HomeMy WebLinkAboutBasile Construction Inc; 1993-08-04; 3001., - Recording requested by:
)
CITY OF CARLSBAD ) 1 826
)
City Clerk 1
City of Carlsbad 1
Carlsbad, CA 92008 1
When recorded mail to: )
1200 Carlsbad Village Dr. )
1.4 II
I
Space above for Recorder’s Use
NOTICE OF COMPLETION
No:iee is hareby giver: that:
1 D
2.
3.
4.
5.
6.
7.
The undersigned is owner of the interest or estate stated bellow in the property hereinaft
described.
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Californi
92008.
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was completed c
December 7, 1993.
The name of the contractor, if any, for such work of improvement is Basile Constructio
The property on which said work of improvement was completed is in the City
Carlsbad, County of San Diego, State of California, and is described as follows: Proie
No. 3001, Laquna Drive Improvements between State Strelet and Jefferson Street. -. . I-. lP- i3. iiid sireei addies9 4 said piupaiy ia IYWIVC.
u .--- )/t-lf=i.Z;/iTiOM OF ciF{ CLERK
1, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsba
California, 92008; the City Council of said City on YMARctl d? , 19=, accepted tt
above described work as completed and ordered that a Notice ol’ Completion be filed.
D declare under penalty of perjury that the foregoing is true and correct.
Executed on md 9 , 19 71/ at Carlsbad, California.
CITY CFI CARLSBAD
h it h
ALETHA L. FALITE!.IK.?ANZ I City Clerk
CITY OF CARLSBAD
PROJECT: Construction of Laguna Drive Improvements
CONTRACT CHANGE ORDER NO. 4
CONTRACT NO._30~0~1 ___ P.O. NO. 16200 ACCOUNT NO. 310-820-1840-3001
CONTRACTOR: Basile Construction Inc.
ADDRESS: ----=-7=92=2::....:...;A:.:....:rm.a..:..::;.ou=r'--S=t:.:..re=e=t------------------------
San Diego, California 92111-3718
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 the City and the Contractor to be the
complete and final costs hereof. The requirements of the specifications, where pertinent and not in
conflict with this change order, shall apply to these changes. This change order is not effective unless
signed by the City Manager and/or the Mayor.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Contract, 1991, perform
the following as directed by the Engineer:
Item 1 : Provide manpower and equipment to remove and replace improvements at APN 155-170-20 on
Laguna Drive station 23+96.79 to 24+72.5. Replacement of improvements will include
preparation of sub-grade material and placement of concrete curb and gutter, sidewalk and
driveway, and fence relocation/replacement.
Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $6,021.57
TOTAL INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $6,021.57
H:\LIBRAR Y\ENG\ WPDATA\INSPECI\CHGORDER\3001-4.CHN
J
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY
THIS CHANGE ORDER.
APPROVED BY:
~ 6oA;;:Q 12/ez,/c;~
CONTRACTOR (DATE)
/2-7-93
(DATE)
~~(DAT~
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3001-4.CHN
PROJECT:
CITY OF CARLSBAD
Construction of Laguna Drive Improvements
CONTRACT CHANGE ORDER NO. 3
CONTRACT NO._3=0=0..:....1 __ P.O. NO. 16200
CONTRACTOR: Basile Construction Inc.
ACCOUNT NO. 310-820-1840-3001
ADDRESS: 7922 Armour Street --~~~~-~~-----------------------
San Diego, California 92111-3718
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 the City and the Contractor to be the
complete and final costs hereof. The requirements of the specifications, where pertinent and not in
conflict with this change order, shall apply to these changes. This change order is not effective unless
signed by the City Manager and/or the Mayor.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Contract, 1991, perform
the following as directed by the Engineer:
Item 1: Provide manpower and equipment to remove and replace driveway apron on Laguna
Drive between stations 19+90.05 to 20+23.05. This includes full compensation for
demolition and removal of existing driveway, preparation, compaction, and forming of sub-
grade material. Cost also includes delivery and placement of concrete material.
Increase to Contract Cost ...................................... $2,740.01
TOTAL INCREASE TO CONTRACT COST ................................... $2,740.01
H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3001-3.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY
THIS CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDERIJOOl-3.CHN
PROJECT:
CITY OF CARLSBAD
Construction of Laguna Drive Improvements
CONTRACT CHANGE ORDER NO. 2
CONTRACT NO.~30_0-1 ___ P.O. NO. 16200 ACCOUNT NO. 310-820-1840-3001
CONTRACTOR: Basile Construction Inc.
ADDRESS: _ __,_79=22:::..A~r:...:.;m=o=u::.:..r..:::S=tr=e=et=------------------------
San Diego, California 92111-3718
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 the City and the Contractor to be the
complete and final costs hereof. The requirements of the specifications, where pertinent and not in
conflict with this change order, shall apply to these changes. This change order is not effective unless
signed by the City Manager and/or the Mayor.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Contract, 1991, perform
the following as directed by the Engineer:
Item 1: Provide labor and equipment as directed for additional traffic control.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,500.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ......................... $1,500.00
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY
THIS CHANGE ORDER.
RECOMMENDED BY:
,t~,1 t & f-&-93
P~wc:AL INSPECTOR (DATE)
Jt:.__ ~ il>•h:J
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (Yi//P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
CONTRACTOR (DATE)
CITY OF CARLSBAD
PROJECT: Construction of Laguna Drive Improvements
CONTRACT CHANGE ORDER NO. 1
CONT~CT NO._3=0=0-'-1 __ P.O. NO. ____ ACCOUNT NO. 310-820-1840-3001
CONTRACTOR: Basile Construction Inc.
ADDRESS: i 922 Armour Street
San Diego, California 92111-3718
The Contractor is directed to make the following changes as described herein. Changes shall i:,clude
all labor, materials, equi!')ment, contract time extension, and all other goods and services required to
implement this change. Payn Ient stated on this change order includes al' c~arges, direct or indirect,
arising out of this additional work and is expressly agreed between the Ci~' ,~r,d the Contractor to be the
complete and final costs hereof. The requirements of the specifications, where pertinent and not in
conflict with this change order, shall apply to these changes. This change crder is not effective unless
signed by the City Manager and/or the Mayor.
Pursuan! to subsection 3-2, Change Initiated by the Agency, Standard Specifications for Public Works
Contract, 1991, perform the following:
Item 1: Provide manpower and eqrlipmert to base pave Laguna Drive betN--en stations 10+85
and 12+00. This includes full compensation for asphalt plant star-· 1Ip, asphalt paver
move-in, and prenium labor costs ass1Jciated with work at non-standard hours.
Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,766.00
INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,766.00
H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\3001-1.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY
THIS CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
£;~~/3.d/-3
PRINCIPAL INSP~CTOR (DATE) CONTRACTOR (DATE)
~-2-0-o/') ~ ('"'ATE)
C()~ .(DATE)
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING r,M/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECI\CHGORDER\.3001-1.CHN
Cl~ANAGER/MAYOR (DATE)
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
FOR
IAGUNA DRIVE STREET IMPROVEMENTS
BElWEEN STATE STREET AND JEFFERSON STREET
CONTRACT NO. 3001
3 00/
2/25/93
TABLE OF CONTENTS
Etern &
NOTICE INVITING BIDS ...........................................
CONTRACTOR’SPROPOSAL
BIDDER’S BOND TO ACCOMPANY PROPOSAL 1
DESIGNATION OF SUBCONTRACTORS 1
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .................. 1
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... 1
4
........................................
r A
.......................... I
D
I
I
1
I.
1
I
............................... I
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID .............................. 1
CONTRACT-PUBLICWO ......................................... 1
LABOR AND MATERIALS BOND 2
PERFORMANCEBOND ........................................... u
a REPRESENTATION AND CERTIFICATION u
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION ................................. G
RELEASEFORM 2
....................................
1
.............................
2
............................................... I SPECIAL PROVISIONS
PART 1. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR
c
PART 2. 1 PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS . . 5
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS ... PART 3. I
I
:
MODIFICATIONS TO SAN DIEGO REGIONAL STANDARD DRAWINGS ......... :
1
\
2/25
1 @ P
1
A
1 NOTICE INVITING BIDS
CITY OF CAEUSBAD, CALIFORNIA
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 12C
Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on tl
27th day of May, 1993, at which time they will be opened and read, for performing tl
work as follows:
t
LAGUNA DRNE IMPROVEMENTS
BETWEEN STATE STREET AND JEFFERSON STREET
CONTRACT NO. 3001
I
I
I
1
1
I
I
I
1
I
I
I @
The work shall be performed in strict conformity with the specifications as approved by tl
City Council of the City of Carlsbad on file with the Engineering Department. TI
specifications for the work include the Standard Specifications of Public Wor
Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designatc
"SSPWC", as issued by the Southern California Chapter of the American Public Wor
Association and as amended by the special provisions sections of this contract. Referen
is hereby made to the specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-ownc
businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators ai
contractors to utilize recycled and recyclable materials when available and whe
appropriate.
No bid will be received unless it is made on a proposal form furnished by the Purchasii
Department. Each bid must be accompanied by security in a form and amount requiri
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, 01: 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 noti
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 t
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:
I
1.
I
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
2/25
I.
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantiti
are approximate and serve solely as a basis for the comparison of bids. The Enginee
I
I Estimate is $179,000.
No bid shall be accepted from a contractor who is not licensed in accordance with t
provisions of California state law. The contractor shall state their license numbc
expiration date and classification in the proposal, under penalty of perjury, pursuant
Business and Professions Code Section 7028.15. The following classifications a
acceptable for this contract: General Engineering Contractor "A" License, in accordan
with the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contra
documents in lieu of the usual 10% retention from each payment, these documents mu
be completed and submitted with the signed contract. The escrow agreement may not 1
substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at tl
Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue
Carlsbad, California, for a non-refundable fee of $20.00 per set. If plans and specificatio
are to be mailed, the cost for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minc
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute tt
Contract shall be those as determined by the Director of Industrial Relations pursuant 1
the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 (
the Labor Code, a current copy of applicable wage rates is on file in the Office of tl
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 :
the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions (
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 gre-bid meeting ard tour of the project site will be held at the northeast corner of th
intersection of Laguna Drive and State Street in Carlsbad, at 9:OO a.m., on May 4, 199:
All bids are to be computed on the basis of the given estimated quantities of work, a
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 error in th
extension of a unit price, the corrected extension shall be calculated and the bids will b
computed as indicated above and compared on the basis of the corrected totals.
r'
1
I
t
I
I
8
I
i
1.
1
I
I
I
1
2t25D
1.
I @
All prices must be in ink or typewritten. Changes or corrections may be crossed out ai
typed or written in with ink and must be initialed. in ink by a person authorized to sign f
I
I the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day pri
to bidding. Submission of bids without acknowledgment of addenda may be cause
rejection of bid.
Bonds to secure faithful performance and warranty of the work and payment of labore
and materials suppliers, in an amount equal to one hundred percent (100%) and fif
percent (SO%), respectively, of the Contract price will be required for work on this projec
These bonds shall be kept in full force and effect cluring the course of this project, and shi
extend in full force and effect and be retained by the City until they are released as stat1
in the Special Provisions section of this contract,
Bonds and insurance are to be placed with insurers that have (1) a rating in the mc
recent Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct business
the State of California, and (3) are listed in the official publication of the Department
Insurance of the State of California. Auto policies offered to meet the specification of tl
contract must: (1) meet the conditions stated above for all insurance companies and (
cover any vehicle used in the performance of the contract, used onsite or offsite, wheth
owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insuran
certificate must state the coverage is for "any auto'' and cannot be limited in any mannf
Workers' compensation insurance required under this contract must be offered by
company meeting the above standards with the exception that the Best's rating conditic
is waived. The City does accept policies issued by the State Compensation Fund meetb
the requirement for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. A
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. 93-26, adopted on the 2nd day of February, 1993.
I.
I
I
I
I
I
1
I
I
I
I
I
I
1
I @
1.
r /?
; ;/-? /p 3 t/& ..- +J /\ /4- I Date Aletha L. Rautenkranz, City Clerk
2/2-51
I*
CITY OF CARLSBAD
LAGUNA DRIVE STREET IMPROVEMENTS
BETWEEN STATE STREET AND JEFFERSON STREET
CONTRACX NO. 3001
CONTRACTOR'S PROPOSAL
1
I
1
I
I
I
I
I
1. 1
8
I Ekt?Ufm #~&.LjLyld. d fee
I*
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read t
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furni
all labor, materials, equipment, transportation, and services required to do all the work
complete Contract No. 3001 in accordance with the Plans and Specifications of the City
Carlsbad, and the Special Provisions and that he/she will take in full payment therefor t
following unit prices for each item complete, to wit:
Approximate
Item QUantity Unit No. Description and Unit Price Total
Clearing & Grubbing at Ls /2,aoo. eo /-?,am. 0
FIVC -?%-&d &a
hm& cd- u,nR %oo
Dollars per Lump Sum
2 Unclassified Excavation at Ls /A 33s. c2 /(& e
hd/ea fi&w+%-e /md mAoo 1 ~ollars per Lump S&
3 Class I1 Aggregate Base at 417 TON J0.S 4v&y.% 1 and g%6
Dollars per Ton
4 6" Type "G" Curb & Gutter at 1,050 LF K7.s /3, /77,50 F 56/00 /Nc/ve ud
1
8
1 I.
1 @
Dollars per Linear Foot
2/25
Approximate
I
I
Do 5
I
I
I 7 5-1/2" PCC Driveways (G-14) & Local 1,545 SF 3.70 57/C.G
i
I
I
Item QUantity Unit No. Description and Unit Price Total
6" Modified Type "G" Curb at 85 LF /A96 /. Y3b.S
WD, ~,WkE&A md
Dollars per Linear Foot
6 4" PCC Sidewalk (G- & PCC Walk at 4,211 SF 2- vs /+ 3h5.9.t Tu0 dnd P%o*
Dollars per Square Foot
7%1>
Dollars per Square Foot
8 7-1/2" PCC Driveway G-14) at 715 SF 4:gcl 3.433.' rw hA &LJo
Dollars per Square Foot
Pedestrian Ramps (CALl"S A88-Case E) at 4 EA Lfoo.05 ~~~~' 9
mAoo
1. 9 tmv &&id &7Ld
1 Dollars Each
10 Cold Milling at 9,285 SF - .& 5,106.7 I 55xDD
1
I
i
I
I
1 43
Dollars per Square Foot
11 6" kc. Dike at 26 LF .J/.90 569.91 menh-me LUWL 99400
Dollars per Linear Foot
%/vb - ti4ri.e and 12 kc. Pavement at 824 TON 33.235 27. &A.
8%a:
Dollars per Ton
2/25
I*
Approximate
Item Quantity Unit
1
I
1
I
I
I
u /P& e filii hm&cd
I
I@
1
I
I
I
I PA -sv( dhnc
I
1 43
No. DescriDtion and Unit a Total
13 Raise Exist. Type “B“ Inlet at 1EA 4 730.O3 L 730. 02 h,m&ii
&/th l.znA O%O
Dollarsdach
I.
10 EA /9$430 /,L/q3.&
and ’800
Dollars Each
15 100 W HPS Street Light LS 8 d/S. Oi? 8 o/s, 02
DUSaU9d e+ ec3
&d o%Qo
Dollars per Lump Sum
16 Pull Boxes, Conduits and Wiring at ES 42z30.9 3 53u, *x
filUh.r kr,d *x00
fWhW&fd t-c ‘ah
Dollars-&- Lump Sum
17 Relocate Electric Meter at Sta. 11+64 at 1EA YBU.”-” Y’BO‘2
/A b%m
Dollars Each
18 Relocate Backflow Device at Sta. 11+66 at 1EA $430. O! +a. e &’+y
Dollars Each
19 Relocate Mail Boxes at 3EA /75.* 52€* O! e hrn&Ed*j 9 -+%le
p,nA b%oo
Dollars Each
20 Variable Height Modified G-1 Curb at 33 LF a&. - 87q si
?A& 1 Dollars per Linear Foot
2/25
I.
Approximate
1
I
I
B
I
i
1
1
1. 25
1
I
Item Quantity Unit No. Description and Unit Price Total
Install Pre-cast Planters at 2EA 7sg 59 /,st3*~ &vim hmbed 4&?4 *
&nd ym
Dollars Each
I. 21
22 Remove & Install New C Fence at 720 SF 9's 238$@ Fwcu7cc 7Ao
Dollars per Square Foot
Remove Portion of Exist. CL Fence 30 LF CA 0. gg 623.q d vs/oo
J
Dollars per Linear Foot %GZ + 4AG& 24 Remove Exist. Planter Irrigation & 1LS
Electrical Systems at Sta. 11+94.5 to
Sta. 13+08 at FOW hMA&pd.
en md '%do
Dollars per Lump Sum
24" Box Trees at 14 EA 320.5 54480.4
Afld %L,
7 %%-ice hun~~e~ +e4
Dollars Each
26 Signing & Striping at 1LS 3,57s 3 3s7g. .! */k& -4k-e hm&eA
VPAA c -t;i/p, A/?& 6/.o 1 Dollars pedLump Sum
27 Type "F" Class I Delineators at 4EA % 02 306. b 8 -five LWWL
o%oclJ
Dollars Each
GY-f-Cen hmkp~
~011~~ p& Lump Sum
28 Install Loop Detector at LS 45-35 os /,53s.4 I
1
0
1 43
00 7%&&.l-A1we &&A /J DO
2/25
I.
Approximate
1
I
I
I
I
8
i
1
I
I
4
I
i
I
I
1 @
Item Quantity Unit No. Description and Unit Price Total
PLS 3$4s-zL 04! $45&& 29
Dollder Lump Sum
Total amount of bid in words: &??e h&nct?,e& &jk& 5evm 75hWShA 4
Total amount of bid n numbers: $ /37, gg6.
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s).
proposal.
The Undersigned has checked carefully all of the above figures and understands that t
City will not be responsible for any error or omission on the part of the Undersigned
preparing 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 bo
accompanying this bid shall become the property of the City of Carlsbad.
fed 45% -s& a#A 99350 hU.MCI 9g Y
has/have been received and is/are included in tl
m
&Ad( ci-2 Mca&V&& (7 $$
/ LL7 I qsq /:x 3 SLv-67 4
2/25
P
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensc
to do business or act in the capacity of a contractor within the State of California, valid
licensed under license number &sa1718 9 classification A which expir
on 4/30& , and that this statement is true and correct and has the legal effect
an affidavlt.
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. 5 7028.15(e). In all contracts where federal funds are involved, I
bid submitted shall be invalidated by the failure of the bidder to be licensed in accordan
with California law. However, at the time the contract is awarded, the contractor sh
be properly licensed. Public Contract Code 5 20104.
The Undersigned bidder hereby represents as follows:
1
I
I
I
I
8
I
1
I.
I
i
1
1 ....
1
B ....
1
1 63
a
1
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
be paid hereunder; that no representation, oral or in writing, of the City Counc
its officers, agents, or employees has inducted hidher to enter into this Contra(
excepting only those contained in this form of Contract and the papers made a pa
hereof by its terms; and
2. That this bid is made without connection with any person, fm, or corporatic
making a bid for the same work, and is in all respects fair and without collusion
fraud.
B/G?c?e% &IUD
, Bond or CmEer’> Cheek 1 (a, c- Accompanying this proposal is
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code whi
requires every employer to be insured against liability for workers’ compensation or
undertake self-insurance in accordance with the provisions of that code, and agrees
comply with such provisions before commencing the performance of the work of t3:
Contract and continue to comply until the contract is complete.
....
....
....
2/25
I* ..-.
I
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 needc
to execute the Contract and agrees to comply with its provisions.
I
I
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
f
I
I
I
i
1
1
(I,
R
I
i
I
I
1
I @
(Street and Number)
City and State
(4) Zip Code Telephone No.
IF A PARTNERSHIP. SIGN HERE:
(1)
(2)
Name under which business is conducted
Signature (given and surname and character of partner) (Note: Signatur
must be made by a general partner)
(3) Place of Business
(Street and Number)
City and State 1 Zip Code Telephone No.
2/25/93
I*
IF A CORPORATION, SIGN HERE:
(1)
I
I Name under which business is conducted
BeU2 mN~FRucflOd, /MeA
(2) d,, &.U
8'
I Signature
PR6S/DGW-
Title I
I
I
8
I.
I
I
8
I
I
I
I Impress Corporate Seal he,
(3) Incorporated under the laws of the State of €h~/Kik&//A
(4) Place of Business 79-22 F?Y~QoLu- *c& (Street and Number)
City and State -.S@ /3,'cq, , CA
(5) Zip Code 92 // 1 Telephone No. (619) S76- /90h
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST B 8 AITACHED
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:
P4WAl A. -5 /LE - P%L%DrnT ,\7RE;qsoPm
PG72-7e ALL& /&k!52/. /r - decRg7p?Ky
-
2/25/9:
I.
-
- @
STATE OF CALIFORNIK - --. COUNTY OF --dcS'c/7 /!j Qrp'i *- 4 99s before me, Bd3s7 PA, -' 4; e?.? CY7 On r;a& i"' / f?
personally appeared -fs -33 ~d f ,n . t5c3-5 ; i p . 3 4 -=i ;C--/c% 4 0-4-
_----- , Notary Public, - I
1 p<-.q* , , , If (:(;p+;r,/,f".ti &IC . l& ' %-
w- - -_ .-- ----_
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person@) whose name(s)
islare subscribed to the within instrument and acknowledged
to me that helshelthey executed the same in hislherltheir
authorized capacity(ies), and that by hislherltheir signature(s)
on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument
WITNESS my hand and official seal
~*.*~.*-*toc*o****..,,*.*.*~-~$
&ML /+
(Seal)
SF 9474 6 (Rev A 11190) (CA)
Ul
BIDDER’S BOND TO ACCOMPANY PROPOSAL
I*=
I*
I
I
I
I
I
I
I
I
I ....
I
I ....
I
I
I
1 69
@ KNOW ALL PERSONS BY THESE PRESENTS:
North American Spec That we, Basile Construction, Inc. , as Principal, and Insurance Company
as Surety are held and firmly bound unto Ihe City of‘ Carisbad, California, in an amount
follows: (must be at least ten percent (10%) of the bid amount)
Ten Percent of Bid
for which payment, well and truly made, we bind ourselves, our heirs, executors ai
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of tl
above-bounden Principal for:
LAGUNA DRIVE STREJZT IMPROVEMENTS
BETWEEN STATE STREET AND JEFFERSON !3XFET
CONTRACT NO. 3001
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly entl
into and execute a Contract including required bonds and insurance policies within men
(20) days from the date of award of Contract by the City Council of the City of Carlsbai
being duly notified of said award, then this obligation shall become null and voil
otherNi_se, it shd be and ren2i.n in_ fid force ad eEect, 2nd the a,nl,ount specified here
shall be forfeited to the said City. 10
....
....
....
....
....
....
....
.... I. ....
212519
Valid only if NORTH AMERICAN SPECIALTY INSURA CE CQMPANY Numbered in
GENERAL POWER OF ATTORNEY
@KNOW ALL MEN BY THESE PRESENTS, THAT THE NORTH AMERICAN SPECIALTY INSURANCE COMPANY, a corporation duly organized and existing the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, has made, constituted and appointed, and by these make, constitute and appoint
GEORGE M. FOSTER, 111, JOHN T. FOSTER. ALBERT C. NEUBACHER,
JAMES S. KUROWSKI, ROGER E. BRUNNER
its true and lawful Attorney-in-Fact, to make, execute, seal and deliver for and on its behalf and as its act and deed bonds or other writings
the nature of a bond on behalf of said Company, as surety, bonds, undertakings and contracts of suretyship to be given to all obligees -
provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed in the amount of . . . . . , . . . , . , . , . .
TWO MILLION FIVE HUNDRED THOUSAND (2,500,000.00) DOLLARS
The Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Dire
American Specialty Insurance Company at a meeting duly called and held on the 24th of April, 1985.
"RESOLVED, that the President, and Vice President, any Assistant Vice President or any Secretary be and each or any of them hereby is authorized to exec
Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of North American Specialty Insurance Company bonds, underta
contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach thereto the seal of th
and
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate re
by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affix
future with regard to any bond, undertaking or contract of surety to which it is attached.
In Witness Whereof, North American Specialty Insurance Company has caused its official seal to be hereunto afhxed, and these presents to be signed by its 1
attested by one of its Vice Presidents on the 7th of December, 1990.
0
BY -&w 8- gf4 Gilbert B. Kerr, President BY &mmy Alan Y Shoop, Vic'
ss: State of Ohio
Comty of Cuyahoga
On this December 7, 1990, before me, a Notary Public, personally appeared Gilbert B. Kerr and Alan K. Shoop who being by me duly sworn, acknowledged tha
the above Power of Attorney as officers of said NORTH AMERICAN SPECIALTY INSURANCE COMPANY and acknowledged said instrument to be the volur
deed of the corporation.
Sec. My commission 147.03 Ohio does Revised not expire Code @ZzdV&
Ronald H. Lasko, F 01, Robert M. Mangino, Secretary of NORTH AMERICAN SPECIALTY INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and corn
Power of Attorney by said NORTH AMERICAN SPECIALTY INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF,
I hereunto set my hand and affixed the seal of said Company this 27th day of Mav .1
BND 110s (Rev. 1/91) Q -7 I Robert M. Mangin
, In the event Principal executed this bond as an individual, it is agreed that the death
I'' --I
* Principal shall not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL, this 2 7th day of Executed by SURETY this 27th day o
May ,1993. May J 19%.
PRINCIPAL: SUWTY:
Basile Construction, Inc. North American Specialty Insurance
(Name of Principal) (Name of Surety)
t
I
I
I
1
I.' PRES;/OFfl
I.
II,
I.
I
I
I
I
19800 Detroit Road
Rocky River, OH 44166 sy:,~&&4h- L2 ' &&A
(sign here) (Address of Surety]
Pkl-wxl A. BA4/L.eY (216) -356-2100 (print name here)
--I__
d (title and organization of signatory)
By: Albert C. Neubacher
Irion x"-O-- here) primed nzme of Atto-rlley-in-F.a
(attach corporate resolution showi
current power of attorney) (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 o
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary unc
corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
97. /& 4 City Attorney
By:
KAFkN J. HIRATA
Deputy City Attorney
2/23
@
:.
I
STATE OF CALIFORNIA I
7 -i-- J ,--! 7 -x- y On 36 ffi&,.' )~c& before me, 'v~qj I?A/ <-. X- L j i
c COUNTY OF 2An 3?,.<d
personally appeared ** '?%?d*q r-? r?c>.+J,: . * *{yT',<-<> li /:i-
-__LC , Nofary Public, -. 1
,5 - 22; , e (!$ii,"f;Cf(A13_&:f\ rf . & +-
---
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person@) whose name(s)
islare subscribed to the within instrument and acknowledged
to me that helshelthey executed the same in hislherltheir
authorized capacity(ies), and that by hislherltheir signature(s)
on the instrument the person(s), or the entity upon behalf of
WITNESS my hand and official seal
-*e* g*.~.6+*QI 'Hcg-* ~-*~-~~~ * F 4 e NAWY J JENSEq -c which the person(s) acted, executed the instrument K' ' E"C?.{V $+]X ;z-, 3
+x?
0
e
0 -> -.l *
) Signature / 7- ,4/,+/ i./>\// -45 7/*y- .***ree~o,~raass.***~g**~*-~~
L' 1 /- fl /' (Seal)
SF 9474 8 (Rev A 11/90) (CC)
DESIGNATION OF SUBCONTRACTORS I
I
I
I
I
1 bJ
I
1
I.
I J/I4/2. ,Giy, 5 IhjkrVA 5m Qif!q6 /k/9/)A??-G?.
I
I &z?-/b/'ny & ti23
I
I
I
1
The Contractor certifies he/she has used the sub-bids of the following listed Contract
in making up hisher bid and that the sub-contractors listed will be used for the work
which they bid, subject to the approval of the City Engineer, and in accordance w
applicable provisions of the specifications and Section 4100 et seq. of the Public Contra
Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made
these subcontractors except upon the prior approval of the City Engineer of the City
Carlsbad. The following information is required for each sub-contractor. Additional pa:
can be attached if required:
I.
Items of Complete Address Phone No.
Work Full Company Name with Zip Code with Area Codt
16, iL; 17 ?&&CfSOr, &rd& &Pth& vum (G/$ YbZ. 22
&/l& c OIGL @m,nC, kMw tm &i hy) 75'7-2
d- 28 L-i'qhhhq, Iqc.
/O
FRB Wcd G*mdcd @9) Y32 - 90/
2b 427 Ok-mqc Corn& Umnqt 7/4 b.9 - 9.s;
d
e c -
2,25191 - 69
I
I
1
B
I
1
I
1
1.
I
I
I
I
R
I
I
AMOUNT OF SUBCONTRACTORS' BIDS
0 The bidder is to provide the following information on the subbids of all the lis
subcontractors as part of the sealed bid submission. Additional pages can be attached li required.
Type of State
Contracting Carlsbad Business Amount of Bid
Full Companv Name License & No. License No.* ($ or Yo) adf/* &ut hCv3 5&/.33 c/ 11, 7s. bC
FRD Me56 L.S. baqh /, yo0 .oo Jh ,r * LLtKrLc 3.3 sg/./o
ar- T&i~%r I+. 3YbW 3, a70 .DO J
flm. 54a78VA Lf,/31. 83
-
* Licenses are renewable annually. If no valid license, indicate "NONE." Valid license
must be obtained prior to submission of signed Contracts.
-
2/25/9
4,
-
- 43
BIDDER’S STATEMENT OF FINAb3AL RESPONSIBILITY .- i
I
1
B JGE m&fm
1
D
I
II
1
1.
1
I
I
I
b
I
I
i 43
A
0 Bidder submits herewith a statement of financial responsibility.
2/25/93
I.
L. ha I
2 9ti 4CCOUNT: 731-900318-7
PREP. DATEr 05/17/93 91 ENCLOSURES: 14 CYCLE: PAGE : 4 OF 4
. HSOA137
W HOME SAVINGS m OFAMERIC~
- 5
10505 TIERRASANTA BLVD
SAN DIEGO CA 92124 BRANCH PHONE 800-933-3000
BASILE CONSTRUCTION INC B731 7922 ARMOUR ST ." EGO CA 92111-3718 --
. _-- .+,s *'* a\"- \- - -. i
T" ^__^_ . - __ -.- "~-. " SUMMARY OF ACCOUNT ACTIVITY *
4,
TOTAL ADDITIONS 103,
BEGINNING BALANCE
PLUS 5 DEPOSIT(S1 TOTALING 103,313.52
MINUS 91 CHECK(S1 TOTALING 75,594.04
TOTAL DEDUCTIONS 75,
FOR AN ENDING BALANCE OF 31, *** YEAR-TO-DATE ACCOUNT INFORMATION *X*------------ .....................
TOTAL INTEREST EARNED .OD 0 -__- "
.. -"
<
I
t. 4
. -_- ~
-.-*. -.
-__.I- +..-- .- .
T
"- ~ --
^. . - __ I .x
""
."
--e i - *-
.-,- -. -.i-- ..---->
for in infori of check numbers May indicate a check which was statement or an outstanding check
r ~ __ -Ij,--l"~-I_
Date
Contract Name and Address
Completed of the Employer
I
I
I
I
I
1.
1
I
I
I
1
Osa MAC&/
Name and Phone Amount
to Contract Work Contract
No. of Person Type of Qf
€22
I
.. *-- '
References: Work Performed: Est. Price 0
San Diego Fish & Game Assoc. 48" Storm Drain -$19,000 2082 Willow Glen Rd. Excavate Footings -$6,640 442-997 1 Mise. -$2,800
Andy Clarkson Slab & Flat Work -$ 1 1,000
1217 Jamacha Rd. Footing for Wall -$4,000 447-708 1
Tony Bade Building Slab, Flat Work -$20,000 5040 Mable Way Fence -$1,200 278-3 195
Gerry Corbet Hat Work -$1,800 91% Larga Vista Dr. Retaining Wail -$2,700 464-8574 Fence -$75Q Drain Pipe -$6%
City of Carlsbad Excavation Contact: Mark Brawthen Removal AC & Concrete -$26,000
Tony Arcola AC & Concrete Paving -$93,000
-$22,000
Dick Cook Misc. -$3 1,000
438-1 161
Cal trans/Mi nor Contracts AC 22 Concrete - 16,000
Contact: Sandro Bernudez Misc. -4,000
688-6824
e
City of La Mesa Excavation -30,000 Contact Jim Blackmon Concrete -60,000 Grant Mitchell Misc. -20,000 463 -66 1 1
City of Chula Vista Excavation -8,000 Contact: Dennis Davies AC & Concrete - 16,000
691-5021 Storm Drain -5,000 Mix. -7,000
County of San Diego Excavation -8,500 Contact: Gus Rios AC & Concrete -34,500 Storm Drain - 17,900 Misc. -4,600
Work In Progress
-25,700 City of La Mesa Excavation Contact: George Kermott AC & Concrete -79,300
463-61 1 Retaining Wall -6,400 Misc. -6,500 a
I
B
I
1
I
I
1
I
I
I
4
i
I
I
I)
1 43
NON-COLLUSION &TIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMI'ITED WITH BID
1 State of California
) ss.
County of 5pr\f Q/E&O 1
r'
PAWMA * 96 /~d , being first duly sworn, deposes
and says that he or she is p??a/Qa 7-
(Name of Bidder)
(Tit le)
of @M/LP ~~UsrRucnOd~, /A,&?.
(Name of Firm)
the party making the foregoing bid; that the bid is not made in the interest of, or on beh
of, any undisclosed person, partnership, company, association, organization, or corporatic
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 anyo
shall refrain from bidding that the bidder has not in any manner, directly or indirect
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 proposl
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.
E declare under penalty of perjury that the foregoing is true and correct and that th
Io
affidavit was executed on the Z.& day of p.zS Y ,19=.
- /1'&-- d /g
Signature of Bidder
Subscribed and sworn to before me on thec2L -6. day of )?'?,a{,/ ,1923
(NOTARY SEAL) ;.',-e
/4&%%L, -z?zY?x*- 4 Signatuydof N&ary/ - - * e * * ** e * c.4 *+ ** e-+-* *+
0 0 N/!&GYJ .iEN2f A LY
0
T- u 03 4 *
2D5E t ~*****e*e**e*4*~***~e-e~*~~~
I.
I
t
1
8
I
1
8@
I
1
I
1
1
1
comer - PUBLIC WORKS
This agreement is made this*@ day of d&-Z of Carlsbad, California, a municipal corpora&on, (hereinafter called "City"), and
Basile Construction, Inc.
is 7922 Armour Street. Sa
, 19& by and between the C
whose principal place of busint
f
n Dieao. CA 9 21 11-3718 1 (hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contr; documents for:
LAGUNA DRNE STREE5T IMPROVEMENTS
BETWEEN STATE STREET AND JEFFERSON SIRFiET
CONTRACX NO. 3001 I (hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, material
tools, equipment, and personnel to perform the work specified by the Contra
Documents.
Contract Documents. The Contract Documents consist of this Contract, Notic
Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation 1
Subcontractors, Bidder's Statements of Financial Responsibility and Technic
Ability, Non-collusion Affidavit, Escrow Agreement, Release Fom, the Plans an
Specifications, the Special Provisions, and all proper amendments and changc
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 an
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 tE
completion of the work, shall be provided at the Contractois expense to fulfi
the intent of said documents. In all instances through the life of the Contrac
the City will be the interpreter of the intent of the Contract Documents, and th
City's decision relative to said intent will be final and binding. Failure of th
Contractor to apprise subcontractors and materials suppliers of this condition c
the Contract will not relieve responsibility of compliance.
3.
I
2DP
I.
1 @
i
I
1
1
4
I
g
1
1.
I
1
I
i
8
1
8.
i 63
Payment. For all compensation for Contractor's performance of work under t
Contract, City shall make payment to the Contractor per Section 9-3 of 1
Standard Specifications for Public Works Construction (SSPWC) 1991 Editic
and the latest supplement, hereinafter designated "SSPWC", as issued by i
Southern California Chapter of the American Public Works Association, and
amended by the Special Provisions section of this contract. The closure date J
each monthly invoice will be the 30th of each month. Invoices from t
Contractor shall be submitted according to the required City format to the Cit
assigned project manager no later than the 5th day of each month. Payme1
will be delayed if invoices are received after the 5th of each month. The fir
retention amount shall not be released until the expiration of thirty-five (3
days following the recording of the Nolice of Completion pursuant to Califorr
Civil Code Section 3184.
Public Contract Code section 20104.50 requires a summary of its contents to
set forth in the terms of the contract. Below is such a summary. Howevl
contractor should refer to Public Contract Code section 20104.50 for a compk
statement of the law.
The city shall make progress payments within 30 days after receipt of i
undisputed and properly submitted payment request from a contractor on
construction contract. If payment is not made within 30 days after receipt of i
undisputed and properly submitted payment request, then the city shall pi
interest to the contractor equivalent to the legal rate set forth in subdivision (
of section 685.010 of the Code of Civil Procedure.
Upon receipt of a payment request, the city shall, as soon as practicable aft
receipt, determine whether the payment request is a proper payment request.
the city determines that the payment request is not proper, then the request shz
be returned to the contractor as soon as practicable but not later than seven (;
days after receipt. The returned request shall be accompanied by a documei
setting forth in writing the reasons why the payment request was not proper.
If the city fails to retun the denied request within the seven (7) day time lid
then the number of days available to the city to make payment without incurrir
interest shall be reduced by the number of days by which the city exceeds tk
seven (7) day return requirement.
"Progress payment" includes all payments due contractors except that portion (
the final payment designated by the contract as "retention earnings".
I. 4-
8
2/251'5
I
1
1
1
I
I
I
1.
I
I
I
I
1
1
5. Independent Investination. Contractor has made an independent investigation
the jobsite, the soil conditions at the jobsite, and all other conditions that mil
affect the progress of the work, and is aware of those conditions. The Contr
price includes payment for all work that may be done by Contractor, whet1
anticipated or not, in order to overcome underground Conditions. A
information that may have been furnished to Contractor by City abc
underground conditions or other job conditions is for Contractor's convenier
only, and City does not warrant that the conditions are as thus indicatc
Contractor is satisfied with all job conditions, including underground conditic
and has not relied on information furnished by City.
f
6. Contractor Responsible for Unforeseen Conditions. Contractor shall
responsible for all loss or damage arising out of the nature of the work or frc
the action of the elements or from any unforeseen difficulties which may arise
be encountered in the prosecution of the work until its acceptance by the Cii
Contractor shall also be responsible for expenses incurred in the suspension
discontinuance of the work. However, Contractor shall not be responsible f
reasonable delays in the completion of the work caused by acts of God, storr
weather, extra work, or matters which the specifications expressly stipdate w D be borne by City.
7. Hazardous Waste or Other Unusual Conditions- If the contract involves diggii
trenches or other excavations that extend deeper than four feet below the surfal
Contractor shall promptly, and before the following conditions are disturbe
now City, in writing, of any:
A. Material that Contractor believes may be material that is hazardous wast
as defined in Section 25117 of the Health and Safety Code, that is requirf
to be removed to a Class I, Class 11, or Class 111 disposal site in accordant
with provisions of existing law.
Subsurface or latent physical conditions at the site differing from tho2
indicated.
Unknown physical conditions at the site of any unusual nature, differel
materially from those ordinarily encountered and generally recognized :
inherent in work of the character provided for in the contract.
B.
C.
City shall promptly investigate the conditions, and if it finds that the conditio1
do materially so differ, or do involve hazardous waste, and cause a decrease (
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 thi I contract.
21'2%
I.
1 63
i
It
R
1:
8
I
I
1
1.
1
1
1
8
4
i
8 69
In the event that a dispute arises between City and Contractor whether t
conditions materially differ, or involve hazardous waste, or cause a decrease
increase in the contractois cost of, or the required for, performance of any p:
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 perform(
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 order
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 i
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 an
reasonable amount. If the parties are unable to agree on the amount (
reduction, the work shall nevertheless proceed and the amount shall f
determined by litigation. The only person authorized to order changes or exh
work is the Project Manager. The written change order must be executed by tk
City Manager or the City Council pursuant to Carlsbad Municipal Code Sectio
3.28.172.
Immigration Reform and Control Act. Contractor certifies he is aware of th
requirements of the Idgration Reform and Control Act of 1986 (8 US1
Sections 1101-1525) and has complied and will comply with these requirement:
including, but not limited to, verifying the eligibility for employment of a
agents, employees, subcontractors, and consultants that are included in thi
r'
8.
9.
I Contract.
10. Prevailinn Wage. Pursuant to the California Labor Code, the director of th
Department of Industrial Relations has detemined the general prevailing rate o
per diem wages in accordance with California Labor Code, Section 1773 and i
copy of a schedule of said general prevailing wage rates is on file in the office o
the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant tc
California Labor Code, Section 1775, Contractor shall pay prevailing wages
Contractor shall post copies of all applicable prevailing wages on the job site.
Indemnification. Contractor shall assume the defense of, pay all expenses o
defense, and indemnify and hold harmless the City, and its officers anc
employees, from all claims, loss, damage, injury and liability of every kind, naturc
and description, directly or indirectly arising from or in connection with thc
performance of the Contractor or work; or from any failure or alleged failure of
11.
2/25/91
I.
1
I
I
I
1
I
i
(.
1
1
1
I
1
1
I @
Contractor to comply with any applicable law, rules or regulations includi
those relating to safety and health; except for loss or damage which was cauz
solely by the active negligence of the City; and from any and all claims, lo!
damages, injury and liability, howsoever the same may be caused, resulti
directly or indirectly from the nature of the work covered by the Contract, unle
the loss or damage was caused solely by the active negligence of the City. T
expenses of defense include all costs and expenses including attorneys fees f
litigation, arbitration, or other dispute resolution method.
Insurance. Contractor shall procure and maintain for the duration of the contrz
insurance against claims for injuries to persons or damage to property which mi
arise from or in connection with the performance of the work hereunder by tl
Contractor, his agents, representatives, employees or subcontractors. Sa
insurance shall meet the City's policy for insurance as stated in Resolution N
L
1
12.
91-403.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types
coverages and minimum limits indicted herein:
1. Comprehensive General Liabilitv Insurance:
$1,000,000 combined single limit per occurrence for bodily injui
and property damage. If the policy has an aggregate limit,
separate aggregate in the mounts specified shall be established fc
the risks for which the City or its agents, officers or employees ar
additional insureds.
2. Automobile Liability Insurance:
$1,000,000 combined single limit per accident for bodily injury an
property damage. In addition, the auto policy must cover ~IJ
vehicle used in the performance of the contract, used onsite c
offsite, whether owned, non-owned or hired, and whethr
scheduled or non-scheduled. The auto insurance certificate mu:
state the coverage is for "any auto" and cannot be limited in an
manner.
Workers' Compensation and Employers' Liability Insurance:
Workers' compensation limits as required by the Labor Code of th
State of California and Employers' Liability limits of $1,000,000 pe
incident. Workers' compensation offered by the Stat
Compensation Insurance Fund is acceptable to the City.
3.
4
2mp:
Io
I
I
I
I
I
I
B
I
1.
1
1
B
I
1
1
I
I 69
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies insurance required under this agreement contain, or are endorsed
contain, the following provisions. General Liability and Automob
Liability Coverages:
I. The City, its officials, employees and volunteers are to be cover
as additional insureds as respects: liability arising out of activit
performed by or on behalf of the Contractor; products a
completed operations of the contractor; premises owned, leasc
hired or borrowed by the contractor. The coverage shall conti
no special limitations on the scope of protection afforded to t
City, its officials, employees or volunteers.
The Contractor's insurance coverage shall be primary insurance
respects the City, its officials, employees and volunteers. A insurance or self-insurance maintained by the City, its offici&
employees or volunteers shall be in excess of the contract0
insurance and shall not contribute with it.
Any failure to comply with reporting provisions of the policies shl not affect coverage provided to the City, its officials, employees
volunteers.
Coverage shall state that the contractofs 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 liabilii
(C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims mad
basis, coverage shall be maintained for a period of three years following t
date of completion of the work.
(D) NOTICE OF CANCELLATION - Each insurance policy required by tk agreement shall be endorsed to state that coverage shall not be suspende
voided, canceled, or reduced in coverage or limits except after thirty (3
days' prior written notice has been given to the City by certified ma
return receipt requested.
t
2.
3.
4.
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - Ar
deductibles or self-insured retention levels must be declared to ar
approved by the City. At the option of the City, either: the insurer sh reduce or eliminate such deductibles or self-insured retention levels :
respects the City, its officials and employees; or the contractor shall procu:
a bond guaranteeing payrnent of losses and related investigation, clai
administration and defense expenses.
2mr
1.
I
I
I
6
I
I
I
I
I.
I
B
I
B
I
I
(F) WAIVER OF SUBROGATION - All policies of insurance required under t
agreement shall contain a waiver of all rights of subrogation the insu
may have or may acquire against the City or any of its officials
employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insurc under its policies or shall furnish separate certificates and endorsements
each subcontractor. Coverages for subcontractors shall be subject to all
the requirements stated herein.
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insur
that have a rating in Best's Key Rating Guide of at least A-:V, and
authorized to do business within the State of California and are includec
the official publication of the Department of Insurance of the State
California as allowed under the standards specified in by the City COUI
Resolution No. 91-403 .
VERIFICATION OF COVERAGE - Contractor shall furnish the City w
certificates of insurance and original endorsements affecting covera
required by this clause. The certificates and endorsements for ea 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 C
before work commences.
COST OF INSURANCE - The Cost of all insurance required under tl agreement shall be included in the Contractor's bid.
f
(I)
(a
13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall resolved in accordance with the provisions in the Public Contract Code, Divisi
2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which i
incorporated by reference. The contractor shall initially submit all claims or
$375,000 to the city using the informal dispute resolution process described
Public Contract Code subsections 20104.2 (a), (c), (d). Notwithstanding t provisions of this section of the contract, all claims shall comply with t!
Government Tort Claims Act (section 900 et seq of the California Governme
Code) for any claim or cause of action for money or damages prior to filing ai
lawsuit for breach of this agreement.
Maintenance of Records. Contractor shall maintain and make available at no cc
to the City, upon request, records in accordance with Sections 1776 and 1812
part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does n
maintain the records at Contractogs principal place of business as specific
above, Contractor shall so inform the City by certified letter accompanying tl
return of this Contract. Contractor shall notify the City by certified mail of ai
change of address of such records.
14.
I
21251
P
I @
I
15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing w
Section 1720 of the Labor Code are incorporated herein by reference.
Security. Securities in the form of cash, cashieis check, or certified check m
be substituted for any monies withheld by the City to secure performance of tl
contract for any obligation established by this contract. Any other security tl
is mutually agreed to by the Contractor and the City may be substituted ,
monies withheld to ensure performance under this Contract.
Provisions Required by Law Deemed Inserted. Each and every provision of 1
and clause required by law to be inserted in this Contract shall be deemed to
inserted herein and included herein, and if, through mistake or otherwise, a
such provision is not inserted, or is not correctly inserted, then upon applicati
of either party, the Contract shall forthwith be physically amended to make su
insertion or correction.
I
16. t
I
17. I
i
I ....
I
I
II, ....
I
I ....
1
I ....
i
I ....
I
I @
....
....
....
....
....
....
....
....
....
... I
....
2/25
1.
I
i
I
1
I
1
18. Additional Provisions. Any additional provisions of this agreement are set fo~ in the "General Provisions" or "Special Provisions" attached hereto and madr
part hereof. I*
I' %I
BASILE CONSTRUCTION, INC.
NOTARIAL ACKNOWLEDGEMENT OF Contractor
EXECUTION BY ALL SIGNATORIES
MUST BE AlTACHED
(CORPORATE SEAL)
DAWN A. BASILE
Print Name of Signatory
&&/- &C 0 &&-/& I Signature of Signatory
APPROVED TO AS TO FORM:
Print Name of Signatory
RONALD R. BALL
City Attorney
Signature of Signatory 1. By:
I @/& --s&" Title
PRESIDENT
KA%ZN J. HIRATA
Deputy City Attorney I
I
I
I
I V'
ATTEST:
Lggd
m
State of California OnJuly 16, 1993 before me,
Tina D. Coles Notary Public
Dawn A. Basile
(date) (name and title of ofi
, personally
personally known to me (or proved to me on the basis of satisfactory
to be the person(s) whose name(s) isiare subscribed to the within ir
and acknowledged to me that helshelthey executed the same in his
authorized capacity(ies), and that by hisiherltheir signature(s) on t
ment the personls), or the entity upon behalf of which the persor
executed the instrument.
w BLUS CQPNHOOW
WilUa Curruoi
0
COI.pOl~DIo(I 0
Ssn Mego
laweraitre
Ser I ICDI
1615 Msrms Ca
Suite 8W
Sou Dqo. CA 9
Date. August 3, 1993
FAGS IM 1 LE MESSAGE
To: Kevin Davis TvIepaui~r 619-2
City of Carlsbad Fox 619-291-7Jo
From: Susan Thurston
Account Manager
Fax Phone: 434-1987
No oi. Pages. &'b(lnsIuding This Cover Page)
Re= Certificate of Insurance Basi le Constrbction Laguna Drive Street Improvements
Contract #3001
ADDITIONAL MESSAGE
Attached you will find the revised Ce?Pificate of
!nsurance for the above contract In speaking with Karen
kiirata of the City b,ttorney's office, her concern w8s with the Primary Addit OR~! fnsured wording we provided vn the previo3s cer"ificats. 1 agree thet we rlssd
incorrect wording, as o~r wording referred to
"subcontractor" and "contractor" "stead of "'contractor"
and "The City of Carisoad". We have issued an IS0
Additional iqstrred endursetnent CG2010 71 85 and heve added the primary word'ng on the actual endorsement as
requested. Wg trust this wili satisfy your previous
concern.
We have elso attached a copy of the Per Project Aggregate ewhrsernen+ from the pol+cy and the Auto Additional
insured endorsement with Prrmary wording. The originals
of all of the above will bo sent by mail,
Should you have any questions or need anything further,
do not hesitate to call me.
Thanks I
a
0
7FfB ?&may ClnycDn Road
-~-_. CA %??OS
16'29) 297-76t1
Contact : Susau tes~~t~n
-m5--- ---
~~ -____--
Bassilo Construction, h. COUP&"
7322 AIYIIOF Street _--- __-__ LEmR e
CA 92311
_II_
POLKV NWER
ALL Ll#?f€P AUTGS
SMEDULM 4UTDS
A1'1770tW5
WON-OWMO BUT03
GARAGE lIA8LlTV
0
Certlflcaie Bc3ffer : City of CzrXshad Purchaslng Degt.
RE: Laguna OrLve street Iinprovenents contract #3301.
COMMERCIAL GENERAL LIABILIT
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
AMENDMENT- GGREGATE LIMITS OF INSURANCE (PER PROJECT)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABlllTY COVERAGE PkRT.
The General ®ale Linrt under LIMITS 3F INSURANCE (S%ZT!ON Ill) app:,es separilteljl ?o each of yol projects away from premises owned by or rented to you.
w
e
-
CG 25 93 I1 85 CQ?yrlght, insurance Services Dffice, tnc., 1984 cl
- *x TOTRL PAGE.( m
P.2 ’ Policy 8 A1177C1915 -, JLL 26 “93 02: 44?l CNA II~S
Effective 1/2$i/33 tc 3/28/64 i mwtb-*
THIS ENDORBEMEN?’ CHANGES THE POLICY. PLEASE IR€ABI 17’ CAREFULLY-
ADDlTlONAb INSURED
THIS ENDOW%EM&NT F/[ODIF%ES INSURANCE -PROVIDED BINDER THE FGUOWINO: a*
BUSINESS AUTO COVEWOE FORM GARAGE COVERAGE FORM TRUCKETS CbVEMOE FORM
.Locetian ScHeDkstE ~aguna ftrive Street Improvements Contrac Name Cjtv 7f rm
WHO PS AN INSURED {Seetion it) fs amended ta fnc!lade as an insured the pewonls) Or aganlzetlan(s) sbKnvr in the stheduk but csnly wiL9 aeeped to their fiabiliiY esioiw out OC
a;
b)
fw claim$ srjaing OU~ of tperation, maintenance, or use of t mvered auta
mais insurance shal: be primary ifisumnca aver any &her insurance availabtc to the scheduled inearred,
your work kar the additimal inesared(s) at the kxatkn designated, of
&B OP ornlssien? d the adafonal Insurcd(s) In ~oalac&n with thelr generat tupcwfaloo or *y wet3 at me fQcation ShQWm tn the sdrcaduk
.. .-
.. a
* ..
-
.. . . 5.
. ... . 5 I. . .. .. . .t . . . .. .. .*
.
.- ua 229 JSWl3744’6,FOPE
.Y)- --
~ d. . . -_... . . -. . .-. ._ .. -_-a. ___-*I --__-..e -*----4
0
Basile Constructio?, :PC. AI 17701Wi CCMMERCIAL GENERAL LIABILITY pGL'cy NUMaER' Effective 1/28/93 to 1/28/96
THBS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY'.
ADDITIONAL INSURED - 0WNE S, LESSEES OR CONTRACTORS (FORM B) a
Thn endorsement modifies 1nsurar;ce provided under the foitowng:
COMMERCIAL GENERAL LIAB!LITY COVEFUGE PART
SCHEDULE
RE: Laguna Drtve Street Irrprovenenti Mame ed Person or Organization:
City sf Carlsbad, Purchasi nag Department 1200 Carlsbad Village Drive Carlsbad, CA 92008-1989
Contract #3007
(sf no entry appears above, tnfwm&i.on required to ccrnplete this endorsement NIfl ix! shown in the DecbratiOnS
as appiicabie to this endorsement.:
WHO ES AM INSUREC (Section il) IS amended Po incl~de as an insured the person or organitat!on shorn in the Scheduie, but only with wqxct to iiaQtlity arising out of ''yozr work" for that insured by or for you.
fnsu+an?e under this policy is w.8';nary. City of Carlsbaal is exess and fiso-contr:butory with insurance recuired hereunder. Any other l'nrzrrance maintained by the
0
CG 20 10 IT 85 Copyright, Insurance Services Office, inc.. 1984
0
STATE
COM PEN SATION INSURANCE
P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807
OFU N D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
POLICY NUMBER: ~2@!~~4k~~ -" : Ji_;ly 9 i J$T3
CERTIFICATE EXPIRES: I->-$+
r
<?.ti .~l ," K:! .,a,-.zB&+i-j ,-. - <:A 93Pi-$Zt---" 1 ,-.-I .-._
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Californi:
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon w;days'advance written notice to the employer.
We will also give you TRMdays' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by thc
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document wit1
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policie
described herein is subject to all the terms, exclusions and conditions of such policies.
.:a f-$ -
.-:x-*
.::: ,"{ *"-:
e &LE?
E p.j D!I F; SE pi EN 7- 0 2- 5 EN"; 1 lL!FLj A[) 9 1 T 1 gr.,t&t_ I pjg_IRE[) Q!P/Jy?'E w Eq-E@-; It:'E
c-! i 7 . : >/ "-. be:? 4 !9:2 1:s A-f. r z5,f.;n .IZ ri-i"k4.1S T usi! 3 - A PART gsc Tf-IXE; p$yI<z'f.
E c. ?+ L -. LqJ .".. c.. b;2 .-. f- E i"lE i N'f 8 2 i-J kc r-17 ~%-$~~.~*=; ?":> ,&T z-.. *-I ,I f i-: . . I "- I .-i jr; TrJ $&E Fl-JqjS A P&f?T OF y"i5 Fi-JyJC'f
@>:&yc r+, :1 $!.- ;-ic .it ~i~.,;:tTt r'. iip>y ?* WErj : CZT'f isf f:AWLS&t$D
$<-TI''[; -z=rpi ;;E-,r*-C -2-v
I i LZ K i L? ~i.~p: g e @2t_['jERZ i t,&"JBf@E EFFEC';I&i,.'E
-
EMPLOY E R
r
0
L
SClF 10262 (REV. 10-86)
1
8 City of Carlsbad
Purchasing Department
Representation and Certification
The following representation and certification are to be completed, signed and returned with propo:
REPRESENTATIONS: Mark all applicable blanks. I am currently certified by:
Certification #: N/A
N/A
f ' This offeror represents as part of this offer that:
8 (Check appropriate Ethnic Business Type)
C ERTl Fl CATION OF B US1 N ESS
REP RESENTATION (S) :
Mark all applicable blanks. This offeror reprc
part of this offer that:
This firm is , is not ai
business.
This firm is X , is not a\
owned business.
WOMAN-OWNED BUSINESS: A won
MINORITY BUSINESS ENTERPRISE: 'Minority business is a business of which at least 51 Business" is defined as a business, at least 51 percent of owned, controlled and operated by a woman
which is owned, operated and controlled by minorty Controlled is defined as exercising the pow(
group members, or in the case of publicly owned policy decisions. Operation is defined i businesses, at least 51 percent of which is owned, involved in the day-to-day management. operated and controlled by minority group members.
"' I The Small Business Administration defines the socially
and economically disadvantaged (minorities) as Black
American, Hispanic American, Native Americans (Le.
American Indian, Eskimos, Aleuts and Native Hawaiians),
and Asian-Pacific Americans (Le., U.S. Citizens whose
vorigins are from Japan, China, the Philippines, Vietnam,
Korea, Samoa, Guam, the U.S. Trust Territories of the
Pacific, Northern Marianas, Laos, Cambodia and Taiwan).
4.
i
1 4 ' CERTIFICATION:
8 COMPANY NAME NAME
1 ADDRESS TITLE
I CITY,STATE AND ZIP SIGNATURE
lk
, The information furnished is certified to be factual and correct as of the date submitted.
BASILE CONSTRUCTIONr INC. DAWN A. BASILE
7922 Armour Street PRESIDENT & TREASURER
SAN DIEGO, CA 92111-3718 &UT? fi <&Y A/
(619) 576-1900 JULY 16, 1993
*TELEPHONE NUMBER DATE I
State of California On July 16, 1993 before me,
County of Sari Diego
(date) (name and title of off
, personally Tina D. Coles, Notary Public
Dawn A. Basile
personally known to me (or proved to me on the basis of satisfactory I
to be the person(s) whose name(s) is/are subscribed to the within in
and acknowledged to me that heisheithey executed the same in his
authorized capacity(ies), and that by hisiheritheir signature(s) on t
ment the person@), or the entity upon behalf of which the person
executed the instrument.
WITNESS my hand and official seal.
Notary's Signature
1
I
1
I
OPTIONAL
ESCROW AGREEMENT FOR SECURITY
DEPOSITS JN LIEU OF RETENTION f
This Escrow Agreement is made and entered into by and between the City of Carlsb
whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, herein&
called "City" and whc address is
hereinafter called "Contractor" and
whose address is I hereinafter called "Escrow Agent."
I as follows:
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agr
1. Pursuant to Section 22300 of the Public Contract Code of the State of Califom
the contractor has the option to deposit securities with the Escrow Agent as
substitute for retention earnings required to be withheld by the City pursuant
the Construction Contract entered into between the City and Contractor for
dated (hereinafter referred to as the "Contract"). Alternatively,
written request of the contractor, the owner shall make payments of the retenti
earnings directly to the escrow agent. When the Contractor deposits t
securities as a substitute for Contract earnings, the Escrow Agent shall notify t
City within 10 days of the deposit. The market value of the securities at the tir
of the substitution shall be a least equal to the cash amount then required to
withheld as retention under the terms of the contract between the City a
Contractor. Securities shall be held in the name of the , and sh
designate the Contractor as the beneficial owner.
The City shall make progress payments to the Contractor for such funds whi
otherwise would be withheld from progress payments pursuant to the Contr;
provisions, provided that the Escrow Agent holds securities in the form a
8
I: II.
I
I
I
I
I
1
I @
in the amount of
2.
I amount specified above.
3. Wen the City makes payment of retentions earned directly to the escrow age1
the escrow agent shall hold them for the benefit of the contractor until such ti1
as the escrow created under this contract is terminated. The contractor m
direct the investment of the payments into securities. All terms and conditia
of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the City pays the escrow agent directly,
2/25
I.
I
II
I
1
8
1
ll
1.
II
I
1
1 ....
I
1 0...
I I.
l &)
4. The contractor shall be responsible for paying all fees for the expenses incun
by the Escrow Agent in administering the Escrow Account and all expenses of 1
of the City. These expenses and payment terms shall be determined by the Cj
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
Contractor and shall be subject to withdrawal by Contractor at any time and frl
time to time without notice to the City.
Contractor shall have the right to withdraw all or any part of the principal in
Escrow Account only by written notice to Escrow Agent accompanied by writ
authorization from City to the Escrow Agent that City consents to the withdral
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
the Contractor. Upon seven days’ written notice to the Escrow Agent from 1
City of the default, the Escrow Agent shall immediately convert the securities
cash and shall distribute the cash as instructed by the City.
Upon receipt of written notification from the City certifying that the Contracr
final and complete and that the Contractor has complied with all requireme
and procedures applicable to the Contract, the Escrow Agent shall release
Contractor all securities and interest on deposit less escrow fees and charges
the Escrow Account. The escrow shall be closed immediately upon disbursemc
of all moneys and securities on deposit and payments of fees and charges.
The Escrow Agent shall rely on the written notifications from the City and I
contractor pursuant to Sections (4) to (6), inclusive, of this agreement and 1
City and Contractor shall hold Escrow Agent harmless from Escrow Age]
release, conversion and disbursement of the Securities and interest as set fo
above.
5.
f
6.
8
7.
8.
9.
....
e...
....
....
....
2/22
10. The names of the persons who are authorized to give written notices or
receive written notice on behalf of the City and on behalf of Contractor
connection with the foregoing, and exemplars of their respective signatures i
as follows:
For City: Title
8
8 r'
I Name
Signature
Address I
I
I
1
I
1
4
I
t
I
8 a9
I For Contractor: Title
Name
Signature 1 Address
For Escrow Agent: Title
Name 1. Signature
Address
I. 2/25
8
At the time the Escrow Account is opened, the City and Contractor shall deliver to t
Escrow Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officc
on the date first set forth above.
I
For City: Title
f
Name
1
1
I
I
I.
I
8
1
1
i
8
t
1 43
I Signature
Address
For Contractor: Title 1 Name
Signature
Address
For Escrow Agent: Title
Name
Signature
Address
2/25
I.
1
1
1
I
8
1
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION: Lama Drive Street Improvements, Contract No. 3001
t
I PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full for all compensatil
of whatever nature due the Contractor for all labor and materials furnished and for
work performed on the above-referenced project for the period specified above with t
exception of contract retention amounts and disputed claims specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $ 1 DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT CLAIMED
1.
II entity.
The Contractor further expressly waives and releases any claim the Contractor may ha1
of whatever type or nature, for the period specified which is not shown as a retentic
amount of a disputed claim on this form. TMs release and waiver has been ma
voluntarily by Contractor without any fraud, duress or undue influence by any person
Contractor further certifies, warrants, and represents that all bills for labor, materials, ai
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:
I
1
1
I
8'
Q @
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, 8 Corporation, etc.)
By:
Title: 1 By:
Title:
2/25
SPECIAL PROVISIONS
i
I
I
I
8
I
1
1
II
1
8
1
1 @
PART 1. SUPPLEMENTARY GENERAL PROVISIONS TO
STANDARD SPECIFICATIONS
FOR PUBLIC WORKS GONSTRUCIION
SECIION 1-1 TERMS. DEFINITIONS. ABBREVIATIONS AND SYMBOLS: Modify Sectior
of SSPWC as follows:
To Section 1-1, add: 1 a. Reference to Drawings:
t
Where words "shown," "indicated," "detailed," "noted," 'kcheduled," or words of simi
import are used, it shall be understood that reference is made to the plans accompanyi
these provisions, unless stated otherwise.
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 intendc
unless stated otherwise. The word "required" and words of similar import shall
understood to mean "as required to properly complete the work as required and
approved by the Engheer," unless stated otherwise. 1. c. Equals and Approvals:
Where the words "equal," "approved equal," "equnvalent," and such words of similar impc
are used, it shall be understood such words are followed by the expression "in the opini
of the Engineer," unless otherwise stated. Where the words "approved," "approvi
"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. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expen
shall perform all operations, labor, tools and equipment, anci further, including t
furnishing and installing of materials that are indicated, specified or required to mean tl
the Contractor, at her/his expense, shall furnish and install the work, complete in place a
ready to use, irxluding furnishing of necessary labor, materials, tools, equipment, a
I
8 transportation.
2125
I.
1-2 DEJ?INJTIONS
8
I Modify Section 1-2 as follows:
Agency - the City of Carlsbad
Engineer - the City Engineer for the City of Carlsbad
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who a
hired, directed, supervised and paid by the Contractor to accomplish the completion oft
Work. Further, such employees have their employment taxes, State disability insuran
payments, State and Federal income taxes paid and administered, as applicable, by t
Contractor. When used in Section 2-3.1 - Construction equipment that the Contract
owns or leases and uses to accomplish the Work. Equipment that is owner operated is n
part of the Contractor's Own Organization and will not be included for the purpose
compliance with section 2-3.1 of these contract documents.
Qwner Operator - Any person who operates equipment or tools used in completing t
work who is employed by neither the Contractor nor a subcontractor and is neither
agent or employee of the Agency or a public utility.
PRIMARY EQUIPMENT - Any equipment, with attachments, having an hourly rental ri
in equal to or more than $100.00 per hour as listed in the California Department
Transportation (Caltrans) publication titled, "Labor Surcharge and Equipment Rental Rat(
which is in effect at the time the equipment is listed or used.
~upervisory ~ersOnnel- AIIY person within the Contractor's employ engaged in the wo
that has duties principally involving the direction, supervision, evaluation and selection
the Contractor's work force. Supervisory Personnel typically includes superintenden
t
I
U
8
1
1
I
I@
1 assistant superintendents and foremen.
SE(=TION 2 - SCOPE AND CONTROL OF THE WORK: Modify Section 2 of SSPWC I follows:
I
i
I
I
I
i @
2-3.1 GENERAL, eighth paragraph
Except as specified in this section the Contractor shall perform, with its own organizatic
Contract work amounting to at least 50 percent of the Contract price. Within the meani
of this section Contract work shall include all of the elements used to complete t
construction of discrete portions of the Work. A discrete portion of the work is a sing
bid item and all of the costs associated with the labor, equipment and materials used
construct or install the bid item, The individual components of labor, equipment
materials that are used to construct or install a bid item are not severable. For determini
the percentage of work performed the value of a bid item shall be the contract unit pri
extended by the quantity of units completed. The performance of the actual labor involv
in the installation or construction of an item is the principal indicator of what force t
work is performed by.
separated from the cost of the labor necessary to construct or install the material wh
computing the percentage of Contract work performed by the Contractor's own forces.
As an example, the individual cost of a material can not
2125,
I.
Add the following: I
1 2-3.3 SUBCONTRACTOR ITEMS OF WORK
Where a bid item or any portion of a bid item of the Work is subcontracted the amount
the subcontract shall include all labor, materials and equipment required to complete t
subcontracted bid item or portion of the item designated. Where only a portion of a 2:
item is subcontracted the Bidder shall stipulate in the bid documents what portion of t
work required to complete the bid item is to be performed by subcontract and what porti
the Bidder proposes to perform. The value of material incorporated in any subcontract
bid item that is supplied by the Contractor shall not be included as any part of the porti
of the Work that the Contractor is required to perform with its own forces.
Add the following:
I.
1
t
I
I
I
1
2-3.4 PENALTIES AND REMEDIES
Should the Contractor fail to adhere to the provisions of Section 2-3.3 preceding the Cj
may at its sole option elect to cancel the contract or to deduct an amount equal to
percent of the value of the work performed in contravention of said sections from paper
that would otherwise be due to the Contractor all in accordance with section 4110 oft
California Public Contracts Code.
24 CONTRACI'BONDS
Delete the third sentence of the first paragraph having to do with a surety being listed
the latest revision of U.S. Department of Treasury Circular 570.
Modify Paragraphs three and four to read:
The Contractor shall provide a faithful performance/warranty bond and payment bo
(labor and materials bond) for this contract. The faithful perforrnance/warranty bond sh
be in tRe amount of 100 percent of the contract price and the payment bond shall be
the amount of 50 percent of the contract price. Both bonds shall extend in full force a
effect and be retained by the city during the course of this project until they are releas
according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the origin
amount 35 days after recordation of the Notice of Completion and will remain in full for
and effect for the one year warranty period and until all warranty repairs are completl
to the satisfaction of the city engineer.
The payment bond shall be released six months plus 35 days after recordation of the Noti
of Completion if all claim have been paid.
DO
1
II m
D
I
I
m
1 69
2/25
I.
Add the following:
All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide
at least A-:V and are authorized to conduct business in the state of California and are lis1
in the official publication of the Department of Insurance of the State of California.
I
I
2-5 PLANS AND SPECIFICATIONS
t
I To Section 2-5.1, General, add:
The specifications for the work include the Standard Specifications for Public Wo
Construction, (SSPWC), 1991 Edition, and the 1992 supplement, hereinafter designa
"SSPWC", as issued by the Southern California Chapter of the American Public Wo
Association; and as amended by the Special Provisions section of this contract; Caltr:
Standard Specification (July 19921, as modified in the special provisions, for traffic cont
plans, signing and striping plans, traffic signal plans, pedestrian ramps and rip rap; i
Carlsbad Municipal Water District Specifications as adopted 1987, and as amended by 1
Special Provisions section of this contract.
The Construction Plans consist of 11 sheet(s) designated as City of Carlsbad Drawing 1
273-4. The standard drawings utilized for this project are contained in the May 19
edition of the San Diego Area Regional Standard Drawinzs, hereinafter designated SDI
as published by the San Diego County Department of Public Works, together with the C
of Carlsbad Supplemental Standard Drawings, and Caltrans Standard Plans (1 992). Cop
of pertinent standard drawings are enclosed with these documents.
I
I
I
1
I
i.
I
I
I
I I$
I
I 43
2-5.3 SOD mwh~:
1 Adding the following to Section 2-5.3;
When submitted for the Engineer's review, Shop Drawings shall bear the Contract(
certification that he has reviewed, checked and approved the Shop Drawings and that tl
are in conformance with the requirements of the Contract Documents. The follow
Contractois certification shall appear on all submittals:
"It is hereby certified that the (equipment, material) shown and marked in t
submittal is that proposed to be incorporated into this Project, is in compliar:
with the Contract Documents, can be installed in the allocated spaces, and
submitted for approval. I Certified by:
Date
2/22
I.
To Section 2-5, add:
0
I 2-5.4 Record Drawinm:
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 origi
drawings and specifications and the exact "as-built" locations, sizes and kinds of equipme
underground piping, valves, and all other work not visible at surface grade. Prints for tl
purpose may be obtained from the City at cost. This set of drawings shall be kept on t
job and shall be used only as a record set and shall be delivered to the Engineer up
completion of the work.
2-6 Work to be Done:
2-6 - Add the following paragraphs to Section 2-6:
Materials, supplies or equipment to be incorporated into the work shall not be purchas
by the Contractor or the Subcontractor subject to a chattel mortgage or under a conditio]
sale contract or other agreement by which an interest is retained by the seller.
Whenever under this Agreement it is provided that the Contractor shall furnish materi
or manufactured articles, or shall do Work for which no detailed specifications are I
forth, the materials or manufactured articles shall be of the best grade in quality a
workmanship obtainable in the market from firms of established good reputation, or, if r
ordinarily carried in stock, shall conform to the usual standards for first class materials
articles of the kind required, with due consideration of the use to which they are to be p
In general, the work performed shall be in full conformity and harmony with the intent
secure the best standard of construction and equipment of the Work as a whole or in pa All equipment, materials, and supplies to be incorporated in the Work shall be new, unlc
otherwise specified.
2-9 SURVEYING: Mod@ Section 2.9 as follows:
The Contractor shall hire and pay for the services of a land surveyor licensed in the St;
of California, hereinafter surveyor, to perform all work necessary for establishing contr
construction staking, records research, and determining payment quantities for unclassifj
excavation and imported borrow as directed by the Engineer,
Two sets of grade sheets shall be provided to the City prior to work commencing in a gik
area. One set of field notes for all surveying required herein shall be provided to the C
within ten days of performing the survey.
The minimum survey requirements are as follows:
Stakes shall be set at 50 foot intervals as measured along the project stationing unles:
lesser interval is specified herein.
t
I
I
I
I
I
I
I
1
I
I
1
0 @
I.
I
I
2/25
I*
Rough sub-grade stakes on slopes shall be set at top of cut, toe of fill, or slope catch poi
and crown line where no median exists. Large slopes shall have a line point set to aid
I
I construction of the slope.
Rough sub-grade stakes for roadway section shall be set at edge of pavement and top
curb.
Finish sub-grade stakes for sub-base base for the roadway section shall be set at edge
pavement and top of curb.
Finish sub-grade stakes for the aggregate base for the roadway section shall be at 25-fc
intervals at edge of pavement and top of curb and crown liine where no median exis
Intermediate stakes between edge of pavement and top of curb shall be set at 15-fc
intervals by either the surveyor or Contractor.
Finish rock grade stakes shall be at 25-foot intervals at top of curb, edge of pavement, a
all crown lines and grade breaks. Intermediate stakes between edge of pavement and t
of curb shall be set at 15-foot intervals.
Storm drain staking shall be done at 25-foot intervals. Catch basins shall be staked
centerline and each end of the local depression.
Curbs/curbs and gutter shall be staked at 25-foot intervals, clenter line of driveways, a
1/4, 1/2, 3/4 delta on returns.
Fills to finish grade at 25-foot intervals by the paving pass width shall be painted on t
pavement prior to the first and last lift of asphalt on variable 1:hickness pavement over12
requiring leveling courses. Paving pass width shall be as approved by the Engine
Intersections showing specific finished asphalt grids shall be painted per the grid.
Staking for location and grade for any traffic signal locations not currently being built
ultimate design (i.e., no PCC curb returns).
The surveyor shall mark the removal limits and limits of work line shown on the pla
The markings shall be completed by the surveyor and inspected by the Engineer prior
the start of construction in the area marked.
Centerline monuments shall be laid out, their disk stamped, and a Record of Sun
satisfactory to the Engheer filed with the County in accordance with the Professional La
Surveyors Act.
Water line stakes shall be set to top of pipe on main line and lateral tangents and 25-fc
intervals on curves; all fittings, appurtenances, and hydrants locations with futi
elevations shall be staked.
f
1
I
I
I
I
I
b
I
I
I
I
I
I
I
I @
2/25
I*
Add the follow in^:
I
I 2-12 CROSS SECTION DATA
Cross sections at 50 foot nominal spacing are available for inspection at the office oft
Engineer. The cross sections consist of 3 sheets of varying; size. Copies of the crc
sections can be made at the Bidder's request and expense by a bonded blue print firm tl-
has been approved by the Agency. Velum originals of the cross sections may be held
longer than 4 hours by the bonded blue print company. Any additional cross section dz
shall be obtained by the Bidder or the Contractor at their own expense. The cross sectio
were prepared for the Agency's use as a design tool. No representation is made as to t
suitability of the cross sections for any use by the Bidder or Contractor. No representati
as to the accuracy or completeness of the cross sections is macle by the Agency. The crc
sections shall not be used to substitute for the survey requirements of section 300-2
SSPWC as modified by the special provisions of the contract documents. The cross sectio
may be used by the Agency to review information provided by the Contractor. Bidders a
the Contractor are urged to verify the suitability of the cross section data for t
purpose(s) that they may use it.
f
I
I
1
I
I
1
3-5 DISPUTED WORK
To Section 3-5, Disputed Work, add:
All claims by the contractor for $375,000 or less shall be resolved in accordance with t
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1
(commencing with Section 20104) which is set forth below: b
I ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS
5 20104. Application of article; inclusion of article in plans id specifications
(a) (I) This article applies to all public works claims of three hundred seventy4
thousand dollars ($375,000) or less which arise between a contractor and a local agenc
(2) This article shall not apply to any claims resulting ikom a contract between
contractor and a public agency when the public agency has elected to resolve any dispu
pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.
1
I
I
I
I
8 69
I
(b) (1) "Public workt has the same meaning as in Sections 3100 and 3106 of the Ci
Code, except that "public work" does not include any work or improvement contracted,
by the state or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (
payment of money or damages arising from work done by or on behalf of the contrac
pursuant to the contract for a public work and payment of which is not otherwise expres
provided for or the claimant is not otherwise entitled to, or (IC) an amount the paymt
of which is disputed by the local agency.
2/22
1.
(c) The provisions of this article or a summary thereof shall be set forth in the plans
I
I
1
I
I
I
I
I
I
I
1
I
I
I
I 69
specifications for any work which may give rise to a claim urider this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
5 20104.2. Claims; requirements
For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate t
claim. Claims must be filed on or before the date of final payment. Nothing in tl
subdivision is intended to extend the time limit or supersede notice requirements otherw
provided by contract for the filing of claims.
t
(b) (1) For claims of less than fifty thousand dollars ($50,800), the local agency sh
respond in writing to any written claim within 45 days of receipt of the claim, or m
request, in writing, within 30 days of receipt of the claim, any additional documentati
supporting the claim or relating to defenses or claims the local agency may have agaii
the claimant.
(2) If additional information is thereafter required, it shall be requested and provid
pursuant to this subdivision, upon mutual agreement of the local agency and the claima
(3) The local agency’s written response to the claim, as fulrther documented, shall
submitted to the claimant within 15 days after receipt of the further documentation
within a period of time no greater than that taken by the claimant in producing t
additional information, whichever is greater. 10
(c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to thr
hundred seventy-five thousand dollars ($375,000), the local agency shall respond
writing to all written claims within 60 days of receipt of the claim, or may request,
writing, within 30 days of receipt of the claim, any additional documentation supporti
the claim or relating to defenses or claims the local agency may have against the clairna:
(2) If additional information is thereafter required, it shall be requested and provid
pursuant to this subdivision, upon mutual agreement of the local agency and the claima:
(3) The local agency’s written response to the claim, as further documented, shall
submitted to the claimant within 30 days after receipt of the further documentation,
within a period of the no greater than that taken by the claimant in producing t
additional information or requested documentation, whichever is greater. 1
(d) If the claimant disputes the local agency’s written response, or the local agency fa
to respond within the time prescribed, the claimant may so notify the local agency,
writing, either within 15 days of receipt of the local agency’s response or within 15 dz
of the local agency’s failure to respond within the time prescribed, respectively, and
demand an informal conference to meet and confer for settlement of the issues in dispu
2/25
I.
Upon a demand, the local agency shall schedule a meet and confer conference within
days for settlement of the dispute.
I
I
1
1
I
I
I
(e) If following the meet and confer conference the claim or any portion remains
dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Secti
900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1
the Government Code. For purposes of those provisions, the running of the period of til
within which a claim must be filed shall be tolled from the time the claimant submits 1
or her written claim pursuant to subdivision (a) until the time the claim is denic
including any period of time utilized by the meet and confer conference.
5 20104.4. Procedures for ad actions filed to resolve claims
f
The following procedures are established for all civil actions filed to resolve claims subjc
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsi
pleadings, the court shall submit the matter to nonbinding mediation unless waived
mutual stipulation of both parties. The mediation process shall provide for the selecti
within 15 days by both parties of a disinterested third person as mediator, shall
commenced within 30 days of the submittal, and shall be concluded within 15 days frc
the commencement of the mediation unless a time requirement is extended upon a go
cause showing to the court. 1
lo (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitrati
pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of t
Code of Civil Procedure, notwithstanding Section 1141.17. of that code. The Ci
Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Titlt
of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under tl
subdivision consistent with the des pertaining to judicial arbitration. I
I
li
I
i
1’
I
I @
(2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Par
of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced
construction law, and (B) any party appealing an arbitration award who does not obt:
a more favorable judgment shall, in addition to payment of costs and fees under tl
chapter, also pay the attorney’s fees on appeal of the other party.
5 20104.6. Payment by local agency of undisputed portion of claim; interest on
arbitration award or judgment
(a) No local agency shall fail to pay money as to any portion of a claim which
undisputed except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the lei
rate on any arbitration award or judgment. The interest shall begin to accrue on the dl
the suit is filed in a court of law.
2/25
1.
5 20104.8. Duration of article; appkation of article to contracts between Jan. 1,191
and Jan. 1,1994
i
I
I
I
I
I
I
k,
I
I
I
I
i
4
B @
(a) This article shall remain in effect only until January 1, -1994, and as of that date
repealed, unless a later enacted statute, which is enacted before January 1, 1994, delet
or extends that date.
(b) As stated in subdivision (c) of Section 20104, any contract entered into betwe
January 1,1991, and January 1,1994, which is subject to this article shall incorporate tl
article. To that end, these contracts shall be subject to this article even if this article
repealed pursuant to subdivision (a).
SECIION 4 - CONTROL OF MATERIALS - Modify Section 4 of SSPWC as follows:
4-1 MATERIALS AND WORKMANSHTP
To Section 4-1.3.1, Inspecdon Reqdrements, General, add:
All work shall be under the observation of the Engineer or his appointed representati7
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. Inspecti
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 vvill 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 cc
of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of he materials shall
approved by him before the delivery is started. AU 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, or
the product from any source proves unacceptable at any time, the Contractor shall furni
approved material from other approved sources. After improper storage, handling or a
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 mc
or exceed the requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deemed necessary by the Engine(
The costs of any retests made necessary by noncompliance with the specifications shall
borne by the Contractor.
t
1
I
2125
I.
Add the following section:
I
I 4-1.7 Nonconforming - Work
The Contractor shall remove and replace any work not conforming to the plans
specifications upon Written order by the Engineer. Any cast caused by reason of 1
nonconfonning work shall be borne by the Contractor.
SECXON 5 - UTILITZES: Modify Section 5 of SSPWC as follows:
f
I
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known recor
endeavored to locate and indicate on the Plans, all utilities which exist within the lin
of the work. However, the accuracy of completeness of the utilities indicated on the P1;
is not guaranteed. The Contractor shall notify the following agencies forty-eight (1
hours prior to construction:
I
B
I
I
I
I
I
I
I
I
I
I
I @
San Diego Gas & Electric 438-6200
Pacific Telephone 489-3441
Underground Service Alert 1-800422-4133
Daniels Cable Vision 438-5241
Carlsbad Municipal Water District 438-3367 I(, City of Carlsbad Inspection Department 438-3891
54 RELOCATION
Add:
The temporary or permanent relocation or alteration of utilities, including serv
connection, desired by the Contractor for hisher own convenience shall be the Contract(
own responsibility, and he/she shall make all arrangements regarding such work at no c
to the City. If delays occur due to utilities relocations which were not shown on the Pla
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 t
City, may be permitted to temporarily omit the portion of work affected by the utility. T
portion thus omitted shall be constructed by the Contractor immediately following 1
relocation of the utility involved unless otherwise directed by the City.
SECXON 6 -PROSECUTION. PROGRESS AND ACCEPTANCE OF WORK: Modify SectioI
of SSPWC as follows:
2/2:
I.
6-1 CONSTRUCTION SCHEDULE
I
4 Mow this section as follows:
A construction schedule is to be prepared by the Contractor and submitted for t
Engheer's review and approval. The construction schedule shall meet the followi
criteria:
t
1. The prime contractor is required to prepare in advance and
submit at the time of the project preconstruction meeting a
detailed critical path method (CPIM) project scliedule. This
schedule is subject to the review and approval of the
Engineer.
1
1
I
I
I
8
t@
I
I
D
I
I
I
I
I @
2. The schedule shall show a complete sequence of
construction activities, identifying work for the complete
project in addition to work requiring separate st ages, as well
as any other logically grouped activities. The schedule shall
indicate the early and late start, early and late finish, 50%
and 90% completion, and any other major construction
milestones, 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 by the Engineer when progress is
not in compliance with the original schedule. The prime
contractor shall submit revised project schedules with each
and every application for monthly progress payment
identifVing changes since the previous version of the
schedule.
3.
4. The schedule shall indicate estimated percentage of
completion for each item of work at each and every
submission.
The failure of the prime contractor to submit, maintain, or
revise the aforementioned schedule (s) shall enable the
Engineer, at his sole election, to withhold up to 10% of the
monthly progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the
prime contractor and approved by the Engineer as to
completeness and conformance with the aforementioned
provisions.
5.
No changes shall be made to the construction schedule without the prior written approT
of the Engineer. Any progress payments made after the schelduled completion date sh
not constitute a waiver of this paragraph or any damages.
2/25
I.
The Contractor shall Coordinate with the respective utility company for removal
relocation of conflicting utilities shall be requirements prior to commencement of work
1
I the Contractor.
6-7 TIME OF COMPLETION
The Contractor shall begin work within 15 calendar days after receipt of the "Notice
Proceed'' and shall diligently prosecute the work to completion within 40 working 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. a
4:OO p.m., from Mondays through Fridays. The contractor shall obtain the approval oft
Engheer if he/she desires to work outside the hours stated herein.
Contractor may work during Saturdays and holidays only with the written permission
the Engineer. This written permission must be obtained at least 48 hours prior to su
work. The Contractor shall pay the inspection costs of such work.
I'
II
I
1
I
i 6-8 COMPLETION AND ACCEPTANCE 1 Add the following:
1P. All work shall be guaranteed for one (1) year after the filing of a "Notice of Completio
and any faulty work or materials discovered during the guarantee period shall be repair
or replaced by the Contractor, at his expense. Twenty-five percent of the faitM
performance bond shall be retained as a warranty bond for the one year warranty peric
6-9 LIQUIDATED DAMAGES I
1
I
i
1
I
1 @
1 Mod@ this section as follows:
If the completion date is not met, the contractor will be assessed the sum of Sevl
Hundred Fifty Dollars ($750.00) per day for each calendar day beyond the completion da
as liquidated damages for the delay. Any progress payments made after the specifi
completion date shall not consthe a waiver of this paragraph or of any damages.
SECTlON 7 - RESPONSIBILlTlES OF CONTRACTOR: Modify Section 7 of SSPWC
follows:
7-3 LIABILITY rNsuRANcE
Add the following:
All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide
at least A-:V and are authorized to conduct business in the state of California and are list1
in the official publication of the Department of Insurance of the State of California.
21251
I.
74 WORKERS COMPENSATION INSURANCE
1
I Add the following:
All insurance is to be placed with insurers that are authorized to conduct business in t
state of California and are listed in the official publication of the Department of Insurar
of the State of California. Policies issued by the State Compensation Fund meet t
requirement for workers' compensation insurance.
t
7-7 COOPEXATION AND COLLATERAL WORK Add:
1
I
I
1
1
1 c.
SDG&E, Pacific Telephone Company, Carlsbad Municipal Water District, and others will
installing, relocating, repairing and maintaining their respective facilities and t
Contractor shall cooperate in coordinating and callowing access to the work site.
The Contractor shall cooperate with these organizations and their respective personnel a
Contractors. The Contractor shall coordinate its work and operations so as to minimi
interference and shall allow access through the work site to adjacent areas.
No claims for additional compensation will be allowed for this cooperative and collate]
work or any delays resulting therefrom.
The Contractois representative shall attend bi-weekly construction coordination meetin
at such times and locations as the Engineer shall direct. No separate payment for the
meetings will be made.
7-8 PROJECT SITE MAINTENANCE 4
I at the City's request.
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends imd other non-working da.
Add the following to Section 7-8:
To Section 7-8.5 Temporary Light, Power and Water, add:
The Contractor shall obtain a construction meter for water utilized during constructic
under this contract. The Contractor shall contact the appropriate water agency fi
requirements. The Contractor shall include the cost of water and meter rental within tf
appropriate items of the proposal. No separate payment will be made.
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mufflei
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.
1
1
1
1
I BP
1
2/25i?
I.
7-9 PROJECTION AND RESTORATION OF EXISTING IMPROivEMENTS
I
I Modify this section as follows:
When a portion of a sprinkler system within the right-of-way rriust be removed, the balar
of the system shall remain operational. Existing facilities may be salvaged and reused w
the Engineer's approval.
7-10 PUBLIC C0NVE"CE AND SAFETY
7-1 0.3 Street Closures, Detours. Barricades.
Add to the first paragraph of 7-10.3, Street Closures, Detours, Barricades.
The Contractor shall conduct a prephase site construction meeting with the Engineer. T
prephase site construction meeting shall be set up to the satisfaction and subject to t
approval of the Engineer and conducted by the Contractor prior to the beginning of wc
on each major work phase. These meetings are intended to help improve the quality
construction, personnel safety on the project site, and safety of the traveling public. Thc
meetings shall include all subcontractors connected with the particular phase.
At each meeting, the Contractor shall indicate its current schedule for the phase, disci
maintenance of traffic, traffic control, project site personnel safety, compliance with t
plans and specifications including quality construction, and dl other pertinent subjec
The number of prephase site construction meetings will be determined at t
greconstruction conference. No additional payment will be made for these meetings.
Traffic controls shall be in accordance with Chapter 5 of the California Department
Transportation "Traffic Manual", and these Special Provisions. In the event that t
Contractor fails to install barricades or such other warning devices as may be required
the Engineer, the City may, at its sole option, install the wanning devices and charge t
I'
8
1
I
8
I
1
I
il
1
II
1
1 @
'.
1.
1 Contractor $2O/day/waming device.
Traffic Control Plans (TCP) shall be submitted to the City for approval for any constructi
activities for this project. These TCPs shall be furnished installed and removed for t
lump sum price for temporary traffic control.
Street closure shall be approved in writing by the Engineer. Detour of traffic shall be
accordance with the plans. Street closure shall be permitted only during daylight hou
Contractor shall provide temporary measures to permit traffic to pass through the wc
when the detour plan is not in effect. 1
2/25
I.
I
ADD:
I
li 7-10.3.1 Maintaininn Traffic
Attention is directed to Sections 7-10 SSPWC "Public Convenience and Safety". Nothing
these special provisions shall be construed as relieving the Contractor from I:
responsibility as provided in said Section 7-10.
If illuminated traffic cones rather than post-type delineators, are used during the hours
darkness they shall be affixed or covered with reflective cone sleeves as specified
Caltrans Standard Specifications, except the sleeves shall be 7 inches long.
Lane closures shall conform to the provisions in Section 7-10.3.3 entitled 'Traffic Conti
System for Lane Closure."
Personal vehicles of the Contractor's employees shall not be parked on the traveled wi
including any section closed to public traffic.
All construction traffic control devices shall be maintained in good order and according
the plan throughout the duration of work.
7-10.3.2 Traffic Control System for Lane Closure
A traffic control system shall consist of closing traffic lanes in accordance with the deta
shown on the plans, Caltrans Manual of Traffic Control (1990) and provisions und
"Maintaining Traffic" or elsewhere in these special provisions.
The provisions in this section will not relieve the Contractor from his responsibility
provide such additional devices or take such measures as ma.y be necessary to mainta
public safety.
During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle COC
portable signs shown on the plans to be illuminated shall1 be, at the option of t
Contractor, either illuminated signs in conformance with the provisions in Section 1
3.06B, "Portable Signs,'' of the Caltrans Standard Specifications; or Reflexite vir
microprism reflective sheeting signs; or 3M high intensity reflectorized sheeting I
aluminum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens ret1
reflective sheeting signs; or equal.
If any component in the traffic control system is displaced, or ceases to operate or functic
as specified, from any cause, during the progress of the work, the Contractor sh
immediately repair said component to its original condition or replace said component a:
shall restore the component to its original location.
I'
I
I
I
1
1
1
1
8
8
I
1
I
1 49
8.
I
21'25,
I.
When lane closures are made for work periods only at the end of each work period,
components of the traffic control system, except portable delineators placed along op
trenches or excavation adjacent to the traveled way, shall be removed from the travel€
way and shoulder. If the Contractor so elects, said components may be stored at select
central locations, approved by the Engineer, within the limits of the right-of-way.
The contract lump sum price paid for "traffic control'' shall include full compensation j
furnishing all labor (including flagging costs), materials (including signs), tools, equipmc
and incidentals, and for doing all the work involved in placing, removing, stori
maintaining, moving to new locations, replacing, and disposing of the components oft
traffic control system as shown on the plans, and as specified in these special provisioi
and as directed by the Engineer. Flagging costs will be paid for as a part of the Lump SI
Amount for 'Traffic Control." Progress payment for "traffic clmtrol" will be based on t
percentage of the improvement work completed.
7-10.3.3 Traffic Control for Traffic StriDing
During traffic stripe operations, traffic shall be controlled with lane closures, as provid
for under 'Traffic Control System For Lane Closure" of these special provisions, or by 1
of an alternate traffic control plan proposed by the Contractor and approved by the C
of Carlsbad. The Contractor shall not start traffic striping operations using an altern:
plan until he has submitted his plan to the Engineer and lhas received the Enginee
written approval of said plan.
1
i
!
I
I
I
1
I.
1
D
I
I
1
1 @
I'
I
Full compensation for providing traffic control for applying traffic stripes a
pavement markers with bituminous adhesive shall be considered as included
the contract lump sum price paid for temporary traffic control system and
separate payment will be made therefor.
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
premises where the work is being performed. He/she shall erect and properly maintain
all time, as required by the conditions and progress of the work, all necessary safeguai
for the protection of workers and public, and shall use danger signs warning agaii
hazards created by such features of construction as protruding nails, hoists, well holes, a
I
I falling materials.
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11-06. Excavation a
2/25
I. Grading*
If this notice specifies locations or possible materials, such as borrow pits or gravel bec
for use in the proposed construction project which would be subject to Section 1601
Section 1603 of the Fish and Game Code, such conditions or modifications establish
pursuant to Section 1601 of the Fish and Game Code shall become conditions of t
contract e
8 FACILITIES FOR AGENCY PERSONNJX
Delete this section.
I
I
I
I
I
1
1
I
I.
1
I
I
I
1
I
U @
I 0
a
2/25
I.
PART 2. SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WOW; CON!SI'RUCHON
I
I FOR CONSTRUCXION MATERIALS
200-2 UNTREATED BASE MATERIAL
f
Untreated base material shall conform to Sections 25-1.02 imd 26-1.02 of the Caltr;
Specifications for Class I1 aggregate sub-base anid Class I1 aggregate base.
I
I
I
I
I
E
I
I
I
I
I
I &9
201-1 PORTLAND CEMENT CONCRETE
201-1 General. Modify Section 201-1 of the SSPWC as follows:
Modify Section 201-1.2.4, Admixtures as follows:
(b) Air-entraininn Admixtures
Last paragraph amend to read: "A tolerance of plus or miniis 1-1/2 percent is allow
The air content of freshly mixed concrete will be determined California Test Method I
504."
201-1.4 Job Site Mixhg. Job site mixing will not be permitted except as followed pursul
to Subsection 201-1.4 of the SSPWC or as otherwise authorized by the Engineer.
Mod@ Section 201-1.4.3, Transit Mixers, as folllows:
Add after listing of information for weighmaster's certificate: 'Transit mixed concrete n
be certified by mix design number, provided a copy of the mix proportions is kept on
at the plant location for a period of 4 years after the use of the mix."
201 -3.3 Expansion Joint Filler and Joint Sealants. Delete Section 201-3.3, Polystyrt
Joint Filler, in its entirety.
203-6 and 4004 ASPHALT CONCRETE
Asphalt concrete shall be class C2-AR 4000 for surface course, and B-AR 4000 for b
course. Asphalt drainage ditch shall be D2-AR-4000. Asphalt police ramps shall be D2-1
4000.
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete Itand from the Engineer's field laboratory."
East paragraph, add after D 2172: "method A or B."
Modify Section 203-6.8, Miscellaneous Requirements, as follows:
I@
I
I
2/2.
I.
Add the following: "Open graded asphalt concrete stored in excess of 2 hours, and a
other asphalt concrete stored in excess of 18 hours, shall not be used in the work."
Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving gr~
asphalt shall be used for Type 111 asphaltic concrete, and AR.-8000 paving grade asph
shall be used for asphalt concrete dikes."
Modify Section 400-4.2.4, Fine Aggregate, as follows:
Add: "The 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 matel: 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 accordar
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 D-2419 Test Method may be alternated for Test Method I+
Calif. 21 7."
209 - FLEClWCAL COMPONENTS: Delete Section 209 of SSPWC and replace as follot
209 General. Electrical components shall be in conformance with the State of Califon
Department of Transportation (Caltrans) 1992 Standard Specifications Section 86
modified in the Special Provisions.
210 - PAINT AND PROTECI'IVE COATINGS: Modify Section 210 of SSPWC as follow
210-1.6 Paint for Traffic Stripinn. Pavement Markinn and Curb Marking.
Paint for traffic striping shall be rapid dry water borne in accordance with St:
Specification No. 8010-42L-30.
212 - LANDSCAPE AND IRRIGATION MATERIALS
Landscape Specification Addenda
All provisions of the SSPWC and the City of Carlsbad's Landscape Manual shall apply
the work as if bound herein, plus the following:
Section 212-1 Landscape Materials
212-1.1.2 Class A Topsoil. add the following:
After rough grading, soil samples shall be taken from enough locations on the site
represent an adequate cross section of conditions.
I
I
I
I
I
I
I
I
I
I
I
I
I @
f
I
1.
I
I
2/25
I.
Soil Test shall be performed by a soil testing laboratory (pre-approved by the Enginee
The test shall indicate but not be limited to the following:
I
I
A. Organic matter content
B. N, P, K
C. pH
D. EC
E.
F.
f
Soil texture (silt, clay sand)
Recommendations for amendments, leaching, and maintenance fertilizatic
The results and recommendations of the soil testing laboratory shall be submitted to a
approved by the Engineer. The approved recommendations for amendments and back
shall be incorporated into the landscape plans prior to the stiut of construction and sl-
become part of the approved plans. Products splecified by product name by the soil lab
the recommendations may be substituted with "or equal" products approved by 1
Engineer.
212-1.4.2 Trees
Root control barriers shall be fabricated from a high density and high impact plastic SI
as polyvinyl chloride, ABS or polyethylene and lhave minimum thickness of 0.06 in. 7
plastic shall have 1/2 - 3/4 inch high raised vertical ribs on ithe inner surface spaced I
more than 6-8 inches apart.
212-1.5 Headers, Stakes and Ties.
212-1.5.3 Tree Stakes. Add the following:
Tree stakes shall be two (2) inch diameter lodge pole pine of lengths required, pointed
end. Tree ties shall be commercially manufactured ties made from black tire casings, I
to a minimum ten (10) inch length and held in place by 12 gauge galvanized wire; or SI
plastic hose with a minimum length of twenty (20) inches. Split plastic hose ties to
equal to "Cinch-Tie" by C.I.T. Install 1
I
I
I
I
1
I
I
I
I
I
I
I
I 63
1.
Typar Bio-bamer or ap.proved equal. I manufacturer's specifications.
Add the following:
212-1.6 Precast Planters
Precast planters shall be square with a 36-inch side dimension and a height of three I
feet.
2l2
I.
PART 3. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS FOR COMmUmON METHODS
I
I
1
I
I
I
m
I
300 EARTHWORK
300-1.1 Clearinn and Grubbinn. General, add the following:
Clearing and grubbing shall include removal of existing concrete improvements, A
pavement, AX. berm, A.C. swales, A.C. run-off diversions, and other plant structures, 2
objectionable materials within the limits of construction.
300-1.3.2 Requirements. Mow la) Bituminous Pavement as follows:
Sawcutting as shown in plans will be required at limits of bituminous pavement removi
Where only the surface of existing bituminous pavement is to be removed, the method
removal shall be approved by the Engineer, and i3 minimum laying depth of two (2) incl
of new pavement material shall be provided at the join line.
The contractor shall not perform any AC or existing aggregate base removals without fi
gking sufficient notice to the project inspector. Failure to give sufficient notice shall
cause for the City to refuse payment for work performed.
300-2 Unclassified Excavation. Add the following:
Unclassified Excavation shall include cornpaction of the top one foot of subgrade in i
roadway prism to 95% relative compaction.
300-2.9 Payment Modify this section as follows:
Payment for all unclassified excavation will be made at the contract lump sum price, i
no additional compensation will be allowed therefore.
300-4 UNCLASSIFIED FILL. All fills shall be constructed in conformance to this sect:
f
(0
I
1
1 except as follows:
300-4.2 PreDaration of Fill Areas. Add the following to this section:
Areas to receive fill, including areas over excavated as directed by the engineer, shall
scarified to a depth of 6 to 8 inches, brought to near optimum moisture conditions E
compacted to at least 90 percent relative compaction.
300-4.9 Measurement and Payment. Modify this section as follows:
All costs for unclassified FJ shall be included in the Lump Sum price bid for Unclassif
Excavation and no additional compensation will be allowed therefore.
I
I
I
I @
I
2/2!
I.
301-1 SUBGRADE PREPARATION
I
D
I
1
i
I
I
D
1
I
1
I
I
I
I @
I General. Modify Section 301-1 to include the applicable portions of the Regioi 0 Supplement Amendments, relating thereto.
Recompaction of subgrade to a twelve inch (12") depth is an integral part of the roadv
section (structural section and typical section) for the entire roadway except in area
receive A.C. overlays. Payment for subgrade preparation shall be included in the contr
bid price for Unclassified Excavation and shall include all operations and equipment
compact or recompact all subgrade, either in cut areas or in fill areas, to 95% maximi
dry density (ASTM-1557) and no further compensation will 'be allowed.
302-5 ASPHALT CONCRETE PAVEMENT
General. Placement of asphalt concrete pavement shall codbrm to Section 302-5 of 1
SSPWC as modified herein:
302-5.2.3 Removal and disDosal of material. Add the following:
Add the contractor's option, material removed by the milling; operation may be salvag
and, with the Engineer's approval, be used with the new Class I1 Aggregate Base maten
There shall be no additional payment for this operation.
302-5.5 Distribution and Smeading. Moa this section as follows:
After second sentence of sixth paragraph add: The spreading and finishing machine us
to construct the asphalt concrete surface source shall be equipped with an automatic scrc
control for surface course paving. The automatic screed control shall be 30 feet minimi
length. The paving machine shall be operated by an operator and two full-time screed rr
during all paving.
The surface course shall be 2 inches thick. Leveling courses sliall be installed in a varia
thickness pavement section as directed by the Engineer. Tack coat will be requi
between the interface of existing pavement and new pavement and when new paveme
in the opinion of the engineer, is dirty enough to preclude bonding between successive 1:
of asphalt.
302-5.6.1 Rollinn General. Modify this section as follows:
Second paragraph, Part (2), add:
Pinched joint rolling procedures shall be required, vibrator]{ rollers shall be limited
breakdown, unless otherwise directed by the Engineer.
After last paragraph, add: "Unless directed by otherwisle the Engineer, the inil
breakdown rolling shall be followed by a pneumatic-tired roller as described in t
Section."
I*
I
2/2:
I.
303-5 CONCRETE CURBS, WALKS. GUTTERS, CROSS GUTTERS, ALL
1
I
I
I
I
I
I
I
1
I
I
I
i
I @
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1.3 Driveway Entrances. Modify as follows:
Driveways are to conform to Standard Drawing No. G14 modified to a thickness of 7-1,
for a commercial driveway.
303-5.5.5 Alley Intersections, Access Ramps, and driveways. Modify as follows:
Finishing of access ramps (including pedestrian ramps) shall be as indicated on referei
drawings. Special finishing tools are required for the perimeter scoring and herringbc
pattern (both left and right handed) for Caltrans ramps. Coni:ractor shall have possess1
of such tools prior to work starting.
303-5.9 Measurement and Payment. Add the following:
Curb and gutter and curb shall be considered as continuing iiicross driveways and accf
ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be pi
for across the length of local depressions.
304-3 CHAINLINKFENCE
304-3.2 Fence Construction. Add the following:
Where a portion of an existing chain link fence within the riglht-of-way must be remow
posts and necessary hardware shall be installed to assure stability of the remaining ck
link fence.
306 UNDERGROUND CONDUIT CONSI'RUCI'ION
General. Modify Section 306 as follows:
i
I
I.
i
306-1 OPEN TRENCH OPERATIONS
306-1.3.4 Compaction Requirements.
following:
Trench backfill shall meet City Standards.
Delete Section 306-1. .3.4 and replace with tl
21251
I.
(
307 TRAFmC SIGNALS AND SIWiET LIGHTING
I
I Description
For the purposes of this contract Section 86 of the Caltrans Standard Specifications, JL
1992 as modified herein shall be considered as the standard specification as set forth
Subsection 2-5.2, Precedence of Contract Docurnents, of the Standard Specifications f
Public Works Construction (S.S.P.W.C.) and shall replace Section 307, Street Lighting a
Traffic Signals, S.S.P.W.C. except as referenced herein.
Furnishing and installing traffic signals and highway lighting systems shall conform to t
provisions in Section 86, "Signals and Lighting", of the Caltrms Standard Specificatioi
the Standard Plans for the State of California, Department of Transportation, dated JI
1992, the City of Carlsbad Standard Drawings, thie San Diego Regional Standard Drawin;
the S.S.P.W.C. as referenced, and these special provisions.
Add paragraph 6 as follows:
As-Built Drawings
"As-Built" construction plans shall be provided by the Contractor to the City of Carlsb
within five (5) working days after completion of the project. 'Two (2) redline copies sh
be provided with changes shown in a contrasting color to the original contract work.
Details to be shown on the as-built plans shall include, but not be limited to, location, ty
and installed depth of conduit runs, location of loops under overlay, location of pull box(
changes made to signal and lighting poles, and any changes made to traffic sigr
equipment. As-built plans shall be signed and dated by the Contractor and approved
I.
I
1
I
1
I
D
I@
I the City.
86-1.04 The contractor shall warrant the work against defects in materials or worhansk
for a period of one year from the date of recordation of the Notice of Completion for t
work.
86-1 .OS Maintaininn Existing and Temporary Electrical Svstem:s delete paragraphs 3 and
Payment for maintaining existing and temporary electrical systems shall be included in t
appropriate bid item.
86-1.06 Scheduling of Work, add the following:
Unless otherwise approved by the Engineer, the Contractor shall not perform sub-sufi
work consisting of the installation of conduit, foundations, arid detectors, prior to rece
of fl electrical materials and equipment. Materials shall not be stored on-site unlc
1
i
I
I
I
R 43
I approved by the Engineer.
Contractor shall coordinate relocation or modification of any utility facilities with t
respective utility company.
2/25
I.
Unless otherwise approved by the Engineer a minimum of one lane of traffic shall
maintained in each direction at all times.
I
II
I
1
I
i
I
I
1
1
D
I
I
I
I @
86-2 MATERIALS AND INSTALLATION
86-2.01 Excavatinn and Backfill, delete paragraph 3; add Section 306-1.3, Backfill a
Densification, S.S.P.W.C.
86-2.02 Removing and Replacing Improvements, Section; 306-1.5 and 7-9 of I
S.S.P.W.C. shall apply in addition to this Section.
86-2.03 Foundations, delete first paragraph; add the followiIig:
Street light foundations shall be anchor base type in accordamce with S.D.R.S.D.E-1 a
E-2.
Concrete for foundations shall be 560-C-3250 per Section 201-1, S.S.P.W.C.
Delete reference to "Section 4-1.03D" in paragraph 16 and substitute "Section 3-3, Ex
t
1 Work, S.S.P.W.C."
To the first sentence of the last paragraph substitute "3 feet" for "0.5 foot".
86-2.05 Conduit
86-2.05A Material, add the following:
Rigid non-metallic conduit shall be used for all :installations.
86-2.05C. Installation, add the following:
Location of conduit runs on the plans are diagrammatic only and the actual run locatic
are subject to the approval of the Engineer.
Conduit runs other than street crossings will be limited to the right of way behind curb
retrofits where no new asphalt overlay will be done as part of the work. Where a nl
asphalt overlay will be done, conduits may be installed in the street under the futi
overlay utilizing open cut methods. Trenches in the street utilizing the rock-wheel meth
shall be backfilled with 190-E-1000 concrete slurry. The slurry shall be placed flush w
the existing finished AC grade.
Damaged surface improvements shall be replaced by the contractor at his expense.
Depth of conduit for all installation methods shall be 30" in the street and 18" behind ci
minimum.
Conduit shall be installed utilizing the bore and jack method under existing PI
improvements and under existing AC improvements when no new overlay will be dol
(0
2/25
I.
After boring the hole and prior to removal of the boring tool, UL listed heavy wall schec
40 PVC conduit shall be pulled back through the bored hole. A suitable sized driIl bi1
the conduit size being bored and jacked shall be used as approved by the Engineer.
Three inch minimum conduit shall be utilized for all street crossings when cablc
required.
Note is made that each parcel is likely to have water, gas, sewer and other utility sed
Damages to these facilities will be repaired the same day at no cost to the agency.
After conductors have been installed, the ends of conduits terminating in pull boxes i
cabinets shall be sealed with an approved type of sealing compound.
When abandoning an existing conduit in place, the Contractor shall remove all exist
I
II I'
I
1
1 conductors.
86-2.06 Pull Boxes.
86-2.06A Materials, add the following:
Pull boxes, pull box covers, and pull box extensions shall be concrete as shown on Carlsb
Standard Drawing GS-21.
86-2.06C Installation and Use, add the following:
Pull boxes shall be installed in accordance with Carlsbad Supplemental Standard Drawk
1
1
i
(0 GS-19 and GS-21.
86-2.08 Conductors, add the following:
86-2.09 Wiring, the followings:
86-2.09D Splicing, modify as follows:
All splices shall be made using crimp type compression connectors as shown on ES-13 ar
said splices shall be soldered.
86-2.09E Splice Insulation, add the following:
All splices of conductors shall be insulated with heat shrink tubing of the appropriate si2
after thoroughly Fainting the spliced conductors with electrical insulating coating. He:
shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin tubin
containing an adhesive mastic inner wall. Minimum wall tKcckness prior to contractio
shall be 0.04-inch. When heated, the inner wall shall melt and fill all crevices an
interstices of the object being covered while the outer wall sl-rinks to form a waterproc
insulation. Each end of the heat-shrink tube or the open end of the end cap of heat-shrin
material shall, after contraction, overlap the conductor insulation at least 1?h inches. Heal
shrink material shall conform to UL Standard E46645 600V 125" C.
I
II
1
1
I
I
1
I @
i
0
2mP:
86-2.095 Fused %lice Connectors, modify sentence one, paragraph one as follows:
Install a fused disconnect splice connector in the handhole of each pole between the lj
and the ballast.
86-2.10 Bondinn and Grounding, and the following:
Grounding of street lights shall conform to S.D.R.S.D. E-2, method 1. Ground rod to
I
I t
u in pull box.
86-2.1 1 Services, modify paragraph 11 to read as follows:
The Contractor shall arrange with the servicing utility to complete service connections
permanent installations and the City will reimburse the contractor for all fees required
the utility.
Delete first sentence of paragraph 12.
Modify paragraph 14 as follows:
Substitute "Section 3-3, Extra Work, S.S.P.W.C" for "Section 4-1.030."
86-2.14 Testing, modify the first paragraph of referenced Section 6-3.01, General,
follows:
Unless otherwise specified, all tests of signals, Ijighting, and electrical systems equipmc
and materials shall be performed by a qualified agent approved by the City by methc
approved by the City and at the cost of the Contractor. TlGs refers specifically to 1
controller and may be extended to any or all items questioned as to their suitability. T
methods shall be submitted to the City for approval.
86-2.14A. Materids Testhg, delete second sentence of first paragraph; delete paragral
4, 5, and 6.
86-2.14B. Field Testing, add the following:
Field testing shall conform to the provisions in, Section 86-L14B "Field Testing" of I
Caltrans Standard Specification and these Special Provisions.
Insulation resistance testing (megger) for traffic signal and lighting conductors shall
preformed in the following order:
I
I
I
1
I
1
i
1.
1
8
1
Lighting - Before fixes are installed in fused splice connectors.
The full cost for the Contractor performing this field testing in the
presence of the Engineer shall be included in the lump sum price for
Street Lighting Installation and no additional payment will be allowed
therefore.
1
I
1 @
2r2!
I.
(
86-2.14C. Functional Testing, add second sentence to paragraph 3 as follows:
Turn ons will not be done Mondays, Fridays or the day pi.or to a City holiday. T
contractor shall give the inspector a minimum of three (3) days advance notice of turn (
date.
I
I
86-5 DETECXORS
t
I 86-5.01 Vehicle Detectors
86-5.01A Inductive LOOD Detectors
86-5.01A14). Construction Materials, add the folllowing:
Loop wire shall be Type 2. Loop lead-in cable shall be Type "B". Conductors for lo
detector lead-in cable shall be 2 No. 16 (19x29) stranded, timed copper.
86-5.01A15). Installation Details, add the following:
The additional length of conductor for each loop homerun shall be twisted together ir
a pair before being placed in the slot and conduit to the termination pull box.
Like numbered detector loops, when shown on the plans, shall be connected to the sa1
detector lead-in cable.
Residue resulting from slot cutting operations shall not be permitted to flow acrc
shoulders or lanes occupied by public traffic arid shall be removed from the paveme
surface.
The Contractor shall test the detector with a motor-driven cycle, as defined in t
California Vehicle Code, that is licensed for street use by the Department of Motor Vehic:
of the State of California, or a bicycle. The engine displacement of the vehicle shall r
exceed 100 cubic centimeter. Special features, components or vehicles designed to activ:
the detector will not be permitted. The Contractor shall prclvide an operator who sh
drive the motor-driven cycle through the response or detection area of the detector at
less than 3 miles per hour nor more than 7 miles per hour.
307-1.4 Warranties, Guarantees, and Instruction Sheets. Delete the second sentence a
replace with the following:
All units and all component parts shall be guaranteed against all defects in materials a
worhanship for a period of not less than two years (three years for photoelectric contrc
from the date of shipment. The supplier will be responsible for return and replacemf
costs of any units or component parts found to be defective vvithin the guarantee perk
including labor, freight, shipping and delivery costs. All units or components return
under the guarantee shall be replaced within thirty days of receipt by the supplier.
R
1
I
I
I
I
I
1
I
I
I
I
I 43
I@
2125
1.
(
SECTION 308 - LANDSCAPE INSTALLATION
I
I 308-1 GENERAL. Add the following:
AU landscaping operations shall comply with the City of Carlsbad's Landscape Manual.
308-4.5 Tree and Shrub Planting.
Amend each cubic yard of backfill for planting holes with a mixture of 30# gypsum, 1(
calcium carbonate lime, 1# iron sulfate and 2/3 cu. yd. organic soil amendment, blend
to homogeneous mixture.
Fertilizer planting tablets (21 gram size) shall be placed with each plant at the followi:
rates:
One (1) tablet per 4" pot container
Two (2) tablets per 5 gallon container
After preparation of the soil in accordance with specifications, the Contractor shall pla
one (1) tablet per each two (2) inches of box size container.
Pruning shall be limited to the minimum necessary to remove injured twigs and branchc
and to compensate for loss of roots during transplanting, but never to exceed one-tenth t
branching structure. Pruning may be done only with the approval of, and in the presen
of the Engineer. Cuts over three-quarters of an inch shall be painted with an approved tr
sound paint.
Root control barriers shall be installed at the location shown on the plans following t
manufacturer's instructions.
Modify Paragraph 5 as follows:
4) The backfill shall be lightly tamped. No water shall be used for settlement of backf
308-4.6 Plant Staking and Guying.
All boxed trees shall be installed per SDRS Drawing L-1 and L-2.
t
1
I
I
I
I
B
I.
I
I
1
I
I
I @
B
I Add the following:
308-4.10 Precast Planters Installation
Precast planters shall be installed at the locations shown on the plans followi
manufacturer's instructions
308-5.4.2 Location, Elevation and SDacing
Add the following:
2/25
I.
(
When a portion of a sprinkler system within the right-of-way must be removed, loca
additional sprinkler heads as necessary to assure complete coverage of the remaini
I
I planting area.
308-6 Maintenance and Plant Establishment. Add the follovving:
Tree maintenance period shall be minimum 120 days or until final acceptance of t
project, whichever is longer. The Contractor shall. provide complete landscape maintenan
of all planting areas. The work shall include, but not be limited to, watering, litter contr
weed control, stake repair, cultivating, and control of diseases and pests. All planted arc
shall be treated with an approved granular pre-emergent herbicide according
manufacturer's specifications at the beginning of The maintenance period and if the prod1
specifies, additional scheduled treatments on a regular schedule, as required through t
maintenance period.At the direction of the Engineer, the Conitractor shall control weec
disease, and pest infestations in the planting areas. The Engineer shall approve all methc
and materials for such control. Upon approval, the Contractor shall implement the cont.
measures exercising extreme caution in using pesticides and taking all steps to ensure t
safety of the public. Only licensed personnel will be permitted to perform toxic sprayi
work. During establishment period the Contractor shall furnish sufficient men a
equipment on a daily or weekly basis to perform and work required by this section. A
day when the contractor fails to adequately carry out specified maintenance work,
determined necessary by the Engineer, the day will not be credited as one of the tr
establishment days. All planting areas which are damaged by construction shall be repair
by the Contractor within 30 days following completion of construction in such areas, unlc
otherwise approved. Repair shall consist of bringing the damaged area back to final grac
replanting the area with the same vegetation as originally specified, and maintaining t
area to achieve acceptable plant establishment.
precautionary measures to protect the native vegetation in all areas outside the limits
grading. Individual trees which are to remain should be protected with the placement
an approved barrier at the drip-line of the tree. Protective barriers to be plastic mesh
redwood stakes 36" high. Groups of trees or shrubs which are to remain should
protected with approved barriers firmly anchored to the ground at an adequate distar
to protect the planting. No material should be stockpiled; no equipment parked, repairc
or refueled; and no oil, gasoline, paint, or other contaminants dumped or stored within
feet of the drip-line of trees and shrubs which are to remain.
308-7 Guarantee. Add the following:
A1 box trees installed under the contract shall be guaranteed to live and grow for one yt
from the day of find acceptance of the contract work. Any material found to be de;
missing or in poor condition during the maintenance period, shall be replaced immediate
The Engineer shall be the sole judge as to the condition of the material. Material fou
to be dead or in poor condition within the guarantee period shall be replaced by 1
Contractor at his expense within fifteen days of written notification. Replacements sh
be made to the same specifications required for the original plantings.
f
I
I
I
I
I
I
I
I
I
I
I
I
I 64
ma Contrador is required to take
I
2E
I.
(
SECTION 310 - PAINTING: Modify Section 3101-5 as follows:
310-5.6 Paintinn. Traffic Stripinn, Pavement Markings, and Curb Markings. Delete Sectic
310-5.6 and substitute the following:
310-5.6 Final Traffic Siminn. StriDinn, Pavement Markinns
310-5.6.1 General. Traffic signing, striping andl pavement marking shall conform to t
Plans; the State of California Traffic Sign Specifications; the State of California Departme
of Transportation Standard Specifications Sections 56.82, 84 and 85; and the State
California Department of Transportation Traffic Manual, all as supplemented and modifi
herein.
310-5.7 Signing. Traffic signing shall conform to the following requirements.
310-5.7.1 General. The Contractor shall provide and install all final signs, markers a
markings and delineators at locations shown on the plans and specified herein.
310-5.7.2 Sim Materials. Signs shall conform to the current requirements of Section
of the State of California, Department of Transportation Traffic Sign Specifications specs
herein with the changes indicated.
I
I
I
-
I
D
I
I
I
1
I.
"Specifications for Reflective Sheeting Aluminum Signs"
310-5.7.3 Sim Post Materials. Sign posts shall be 10 gage 1-3/4 inch square galvaniz
steel breakaway with sign post anchor and anchor sleeve as manufactured by Telspar (
equal).
310-5.7.4 Installation of Traffic Sims. Traffic signs shall be installed at the locatic
shown on the plans and as specified herein. 'fie signs shall be mounted on posts
accordance with Section 56, "Signs" of the State Standard Specifications. All fasteni
hardware is to be provided by the Contractor. Where possible, install signs on lumina
pole.
310-5.7.5 Payment. All costs for final signing shall be included in the Lump Sum pr
bid final for signing and striping and no additional compensation will be allowed therefo
510-5.8 Markers and Delineators. Markers and delineators shall conform to the materi
and installation requirements specified in Caltrans Standard !Specifications Section 82.
310-5.9 Traffic Stripes and Pavement Markings. Traffic strips and pavement markings
indicated and required shall conform to the requirements specified in Caltrans Stand:
Specifications Section 84, except:
I
I
1
I
I
I
I
I @
1. The Contractor shall layout (cat track) immediately behind installation
surface course asphalt and as the work progresses. The first coat of pa
shall be done immediately upon approval of stn ping layout by the Engine
2E
I.
2. The Contractor shall provide all materials required for execution of t
work;
Delete all references to measurement and payment;
Paint shall be rapid dry water borne in accordance with State Specificati
I
I
I
I
1
I
I
I
II)
I
I
I
I
I
I
I
I @
3.
4.
NO. 8010-42L-30;
t
5. Pavement striping and marking shall be applied in two coats, a minimi
off seven (7) days apart, and all streets shall include raised pavemc
markers; temporary striping shalll be applied in one (1) coat minimum.
Existing pavement markings in conflict with the plans shall be removed
sandblasting by the Contractor; and
6.
310-5.9.1 Payment. Final striping, signage, traffic and pavement markings as indica1
and required shall be included in the lump sum price bid for final signing and striping, a
no additional compensation will be allowed therefore.
Final traffic signing and striping shall be paid for at the Lurnp sum prices bid and sh
include applicable labor, tools, equipment, materials and incidentals for doing all Work
installing the traffic signing and striping.
2m
I.
STANDARD DESIGN CRITEF
I
I
1
1
I
I
8
I.
1
I
I
1
I
I
I @
MODIFICATIONS TO SAN DEGO REGIONAL f STANDARD DRAWINGS
The Standard Drawings for the City of Carlsbad shall be comprised of the current editj
of the San Diego Area Regional Standard Drawings (SDRSD) as published by the 5
Diego Department of Transportation & as modified by the additions and substitutic
listed below & the City of Carlsbad Supplemental Standards attached hereto.
Modifications to the San Dieno Area Renional standard Draw-
D-
I
General modification; refer to City of Carlsbad Engineering Department Pol
regarding installation of steps in all drainage structures.
Add: D-2
D-20 Delete.
D-27
D-40
D-70
D-75 Delete 'Type-A"
Width (including 'T') to back of sidewalk, typically 5' (not 4'3'').
Add: A maximum of three (3) combined outlets in lieu of Std. D-25.
Add: 'T' dimension shall be a minimum of three (:3) times size of rip rap.
Minimum width shall be 6' to facilitate cleaning.
Add: 6' x 6" x #10 x #10 welded wire mesh, instead of stucco netting.
E-1 Delete direct burial foundation.
Add: The light standard shall be prestressed concrete round pole.
G 1. General Modification: Minimum 6" Class I1 base material required unl
all curb.
Concrete requirement within public right of way shall be 560-C-3250. I 2.
G-3 Delete.
G-4 Delete.
G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or fi.
joint to joint or approved combination.
2E
I'
STANDARD DESIGN CRITERIA
I
I
G-12 Add: smooth trowel flow line (typical).
@-13 Add: smooth trowel flow line (typical).
G-14 Change: Residential Thickness = !51/2"
f
I Commercial Thickness = 7%"
G-15 Delete requirement 3.
G-26 Change: Thickness from 5%" to 71/2".
Add: Minimum 4" Class 11 base material required under all curb, gutter a
sidewalk.
I
I
8
I
I
10 s-9
I
I
I
I
I
1
I 63
M General: Agency shall be "City of Carlsbad".
M-2
S
Add: To be used only with specific approval of the City Engineer.
General: Refer to City of Carlsbad Engineering Dlepartment Policy regardi
installation of steps in all sewer manholes.
Add: Type "C" shall be used for all plastic pipe.
Add: The distance along the pipe between the anchors shall be 16" for I
slopes, 18" for lY2:l slopes; 20' for 2:1 slopes and 24' for 3:l slopes.
s-4
1 5-13 Add: 5) Cleanout shall be constructed1 three feet (3') above rough grades.
2K
I*
r------
i------J
PLAN GRADE
CURB FACE TRANS IT I ONS
AREAS SHALL NOT EXTEhD
F!ETURNS , DR I VEWAYS , AL
ENTRANCES, OR ANY OTHE
OPEN I NG.
SECT10 N
CURB INLET
r------
L-------Il
PLAN SUMP CONE
SECTlON
LOCAL DEPRESSION
NORTH AND WEST
60' AND 84' R/W
102' AND 126' R/W REQUIRE SPECIAL DESI(
FIRE HYDRANT TYPICAL
BOTH S IDES OF STREET
UTILITY TRENCH
TYPICAL BOTH S I DES
SEWER LATERA
I TYPICAL SECTION -
NOTES -
I]. LOCATION OF WATER MAIN WIL
LOCAT I ON OF UT I L I TI ES . NOR
WATER MAiN WILL BE LOCATEC
AND EAST SIDE OF STREET.
2). STREET LIGHTS AND FIRE HYC BE LOCATED 18" OFF FACE OF
CONTIGUOUS SlDEWALK EXCEEC
-
I. A MINIMUM I5 GALLON IS REQUIRED.
2. TYPE OF TREE TO BE P
WILL BE IN ACCORDANC
THE CiTY OF CGRLSBAC
APPROVED STREET TREE
3 TIES VINYL OR RUBBER HOSE AND WIRE, FIGURE EIGHT TIE.
--2"~2"~8' ROUGH REDWOOD STAKE.
-TOP DRESS WITH 2" TO 4"
OF #4 GRAVEL.
PAVEMENT OR SIDE\
-ROOT CONTROL PLANT TREE IS PLANTED Wl
OF CURB, SIDEWALK
-SOIL MIX BACKFiLL
-COMPACTED SOIL MIX
TACK COAT 8 A.C. PAVEMENT
SAWCUT ONLY. FEATHER
OVERLAY TO PROVIDE SMOOTH
TRANSITION.
8" COMMERCIAL
A.B. AS REQUIRED BY PLAN
I. PROVIDE WEAKENED PLANE AT 15' MAXIMUM, OR AT
TOP OF TRANSITION.
2. REMOVE CURB, GUTTER & SIDEWALK AS SHOWN ABOVE.
FORM AGAINST A.C. PAVEMENT IF IN STRAIGHT LINE WITH GUTTER LIP, OTHERWISE FORM ON A.C. SIDE
AND PATCH WITH HOT MIX A.C.
~~~ ~
1/2" RADIUS 112'' RADIUS
TYPE R B-1 ' TYPE "B-2 n
25- I /2" -
TYPE "G-2 I)
NOTES :
I. PROVIDE WEAKENED QUICK JOINT AT If SPACING AND AT DF
APPROACHES, B.C.
CROSS GUTTERS AN[ BASIN TRANSITION!
2. CHAMFERED KEY I"
SEPARATION AND UPHEAVAL 3. CHAMFERED KEY I" REQUIRED WHEN EXPANSION BE CONSTRUCTED W
CONCRETE PAVING
BACK OF CURB.
STANDARD NO.
CURB FACE A S I DEWALK
6" 36
I. FACE OF MAILBOX SHALL BE 8" ElEHlND CURB FACE.
2 POST TO BE PIPE, SMOOTH FINISH. 3-INCH IRON PIPE(MIN ]C
APPROVED EQUAL.
3. SAW CUT 8" DIA. MIN. CORE IN EXISTING SIDEWALKS. FILL :
CllT WITH CONCRETE OR EPOXY AS REQUIREi) BY THE CITY ENGI
INSPECTOR.
4. ADJACENT LOTS CAN USE A COMMON PlPE LOCATION BETWEEN 3F
5 VOID BETWEEN PlPE AND HOLE TO BE FILLf:D WITH CONCRETE,
OR ROCK, OR 2:l MIX CEMENT MORTAR.
DRIVEWAYS, WATER METERS, ELECTRICAL, TELEPHONE, AND C.1
E MAILBOX TO aE LOCATED 5' MINIMUM FROM STREET LIGHTS,
VAULTS, PEDESTALS, AND POLES -
7 IPJSTALL 8" OR 10" DIA. FOR NE:W SIDEWALKS.
8. MAILBOX SHALL BE LOCATED A MINIMUM OF 5' FROM FIRE HYDF
9. PERMITTEE IS RESPONSIBLE FOR DAMAGE TO ANY AND ALL PUB1
UTILITIES. [CALL BEFORE DIGGING.]
MAIL BOX STANDARD
STREET LIGHTING SPECIFICATIONS
I. PULL BOXES
A. SERVICE POINT
I. WHEN SCG8E HANDHOLE IS UTILIZED, IT WILL 9E CONSIDI FIRST PULL-BOX IN CIRCUT.
2. WHEN SDGBE TRANSFORMER IS UTILIZED, FIRST PULL-E;X BE LOCATED ADJACENT TO THE TRANSFORMER.
3. LINE CONDUCTOR IN FIRST PULL-BOX WILL BE FLISED 'OR CIRCUT PROTECTION.
4. CONSULT CITY ELECTRIC 9EPARTMENT FOR EXCEPTiONS FO
UNUSUAL CONDITIONS.
5. ALL PULL-BOX L9CATIONS WILL BE STAMPED IN CURB FAC AS SHOWN:
3. LUMlNAlRE POLE
I. PULL-BOX WILL BE LOCATED ADJACENT TO EACH POLE WIT
FUSE PROTECTION INSIDE OF POLE.
C. CONDUIT RUNS
I. NO CONDUIT RUN WILL EXCEED 200' 'NITHOUT A PULL-BOX
JUNCT I ON.
WHEN A CONDUIT RUN CROSSES THAT ROADWAY. 2. A PULL-BOX WILL BE LOCATED ON BOTH SIDES OF ROADWP
3. TO DESIGNATE THE LOCATIONS OF PULL-BOXES IN BOTH
ABOVE INSTANCES, CURB-FACE WILL BE STAMPED OR MARKED WITH A P.B.
4. ALL PULL-BOX LIDS WILL BE MARKED "STREET LIGHTING"
5. AS-BUILTS WILL GIVE DISTANCES BETWEEN ALL PULL-BO1
IN CIRCUT AND CLEARLY SHOW DIRECTION OF CONDUlT
SPECIFICATIONS
TO 90%, AND TOP 12" TO BE 95% AND CERTIFIED BY AN APPROVED Ti
I NG LABORATORY.
ALL SUB-GRADE UNDER ASPHALT PAVING, CURB AND GUTTER, SIDEWALKS,
SROW PITCHES, CONCRETE BOX CULVERTS, SHALL BE COMPACTED TO 9
ON TOP 12", AND FILL BELOW TO BE 90%, AND EERTIFIED BY AN LPI
TESTING LABORATORY.
APPROVE3 TESTING LABORATORY.
APPROVED TESTING LABORATORY.
APPROVED TESTING LABORATORY.
ALL AGGiiEGATE SUB-BASE MATERIALS SHALL BE CLASS I OR CLASS I1 PE
T9ANS SECTION 26.1.02A, PAGE 25-1, 1984 EDITION. ALL OTHE2 C
CONSIDERED BASE MATERIALS TO BE APPROVED BY CITY ENGINEER ON
BY-CASE BASIS.
ALL ASPHALT PAVING TO BE AR 8000 FROM MARCH TO OCTOBER, AND AR L
F2OM NOVEMBEFI TO FE3RUARY, UNLESS OTHERWISE APPROVED BY THE
INSPECTOR BASED ON ATMOSPHERIC TEMPERATURE.
ALL ASPHALT PAVING MIX WILL BE AS FOLLOWS:
PRIME ARTERIAL 3/4" IWAX IMUM COURSE
MAJOR ARTERIAL 3/4" WAX I MUM COURSE
SECONDARY ARTERIAL 3/4" MAXIMUM COURSE
COLLECTOR 314" IWAX I MUM COURSE
INDUSTRIAL 3/4" WAX I MUM COURSE
LOCAL I /2" IWAX IMUM COURSE
CUL-DE-SAC 112'' WAX IMUM COURSE
ALLEY l/2" MAXIMUM COURSE
HILLS I DE 3/4" MAX I MUM COURSE
DURING WARRANTY PERIOD OF TRACTS OR DEVELOPMENTS, THE BUILDER/D[ is RESPONSIBLE FOR ALL REPAIRS TO ALL IMPEOVEMENTS IN CITY F
'NAY AS INSTALLED BY THAT DEVELOPMENT/BUILDER.
DEVELOPMENTS, ALL ASPHALT PAVING WILL BE FOG SEALED OR SLUR1
SEALED, DEPENDENT UPON THE CONDITION OF THE ASPHALT AS A C31
OF FINAL ACCEPTANCE BY THE CITY.
1/8" EDGE TAPER
-------- ----- RE I NFORCED -
--.-.-e-...-
SECTION A-A SECTION B
MOLDED LETTERS
(SEE NO- 2)
W
COVER REINFORCING PL
I). USE STEEL COVER WHEN SUBJE(
THICKNESS EXTENSION 21 PULL BOX COVER SHALL BE MAI
"STREET L I GHT I NG" WHERE PUI
I 3/4" EXTENSION 15 318" IO I/B' I 1/8" CONTAINS STREET LIGHTING CC
ONLY. "HIGH VOLTAGE" SHALL
23 1/4' 13 3/4' I 114' WHERE VOLTAGE IS ABOVE 600
TRAFFIC LOADS. BOX AND
NO
L * W t R
3). THE L AND W DIMENSIONS OF
SEAT SHALL BE 1/8" GREATER
COVER DIMENSIONS.
* TOP D [MENS ION
4). COMPACT EARTH UNDER AND AR
PULL BOX.
Arm Length 8' max
Curb Owrhang 1' min - I
I
I.
I
I
I
I
I
I.
1
I
I
I
I
I
I
I
t
Hand hole 10 face Street-
Finished Grade -
Undisturbed Earth
minimum relative
560 - C - 3250 P.C.C. Anchoi base
square or riound, add 1' to each dimenslon ior loose soil or soft
day conditnonr .-_
L 2'. 6"
Finished Grade Anchor bolts must
MOUNTING LAMP SIZE
180 L.P s. Anchor Bolts (4 req.) 1
hook, galvanized. Use
nuts with washers (all g
each bolt
- wu&L
~ordi~tw RCE 1
DRAWING
i NUMBER STANDARD
I.
6 CURB 8" CURB
Area = 0.89 SQ. FT. Area = 1.09 SQ. FT.
-c--
Weakened Plane Joint
L ------------ 1 Existing Curb -1 1/2" exaapt where elevations
shown indicate otherwise
GUTTER
LEGEND ON
1. Concrete shall ba 520-C-2500.
2. See Standard Drawing G-10 for joint details
3. Slope top of curb 1/4" per foot toward street.
STANDARD DRAW"G RECOMMENOEO BY
REGIONAL STANOl
LZuflkA
~ordlNlOr R.C.E. 1
DRAWING NUMBER
CURBS AND GUT'TER - SEPARATE
2" Weakened Plane Joint .
1 112'' except where
shown indicate otherv
TYPE G & H CURB
NOTES:
1. Concreoa shall be 520-C-2500.
2. See Standard Drawing G-10 for joint details.
3. Slope top of curb 1/4" per foot toward street
LEGEND ON PLANS
- CURB AND GUTTER - COMBINE01
TYPE 6-SECTION
TYPE C-SECTION WE D-SECTION
TYPE E-SECTION WE F-SECTION
Slope end of dike 1: 1
when not joining
other improvements APPROX. DIKE QUANTl
WE TONSAN.
A 0.0250 B 0.0375 C-6'. 0.0375
e-9' 0.0702 1. Dike is to be placed on a minimum 2" of A.C. road D 0.0062
surfacing, extending throughout the width of the dike. E 0.0407 2. AR-8000 grade asphalt to be used for cill dikes. I F 0.0623
ALL TYPES - SIDE VIEW
C-8' 0.05a3
3. A.C. dikes may be shaped and compacted with an extrusion machine or ot
equipment capable of shaping and compcicting the material to the required
LEGEND ON F
cross section.
Type A Di
- -~tA
COOIdlMtW R C E 19 DIKES - ASPHALT CONCRETE
Width as shown on plan
- 1/4" per ft.
Weakitned Plane Joint
I
c---------- ------------
NON-CONTIGUOUS
Width a:s shown on plan I
Weakened Pliana Joint
------2-- -____ - --J I
CONTIGUOUS
NOTES
1. Concrete shall be 52O.C-2500.. . 2 See Standard Drawing G-9 and G-10 for joint details. LEGEND ON PLAh
RECOMYENOEO BY STANDARD - IIRAWING REG,ONAL STANOAI
&L/Q&& ~
Cuwdmtm R.C.E. 13
DRAWING NUMBER
. SIDEWALK - TYPICAL SECTIONS
NOTES
1. Expansion Joints -at curb returns, adjacent to structures and at 45' intervals.
(See Standard Drawing G-10).
and at 15' intervals from P.C.R.'s (See Standard Drawing G-10).
3. 1/4" grooves - with 1/4" radius edges at 5' intervals.
SiD EW A LK 10 IN T L 0 CAT IO N S 0 RAW1 NG I NUMBER
Do not remove side growth along trunk. Prune to reduce
crown weight when necessary. --
Top of ball 1" abow finish grade.
erm firmly' compacted -
pared Soil Mix -
Prepared soil mix, puddle and settle prior to setting tree.
Scarify soil, add equal amount prepared soil ani -
TREE PLANTING - SLOPES
Top of ball 1" albove finished grade.
4" Berm firmly compacted -
pared Soil Mix -
Scarify soil, add equal amount prepared soii an
SHRUB PLANTING - LEVEL SHRUB PLANTING - SLOPES
STANDARD DRAWING RECOYYENOEO E REG,OW~L STANE
LzLfQkiLA -
Codma R.C.E.
DRAWING NUMBER
I-
I
1
I
1
I
I
I
I
I
I
I
I
I
I
Property Line .. . . ... . . *r .e?..
._ .. '.:.. ;:#...?e*,. ' .,. .:e' - :$sf. *I. .. :. .. .. .:**: l e. * -. .
"on-contiguous Sidewalk -4 -. di-Limit of driveway for I. r" no sidewalk or
. .* a. . .. -. ., : contiguous sidewalk.
I.
.*. I : .. ------- -- --- . I.. . *.e:
Limit of driveway Optional Contact Joint
..
.,e. ..W.
y Depressed Curb -/ ;I ;I
" (=I Gutter -' k""I 7
PLAN
Driveway Curb Opining
Driveway width shown on plans
y /Depressed Curb-
~-7J
5T Rasidential +*b. * '..".:.*: ....f' = I:..
I I+<+-. :Fi 13>b::. 2;
Io
12" A (tVp.1 Bottom of Curb
ELEVATION
4 Edge of Sidewik
Normal Rise 1/4" per foot
:.....**.
. SECT 1 0 N 1/2"R 1" above Gutter 5H" Commarial
NOTES
1. No concrete shall be placed until forms, and subgrade are inspectad by the Aganw.
2 concrete shaii be 520-C-2500.
3. See standard drawing G-15 and G-16 for width and location requinments.
4. Driveway ramp to extend to 10 feet from curb face or to property line whichever
is less. (For commercial driveways only)
5. See Standard Omwings 6-2 and G-10 for curb and joint detaik
LEGEND ON PLAL i-+ fof- (1
Revision By Appri
Thickness * c! J SAN DlEGO REGIONAL !TANDARD DRAWING RECOMMEIlDED IY THE SAN OIEGD REGIONAL STANDARDS COMMITTEE
pudk& &.ms
coordmtw R.C.E. 131101 0.rr
0 RAW1 NG CONCRETE DRIVEWAYS 8 NUMBER 6-14
Thickness d. NI:
, Cone. ?d w
Limits w x.
Notations eQ.1 4. 8
1'
I
I
I
1
I
I
1
I
B
I
i
I
1
Il
I
Hose: Loop shall be 1"
greater in diameter tlian
No. 12 gaivanized wire, min.
I.
Stake
PLAN
2 stakes and 2 ties. Tie tree trunk 6" above
bending moment of tree. Tie should provide
flexibility of trunk but not allow rubbing
of trunk against stake. Cut stakes off 6"
above ties. For single stake frees, place stake
on windward side of tree. ---
(I)
TREE STAKING - SLOPES TREE STAKING - LEVEL GROUNL
Rcnoon BY Appra
Plan SC 0:
SAN DIEGO REGIONAL STANDARD DRAWING RECOYYENOEO BY THE UN OIEGO
REGIONAL SIAMOARDS CONUIlTEE
WG~LLJ &Z 197s - --
1 PLAN A73C
D
1
It
I
I
I
I
1.
i
I
I
I
I
I,
v)
w N
4
a -
&b I
u,
a w z
A w
-
n
w
21
k
1
STD. PLAN ES-SA
U
v)
i____.
L..iA4.,i
o; 6; < .; 2 4 si Gdd - _--
231
I
1
I'
I
I
I
i u
I.
i
I'
1
II
I
1
I
1
I*
t
z 0
W n
a > t-
232
Ip
July 14, 1995
Basile Construction, IIIC.
7922 Amour Street
San Diego, CA 92111
RELEASE OF BONDS FOR PROJECT NO. 300.1 - LAGUNA, DRIVE PMPROVEMENTl
The Notice of Completion for the above-referenced project ha
recorded. Theref ore, per instructions from our Engineerin Department, we are hereby releasing the following bonds for th
above-referenced project:
Labor & Materials Bond No. 132580 North American Specialty Insurance Co.
$68,778.48
Performance Bond No. 132580 North American Specialty Insurance Co.
$137,556.95
The bonds are enclosed so that you can return them to your surety
Also enclosed for your records is a clopy of the recorded Notice o
Completion. s*z Assist nt C' Clerk
Encs.
c: Eng. Construction Inspection North American Specialty Ins. Co.
---
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280
iKua45m 0 0
e- '" LL,*
July 10, a995
TO: DICK COOK, PRINCIPAL CONSTRUCTION INSPECTOR
FROM : Karen Kundtz, Assistant City Clerk
RE: BOND RELEASE FOR PROJECT NO. 3001 - LAGUNA DRIVE
IMPROVEMENTS
The above referenced project was completed on December 7, 1993,
and the work was accepted by the City Council at their meeting (
March 8, 1994. Following the Council acceptance, the Notice of
Completion was recorded on March 14, 1994.
When the Notice of Completion was returned by the County Recorder, we were not able to locate the original Contract with Basile Construction, and therefore could not release bonds for the project.
We recently located the original cointract in another department and have obtained the original Contract for our files. Since ii is well over a year since the Notice of Completion recorded, I would like your approval to release all bonds associated with- this project at this time.
Please let me know if it is 0.k. to release the bonds for this project. You can just indicate your approval on a copy of this
memo, date and sign, and return it to me.
Thanks for your assistance, and call me with any questions.
/
L /+l~~~ 6 -Jg" * a Assistant Attach. EN R. KUNDTZ City Clerk ~~~~'~
.
r Recording requested by: e, 1 Lg - 1-1 fi ,\-i$by4 1-1 iz:: )
) fl$lil9L v€cIlt:u'l $26 :,AN i)iF(,(l r'itlMTY I:FtTII:lrtk'cl. li! LK~II~IKY srii iii q Ci,lit{ I\ Rt CO#l
CITY OF CARLSBAD
When recorded mail to: j
City Clerk
1200 Carisbad Village Dr. j
1
\ FFTS:
City of Carlsbad i
Carlsbad, CA 92008 1 /,? t ,- E' Ill' '
Space above for Recorder's Use
NOTICE OF COMPLETION
Notice is ha:eby given that:
1.
2.
3.
4.
5.
6.
7.
The undersigned is owner of the interest or estate stated below in the property hereina
described.
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Califori
92008.
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was completed
December 7, 1993.
The name of the contractor, if any, for such work of improvement is Basile Constructi
The property on which said work of impuovement was completed is in the City
Carlsbad, County of San Diego, State of California, and is described as follows: PrJ
No. 3001, Lacluna Drive Improvements between State Street and Jefferson Street. -. 6. illd sireei arjcjr8~s ri said piclpu~iy is i40KE.
c
VERiFiL'ATfON OF CITY CLERiC
I, the undersigned, say:
I am the City Clerk of the City of Carlslbad, 1200 Carlsbad Village Drive, Carlsk
California, 92008; the City Council of said City on .-H 8 , 19%, accepted above described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on _ru\ &A& 4 , 19-w at Carlsbad, California.
CITY CF CARLSSAD
ALETHA L. Fi;UTErJK!UNZ
City Clerk