HomeMy WebLinkAboutCastello Inc; 1995-07-31; 3428TABLE OF CONTENTS
c
I
1
1
1
1
8
Item - e NOTICE INVITING BIDS .............................................. 8 CONTRACTOR’S PROPOSAL ...........................................
BIDDER’S BOND TO ACCOMPANY PROPOSAL .............................
DESIGNATION OF SUBCONTRACTORS
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .......................
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
...................................
...............
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID ...................................
CONTRACT - PUBLIC WORKS
LABOR AND MATERIALS BOND .........................................
PERFORMANCE BOND
..........................................
................................................ 1 REPRESENTATION AND CERTIFICATION ..................................
10 ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION .......................................
RELEASEFORM .....................................................
SPECIAL PROVISIONS
II
1
I
I
I
I
1
1. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION
11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORk
CONSTRUCTION FOR CONSTRUCTION MATERIALS
Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORk
CONSTRUCTION FOR CONSTRUCTION METHODS
.....................................
........................
.........................
APPENDIX 1 - STANDARD DRAWINGS .....................................
I i
2/1! 1. @
-T I
CITY OF CARLSBAD, CALIFORNIA I NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Car
Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 25th~
May , 19z, at which time they will be opened and read, for performing the
as follows:
I.
ALGA ROAD - SOUTH SIDE STREET IMPROVEMENTS
BETWEEN MIMOSA DRIVE AND EL CAMINO REAL
CONTRACT NO. 3428
1
I
1
8
1
1
I
1
8
1
I
I
I
I
CMWD 94-601
The work shall be performed in strict conformity with the specifications as approved by thi
Council of the City of Carlsbad on file with the Engineering Department. The specificatio
the work include the Standard Specifications of Public Works Construction, (SSPWC),
Edition, and the latest supplement, hereinafter designated “SSPWC”, as issued by the SOL
California Chapter of the American Public Works Association and as amended by the SI
provisions sections of this contract. Reference is hereby made to the specifications fr
particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owned busine:
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators
contractors to utilize recycled and recyclable materials when available and where approp
No bid will be received unless it is made on a proposal form furnished by the Purch
Department. Each bid must be accompanied by security in a form and amount required b
The bidder’s security of the second and third next lowest responsive bidders may be wit
until the Contract has been fully executed. The security submitted by all other unsucc
bidders shall be returned to them, or deemed void, within ten (10) days after the Contr
awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appro
securiities may be substituted for any obligation required by this notice or for any monies wit
by the City to ensure performance under this Contract. Section 22300 of the Public Co
Code requires monies or securities to be deposited with the City or a state or federally cha
bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
I.
1. Contractor’s Proposal
2. Bidder’s Bond
3. Non-Collusion Affidavit Experience
4. Contract
5. Designation of Subcontractors Certification
6. Amount of Subcontractors’ Bid
7. Bidder’s Statement of Financial Responsibility
8. Bidder’s Statement of Technical Ability and
9. Purchasing Department Representation and
10. Escrow Agreement for Security Deposits (optic
21 I. @
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantitie
approximate and serve solely as a basis for the comparison of bids. The Engineer's Est
I
1 is $220,000.
No bid shall be accepted from a contractor who is not licensed in accordance wit
provisions of California state law. The contractor shall state their license number, expiratior
and classification in the proposal, under penalty of perjury. The following classification
acceptable for this contract: General Engineering Contractor "A" License; in accordance
the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contract docume
lieu of the usual 10% retention from each payment, these documents must be complete(
submitted with the signed contract. The escrow agreement may not be substituted at a
date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purch
Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, Califc
for a non-refundable fee of $20.00 per set. If plans and specifications are to be mailed, thc
for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any I
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execut
Contract shall be those as determined by the Director of Industrial Relations pursuant t
Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the I
Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City (
The Contractor to whom the Contract is awarded shall not pay less than the said spe
prevailing rates of wages to all workers employed by him or her in the execution of the Cor
The Prime Contractor shall be responsible for insuring compliance with provisions of SE
1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subti
and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized 0'
for the purposes of Section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720
apply to the Contract for work.
A pre-bid meeting and tour of the project site will not be held.
All bids are to be computed on the basis of the given estimated quantities of work, as indic
in this proposal, times the unit price as submitted by the bidder. In case of a discrer
between words and figures, the words shall prevail. In case of an error in the extension of
price, the corrected extension shall be calculated and the bids will be computed as indic
above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and 1
or written in with ink and must be initialed in ink by a person authorized to sign fc
Contractor.
I'
9
f
1
E
B
I
N
I
B
I
I
I
8
IE
1.
21 I. @
Bidders are advised to verlfy the issuance of all addenda and receipt thereof one day pr
bidding. Submission of bids without acknowledgment of addenda may be cause of reje
I
1 of bid.
Bonds to secure faithful performance and warranty of the work and payment of laborer:
materials suppliers, in an amount equal to one hundred percent (1 00%) and fifty percent (f
respectively, of the Contract price will be required for work on this project. These bonds
be kept in full force and effect during the course of this project, and shall extend in full forcc
effect and be retained by the City until they are released as stated in the Special Provi.
section of this contract. All bonds are to be placed with a surety insurance carrier admittec
authorized to transact the business of insurance in California and whose assets exceed
liabilities in an amount equal to or in excess of the amount of the bond. The bonds a
contain the following documents:
I'
1
1
1
t
1
I
1
I
D
I
II adopted on the 28th day of March ,1995 .
1) An original, or a certified copy , of the unrevoked appointment, power of attorne!
laws, or other instrument entitling or authorizing the person who executed the bot
do so.
2) A certified copy of the certificate of authority of the insurer issued by the burl f commissioner.
If the bid is accepted, the City may require copies of the insurer's most recent annual state1
and quarterly statement filed with the Department of Insurance pursuant to Articlt
(commencing with Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance CI
within 10 calendar days of the insurer's receipt of a request to submit the statements.
Insurance is to be placed with insurers that have (1) a rating in the most recent Best's
Rating Guide of at least A-:V, and (2) are admitted and authorized to transact the busine:
insurance in the State of California by the Insurance Commissioner. Auto policies offere
meet the specification of this contract must: (1) meet the conditions stated above fc
insurance companies and (2) cover any vehicle used in the performance of the contract, i
onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-schedi
The auto insurance certificate must state the coverage is for "any auto" and cannot be lirr
in any manner.
Workers' compensation insurance required under this contract must be offered by a comp
meeting the above standards with the exception that the Best's rating condition is waived.
City does accept policies issued by the State Compensation Fund meeting the requiremen
workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract.
additional cost of said insurance shall be included in the bid price.
The prime contractor and all subcontractors are required to have and maintain a valid Cit
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 95-75
8.
&&e/, - 1 Date Mha L.&W n kr@, tity Clerk
&$k
2/1! I* @ I
CITY OF CARLSBAD
I
I
1
t
1
8
.I
I
I
8
1
I
8
I
ALGA ROAD - SOUTH SIDE STREET IMPROVEMENTS
BETWEEN MIMOSA DRIVE AND EL CAMINO REAL
CONTRACT NO. 3428
CMWD 94-601
CONTRACTOR’S PROPOSAL
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, rea
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furni
labor, materials, equipment, transportation, and services required to do all the work to cor
Contract No. 3428 in accordance with the Plans and Specifications of the City of Carlsbad
the Special Provisions and that he/she will take in full payment therefor the following unit F
for each item complete, to wit: 1
Approximate
Item Quantity Unit
No. Description and Unit Price Total @. SCHEDULE 1 :
$QQQ &f? eQ7
J ?
1 Clear & Grub & LS
G/@yT I~OO~~
Dollars (Lump Sum)
9 c- I
2 Unclassified Excavation at LS qa-G5Q
Al[/h(C= Tedh 9 E Dollars (Lump Sum)
3 Class I1 Aggregate Base at 633 TONS F 11 02-$
Y 4 //Ad 6 “‘x- I- - &-..I./ -
Dollars per Ton
2/ I. @
Approximate
I
Item Quantity Unit
SCHEDULE 1 : (Cont'd.)
I No. Description and Unit - Price Total
f CK2-
/ 4 6" Type "G" Curb & Gutter at 745 LF // EL EL/SJ
Dollars per Linear Foot
r'
1
I
8
c
I
80
8
I
1
I
I
I
II
1
5 4 PCC Sidewalk (G-7) at 1,050 SF 2 -2-6 2 L2-T
/ T&'O &4%L.-F
Dollars per Square Foot
6 Pedestrian Ramps (G-27, 29) at 4 EA --f@w 66w
7 Cross Gutter (GS-9) at 1,650 SF 4-4 J-0 742s-
uB.4 c-4 r4LX s&B - /
Dollars Each
Tu& $+(d 4LL f Dollars per Square Foot
8 B-1 inlet at 1EA &f4>-g 4.9QJ2
&2 7-y j31 dd- -\
kf%'&f hac/!
B.dE b'-t&tddk Ed
Dollars Each'
9 18" RCP D-1350 at 43 LF I Q_6c> 4/a-1>"QQ
Dollars per Linear Foot
2 - c;.L: 10 Concrete Pipe Collar DS-5 at 1EA 3-6 e', - p'1i.AF *4maO
Dollars Each
11 Convert Existing SD Inlet to 1EA 24-0 0 2J-Qo
./f SD Cleanout - Type A at
Dbllars Each
/Yfl - j p&u.iy* Ff v 6
,Ai$J B /Ed
21 I. OB
Approximate
I
8.
I
I
I
E
I
li cp-T=#f &kZ
I.
I
1 17 Street Light Pull Box, Conduit LS 2, -po 2- 7J-Yc7
I
f I
1
I
I
I
Item Quantity Unit I - No. Description and Unit rn Total
SCHEDULE 1 : (Cont'd.)
12 Cold Milling at 2,120 SF 2 - J-0 3 /d-,Q - fl/LJG A* &+L-F
Dollars per Square Foot
4/ 2-08
P 13 AC Pavement at 1,153 TON 3L
7-7?/~7-Y I/ x
Dollars per Ton
14 6" Type "A" AC Dike at 411 LF 3 / 233
L
-f- I/& E i?
l" 1'
Dollars per Linear Foot
15 Remove Existing Pavement and 320 SF si-- 2- 0
Replace with New AC Pavement
per Direction of the Engineer at
Dollars per Square Foot
/kc-l_c' s-kw
P 16 Relocate Street Light at 4€A
ZflfJJ TGZi- /yd.d 04 &j I
Dollars Each
and Wiring at /
-p.4!L/ury J&-/LT..%L- /&/.llJ$~ cy
(I ;"(c$.-y
Dollars 1Lum)P Sum)
I/ acw kl w; I 18 Relocate Traffic Signal (GS-21) at LS
fi L c U"&M T/.Cf/ J;"i .%$
Dollars (Lump Sum)
19 Relocate Traffic Signal Box 3EA 3-E;' 9 WQO
(GS-21) at /
pg fl- ddJ bd L-= 3
Dollars Each
2 I. @
Approxi mat e
I
1
1
I
I
I
E
!
t
1
I
B
I f $aha‘ 6 ~ Afcl e’,,%.:
I
I
Item Quantity Unit
No. Description and Unit Price Total
20 1EA 4 ZC7 i 2- ‘Q Adjust Traffic Signal Box at
Dollars Each ’
&dl5 fi, 6d 1 1 RcYB - / wy-=PJT--y I’
21 Install Traffic Signal Loop 14 EA 36 3- 5-370
Detector at
P/G AL7 7 F=/e/6
Dollars Each
T&FG [WGd f&ql
3fYO 3fFJ-V 7 22 Signage & Striping at LS
-J-/fp?! 7 r G[G&7
/qwM/M6d /=-{ F-77
bollars (Lump Sum)
23 Adjust Sewer Access Hole and 4 EA 44- /scz,
Storm Drain Cleanout at /
/ Td A .A LLd /Pfi-fj
Dollars Each
24 Traffic Control at LS d tZcs? 6~- /x ‘rn f L.ll”A..”(_ B I
1. Dollars (Lump Sum)
LS 4eo de_5;7 - 25 Root Barrier at
Zh?O& w &g b Qb‘
Dollars (Lump Sum)
40 LF 2 @ 26 Sawcut AC Pavement,
6” Deep Cut at
J b-%J r”4
Dollars per Linear Foot
27 Sawcut PCC, 4 Deep Cut at 320 LF f-j-0 +(fo
/)?de j-8 /&qf ]= - 1 Dollars per Linear Foot
Total amount of Schedule 1 bid in words: &‘&e 6 fld&[J !q FJ j+L@ 7 y Jh’4
Total amount of Schedule 1 bid in numbers: $ 1‘47 //3 3
I/
2 I. @
Approximate
I
Item Quantity Unit
SCHEDULE 2:
I No. Description and Unit Price Total
28 Relocate Fire Hydrant Assembly at 5 EA 3cx?D /STQSo - -7 7&LQLj (,&%L ?)
f
Dollars Each I u
1
I
1
I. /-QL!&~FCXM gp& ik 634 i
I s yr-llfi ,HLhQM47f) hPCLqJ: J t AfO c: Gd'l-J
1
1
I
I
29 Adjust Water Valve at 13 EA zav 2 k c$Co
-7-7-={? ;'k3 %4&2 LSlj
Dollars Each
30 Remove 2" Water Service at 3EA d&?- c-7 ,B &Q
FLJQ ,#dnPdR6$ ,
Dollars Each
31 Relocate 2" Water Service at 2EA /JkD JQ?? // --- F/ %/ CLd Bpdd &e 6 s\ 1 Dollars Each
32 Relocate Air Release Valve at 1EA /-+-eY d44P - J
Dollars Each
Total amount of Schedule 2 bid in words: T w'm-i ?-P Z&*e dZ ~h@df'4-4 h
Total amount of Schedule 2 bid in numbers: $ 2- 3 2 67 Q
Total amount of Schedule 1 and 2 bid in words: [;~x:hl&= mkd jqqfv c /) met=- ty&i&e9 "L--"zLi p 'r
/4d~I /]t@ c$ J~v/~A~7-' /PoL-~/Lu 8 di ,q-- & 6~
Total amount of Schedule 1 and 2 bid in numbers: $ / 7 0 3 2 3
Price(s) given above are firm for 90 days after date of bid opening.
Add end u m (a) No (s) .
proposal.
--. has/have been received and is/are included i
t $$/
I* @ m *' I
The Undersigned has checked carefully all of the above figures and understands that the
will not be responsible for any error or omission on the part of the Undersigned in preparin!
1
I bid.
The Undersigned agrees that in case of default in executing the required Contract
necessary bonds and insurance policies within twenty (20) days from the date of awa
Contract by the City Council of the City of Carlsbad, the proceeds of the check or I
accompanying this bid shall become the property of the City of Carlsbad.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is kens
do business or act in the capacity of a contractor within the State of California, validly lice
under license number 3-6 33a & B , classification 4,, & which ex
on , and that this statement is true and correct and has the legal t
of an affidavit. ’
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant t
Business and Professions Code shall be considered nonresponsive and shall be rejected IC
City. 9 7028.1 5(e). In all contracts where federal funds are involved, no bid submitted shi
invalidated by the failure of the bidder to be licensed in accordance with California
However, at the time the contract is awarded, the contractor shall be properly licensed. P
Contract Code § 20104.
The Undersigned bidder hereby represents as follows:
I’
1
I
8
1
1
1
I.
1
1
1
1
1
I
I
I
&/3&7/’? 9
1. That no Council member, officer agent, or employee of the City of Carlsbad is persc
interested, directly or indirectly, in this Contract, or the compensation to be
hereunder; that no representation, oral or in writing, of the City Council, its offi
agents, or employees has inducted him/her to enter into this Contract, excepting
those contained in this form of Contract and the papers made a part hereof by its tc
and
2. That this bid is made without connection with any person, firm, or corporation mi
a bid for the same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is 3i-d zQ*a 12 (Cash, Certified Check, I
or Cashier’s Check) for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code which req
every employer to be insured against liability for workers’ compensation or to undertake
insurance in accordance with the provisions of that code, and agrees to comply with
provisions before commencing the performance of the work of this Contract and continl
comply until the contract is complete.
....
....
....
21 4. @
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Arti
relative to the general prevailing rate of wages for each craft or type of worker need execute the Contract and agrees to comply with its provisions.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
IF A PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be I
by a general partner)
e
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
21
e
@
4
IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted
1
I
1
1
I
1
I
1
I
I
I
I
I
I
1
1
cdy TE L- LC] , Brfc -
- (2) *Ky?/-+/-&s- - '
Signature
I.
dl
- e7GdEAZLA.L /"a+-&GF.
Title
Impress Corporate Seal
(3) Incorporated under the laws of the State of C4L-i FO-~ d! A
(4) Place of Business 45-7 CQRd0QBaT-F a&.
(Street and Number)
City and State C3?ZC7~4d ,"A C- H C ,4
f
(5) Zip Code 9 k o 17 Telephone No. 7+&-- L_)'Q-O
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUS Io ATTACHED
List below names of president, vice president, secretary and assistant secretary, if a corpori
if a partnership, list names of all general partners, and managing partners:
dFJIdQC=/I-.
JJ(Ukff'€lLkt Z3"#6JMT/ , h---/3 c
BYb'L5 J3EH6y&+--jf , J- e=c %
P~fiYEy, .&&&p7/' ~ Qc-&J. f G&.L~- nG4 -
2) @ 1.
4 *
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
.State of CALIFORNIA
County of SAN DIEGO
On May 25, 1995 before me, Jo Ann Caspersen, Notary Public
personally appeared Morey Rahimi
X personally known to me - OR - proved to me on the basis of satisfactory evidence to be the personi
whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person@), or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal. we- Signature of Notary
Optional== ========= ========== ========= ========= ........................... -___----- ........................... -________
Though the data below is not required by law, it may prove valuable to persons
relying on the document and could prevent fraudulent reattachment of this form.
Title or type of document Bid Document City of Car THIS CERTIFICATE MUST BE
ATTACHED TO THE DOCUMENT Number of Pages Date of Document 5/25/95
DESCRIBED AT RIGHT:
0
Signer(s) other than named above
CAPACITY CLAIMED BY SIGNER
Individual Attorney-in-fact x Corporate Officer(s) Trustee(s)
GuardianlConservator
Partner(s) Limited Other
General
SIGNER IS REPRESENTING:
Name of Person($ or Entity(s)
0
BID SECURITY FORM
(Check to Accompany Bid)
I
1
(NOTE: The following form shall be used if check accompanies bid.) I.
I Accompanying this proposal is a .-iers checK pdyable to the order of
OF CARLSBAD, in the sum of
dollars ($ I
1
1
I
1
I.
I
1
1
I
1
I
I
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this c
shall become the property of the City provided this proposal shall be accepted by the
through action of its legally constituted contracting authorities and the undersigned shall 1
execute a contract and furnish the required Performance, Warranty and Payment Bond:
proof of insurance coverage within the stipulated time; otherwise, the check shall be reti
to the undersigned. The proceeds of this check shall also become the property of the City
undersigned shall withdraw his bid within the period of fifteen (1 5) days after the date set fc
opening thereof, unless otherwise required by law, and notwithstanding the award c
contract to another bidder.
BIDDER
*Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following
shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amc I the bid.)
2, @ I.
15
BIDDER'S BOND TO ACCOMPANY PROPOSAL
I,
I
I
I
I
I
I
I
I ....
I ...a
1
I
I
KNOW ALL PERSONS BY THESE PRESENTS:
Thatwe, CASTELLO, INC. , as Principal, and DEVELOPERS INSURANf
as Surety are held and firmly bound unto the City of Carlsbad, California, in ~n akun
follows: (must be at least ten percent (10%) of the bid amount) TEN PEKE" OF GREXI'I for which payment, welt and truly made, we bind ourselves, our heirs, executors
administrators, successors or assigns, jointly and severally, firmly by these presents,
THE CONDITION OF THE FOREGOlNG OBLlGATlON 1s SUCH that if the proposal of the abc
bounden Principal for:
I.
ALGA ROAD - SOUTH SIDE STREET IMPROVEMENTS
BETWEEN MIMOSA DRIVE AND EL CAMINO R€AL
CONTRACT NO. 3428
CMWD 94-601
io the City of Carlsbad, is accepted by the City Council, and if !he Principal shall duly enter i
and execute a Contract including required bonds and insurance policies within twenty (20) d from the date of award of Contract by the City Council of the City of Carlsbad, being c
notified of said award, then this obligation shall become null and void; otherwise, it shall be i
remain in full force and effect, and the amount specified herein shall be forfeited to the said C
... I
.,.. f ....
....
..,.
....
...e
..I.
I
L... I
....
....
2/ 1 5 a @
c POWER OF ATTORNEY OF
INDEMNITY CBM Y OF CALIFORNIA 8 AND DEVELOPERS s
P.O. BOX 19725, IRVINE, CA 92713 * (714) 263-3300
IeE: 1. ,411 power and authority herein granted shall in any event terminate on the 3’ist day of March, 1898.
2. This Power of AHorney is void if altered OF if any portion is erased.
3. This Power of Attorney is void unless the seal is readable, the text is in brown ink, the Signatures are in biue ink and Yhis notice is in red ink.
4. This Power of Attorney s)lould not be returned to the Attorney(s)-In-Fact, but should remain a permanent part of the obligee’s records.
KNOW ALL MEN BY THESE PRESENTS. that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSWAN(
severally, but not jointly, hereby make, constitute and appoint
***John G. Maloney, Helen Maloney, Michael W. Thomas, jointly or seve
the true and lawful Attorney@)-In-Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, under
suretyship in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2,500,000) in any single undertaking; giving and granting unto sail
power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do,
said corporations full power of substitution and revocation; and all of the acts of said Attorney(s)-In-Fact, pursuant to these presents, are hereby ratified an
The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship:
Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on fir
bonds, insurance company qualifying bonds, self-insurer’s bonds, fidelity bonds or bail bonds.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of C
COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986:
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to exe
qualifying the attorney@) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that th,
tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimilf
Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to a
contract of suretyship to which it is attached.
IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to bc
tive Presidents and attested by their respective Secretaries this 1st day of April, 1993.
DEVELOPERS INSURANCE COMPANY
BY 42&Od\l!
BY &&&
&QW, o
ATTEST Q *,%,,,R*~?$ ATTEST
Walter Crowell Walter Crowell Secretary
BY h!&
Secretary
STATE OF CALIFORNIA )
COUNTY OF ORANGE j
j ss.
On July 15, 1994, before me, the undersigned, a Notary Public in and for said State, personally appeared Dante F. Vincenti, Jr. and W
sonally known to me (or proved to me on the basis of satisfactory evidence) to be the peisons who executed the within instrument as Presid
behalf of Indemnity Company of California and as President and Secretary of Developers Insurance Company, the Corporations therein name
to me that the corporations executed it.
WITNESS my hand and official seal.
! COMM. #102316!
~~~ NOTARY PUBLIC - CALIFC
Signature
Notary Public
CERTIFICATE
The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPER§ INSURANCE (
certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore, that the provisions Of the resc Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate.
‘is Certificate is executed in the City of Irvine, California, this 23RD day of MAY , 1995.
DEVELOPERS INSURANCE COMPANY I) INDEMNITY COMPANY OF CALIFORNIA
BY kc 2=$+-7 BY A7 w&
L.C. Fiebiger Senior Vice President L.C. Fiebiger Senior Vice President
ID-310 REV. 1/95
DESIGNATION OF SUBCONTRACTORS
(To Accompany Proposal)
I
I
I
1
1
1
1
I
10
I
I
I
I
i
I
I
1
The Contractor certifies he/she has used the sub-bids of the following listed Contractc
making up hidher bid and that the sub-contractors listed will be used for the work for whicl
bid, subject to the approval of the City Engineer, and in accordance with applicable prov
of the specifications and Section 4100 et seq. of the Public Contracts Code - "Sublettin
Subcontracting Fair Practices Act." No changes may be made in these subcontractors e
upon the prior approval of the City Engineer of the City of Carlsbad. The following inforn
is required for each sub-contractor. Additional pages can be attached if required:
This project does- does not X have bid items designated as "Specialty Items."
I.
Items of Complete Address Phone
Work Full Company Name with Zip Code & Area
4 JT6l-Z ..$- &AfWfJ p. 0 &ox 63 9 ok.4 @ifg 2-7
JjS*b .j t&.C2, c4 7 'ki 6 3 - /."q L.ELfC75 LF.L ~ /4c. /3 a 3 &%Q=P;e wy (q &
&-LFcT&6c?fL a5=L C%$&.d, c4- 4 2 Pi04
n-~-k~-.,-waL .4'7Qr C%LJ PL+rf;q /L b Q/ /q+E=qd,& 34. @fh$
J-/xm.L! e; s A4 rTZ?//>!dc- /(?/3 fY 4&k% f?!C# Jk, #$Pl,52
V8g"4$Lf'r C7-d- Q YbJL
J--J" "i'L13j
21 63 I.
AMOUNT OF SUBCONTRACTORS’ BIDS
(To Accompany Proposal)
I
I
I
I
I
1
I
I.
I
I
I
I
i
I
The bidder is to provide the following information on the subbids of all the listed subcontrt I. as part of the sealed bid submission. Additional pages can be attached, if required.
Type of State
Contracting Carlsbad Business Amount c I Full Company Name License & No. License No.* I$ or c
* Licenses are renewable annually. If no valid license, indicate “NONE.” Valid license must be obtained F I submission of signed Contracts.
21 @ I*
I
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
I
I
I BkmJS J2=€= f47T7K#4 fi4L- -rr.
I
I
i
I
I
1.
1
I
II
I
I
I
I
I
Bidder submits herewith a statement of financial responsibility. t
21 @ I.
>
q@i
CASTELLO, INC.
FINANCIAL STATEMENTS
YEAR ENDED JANUARY 31, 1995
i
1 t I r
I I e i
1
f !
I t
*j 1
i
I
I i
CASTELLO, INC. Ex
BALANCE SHEET
JANUARY 31, 1995 & 1994
ASSETS
0
- 1995
CURRENT ASSETS
Cash Checking Account $ 4,550.35 $
Accounts Receivable 623,925.72
Accounts Receivable Retention 159,585.08
Cost and Estimated Earnings in Excess
191,685.35 of Billing on uncompleted Jobs
Emploee Advances 19,250.00
Construction in progress 0.00
Prepaid Expenses 2 1,45 1.20
Total Current Assets $ 1,020,447.70 $
PROPERTY AND EQUIPMENT
Trucks 95,7 19.94
Equipment Field 146,398 57
Furniture & Fixture 20,523.6 1 c
262,642.12
Accumulated Depreciation (86,500.54) -
-
Total Property and Equipment 176,141.58
0
-
OTHER ASSETS
Deposits 3,685.00
Investment 2,325 .OO
Total Other Assets 6,010.00
Total Assets $ 1,202,599.28 $
-
-
__.
e
See Accountant’s Review Report & Notes To Financial Statements
CASTELLO, INC. E>
BALANCE SHEET
JANUARY 31, 1995 & 1994
LIABILITIES AND EQUITY
- 1995
CURRENT LIABILITIES
$ 588,646.57 $ Accounts Payable
23,537.26 Loan Payable Equip. & Auto
Loan Payable Banks 60,000.00
Payroll Taxes Payable 33,426.14
1,493.61 Billing in excess of cost
Worker’s Comp Payable 11,192.11
Income Taxes Payable 22,720.00 -
Total Current Liabilities 741,015.69 -
LONG TERM LIABILITIES
Loan Payable Equip. & Auto
net of current portion - 48,060.88
- STOCKHOLDERS’ LOAN 0.00
EQUITY
0
Capital 71,000.00
25 8,268.59 Retained Earnings- Beginning
84,214.12 Retained Earnings- Current Year -
Total Equity 413,482.7 1 -
- - Total Liabilities and Equity $ 1,202,559.28 $
e
See Accountant’s Review Report & Notes To Financial Statements
CASTELLO, INC. Exh
STATEMENT OF INCOME
FOR THE YEAR ENDING JANUARY 31, 1995 & 1994
a
1995 - 96 1994
SALES $ 5,904,245.69 100.00 $ 3,027,864.45
COST OF SALES:
Material 1,892,773.44 32.06 1,233,543.85
Subcontractors 1,732,261.79 29.34 639,528.10
Labor 1,107,292.76 18.75 396,556.98
Payroll Taxes 140,746.22 2.38 39,900.23
Workers Comp. Insurance 99,72 1.54 1.69 38,707.83
Equipment 63,646.38 1 .os 55,839.79
Hauling, Trucking & Dumpsters 100,412.28 1.70 1,612.72
Building Permit 24,136.81 0.41 0.00
Other Construction Exp 13,348.1 1 0.00 0.00
Outside Services 2,193.35 0.04 26,707.02
5,176,532.68 87.67 2,432,39 6.52 TOTAL COST OF SALES
GROSS PROFIT 727,7 13 .O 1 12.33 595,467.93
GENERAL & ADMINISTRATIVE 6 12,24 1 .99 10.37 462,128.49 0
NET OPERATING INCOME 115,471.02 1.96 133,339.44
OTHER (INCOME) & EXPENSES
Interest Income (735.53) (0.01) 10,121.03
Loss of Sales of Assets 9,272.43 0.16 0.00
Total Other (Income)
And Expenses 8,536.90 0.14 10,121.03
NET INCOME BEFORE INCOME TAX 106,934.12 1.81 143,460.47
INCOME TAXES
State Tax 8,360.00 0.14 8,400.00
Federal Tax 14,360.00 0.24 25,850.00
TOTAL INCOME TAXES 22,720.00 0.38 34,250.00
NET INCOME $ 84,214.12 1.43 $ 109,2 10.47
e
See Accountant’s Review Report & Notes to Financial Statements
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
I
I
I
I
I
1
1
I
I.
1
I
1
1
I
I
I
I
The Bidder is required to state what work of a similar character to that included in the pror
Contract he/she has successfully performed and give references, with telephone numbers, \
will enable the City to judge his/her responsibility, experience and skill. An attachment Ci
used.
t
21
@ lo
457 Corp 0 General Engineering Contractors
Escondido,
(61 9
PUBLIC WORKS CONTRACTS
AS OF MAY 1995
CONSTRUCTION OF LIBRARY WALK
University of California, San Diego
M. Boone Hellman, Assistant Vice Chancellor
Facilities Design & Construction
9500 Gilman Drive-0916 La Jolla, CA 92093-0916 Phone: (619) 534-4363 Contract Amount: $1,6816,000
Estimated Completion Date: March 6, 1996
CONSTRUCTION OF ENCANTO PARK City of San Diego, Purchasing Department
Abi Palaseyed, Resident Engineer 9485 Aero Dr. - MS18, San Diego, 92123 Phone: (619) 627-3232 Contract Amount: $299,488.00 Estimated Completion Date: 4/95
LANDSCAPE & SITE IMPROVEMENTS, 31 PUBLIC HOUSING SITES San Diego Housing Commission 0 9541 Ridgehaven Court
San Diego, CA 92123
Phone: (619) 573-1473
Contract Amount: $977,000.00 Estimated Completion'Date: 4/95
HIGHWAY PLANTING, BIRMINGHAM DR. TO ENCINITAS BLVD. Department of Transportation, District 11 P. 0. Box 85406, San Diego, CA 92186-5406
Phone: (619) 688-6094
Contract Amount: $747,486.00
Estimated Completion Date: 04/15/95
RENOVATE LANDSCAPING ETAS MIRARMAR HOUSING, NAS MIRAMAR, SAN Navy Public Works
Chuck Greenan/Don Hough
ROICC South Bay, PO Box 368039, San Diego, CA 92136-5191
Phone: 537-6313
Contract Amount: $154,000
Estimated Completion Date: 4/95
0
Lic 8563961
LANDSCAPE TIERRASANTA BLVD/SANTO RD, MURPHY CANYON HOUSING PI
Navy Public Works
Chuck GreenadDon Hough
ROICC South Bay, PO Box 368039, San Diego, CA Phone: 537-6313 Contract Amount: $197,000
Estimated Completion Date: 5/95
0
92136-5191
0
LIC. # o ca5tEEeo, gna. Gcncral Eiigiiiccriiig Coiilraclors
457 Corporaic Drivc, Escoiidido. CA 9202'9
,4
General Engineering Contractors 457 Cory:
Escondido
(61 E 0
COMPLETED PUBLIC WORK PROJECTS
LANDSCAPE AND IRRIGATE THREE EXISTING BALLFIELDS, MURPHY Cd
HSG. SAN DIEGO, CA Navy Public Works Chuck Greenan/Don Hough
ROICC South Bay, PO Box 368039, San Diego, CA 92136-5191
Phone: 537-6313
Contract Amount: $239,900
Completion Date: 4/95
CONSTRUCT TOT LOT AND PICNIC AREA, BAYVIEW HOUSING, SAN DIEG( Navy Public Works Chuck Greenan/Don Hough ROICC South Bay, PO Box 368039, San Diego, CA 92136-5191
Phone: 537-6313 Contract Amount: $265,000
Completion Date: 4/95
REHABILITATION OF 4131 MARYLAND ST. San Diego Housing Commission Dan Turpin, Technical Services Specialist
9541 Ridgehaven Court, San Diego 92123 Phone: 573-1473
Contract Amount: $1,140,896 Completion Date: 1/95
0
LANDSCAPE TIERRASANTA BLVD/SANTO RD, MURPHY CANYON HOUSING Navy Public Works Chuck Greenan/Don Hough ROICC South Bay, PO Box 368039, San Diego, CA 92136-5191 Phone: 537-6313 Contract Amount: $127,000 Completion Date: 1/95
CONSTRUCTION OF LAUDERBACH PARK
City of Chula Vista
276 Fourth Ave., Chula Vista, CA 92010 Phone: (619) 691-5074
Contract Amount: $127,918.00
Completion Date: 10/30/94 0
Lic 8563961
e
Page 2
MODIFICATION TO IMPROVE ACCESSXBILITY AT VARIOUS PUBLIC HOU
SITES
San Diego Housing Commission
Mr. Dan Turpin, Technical Services Specialist
9541 Ridgehaven Court, San Diego, CA 92123 Phone: (619) 573-1473 Contract Amount: $323,000.00 Completion Date: 07/15/94
CONSTRUCTION OF TECOLOTE SHORES ACCESSIBLE PLAY AREA City of San Diego, Purchasing Department Regan Owen, Resident Engineer
9485 Aero Dr. - MS18, San Diego, CA 92123 Phone: (619) 627-3241 Contract Amount: $607,000.00 Completion Date: 06/30/94
IRRIGATION UPGRADE AUTOMATE IN SAN DIEGO COUNTY IN SAN DIEGO
MESA Department of Transportation, District 11 P.O. Box 85406, San Diego, CA 92186-5406 John Hurtzig, Resident Engineer
Phone: (619) 688-6094
Contract Amount: $357,791.00
Completion Date: 07/15/94
0
SAN CARLOS STREET MEDIAN
City of San Diego, Purchasing Department Alberto Paiva, Resident Engineer
9485 Aero Dr. - MS18, San Diego, CA 92123
Phone: (619) 627-3241
Contract Amount: $ 87,400.00
Completion Date: 7/30/94
SECURITY IMPROVEMENTS AT VARIOUS PUBLIC HOUSING SITES
San Diego Housing Commission, Steve Snyder, Technical Manager
9541 Ridgehaven Court, San Diego, CA 92123
Phone: (619) 573-1473 .
Contract Amount: $163,000.00 Completion Date: 07/30/94
m ca5tEeco, gBC. Gciici al Enginccri ng Coiilraclors LlC if
457 Corporalc Drivc, Escoiidido. CA 92029
0
Page 3
CONSTRUCT PARK & RIDE, NORTH COUNTY FAIR OVERCROSSING, Department of Transportation, District 11
P. 0. Box 85406, San Diego, CA 92138-5406 Mr. John Isaak, Resident Engineer, CalTrans Phone: (619) 688-3194 Contract Amount: $496,360.00 Completion Date: 06/15/94
ESCON
DOWNTOWN SIDEWALK IMPROVEMENTS
City of Oceanside, Engineering Department
Mr. Harry Corder, Project Manager
300 North Hill Street, Oceanside, CA 92054
Phone: (619) 966-4731 Contract Amount: $ 308,185.00 Completed: 07/30/94
CONSTRUCTION OF SUNNYSLOPE NEIGHBORHOOD PARK, PHASE I1 City of San Diego, Purchasing Department Mr. Ali Delalat, Resident Engineer 9485 Aero Dr.-MS18, San Diego, CA 92223 Phone: (619) 627-3234 Contract Amount: $303,249.05 Completed: 06/94
0
IMPROVEMENT SAN YSIDRO BLVD. SMYTHE AVE. City of San Diego, Purchasing Department Mr. Matt Souttere, Resident Engineer 9485 Aero Dr. - MS18, San Diego, CA 92123
Phone: (619) 627-3234
Contract Amount: $286,880.00
Completed: 06/94
CONSTRUCTION OF CANYONSIDE COMMUNITY PARK - CHILDREN'S PLAY AI
City of San Diego, Purchasing Department
Mr. Michael Ninh, Resident Engineer
9485 Aero Dr. - MS18, San Diego, CA 92123
Phone: (619) 627-3247
Contract Amount: $58,500.00
Completed: 06/94
m caztEcc*, a2c. GCI~CI ;I I Enginccri iig Coiitraclors LC #:
457 Corporate Drive, ESCOI~~~~O. CA '92O2'9
e
Page 4
CONSTRUCTION OF ESCALA DRIVE SIDEWALK
City of San Diego, Purchasing Department
Michael Ninh, Resident Engineer 9584 Aero Dr. - MS18, San Diego, CA 92123 Phone: (619) 627-3200 Contract Amount: $71,360.00
Completed: 4/94
CONSTRUCTION, INSTALLATION OF PLAYGROUND EQUIPMENT AND PROTEC
SURFACES AT VARIOUS SITES
San Diego Housing Commission; Steve Snyder, Technical Manager
9541 Ridgehaven Court, San Diego, CA 92123
Phone: (619) 573-1473
Contract Amount: $393,412.70
Completed: 4/94
HIGHWAY PLANTING ON SITE HIGHWAY IN SAN DIEGO COUNTY FROM
CANYON BRIDGE TO SORRENTG VALLEY OVERHEAD
Department of Transportation, District 11 P. 0. Box 85406, San Diego, CA 92138-5406
Mr. Chuck Deyoe, Resident Engineer, CalTrans Phone: (619) 688-6622 Contract Amount: $ 205,254.00
Completed: 2/94
*
LANDSCAPE sr IRRIGATION OF BASEBALL FIELDS AT NAS MIRAMAR
Department of the Navy
James Cauthorn, Resident Engineer
P.O. Box 368039, San Diego, CA 92136-5191
Phone: 537-6304
Contract Amount: $ 136,000.00
Completed: 1/94
HIGHWAY PLANTING ON STATE HIGHWAY IN SAN DIEGO COUNTY IN SAN Dl
FROM MARKET STREET OVERCROSSING TO PARK BOULEVARD OVERCROSSINC
Department of Transportation, District 11
P.O. Box 85406, San Diego, CA 92138-5406 Mr. Chuck Deyoe, Resident Engineer, CalTrans
Phone: (619) 688-6622
Contract Amount: $ 448,870.00
Completed: 12/93 e Ca3EITo, DLO. Gcncld Engmccring Contractors LlC #SI
457 Corpor:itc Driic, Escoltdldo. CA ~N2'9
Ib
Page 5
HIGHWAY PLANTING OF STATE HIGHWAY IN SAN DIEGO COUNTRY IN NAT
CITY AND SAN DIEGO FROM 24TH STREET UNDERCROSSING TO VESTA S
Department of Transportation, District 11
P.O. Box 85406, San Diego, CA 92138-5406 Mr. Chuck Deyoe, Resident Engineer, CalTrans Phone: (619) 688-6622 Contract Amount: $ 455,863.00 Completed 12/93
THE PROVISION & INSTALLATION OF WROUGHT IRON/WOOD FENCING, Gj
AND/OR SECURITY DEVICES AT TEN (10) SCATTERED SITES IN THE CI'
SAN DIEGO San Diego Housing Commission
Mr. Cecil Davis, Project Manager
650 Gateway Center Way, Suite D, San Diego, CA 92102
Phone : (619) 525-3717
Contract Amount: $ 121,316.29
Completed 5/93
PARKING LOT FOR DEL REY VOCATIONAL HIGH SCHOOL
Sweetwater Union High School District Mr. Tom Silva, Assistant Director
1130 Fifth Ave, Chula Vista, CA 91911 Phone: (619) 691-5500 Contract Amount: $ 69,200.00
Completed 5/93
e
PARK IMPROVEMENTS TO HILLEARY PARK, PHASE I1
Poway Redevelopment Agency, City of Poway
Mr. Javid Siminou, Associate Civil Engineer
P. 0. Box 789, Poway, CA 92074-0789 Phone: (619) 679-4222
Contract amount: $ 956,821.15
Completed 5/93
COMMUNITY PARK: PONY LEAGUE FIELD RENOVATION
Poway Redevelopment Agency, City of Poway
Mr. Javid Siminou, Associate Civil Engineer P. 0. Box 789, Poway, CA 92074-0789
Phone: (619) 679-4222
Contract Amount: $ 61,821.00
Completed 3/93 0 ca5tELc*, LLZc. Gcncr:il Eng~nccr~ng Coiitraclors LlC #S
457 Corporatc Drivc, Escondtdo. CA 92029
0
Page 6
IRRIGATION & LANDSCAPING OF SOCCER & BASEBALL FIELD AT N..
MIRAMAR, SAN DIEGO Department of the Navy Lt. Robin Noyes, Project Manager
Building #338, N.A.S., Miramar, San Diego, CA 92123-1699
Phone: 537-6309 Contract Amount: $ 129,926.00 Completed 12/92
TEMPLE BETH ISRAEL PLAZA AND LANDSCAPE
County of San Diego Parks and Recreation Mr. Fred Carlson, Project Manager 6201 Ruffin Rd. Suite P, San Diego , CA 92123-1699 Phone: 694-3036 Contract Amount: $ 157,794.00
Completed 11/92
ADDITION TO VALLEY JUNIOR HIGH SCHOOL, PHASE I1
Carlsbad Unified School District
Mr. Ray Rincon, Project Manager ( The Benchmark Group)
801 Pine Ave, Carlsbad, CA 92008
Phone: (714) 699-4944 Contract Amount: $ 94,309.36 Completed 10/92
e
BALBOA PARK ROSE GARDEN IMPROVEMENTS
City of San Diego, Mr. Dave Schwarts, Resident Engineer
1255 Camhito Centro, San Diego, CA 92102
Phone: 525-8620 Contract Amount: $ 125,304.55 Completed 09/92
HOLLYWOOD NEIGHBORHOOD PARK, PHASE IV
City of San Diego
Mr. Dave Schwarts, Resident Engineer
1255 Caminito Centro, San Diego, CA 92102
Phone: 525-8620
Contract Amount: $ 297,167.00
Completed 08/92
@ Ca5fELL*, &a. Gciicral Eliginccrmg Contractors LlC #S
457 Corporate Drivc, Escoiidldo. CA ‘920’29
0
Page 6
BASKETBALL COURT AT NAVAL HOSPITAL Department of the Navy, Lt. Dennise Hamptan, Assistant Resident Officer
ROICC South Bay, San Diego Naval Station, P. 0. Box 39,Bldg. 2
Diego ,CA 92136-5039 Phone: 556-9388 Contract Amount: $ 21,667-00 Completed 08/92
SECURITY IMPROVEMENTS AT (6) LOCATIONS San Diego Housing Commissions Mr. Cecil Davis, Project Manager 650 Gateway Center Way , Suite D, San Diego, CA 92102
Phone: 525-3717
Contract Amount: $ 147,478.98
Completed 05/92
MODIFICATIONS OF 3 UNITS FOR HANDICAPPED ACCESSIBILITY San Diego Housing Commission
Mr. Dan Turpin, Project Manager 650 Gateway Center Way, Suite D, San Diego, CA 92102 Phone: 525-3717 Contract Amount: $ 40,205.39 Completed 01/92
e
LANDSCAPE MITSHER WAY, N.A.S., MIRAMAR, SAN DIEGO
Department of the Navy Ms. Noel Reynolds, Contract Manager Building #338, N.A.S. Miramar, San Diego, CA 92145-5000 Phone: 537-6555 Contract Amount: $ 111,867.00 Completed 01/92
ALPINE COMMUNITY CENTER PARK RENOVATION Alpine Community Center Ms. Yvonne Young, Executive Director 1834-A Alpine Blvd., Alpine, CA 91901
Phone: 445-6231
Contract Amount: $74,449.00 Completed 01/92
0 Qa&tEl)eo, gfiee Gcncral Engiiiccriiig COillr~CtOrS LlC #S
457 Corporate Drivc, Escondido. CA ‘)202‘)
0
Page 7
SECOND AVE PARKING LOT, CITY OF ESCONDIDO City of Escondido Mr. Ronald E, Bosch, Field Engineering Inspector
201 Broadway, Escondido, Ca 92025 Phone: 741-4664 Contract Amount: $ 25,650.00 Completed 12/91
SITEWORK IMPROVEMENTS - MEADE AVE
San Diego Housing Commission
Mr. Dan Turpin, Project Manager
650 Gateway Center Way, Suite D, San Diego, CA 92101
Phone: 525-3717
Contract Amount: $ 84,809.28
Completed 10/91
PEDESTRIAN ACCESS WAY, CITY OF LEMON GROVE Mr. Doug Yount, Project Manager
3232 Main St., Lemon Grove, CA 91945
Phone 464-3716
Contract Amount: $ 88,783.00 Completed 10/91
0
CONSTRUCT ACCESS RAMPS PSFA BUILDING AND BOOKSTORE San Diego State University
Mr. Tom Dowdy, Project Manager
5300 Campanile, San Diego, CA 92182
Phone: 594-2405
Contract Amount: $ 98,050.00
Completed 09/91
e Ca5t,ee,, flL. GCIW al Engtnccrrng Coritraclors LlC #
457 Corporalc Drn c. Escoiidtdo. CA 92029
I
1
B
I
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITIED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
State of California )
Countyof Jhd b/~6~ )
I7QRW A 4&yin)! , being first duly sworn, deposes
and says that he or she is cFd&-%M M.a.-r~Ck& # ?22?&A-fe/*p,eT4
I'
) ss.
(Name of Bidder) 1 (Title)
1 (Name of Firm) 1
of e-fiJ-/-fi~~ e fd c- 9
the party making the foregoing bid that the bid is not made in the interest of, or on beh
any undisclosed person, partnership, company, association, organization, or corporatior
the bid is genuine and not collusive or sham; that the bidder has not directly or indi
induced or solicited any other bidder to put in a false or sham bid, and has not direc
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to p~
sham bid, or that anyone shall refrain from bidding; that the bidder has not in any mz
directly or indirectly, sought by agreement, communication, or conference with anyone to i
bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element (
bid price, or of that of any other bidder, or to secure any advantage against the public
awarding the contract of anyone interested in the proposed contract; that all stater
contained in the bid are true; and, further, that the bidder has not, directly or indir
submitted his or her bid price or any breakdown thereof, or the contents thereof, or divi
information or data relative thereto, or paid, and will not pay, any fee to any corpor
partnership, company association, organization, bid depository, or to any member or (
thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct and that this affidav
1
I
1
I@
1
I executed on the 2 ,-j- 7~ e day of n4'k ,19&7
1
1
1 Subscribed and sworn to before me on the ds 4 day of 5339 ,19
(NOTARY SEAL)
Signaturdof Notab
Corrn 410,2770 k 21
1
M
I
1
I
I
1
CONTRACT - PUBLIC WORKS
This agreement is made this 2$/& day of
between the City of Carlsbad, California, a munici ion, (hereinafter called "City'
CASTELLO, INC whose principal place of bu
is 457 CORPORATE DRIVE (here called "Contractor". )
City and Contractor agree as follows:
1.
9 19s, b
t
DescriDtion of Work. Contractor shall perform all work specified in the Contract docu
for:
ALGA ROAD - SOUTH SIDE STREET IMPROVEMENTS
BETWEEN MIMOSA DRIVE AND EL CAMINO REAL
CONTRACT NO. 3428 I CMWD 94-601
I (hereinafter called "project")
8. 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials,
equipment, and personnel to perform the work specified by the Contract Documeni
Contract Documents. The Contract Documents consist of this Contract, Notice Ir
Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bic
Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, E
Agreement, Release Form, the Plans and Specifications, the Special Provisions, a
proper amendments and changes made thereto in accordance with this Contract 1
Plans and Specifications, and all bonds for the project; all of which are incorporated I
by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the
as indicated, specified, and implied by the Contract Documents. Any items of wo
indicated or specified, but which are essential to the completion of the work, sh
provided at the Contractor's expense to fulfill the intent of said documents. In all insti
through the life of the Contract, the City will be the interpreter of the intent of the Co
Documents, and the City's decision relative to said intent will be final and binding. F
of the Contractor to apprise subcontractors and materials suppliers of this condition
Contract will not relieve responsibility of compliance.
3. 1
I
II
i
1
If
1
I
21
Q9 1.
I
I
i
I
I
I
I.
I:
I
1.
It
1
1
4. Pavment. For all compensation for Contractor's performance of work under this Cor
City shall make payment to the Contractor per Section 9-3 of the Standard Specificc
for Public Works Construction (SSPWC) 1994 Edition, and the latest supplement, herei
designated "SSPWC", as issued by the Southern California Chapter of the American F
Works Association, and as amended by the Special Provisions section of this coni
The closure date for each monthly invoice will be the 30th of each month. Invoices
the Contractor shall be submitted according to the required City format to the
assigned project manager no later than the 5th day of each month. Payments H
delayed if invoices are received after the 5th of each month. The final retention ar
shall not be released until the expiration of thirty-five (35) days following the recordi
the Notice of Completion pursuant to California Civil Code Section 3184.
Public Contract Code section 20104.50 requires a summary of its contents to be set
in the terms of the contract. Below is such a summary. However, contractor should
to Public Contract Code section 20104.50 for a complete statement of the law.
The city shall make progress payments within 30 days after receipt of an undisputec
properly submitted payment request from a contractor on a construction contra(
payment is not made within 30 days after receipt of an undisputed and properly subr
payment request, then the city shall pay interest to the contractor equivalent to the
rate set forth in subdivision (a) of section 685.010 of the Code of Civil Procedure.
Upon receipt of a payment request, the city shall, as soon as practicable after re
determine whether the payment request is a proper payment request. If the city deterr
that the payment request is not proper, then the request shall be returned to the cont
as soon as practicable but not later than seven (7) days after receipt. The returned re
shall be accompanied by a document setting forth in writing the reasons why the pa)
request was not proper.
If the city fails to return the denied request within the seven (7) day time limit, the
number of days available to the city to make payment without incurring interest sh
reduced by the number of days by which the city exceeds the seven (7) day
requirement.
"Progress payment" includes all payments due contractors except that portion of thc
payment designated by the contract as "retention earnings".
A completed and executed release form in the form described in this contract (herei
"Release Form") shall be submitted prior to approval of each progress paymenl
contractor shall list all disputed claims or potentially disputed claims which arise durir
pay period. The purpose of the Release Form is to bring timely attention to areas of di
or potential dispute between the contractor and the City for the pay period. Failure
contractor to submit a completed and executed Release Form shall constitut
contractor's acknowledgement that no disputes of any type have arisen that pay per
remain from previous pay periods and the contractor waives all future rights in rr
claims for disputes arising in those pay periods. All previous and new disputed clai
2
t
I
a
b
Q9 19
I
1
II
I
8
1
1
1
I.
i
I
I
R
1
t
potentially disputed claims shall be listed on the Release Form until such time a
disputed claims are resolved. The contractor shall not modify the Release Form in an)
5. Independent Investigation. Contractor has made an independent investigation c
jobsite, the soil conditions at the jobsite, and all other conditions that might affec
progress of the work, and is aware of those conditions. The Contract price inc
payment for all work that may be done by Contractor, whether anticipated or not, in
to overcome underground conditions. Any information that may have been furnish
Contractor by City about underground conditions or other job conditions is for Contra
convenience only, and City does not warrant that the conditions are as thus indic
Contractor is satisfied with all job conditions, including underground conditions and hz
relied on information furnished by City.
Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible loss or damage arising out of the nature of the work or from the action of the elemei
from any unforeseen difficulties which may arise or be encountered in the prosecuti
the work until its acceptance by the City. Contractor shall also be responsible for expt
incurred in the suspension or discontinuance of the work. However, Contractor shE
be responsible for reasonable delays in the completion of the work caused by acts of
stormy weather, extra work, or matters which the specifications expressly stipulate v
I'
6.
I borne by City.
7. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trer
or other excavations that extend deeper than four feet below the surface Contractor
promptly, and before the following conditions are disturbed, notify City, in writing, 0'
A. Material that Contractor believes may be material that is hazardous waste, as dc
in Section 251 17 of the Health and Safety Code, that is required to be removec
Class I, Class 11, or Class Ill disposal site in accordance with provisions of existin!
8. Subsurface or latent physical conditions at the site differing from those indicatec
C. Unknown physical conditions at the site of any unusual nature, different materiall)
those ordinarily encountered and generally recognized as inherent in work c
character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do matc
so differ, or do involve hazardous waste, and cause a decrease or increase in contra
costs of, or the time required for, performance of any part of the work shall issue a ck
order under the procedures described in this contract.
In the event that a dispute arises between City and Contractor whether the cond
materially differ, or involve hazardous waste, or cause a decrease or increase i
contractor's cost of, or time required for, performance of any part of the work, conti
shall not be excused from any scheduled completion date provided for by the contrac
shall proceed with all work to be performed under the contract. Contractor shall retai 1
2, @ I'
I
II
I
I
1
I
I
1
1
E. s
I
I
I
I
I
and all rights provided either by contract or by law which pertain to the resolutl
disputes and protests between the contracting parties.
Chanqe Orders. City may, without affecting the validity of the Contract, order cha
modifications and extra work by issuance of written change orders. Contractor shall
no change in the work without the issuance of a written change order, and Contractor
not be entitled to compensation for any extra work performed unless the City has is
a written change order designating in advance the amount of additional compensati
be paid for the work. If a change order deletes any work, the Contract price shi
reduced by afair and reasonable amount. If the parties are unable to agree on the an
of reduction, the work shall nevertheless proceed and the amount shall be determinc
litigation. The only person authorized to order changes or extra work is the PI
Manager. The written change order must be executed by the City Manager or the
Council pursuant to Carlsbad Municipal Code Section 3.28.172.
lmmisration Reform and Control Act. Contractor certifies he is aware of the require1
of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) an
complied and will comply with these requirements, including, but not limited to, vel
the eligibility for employment of all agents, employees, subcontractors, and consukani
are included in this Contract.
10. Prevailins Waqe. Pursuant to the California Labor Code, the director of the Departm
Industrial Relations has determined the general prevailing rate of per diem wag
accordance with California Labor Code, Section 1773 and a copy of a schedule o
general prevailing wage rates is on file in the office of the Carlsbad City Clerk, E
incorporated by reference herein. Pursuant to California Labor Code, Section
Contractor shall pay prevailing wages. Contractor shall post copies of all appl
prevailing wages on the job site.
11. Indemnification. Contractor shall assume the defense of, pay all expenses of defensc
indemnify and hold harmless the City, and its officers and employees, from all claims
damage, injury and liability of every kind, nature and description, directly or ind
arising from or in connection with the performance of the Contractor or work; or fror
failure or alleged failure of Contractor to comply with any applicable law, rul
regulations including those relating to safety and health; except for loss or damage
was caused solely by the active negligence of the City; and from any and all claims
damages, injury and liability, howsoever the same may be caused, resulting direc
indirectly from the nature of the work covered by the Contract, unless the loss or dE
was caused solely by the active negligence of the City. The expenses of defense ir
all costs and expenses including attorneys fees for litigation, arbitration, or other d
resolution method.
Contractor shall also defend and indemnify the City against any challenges to the
of the contract to Contractor, and Contractor will pay all costs, including defense co
the City. Defense costs include the cost of separate counsel for City, if City re(
8.
:
9.
I separate counsel.
2
@ r.
I
1
II
1
1
I
1
I
1.
1
I
I
I
1
I
I
II
12. Insurance. Contractor shall procure and maintain for the duration of the contract insu
against claims for injuries to persons or damage to property which may arise from
connection with the performance of the work hereunder by the Contractor, his a!
representatives, employees or subcontractors. Said insurance shall meet the City’s
for insurance as stated in Resolution No. 91-403.
t
(A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverage
minimum limits indicted herein:
1. Comprehensive General Liabilitv Insurance:
$1,000,000 combined single limit per occurrence for bodily injury and prc
damage. If the policy has an aggregate limit, a separate aggregate in the am
specified shall be established for the risks for which the City or its agents, o
or employees are additional insured. I
2. Automobile Liabilitv Insurance:
$1,000,000 combined single limit per accident for bodily injury and prc
damage. In addition, the auto policy must cover anv vehicle used i
performance of the contract, used onsite or offsite, whether owned, non-owr
hired, and whether scheduled or non-scheduled. The auto insurance cert
must state the coverage is for “any auto” and cannot be limited in any man
3. Workers’ Compensation and Emplovers’ Liabilitv Insurance:
Workers’ compensation limits as required by the Labor Code of the Sti
California and Employers’ Liability limits of $1,000,000 per incident. Wo
compensation offered by the State Compensation Insurance Fund is accepta
the City.
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insu
required under this agreement contain, or are endorsed to contain, the follc
provisions. General Liability and Automobile Liability Coverages:
1. The City, its officials, employees and volunteers are to be covered as addl
insured as respects: liability arising out of activities performed by or on bel
the Contractor; products and completed operations of the contractor; pre
owned, leased, hired or borrowed by the contractor. The coverage shall c(
no special limitations on the scope of protection afforded to the City, its off
employees or volunteers.
2. The Contractor’s insurance coverage shall be primary insurance as respec
City, its officials, employees and volunteers. Any insurance or self-insu
maintained by the City, its officials, employees or volunteers shall be in excc
the contractor’s insurance and shall not contribute with it.
2 I* @
I
I
1
8
I
1
1
I.
I
I
1
l
1
I
I
I
3. Any failure to comply with reporting provisions of the policies shall not
coverage provided to the City, its officials, employees or volunteers.
4. Coverage shall state that the contractor's insurance shall apply separately tc
insured against whom claim is made or suit is brought, except with respect
limits of the insurer's liability.
Bo
(C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made" I coverage shall be maintained for a period of three years following the dt
completion of the work.
(D) NOTICE OF CANCELLATION -Each insurance policy required by this agreemen
be endorsed to state that coverage shall not be nonrenewed, suspended, v(
canceled, or reduced in coverage or limits except after thirty (30) days' prior v
notice has been given to the City by certified mail, return receipt requested.
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS -Any deduc or self-insured retention levels must be declared to and approved by the City. ,
option of the City, either: the insurer shall reduce or eliminate such deductibles c
insured retention levels as respects the City, its officials and employees; c
contractor shall procure a bond guaranteeing payment of losses and r(
investigation, claim administration and defense expenses.
(F) WAIVER OF SUBROGATION -All policies of insurance required under this agreE
shall contain a waiver of all rights of subrogation the insurer may have or may a(
against the City or any of its officials or employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured I
its policies or shall furnish separate certificates and endorsements for
subcontractor. Coverages for subcontractors shall be subject to all of the requiret
stated herein.
I
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that h
rating in Best's Key Rating Guide of at least A-:VI and are authorized to transat
business of insurance by the Insurance Commissioner under the standards spe
in by the City Council in Resolution No. 91-403.
VERIFICATION OF COVERAGE - Contractor shall furnish the City with certifica'
insurance and original endorsements affecting coverage required by this clause
certificates and endorsements for each insurance policy are to be signed by a pt
authorized by that insurer to bind coverage on its behalf. The certificates
endorsements are to be in forms approved by the City and are to be receive(
approved by the City before work commences.
(J) COST OF INSURANCE -The Cost of all insurance required under this agreemeni
be included in the Contractor's bid.
(I)
21 f @
I
I
1
8
1
I
8
I
I.
I
I
I
i ...
B
t ...
13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resoh
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Char
Article 1.5 (commencing with section 201 04) which are incorporated by reference. A
of Article 1.5 is included in the Special Provisions I section. The contractor shall ir
submit all claims over $375,000 to the City using the informal dispute resolution pn
described in Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstandir
provisions of this section of the contract, all claims shall comply with the Governmer
Claim Act (section 900 et seq., of the California Government Code) for any claim or (
of action for money or damages prior to filing any lawsuit for breach of this agreem
14. Maintenance of Records. Contractor shall maintain and make available at no cost 1
City, upon request, records in accordance with Sections 1776 and 181 2 of Part 7, Ct
1, Article 2, of the Labor Code. If the Contractor does not maintain the recor
Contractor’s principal place of business as specified above, Contractor shall so infor
City by certified letter accompanying the return of this Contract. Contractor shall noti
City by certified mail of any change of address of such records.
I’
15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Sc
1720 of the Labor Code are incorporated herein by reference.
16. Securiiv. Securities in the form of cash, cashier’s check, or certified check mi
substituted for any monies withheld by the City to secure performance of this contrE
any obligation established by this contract. Any other security that is mutually agre
by the Contractor and the City may be substituted for monies withheld to e
performance under this Contract.
17. Provisions Required bv Law Deemed Inserted. Each and every provision of law and c
required by law to be inserted in this Contract shall be deemed to be inserted hereii
included herein, and if, through mistake or otherwise, any such provision is not inst
or is not correctly inserted, then upon application of either party, the Contract shall fori
be physically amended to make such insertion or correction.
...
...
...
...
...
21 i @ I
I CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT I
STATE OF CALIFORNIA 1
COUNTY OF San Diego 1
On July 6, 1995 beforeme, Jo Ann Caspersen, Notary Public
DATE NAME, TITLE OF OFFICER - E G , "JANE DOE, NOTARY PUBLIC
personally appeared, Morey Rahimi
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose nam
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/thc
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf oi
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
(SEAL) 1 NOTARY PUBLIC S GNATURE - OPTIONAL INFORMATION -
TITLE OR TYPE OF DOCUMENT Contract, City of Carlsbad
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
NUMBER OF PAGES - CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
STATE OF CALIFORNIA 1
COUNTY OF San Dieqo )
On 7/20/95 before me, Jo Ann Caspersen, Notary Public
DATE NAME, TITLE OF OFFICER - E GI "JANE DOE, NOTARY PUBLIC
personally appeared, Moe BEheshti
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose nar
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/th
capacity(ies), and that by his/her/their signaturets) on the instrument the person@), or the entity upon behalf c
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
(SEAL) - OPTIONAL INFORMATION
TITLE OR TYPE OF DOCUMENT
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
NUMBER OF PAGES
I
18. Additional Provisions. Any additional provisions of this agreement are set forth
"General Provisions" or "Special Provisions" attached hereto and made a part herec
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUS
AlTACHED
CQ5&&] d?a
t.
1
I
R
I
I
c, BY:
I
1
1
I
I
i
t
(CQWPOPAE SEAL) Contractor
/4P)o/?By &L*rnL*
Print Name oeignatory
Signature Mignatory
APPROVED TO AS TO FORM: mne @PJ;@Shf,'
RONALD R. BALL I City Attorney
1
D. RICHARD RUDOLF
Assistant City Attorney
i
21 r @
LAJZCUTED IN TRIPLICATL! * BOND NO. 185776P
+
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the City of Carisbad, State of California, by Resolution No. - 95- adopted JUNE 27, 1995 .hasawardedto CASTELLO, X NC . (hereinafter designated as the 'Principal"), a Contract for:
m
ALGA ROAD - SOUTH SIDE STREET IMPROVEMENTS BETWEEN MIMOSA DRIVE AND EL CAMINO REAL
CONTRACT NO. 3428 CMWO 94-601
in the City of Carlsbad, in strict conformity with the drawings and specifications, and 0th Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms then
require the furnishing of a bond, providing that il Principal or any of their subcontractors sh fail to pay for any materials, provisions, provender or other supplies or teams used in, upon about the performance of the work agreed to be done, or for any work or labor done theret
of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, CASTELLO $ INC. ,I Principal, (hereinafterdesignated as the"Contractaf), and D , , (33 CXmpANJl as Surety. are held firmly bound unto the City of Carlsbad in twup T- Yy * * * * ), said sum being fifty percent (50%) of the estimated amount payat
by the ity of Carlsbad under the terms of the Contract, for which payment well and truly to I made we bind ourselves, our heirs, executors and administrators, successors, or assigns, join' and severally, firmly by these presents.
THE CONDITION OF THIS OE3LIGATIOPJ IS SUCH that if the person or his/her subcontracto fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, f about the performance of the work contracted to be done, or for any other work or laboi therec
of any kind, or for amounts due under the Unemployment Insurance Code with respect to suc work or labor, or for any amounts required to be deducted, withheld, and paid over to tf. Employment Development Department from the wages of employees of the contractor ar
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respe
to such work and labor that the Surety will pay for the same, not to exceed the sum specific in the bond, and, also, in case surt is brought upon the bond, costs and reasonable expensc
and fees, including reasonable attorney's foes, to be fixed by the court, as required by 11.
provisions of Section 3248 of the Catifornia Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporations entile to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Sectio 3082).
Surety stipulates and agrees that no change, extension of time. alteration or addition to tt terms of the Contract, or to the work to be performed thereunder or the specificatior accompanying the same shall affect its obligations on this bond, and it does hereby waive notic of any change, extension of time, siterations or addition to the terms of the contract or to tt work or to the specifications.
SIXTY ONF AND 50/100 ***************C*k************~******* m[la
0
2/15/! 69 0
G:AB.UF:OXNIA ALL-PURPOSE ACKNOWLEDGMENT - OPTIONAL
GAPAGITY CLAIM
Though statute does not
fill in the data below, d
invaluable to persons relyi
Y PURLIC ,
[7 CORPORATE OF
' Slate of CALIFORNIA
County sf SAN DIEGO
#oTARy PUBLIC"
personally appeared HELEN MALONEY
NAME(S) OF SIGNER(S) TlTLt
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
SIGNER IS REPWt
WITNESS my hand and official seal. NAME OF PERSON(S) OR E
THE DOCUMENT DESCRIBED AT RIGHT NUMBER OF PAGES
SIGNER(S) OTHER THAN NAMED ABOVE
DATE OF DOCUMENT
- - - - - - - __ - CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT =
STATE OF CALIFORNIA )
COUNTYOF Sari Diego )
On 7/20/95 before me, Jo Ann Caspersen, Notary mblic
DATE NAME, TITLE OF OFFICER - E GI "JANE DOE NOTARY PUBLIC
personally appeared, Moe Beheshti
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose nam
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/the
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
(SEAL)
* - OPTIONAL INFORMATION lc,Lr
TITLE OR TYPE OF DOCUMENT
OATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
NUMBER OF PAGES
*
@ In the event that Contractor is an individual, it is agreed that the death of any such Contra
shall not exonerate the Surety from Rs obligations under this bond.
Executed by CONTRACTOR this 1 ST Executed by SURETY this 1 ST
CONTWCTOR: SURETY:
(name of Contractor)
day of JULY ,192. of JULY ,191
CASTELLO, INC. DEVELOPERS INSURANCE COMPAl
(name of Surety)
17780 FITCH, SUITE 220 IRVINE,_ CA 9271 4
(eddress of Surety) By! 42547- /L
(sign hew v6%4?5 y 4.4 /7?.q7/ (71 4) 263-3300
(print name here) (telephone number of Surety)
k Ed& 4-L fl4dMF4 By: L-. - (title and argamr (signature of Attorntay-hFec@
By: HELEN MALONEY t (sigh here) (printed name 01 Anorney-in-Fact)
(attach corporate resolution showing cu
power of attorney)
moe &de&tt* (print name here) eoRP k ree-aru (title 8nd organization of signatufy)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attacl
only one officer signs, the corporation must attach a resolution certified by the secreta assistapt secretary under corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney ETd
0
t
*
t (President or vice-president and secretary or assistant secretary must sign for corporatior
I By: - 0. RICHARD RUDOLF Assistant City Attorney
a
21 c33 a
c ,
'i
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT I
'TATE OF CALIFORNIA )
COUNTY OF - San Dieqo )
On July 6, 1995 before me, Jo Ann Caspersen, Notary Public
DATE NAME TITLE OF OFFICER E G JANE DOE, NOTARY PUBLIC"
personally appeared, Morey Rahimi
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose nan
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/thc
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf o
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
(SEAL) *e+ NOTARY PUBLI SIGNATURE
1 OPTIONAL ZNFORMATION -
TITLE OR TYPE OF DOCUMENT
DATE OF DOCUMENT
;IGNER(S) OTHER THAN NAMED ABOVE
Payment Bond
NUMBER OF PAGES
POWER OF ATTORNEY OF
IN D E M N I TY C 0 M PANY 0 F CALI FOR N I A
AND DEVELOPERS INSURANCE COMPANY N! 2
P.O. BOX 19725, IRVINE, CA 92713 (714) 263-3300
NOTICE: 1. Ail power and authority herein granted shall in any event terminate on the 3jst dzy of ivhrch, 1985.
2. This Power of Attormy is void if aitered OF if any poeion is erased.
3. This Power of AYiorney is void unless the seal is readable, the text is in brown ink, the signarures are in blue ink and Phis notice is in red ink.
4.. This Power ot Attorney should not be returned 'io the PX<orney(s)-ln-Facl. but should remain a permanent part ot the obiigee's FSCOP~S.
a
KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURAh
severally, but not jointly, hereby make, constitute and appoint
***JOHN G. MALONEY, HELEN MALONEY, MICHAEL W. THOMAS, JOINTLY OR SEVERALLY***
the true and lawful Attorney@)-In-Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, unda
suretyship in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2,500,000) in any single undertaking; giving and granting unto sa
power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could dc
said corporations full power of substitution and revocation; and all of the acts of said Attorney($-in-Fact, pursuant to these presents, are hereby ratified ai
The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship:
Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on fi
bonds, insurance company qualifying bonds, self-insurer's bonds, fidelity bonds or bail bonds.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of
COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986:
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to ex
qualifying the attorney@) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that t tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto byfacsimi Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to contract of suretyship to which it is attached.
IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to t tive Presidents and attested by their respective Secretaries this 1st day of April, 1993.
INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY 0 BY
OCT. 5. ATTEST 5 E 1961 ATTEST A& 4, '( IF 0 R*\:\'
BY Walter Crowell Walter Crowell
Secretary
BY hh&
Secretary
STATE OF CALIFORNIA)
COUNTY OF ORANGE )
) ss.
On July 15, 1994, before me, the undersigned, a Notary Public in and for said State, personally appeared Dante F.Vincenti, Jr. and V
sonally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Presic
behalf of Indemnity Company of California and as President and Secretary of Developers Insurance Company, the Corporations therein namc
to me that the corporations executed it.
WITNESS my hand and official seal.
COMM. #lo23
NOTARY PUBLl
Signature
Notary Public
CERTIFICATE
The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE ify that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the provisions of the res
This Certificate is executed in the City of irvine, California, this 1 527
ds of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. JULY ,199-. 5 day of
DEVELOPERS INSURANCE COMPANY
0
BY +k 2-5f-7
INDEMNITY COMPANY OF CALIFORNIA 0 &Q;cPR4> 0CT.J co c, % AT= BY L.C. Fiebiger Senior Vice President
5 cI 1967 L.C. Fiebiger \* P I./'~fFoS* .r\ Senior Vice President
ID310 REV. 1/95
. ... ~ .. .- . - . . - ~II I nnb I I cnm
BASED ON FINAL CONTRACT PRICE.
EXECUTED IN TRIPLIC
PREMIUM : s 2 , 4 5 3 . o o c AND IS SUBJECT TO ADJUSTMENT BOND NO - 1 8 5 7 7 6 p
FAITHFUL PERFORMANCE/WARRANN BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, b Resolution No.95- - 14 adopted JUNE 27, 1995 , (hereinafter designated as the "Prinoipal"), a Contraot fo
e
, has awarded to CASlXUO p YNC.
ALGA ROAD - SOUTH SIDE STREET IMPROVEMENTS BEWEEN MIMOSA DRIVE AND EL CAMINO REAL CONTRACT NO. 3428 CMWO 94-601
in the City of Carlsbad, in strict conformity with the contract, the drawings and specification: and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbec
all of which ere incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms therec require the furnishing of a borld for the faithful performance and warranty of said Contract;
NOWITHEREFORE, WE, CASTELLO, I NC. , , , as Principa (hereinafter designated ast he'Conlractor"), and DEVEI;CIPERS INSURANCE COMPANY
. . as Surety. are held and firmly bound unto the Clty 01 Carlsbac inthesumof
($ 170 -3 23.00 * *). said sum being ,equal to one hundred percent (1OOOh) 01 the estimate1 amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; IC which payment, weil and truly to be made, we bind ourselves, our heirs, executors an4 administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION 13 SUCH thet if the above bounden Contractor, the heirs, executors, administrators, successors or assigns, shall in all things stand to and abide b) and well and truly keep and perform the covenants, conditions, and agreements in the Contrac and any alteration thereof made as therein provided on their part, to be kept and performed a the time and in the manner therein specified, and in all respects according to their true inten
and meaning, and shall indemnify arld save harmless the City of Carlsbad, its officers employees and agents, as therein stipulated, then this obligation shall become null and void
.otherwise it shall remain in full force aod effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefor there shall be included costs and reasonable expenses and fees, including reasonable attorney':
fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs anc included in any judgment rendered,
Surety stipulates and agrees that no change, extension of time, atteration or addition to th4 terms of the Contract, or to the work to be performed'thereuhder or the specification: accompanying the same shall affect its obligations on this bond, and it does hereby waive notict of any change, edeqsion of time, alterations or addition to the terms of the contract or to thc
work or to the specifications.
ONE HUNDRED SEVENTY THOUSAND. THREE HUNDRED TWENTY THREE AND OO/~OO * * * * ,* * IC * * * * Lr * * * * * * * * * * * * * * * * * * *Dollar
0
2/ 1 5/9 ' ,@
m CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
h STATE OF CALIFORNIA )
COUNTYOF San Dieqo )
On 7/ 2 0/9 5 before me, Jo Ann Caswrsen, Notary Public
DATE NAME, TITLE OF OFFICER E G , "JANE DOE, NOTARY PUBLIC
personally appeared, Moe Beheshti
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose narr
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/thc
capacity(ies), and that by hidherltheir signature(s) on the instrument the person(s), or the entity upon behalf o
person(s) acted, executed the instrument
WITNESS my hand and official seal.
(SEAL)
1 OPTIONAL INFORMATION -
TITLE OR TYPE OF DOCUMENT
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
NUMBER OF PAGES
CAPACBTY CLAIM
Though statute does not
fill in the data below, d invaluable to persons rely!
County of SAM DPEGO
before me, JOHN 6- MALQ NEY, NOTARY PURT*IC ,
NAME TITLE OF OFFICER E G "JANE DOE NOTARY PUBLIC"
NAME(S) OF SIGNER(S) TlTLt personally appeared HELEN MALONEY
personally known to me - OR - proved to me OR the basis of satisfactory evidence
to be the person(s) whose name(s) idare
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
SIGNER IS REPR
NAME OF PERSON(S) OR
THIS CERTIFICATE MUST BE ATTACHED TO
THE DOCUMENT DESCRISED AT RIGHT TITLE OR TYPE OF DOCUME
NUMBER OF PAGES DATE OF DOCUMENT
-.I CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT m
STATE OF CALIFORNIA 1
COUNTY OF San Dieqo )
On JUlY 6, 1995 before me, Jo Ann Caspersen, Notary Public
DATE NAME TITLE OF OFFICER E G "JANE DOE NOTARY PUBLIC
personally appeared, Morey Rahimi
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose nar
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/th
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf o
person(s) acted, executed the instrument.
WITNESS my hand and official seal. '
P 7 NOTARY PUBLIC SIGNATURE (SEAL) - OPTIONAL INFORMATION -
TITLE OR TYPE OF DOCUMENT -F, Perf ~ii
DATE OF DOCUMENT NUMBER OF PAGES
SIGNER(S) OTHER THAN NAMED ABOVE
7
4
In the event that Contractor is an individual, it is agreed that the death of any such Contraci
shall not exonerate the Surety from tts obligations under this bond.
Executed by CONTRACTOR this Executed by SUREN this IST d
CONTRACTOR: SURE I Y:
CASTELLO, INC. DEVELOPERS INSURANCE COMPANY (name of Contractor) z here]
0
day of JULY * of.-J.LY-- --_- -,'9-..5
(name of Surety)
17780 FITCH, SUITE 220
IRVINE, CA 92714 (address of Surety)
[telephone number of Surety)
By: L/ ATHA
-qm 3" e+w+.q! (71 4) 263T3300 (print name here) f
n &fJEA4L 74ne4CF.4 BY.
t. HELEN MALONEY
(ly;dnted name of Attorney-in-Fact)
(Attach corporate resolution showing currei power of attorney.)
- __ ^-I----
mDe fi&&+I (print name here)
(Tdle and Organization of signdry)
(Proper notarial aoknowledge of execution by CONTRACTOR and SURETY must be attached
(President or vice-president and secretaly or assistant secretary must sign for corporations, only one Officer signs, the corporation must attach a resolution certified by the secretary (
APPROVED AS TO FORM:
RONALD R. BALL City Attorney
CDRt@ kfdQs' o -
3
W assistant secretary under corporate seal empowering that officer to bmd the corporation ) I
D. RICHARD RUD LF 1 Assistant City Atto ey
By: f
21 1 51s @ a
a
\
c
d POWER OF ATTORNEY OF
INDEMNITY COMPANY OF CALIFORNIA
AND DEVELOPERS INSURANCE COMPANY
P.O. BOX 19725, IRVINE, CA 92713 (714) 263-3300
N!2 2
NOTICE: 1. All power and authority herein granted shall in any event terminale on ;he 31s: day of March, 7995.
2. This Power of Attorney is void if altered or if any portion is erased.
3. This Power of Witorney is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and Yhis notice is in red ink.
4. This Power of Aitorney should not be returned to 'the ARorneyy(s)-In-Fact, but should remain a permanen? part of the obligee's records.
a
KNOW ALL MEN BY THESE PRESENTS, that, except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURAl severally, but not jointly, hereby make, constitute and appoint
***JOHN G. MALONEY, HELEN MALONEY, MICHAEL W. THOMAS, JOINTLY OR SEVERALLY***
the true and lawful Attorney@)-In-Fact, to make, execute, deliver and acknowledge, for and on behalf of each of said corporations as sureties, bonds, undt
suretyship in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2,500,000) in any single undertaking; giving and granting unto sa
power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could dc
said corporations full power of substitution and revocation; and all of the acts of said Attorney@)-In-Fact, pursuant to these presents, are hereby ratified a
The authority and powers conferred by this Power of Attorney do not extend to any of the following bonds, undertakings or contracts of suretyship:
Bank depository bonds, mortgage deficiency bonds, mortgage guarantee bonds, guarantees of installment paper, note guarantee bonds, bonds on f
bonds, insurance company qualifying bonds, self-insurer's bonds, fidelity bonds or bail bonds.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of
COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24, 1986:
RESOLVED, that the Chairman of the Board. the President and any Vice President of the cprporation be, and that each of them hereby is, authorized to ex
qualifying the attorney@) named in the Powers of Attorney to execute, on behalf of the corporation, bonds, undertakings and contracts of suretyship; and that t
tant Secretary of the corporation be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimi Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to
contract of suretyship to which it is attached.
IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to I
tive Presidents and attested by their respective Secretaries this 1st day of April, 1993.
INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY
BY BY Dant F. Vincenti. Jr.
President &$pPOR4> @
*/blFoch*\:\+*
@ qo&:/,
ATTEST 0 f (r 1961 ATTEST A& BY Walter Crowell Walter Crowell
Secretary
BY &!Ad
Secretary
STATE OF CALIFORNIA)
COUNTY OF ORANGE )
) ss.
On July 15, 1994, before me, the undersigned, a Notary Public in and for said State, personally appeared Dante F..Vincenti, Jr. and \i
sonally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Presic
behalf of Indemnity Company of California and as President and Secretary of Developers Insurance Company, the Corporations therein nami
to me that the corporations executed it.
WITNESS my hand and official seal.
COMM. #1023'
Signature
Notary Public
CERTIFICATE
The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Vice President of DEVELOPERS INSURANCE
ify that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore, that the provisions of the res
rds of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, this 1 ST day of JULY ,1995.
DEVELOPERS INSURANCE COMPANY
e
INDEMNITY COMPANY OF CALIFORNIA
&Q;O*?oR.'> @
BY BY Aa Senior L.C. m Vice Fiebiger President (f=& 5 */dlFo,*\:\g (r 1961 &q&L/z$#7 Senior L.C. Vice Fiebiger President
ID-310 REV. 1/95
Insurance Services, Inc.
Clovls, CA 93612 COMPANIES AFFORDING COVERAGE
.................................................................................................................
,cL- A Star Insurance Company A 4 6 ......................................................................................................................
...................................................................................................................
457 Corporate Dr.
Escondido, CA 92029 ...............................
C PO4931 734
HIRED AUTOS
WN956i8693-81
Re: Alga RoadSouth Side Street improvements, Contract #3428 (See Attached CG2010)
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WMB,
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDE
Purchasing Department City of Carlsbad 1200 Carlsbad Village Dr.
Carlsbad, CA 92008
4
POLICY NUMBER: CP04931734 COMMERCIAL GENERAL
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUL 0
ADDITIONAL INSURED - OWNERS, LESSEES
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
Castello, Inc.
Eff. Date: 4/01/95 SCHEDULE
Name of Person or Organization:
The City of Carlsbad, its officials,
employees and volunteers
1200 Carlsbad Village Dr.
Carlsbad, CA 92008
Re: Alga Road-South Side Stre
Improvements, Contract A
0
(If no entry appears above, information required to complete this endorsement will be shown in the Dl
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shoi
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
PRIMARY INSURANCE CLAUSE ... It is agreed that this insurance is primary as respects any insurance
by the certificate holder and that any such insilrznce maintained by the certificate holder is excess an
contributory with this policy, provided the loss is due to the sole negligence of the named insured.
e
CG 20 10 11 85 Copyright, Insurance Services Offices, Inc., 1984
04 Please issue a Permanent Certificate
COVERAGE
NOT AUTO COVERED LIABILITY COVERED H Owned 0 Hired 0 Non-Owned
El Contingent Liability
El la Employer's Non-Ownership
Single Limit Liability for Coverages checked [x] above
GENERAL LIABILITY
M&C - OLT
Contractual * Owners & Contractors
Elevators Products and/or Completed Operations
0 4
Single Limit Liability for Coverages checked [x] above
la CARGO 0
WORKERS' a COMPENSATION * Includes Goods or Products Warranty, Written
COMBINED LIMITS OF LIABILITY
Bodily Injury $ ,000 each F
$ ,000 each a
Property Damage $ ,000 each a
$- ,000 each a
$ ,000 each I:
$ ,000 each c
Property Damage. $ ,000 each c
Bodily Injury
,000 annual i $ product!
,000 annual; $ product!
$ ,000 each c
$ ,000 ;::$,,
$ ,000 each \i
$ ,000 each c
Statutory
Lease of Premises, Easement Agreement, MuniciF
YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY
1984 FOKD PUTBED
OWNED
MOBILES,
IF
COVERED
AUTO- IDENTIFICATION NUMBER
61 3
Umbrella Liability POLICY NUMBER $ ,000 retain(
$ each 01
$ aggreg
.h rl
*
POLICY NUMBER: 6N77 5Q *o COMMERCIAL NJTO
0
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ 1T CAREFU
ADDITIONAL INSURED - OWNERS, LESSEES
CONTRACTORS (FORM B)
This endorsement modifies Insl;*ance provided under the followinj:
COMMERCIAL fWTO LIABILITY COVERAGE PART.
Castelio. Inc. Eff, Date: . 6/01/95 SCHE'DULE
Name of Person or Organization:
The City of Carlsbad, its officials, Re: Alga Road-South Side St
employees and volunteers Improvements, Contract
1200 Carlsbad Village Dr. Carlsbad, CA 92008
0
(If no entry appears above, information requited to complete this endorsement will be shown in the I
as applicable to this endorsemcnt.)
WHO IS AN INSURED (Scztion II) is arnanded to include as an insured the person or atganization shi
Schedule, but only with respect to liability alisirig out of "your work" for that insured by or for you.
PRIMARY INSURANCE CLAUSE ... It is agreed that this insurance is primary as respects any insuranc
by the certificate holder and that any such insuranr.8 maintamed by the certificate holder is excess a
contributory with this policy. provided the loss is due to the sole negligence of the named insured.
*
I
I City of Carlsbad Purchasing Department Represent at i o n an d Certification
The following representation and certification are to be completed, signed and returned with proposal.
REPRESENTATIONS: Mark all applicable blanks. This I am currently certified by: offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the
(Check appropriate Ethnic Ownership Type)
Certification #:
I'
I specific definitions listed below is:
CERTIFICATION OF BUSINESS REPRESE
Mark all applicable blanks. This offeror repre of this offer that:
This firm is , is not 2 minority business.
This firm is , is not K woman-owned business.
I
I
I
I WOMAN-OWNED BUSINESS: A woman-ow a business of which at least 51 percent is ow and operated by a woman or women. Controll exercising the power to make policy decision defined as actually involved in the day-to-day I DEFINITIONS: MINORITY BUSINESS ENTERPRISE: "Minority Business" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the ase of publicly owned businesses, at least 51 percent of 'qhich is owned, operated and controlled by minority group members. 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 origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the US. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan).
The information furnished is certified to be factual and correct as of the date submitted.
I
I I CERTIFICATION:
I 457 Corporate Drive General Manager ' CITY, STATE AND ZIP I TELEPHONE NUMBER DATE
CASTELLO INC. Morey Rahimi
COMPANY NAME NAME
ADDRESS
Escondido, CA 92029 -:
SIGNATURE u
(619) 747-6500 July 12, 1995
I
I
21 I* @
5
I
B
I
I
4
I
1
I.
I
II
I
I
I
1
I
1 OPTIONAL
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad wI
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City'
whose adc
is hereir
called "Contractor" and W
address is hereir
called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agrc
follows:
I.
1. Pursuant to Section 22300 of the Public Contract Code of the State of California
contractor has the option to deposit securities with the Escrow Agent as a substitu
retention earnings required to be withheld by the City pursuant to the Construction Cor
entered into between the City and Contractor for
in the amount of dated (hereinafter referrt
as the "Contract"). Alternatively, on written request of the contractor, the City shall I
payments of the retention earnings directly to the escrow agent. When the Contr
deposits the Securities as a substitute for Contract earnings, the Escrow Agent shall I
the City within 10 days of the deposit. The market value of the securities at the time c
substitution shall be a least equal to the cash amount then required to be withhe
retention under the terms of the contract between the City and Contractor. Securities
be held in the name of the , and shall designa
Contractor as the beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which othe
would be withheld from progress payments pursuant to the Contract provisions, pro
that the Escrow Agent holds securiiies in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the escrow agent, the e:
agent shall hold them for the benefit of the contractor until such time as the escrow crl
under this contract is terminated. The contractor may direct the investment of the payr
into securiiies. All terms and conditions of this agreement and the rights
responsibilities of the parties shall be equally applicable and binding when the City
the escrow agent directly.
The contractor shall be responsible for paying all fees for the expenses incurred I:
Escrow Agent in administering the Escrow Account and all expenses of the City. .
expenses and payment terms shall be determined by the City, Contractor and E
Agent.
I
4.
2
a9 I@
I
I
I
I
1
I
I
1. ....
1
E ....
1
I
1
1
1 ....
io
1
5. The interest earned on the securities or the money market accounts held in escrow a
interest earned on that interest shall be for the sole account of Contractor and sh(
subject to withdrawal by Contractor at any time and from time to time without notice i
city.
6. Contractor shall have the right to withdraw all or any part of the principal in the E:
Account only by written notice to Escrow Agent accompanied by written authorizatior
City to the Escrow Agent that City consents to the withdrawal of the amount sought
withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default b
Contractor. Upon seven days’ written notice to the Escrow Agent from the City (
default, the Escrow Agent shall immediately convert the securiiies to cash and
distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is fina
complete and that the Contractor has complied with all requirements and procec
applicable to the Contract, the Escrow Agent shall release to Contractor all securiiier
interest on deposit less escrow fees and charges of the Escrow Account. The escrom
be closed immediately upon disbursement of all moneys and securities on deposi
payments of fees and charges.
9. The Escrow Agent shall rely on the wriien notifications from the City and the conti
pursuant to Sections (4) to (6), inclusive, of this agreement and the City and Conti
shall hold Escrow Agent harmless from Escrow Agent’s release, conversion
disbursement of the securities and interest as set forth above.
f
1
....
....
....
....
....
....
....
....
....
2, @
I
1 10. The names of the persons who are authorized to give written notices or to receive v
notice on behalf of the City and on behalf of Contractor in connection with the fore!
and exemplars of their respective signatures are as follows:
For City: Title
f
D Name
Signature
Address 0
I
I
I.
I
I
1
1
1
1
1
1
For Contractor: Title
Name l Signature
Address
For Escrow Agent: Tit le 8 Name
Signature
Address
2
49 Ie
I
At the time the Escrow Account is opened, the City and Contractor shall deliver to the E!
Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officc
the date first set forth above.
R f
For City: Title
Name
S ig nat u re
Address
1
1
0
1
For Contractor: Title t Name
Signature
Address I For Escrow Agent: Title
I. Signature I Address
Name
I
8
I
I
1
E
I
2, I. @
RELEASE FORM
I
I
I
I
1
I
I
E
1
R
I
1
I
I
I
0 THIS FORM SHALL BE SUBMITTED PRIOR TO APPROVAL OF MONTHLY PROGl
PAYMENTS.
NAME OF CONTRACTOR: 1 PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
RETENTION AMOUNT FOR THIS PERIOD: $
DISPUTED WORWCIAIMS
DESCRIPTION OF DISPUTED WORK/CIAIM AMOUNT CLAIMED
LOR ESTIMATE)
Contractor further expressly waives and releases any claim Contractor may have, of whz
type or nature, for the period specified which is not shown as disputed work/claim on this
This release and waiver has been made voluntarily by Contractor without any fraud, durc
undue influence by any person or entity. Contractor is referred to paragraph 4 of the F
Works Contract.
Contractor further certifies, warrants, and represents that all bills for labor, materials, and
due Subcontractors for the specified period will be paid according to Public Contract
Section 20104.50 and Business and Professions Code Section 7108.5 and that the p
signing below on behalf of Contractor have express authority to execute this release.
DATED:
1.
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporatior
By:
Title:
By:
Title: a
2, I. @
I
I
I
8
I
SPECIAL PROW SI 0 N S
FOR
ALGA ROAD - SOUTH SIDE STREET IMPROVEMENTS
BETWEEN MIMOSA DRIVE AND EL CAMENO REAL
CONTRACT NO. 3428
CMWD 94-601
1. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
E.
e
1-1 TERMS
To Section 1-1 l add: 8 A. Reference to Drawings:
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar impo
used, it shall be understood that reference is made to the plans accompanying these provis
unless stated otherwise. I B. Directions:
8. Where words "directed," "designated," "selected," or words of similar import are used, it sh
understood that the direction, designation or selection of the Engineer is intended, unless s
otherwise. The word "required" and words of similar import shall be understood to mea
required to properly complete the work as required and as approved by the Engineer," u
stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar impo
used, it shall be understood such words are followed by the expression "in the opinion (
Engineer," unless otherwise stated. Where the words "approved," "approval," "acceptanc
words of similar import are used, it shall be understood that the approval, acceptance, or s
import of the Engineer is intended.
1
I
a
D D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expense,
perform all operations, labor, tools and equipment, and further, including the furnishing
installing of materials that are indicated, specified or required to mean that the Contract
her/his expense, shall furnish and install the work, complete in place and ready to use, incli
furnishing of necessary labor, materials, tools, equipment, and transportation.
m
a
1
21 @
8.
I
39
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer - the City Engineer for the City of Carlsbad.
Own Organization -When used in Section 2-3.1 - Employees of the Contractor who are hired,
directed, supervised and paid by the Contractor to accomplish the completion of the Work.
Further, such employees have their employment taxes, State disability insurance payments,
State and Federal income taxes paid and administered, as applicable, by the Contractor. When
used in Section 2-3.1 - Construction equipment that the Contractor owns or leases and uses to
accomplish the Work. Equipment that is owner operated is not part of the Contractor’s Own
Organization and will not be included for the purpose of compliance with section 2-3.1 of these
contract documents.
Owner Operator - Any person who operates equipment or tools used in completing the Work
who is employed by neither the Contractor nor a subcontractor and is neither an agent or
employee of the Agency or a pub~lic utility.
SECTION 2 - SCOPE AND CONTROL OF THE WORK: Modify Section 2 of SSPWC as follows:
2-3.1 General, eighth paragraph
Except as specified in this section the Contractor shall perform, with its own organization,
Contract Work amounting to at least 50 percent of the Contract price. Within the meaning of
this section, Contract Work shall iriclude all of the elements used to complete the construction
of discrete portions of the Work. A discrete portion of the Work is a single bid item and all of
the costs associated with the labor, equipment, and materials used to construct or install the bid
item. The individual components of labor, equipment, or materials that are used to construct
or install a bid item are not severable. For determining the percentage of Work performed, the
value of a bid item shall be the contract unit price extended by the quantity of units completed.
The performance of the actual labor involved in the installation or construction of an item is the
principal indicator of what force the Work is performed by. As an example, the individual cost
of a material cannot be separated from the cost of the labor necessary to construct or install the
material when computing the percentage of Contract Work performed by the Contractor’s own
forces.
Add the following:
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 of the
subcontract shall include all labor, materials, and equipment required to complete the
subcontracted bid item or portion of the item designated. Where only a portion of a bid item
is subcontracted, the Bidder shall stipulate in the bid documents what portion of the Work
required to complete the bid item is to be performed by subcontract and what portion the Bidder
proposes to perform. The value of material incorporated in any subcontracted bid item that is
2/15/95
@
supplied by the Contractor shall not be included as any part of the portion of the Work thi
Contractor is required to perform with its own forces.
I
It
I
I
8
1
I
I
I
I
D
1
1
I
II
2-4 CONTRACTBONDS
Delete the second sentence of the first paragraph having to do with a surety being listed i
latest revision of U.S. Department of Treasury Circular 570.
Modify Paragraph 3 as follows:
Contractor shall provide two good and sufficient surety bonds. The "Payment Bond" (Ms
and Labor Bond) shall be for not less than 50 percent of the Contract Price to satisfy claii
material suppliers and of mechanics and laborers employed by contractor on the projec
I
It Add the following:
The Payment Bond and the Performance Bond shall be kept in full force and effect b
Contractor during the course of this project. Both bonds shall extend in full force and effec
be retained by the Agency for a period of one (1) year from the date of formal acceptan
the project by the Agency.
All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide of at
A-:V and are authorized to conduct business in the State of California and are listed in the o
publication of the Department of Insurance of the State of California.
2-5 PLANS AND SPECIFICATIONS '* To Section 2-5.1, General, add:
The specifications for the Work include these special provisions and appendices 1 and 2 hc
the Standards for Desiqn and Construction of Public Works Improvements in the C
Carlsbad, April 20, 1993; the Carlsbad Municipal Water District's Procedural Guide - GE
Design Requirements and Standards and Specificationsfor Construction of Public Potable \
Facilities, October 1, 1993; the Carlsbad Municipal Water District's Carlsbad Reclamation I
& Requlations for Construction of Reclaimed Water Mains, October 5, 1993; Carlsbad Mun
Water District's Carlsbad Standard Sewer System Design Criteria and Standard Drawing:
Specifications, May 11 , 1993; the Standard Specifications for Public Works Constru
(SSPWC), 1994 Edition, as issued by the Southern California Chapter of the American F
Works Association and as amended by these Special Provisions; Caltrans Standard Specific
July 1992 as modified in these Special Provisions, for traffic control plans, signing and st1
plans, and rip-rap (rock slope protection).
The Construction Plans consist of seven (7) sheet(s) designated as City of Carlsbad Drz
No. 339-4. The standard drawings utilized for this project are contained in the May 1992 el
of the San Diego Area Regional Standard Drawinqs, hereinafter designated SDRSI
published by the San Diego County Department of Public Works, together with the C
Carlsbad Supplemental Standard Drawings and Caltrans Standard Plans (1 992). Copi
some of the pertinent standard drawings are enclosed with these documents.
2,
a9 f
41
To Section 2-5.3, Shop Drawings, add:
Where installation of Work is required in accordance with the product manufacturer's direction,
the Contractor shall obtain and distribute the necessary copies of such instruction, including two
(2) copies to the Engineer.
The additional Drawings and instruction thus supplied will become a part of the Contract
Documents. The Contractor shall carry out the Work in accordance with the additional detail
Drawings and instructions.
When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's
certification that he has reviewed, checked, and approved the Shop Drawings and that they are
in conformance with the requirements of the Contract Documents. The following Contractor's
certification shall appear on all submittals:
"It is hereby certified that the (equipment, material) shown and marked in this submittal
is that proposed to be incorporated into the Project, is in compliance with the Contract
Documents, can be installed in the allocated spaces, and is submitted for approval.
Certified by: Date: II
The following procedures will apply to Shop Drawing submittals:
a. All Shop Drawings or subrrlittals shall be complete, certified by the Contractor, and shall
contain all required information in detail. The Contractor shall make all necessary
corrections to the submittals required by the Engineer.
b. When approved by the Engineer, each copy of the submittals will be stamped approved,
signed, and dated by the Ekgineer.
c. Three (3) sets of said appr'oved Drawings will be returned to the Contractor.
d. The approval of the Drawings shall not be construed as a complete check, but will
indicate only that the general method of construction and detailing is satisfactory.
e. Upon the Contractor's receipt of approved Shop Drawings, he shall furnish to the
Engineer instruction and maintenance manuals and parts lists of all major equipment
furnished. Data in these manuals shall cover completely all items as specified and as
supplied.
To Section 2-5, add:
2-5.4 Record Drawinqs:
The Contractor shall provide and keep up-to-date, a complete "as-built" record set of transparent
sepias, which shall be corrected daily and show every change from the original drawings and
specifications and the exact "as-buitt" locations, sizes, and kinds of equipment, underground
piping, valves, and all other Work not visible at surface grade. Prints for this purpose may be
obtained from the City at cost. This set of drawings shall be kept on the job and shall be used
only as a record set and shall be delivered to the Engineer upon completion of the Work.
211 5/95 63
1
I
R
E
I
I
8
I
i
I
1
I
1
I
#
2-6 WORK TO BE DONE
To Section 2-6 add:
Materials, supplies, or equipment to be incorporated into the Work shall not be purchasc
the Contractor or the Subcontractor subject to a chattel mortgage or under a conditional
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 materia
manufactured articles, or shall do Work for which no detailed specifications are set fortt
materials or manufactured articles shall be of the best grade in quality and workmai
obtainable in the market from firms of established good reputation, or, if not ordinarily cs
in stock, shall conform to the usual standards for first class materials or articles of the
required, with due consideration of the use to which they are to be put. In general, the ’
performed shall be in full conformity and harmony with the intent to secure the best star
of construction and equipment of the Work as a whole or in part. All equipment, materials
supplies to be incorporated in the Work shall be new, unless otherwise specified.
2-9 SURVEYING 1 Modify Section 2-9 as follows:
The Contractor shall hire and pay for the services of a land surveyor licensed in the Sts
California, hereinafter surveyor, to perform all Work necessary for establishing co
construction staking, and records research, as directed by the Engineer.
Two (2) sets of grade sheets shall be provided to the Engineer prior to Work commenci
a given area. One (1) set of field notes for all surveying required herein shall be provided I
Engineer within ten (IO) 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 unless a I
1.
II interval is specified herein.
Rough sub-grade stakes on slopes shall be set at top of cut, toe of fill, or slope catch poin
crown line where no median exists. Slopes over 15’ in height shall have a line point set 1
in construction of the slope.
Rough sub-grade stakes for roadway section shall be set at top of curb or at edge of pave
where no curb is to be constructed.
Finish sub-grade stakes for sub-base for the roadway section shall be set at top of curb
edge of pavement where no curb is to be constructed.
Finish sub-grade stakes for the aggregate base for the roadway section shall be at 2!
intervals at edge of pavement or top of curb and crown line. Intermediate stakes between
of pavement and top of curb shall be set at 15-foot intervals by either the surveyor or Contri
21 @ f
4J
Storm drain staking shall be done i3t 25-foot intervals. Catch basins shall be staked at centerline
and each end of the local depression.
Curb and gutter shall be staked at 25-foot intervals, at centerline of driveways, and at 1/4, 1/2,
3/4 delta points on returns.
Fills to finish grade at 25-fOOt intervals by the paving pass width shall be painted on the
pavement prior to the first and last lift of asphalt on variable thickness pavement overlays
requiring leveling courses. Paving pass width shall be as approved by the Engineer.
To Section 2-9.2, Lot Stakes, add:
The locations of property line and survey markers within the limits of the Work discovered during
the preparation of these plans and specifications are noted on the plans for the Contractor’s
convenience. Said notation of the property line and survey marker locations is not intended to
be a complete listing of all such items to be protected within the limits of Work and the
Contractor is not relieved of the responsibilities as required in this section.
r
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
The Engineer shall have free access to any or all parts of Work at any time. Contractor shall
furnish Engineer with such information as may be necessary to keep her/him fully informed
regarding progress and manner of Work and character of materials. Inspection of Work shall
not relieve Contractor from any obligation to futfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testing materials
and/or workmanship where the results of such tests meet or exceed the requirements indicated
in the Standard Specifications and1 the Special Provisions. The cost 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 be approved
by him before the delivery is started. All materials proposed for use may be inspected or tested
at any time during their preparaticn and use. If, after trial, it is found that sources of supply
which have been approved do not furnish a uniform product, or if the product from any source
proves unacceptable at any time, the Contractor shall furnish approved material from other
approved sources. After improper storage, handling or any other reason shall be rejected.
All backfill and subgrade shall be compacted in accordance with the notes on the plans and the
SSPWC. Compaction tests may be made by the Agency and all costs for tests that meet or
exceed the requirements of the specifications shall be borne by the Agency.
Said tests may be made at any place along the Work as deemed necessary by the Engineer.
The costs of any retests made necessary by noncompliance with the specifications shall be
borne by the Contractor.
2/15/95
@
I
I
1
I
It
I
1
I
1
I
i
1
I
R
1
Add the following section: e 4-7.7 Nonconforming Work
The contractor shall remove and replace any Work not conforming to the plans or specificz
upon written order by the Engineer. Any cost caused by reason of this nonconforming
shall be borne by the Contractor. I 5-1 LOCATION
Add the following:
The Agency and affected utility companies have, by a search of known records, endeavoi
locate and indicate on the Plans, all utilities which exist within the limits of the Work. Hov
the accuracy of completeness of the utilities indicated on the Plans is not guaranteed.
Contractor shall not@ the following agencies forty-eight (48) hours prior to construction:
San Diego Gas & Electric (619) 438
Pacific Bell (619) 489
Daniel’s Cablevision (619) 438
Carlsbad Municipal Water District (619) 438
Underground Service Alert (1 -800) 422
5-4 RELOCATION
Add the following:
The temporary or permanent relocation or alteration of utilities, including service conne
desired by the Contractor for the Contractor’s own convenience shall be the Contractor’:
responsibility. The Contractor shall make all arrangements regarding such Work at no ci
the Agency. If delays occur due to utilities relocations which were not shown on the Drav
it will be solely the Agency‘s option to extend the completion date.
In order to minimize delays to the Contractor caused by the failure of other parties to re1
utilities which interfere with the construction, the Contractor, upon request to the Agency
be permitted to temporarily omit the portion of Work affected by the utility. The portior
omitted shall be constructed by the Contractor immediately following the relocation of the
involved unless otherwise directed by the Agency.
The Contractor shall coordinate their Work with San Diego Gas and Electric Company, F
Bell, Carlsbad Municipal Water District, Daniel’s Cablevision, and other affected utilities. All
for coordination shall be included in the bid price for unclassified excavation and no addi
payment will be made thereof.
’@
I
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be prepared by the Contractor and submitted for the Engii
review and approval, The construction schedule shall meet the following criteria:
2,
63 f
45
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 (CPM)
project schedule in a form approved by the Engineer. This schedule is subject
to the review and approval of the Engineer.
2. The schedule shall shovv a complete sequence of construction activities,
identifying Work for the complete project in addition to Work requiring separate
stages, 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.
3. 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 identifying changes since
the previous version of the schedule.
4. The schedule shall indicate estimated percentage of completion for each item of
Work at each and every submission.
5. The failure of the prime contractor to submit, maintain, or revise the
aforementioned schedule ~(s) shall enable Engineer, at his/her 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.
No changes shall be made to the construction schedule without the prior written approval of the
Engineer. Any progress payments made after the scheduled completion date shall not
constitute a waiver of this paragraph or any damages.
The Contractor shall coordinate with the respective utility companies for removal or relocation
of conflicting utilities. This coordin'ation shall be a requirement prior to commencement of Work
by the Contractor.
The Contractor shall cooperate with all utility companies during the relocation or reconstruction
of their facilities. The Contractor may be granted a time extension, if in the opinion of the
Engineer, a delay is caused by the! utility company. No additional compensation will be made
to the Contractor for any delays criused by utility companies.
6-7 TIME OF COMPLETION
To Section 6.7.1, General, add:
The Contractor shall begin Work within fifteen (15) calendar days after receipt of the "Notice to
Proceed" and shall diligently prosecute the Work to completion within forty (40) working days
after the date of the Notice to Proceed.
2/15/95
@
1
I
1
1
It
I
I
To Section 6-7.2, Working Day, add:
Hours of Work - All Work shall normally be performed between the hours of 7:OO am
4:OO p.m., Mondays through Fridays. The contractor shall obtain the approval of the Ens
if helshe desires to Work outside the hours state herein.
Contractor may Work during Saturdays and holidays only with the written permission (
Engineer. This wriien permission must be obtained at least 48 hours prior to such Work
Contractor shall pay the inspection costs of such Work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All Work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" an
faulty Work or materials discovered during the guarantee period shall be repaired or rep
by the Contractor, at his expense. Twenty-five percent of the faithful performance bond
be retained as a warranty bond for the one year warranty period.
@
1
I
6-9 LIQUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assessed the sum of $500 per d
each day beyond the completion date as liquidated damages for the delay. Any pro
payments made after the specified completion date shall not constitute a waiver o
paragraph or of any damages. i@
I Add the following:
7-3 LIABILITY INSURANCE
All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide
least A-:V and are authorized to conduct business in the state of California and are listed
official publication of the Department of Insurance of the State of California.
I
I
i
I
I
1 7-4 WORKERS' COMPENSATION INSURANCE
Add the following:
All insurance is to be placed with insurers that are authorized to conduct business in the
of California and are listed in the official publication of the Department of Insurance of the
of California, Policies issued by the State Compensation Fund meet the requireme
workers' compensation insurance. u 7-7 COOPERATION AND COLLATERAL WORK, Add:
SDG&E, Pacific Telephone Company, Carlsbad Municipal Water District, and others \F
installing, relocating, repairing and maintaining their respective facilities and the Contract0
cooperate in coordinating and allowing access to the Work site.
2
@ f
4/
The Contractor shall cooperate with these organizations and their respective personnel and
Contractors. The Contractor shall coordinate its Work and operations so as to minimize
interference and shall allow access through the Work site to adjacent areas.
No claims for additional compensation will be allowed for this cooperative and collateral Work
or any delays resulting therefrom.
The Contractor’s representative shall attend bi-weekly construction coordination meetings at
such times and locations as the Engineer shall direct. No separate payment for these meetings
will be made.
7-8 PROJECT AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends and other non-working days at
the Engineer’s request.
To Section 7-8.5 Temporary Light, Power and Water, add:
The Contractor shall obtain a conslruction meter for water utilized during construction under this
contract. The Contractor shall contact the appropriate water agency for requirements. The
Contractor shall include the cost of water and meter rental within the appropriate items of the
proposal. No separate payment vvill be made.
To Section 7-8.7, Drainage Contrcll, add:
No additional compensation will be allowed for any such measures and any clean up necessary
as a result of the failure of such measures.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mufflers in good
repair when in use on the project with special attention to City Noise Control Ordinance No.
31 09, Carlsbad Municipal Code, Chapter 8.48.
7
.
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
Modify second sentence of second paragraph as follows:
When a portion of a sprinkler system within the right-of-way must be removed, the balance of
the system shall remain operational. Existing facilities may be salvaged and reused with the
Engineer’s approval.
2/15/95
@
7-10 PUBLIC CONVENIENCE AND SAFETY
1
I 7-1 0.3 Street Closures, Detours, Barricades
Add the following prior to the first paragraph:
The Contractor shall conduct a prephase site construction meeting with the Engineer.
prephase site construction meeting shall be set up to the satisfaction and subject ti
approval of the Engineer and conducted by the Contractor prior to the beginning of Woi
on each major Work phase. These meetings are intended to help improve the qual
construction, personnel safety on the project site, and safety of the traveling public. 1
meetings shall include all subcontractors connected with the particular phase.
At each meeting, the Contractor shall indicate its current schedule for the phase, di!
maintenance of traffic, traffic control, project site personnel safety, compliance with the
and specifications including quality construction, and all other pertinent subjects. The nu
of prephase site construction meetings will be determined at the preconstruction confer
No additional payment will be made for these meetings.
Add the following prior to the last paragraph:
Traffic controls shall be in accordance with the plans, Chapter 5 of the California Deparl
of Transportation "Traffic Manual", and these Special Provisions. In the event that the Conti
fails to install barricades or such other warning devices as may be required by the Enginee
City may, at its sole option, install the warning devices and charge the Conti
$20/d ay/wa rn i ng device.
If the Contractor proposes traffic controls different than the plans, Traffic Control Plans I
shall be submitted to the City for approval. All TCP's shall be furnished, installed, and rem
for the lump sum price for temporary traffic control.
Add the following:
7-1 0.3.1 Maintaining T'raff ic
Attention is directed to Sections 7-1 0 SSPWC "Public Convenience and Safety". Nothi
these Special Provisions shall be construed as relieving the Contractor from his respon5
as provided in said Section 7-10.
If illuminated traffic cones rather than post-type delineators are used during the hoi
darkness, they shall be affixed or covered with reflective cone sleeves as specified in Ca
Standard Specifications, except the sleeves shall be seven inches (7") long.
Lane closures shall conform to the provisions in Section 7-10.3.2 entitled "Traffic Control SI
for Lane Closure."
Personal vehicles of the Contractor's employees shall not be parked on the traveled
including any section closed to public traffic.
I.
R
1
I
1
1
I
i
i
1
I
I
I
I
1.
I
21 @ f
43
All construction traffic control devices shall be maintained in good order and according to the
plan throughout the duration of Work.
7-10.3.2 Traffic Control Svstem for Lane Closure
A traffic control system shall consist of closing traffic lanes in accordance with the details shown
on the plans, Caltrans Manual of Traffic Control (1990) and provisions under "Maintaining Traffic"
or elsewhere in these Special Provisions.
The provisions in this section will not relieve the Contractor from his responsibility to provide
such additional devices or take such measures as may be necessary to maintain public safety.
During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle Code,
portable signs shown on the planis to be illuminated shall be, at the option of the Contractor,
either illuminated signs in conformance with the provisions in Section 12-3.068, "Portable Signs,"
of the Caltrans Standard Specifications; or Reflexite vinyl microprism reflective sheeting signs;
or 3M high intensity reflectorized sheeting on aluminum substrate signs of Seibulite Brand
Ultralite Grade Series, encapsulated lens retroflective sheeting signs; or equal.
If any component in the traffic coritrol system is displaced, or ceases to operate or function as
specified, from any cause during the progress of the Work, the Contractor shall immediately
repair said component to its original condition or replace said component and shall restore the
component to its original location
When lane closures are made for Work periods only at the end of each Work period, all
components of the traffic control system, except portable delineators placed along open
trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and
shoulder. If the Contractor so elects, said components may be stored at selected central
locations, approved by the Engineer, within the limits of the right-of-way. Components so
stored shall be covered or otherwise have the message face obscured. They shall be secured
in such a fashion as to prevent theim from being moved or uncovered by unauthorized persons.
The contract lump sum price paid for "traffic control" shall include full compensation for
furnishing all labor (including flagging costs), materials (including signs), tools, equipment and
incidentals, and for doing all the Work involved in placing, removing, storing, maintaining,
moving to new locations, replacing, and disposing of the components of the traffic control
system as shown on the plans, and as specified in these Special Provisions, and as directed by
the Engineer. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic
Control." Progress payment for "traffic control" will be based on the percentage of the
improvement Work completed.
The Contractor may choose to modify or supplement the traffic control plan shown on sheet 7
of drawing 339-4 of the contract documents or substitute traffic control schemes of its own
design. Such substitution shall be prepared in type and kind as sheet 7 of drawing 339-4. The
level of detail, format, and graphics shall be of quality and size no less than shown on sheet 7
of drawing 339-4. All expenses and time to prepare and review such modifications,
supplements, and/or new designs shall be borne by the Contractor and no additional payment
will be made therefor. Such modifications, supplements and/or new design shall meet the
requirements of the, "MANUAL OF: TRAFFIC CONTROLS", 1990 Edition as published by the
State of California Department of lransportation and the Engineer. The Engineer shall be the
2/ 1 5/95
@
I
I
1
1
I
8
I
I
1
It
1
I
I
sole judge of the suitability of any such modifications, supplements, and/or new designs.
modifications, supplements, and/or new design shall not be implemented until approved t
Engineer. The preparation of such modifications, supplements, and/or new designs sha
presuppose their approval or obligate the Agency in any fashion. Submittal and r(
requirements for such modifications, supplements, and/or new designs shall conform t
requirements of section 2-5.3 Shop Drawings and Submittals of the Standard Specificatic
Public Works Construction, 1994 edition.
7-10.3.3 Traffic Control for Traffic Striping
During traffic striping operations, traffic shall be controlled with lane closures, as providc
under "Traffic Control System For Lane Closure" of these special provisions, or by use
alternate traffic control plan proposed by the Contractor and approved by the Engineer.
Contractor shall not start traffic striping operations using an alternate plan until he has subr
his plan to the Engineer and has received the Engineer's written approval of said plan.
Full compensation for providing traffic control for applying traffic stripes and pavement ma
with bituminous adhesive shall be considered as included in the contract lump sum price
for temporary traffic control system and no separate payment will be made therefor.
7-1 0.3.4 Temporaw Pavement Delineation
Temporary pavement delineation shall be furnished, placed, maintained, and removi
accordance with the minimum standards specified in Chapter 5 of the Traffic Manual pub1
by Caltrans.
General. Whenever the Work causes obliteration of pavement delineation, tempora
permanent pavement delineation shall be in place prior to opening the traveled way to I
traffic. Lane line or centerline pavement delineation shall be provided at all times for trz
ways open to public traffic.
All Work necessary, including any required lines or marks, to establish the alignmc
temporary pavement delineation shall be performed by the Contractor. When temr
pavement delineation is required to be removed, all lines and marks used to establis
alignment of the temporary pavement delineation shall be removed by sandblasting.
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and
material. Temporary pavement delineation shall not be applied over existing paw
delineation or other temporary pavement delineation. Temporary pavement delineation st
maintained until superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engine€
temporary pavement delineation conflicts with the permanent pavement delineation or 1
new traffic pattern for the area and is no longer required for the direction of public traffic. '
temporary pavement delineation is required to be removed, all lines and markers us
establish the alignment of the temporary pavement delineation shall be removed.
Payment for Temporary Pavement Delineation shall be included in signage and striping.
Add the following to Section 7-1 0.4, Public Safety:
R
1
#e
i
I
2
@ f
51
7-10.4.4 Safetv and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safety of employees on the work and
shall comply with all applicable provisions of Federal, State, and Municipal safety laws and
building codes to prevent accidents or injury to persons on, about, or adjacent to the premises
where the work is being performed. He/she shall erect and properly maintain at all times, as
required by the conditions and progress of the work, all necessary safeguards for the protection
of workers and public, and shall use danger signs warning against hazards created by such
features of construction as protruding nails, hoists, well holes, and falling materials.
7-13 LAWS TO BE OBSERVED
Add the following:
Carlsbad Municipal Code ordinances which affect this work include Chapter 11.06. Excavation
and Grading.
If this notice specifies locations or possible materials such as borrow pits or gravel beds for use
in the proposed construction project, which would be subject to Section 1601 or Section 1603
of the Fish and Game Code, such conditions or modifications established pursuant to Section
1601 of the Fish and Game Code shall become conditions of the contract.
8 FACILITIES FOR AGENCY PERSONNEL
Delete this section.
2/15/95
&)
II. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
FOR CONSTRUCTION MATERIALS
1
i
I
1
I
I
I
I
I
i
200-2 UNTREATED BASE MATERIAL
200-2.1 General. Modify as follows:
Untreated base material shall conform to Section 26-1.02 of the Caltrans Specification
Class 2 aggregate base.
I.
I 201-1 PORTLAND CEMENT CONCRETE
201 -1 General. Moddy as follows:
Modify Section 201-1.2.4, Admixtures as follows:
(b) A i r-entrain ha Ad mixtures
Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is allowed. TI
content of freshly mixed concrete will be determined California Test Method No. 504."
201-1.4 Job Site Mixing.
To Section 201-1.4.1 , General, add:
Job site mixing will not be permitted except as followed pursuant to Subsection 201 -1.4 (
SSPWC or as otherwise authorized by the Engineer.
Modify Section 201 -1.4.3, Transit Mixers, as follows:
Add after listing of information for weighmaster's certificate: "Transit mixed concrete mi
certified by mix design number, provided a copy of the mix proportions is kept on file E
plant location for a period of 4 years after the use of the mix."
201 -3 Expansion Joint Filler and Joint Sealants. Delete Section 201-3.3, Polystyrene Joint I
in its entirety.
203-6 and 400-4 ASPHALT CONCRETE
To Section 203-6.1 and 400-4.1, General, add:
Asphalt concrete shall be class C2-AR 4000 for surface course, and B-AR 4000 for base cc
Asphatt concrete dikes shall be D2-AR-2000.
Moddy Section 203-6.6.1 I Batch Plant Method, as follows:
Third paragraph, delete "and from the Engineer's field laboratory."
Last paragraph, add after D 2172: "method A or B."
1.
1
1
I
I
21 @ f
8
53
To Section 203-6.8, Miscellaneous Requirements, add:
Open graded asphalt concrete siored in excess of 2 hours, and any other asphalt concrete
stored in excess of 18 hours, shall not be used in the Work.
To Section 400-4.2.4, Fine Aggre<gate, add:
The total amount of material passing the No. 200 sieve shall be determined by washing the
material through the sieve with waler. No less than 1/2 of the material passing the No. 200 sieve
by washing shall pass the No. 200 sieve by dry sieving.
Fine aggregate shall be tested for soundness in accordance with ASTM D-1073, and shall not
exceed fifteen percent (15%) loss by weight.
Modify Section 400-4.3, Combined Aggregates, as follows:
First paragraph, add: "ASTM D2419 Test Method may be alternated for Test Method No. Calif.
217."
SECTION 206 - MISCELLANEOUS METAL ITEMS
Add the following:
206-7 REFLECTIVE SHEETING (ALUMINUM SIGNS
206-7.1 General. Materials, legend, proportion, size and fabrication of all signs used for the
direction, warning and regulation of vehicle (including bicycle) and pedestrian traffic shall
conform to the requirements of the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS,
October 1993", sheets one through five that accompany "SPECIFICATIONS FOR REFLECTIVE
SHEETING SIGNS, October 1993" of dimensions and details, dated April 1987 and ,"OPAQUE
COLOR CHART", dated February 11980, all published by the State of California, Department of
Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks
Drive, Sacramento, CA 9581 9 and as modified herein. Where the "SPECIFICATIONS FOR
REFLECTIVE SHEETING SIGNS, October 1993" require the contractor or supplier to notify the
Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a
quality control program or to allow testing, approval, observation of manufacturing or assembly
operations by the State of California, Department of Transportation and/or its employees or
officials, such rights shall be vested in the Engineer.
206-7.2 Sign Identification. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING
SIGNS, October 1993" as follows. Sign identification shall be as per "SPECIFICATIONS FOR
REFLECTIVE SHEETING SIGNS, Clctober 1993", except that the notation shall be "PROPERTY
OF THE CITY OF CARLSBAD".
206-7.3 Drawings. Modity the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS,
October 1993" as follows. Standard signs shall be as per the most recently approved
"APPROVED SIGN SPECIF1CATIC)N SHEETS" of the State of California, Department of
Transportation. The date of approval shall be the date most closely preceding the date of
manufacturer of the sign@) or the date of the "Notice to Proceed" of this contract whichever is
the most recent.
2/15/95
@
206-7.4 Reflective Sheeting, Modify the "SPECIFICATIONS FOR REFLECTIVE SHEE
SIGNS, October 1993" as follows. All warning signs and all regulatory signs, excepting
those hereinafter listed, shall be fabricated with type Ill encapsulated lens sheeting confoi
to the requirements of this specification. All other signs included in this section and listed t
shall be fabricated with type II encapsulated lens sheeting conforming to the requiremei
this specification. Regulatory signs which shall be fabricated with type II encapsulatec
sheeting are: R5, R24 through and including R32B, R47 through and including RR53C,
through and including R62D, R74 through and including R96C and R99 through and inch
1
I
t
1
1
1
I
I
0
I R105A.
206-7.5 Substrate. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SI
October 1993", as follows. All signs used for the direction, warning and regulation of vf
(including bicycle) and pedestrian traffic shall use aluminum substrate.
206-7.6 Sign Post Materials. Sign posts shall be 12-gaugeI 1-3/4 inch square perfoi
galvanized structural steel tubing as shown in the "Break-Away Post Installation" exhibit b
herein in Appendix 2: Standard Drawings.
209 - ELECTRICAL COMPONENTS: Delete Section 209 of SSPWC and replace as foll
209 General. Electrical components shall be in conformance with the Standards for Desigi
Construction of Public Works Improvements in the City of Carlsbad, April 20, 1993.
210 - PAINT AND PROTECTIVE COATINGS: Modify as follows:
21 0-1.6 Paint for Traffic Stripina, Pavement Markina and Curb Markinq.
To Section 21 0-1.6.1 , General, add:
Paint for traffic striping shall be rapid dry water borne in accordance with State Specificatio
10
II 801 0-91 D-30.
212 - LANDSCAPE AND IRRIGATION MATERIALS
Section 21 2-1 Landscape Materials
212-1.4.2 Trees. Add the following:
Root control barriers shall be fabricated from a high density and high impact plastic su
polyvinyl chloride, ABS or polyethylene and have minimum thickness of 0.06 inches. The F
shall have 1/2 - 3/4 inch high raised vertical ribs on the inner surface spaced not more the
inches apart.
I
1
I
1
I
1
i
2,
@ f
55
111. WPPLEMENTAL PROVISIONS
TO STANDARD SPECIFIICATIONS FOR PUBLIC WORKS CONSTRUCTION
FOR CONSTRUCTION METHODS
300 EARTHWORK
300-1.1 Clearinq and Grubbina, General, add the following:
Clearing and grubbing shall also include the removal and disposal of existing AC pavement,
concrete cross gutter, curb and gutter, sidewalk, storm drain inlets, storm drain pipe, fence, and
salvaging of existing traffic signs, signals, street lights, fire hydrants, and other existing features,
all as shown in the plans.
300-1.3.2 Requirements. Modrfy ![a) Bituminous Pavement as follows:
Where only the surface of existing bituminous pavement is to be removed, the method of
removal shall be approved by the Engineer, and a minimum laying depth of two inches of new
pavement material shall be provided at the join line.
300-2 Unclassified Excavation. Add the following:
Unclassified excavation shall include compaction of the top one foot of subgrade in the 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, and no
additional compensation will be allowed therefore.
301-1 SUBGRADE PREPARATION
General. Modify Section 301-1 to include the applicable portions of the Regional Supplement
Amendments, relating thereto.
Recompaction of subgrade to a twelve inch depth is an integral part of the roadway section
(structural section and typical section) for the entire roadway except in area to receive A.C.
overlays. Payment for subgrade preparation shall be included in the contract bid price for
Unclassified Excavation and shall include all operations and equipment to compact or
recompact all subgrade, either in cut areas or in fill areas, to 95% relative compaction and no
further compensation will be allowed.
302-5 ASPHALT CONCRETE PAVEMENT
302-5.2.3 Removal and disposal of material. Add the following:
At the Contractor’s option, material removed by the milling operation may be salvaged and if
it meets the requirements of Section 200-2.1 of these supplemental provisions and, with the
Engineer’s approval, be used with the new Class I1 Aggregate Base material. There shall be no
additional payment for this operation.
2/15/95
@
302-5.5 Distribution and Spreading. Modify as follows:
After second sentence of sixth paragraph, add: The spreading and finishing machine us1
construct the asphalt concrete surface source shall be equipped with an automatic sc
control for surface course paving. The automatic screed control shall be 30 feet mini
length. The paving machine shall be operated by an operator and two full-time screed
during all paving.
The surface course shall be 2 inches thick. Leveling courses shall be installed in a vai
thickness pavement section as directed by the Engineer. Tack coat will be required bet
the interface of existing pavement and new pavement and when new pavement, in the OF
of the Engineer, is dirty enough to preclude bonding between successive lifts of asphalt.
302-5.6.1 Rolling General. Modify as follows:
Second paragraph, Part (2), add:
Pinched joint rolling procedures shall be required, vibratory rollers shall be limited to breakc
unless otherwise directed by the Engineer.
After last paragraph, add: "Unless directed otherwise by the Engineer, the initial breakc
rolling shall be followed by a pneumatic-tired roller as described in this Section."
I
8
t
I
1
I
I
0
i
1 ACCESS RAMPS, AND DRIVEWAYS
303-5CONCRETE CURBS, WALKS, GUllERS, CROSS GUlTERS, ALLEY INTERSECTll
303-5.5.5 Allev Intersections, Access Ramps, and Driveways. Mod@ as follows:
Finishing of access ramps (including pedestrian ramps) shall be as indicated on refei
drawings. Special finishing tools are required for the perimeter scoring. Contractor shall
possession of such tools prior to work starting.
303-5.9 Measurement and Pavment. Add the following:
Curb and gutter and curb shall be considered as continuing across driveways and a(
ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be pa
across the length of inlets, local depressions, or when they are part of a cross-gutter.
306 UNDERGROUND CONDUIT CONSTRUCTION
General. Modify Section 306 as follows:
le
I
t
i
1
i
I
1
I
306-1 OPEN TRENCH OPERATIONS
306-1.3.1 General. Add the following:
All RCP storm drain pipe shall have a minimum cover of two feet below finish grade u
otherwise shown on the plans.
a f @
57
306-1.3.4 Compaction Reauireme&. Delete Section 306-1.3.4 and replace with the following:
Trench backfill shall be densified to a minimum of 90 percent relative compaction, unless the
trench extends into the street structural section where the backfill shall be densified to a
minimum of 95% relative compac:tion.
307-1 STREET LIGHTING AND 'TRAFFIC SIGNALS - Moddy as follows:
TRAFFIC SIGNALS AND STREET LIGHTING
Description
For the purposes of this contract Section 86 of the Caltrans Standard Specifications, January
1988 as modified herein shall be considered as the standard specification as set forth in
Subsection 2-5.2, Precedence of Contract Documents, of the Standard Specifications for Public
Works Construction (S.S.P.W.C.) and shall replace Section 307, Street Lighting and Traffic
Signals, S.S.P.W.C. except as referenced herein.
Furnishing and installing traffic signals and highway lighting systems shall conform to the
provisions in Section 86, "Signals and Lighting", of the Cattrans Standard Specifications, the
Standard Plans for the State of California, Department of Transportation, dated January 1988,
the City of Carlsbad Standard Drawings, the San Diego Regional Standard Drawings, the
S.S.P.W.C. as referenced, and these special provisions.
86-1 GENERAL
86-1.03 Equipment List and Drawim, modify as follows:
Delete the last sentence of paragraph 2 and add new sentence as follows:
The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the
cabinet door, shall be combined into one drawing (24"x36") and placed in a heavy duty plastic
envelope and attached to the inside of the controller cabinet door so that when the cabinet door
is open the drawing is oriented with the intersection. The mylar transparency will be submitted
to and retained by the agency.
Add paragraph 5 as follows:
The Contractor shall furnish two each maintenance and operation manuals for all new controller
units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The
maintenance and operation manuals may be combined into one manual. The maintenance
manual or combined maintenance and operation manuals shall be submitted to the engineer
at the time of signal turn on. The maintenance manuals shall include, but need not be limited
to, the following items:
211 5/95
@
(a) Specifications
(b) Design characteristics
(c) General operation theory
(d) Function of all controls
(e) (9 Block circuit diagram
(9) Geographical layout of components
(h) Schematic diagrams
(i) List of replaceable component parts with stock numbers
i
1
Trou ble-s hoot ing procedure (diagnostic routine) I.
I
Add paragraph 6 as follows:
As-Bu ilt D rawinq s
"As-Built" construction plans shall be provided by the Contractor to the City of Carlsbad \
five (5) working days after completion of the project. Two (2) redline copies shall be pro
with changes shown in a contrasting color to the original contract work. Details to be s
on the as-built plans shall include, but not be limited to, location, type and installed de:
conduit runs, location of loops under overlay, location of pull boxes, changes made to I
and lighting poles, and any changes made to traffic signal equipment. As-built plans sh
signed and dated by the Contractor and approved by the City.
86-1.04 The contractor shall warrant the work against defects in materials or workmansh
a period of one year from the date of acceptance of the work.
86-1.05 Maintaininq Existinq and Temporary Electrical Svstems, delete paragraphs 3 a
Payment for maintaining existing and temporary electrical systems shall be included i
I
I
8
I
I
I
I
1
b
n
I
I
1
80 appropriate bid item.
86-1.06 Schedulinq of Work, add the following:
Unless otherwise approved by the Engineer, the Contractor shall not perform sub-surface
consisting of the installation of conduit, foundations, and detectors, prior to receipt
electrical materials and equipment. Materials shall not be stored on-site unless approved k
Engineer.
Detector loop installation shall take place immediately after asphalt pavement grinding a
base course paving and prior to A.C. surface course.
All striping, pavement markings, and signing shall be installed the same day as the signa
on.
Contractor shall coordinate relocation or modification of any utility facilities with the respt
utility company.
All signal operation coordination shall be made with the Engineer three (3) working days
to construction. This includes all signal flash operations, bagging or signal heads, and
settings due to cutting of loops, signals modifications, and blocking of lanes.
21 f @
59
Unless otherwise approved by the Engineer a minimum of one lane of traffic shall be maintained
in each direction at all times.
86-2 MATERIALS AND INSTALL.ATION
86-2.01 Excavating and Backfill, delete paragraph 3; add Section 306-1.3, Backfill and
Densification, S. S. P.W. C.
86-2.02 Removinq and ReDlacinq Improvements, Sections 306-1.5 and 7-9 of the S.S.P.W.C.
shall apply in addition to this Section.
86-2.03 Foundations, delete first paragraph; add the following:
Street light foundations shall be anchor base type in accordance with S.D.R.S.D.E-1 and E-2.
Concrete for foundations shall be 560-C-3250 per Section 201 -1, S.S.P.W.C.
Delete reference to "Section 4-1.0:3D" in paragraph 18 and substitute "Section 3-3, Extra Work, s. s . P . w. c. It
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 locations are
subject to the approval of the engineer.
Conduit runs other than street crossings will be limited to the right of way behind curb for
retrofits where no new asphalt overlay will be done as part of the work. Where a new asphalt
overlay will be done, conduits may be installed in the street under the future overlay utilizing
open cut methods. Trenches in the street utilizing the rock-wheel method shall be backfilled
with 190-E-1000 concrete slurry. The slurry shall be placed flush with the existing finished AC
grade.
Damaged surface improvements shall be replaced by the contractor at his expense.
Depth of conduit for all installatioin methods shall be 30" in the street and 18" behind curb
minimum.
2/15/95
@
I
8
D
1
Conduit shall be installed utilizing the bore and jack method under existing PCC improver
and under existing AC improvements when no new overlay will be done. After boring thc
and prior to removal of the boring tool, UL listed heavy wall schedule 40 PVC conduit sh
pulled back through the bored hole. A suitable sized drill bit for the conduit size being t
and jacked shall be used as approved by the Engineer.
Three inch minimum conduit shall be utilized for all street crossings when cable is requii
Note is made that each parcel is likely to have water, gas, sewer and other utility ser
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 boxe5
cabinets shall be sealed with an approved type of sealing compound.
When abandoning an existing conduit in place, the Contractor shall remove all ex
i
u
B 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 Car
Standard Drawing GS-21.
86-2.06C Installation and Use, add the following:
Pull boxes shall be installed in accordance with Carlsbad Supplemental Standard Drawing
19 and GS-21.
86-2.08 Conductors, add the following:
86-2.08D Signal Cable - Where shown on the plans, signal cable shall be installed in li
individual conductors.
Signal cable shall conform to the following:
1
i
I
1
I
1
I
I
I
la
m
0 The cable jacket shall be black polyethylene with an inner polyester binder sheatt
shall be rated for 600 volts and 75" C. All cables shall have clear, distinctive
permanent markings on the outer surface throughout the entire length of the
showing the manufacturer's name or trademark, insulation designation, numb
conductors, conductor sizes, and the voltage rating of the jacket. Filler material, if 1
shall be polyethylene material.
21 F @
61
Individual conductors in the cable shall be solid copper with Type THWN insulation, and
shall conform to the requirements in Section 86-2.08, "Conductors," of the Standard
Specifications, and ASTM Designation: B 286. The minimum thickness of Type THWN
insulation, at any point, shall be 13 mils for conductor sizes No. 14 and No. 12, and 18
mils for conductor size No. 10. The minimum thickness of the nylon jacket shall be 4
mils at any point.
Three conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall
have a minimum average thickness of 45 mils and a minimum thickness at any point of 36 mils.
The nominal outside diameter of the cable shall not exceed 0.40-inch. The color code of the
conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe.
The 3-conductor cable shall be used for pedestrian pushbuttons and a spare.
Five conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall have
a minimum average thickness of 45 mils and shall have a minimum thickness at any point of 36
mils. The nominal outside diameter of the cable shall not exceed 0.50-inch. The color code of
the conductors shall be red, yellow, brown, black and white.
Nine conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. The
cable jacket shall have a minimum average thickness of 60 mils and shall have a minimum
thickness at any point of 48 mils.
The nominal outside diameter of the cable shall not exceed 0.065 inch. The color code for
No.12 conductor shall be white. The color code for No.14 conductors shall be as follows:
red yellow/black stripe
yellow brown/black stripe
brown black
red/black stripe white/black stripe
2/15/95
@
I
I
I
I
I
COLOR CODE TERMINATION PHAI
red vehicle signal red 2, 4, 6 1
yellow vehicle signal yellow 2, 4, 6 1
brown vehicle signal green 2, 4, 6 1
yellow/black stripe vehicle signal yellow 1,3,51
blacWred stripe
blac Wwhite stripe
black
red/white stripe
brown/white stripe ped signal Walk
red/black stripe vehicle signal red 1,3, 5 1
brown/black stripe vehicle signal green 1,3, 5 (
spare, or use as required for red or Don’t Walk
spare, or use as required for yellow
spare, or use as required for green or Walk
ped signal Don’t Walk
pzzz-
red/black stripe
yellow/black stripe
brown/black stripe
red/orange stripe
yellow/orange
st ripe
brow n/o rang e
stripe
red/s i lver stripe
yellow/silver stripe
brown/silver stripe
red/purple stripe
yellow/purple stripe
brown/purple stripe
red/2 black stripes
brown/2 black
stripes
red/2 orange
stripes
brown/2 orange
stripes
red/2 silver stripes
brown/2 silver
stripes
red/2 purple stripes brown/2 purple
stripes
blue/black stripe
blue/orange stripe
blue/silver stripe
blue/purple stripe
white/black stripe
blacldred stripe
black
Term inat ion Phase
vehicle signal red 2or6
vehicle signal yellow 2or6
vehicle signal green 2or6
vehicle signal red 4 or 8 vehicle signal yellow 4 or 8 vehicle signal green 4or8
vehicle signal red 1 or5
vehicle signal yellow 1 Or5
vehicle signal green 1 or5
vehicle signal red 3 Or7
vehicle signal yellow 3or7
vehicle signal green 3or7
ped signal Don’t Walk 2or6
ped signal Walk 2or6
ped signal Don’t walk 4or8
ped signal Walk 4 or 8
ped signal Don’t Walk 1 or5 ped signal Walk 1 Or5
ped signal Don’t Walk 3or7
ped signal Walk 3 Or7
ped push button 2 or 6
ped push button 4 or 8 ped push button 1 Or5
ped push button 3 Or7
ped push button common
railroad pre-emption
spare
1
I
c
1
I
1
I
1
Vehicle and pedestrian signals shall be connected to the 28-conductor cable with
conductor cable. The 12-conductor cable shall be installed from the ter
compartment to the adjacent pull box, and spliced.
Signal Interconnect Cable (SIC) shall consist of twelve No. 20, minimum, stranded t
copper conductors as shown on the plans. Each conductor shall be insulatec
0.01 3-inch, minimum nominal thickness, color coded, polypropylene ma
Conductors shall be in twisted pairs. Color coding shall distinguish each pair. Eac
shall be wrapped with an aluminum polyester shield and shall have a No. 22 or li
stranded, tinned copper drain wire inside the shielded pair.
The cable jacket shall be black, high density polyethylene, rated for a minimum c
volts and 60" C., and shall have a nominal wall thickness of 40 mils, minimum.
cable jacket or the moisture-resistant tape directly under the outer jacket shall be ml
with the manufacturer's name, insulation type designation, number of conductor
conductor size, and voltage and temperature ratings.
Splices shall be made only where shown on the plans or in controller cabinei
minimum of three feet of slack shall be provided at each splice and six feet at
co nt ro Her cabinet.
86-2.09 Wiring, the followings:
86-2.09D Splicinq, modify as follows:
All splices shall be made using crimp type compression connectors as shown on i
and said splices shall be soldered.
The ends of loop detector lead-in cables terminating at the controller cabinet shall
crimped and soldered loop terminals.
86-2.09E Splice Insulation, add the following:
All splices of conductors shall be insulated with heat shrink tubing of the appropriatl
after thoroughly painting the spliced conductors with electrical insulating coating.
shrink tubing shall be medium or heavy wall thickness, irradiated polyolefin ti
containing an adhesive mastic inner wall. Minimum wall thickness prior to contrz
shall be 0.04-inch. When heated, the inner wall shall melt and fill all crevice:
interstices of the object being covered while the outer wall shrinks to form a water
insulation. Each end of the heat-shrink tube or the open end of the end cap of
shrink material shall, after contraction, overlap the conductor insulation at lea:
inches. Heat-shrink material shall conform to UL Standard E46645 600V 125" C.
1.
).
I
IC
I
C
I
m
21 bT3
;.
I
65
All heat-shrink tubing shall also meet the following requirements:
Shrinkage Ratio: 33 percent, maximum, of supplied diameter
when heated to 102°C and allowed to cool to
25" C.
350 kilovotts per inch, minimum.
1 014 ohms per centimeter, minimum.
2,000 Ibs. per square inch, minimum.
Dielectric Strength
Resistivity
Tensile Strength
Temperature:
Water Absorption 0.5 percent, maximum
When three or more conductors are to be enclosed within a single splice using heat-
shrink material, mastic shall be placed around each conductor, prior to being placed
inside the heat shrink material. The mastic shall be the type recommended by the
manufacturer of the heat-shrink material.
After contraction, the ends and seams of heat-shrink material shall be painted with
electrical insulating coating.
Heat-shrink material shall be heated as recommended by the manufacturer.
Operating 55°C to 135" c.
86-2.095 Fused Splice Connectors, modify sentence one, paragraph one as follows:
Install a fused disconnect spliice connector in the handhole of each pole between the line
and the ballast.
86-2.1 0 Bondinq and Groundm, and the following:
Grounding of street lights shall conform to S.D.R.S.D. E-2, method 1. Ground rod to be in
pull box.
86-2.1 1 Services, modify paraigraph 12 to read as follows:
The Contractor shall arrange with the servicing utility to complete service connections for
permanent installations and the City will reimburse the contractor for all fees required by
the utility.
Delete first sentence of paragraph 13.
Modify paragraph 15 as follows:
Substitute "Section 3-3, Extra Work, S.S.P.W.C" for "Section 4-1.030."
2/15/95
@
I
1
1
1
I
1
E
I
8
!
I
1
I
86-2.14 Testing, mod'w the first paragraph of referenced Section 6-3.01, Genera
follows:
Unless otherwise specified, all tests of signals, lighting, and electrical systems equip1
and materials shall be performed by a qualified agent approved by the City by met1
approved by the City and at the cost of the Contractor. This refers specifically tc
controller and may be extended to any or all items questioned as to their suitability.
methods shall be submitted to the City for approval.
I.
86-2.1 4A, Materials Testing, delete second sentence of first paragraph; d
paragraphs 4, 5, and 6.
86-2.148 Field Testinq, add the following:
Field testing shall conform to the provisions in Section 86-2.14B "Field Testing" c
Caltrans Standard Specification and these Special Provisions.
Insulation resistance testing (megger) for traffic signal and lighting conductors sh,
preformed in the following order:
Signals -After conductors are connected to signal head terminal, and before conne
to controller.
Lighting - Before fuses are installed in fused splice connectors.
Load side conductors in signal heads shall be disconnected from terminal blocks d
the test.
The full cost for the Contractor performing this field testing in the presence c
Engineer shall be included in the lump sum price for Traffic Signal and Street Lig
Installation and no additional payment will be allowed therefore.
86-2.1 4C Functional Testing, add second sentence to paragraph 3 as follows:
Turns ons will not be done Mondays, Fridays or the day prior to a City holiday.
contractor shall give the inspector a minimum of three (3) days advance notice c
I.
1 on date.
86-3 CONTROLLER ASSEMBLIES
86-3.05 Controller Assemblv Testing, modify second sentence of second paragra
follows:
A Certificate of Compliance with the approved procedure and test report signed
responsible managing employee of the City approved testing agent shall accompany
controller assembly included in the work. I
2
49
1.
1
67
86-3.08 Auxiliary Equipment
86-3.088(2), Modulated Light Signal Detection System - Each modulated light
signal detection system shall conform to the details shown on the plans and
these special provisions.
(A) Gen'eral - Each modulated light signal detection system shall
consist of an optical emitter assembly or assemblies located on
the appropriate vehicle and an optical detector/discriminator
assembly or assemblies located at the traffic signal.
Each system shall permit detection of class two emergency
vehicles. Class II (emergency) vehicles shall be capable of being
detected at any range up to 1,800 feet from the optical detector.
The modulation frequency for Class II signal emitters shall be
14.0:35 Hz t 0.250 Hz.
Emitter Assembly - Each emitter assembly shall consist of an
emitter unit, an emitter control unit and connecting cables and
shall conform to the following:
1.
(8)
General - Each emitter assembly, including lamp, shall be
designed to operate over an ambient temperature range of - 34°C to 60°C at both modulation frequencies and to
operate continuously at the higher frequency for a
minimum of 3,000 hours at 25°C ambient before failure of
lamp or any other component.
Each emitter unit shall be controlled by a single,
maintained-contact switch on the respective emitter control
unit. The switch shall be capable of being located to be
readily accessible to the vehicle driver. The control unit
shall contain a pilot light to indicate that the emitter power
circuit is energized and shall be capable of generating only
Class II modulating code.
Functional - Each emitter unit shall transmit optical energy
in one direction only.
The signal from each Class II signal emitter unit shall be
capable of being detected at a distance of 1,800 feet when
used with a standard optical detection/discriminator
assembly.
2.
2/15/95
@
I
B
1
li
e
I s
0.
0
IE
U
I s
E
l
1 @
The standard optical detection/discriminator assemk
be used in making the range tests shall be available
the manufacturer of the system. A certified perform
report shall be furnished by the contractor with
assembly .
Electrical - Each emitter assembly shall be capak
providing full light output with input voltages of bet
12.5 and 17.5 volts DC. An emitter assembly shall n
damaged by input voltages up to 7.5 volts DC e
supply voltage. The emitter assembly shall not gen
voltage transient, on the input supply, which excee
supply voltage by more than 4 volts.
Each emitter assembly shall consume not more thai
watts at 17.5 volts DC and shall have a power input c
breaker rated at 10 to 12 amperes, 12 volts DC.
The design and circuitry of each emitter shall permit it
on vehicles with either negative or positive ground WI
disassembling or rewiring of the unit.
I'
3.
I
4. Mechanical - Each emitter unit shall be housed
weatherproof corrosion-resistant housing. The ho
shall be provided with facilities to permit mountir
various types of vehicles and shall have provisio
aligning the emitter unit properly and for lockin!
emitter unit into this alignment.
Each emitter control unit shall be provided with harc
to permit its mounting in or on an emergency vehic
mass transit vehicle. Where required for c
emergency vehicles, the emitter control unit ar
exposed controls shall be weatherproof.
(C) Optical Detection/Discriminator Assembly - 01
detection/discriminator assembly shall conform to the follo\
1. General - Each optical detection/discriminator asst
shall consist of one or more optical detectors, connf
cable and a discriminator module.
1. 2
69
Each such assembly, when used with standard emitters,
shall have a range of at least 1,800 feet for Class II signals.
Standard emitters for Class II signals shall be available
from the manufacturer of the system. Range
measurements shall be taken with all range adjustments
on the discriminator module set to "maximum".
2. Optical Detector - Each optical detector shall be a
waterproof unit capable of receiving optical energy from
two separately aimable directions. The horizontal angle
between the two directions shall be variable from 180
degrees to 5 degrees.
The reception angle for each photocell assembly shall be
'a maximum of 8 degrees in all directions about the aiming
axis of the assembly. Measurements of reception angle
will be taken at a range of 1,800 feet for a Type II emitter.
All internal circuitry shall be solid state, and electrical
power shall be provided by the associated discriminator
module.
Each optical detector shall be contained in a housing,
which shall include two rotatable photocell assemblies, an
electronic assembly, and a base. The base shall have an
opening to permit its mounting on a mast arm or a vertical
pipe nipple, or suspension from a span wire.
The mounting opening shall have female threads for 3/4
inch conduit. A cable entrance shall be provided which
shall have male threads and gasketing to permit a
waterproof cable connection. Each detector shall weigh
not more than 2% pounds and shall present a maximum
wind load area of 36 square inches. The housing shall be
provided with weep holes to permit drainage of condensed
moisture.
Each optical detector shall be installed, wired and aimed
as specified by the manufacturer.
Cable - Optical detector cable shall meet the requirements
of IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600 volt
control cable, 75"C, Type B and the following:
3.
211 5/95
@
I
8
8
8
E
I
I
I
I.
E
It
I
T
I
a. The cable shall contain three conductors, ea
which shall be No. 20 (7x28) stranded, ti
copper with low-density polyethylene insulz
Minimum average insulation thickness shall t
mils. Insulation of individual conductors shz
color coded: 1 -yellow, 1 -blue, 1 -orange.
The shield shall be either tinned copper brz
aluminized polyester film with a nominal 20 pe
overlap. Where the film is used, a No. 20 (
standard, tinned, bare drain wire shall be pl
between the insulated conductors and the I
and in contact with conductive surface o
shield.
The jacket shall be black polyvinyl chloride
minimum ratings of 600 volts and 80" C 2
minimum average thickness of 45 mils: The j
shall be marked as required by IPCEA/NEM/
d. The finished outside diameter of the cable
r'
b.
c.
not exceed 0.35 inch.
e. The capacitance, as measured between
conductor and the other conductors and the s
shall not exceed 48 picofarads per foot at 1 ,OC
f. The cable run between each detector an{
controller cabinet shall be continuous wl
splices or shall be spliced only as directed t
detector manufacturer.
4. Discriminator Module - Each discriminator module sh
designed to be compatible and usable with Mode
controller unit and to be mounted in the input file
Model 332 controller cabinet, and shall conform .
requirements of Chapter I of the State of Calif
Department of Transportation. "Traffic Signal C
Equipment Specifications," dated April, 1978, and
addenda thereto current at the time of project adver
Each discriminator module shall be capable of ope E one channel.
I Each discriminator module, when used with its assoc
detector shall be capable of:
2, @
I.
1
71
Receiving Class II signals at range of up to 1,800
feet.
Decoding the signal on the basis of frequency at
14.035 HZ+ 0.255 HZ for Class II signals.
Establishing the validity of received signals on the
basis of frequency and length of time received. A
signal shall be considered valid only when received
for more than 0.50 second. No combination of
Class I signals shall be recognized as a Class II
signal regardless of the number of signals being
received, up to a maximum of ten signals. Once a
valid signal has been recognized its effect shall be
held by the module in the event of temporary loss
of the signal for a period adjustable from 4.5
seconds to 11 seconds in at least 2 steps at 5
seconds ~0.5 second and 10 seconds 20.5
second.
Providing an output for each channel that will result
in a "low" or grounded condition of the appropriate
input of a Model 170 controller unit. For Class II
signals the output shall be steady.
Each discriminator module shall receive electric
power from the controller cabinet at either 24 volts
DC or 120 volts AC.
Each channel together with its associated detectors
shall draw not more than 100 milliamperes at 24
volts DC nor more than 100 milliamperes at 120
volts AC. Electric power, one detector input for
each channel and one output for each channel,
shall terminate at the printed circuit board edge
connector pins listed below.
a.
b.
c.
d.
2/15/95 @
I
D
1
8
I
1
3
9.
I
t
1
I
1
I
T @
Board edge connector pin assignment shall
follows:
A DC ground P NC B +24VDC
C NC D Detector input Channel A R NC
E +24 VDC to detectors S NC
F Channel A output (C) T NC
U NC H Channel A output (E) v NC
J Detector input, Channel B W
K DC Ground to detectors X
L Chassis ground Y NC
M AC- Z NC
N AC+
u Slotted for Keying
(NC) Not connected; cannot be used by manufacturer
purpose.
(C) Collector
Two auxiliary inputs for each channel shall
each module through the front panel conn
Pin assignment for the connector shall t
follows:
I'
Channel E
Channel E Output (E
output ((
1 (E) Emitter
1.
2.
3.
Auxiliary detector 1 input, Char
Auxiliary detector 2 input, Chat
Auxiliary detector 1 input, Char t 4. Auxiliary detector 2 input, Char
Each channel output shall be an optically isc
NPN open collector transistor capable of sinki
milliamperes at 30 volts and shall be comF
with Model 170 controller unit inputs.
Each discriminator module shall be providec
means of preventing transients received t:
detector from affecting the Model 170 con
assembly.
I. 2
73
Each discriminator module shall have a single
connector board, shall be capable of being
inserted into the input file of a Model 332 cabinet
and shall occupy one slot width of the input file.
The front panel of each module shall have a
handle, to facilitate withdrawal, and the following
controls and indicators for each channel:
1. Three separate range adjustments
each for Class II signals.
2. A three-position, center-off,
momentary contact switch, one
position (down) labeled for test
operation of Class I signals, and one
position (up) labeled for test
operation of Class I1 signals.
3. A "signal" indication and a "call"
indication for Class I1 signals. The
"signal" indication denotes that a
signal above the threshold level has
been received. A "call" indication
denotes that a steady, validly coded
signal has been received. These
two indications may be
accomplished with a single
indication lamp; "signal" being
denoted by a flashing indication and
"call" with a steady indication.
In addition, the front panel shall be
provided with a single circular,
bayonet-captu red, mult i-pin
connector for two auxiliary detector
inputs for each channel. Connector
shall be a mechanical configuration
equivalent to a MIL-C-26482 with 10-
4 insert arrangement, such as
Burndy Trim Trio Bantamate Series,
consisting of:
Wall mounting receptacle, GOB1 0-
4PNE with SM20M-lS6 gold plated
pins.
0
2/15/95 @
I
1
1
I
1
i
3
I
1;
I
I
J
I
1
1
1
0 Plug, G6L10-4SNE with SC20h
gold plated sockets, cable c
and strain relief that shall provic
a right angle turn within 2.5 ir
maximum from the front 1
surface of the discriminator mc
Cabinet Wiring - The Model 332 cabinet has provisioi
connections between the optical detectors,
discriminator module and the Model 170 controller i
Wiring for a Model 332 cabinet shall conform tc
following:
Slots 12 and 13 of input file "J" have each been wit
accept a 2-channel module.
Field wiring for the primary detectors, except 2440
power, shall terminate on either terminal board TB-9
controller cabinet or on the rear of input file "J", depei
on cabinet configuration. Where TB-9 is used PO
assignments shall be as follows:
r'
5.
I. POSITION ASS I GN M ENT:
4 Channel A detector I
1st module (Slot J-12)
5 Channel B detector I
1st module (Slot J-12)
7 Channel A detector I
2nd module (Slot J-13)
8 Channel B detector I
2nd module (Slot J-13)
The 24-volt cabinet DC power will be available at Po
1 of terminal board TB-1 in the controller cabinet.
2,
@
I.
75
All field wiring for the auxiliary detectors shall terminate on
terminal board TB-0 in the controller cabinet. Position
assignments are as follows:
POSITION ASSIGNMENT
7 +24vdc from (J-l3E)
8 Detector ground from (J-
1 3w 9 Channel A auxiliary detector
input 1
10 Channel A auxiliary detector
input 2
11 Channel B auxiliary detector
input 1
12 Channel B auxiliary detector
input 2
(D) System Operation - The contractor shall demonstrate that all of
he components of the system will perform satisfactorily as a
system. Satisfactory performance shall be determined using the
following test procedure:
1. Each system to be used for testing shall consist of
an optical emitter assembly, an optical detector, at
least 200 feet of optical detector cable and a
discriminator module.
The discriminator modules shall be installed in the
proper input file slot of Model 332 controller
cabinet. The controller cabinet, together with a
Model 170 controller unit with the appropriate
operating program, a Model 210 monitor unit and
120-volt AC power will be available as shown on
the Dlans and as indicated elsewhere in these
special provisions.
One test shall be conducted using a Class II signal
emitter and a distance of 1,800 feet between the
emitter and the detector. All range adjustments on
the module shall be set to "Maximum" for each test.
Each test shall be conducted for a period of one
hour, during which the emitter shall be operated for
30 cycles, each consisting of a one minute "on"
interval and a one minute "off interval. During the
total test period (1) the emitter signal shall cause
2.
3.
4.
2/15/95
@
D
E
I
3
I
SI
P
f.
1
1
I
E
I
the proper response from the Model 170 con
unit during each "on" interval and (2) there sh
no improper operation of either the Mode
controller unit or the monitor during eack
interval.
I'
86-3.1 1 Model 170 Controller Assemblies, add the following:
The controller assembly shall be a Type 170 unless otherwise specified and sh
equipped with Type 200SA local intersection control program and a full compliml
prom chips. The Model 332 cabinet shall be aluminum.
86-4 TRAFFIC SIGNAL FACES AND FllllNGS. I 86-4.01 Vehicle Siqn Faces.
86-4.01 B Siqnal Sections, add the following:
Signal section housing shall be aluminum metal type. All signal faces ai
arrow indications shall be provided with 12 inch sections and glass lense:
All lamps for traffic signal units (including programmed visibility type) sh(
furnished by the Contractor.
86-4.01 C Electrical Components, modify second and third paragraphs as fol
Each lamp receptacle shall be wired with a conductor, connected to the st
the receptacle, with white insulation, and a conductor, to the bottom o
terminal of receptacle, with black insulation color-coded as follows:
Red signal -solid red insulation
Yellow signal -solid yellow insulation
Green signal -solid blue insulation
These conductors shall, in turn, be connected to a terminal block mounted i
at the back of the housing. The terminal block shall have sufficient screw
terminals to terminate all field conductors and lamp conductors independ
with separate screws. The terminals to which field conductors are attached
be permanently identified or conductors shall be color coded to facilitate I wiring.
86-4.05 Pedestrian Signal Faces, add the following:
Pedestrian signals shall be Type G with international symbols. Each Type G pede!
signal shall consist of a housing with front screen, a message plate and two
sources, each consisting of luminous tubing and power suppliesforthe luminous tu I
21 @
I.
1.
77
The message plate shall be 1 /8-inch nominal thickness, ultraviolet-stabilized, prismatic-
patterned polycarbonate plastic; 3/16-inch nominal thickness hammered wire-glass; or
3/16-inch nominal thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. The
message plates shall have a flat-back surface over the entire projected area except
where the symbols are located. The material used to mask the message plate shall be
hard and durable and shall bond such that it will not flake nor peel when the message
plate is in use or is washed. The symbols shall be the only illuminated portion of the
message plate.
The message plate shall be sealed to a polycarbonate case to form a dust tight and
weatherproof module. The module shall contain and properly support the luminous
tubing and power supplies.
Each light source shall have a separate power supply. Each power supply shall require
less than 30 watts with a power factor of not less than 90 percent over a range of input
voltages from 105 to 130, at a frequency of 60 (+l)Hz.
Each symbol shall not be less than 11 inches high and not less than 7 inches wide.
86-5 DETECTORS
86-5.01 Vehicle Detectors
86-5.01A Inductive LOOP Detectors
86-5.01 A(4) Construction Materials, add the following:
Loop wire shall be Type 2. Loop lead-in cable shall be Type "B".
Conductors for loop detector lead-in cable shall be 2 No. 16 (19x29)
stranded, tinned cooper.
86-5.01 A(5) Installation Details, add the following:
The additional length of conductor for each loop homerun shall be twisted
together into) 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 same detector lead-in cable.
Residue resulting from slot cutting operations shall not be permitted to
flow across shoulders or lanes occupied by public traffic and shall be
removed frorn the pavement surface.
2/15/95
@
B
1
I
I
I
It
I
The Contractor shall test the detector with a motor-driven cycl
defined in the California Vehicle Code, that is licensed for street u:
the Department of Motor Vehicles of the State of California, or a bic
The engine displacement of the vehicle shall not exceed 100
centimeter. Special features, components or vehicles designed to ac
the detector will not be permitted. The Contractor shall provic
operator who shall drive the motor-driven cycle through the respon
detection area of the detector at no less than 3 miles per hour nor
than 7 miles per hour.
86-5.02 Pedestrian Push Buttons, add the following:
Pedestrian push buttons shall be Type B metal.
I'
R
I 86-6 LIGHTING
86-6.01 High Pressure Sodium Luminaires, add the following:
Luminaires shall be 250 W high pressure sodium vapor with integral photo electric
Each luminaire shall be provided with an internal ballast assembly (including bz
capacitor, and lamp starter unit). All connections from the ballast assembly shi
made with a single multi-circuit connector or individual color-coded NEM!
connectors. Field connections to the luminaires shall terminate on a barriertype ter
block secured to the housing.
Glare shields are required.
The luminaires shall be constructed and installed in such a manner as to provide
Ill distribution with the outer edge of the luminaire's housing below the entire I sources and all glassware.
I
1.
The luminaires' optical assembly shall provide without the addition of external shie
a 90" cutoff with no significant light emitted above the horizontal.
86-6.01 A (1 )(a) Laa-TvPe Reaulator Ballasts, add the following:
Ballasts shall be the lag regulator type.
1
II
t
I
86-6.065 lnternallv Illuminated Street Name Sians, change paragraph five to rez
follows:
Signs shall be Type A. E
2, @
I.
79
86-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT
86-7.02 Reinstallina Removed Electrical Equipment, delete paragraph 4. No equipment
will be salvaged unless specifically noted on the plans.
86-8 PAYMENT
86-8.01 Payment, modrfy eis follows:
Lump sum price for signals and lighting shall be measured as defined in State of
California Standard Specifications, Section 86, dated January 1988.
Delete reference to "Section 86-1.05, Maintaining Existing and Temporary Electrician
Systems" in paragraph two.
SECTION 308 - LANDSCAPE INSTALLATION
308-1 GENERAL. Add the following:
Refer to Section 7-9 as modified by these Special Provisions for the treatment of the existing
irrigation system in the right-of-way.
308-4.5 Tree and Shrub Planting.
Existing tree roots shall be trimmed as shown on the plans. Excavation for the root trimming
operation shall be done by hand. Root trimming shall be petformed by or under the supervision
of a tree expert experienced in rotat pruning. The tree roots shall not be left exposed to the
atmosphere for more than two days. While exposed, the roots shall be covered with burlap
material and kept moist. After pruning, the root ends shall be sealed with pruning seal.
Root control barriers shall be installed at the location shown on the plans following the
manufacturer's instructions.
Modify Paragraph 5 as follows:
4) The backfill shall be lightly tamped. No water shall be used for settlement of backfill.
SECTION 309 - MONUMENTS
Modify as follows:
309-2 Materials.
Delete "Agency" from the second paragraph and add "Contractor" in its place.
21 1 5/95
a9
1
1
309-4 Pavment.
Begin the first sentence with "For public contracts".
SECTION 310 - PAINTING: Modify Section 310-5 as follows:
31 0-5.6 Painting, Traffic Striping, Pavement Markings, and Curb Markings. Delete this Se
and substitute with the following:
31 0-5.6 Final Traffic Signins, Striping, Pavement Markinqs
310-5.6.1 General. The Contractor is responsible for all signing and striping.
Signing, striping, and pavement marking shall conform to the latest Caltrans Traffic Ma
Caltrans Standard Specifications (dated July 1992), the plans, and these Special Provisic
All signing and striping is subject to the approval of the Engineer prior to installation.
All striping shall be reflective per Caltrans Specifications. Striping shall be repainted two b
after initial painting, All signs shall be reflective per Sec. 206-7 of these special provisior
Exact location of striping and stop limit lines shall be approved by the Engineer pri
installation.
Any deviation from the striping and signage plans shall be approved by the Engineer pr
change in the field.
31 0-5.7 Siqninq. Traffic signing shall conform to the following requirements.
31 0-5.7.1 General. The Contractor shall provide and install all final signs, markers and marl
and delineators at locations shown on the plans and specified herein.
310-5.7.3 Siqn Post Installation. Sign posts shall be installed with a breakaway base as SI
in the "Break-Away Post Installation" exhibit bound herein as Appendix 2: Standard Drab
310-5.7.4 Installation of Traffic Siqns. Traffic signs shall be installed at the locations show
the plans and as specified herein. The signs shall be mounted on posts in accordance
Section 56, "Signs" of the State Standard Specifications. All signs, poles, and fastc
hardware are to be provided by the Contractor. Where possible, install signs on luminaire
All signs shall be standard size shown in Cattrans Traffic Manual unless otherwise noted
All signs shown on the plans shall be new signs provided and installed by the Contractor e
those signs specifically shown as existing to be relocated or to remain.
31 0-5.7.5 Pavment. All costs for final signing shall be included in the Lump Sum price bic
for signing and striping and no additional compensation will be allowed therefore.
:
1
B
R
t
1
1
I.
I
I
I
1
I
1
3
I @
I. 21
81
310-5.8 Markers and Delineators. Markers and delineators shall conform to the materials and
installation requirements specified in Caltrans Standard Specifications Section 82.
310-5.9 Traffic Stripes and Pavement Markings. Traffic stripes and pavement markings as
indicated and required shall conform to the requirements specified in Caltrans Standard
Specifications Section 84, excepl:
1. The Contractor shall layout (cat track) immediately behind installation of surface
course asphalt and as the work progresses. The first coat of paint shall be done
immediately upon approval of striping layout by the Engineer.
The Contractor shall provide all materials required for execution of the work.
Delete all references to measurement and payment.
Paint shall be rapid dry water borne in accordance with State Specification No.
2.
3.
4.
801 0-91 D-30.
5. Pavement striping and marking shall be applied in two coats, a minimum of
fourteen (1 4) days apart, and all streets shall include raised pavement markers;
temporary striping shall be applied in one (1) coat minimum.
Contractor shall remove all conflicting painted lines, markings, and pavement
legends by sandblasting. Sandblasting debris shall be promptly removed by
Contractor.
All pavement legends shall be Caltrans non-metric stencils and shall match City
of Carlsbad Community Services Department pavement legend stencils.
Contractor shall verify with City Inspector that stencils match the City of Carlsbad
stencils prior to installing pavement legends.
6.
7.
310-5.9.1 Pavment. Final striping, signage, traffic, and pavement markings as indicated and
required shall be included in the lump sum price bid for final signing and striping, and no
additional compensation will be allowed therefore.
Final traffic signing and striping shall be paid for at the Lump Sum prices bid and shall include
applicable labor, tools, equipment, materials and incidentals for doing all Work in installing the
traffic signing and striping.
2/15/95
@
I
1
R
I
1
1
I
I
I.
I
I
E
1
1
1
1
I @
I'
APPENDIX 1
STANDARD DRAWINGS
I. 2
83
MODIFICATIONS TO SAN DlEGO REGIONAL
STANDARD DRAWINGS
The Standard Drawings for the City of Carlsbad shall be comprised of the current edition of the
San Diego Area Regional Standard Drawings (SDRSD) as published by the San Diego
Department of Transportation gr~! as modified by the additions and substitutions listed below - and the City of Carlsbad Supplemental Standards attached hereto.
Modifications to the San Dieqo Area Reqional Standard Drawinqs
Concrete requirement within public right-of-way shall be 560-C-3250 minimum for all
improvements.
D-2 Enlarge curb inlet top to width of sidewalk (not to exceed 5'6'') by length of inlet
including wings. Existing reinforcing steel shall be extended across enlarged top to clear
distances shown.
D-20 Delete.
D-27
D-40
D-70
D-71
D-75 Delete "Type-A"
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 bottom width shall be 6' to facilitate cleaning.
Minimum bottom 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 foundalion.
Add: The light standard shall be prestressed concrete round pole.
G-3 Delete.
G-5 Add: Note 4. Tack coat shall be applied between dike and existing asphalt concrete
surface as specified in Section 302-5.4 SSPWC.
Type B-1 and 8-2 curb heights shall be 8 inches with 2:l batter. G-6
G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from
joint-to-joint or approved combination.
G-12 Add: smooth trowel flow line (typical) 7-1/2" thick.
G-13 Add: smooth trowel flow line (typical).
21 1 5/95
@
I
B
I
G-14 Change: Residential Thickness = 5-1/2"
Commercial/Multi-Family Residential Thickness = 7-1 /2"
G-15 Delete requirement 3
G-24 "Type-A only (delete "Type B") t G-25 "Type-C" only (delete "Type D")
G-26 Change thickness from 5-1/2" to 7-1/2" and add minimum 4" Class II base I R curb/gutter.
I'
G-33 Delete
G-34 "Type-C" only (delete "Type D")
G-35 "Type-F" only (delete "Type E)
M General: Agency shall be "City of Carlsbad"
M-2
i
I
1
i.
I
I
E
I
I
I
I
1 @
Add: To be used only with specific approval of the City Engineer.
1. 2,
I
rA Manhole frame
and cover see
rawin9; r"l
# 4 11 around opening Transition to noma1
Galv. steel angle
continuous and
protection bar. See drawing 0-12
curb height in 10 ft. on both sides unless . otherwise noted
1 Y r
*oflng;w;re?l one or ot sides . ,. #4Ler *
C f' B /hno/7 L, Enr 6 -/- 1; i-
4 q-----
!! I I 1.2
I 'V
;L ----- L& ----- .I CI
4' curb Line g ::e... . ..:
L Arl 1'-0" # 4 @ 12"
4" radius 3r- _I,l:o-dTL
SECTION B-B
---
LA L B Edge of Gutter
PLAN
I
size4 min, 8' mu.
SECTION C-C SECTION A-A
NOTES: 1. See Standard Drawings 0-1 1 & 0-12 2. Types are designated as follows: (no wing) 8, (one wing) B-1, (two wings) B-2. 3. Exposed edges of concrete shall be rounded with a radius of 1/2".
4. When V exceeds 4' steps shall be installed. See Standard Drawing 0-1 1 for detail+ 5. Conmte gumr to match adjacent gutten.
6. An expansion joint shall be placed at the enlds of the inlet where the curb is to adjoin. 7. Provide 2/4" tooled groove in top dab in line with back of.adjacent curb. 8. Surface of top slab shall be sidewdlk, finished to drain toward street at a slope of 1/4" per foot.
for aidditional notes and details.
LEGEND ON PLANS
15'Type B-1 inlet
A
-J 15' L- 9. Maintain 1 1/2" clear spacing between reinforcing and surface unless othewise noted.
Revision By1 Approved I
Notes . A as. 7.
Rebar * a€? a
IECOMUENOED BY THE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STAN0MQ.S COYYlllEE -
WQU &./*5 Reference mi M.8. /d cwmbmta R.E.E. imi O.n
DRAWING NUMBER 0-2 ash line pC d./-c. 7. CURB INLET - TYPE B
I
Angle N C~~~I~IWI~ II c L 19~07 0111
0 RAW1 NG CURB INLET OPENING lL NUMBER 0-12
# 4 bars placed diagonally
Manhole frame _-- and cover PLAN NOTES seedrawing M-3 1. See Standard Drawing 0-11 for additional notes
2. All joints shall be set in Class C mortar.
3. All precast components shall be reinforced with
114' diameter stesl wound spirally on 4' centers.
4. Maintain 1 112" dear spacing between reinforcing
and surface.
5. Concrete base shall be 560-C-3250.
6. Exposed edges of concrete shall be rounded with
a radius of 112'.
7. Manhole cover to be designated "Storm Drain',
Slope floor 12:l towards outlet
SECTION A-A LEGEND ON PLANS
IL I =I@- - - - ----
SAN DIEGO R RECO*YENOEO EY THE SAW OlECO
REGIONAL STANOAROS COYNITTEE
Wdk& &z. 1775 couamo. RCE 19801 Ola
DRAWING NUMBER D-10
STORM DRAIN CLEANOUT - TYPE B
I
8
1
1
t
I
1
I
1
I
I
1
I
1.
I'
I
1.
I*
Face of drainage structure Face of drainage structure Face of draina!
BELL END SPIGOT END CUT END
R = Thickness of pipe
Face of drair * ..
r -z
Corrugated steei pipe NOTE
The rounded areas may be built up of cement mortar
or poured in place with the drainage structure.
R - Inside diameter t
10
RLCOYYLMDEO Revision BY( Approved Date SAN DIEGO REGlONAL STANDARD DRAWING RfG,OM~L sTAl
~ WdkL Noh 4 4 5 7-74
ear*nnr RC ROUNDED PIPE ENDS
0 RAW1 N G NUMBER IN DRAINAGE STRUCTURES
Arm Length 8' max - Curb Overhang 1' min
Hand hole to face st
minimum relative
560 - C - 3250 P.C.C. Anchor base square or round, add 1' to each dimension for loose soil or soft clay conditions. ____
,d .. .
Anchor Bolts (4 req.) l"x36x4" hook, galvanized. Use two levelir
nuk with washers (all galv.) on each bolt - W~tiiLLd &e. -T
DRAWING NUMBER E-1 STANDARD
2" Weakened Plane Joint
shown indicate o
TYPE G & H CURB
NOTES:
1. Concrete shall be 52O.C-2500.
2. See Standard Drawing G-10 for joint details.
3. Slope top of curb 1/4" per foot toward ttreet.
LEGEND ON PLANS
SAN DIEGO REGIONAL STANDARD DRAWING Cone a/lj/k& &.IT8
COOrdmUa RCE 1911 -
. CURB AND GUTTER - COMBINED
TYPE 8-SECTION
TYPE C-sEcnoFJ TYPE D-SECTION
TYPE E-SECTION TYPE F-SECTION .
Slope end of dike 1:l
when not joining
other improvements APPROX. DIKE QUANTlTlES
TYPE TONS/UN. FT.
0.0250 A 0.0375 B 0.0375
C-6" ALL 7VES - SfDE MEW
C-8' 0.0583 c-9' 0.0702 0.0062 D
0.0407 E 0.0623 F
1. Dike is to be placed on a minimum 2" of A.C. road surfacing, extending throughout the width of the dike.
2. AR-8000 grade asphalt to 'be used for all dikes. -
3. A.C. dikes may be shaped and compacted with an extrusion machine or other
equipment capable of shaping and compacting the material to the required
cross section. LEGEND ON PLANS
) REGIONAL STANDARD DRAWING RLCOMMEMOEO BY THE SAW Dl1
REC,OWAL STAWOAROS COMM,n
wgk4 &.d
~~-
CoWdlMDr RCE 19807 X I- 6-5 DRAWING NUMBER
DIKES - ASPHALT CONCRETE
Width as shown on plan
Weakened Plane Joint T------T'T' > I I I I 'I
NON-CONTIGUOUS
Width as shown on plan
* e.1
Weakened Plane Joint
I
CONTIGUOUS
1. Concrete shall be 520-C-2500. 2 See Standard Drawing G-9 and G-10 for joint detaib LEGEND ON P
. SIDEWALK - TYPICAL SECTIONS
Prop. line 7
1.
2.
Set false header for back of ramp at curb height above gutrer grade to maximum 6..
Where shown on the plans. construct monolithic curb for retention of street drainage or to meet adjacent
NOTE
See Standard Drawing 6-32 for general notes,
0 RAW1 NG TYPES A AND B
(NEW CONSTRUCTION) NUMBER
7- 12" wide border with %"
grooves approx. K" O.C.
Standard sidewalk finish
.. ,* +
< 4' landing (Min.)
SECTION A-A
Y" Ramp Length . X"
1. Type C ramps are only to be used to mitigate existing conditions where inadequate right of way exists to use
4 '* 1' - 6"
5" 2' . 6''
6' 3' . 6"
7" 4' . 6"
8" 5' - 6"
standard drawing 6-27.6-28 or 6-30 and are not to be used in new construction.
See Standard Drawing 6-32 for general notes. 2.
10 7' . 6"
.9' - 6"
10' . 6"
12"
13"
mau 4-2 L PEDESTRIAN RAMP Ciinrdmaror R C.E C21133 Oa
DRAWING NUMBER 6-29 TYPE C
?. Pedestrian ramps shown on Standard Drawing 6-27 through G-30 do not conform to the requirements
of the State Building Code (Part 2, Title 24, C.A.C.) and are not recommended far use on projects with
Federal or State funding.
2. Areas shown thus:
3. Arei shown thus: r-] Are the minimum required for a complete tamp installation and shall be cuntrete clast 5204-2500.
tinted to match existing concrete color.
5. The removal of existing concrete curb, gutter, sidewalk and pavement for pedestrian ramp install?tion shall .
comply with San Diego Regional Standard Drawing G-11.
6. If obstructions such as inlets, utility poles, fire hydrants, etc., are encountered, the ramp locations may be
adjusted upon the approval of the Engineer.
7. Where shown on plans, construct herringbone grooves 1 /4" deep x 1 /4" wide, 1-1 /2" apart. Grooves shall be
aligned parallel to crosswalk stripes to direct blind pedestrians into appropriate crosswalk.
..
ONAL STANOAROS CUM
Ctmidrtutor R C.E C21133 OJ~S
PEDES TR I AN' RAM P
I CONCFIETE PIPE COLLAR
FOR PIPES 12" THROUGH 66"
pnh1i~E~ - DA
DS-5 SIJPPLEMENTAL
SA-JDARD NO.
1/8" EDGE TAPER
---- REINFORCED ---------
----- ----- -------
SECTION A-A SECTION E
MOLDED LETTERS
ISEE NOTE 21
COVER REINFORCING PL
NOTES:
I). USE STEEL COVER WHEN SUBJE TRAFFIC LOADS.
2). PULL BOX COVER SHALL BE MA
"STREET LIGHTING" WHERE PU CONTAINS STREET LIGHTING C ONLY. "HIGH VOLTAGE" SHALL WHERE VOLTAGE IS ABOVE 600
SEAT SHALL BE 118" GREATER
COVER DIMENSIONS.
31. THE L AND W DIMENSIONS OF
.
USE 1 3/4”X 1 3/4” NOTES:
1. Structurcl steel tubing used for
post & sleeves shall be
galvanized 12 gauge cold rolled
steel, of the nominal dimensions
shown hereon and meet the
requirements of ASTM Des. A446
grade A.
A525. Posts & sleeves shcll
have 7/16” dia. holes spaced
1” O.C. 1-1/8” & shall have no
more variation in straightness
than 1/16” in 3’. Posts shall be
square within i0.014”, have
3’ and have corner radii
of 5/32” k1/64”.
3. The signs shall be mounted
on posts in accordance with
q 12 GAUGE POST -
UNLESS OTHERWISE 1 ( SHOWN ON 6’ 7-y PLANS 2 ”i f
2. Galvanizing shall be per ASTM A
A
twist no greater than 0.062” in 0
0 R I VE T S P E CI FI C A TI z
m
G 0 0
c3 o DIMENSION: 3/8” DIA. SHi
7/8” DIA. HE/
cf o FINISH: ELECTRO-GALVANI
GRIP RANGE: .200-.356
ASTM-B- 633 0 w I- z
0
Section 56, “Signs” of the Stcte
Standard Specifications. All w
provided by the Contractor. P
4. Maximum sign size 5.2 sq. it. -0 - 2
fastening hardware is to be
2 3
X
I
r
a
SLEEVE
-.. ..
12 GAUGE POST 2” ANCHOR POST
EXHIBIT BREAK-AWAY POST INSTALLATION
STD PLAN ES-SF 1
8 i
t u
I
1
1
8
I.
i
1
1
B
D
I
4
1
t
236
I.
1
2
3
4
5
6
7
8
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
rn v B'ia70- %9-3&f#-E988 10=22
;FFICIA!. F:EC%XJS 265 $AI: 21~~3 r~~g+ -- ;:-S~~DE;:~S OFFICE !jFst$'i yi:t 5 ;i;lj/!TY F:Ef@p
e
Recording requested by: )
CITY OF CARLSBAD
When recorded mail to: 1
1 yf FEES : 0. 0
1' City Clerk 1
City of Carlsbad 1
Carlsbad, CA 92008 1
1200 Carlsbad Village Dr. )
Space above this line for Hecorder's
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property herein;
described.
2. The full name of the unidersigned is City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Califoi
92008.
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on Noven
10, 1995.
6. The name of the contractor, if any, for such work of improvement is Castello, Inc.
7. The property on which said work of improvement was completed is in the City of Carlst
County of San Diego, State of California, and is described as follows: Alga Road wider
between Mimosa and El Camino Real, south side.
8. The street address of said property is between Mimosa and El Camino Real.
Project No. 3428
VERIFICATION OF CilY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsk 4 , 19%, accepted California, 92008; the City Council of said City on
above described work as completed and ordered that a Noti2Lf Completion be filed.
S Ah, u A
I declare under penalty of perjury that the foregoing is true and correct.
Executed on CL,UA,W IO I 1976 at Carlsbad, California.
CITY OF CARLSBAD +
ALETHA L. RAUTENKRANZ
City Clerk