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:
>.