TO FINAL BOND RELEASE AT END OF WARRANTY PERIOD OF TRACTS/ DEVELOPMENTS, ALL ASPHALT PAVING WILL BE FOG SEALED OR SLURRY OF FINAL ACCEPTANCE BY THE CITY. SEALED, DEPENDENT UPON THE CONDITION OF THE ASPHALT AS A CONDI'I REV. APP ASPHALT/CONCRETE PAVING REQUIREMENTS 1 STANDARD NO. a 0 e 0 0 . V~MIN. flNlSHED GRAD1 RElNf ORCED 2 b x Y c X W B --- SECTION B-f L MOLDED LETTERS 1 VO" DEEP (SEE NOTE21 O.C. O.C. 0 a 0 0 0 PLAN NOTES a). CULL DOX COVER &ALL BE MA COVER YIN.DccTw TYPE Ern sm& LI, wlr R I). USE SftELCOVfR WHEN WbJl 3tn 13/4" gxnNm Iyo l53#K)V8" 11/8" "STRSET LlOntlWO" WHERE WL CONTAINS STREET LlOHTlWO CO 5 2" 22" 23d 13W" IV4u ONU. 'WH WLTAOL u SHALL WERE VOLTME IS ABOVC 800 1) TMt L AND W OIMCNSIONSOC SCAT SHALL 8C l/8" GREATER COVER DIMENSIONS. CULL 80% TRAWIC LOADS. dl TOP DlMtNSlOW 4}. COMPACT EARTH UNDER AND A €- h 'a REV. APPROVED ME CITY OF CARLSBAO , Lh.4)C Qo.rf TRAFFIC SIGNAL AND STREET LIGHTING CITY LMYCER SUPRLYLN STANDARD ShSb7 PULL BOX FOR w. , 0 1 ES-3A e 0 0 ;Nri id e 0 .. e \A e ?, 0 0 i 0 3 m m e ES-38 ?- E- (jj: E as a% a- E; z 2 z.== fp c 0 3i= E; sE :: s H Iz, de - ;o HZ ?E 2- 2 52 oz gE :$ g w ~p zn 7 :E: - 1 3i 55 &L& G ts 2: g 0 E; on ?,e OE 2 4n ;; 53 i! Q "; w 0 If& %. ; $X i5 r iig 2 J z 2; 2s -- -= 0 2-1 a g gz ;; oa 3; E- =o -0 $$ "4 g 8% 3: g; ;g Q$ .Nrid $+ e 0 1 y[f [BI h? 0 = c!l 88 ai gi : ; -0 00 0 -7 -Irn r: co . -- Eo ;Ig u rn 6( f! :: =; Y 0 52 rn 2. L-. C C" I= =I w 0 w a - '1 v) .cs, 5 0 .qrz fi Iq:ifP s ;g<:oE > *zagt&f w tzzg: LL :p=- 0- z ;;Eg.g; i .EEi)$ a f;?2ss> :%zI-rf !B I B z -=o - -2 C" B a e .. $& l e e Q F&3 I meS1 . e 0 PLq e 1 Cd 1 0 7 z zE $ gE 2 g =a9 v) -I 4 -I v) = z 0 4 a w m : 8. I: ;z et e: +- z; E; 5% J 24 KzZz 3cJGs;f +z;; t w .I$<! -I -1 * 0 :: =- v) z 2 g; ;p m- 2 I=: a !j e ::;; 0 U 5%;: ii gap I- '.8, wu =:E 02 z2: -a Cfr 3 a a 0.i 0,: W>P I-b .?s 2;; :z oJ6: IS 5?g (3 E-- E; 55 ES-30 Po 0 00 - Y.5 ge 68+ st = z g =$ -b=z:z ; g: zz 5$=:* *= O- = .szz.$ ZHd 2: jsg&go= =co,_*:gz =*.. E=; Hz I z3 ,gc:f%%: ;:s Li g to Po -.=a”,,, .“,,E&n-::: :om :3 *, $; b- ;z $;!$4$sgs$;z 0s. 0- &Z “g :: :a =:=- -%& =go ;E &=Ti 0-- ccv-::+ ;: ;F=>*$:: 2: a= 0 kjfc bb 3a gar::,:;::; a: -p b-z PO Lg’;Pz&;;::zF;zn 5; 24 = 4w y ~p~g~~~ 2 3 zo 2 i= $1 2 N ri 6 2-l s2< mz (3 v) -4 $ a .O z- 3F‘ :-&I *- e&=- co=n=- ul- O? e a 0 _- e I 2: v) LT w + t LL L J w J m 2 W v) .y - 2: I= r; - I - a - e ’D Z? -D :I -4 v) 2z e 5 28 .- !*/l.l 41 . - - .L 0 u) e -1 -. * t: --.: e a a a e .. e e 0 0 0 ES-SA ;f u) W - 9 zz eCw :g 0 v) 8% 2 E 5% F 0 8: x i- 00 $$ 3 w E; 0 I-- ;rg 2 w (Dl- u c1 en e 0 :z! g "2 e - es e fi: :$E ~ 76 ij$i - bo n bb -- e - w 0 a cn 0. a - Ha 8: 0) e 1 (. ES-58 ~ rn ? v) W e 0 a a e k-- v 0 / e >- k- e e I e 0 ES-BO 0 a a a w e e a 0 e * 0 0 (I w e e e 0 0 1 ES-13 e c (I, e r . LOi cj a i w 0 _s:: 0 I 0 8J a 8 .. 1 e ES-33 i 0 I11ll11 Ill 6 4 (I 0 W w * 0 e * a e e 1 0 a a APPENDIX NO. 2 STANDARD DRAWINGS FOR BID SCHEDULE NO. 2 w 0 0 a a 10/3/90 R 0 0 12 SCHEDULE AND EXPLANATION OF STANDARD DRAWINGS * a EXPLANATIW At this time the Carlsbad Municipal Water District does not have officially adopted standard plans and specifications for the installation of polyvinyl chloride pipe (PVC). Enclosed modified standard drawings have not been officially adopted by the District bur have been approved for the following project: 6 VARIOUS WATER PROJECTS IN THE CITY OF =BAD a Modified Comparable Standard Existing CMWD DWE. Nos. Description Std. Dwa. Nos. w3 1" Water Service Connection for 1 w4 2" Water Service Connection for 2 w w5 1" Manual Air Release Assembly 13 W6 2" Blow-off/Manual Air Release 14 5/8", 3/4", and 1" Meters 1 -1/2" and 2" Meters Assemblies Below Surface 1" and 2" Air Vacuum Valve Assembly and Appurtenance Outlets on AC or PVC Main for 1" through 2" Assemblies Outlets on D.I. or Steel Main for * w7 11 & 12 W8 1, 2, 13 & 14 a w9 w10 Dielectric Connection to Steel Main 20 W13 Valve Box Assembly 4 1, 2, 13 & 14 w15 Concrete Thrust Blocks for 6 Non-restrained Joints a W16 Gate Valve Installation PVC, DIP, 5 ACP and Steel Pipe a 10/3/90 RE a * 1; Modified Comparable Standard Existing CMWD Dwn. Nos. Description Std. Dwa. Nos. 0 w17 Butterfly and Plug Valve Installation 7 W18 Thrust Anchor for Water Main Reducer 8 w19 Thrust Block Bearing Areas 9 for AC, PVC, and DIP. 4" through 16" 0 G24 San Diego Regional Standard Drawing Trench Resurfacing Types A & B * 0 w c e e 0 10/3/90 Rt a "USEsAMEDtMENSl WHEN METER IS L( 0 To REAR OF CURB. 0 a * a I. CONTRACTOR SHALL ADJUST ANGLE VAlVE: & METER BOX TO EG. AFTER SIDEWALK IS INSTALLED 8i APPROVED. 2. CITY WILL SET METER8 BALL VALVE. 3. ALL 03PPER JOINTS SHALL BE SlLvER SOLDERED. (SEE PAGE 19 FOR SPECIFICATIONS). 4. TAP TI3 MAIN TO BE MINIMUM OF 18" FROM NEAREST COUPLING OR TbP. 5. ALL EXPOSED COPPER SHU BE WRAPFED. w SFECiFlcl 0 e e 0 * * USE SAME DIMENSION WHEN METER IS LOCATED TCI REAR OF CURB OR SIDEWALK. 0 0 * f--- NOTES: I CIN WILL SET METER & BALLVALVE. 2. ALL COPPER JOINTS SHAUBE SILVER SOLI (SEE F#GE 19 FOR SPECIFICATIONS). 4. TAP TO MAIN TO BE MINIMUM OF 18" FROM NEAREST COUPLING OR TAP. 5. ALL EXPOSED COPPER SHALL BE WRAPPED. .1 ., e DESCR IPTlON WE( ?- COPPER SERVICE PIPE. (NPE K SOFT I. NUTLETON WC PRESSURE PlPE WTLET ON CMLM !TIEEL PIPE WnET ON DucTllE IRON RE ?-ANGLE METER STOP. FORD R123-7T7W. JONES J- 1525 F. (SLOTTED) OAE. wna ON ACP PIPE CARLSBAD MUNICIPAL WATER DISTRICT : 2" WATER SkRVIC5 CONNECTiON ST[L D\ W E3 FOR 11/2 8r 2' METERS DECEMBE e e 1 a e e a I C * w I . SEE PAGE 19 FOR SOLDERING SPECIFICATIONS. 2. SEE PAGE 36 FOR PAINTING SPECIFICATIONS.(LI e @ * a 0 a - c 0 e 0 I. SEE PAGE 19 FOR SOLDER11 SPECIFICATIONS. 2. SEE PAGE 36 FOR PAINTIN SPECIFICATIONS. (LID). 3. SEE IMPROVEMENT PLAN: FOR ASSEMBLY SIZE. .i 1, e e 4 e e 0 e 0 ci e 1. I. SEE PAGE 19 FOR SOLOEF SPECIFICATIONS. SPECIFICATIONS. ( LID). 3. SEE IMPROVEMENT PLAl FOR ASSEMBLY SIZE. 2. SEE PAGE 36 FOR PAINTI a w 0 4 a e 0 1 0 a 0 1 e * I . SEE PAGE 19 FOR SOLDERING SPECIFICATIONS. 2. SEE PAGE 36 FOR PAINTING SPECIFICATIONS. 3. COWER SW BE WRAPPED WITH 10 MIL TAPE 4. SEE IMPROVEMENT PLANS FGR ASSEM6LY SIZE. NGS SHALL BE SAME SIZE .y WHEN IN CONTACT WITH CONCRETE. a a 0 c 6. 0 e 0 AC. MAIN PVC. MAIN 8 e w FOR WATER SERVICE CONNECTION (TYP.) e a 0 e 6 0 0 4 c c .. FOR WATER SERVICE CONNECTION ( TYP. ) 0 (I, 0 e e c 1 a 0 e e NOTES: I . DIELECTRIC CONNECTIONS SHAU BE REQUIRED ON ALL AIR AND VKUUM W ASSEMBLIES, MANUAL AIR RELEASE ASSEMBLIES, BLOW- OFF ASSEMBUE AND WATER SERVICE ASSEMBUES H a3PPER TUBING OR BRASS RPE CCW ARE MADE TO STEEL MAINS. FFl 2. USE DOUBLE WRAP TAPE. WRAP COF OR VALVE IN OPEN POSITION UNLES! OTHERWISE DIRECTED. @e SIZING TAW F COPPER VUOR STEEL INSULATING TUBING COf3PsTW CarpUffi BLISHING e 0 4 0 0 c 1 e -- I . IN NON - ROAO AREAS PLACE GUARD FQST NEXT TO VALVE Box ASSEMBLY [IRAWING NO. 22). VALVE EXTENSION. AS DIRECTED BY THE ENGINEER. (SEE 0 a 2 . SEE DRAWING NO. ZFOR GATE e 8 e @e SECTION A-A e e e 0 e 0 REINFORCING STEEL DETAIL. UVD CAP BLDCK. c e 0 8 VERTICAL BEND. .. TEE (SIDE VIEW) 2 . FOR AC. PIPE, A MIN. 3'-3' TO A 6I-f LENGTH INTO AND OUT' OF All FIT 3 . CONCRETE SHU BE 5 SACK. A h 3 DAY CURING TIME BEFORE HYDROSTATIC TEST. 4 . SEE OWG'S. Na 7 S 8 FOR REOUCE PLUG, 8 BUTlERFLY VALVE THRL BLOCKS. VERTICAL END. I . FITTINGS SHAlL BE OUCTILE IRON FOR D.1.P S f?V.C.; CAST IRON FOR A.C.F! (CEMENT LINED). 0 DF-SCRIPTION CONCRETE THRUST BLLXK (FOR AREAS SEE DWG. NO. 91 POCYETHYLENE WRAP. NQ 4 REINKRUNG STEEL. VALVE BOX ASSEMBLY. FLXRT OR RXMJ GATEVAu/E. a CARLSBAD MUNICIPAL WATER DISTRICT v\ CONCRETE THRUST BLOCKS STD. C FOR NON-RESTRAINED JOINTS DECEMf e I) 0 e I . SEE PAGE 19 FOR WRIED VALVE AND FLANGE SPECI FICATJONS. 2. SEE DRAWING NO. 9 FOR THRUST BUXK BEARING # e 0 m *a 0 SEE PtPE DESCRIPTION spa 0 NO. 4 RElNFOfmNG STEEL. CONCRETE THRUST BLOCK. VALVE BOX ASSEMBLY. e CARLSBAD MUNICIPAL WATER DISTRICT STD. 0 W GATE VALVE INSTALLATION e WC., Dl.f?,AC.f? & STEEI PIPE. OECEMB 0 e 1 0 P e e LINE VALYE INSTALLATON 0 AL&s%s&- *e 0 0 e 0 e 0 e THRUST ANCHOR FOR WATER MAIN REDUCER - 4 THRU 16 INCH. STD. DC w1 DECEMBE e * e 0 e eo e a e e .& - - 40 X) ji! ;3 e. (I C: 1 Ill S- LI k- CY 4 CT c . -- -- 8 +- x) 9; Ps e! . -- ii IO 0 bI0TES : I. BnSEOON225PSITESTPRESSUREAND8EARINGVWJESOFMWSOnS. 2. VALUES FROM CURVES ARE FOR TEES AND DEADENS, I€; SlRAlGtrr LINE THRUS 4 6 8 o n- I4 16 Pipe Diameter in Inches FOR90OBEND: 1.4VCVUEFROMCURM:. FOR 45' BEND: a8 VPWE FROM CURVE. FOR 22W BENO: a4 VWJEFFW CU?VE. ANoAPPf?(rurED. 3. mcauomavsNarmvEaosucuFMs,~THRum~MusTe€mm CARLSBAD MUNICIPAL WATER DISTRICT THRUST BLOCK BEARING AREAS RMsloN AFR ME- STD. DW W I5 0 # 0 c 0 .e 0 0 0 1 12” min (typ.) feather 1 Existing AX. and Bas TYPE B NPE A NOTES 1. Existing AC. shall k cut and nmovod in such a manner to as not to tear, bule or diilaa, adjcent pmmt Edge3 shall k dean and nrtid. All CUB shall k parallel or perpendicular to street mmrlinr. when pmtical. 2. Bam material to ba nplaced to depth of existing bum. AC. may be rubrtihimd for bar, matwid. 3. A tack coat of asphaltic emulsion or paving raphalt shdl k applied to tx-kting AC. at all contact surfaces, prior to naurfacing. a) Minimum total thicknea shall k on inch grwmr ban existing AX. b) AC. dpll k hot plat mix. c)finhh WIS) for Typr B resurfacing shall ba laid dm Uriw a rprwdrr box. 5. All AC. naurfaeing shall k seal coated wilh m mubified gphdt and mmd with mnd. Chip sealing shall k appli 91 required by Agmey. 6. Typ B not to k usad on lateral crordngl. 7. Sloughing of trench under pmmnt shall k causa for requiring additional pnnmnt and h. 4. hphltic Conmta lkurfrdng: Revision ]By Appro ~IPP m.9 nmow RLWYYUOEO STANOLRO nr rnE WI~RTEE UII DIE60 LZuU&4 &z./ns SAN DlEGO REGIONAL STANDARD DRAWING kmt / December 8, 1992 ABC Construction Co, Inc. 3120 National Ave. San Diego, CA 92113 Re: Bond Release - Contract #3325 - El Camino Real Improvements, Chestnut Ave. Hosp Way Per instructions from our Engineering Department, we are hereby releasing the followii bond for the above-referenced project: Faithful Performance Bond No. 20948991 Seaboard Surety Company Remaining $242,746 (Warranty) The bond is enclosed so that you can return it to your surety. diiiT3 Assistant City Clerk Enc. c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280 +!?kt ~ITE IT - DON’T SAY*! Date /!Z~P /g 1. Senioi- Inspector T~ 2. Richard Cook, Principal Inspector @$Reply Wanted From Yvonne Merritt CNo Reply Necessary Re: Bond Release (Warranty) 332s E% h?Bc cBzr5&) .- Our records indicate that the FAITHFUL PERFORMANCE Bond/s for the above ref( project will be eligible for release on /Z//4/q7 . The City Clerk requir written authorii:ation for release. Thank you, Bond/s 2094849/ 074t.L F PS < Approved By: &&A z? &--4 ,zl//12- M EN Date Approve13 By : Releas Authorized By: SFnior c ,/,7 1: c/ <- .+ A RICH D E. COOK ,/” Principal Inspector /2-z-% To City Clerk April 1, 1?92 ABC Construction Co., Inc. 3120 National Ave. San Diego, CA 92113 Re: Bond Release - Project No. 3325 - El Cadno Real Improvements, Chestnut Aver to Hosp Way The Notic12 of Completion for the above-referenced project has recorded. Therefore, 1 instructions from our Engineering Department we are releasing 75% of the Performa1 Bond. Please consider this letter as your notification that $728,238.00 of Seaboard Sur! Company Performance Bond No. 20948991 is hereby released. We are required to ret, the remaining 25% for a period of one year. At that time, if no claims have been filed will be released. The Labor and Materials Bond will be eligible for release six months from the date recordation of the Notice of Completion, on June 16, 1992. A copy of the recorded Not of Completion is enclosed for your records. &A Assistant City Clerk Enc. c: Yvonne, Eng. 1200 Car sbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28 a: @ =$ *_ % 5 Recording requested by: !. 20 2 +=$ u --I - - 1 CITY OF CARLSBAD ) 1 When recorded mail to: ) ) City Clerk ) City of Carlsbacl ) 1200 Elm Avenue ) ) Space above for Recorder’s Use NOTICE OF COMPLETION Carlsbad, CA 92008 Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undeiaigned is ownw rsf the interest or estate stated below in tie property hereinafter de: 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, 92 The nature of the title of the undersigned is: In fee. A wcrk cf imprsvement 31: the p:opeq hereinafter desc:ib&d vvas completed on Seuteniber 2; The name of the contractor, if any, for such work of improvement is ABC Construction Con The property on which said work of improvement was completed is in the City of Carlsbad, of San Diego, State of California, and is described as follows: Proiect No. 3325; Public Improverrents on El Camino Real from Chestnut Avenue to Hosp Wav. The street address of said property is NONE. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I ani the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Ca , 19g, accepted the above described v 92008;’the City Council of said City on December 3 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 December 4 ! 1951 at Carlsbad, California. , CITY OF CARLSBAD Mfu ALETt-1A L. RAUTEN RANZ City Clerk EXHIBIT 3 (p_‘*,& i<<> ei.c;, \ 2 .A \ /\\$\)C? 7, / ’ /&. /$ /99/’ Annette J Evans County Recorder PO Box 1750 San Diego CA 92101-2422 Enclosed for recordation are the following described documents: Notice of Completion Project 3325 ABC Construction Company Notice of Completior, CT 81-46, Unit 2 Carlsbad Airport Centre Development Also enclosed are instructions on how the City is to be billed for the recordation fee incurred. Thank you for your assistance in this matter. &d&7 bzQ&,f KATHLEEN D. SHOUP CT-I1 ______ __.______ 1200 Carlsb.3d Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2808 - ' Recording requested by: P 0 ) CITY OF CARLSBAD ) 1 When recorded mail to: ) ) City Clerk ) City of Carlsbac ) 1200 Elm AvenLte 1 ) Space above for Recorder's Use NOTICE OF COMPLETION Carlsbad, CA 92008 Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereinafter de! 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, 92 The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on September 2; The name of the contractor, if any, for such work of improvement is ABC Construction Con The propcrty on which said work of improvement was completed is in the City of Carlsbad, of San Disgo, State of California, and is described as follows: Proiect No. 3325; Public lmprovemmts on El Camino Real from Chestnut Avenue to Hosp Way. The street address of said property is NONE. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Ca , 1991, accepted the above described Y 92008; the City Zouncil of said City on completed and ordered that a Notice of Completion be filed. December 3 I declare under penalty of perjury that the foregoing is true and correct. Executed on December 4 , 1991 at Carlsbad, California. , CITY OF CARLSBAD Mf- ALETHA L. RAUTEN RANZ City Clerk EXHIBIT 3 P 1 id. Date 1114 To File 0 Reply Wanted From Karen UNO Reply Necessary Re: Bond Release - Cont. 113325 - ABC Construction - El Camino Real Improvments - Chesnut Ave. to Hosp Way The Labor & Materials Bond No. 20948991 for this contract was released by mistake. The Error was found by Engineering who contacted me about the matter. The bond for the wrong ABC Construction Contract was released. According to Yvonne, there is nothing that we can do about this now, and "it probably won't be a problem". AlGNER FORM NO. 55-032 PR \* June 24, 1991 ABC Construction Co., Inc. 3120 National Ave. San Diego, CA 92113 Re: Bond Release - Contract No. 3325 - El Camino Real Improvements - Chestnut Ave. t Hosp Way Per instructions from our Engineering Department we are releasing the following bon which is enclosed so that you can return it to your surety: Labor & Materials Bond No. 20948991, Seaboard Surety Company $485,492.00 &3& Assistant City Clerk Enc . c: Yvonne, Eng. Robert F. Driver Co. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28( Jm' 6'' "e 'ILL I I - UVIY 1 * Dare d4 - - i 0 L+97& 2 IC- 6. t @?Reply Wanted -_ rroiii Karen Kundtz, Assistailt Ciw e rk , UNO Reply Necessary &/&<+e7?.-/&& & -0, -5 - &* ' 2A-L Re: Bond Releas J Our records ir tlicnte tlint the above-refereiic d subdivision/project is, eligi for release. \{e rleed your written autlio ation/approv tlie status, and if release is 0.k. t-c-n % ~dur tlie \L2/ ri release. Please let me know T i 'llinlllcs, yL rti / AIGNCf1 TOIIM 110 55032 / I i y* I A - 64 pp+ i Y b I i i I n .q 1 %11flJ d "LA ?, id RELEASE APPROVED BY: L25-4 I Date I RELEASE APPROVED BY: RELEASE AUTHORIZED BY: - nior nspector ff * Principal Inspector ~ ~~- ~ ~~ ~~~ ~~ - ~ _I_~_______I__ ~-__I_ ISSUE DATE 7, CERTIFICAQS OF INSURANCE 0 PRODUCER F THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANC RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NO7 EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELO\ RffBERT 60 DRXVER CO.9 PWC. X620 5TX AVENUE SMN DfEGQp CA 82183.-2?03 COMPANIES AFFORDING COVERAGE COMPANY CODE SUB-CODE LETTER A GOLOEN EAGLE INSURANCE B GOLOEM EAGLE IHSURABZCE c GOLDEN EAGLE HNSURMCE COMPANY INSURED LETTER COMPANY LETTER w 8 c Censtructfon3 fnco Sa88 aiego CA 92113-2544 LETTER D ENSUWAWCE COWAATY OF THE WE! 3220 National Ave COMPANY COMPANY LETrER E l_lll____l_l_._-l_____-l- I__ .-_-______..--..___ -_____..__.-_II_I_ l_l __-- COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PEF NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTlFl ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND C SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ALL LIMITS IN THOUSP POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDNY) DATE (MMIDDIYY) TYPEOFINSURANCE POLICY NUMBER co LTR A GENERAL LIABILITY CCP146487 7/~1/91 71~1/92 GENERAL AGGREGATE x COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGATE CLAIMSMADE x OCCUR PERSONAL & ADVERTISING INJURY OWNERS & CONTRACTORS PROT EACHOCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one person) $ AUTOMOBILE LIABILITY c c PI 4 648 3 7/Ot/9X 7/01/92 ;;$;FED 5 ANY AUTO LIMIT 1000 ALL OWNED AUTOS BODILY INJURY $ (Per person) INJURY $ x SCHEDULED AUTOS x HIREDAUTOS BODILY x NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EACH c EXCESS LIABILITY EXCL46488 7~0x49~ 710ir92 OCCURRENCE x $1000 5 OTHER THAN UMBRELLA FORM 793765 7/01/93 f1UllSt STATUTORY ' WORKERS COMPENSATION $ 100 (EACHAC $ 500 (DISEASE $ 100 (DISEASE AND EMPLOYERS LIABILITY OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHlCLES/RESTRlCTlONS/SPECIAL ITEMS 5883 €1 Ciamino Reat Pmprovements from Chestnut Avenue to Hosp Way. Contract t3325. ~--I-" A bd 1 t 1: om -.I___ 0 1 -.--- I n s ~.?sa a r~ OJI .p r I ns;l~ Y- Cta. us cs I EM!!!"~ seq!g!!ts- att. a c h e 4%- __- -- CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEF( EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL wxm City af Cartshied a DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMEC Purchas Dvrg Department LEFT, BmNgmMMK ~~%6%!dx~~~~l&x~~ Car tslsadt CA 92008-1989 AUTHORIZED R WVKM BK )4~3(~6X1~~~~~~W~)4~~~~~#~1 _____ It001 Caslsbad Yitfage Drive ACORD 25-S(3/88) / ll_l ___I_- __- _II___ . I_ ___ -_- .- . - _. ^" I ~ I _" I __ I _^_I___ I__^_ - ____I__ lli --~ __^_ ^. -_--_- 111-1 0- 2 POLICY NUMBER: ccp1464 8) @MMERCiAL GENERAL LlAi ABC CONSTRU,CTION CO., INC. .THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ 17 CAREFULLY. i ADDITIONAL 1NSURED-OWNERS, LESSEES. ~r CONTRACTORS'(Form A) This endorsement modifies insurance provided under the foilowing: COMMERCiAL GENE9AL L1A8ltITY COVERAGE PART. SCHEDULE Name of Person or Organization (Additional Insured): Location of Covered Operations Certificate City of Carlsbad See Attached Premium Basis Rates Advance Premium 3odily Injury and (Per Property Damage Liability Cast $1000 of cost) f Total Adance Premium 3 TBD (If no entry appears above. information required to complete this endorsement will be Shown in the Decfar as applicable to this endorsement.) 1. WHO IS AN INSURED (Section 11) is amended to (a) All work on the 9rojec: (0th incuce as an insured the person or organizxion service. maintenance. 3r repa (called "additional insured") mown in the Scned- be performed by or on jeiraif ule out oniy with respect io liabiiity arising out ai: additional insl?red(s) at the 5178 covered opefarions has Seen pleted: or A. "Your work" for the additional insured(s) at the location designated above. or which the injury or aarnaqe aris 8. Acs or omissions of the additional insured(s) been put io its inrencea use t in connection with ther general suoervision person or organizaricn crher 73 oi "your work" at the locadon shown in tne other contractor or subcant: 2. With respec: :o the insurance afforded these add- engaged in periorming xeratic tional insureds. :he following additional provisions a principai as a part ai ;he WPtY: prcject. A. None of the exclusions under Coverage A. (3) "8oaiEy injury" or "prope??y dar except exausions (a)..(d). (e). (f). (h2). (i). arising out of. any act or omission and (m). aoply to this jnsurance. additional insurw(s) or any of t3c playees. other than the genenl SI 8. Additional 5dusions. This insuranc,b does sion oi work periorrned for rhe acc not apply to: insured(s) by you. (I) "8odiiy injury" or "property damage" for whicfl the additional insured(s) are (4) "Property damage" to: obligated to pay damages Sy reason of (a) Property owned. used or OCJE the assumption oi liaoiiity in a contrac: or or rented to the additional infu agreegent. This exuusion does not aoply (b) Prcpeny in the care. CXiCCy. I trol oi the additional msur2c to liafxiity for damages that the additional insured(s) would have in the aosence of over whiccr the additlcnal ins1 the contract or agreement. are for any purpose exerc:slng (2) "8odify injury" or "property damage" ical conrrol: or occumng aiter: (c) "Your work" for the aaaitio suredt s). i (b) That portion of "your work.' ' Sckecure. i f \ CG 20 09 I1 85 Cooyright, Insurance Services Office. hC.. I?% 0 e 7 GOLDEN EAGLE INSUWWCE COMPANY This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated below: Endorsement Effective: Policy No.: Named Insured: This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE PRIMARY INSURANCE ENDORSEMENT It is agreed that such insurance as is afforded by this policy for the benefit of Cjtv of Carlsbad , and ABC CONSTRUCTION CO.! INC. shall be primary insurance as respects any claim, loss or liability arising out of ARC CONSTRUCTTON ~0. f TNCpperations, or by its independent contractors for which liability applies to the special contract under which ARC CONCTRIICTTON CO- 7 TNC. operations, and any other insurance maintained by cjtv nf Carl <had I shall be excess and non-contfibutory with the insurance provided here under. has agreed to perform specific Countersigned by: >.