Loading...
HomeMy WebLinkAboutCommercial Contractors Wester Division Inc; 1990-04-05; 3308I 4) - w JA January 9, 1990 J ADDENDUM NO, 1 BID/PROJECT NO. 3308 - MONROE STREET WIDENING Please include the attached addendum in the Notic2 to Bidders/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. r& RF:cj Attachment (B I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 - /?’ jb / /5 116 w fl& 1200 Carlsbad Village Drive Carlsbad, California 92008-1 989 e (61 9) 434-2 I MONROE STREET AND MARRON ROAD 4b IMPROVEMENTS, ADDENDUM NO. 1 PROJECT NO. 3308 On Specification Page No. 7, delete Bid Item No. 34. Revise B Item Number 37. The approximate quantity for channel lining 1140 SY instead of 600 SY. On Specification Page No. 56, delete: "Fill material shall provi an IR' valve greater than 16 (sixteen) when compacted in place. Substitute: IIFill material shall provide an 'R' valve greater th 40 (fortyj when compacted in place.:: NOTE: There is no change in the bid opening date. (D 0 [Ji/" -, ., + Y - 4P RE?, JAN January 22, 1990 ADDENDUM NO. 2 BID/PROJECT N0.3308 - MONROE STREET & MARRON ROAD IMPROVEMENTS Please hclude the attached addendum in the Notice to Bidders/Request for Bids you have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted. /fxd/%, Ruth Fletcher PURCHASING OFFICER RF:cj Attachment (0 I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 0 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 - a * 3anuary 22, 1990 dF WNROE ST-ND M~QN ROA .D IMPROVE&&’ w S, ADD- NO. 2 TROJECT NO. 33u On Speciffcation Page No. 7, rwhe Bid Itam No. 2, Quantity Unclassified Excavation, from 1,200 CY kt3 3,200 CY, This pan* incsludes anticipated benching and removal of unsuitable nateril On Improvement Plan, Sheet 6 sf 13, add the following: 1 Eucalyptus shall be Picifalh.lt NOTE: January 31, 1990. The bid opening date i~i changed from JanUary 24, 199( (D e TABLE OF CONTENTS II ITEM - PA NOTICE INVITING BIDS PROPOSAL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID CONTRACT CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' 41 II II 1 It b I1 11 11 It 11 11 I1 !I 1E COMPENSATION RESPONSIBILITY CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM LABOR AND MATERIALS BOND PERFORMANCE BOND ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION RELEASE FORM It SPECIAL PROVISIONS Supplementary Provisions for Part I - General Provisions Supplementary Provisions for Part I1 - Construction Materials Supplementary Provisions for Part 111 - Construction Methods Appendix 1 Appendix 2 lr 11 k CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS 11% Sealed bids will be received at the Office of the Purchas Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, uni 4:OO P.M. on the 24th day of January , 1990, at which t they will be opened and read for performing the work as follow: dt IC 11 11 It I) If I1 It 11 11 II 1E II I1 MONROE STREET WIDENING CONTRACT NO. 3308 The work shall be performed in strict conformity with ' specifications therefor as approved by the City Council of the C of Carlsbad on file with the Municipal Projects Department. ' specifications for the work shall consist of the latest edition the Standard SDecifications of Public Works Constructi hereinafter designated as SSPWC, as issued by the Southern Chapt of the American Public Works Association. Reference is hereby m to the specifications for full particulars and description of work. The City of Carlsbad encourages the participation of minority women-owned businesses. No bid will be received unless it is made on a proposal f furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by law. bidder's security of the second and third next lowest respons bidders may be withheld until the Contract has been fully execut The security submitted by all other unsuccessful bidders shall returned to them, or deemed void, within ten (10) days after Contract is awarded. Pursuant to the provisions of law (Pub Contract Code Section 22300), appropriate securities may substituted for any obligation required by this notice or for monies withheld by the City to ensure performance under t Contract. If Contractor elects to use an escrow agent, Sect 10263 of the Public Contract Code requires monies or securities deposited with State Treasurer or a state or federally charte bank in California. The documents which must be completed, properly executed, notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experienc 6. Non-Collusion Affidavit It I All bids will be compared on the basis of the Engineer's Estimat The estimated quantities are approximate and serve solely as basis for the comparison of bids. No bid shall be accepted from a Contractor who has not be licensed in accordance with the provisions of State law. 1 Contractor shall state his or her license number and classificat: in the proposal. The following classifications are acceptable j this contract: 'IA" or ttC-lO" in accordance with the provisions State law. The Contractor shall state his or her license numl: and classification in the proposal. If the Contractor intends to utilize the escrow agreement incluc in the contract documents in lieu of the usual 10% retention f: each payment, these documents must be completed and submitted w the signed contract. The escrow agreement may not be substitu at a later date. Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, 1200 Elm Ave. Carlsbad, California, for a non-refundable fee of $25.00 per sj The City of Carlsbad reserves the right to reject any or all b and to waive any minor irregularity or informality in such bid The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those as determi by the Director of Industrial Relations pursuant to the Secti 1770, 1773, and 1773.1 of the California Labor Code. Pursuant Section 1773.2 of the California Labor Code, a current copy applicable wage rates is on file in the Office of the Carlsbad C Clerk. The Contractor to whom the Contract is awarded shall pay less than the said specified prevailing rates of wages to workers employed by him or her in the execution of the Contrac The Prime Contractor shall be responsible to insure compliance w provisions of Section 1777.5 of the California Labor Code Section 4100 et seq. of the Public Contracts Code, "Subletting Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the California Labor C commencing with Section 1720 shall apply to the Contract for wc A prebid meeting and tour of the project site will not be held Bidders are advised to verify the issuance of all addenda receipt thereof one day prior to bidding. Submission of k without acknowledgment of addenda may be cause of rejection of 1: The Engineer's Estimate is 1; $573,141. 1; li 11 11 11 11 1) IY I1 I1 II It It 11 II lr I Bonds to secure faithful performance of the work and payment laborers and materials suppliers each in an amount equal to o hundred percent (100%) and fifty percent (50%) , respectively, the Contract price will be required for work on this project. The Contractor shall be required to maintain insurance as specifi in the contract. included in the bid price. Approved by the City Council of the City of Carlsbad, Californi by Resolution No. 89-418, adopted on the 5th day of December 1989. I Any additional cost of said insurance shall I 1. 1; 11 11 1) II II II I1 If I1 II II I+/? It Date It 1 I 0 I I I I 1 b 11 11 II I1 1 11 lr. II CITY OF CARLSBAD CONTRACT NO. 3308 PROPOSAL ? city Council City of Carlsbad 1200 Elm Avenue Carlsbad, California 92008 The undersigned declares he/she has carefully examined the locati of the work, read the Notice Inviting Bids, examined the Plans a Specifications, and hereby proposes to furnish all labo materials, equipment, transportation, and services required to all the work to complete Contract No. 3308 in accordance with t Plans and Specifications of the City of Carlsbad, and the Speci Provisions and that he/she will take in full payment therefor t following unit prices for each item complete, to wit: Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price - Tot 1. Clearing & Grubbing at 1 LS Unclassified Excavation -l+?o(f CY F\f wm! Ti+bb5&dfi k&D Nb/&J- - 15,coace y-+ 3 $2, LC! 7,000 CY 71 IC: 1.5 - 11.1 9"SG 2 Jx al, Dollars per Lump Sum. :j 2. - i.rdk:, wyk/ L Fd c &FD f\PC /,d~ -2 Dollars per Cubic Yard. I1 Dollars per Cubic Yard. 3. Imported Borrow at TfqJ AND gjjp,,) ---- __VI 4. 6" Curb & Gutter, Type G 2,228 LF *" * R, pka 5Q/)&-P 1__ Dollars per Linear Foot. PCC Sidewalk at 10,800 SF Dollars per Square Foot. Pedestrian Ramp, Type A at 2 EA Dollars Each. 5. Tic AI\EQ &C/fi/p--- I SCk.c;ie, 3 6. WE T(UAiDEp F\Ffl /%Ob L'bGCW II Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price - To 7. Local Depression at 2 EA L,u2t\l2pIDQEy) m1m'a CIUE Al;OSiP/ scc 435% 47 13-5 .cc x TG2kWE AUO @Am k2Kx i3y "i74\ATY ma. A*GI G5jsjcr-- 34";lus _. NO ~Gjw-- q5,:764: - % -p4E.r-rE l.4o~chz.-f-O &D Wfsa ?Jce',aCj jJ ii Dollars Each. 11 II I1 It II 1 I) I1 II It I1 II I1 I1 II 8. Partial Local Depression at 2 EA e;hE pl\iLrnED 7-EEh;r-j Fjlg pZLr3uq/roO - Dollars Each. 9. Untreated Base at 2,400 TON Dollars per'Ton. 10. Asphalt Concrete at 2,100 TON 9: Dollars per Ton. 11. Temp. Trench Resurfacing at 100 TON &,&eb! F\Jk M Dollars per Ton. 12. Adjust Ex. M.H. tq Grade at 6 EA Dollars Each 13. Street Survey Monument (Includes Record of Survey) 3 EA Dollars Each. 3QO.CC ql fl+&pE HL*?.r$Dm &pi? &b/lro - 14. Street Light, 100 Watt at 3 EA qi%S cc1: \c h'Cq/WDollars Each. - 4jaY3SO q FlA '&T*lXdlQD 7dO rK kJ :- iG 17 !-/LC y %e &$: (-j '"x ,~ - &?LJ$TJ.~~~SAND 33Gh I-\bhr?m Six: / %-t~Fi%&I u.!,/iw- 1 LS 15. Signing & Striping at Dollars per Lump Sum. 1 16. Traffic Signal 1 LS Modification at Dollars per Lump Sum. j113 - 5;C.O";.~,c 5+ lr ll Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price _. To T.S. Conduit Relocation at 75 LF IVVspivj Cig/g 6dD ~~/;~J------J Dollars per Lineal Foot. 25,OD u S(JOc=i - f&s, Tf..!fiJk:f&& ;3 &\{E kFLT: ;*-,>--- Sew*os 5 75450 4 LZffpfT. f "vi v AS4 UT &/\,L- 7L GO 5 F-Ibkm i\dg rs't /tbl:------" go.m, 8 4 fi [,a14?q F i)KhkdO FM G - g5,5c 2 w ,- 17. i It II I1 ll II II 1) 11 II It I) I1 I1 II Ill G 18. Temporary Signal Wiring at 1 LS F i$E Hgd\qQ &j IIXT'i L~YE!~ &rC\ g'd&/jo; T v Dollars per Lump Sum. 19. Traffic Control at 1 LS Dollars per Lump Sum. 18" RCP, 1400-D at 124 LF Dollars per Lineal Foot. 20. i"-)"-$'Ty Hi{itrs A\J L&/;a,------ 21. 24" RCP, 1350-D at 72 LF Dollars per Lineal Foot. 22. 36" RCP, 1350-D at 105 LF Dollars per Lineal Foot. 23. 48" RCP, 1350-D at 1,050 LF Dollars per Lineal Foot. 6- 171 LF c kb-3 CG - q'%c,'t;a 24. 66" RCP, 1350-D at ()\& &J,q\$% 9 Sl6J ;t-\uct;f /& .Ir #Q/l uo Dollars per Lineal Foot. 25. Concrete Collar (D-62) qt 2 EA 1 1 i %."- f b-LJN q5.J '. 5-) )"i(l fir<[> i.u ti/[& Dollars Each. 26. Concrete Collar (DS-5) at 1 EA YQi~$q\:~~&-J ?jg\&\k;\] &a qy\& T@*~~ -1 '33&30c 3 TLcgj-F ~&&jjf 3 *&F p ,;d ag&) T R q4-y - IId . v ..\ gd~ jij J/ikL: - Dollars Each. 1 EA 27. Curb Inlet, 8' Type B-1 at Dollars Each. 28. Curb Inlet, Mod. 8' Type 1 EA B-1 at Dollars Each. .-I); pr 1.1 r' , 6' L b\ c ;; sjJ&@ -p&/ \! 6 rads p:? //]& -..-- 3,012 bo g lr I1 Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price - T 0‘ 29. Catch Basin 1 EA /Lh? ’- 2;,t?9-.00 Ad 3,6b%G l-& q,~~~~o~ g i Dollars Each. Cleanout, Type A-5 at 2 EA Dollars Each. Cleanout, Type A-7 at 1 EA Dollars Each. I1 II I1 II 11 IC 1) I1 II II II 11 11 I1 I1 30. 5 J, r:,e”t -T‘rlSq*&3 r,+-Pf hf !jJ; &%JD hP>(u- fkb(&T Hc dyk N 0 -( E f&&. hh -. .t\i]pJ&2!> jJ Id, b.Q fiit /Si 2 ,/ - 31. 32. Cleanoxt, Mod. Type A-7 at 1 EA Yl& ? \%hWk? L!@T7 9% dYK2 g @y&,L$L w q//@, ‘-3 , ,Y+.C”C~ - Dollars Each. ( Fj75.QO -3 & 7fl,]fiJk$Q C,Vi gQjk&-j& f-0 _k ( Ii4Tj fit”. &4PS.n \h!t//y&:>-, 33. Wing Type Headwall at 2 EA, - AlTL Dollark Each. Wing Type Headwall at Dollars Each. 35. Gunite Inlet Apron at 2 EA - 1 LS c$g j+\JdfJdFO F\$?/ \5wo i: \ Landscape Planting at 1 LS / \)&I\?)] 2k\Qy F: *r Crn 2 a&i,h/(‘(4 &‘! r\b$ q.;p&-g~~g,k\; y %a b$/&3#% - r- 36. Dollars per Lump Sum. 1;” j _BO- SY p 1,s k 37. Channel Lini%g at $2kily-f$ p&J SIjh, ,- I+ Dollars per Square Yard. Total amount of bid in words: F\vK #w&!&o FM 7‘ r‘ 9 ’\! I j dF + !t-\hv%Qrurn E.\bl‘tT-GLa”d ANb EW?HW Total amount of bid in numbers: Price(s) given above are firm for 90 days after date of opening. Addendum (a) No (s) . I &z has/have been rece: and is/are included in this proposal. $ sqqIoi%go It li All bids are to be computed on the basis of the given estimat quantities of work, as indicated in this proposal, times the ur price as submitted by the bidder. In case of a discrepancy betwe words and figures, the words shall prevail. In case of an eri in the extension of a unit price, the corrected extension shall calculated and the bids will be computed as indicated above i compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or correctic may be crossed out and typed or written in with ink and must initialed in ink by a person authorized to sign for the Contract( The Undersigned has checked carefully all of the above figures i understands that the City will not be responsible for any error omissions of the part of the Undersigned in making up this bid The Undersigned agrees that in case of default in executing * required Contract with necessary bonds and insurance polic within twenty (20) days from the date of Award of Contract by C Council of the City of Carlsbad, the proceeds of check or bc accompanying this bids shall become the property of the City Carlsbad. Licensed in accordance with the Statutes of the State of Califor. providing for the registration of Contractors, License No. dm Classification(s) A . The Undersigned bidder hereby represents as follows: ii I1 II I1 II I1 Ill b I1 If II II I1 I1 II II 1. That no Council member, officer agent, or employee of City of Carlsbad is personally interested, directly indirectly, in this Contract, or the compensation to paid hereunder; that no representation, oral or writing, of the City Council, its officers, agents, employees has inducted him/her to enter into t Contract, excepting only those contained in this form Contract and the papers made a part hereof by its ter and That this bid is made without connection with any pers firm, or corporation making a bid for the same work, is in all respects fair and without collusion or fra 2. Accompanying this proposal is BID BPGf4.D (Cash, Certified Check, Bond or Cashier's Che for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of California Labor Code which requires every employer to be insu against liability for workers' compensation or to undertake se insurance in accordance with the provisions of that code, agrees to comply with such provisions before commencing performance of the work of this Contract. rP * ,**. 7 ^. II" . ,- . . . .b I __=__ i--II-l-llll_l m- ^"---l__s-^_______l ----I1_ - - "- _- __e_.~---- -- g__-- ->------- 31st day of JANUARY , in the On this before me, the undersigned, a Notary Public in and for said State, persoi Joseph W. Augustine, Robert Vlach and Tammy 5 Anderson , personal11 (or proved to me on the basis of satisfactory evidence) to be the person whc within instrument on behalf of the Corporation therein the Corporation executed it WITNESS my hand and official seal Iss STATE OF CALIFORNIA COUNTY OF SAN DIEGO rporation-Wolcotts Form 222CA X-Rev 5 82 I "~ _-_ I--- " -^i --__I ix_ (price class 8 2) - ;___ ---- -------- ~~---~ ~~ I I x - I l_l_l - - I The Undersigned is aware of the provisions of the State California Labor Code, Part 7, Chapter 1, Article 2 , relative the general prevailing rate of wages for each craft or type worker needed to execute the Contract and agrees to comply w its provisions. &yt?,wtes~ etbl cCcrrk.cctc;.s > I nc .G\ [ \y - Gj(& _- cz& q c. -/ Phone Number t a ! 1 1 1 b 1 I {CORPOrnTE SEAL] I I I. 1’ I .A kRjG &Ry 3\ ~ iqqi3: 1 Date Date Authorized Signature s?,i&=i V*ckrs si*% s>;+C, &\ C(.Jl-*Q$-#K&&n Type bf Organization (Individual, Corporation, o Partnership) List below names of President, Secretary, Treasurer, and Manag if a corporation; and names of all partners, if a partnership: (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST I ATTACHED) f I__ __ __ -19_-._1 __-li_-.__ps_ -*-ls-~-~- ~- I------- ~ - ___I "" - i _g_-slm-^-- ~ January day of , in the On this before me, the undersigned, a Notary Public in and for said State, persor , personall! (or proved to me on the basis of satisfactory evidence) to be the person whc within instrument on be the Corporation executed it WITNESS my hand and 31st COUNTY OF San Diego lss Joseph W. Augustine s*-$rw' -lT .-_ .ry ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA X-Rev 5 82 I --""- ~ _-I___g__^_ ____ I__.- -- - -__1_1_ l_ll-__lll_llll _;e_p__l_E_______ - I I_I_ .I BXDDER 2% Bo ='TO hi2C63DZBY PSBedSU * KNOW ALLt PERSONS BY TaESE PRESENTS: I: That 'ye, Commercial Contractors, Inc. dba Commercial Contractors -. Western, mfncfpal, mgj, St. Paul Fire and Marihe Insurance Company, a8 Surety 2 held and firmly bCmd mto the City ef Carlsbad, California, in eunnunt as fiEallows; (nust be at least ten pelceant (10%) of the I amuuAt) *Ten Percent (10%) of amount bid* for which paynent will and t-y made, w& bind owselves, c heirs, executors and administrattar=, JT~CCBSGOYG or assigns, joint and sevsrally, fMy by thesr payments. TEE CONDLTION OF THE FOREGOING OBLIGATZOH IS !SUCE that if t proposal of the above-bounden principal far: MONROE STREFlt WXDENING PROJECT NO. 3348. in the City of Carlsbad. fs accepted by the City Council of sg City, and if the -av* bsattnden PrPrtripal shall duly enf;er int8 e executa a Contract including required bands and insuranaa pelici within ten (10) days frcn tht dnte af Award u.f Contract by the Cj Council of the City of Carlsbad, being duly nefifiad of said awar thm this abligatiun shall become null arid vuid; atherwLse, shall be and reaain in full farce and effect, and the anoc specified hero3.n shall be f8rfeitad ta the said City, Zn the event any EThcipaL abevs named examtea Ws bond blt indivitlual, ft is agreed that the death of any such Principal shi? rzta =E? Sureky fren its e;?aXgatdoosn,a uzdar "cfria b~nd- 0 ComoZate S8al {%$ Ccl~oZ%t~on) 1 f . L..... . (mz- Aaambtlm 01 Am- IE8 PACT) 3LX.D BUZtETX =ST BE ATZACEXE (azmcs ACEXOWZSDGSXERT QF ~~I~ BP BLL PRZNCIPXU fCQRPORZms KElui) e- 4 I U $ ACKNOWLEDGMENT OF ATTORNEY-IN-FACT 8 State of Missouri --------------- County of Jackson -------------- 19 90 , bei a Notary Public, within and for said County and State, personally a1 ................................................ Lugene K. Street to me personally kr On this ----------- 31st day of ----------------- January ----- known to me to be the Attorney-in-Fact of and for the -------------. -_---------_----------------------------------t St. Paul Fire and Marine Insurance Company -------------- f ---I a corporation, created, organized and existing under and by virtue c laws of the State of ------------ Minneapolis , upon oath did say that the corpoi affixed to the attached instrument is the seal of the said Company: the legal seal was affixed and the said instrument was executed by 1 authority of its Board of Directors: and he did also acknowledge tl executed the said instrument as the f Minnesota Notary Pabl 0 My Commission Expires: ------------- jU&h Ann m, NOW)! P&k st- of Mrssouri h@ bmmissbn &pim June q,i gg3 0 , $eL4 r THE AMERICAN INSTITUTE OF ARCHITECTS Pf e AIA Document A370 Bid Bond Commercial Contractors, Inc dba Commercial Contractors KNOW ALL MEN BY THESE PRESENTS, that we Western Division, Inc. as Principal, hereinafter called the Principal, and St Paul Fire and Marine Insurance Cc (Here insert full name and address or legal tilk of Coni Post Office Box 23076 San Diego, California 92123 Post Office Box 2954 Overland Park, Kansas 66201 (Here insert full name and address or legal title of a corporation duly organized under the laws of the State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal iiik of City of Carlsbad, California as Obligee, hereinafter called the Obligee, in the sum of *Ten Percent (10%) of amount bid* Dollars ($*lo% of bi for the payment of which sum well and truly to be made, the said Principal and the said Surety, ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of 0 Monroe Street and Marron Road Improvements NOW, THEREFORE, if the Obligee shall accept the btd of the Principal and the Principal shall enter into a C with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the I or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal ti such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the hereof between the amount specified in said bid and such larger amount for which the obhgee may in good faith c with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to in full force and effect. Signed and sealed this 31st day of January ,<,< t fl e'? j ,f ,/ 77fl&\/kbc/ /q..n.Q 8) w/- - - (Gttness) J a&G @&A - (witness) Patricia Prestia _J - a AIA DOCUMENT A310 BID BOND AIA @ FEBRUARY 1970 ED THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 ON OF SUBCOmCTbRS The Undersigned ccrti,Pies he/sha has used the sub-bids of following li6ted Contractors in making up Ms/her bid and that sub-contractors listed will be use4 for the work far which t bid, subject to the approval of the City Engineer, and Section 4146 et seq, af the public Contracts C adc - "Sublett and Subcontracting Fair Practices Act. If No changes may be made these subcontractors except upon the prior approval of the C Engineer of the City of Carlsbad. The following information required for each sub-ecmtractorc Additional pages can be attac if required: Items of Full Company Complete I I Address Phone No. -- with 2in Code th Area Co '. i I accordance with applicable provisions of the specifications i 1 1 2% 5. 101 -%+e 103 \Gnu &.W~CR %lo15 L\q - 7,55-s I 25 bo\? --745--: I P,o *%OC a's , ~3-0 M To\ip I I &c_uwA\c-Bch Cfi Qo ! I. 1 I -5 714-+4[- - 5Qr\fiU h\\@d i cpr Qm-77 b\Y 4b\ Q 0. BOX 2AbO * 22230 E.cXsfOrnn<~~ 446-(01 m s4.h.h gh. e .hr. -14 tA-,,i (ai Qn .cR 9%;). 1 <kiq \&e& %i ! I 1 * - -X_f -L _~-~-~- ___-_- , in thi 31st January On this day of within instrument on behalf of the Corporation therein the Corporation executed it WITNESS my hand and official seal ~- _- ~ --- - ._ ~ - --_^-~l_-_l_l^__l_l"~-~ s__ ____ ~- _----~~~_I I DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subb of all the listed subcontractors as part of the sealed submission. Additional pages can be attached, if required. Type of State Carlsbad Amount Contracting Business of 3- Full Company Name License & No. License No.* Bid ($ or (' -~~~fi~j~~~i I I I 1 I B b I I I I B I 1 I -r \ qq 49c--fi &$z RtF I FQL 533Tk'?.Ci 3 5 k\ 1y.p \/ 2lCCtV! b (!/-I& \ bI27-3 A A 7 !og2iops -s-fl+cqs+*-tc 5ty-\nmj @32 q2j7Lz / c YJ * Licenses are renewable annually. If no valid license, indic 11NONE.11 Valid license must be obtained prior to submission signed Contracts. Ccmw CC\CX\ cc y-,+~ck i-ket-5 . ~~z%+ert n. Dl STLG V,cKec> St. S~.+G Ni Seer, DIP s-10 Q.sj~sr.~p~~cc-\ LO r2tima~4~ic5 , IO c . d h~- Bidder's Company Name (NOTARIAL ACKNOWLEDGEMENT OF EXCEPTION MUST BE ATTACHED.) Bidder's Complete Address3 (CORPORATE SEAL) t I I_ 1---_11 I--I--- ~_.. - ~~----~ - . -~ --------A- ___1__- " - -_- ~ , in th On this 31st day of before me, the undersigned, a Notary Public in and for said State, pers , persona (or proved to me on the basis of satisfactory evidence) to be the person w within instrument on behalf of the Corporation therein named, and acknowlr the Corporation executed it WITNESS my hand and official seal January 1.. STATE OF CALIFORNIA COUNTYOF SAN DIEGO Joseph August.inp; Prpciht CI ~ ~ I- -l.ll--l~-_I _-_--____I e BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed staten of his/her financial responsibility. r/ Id 0 E \ !GS$\ F&?raz\rw-n B 6dR Gd, 0 I 4 I I I I b I 4 I I I P (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) I (CORPORATE SEAL) P F e l COMMERCIAL CONTRACTORS, INC. San Diego, California Financial Statements and Supplemental Data March 31, 1989 and 1988 and Independent Auditor's Report 0 e Financial Statements Commercial Contractors, Inc. and Supplemental Data San Diego, California March 31, 1989 and 1988 I) TABLE OF CONTENTS Independent Auditor's Report ........................................ I Financial Statements: Exhibit A - Balance Sheets ........................................ Exhibit B - Statements of Income and Retained Earnings ............ Exhibit C - Statements of Cash Flows...............-........... Notes to Financial Statements...............................-......... Supplemental Data: 0 Schedule 1 - Contracts Completed .................................. Schedule 2 - Contracts in Progress ................................ Schedule 3 - Operating Expenses ................................... ******* e WALTER L. WALTKE CERTIFIED PUBLIC ACCOUNTANT 1700 WEST RIDGE ROAD 0 LINCOLN, NEBRASKA 68502 Telephone 402/42 1 - 1750 INDEPENDENT AUDITOR'S REPORT I Board of Directors Commercial Contractors, Inc. San Diego, California I have audited the accompanying balance sheets of Commercial Contractors as of March 31, 1989 and 1988, and the related statements of income and tained earnings, and statements of cash flows for the years then ended. financial statements are the responsibility of the Company's management. responsibility is to express an opinion on these financial statements ba on my audits. I conducted my audits in accordance with generally accepted auditing sta Those standards require that I plan and perform the audit to obtain reasl assurance about whether the financial statements are free of material mi ment. An audit includes examining, on a test basis, evidence supporting amounts and disclosures in the financial statements. An audit also incl assessing the accounting principles used and significant estimates made ; management, as well as evaluating the overall financial statement presen I believe that my audits provide a reasonable basis for my opinion. In my opinion, the financial statements referred to above present fairly all material respects, the financial position of Commercial Contractors, as of March 31, 1989 and 1988, and the results of its operations and its flows for the years then ended in conformity with generally accepted accl principles. The supplemental data presented in Schedules 1 through 3 is not consider1 essential for the fair presentation of the financial position of Commerc Contractors, Inc., the results of its operations and its cash flows in CI with generally accepted accounting principles. However, the supplementa was subjected to the auditing procedures applied in the examination of t basic financial statements and, in my opinion, is fairly stated in all m respects in relation to the basic financial statements taken as a whole. 0 U&L t. czh.A%L Certified Public Accountant Lincoln, Nebraska June 29, 1989 0 Exhibit A Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 BALANCE SHEETS (Note 1) Mar. 31, 1989 Mar. : Cash..........,..........................-.-..,..-... $1,320,780 $ 6t Contract receivables (Note 2) ...................... 1,996,102 2,3: Receivable from stockholder (Note 8) ............... 19,388 Common stock owned (Note 3) ........................ 0 2: State income taxes overpayment (Note 4) ............ 0 Prepaid expenses................................--- 21,952 0 Current Assets: - Total current assets.....,.,.,....,.,.....-.,. $3,358,222 $= Machinery .......................................... $2,177,950 $1,1' Vehicles ........................................... 325,582 3( Total cost......-................,,...........--. $2,608,314 $1,5 Less accumulated depreciation ................ 324,110 1( Net equipment .............................. $2,284,204 $_1_Z_f?. I Equipment: ................................... - Office equipment 104,782 - Other Assets: Art works............................-..........---. $ 18,120 $ Deposit on real estate............,.,..............- 10,000 Notes receivable from employee ..................... 6,130 Unamortized loan financing cost.,.......... 1,675 ........ - Total other assets........-........,....... $ 35,925 $- TOTAL ASSETS.....,........,.,.,.........,.,.....,........-.-. $5,678,351 $4,6 Accounts payable ................................... $ 821,432 $7 Accrued payroll .................................... 0 Current Liabilities: - Accrued interest payable ........................... 3,261 Payroll taxes payable .............................. 9,075 Property taxes accrued ............................. 831 Income taxes payable (Note 4) ...................... 239,547 Current portion of deferred income taxes (Note 41.- 172 I 425 1 Provision for income taxes on unrealized gain Payable to Commercial Contractors Equipment, Inc. Billings in excess of costs and estimated on common stock owned (Note 3).....,. ............ 0 (Notes 3 & 8) .................................... 0 1 earnings on contracts in progress (Note 5)....... 902,180 1,1 Current portion of notes payable ................... 250,316 1 Total current liabilities....... ........... $2,399,067 $* Notes payable (Note 6) ............................. $1,466,820 s1,o Less current portion ............................. (250,316) (1 Total long-term liabilities ................ $1,350,389 $= - Long-term liabilities: - Long-term portion of deferred income taxes (Note 4) 133,885 Commitment and contingency (Note 7) Stockholder's Equity: Common stock (Authorized 2,500 shares at $100; 2,135 shares outstanding) ........................ $ 213,500 $2 Retained earnings (Exhibit B). ..................... 1,715,395 1,o Total stockholder's equity ................. $1,928,895 $G TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY ........... $5,678,351 $4,6 - - 0 The accompanying notes are an integral part of these financial statements. Exhibit B Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 STATEMENTS OF INCOME AND RETAINED EARNINGS (Note 1) 0 4/1/88- 4/ 3/31/89 - 3/ Revenues earned,.................,..... ................ $10,707,626 $6,: Cost of revenues earned........,.................... 8,768,015 - 5,E Gross profit...... .................................. $ 2,018,811 $5 Earnings from contracts (Schedules 1 and 2): I E - - Operating expenses (Schedule 3) ....................... 778,804 ......................... Income (loss) from operations $ 1,240,007 $2 Interest income (Note 8)... ......................... $ 44,547 $ Management fee (Note 8) ............................. 0 1 Insurance recovery on fire damage ................... 0 Equipment rental income............................. 0 Gain on sale of equipment 0 Interest expense.........................-.......... $ 68,466 $ Amortization of loan financing cost..,.............. 1,675 Bank fee for line of credit.................. ....... 0 Bad debts..... ...................................... 0 Other income: ........................... - Total other income...................... .. $ 44,547 $2 Other expenses: - Total other expenses.............*........ $ 70,141 $- Pretax net income before extraordinary items........ .. $ 1,214,413 $- Current provision ................................... $ 439,923 $: (: Net income taxes provision $ 508,636 $- Net income before extraordinary items................. $ 705,777 $- a Income taxes (Note 4): - 68,713 Increase (decrease) in deferred............. ........ ................ Extraordinary items: Commercial Contractors Equipment, Inc. (Note 3): Decrease in value of common stock owned. .......... $ Provision for income taxes on value of common Total extraordinary items ................. $A stock owned in excess of cost basis ............. - NET INCOME (LOSS) ..................................... $ 705,777 $ RETAINED EARNINGS: Beginning of year...........................-.......^.-. 1,009,618 _. I,( End of year.....................................-...-. $ 1,715,395 $g The accompanying notes are an integral part of these financial statements. e Exhibit C Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 STATEMENTS OF CASH FLOWS (Note 1) 4/1/88- 4/ 3/31/89 - 3/ Cash From (Used For) Operating Activities: 0 Net income (loss) per Exhibit B....................... $ 705,777 $ ( Noncash income and expenses included above: 218,572 Depreciation ........................................ 0 Gain on sale of equipment ........................... Amortization ........................................ 1,675 Bad debt - Loan to Marilyn Christensen .............. 0 Increase (decrease) in deferred income taxes......-. 68,713 (1 1 Contract receivables.... ............................ 337,082 (2,C Accrued interest receivable.... ..................... 0 Common stock owned 0 Deferred officer salary expense....,...-..........-. 0 1 Income taxes overpayment ............................ 8,516 (Increase) decrease in following current assets: .................................. Prepaid expenses .................................... (6,466) Increase (decrease) in following current liabilities: Accounts payable 83,377 ( .................................... Accrued interest payable ............................ (23) Accrued payroll ..................................... (33,519) Payroll and property taxes payable .................. (2,207) Income taxes payable ................................ 167,924 (. Provision for income taxes on unrealized gain on common stock owned. ............................ Payable to Commercial Contractors Equipment, Inc.... Billings in excess of costs and estimated 1, - .............. (256,612) earnings on contracts in progress... e NET CASH FROM (USED FOR) OPERATING ACTIVITIES..........- $ 1,292,809 $A Cash From (Used For) Investing Activities: Commercial Contractors Equipment, Inc.: Consideration for sale of common stock owned ...... $ 219,544 Cancellation of payable for equipment purchased ... Cash received. .................................... $ 114,544 (105,000) Sale of equipment ................................... $ O$ Purchase of equipment ............................... (1,091,169) (1, Loans to stockholder ................................ (136,388) ( Loans to employee ................................... (8,200) (28,120) Purchase of art works and deposit on real estate.... 117 , 000 Repayments received............ ................... Repayments received. 2,070 NET CASH USED FOR INVESTING ACTIVITIES..-...............- $(1,030,263) $(I, - Cash From (Used For) Financing Activities: - .............................. Loans from Bank of Southern California .............. $ 3,290,000 $ Principal repayments .............................. (3,140,000) Loan financing cost.-....... 0 Principal repayments .............................. (137,006) - ...................... Loans on equipment purchased ........................ 357,727 NET CASH FROM FINANCING ACTIVITIES. ..................... $ 370,721 $2 Cash - Increase (decrease) .............................. $ 633,267 $ { 1, ................... - - Beginning balance....-.......- 687,513 e - Ending balance ................................... $ 1,320,780 $- - The accompanying notes are an integral part of these financial statements. Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 0 NOTES TO FINANCIAL STATEMENTS I. NATURE OF BUSINESS AND SIGNIFICANT ACCOUNTING POLICIES Commercial Contractors, Inc. is a corporation whose outstanding capital s is wholly owned by Joseph W. Augustine. The corporation is a general hea construction contractor and most of the work is performed under fixed-pri contracts- I Revenues from fixed-price contracts are recognized on the percentage-of- completion method, based on management's estimate of the percentage of completion of each contract. Contract costs include all direct material and labor costs and those indi costs related to contract performance. Operating expenses are recognize< as incurred. Provisions for estimated losses on uncompleted contracts ai made in the period inwhich such losses are determined. Changes in job performance, job conditions and estimated profitability, including those arising from contract penalty provisions and final contract settlements, result in revisions to costs and income, and are recognized in the perioc which the revisions are determined, The liability, "Billings in excess of costs and estimated earnings on contracts in progress," represents billings in excess of revenue recogni: Contract receivables are considered by management to be fully collectiblt and it was not considered necessary to provide an allowance for doubtful collections. Any accounts which may become uncollectible will be chargec to operations when that determination is made. Equipment is recorded at cost. Depreciation is computed by the straight- line method over the estimated useful lives of the respective assets. Loan financing costs are amortized over the term of the loan of 2 years. Deferred income taxes are provided for timing differences in reporting income for financial statement purposes and for tax purposes arising fro differences in the methods of accounting for construction contracts and depreciation. Construction contracts are reported on the percentage-of- completion method for financial statement purposes. For tax purposes, a construction contract in progress which began before October 14, 1987, i accounted for 40% by the percentage-of-completion method; construction contracts in progress which began after June 20, 1988, are accounted for by the percentage-of-completed method; and the remainder of those contra are accounted €or by the completed-contract method. Straight-line depre is used for financial statement reporting and accelerated depreciation i for tax reporting. 0 0 commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 NOTES TO FINANCIAL STATEMENTS 0 2. CONTRACT RECEIVABLES March 31, March 31, 1989 1988 Contract receivables billed: Contracts in progress....,...,.......... $1,973,553 $2,333,184 Completed contracts..................... 22,549 0 I $1,996,102 $2,333,184 3. COMMON STOCK OWNED As of March 31, 1988, the Corporation owned 787 shares of common stock oj Commercial Contractors Equipment, Inc., Lincoln, Nebraska, which represei 50% of the outstanding capital stock of that company. That stock was so: on April 1, 1988, as follows: Cash received. ............................................... $114,544 Cancellation of amount payable to Commercial Contractors Equipment, Inc. for equipment purchased .................. 105,000 Total consideration.. ................,....................... $219,544 Cost basis... ................................................. 78,730 0 Gain (Unrealized as of 3/31/88, realized 4/1/88) ........... $140,814 Provision for income taxes as of 3/31/88, on above at 40.138%.,............-.-.-................................. $ 56,520 (Tax rates: Federal 34%; California 9.3%) (.34 x .907 = -30838 plus -093 = -40138) Statement value of common stock owned: As of March 31, 1988,....... -.............................. $219,544 As of March 31, 1987 ..................-..................... 282,451 Decrease in value 4/1/87-3/31/88 ............................ $ 62,907 0 Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 NOTES TO FINANCIAL STATEMENTS 0 4. INCOME TAXES 4/1/88- 4 3/31/89 - 1 Pretax net income per Exhibit B - Estimated earnings on contracts in progress: Percentage-of-completion method ...................... $1,214,413 $ March 31, 1989..... .................................. (1,755,369) March 31, 1988....................................... 689,787 ( March 31, 1987 ....................................... March 31, 1989...... ................................. 238,977 March 31, 1988 ....................................... (139,599) i Indirect costs of contracts in progress: March 31, 1987......................,..,...,........~..... Contract in progress March 31, 1989, begun before October 14, 1987: March 31, 1989, $1,249,005 times 40%......,........ 499,602 June 20, 1988: 1989, $267,387 times 90%. 240,648 Gross profit earned less indirect costs to Contracts in progress March 31, 1989, begun after Gross profit earned less direct costs to March 31, .......................... Deferred officer salary expense: Realized gain on sale of common stock in Tax depreciation over financial depreciation ........... (435,352) Taxable gain over financial gain on sale Nondeductible expenses........ ......................... 3,082 State income taxes.................,.,....................~~ (124,162) Federal taxable income..............................-.. $ 572,841 $ Estimated earnings on contracts in progress............ 1,755,369 Indirect costs of contracts in progress.... ............ (238,977) Gross profit earned less indirect costs on contracts March 31, 1987...............,..,............0.....-- Commercial Contractors Equipment, Inc................ 140,814 0 of equipment ......................................... 0 - in progress as of March 31, 1989: On contract begun before Oct. 14, 1987, 40%........ (499,602) On contracts begun after June 20, 1988, 90%....-... (240,648) Tax depreciation over alternative minimum tax depreciation on equipment placed in service after 1986 204,248 - Federal alternative minimum taxable income...,. ........ $1,553,231 $- - (Continued) 0 Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 NOTES TO FINANCIAL STATEMENTS 0 4. INCOME TAXES (Continued) 4/1/88- 4 3 3/31/89 - Federal income tax: Regular tax on federal taxable income................ $ 194,766 $ Alternative minimum tax: $1,553,231 times 20%, less $194,766 ,..-.-......~... 115,880 $ 855,198 times 20%, less $ 64,127 ................ Investment credit recapture on credit claimed when I Commercial Contractors, Inc. was a partner in the Commercial Contractors Equipment partnership ....... Total federal income tax........................... $ 315,761 $ 5,115 - Underpayment penalty ................................. 0 State income taxes: 87,168 California . Regular ................................. - Alternative minimum tax...............-. 36,852 Nebraska ............................................. 142 - Federal and state income taxes - Current provision Federal tax credit on diesel fuel...........-......-... (7,068) Estimated tax payments - Federal. (171,040) - California.................... (22,268) - Nebraska. 0 (Exhibit B) .......................................... $ 439,923 $ ...................... ..................... - Income taxes payable (overpayment) - Federal (Exh. A) .. $ 137,653 $- - States (Exh. A). -. 101,894 $1 - $ 239,547 0 Temporary timing differences between financial statements and tax returns: Estimated earnings on contracts in progress. ......... $1,755,369 $ Indirect costs of contracts in progress.............. (238,977) Gross profit earned less indirect costs on contracts in progress as of March 31, 1989: On contract begun before Oct. 14, 1987, 40%...... (499,602) On contract begun after June 30, 1988, go%.-..... (240,648) Accumulated depreciation - Tax over financial........ 602,664 - Net temporary timing differences.-....................... $1,378,806 $- - Deferred income taxes on above: Federal .............................................. $ 437,726 $ Alternative minimum tax credit - From 3/31/89 .... (115,880) - From 3/31/88.. .. (106,913) California... ........................................ 128,229 Alternative minimum tax credit - From 3/31/89 ...... (36,852) - Current portion - On contracts (Exhibit A) ........... $ 172,425 $ Long-term portion . On depreciation (Exhibit A) ...... 133,885 Total deferred income taxes............................. $ 306,310 $- $ 306,310 $- 0 Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 0 NOTES TO FINANCIAL STATEMENTS 5. COSTS AND ESTIMATED EARNINGS ON CONTRACTS IN PROGRESS March 31, ME Costs incurred on contracts in progress.....,....,..... $6,917,529 $5, Revenues earned.. ...................................... $8,672,898 $5, Billings to date..........................,..,.,.-,,... 9,575,078 - 7, 1989 ..................................... Estimated earnings 1,755,369 - I Billings in excess of costs and estimated earnings on contracts in progress..........,........... $ 902,180 $l, 6. NOTES PAYABLE Mi Notes payable to Bank of Southern California, consisting of two notes, one for $800,000 and one for $200,000 dated March 27, 1989, due June 27, 1990, with initial interest rate at 12.5%, which is variable at a rate of 1.0% over the national prime rate. All receivables, inventories, equipment and all other assets of Commercial Contractors, Inc. are pledged as collateral, and Joseph W. Augustine is the guarantor. These notes are for a revolving line of credit of $1,000,000 on which advances may be requested by the borrower. Unpaid principal balance March 31, 1989........,.................~. $ Note payable to Caterpillar Financial Services Corporation, originally for $220,871 on January 8, 1988, payable $6,877.49 per month for 36 months, February 15, 1988 thru January 15, 1991, including interest at 7.6% per annum. Secured by a 1987 Caterpillar D8N tractor, dozer, ripper and accessories. 0 Unpaid principal balance March 31, 1989.................,.,,.... ..... Note payable to Caterpillar Financial Services Corporation, originally for $136,220 on February 18, 1988, payable $4,243.55 per month for 36 months, April 1, 1988 thru March I, 1991, including interest at 7.6% per annum. Secured by a 1988 Caterpillar 966E wheel-type loader, bucket and accessories. Unpaid principal balance March 31, 1989........................... Note payable to Caterpillar Financial Services Corporation, originally for $57,608 on Sept. 2, 1988, payable $2,558.40 per month for 24 months, Oct. 1, 1988 thru Sept. 1, 1990, including interest at 6.2% per annum. Secured by a 1988 Caterpillar D4H tractor, dozer, ripper and accessories. Unpaid principal balance March 31, 1989.........................~~~~ (Continued) 0 Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 e NOTES TO FINANCIAL STATEMENTS 6 e NOTES PAYABLE (Continued) MI Notes payable to Caterpillar Financial Services Corporation, originally for $248,884 on January 5, 1989, payable $7,811.00 per month for 36 months, Feb. 1, 1989 thru Jan. 1, 1992, including interest at 8.1% per annum. Secured by a 1988 Unpaid principal balance March 31, 1989...,....................0..... $ Note payable to Concord Commercial Group, originally for $51,235.00 on Feb, 14, 1989, payable $2,346.00 per month €or 24 months, April 1, 1989 thru March 1, 1991, including interest at 9.25% per annum. Secured by an Ingersoll-Rand SPF-48 vibratory compactor. I Caterpillar 235C excavator. .................. Unpaid principal balance March 31, 1989.......... - Total Unpaid Principal Balance as of March 31, 1989 ................ Required payments on long-term debt: $& - April 1989 thru March 1990,.....................-................. $ April 1990 thru March 1991...........................-.... ........ 1 April 1991 thru January 1992.. ................................... - Less interest included - Present value March 31, 1989..,............................. .. $2 - Total required payments ........................................ $1 ....................................... 0 7. COMMITMENT AND CONTINGENCY The Company leases office space in the Pearl Executive Plaza at 8369 Vickers St., San Diego, California. The lease agreement, dated December 3, 1987, is €or two years from January 1, 1988 to December 31, at $1,300 per month. Remaining required payments on the lease as of March 31, 1989, totaled $11,700. The Company was a general contractor for a construction contract with Ash Grove Cement Company at Louisville, Nebraska, which it subcontracted to Commercial Contractors Equipment, Inc., Lincoln, Nebraska. The const tion contract was completed in May 1986, but it is not finally settled. April 1987, Ash Grove Cement Company asserted that the quantity of earth moved was less than the quantity for which billings were submitted and demanded that the total billings should have been $317,923 less- The tc contract was for $2,264,005 which was reduced to $2,104,150 by cancellat of billings of $159,855 as of March 31, 1987, which had not been collect (Continued) e Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 0 NOTES TO FINANCIAL STATEMENTS 7. COMMITMENT AND CONTINGENCY (Continued) In June 1988, Ash Grove Cement Company filed a lawsuit seeking a refund o $317,923 allegedly overpaid by them €or services rendered by Commercial Contractors Equipment, Inc. in the performance of a contract to remove ov burden from a quarry stripping site near Louisville, Nebraska. The case pending before the District Court of Lancaster County, Nebraska, and it h Contractors Equipment, Inc. have filed a counterclaim for $1,172,312 alle fraud on the part of Ash Grove Cement Company. The discovery phase of th lawsuit will likely continue for several months, and it is anticipated th trial will not be held before the fall of 1989, or the spring of 1990. A the date of this report, legal counsel is not able to predict the outcome this litigation. Commercial Contractors, Inc. and Commercial Contractors Equipment, Inc. 1 an agreement dated September 18, 1987, that any liability which may arisc regarding the Ash Grove Cement Company claim, shall be satisfied one-hall each of them. Therefore, the maximum potential liability of Commercial Contractors, Inc. is $158,962 plus one-half the legal fees and expenses. I not yet been scheduled for trial. Commercial Contractors, Inc. and Comme 0 8. RELATED PARTIES TRANSACTIONS All the outstanding capital stock of Commercial Contractors, Inc. is ownc Joseph W. Augustine, and as of March 31, 1988, Commercial Contractors, 11 owned 50% of the outstanding capital stock of Commercial Contractors Equ: Inc. The stock owned in Commercial Contractors Equipment, Inc. was sold April 1, 1988, as described in Note 3. Commercial Contractors, Inc. made loans to Joseph W. Augustine which toti $136,388 during the year ended March 31, 1989, and $135,000 during the yf ended March 31, 1988. As of March 31, 1989, all except $19,388 of those were repaid to the Company by Joseph W. Augustine, and the $19,388 was rc June 12, 1989. Interest of $4,093 during the year ended March 31, 1989, $6,934 during the year ended March 31, 1988, was received by the Company Mr. Augustine. On May 8, 1989, Commercial Contractors, Inc. made a loan of $320,000 to Joseph W. Augustine for the purpose of a divorce settlement. It is anti that loan will be repaid over a period of several years with interest at applicable federal rate. A second mortgage on the residence of Joseph W Augustine is the Company's security €or this loan. (Cont inued) 0 Commercial Contractors, Inc. Financial Statements San Diego, California March 31, 1989 and 1988 NOTES TO FINANCIAL STATEMENTS 0 8- RELATED PARTIES TRANSACTIONS (Continued) A management fee of $150,000 and subcontract fees of $50,000 were receivt from Commercial Contractors Equipment, Inc. during the year ended March : Subcontract costs paid to Commercial Contractors Equipment, Inc. were $2( during the year ended March 31, 1988. The Company purchased certain con! equipment and vehicles for $105,000 in July 1987, from Commercial Contra( Equipment, Inc. The $105,000 was payable to Commercial Contractors Equi- Inc. as of March 31, 1988, and was deducted from the proceeds received o sale of the stock owned in Commercial Contractors Equipment, Inc. on Apr 1988, as described in Note 3. Through August 31, 1987, the office building used by Commercial Contract Equipment, Inc. was rented from Joseph W. Augustine on a month-to-month basis at $500 per month. That lease was terminated August 31, 1987. I e a 0rlTra,0cnuJmco 0 c, m4m~vmr-v~ mm-4 avm-eammvm amw c4&-cIIs- -LEO COdNmvaCnP ;b4 cv k d mNN-aP m 0 m cnaom ( a, mlnCOm c a, rnr-at-4 ( 4 aNad \ v NCV 1 L -\54 v mvwm r - 4 5 k a a c, a a0 a, -0 a4 c- c, a,d Em a, d - I -4 h h v? v? v? < rlmm4cnmm a, m mocom ( zwrJY N0maDarlO v a, rlma,m ! 0: CIZcII- c --I- 2~' mcvomrlrlm *$! aNaNa v :Up: v? v? v? i mrlrlmvvm m m mama, rrvQaa,od N rldrna, I 0 rlavm I mrlmrl ( a, N -34 - -4 *oa, I ovacncoamm a, a,aa,w 1 N cvvam I rluJ a300m4r-r-v a r-Traa I aa rlamo4va,v r'7a, -cIcccIc c c mmavmmob q Covom 1 k0k PNNCDCS or- m QOPO L --b- QSa (DCVbcvCO m F) mvcvcv ! Qr4 b -- m Lnd I h oo~c1cnw~ma0 c, mrlm~vv~vv *-d rlmmvwomvm kk ~NPON~~I- 3a mr: gw bCLIII4LY aa Trd d m 0 o ~lwomvmcn~ m -4wa5 mQla\pJ I oca,%mmwm i gzny.: adem 0.2$$.2G i-lrlacv g+tuzn+J~ zzy v? v? -(:$8w"W * 4 a +J 4 rlor-4mr-m a, zn a,a,mma~o v Ezs commcovmm m +., c comamcoarl uQa, comodrlmm a;> dmocnavv m s u 0 (d k d r: w P E \ L14--4- k a, --- 0 Q"p: Nrld v? m me 3 00 4u c k c B (0 mocvodPbv d a,a oacnrn4mmv m ga, LII.Ib\b cc cor-aomrlo~ X a,& m~arlvmo~ $5 aTrrloamm 0 a,w ---I u p: rloo~com~lm 0 m e ,m Bp./ 2%%$ Dl mvam da@c --.- &&; Pvoa 04J-d gg&: ";:t;y[ -- uww g4 mor-a, zn r-a,ma, @'(I vmnrla, ga, LICI Ci-l mmr-cv (url vmcvw $04 CJav'(v Nrlrlrl 4 \ CP t=z a, I ......... @ c, ......... - um.4 ......... rlam dkk a, a, 0 4 a-; - -4 .N X $-Qua rl ......... m aN 0000 oomo mmaa COP 5. b * - U ... 4 .. ..#x.*. . ..... c, u a b k GI .a. H .NUN am *434 .F 0' ' .s .4.*. a .4u 4. ... cn c, PI cn E: 0 emaa .c * 4 a .a9u *a *43:3 *c * ' w 3 e.-.. 2 V rl G <It mncor-a, In maw* a, aomm ---- z mmcva a, omwv > .a, .u .e.. . 0 a, E GI *&*a 00 * a P; w c3 c.c,... a,F)a,cv firs -- Commercial Contractors, Inc. Supplemental Data San Diego, California March 31, 1989 and 1988 a SCHEDULE 3 - OPERATING EXPENSES 4/1/88- 4/1/87- 3/31/89 3/31/88 i Advertising and promotion ............. $ 986 $ 317 Airplane expense. ..................... 6,689 3,383 108 141 Bank service charges .................. Data processing services. ............. 11,381 5,259 Depreciation .......................... 218,572 78,493 355 204 Donations.........--..----...-.--.---- Dues and subscriptions ................ 3,950 2,846 348 526 Education. ............................ Estimating expense .................... 5,086 3,886 Insurance - General.... ............... 81,696 56,195 - Group ..................... 6,377 2,959 - Officer life.............. 1,335 1,335 392 Miscellaneous expense, ................ 1,135 Moving expense.. ...................... 0 1,057 Office supplies and expense.........-- 13,934 9,789 Outside services - Office...... ....... 2,604 4,016 482 795 Photography expense. .................. Postage and express ................... 2,549 1,849 Professional fees - Accounting ........ 7,206 5 , 681 0 - Legal ............. 41,033 10,307 Rent................-.-..-----.--- 21,313 11,420 Repairs and maintenance.. ............. 0 6,258 Salaries - Officer................-..- 209,600 340,000 10,711 Taxes - Payroll ....................... 9,789 - Property, vehicles, other.,.-. 11 , 681 4,212 Telephone.... ......................... 19,600 9,616 Travel and entertainment .............. 7,883 7 , 923 220 85 1 Utilities...............-...----.- Vehicle expense.................-....- 6,078 5,118 0 0 - Appraisals. ....... 2 , 000 - Other......... ............. 79,421 13,379 Vehicle expense allowances ............ 5,393 Total ................................. $778,804 $598,918 a - >... , in tt J a na u ry On this 31st day of before me, the undersigned, a Notary Public in and for said State, pers , persona (or proved to me on the basis of satisfactory evidence) to be the person wI within instrument on behalf of the Corporation therein named, and acknowle the Corporation executed it. WITNESS my hand and Joseph Auqustine, President 11 B :i ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA-X-Rev. 5-82 I 0i98z WOLCOTTS. INC. (priceclass 8-21 - 6* E 1 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar charac to that included in the proposed Contract he/she has successfu performed and give references, with telephone numbers, which hi enable the City to judge his/her responsibility, experience skill. An attachment can be used, if notarized or sealed. # I 1 I 8 a I I) s I 1 I I 1 I I 'Name and Phone' I I Date I 'Contract IName and Address No. of Person I Type of 'Amount of I Completed, I of the Employer 1 to Contact I Work ! Contract I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ! I I 1 1 I I (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) t- q (I LJST OF COMPLETED PRQJECTS 1989 - 1975 mMsEm OWNER MISSION vAL;LFy HEIGI-ES SUBDIVISION H.G. FENTON MATERIAL COMpAMl San Diego, CA. P.O. Box 64 Contract No. 451 San Diego, CA. 92112 Contract Amt: $4,275,000.00 Attn: TimFlanagan Completion: 7-89 50% Corrrp. 619-566-2000 TELEGRAHI CANYON CHANNEL DEPAKIMEXF OF THE ARMY Chulavista, CA. Lm Angeles District for Contract No. DACWO9-88-C-0002 City of Chula Vista Contract Amt: $7,381,191.00 22 44th Avenue campletion: 6-89 95% Carp. mula Vista, CA. 92010 Attn: Roberto Saucedo 0 619-422-0206 SAN LUIS REX GAL;LANT GFGIDING CITY OF OCEANSIDE Oceanside, CA. 320 N Home Street Contract No. 450 Oceanside, CA. 92054 Contract Amt: $800,000.00 Attn: Roberto Saucedo Completion: 5-89 60% Comp. 619-422-0206 CXW'RAL BEIN DRAINAGE: CAHNNEL CITY OF BIULA VISTA Chulavista, CA. 276 4th Avenue Contract No. 449 CZlula Vista, CA. 92010 Contract Amt: $240,000.00 Attn: Tom Iutz campletion: 3-89 99% Cmp. 619-691-5023 LIBBY ARMY AIRFIELD DEPT. OFTHEARMY ReconstruCtion Lc6 Angeles District Fort Hmchuca, AZ. Contract No. lXCWO9-87-42-0091 P.O. Box 539 Contract P;rrrt: $1,018,129.00 FOI~ Hauchuca, AZ. 85613-0539 Completion: 7-88 Attn: HarlandKroll corps of Rqineers 602-538-5375 0. 1 REPAIR TAXIWAYS C APRONS Dm. OF THE ARMY Contract No. DACAO9-87-C-0130 Fort HUX~IUCZI, AZ. 85616-0539 Campletion: 7-88 602-538-5375 MERIDIAN STFUmr CHANNEL RIVERSIDE CW"Y Riverside County, CA. Contract No. 4-0-261 1995 Market Street Contract Amt: $2,258,788.00 Riverside, CA. 92502 Completion: 7-88 Attn: Tan Carpenter Fort Huachuca, AZ. P.O. Box 539 0 Contract Amt: $1,136,460.00 Attn: HarlandKroll Flood Control District 714-787-1263 MAINTAIN CUTSIDE RUNWAY DEPT. OF THE AIR FORCE LukeAFB, AZ. Contract No. F026-8742-0064 Luke AFB, AZ. 85309-5000 Contract Amt: $1,477,248.00 Attn: =die Sexton Completion: 5-88 602-8 56-64 02 mVIs Im" AFB DEFT. OF THE AIR FofzcE Tucson, AZ. Headquarters 836th Air Division Contract No. F02601-88-C-8004 Davis Monthan AFB, AZ. 85707-50 Contract Amt: $523,566.00 Attn: Sgt. Todd Headquarters 832 D Air Division Completion: 3-88 602-750-3873 LLN~IN BYPASS US-77 to A Street NEBRASKA DEP- OF ROADS Iancaster County, NE. P.O. Box 94759 Contract No. F-77-2 (134) Iihwln, NE 68509-4759 Contract Amt: $3,294,636.34 Attn: KenHartwig 0 Completion: 10-87 402-477-4987 GRADING ON NEXRASKA HI-Y #128 Contract No. RS-128-7 (1002) Lincoln, NE. 68509-4759 Contract Amt: $445,231.23 Attn: QlarlesCavanaugh NEBRASKA DEpAzilMENT OF ROADS otoe county, NE. P.O. Box 94759 Completion: 6-87 402-479-4661 AEERATIONS OF WARM CREEK & SANTA Ana River Channels at confluence san - * county, CA. P.O. Box 3157 Contract No. IXCWO-86-C-0045 Ontario, CA. 91761 Contract Amt: $2,348,089.40 Attn: James Baron DEPARTPENT OF THE ARMY, LA District, Cop of Ehgheers . Completion: 4-87 7 14 -98 1-557 1 IN=-TION OF IRRIGATION SYSTEM OFFICER IN CHARGE OF CDbImCI'I Bayview Hills Housing SanDiego, CA. 1220 Pacific Highway Contract No. N62472-8342-8627 San Diego, CA. 92136 Contract Amt: $414,345.00 Attn: Kevhwznker Department of the Navy Campletion : 4-87 619-696-5371 0 E"CY sIIIEAMBAM< PFXYJTCI'ION DEPARDE" OF THE ARMY, CMAHA Platte River Corps of mginm Ashland, Ne. P.O. Box 13287 Contract No. lXCW45-86-C-0407 Offutt AFB, Ne. 68113-02 Contract Amt: $119,549.60 Attn: Jerame M. Woods Ilt Completion: 1-87 402-291-42 60 DRAINAGE REPAIRS OFFICER IN CHARGE OF CONS'IRJCI'I Cabrillo Heights Housing SanDiego, CA. 1220 Pacific Highway Contract No. N62474-84-C-4775 San Diego, CA. 92136 Contract Amt: $4,237,040.00 Attn: RICKTHURMAN Department of the Navy completion: 8-86 619-696-5328 QUARRY SITUPPING (3,100,OO cu yd) ASH GROVE CEMENT COMPANY Louisville, NE. P.O. Box 25900 Attn: Frank Evans, Proj. Mgr. Overland Park, KS. 66225 402-234-2415 Attn: Bob Phillips Completion: 5-86 DEvELI3pMENT SllAGE I11 DEPAFtlMWT OF THE ARMY, KANSAS Longview Lake, MI). District, Corps of Ehgineers Contract No. lXCW41-85-C-0180 12500 P East 40 Highway Contract Amt: $168,987.62 Independence, PD. 64055 Cmpletion: 4-86 Attn: Tcrm Knipp Contract Amt: $2,264,000.00 913-451-8900 816-478-0182 MID CITY FENPALS 36 UNIT APARTMENF 540 South 17th Street 727 ttOtt Street Lincoln, NE. Lh~~ln, NE. 68508 Contract Amt: $986,000.00 Attn: Joan Fosler Completion: 10-85 402-477-1264 RESIDENCE REMODEL DR. STEPHENYOUNGBERG 3920 Prescott Avenue 3920 Prescott Avenue Lincoln, NE. Lincoln, NE. 68506 Cmpletion: 10-85 REPAIRMOUNMINCREMFUPRAP Naval Air Station Contract No. N62474-8542-9646 Completion: 10-85 Attn: G. Hartshorn 0 Contract Amt: $156,000.00 402-483-0383 OFFICER IN CHAIiGE OF CY3NSTRUa Department of the Navy Naval Air Station, Bldg 30 Contract Amt: $276,000.00 Dallas, TX. 75211-9519 2 14-266-6457 EMEFGENCY BANK PRCEECI'ION DEP- OF THE ARMY, OMAHA c South Platte River Iliff, CO. Contract No. lXCW45-85-C-0229 Colorado Springs, CO. 80906-41C Contract Amt: $117,225.85 Attn: GregMoor Completion: 8-85 3 03-979-4 120 Corps of Engineers 2860 S. Circle Drive * 9 UNIT Ap- BUILDING MR. M. LUCA 1716 E. Street c/o Marge Neeman Lincoln, NE. 2105 Sandstone Road Contract Amt: $385,000.00 Lincoln, NE. 68510 0 Completion: 6-85 402-421-1701 EMERGENCY BANKERmECrIoN DEPARIMENT OF TIE ARMY, KANSAS 1 Elkcreek, NE. P.O. Box 231 Contract No. DACW41-854-0060 Cleawiew City, KS 66019 Contract Amt: $73,068.00 Attn: Paul Whaley Completion: 4-85 913-791-6776 S€"G CREEK WA" SITE 3-3 SOIL CONSEHCTATION SERVICE Construction of Rock Sills 100 Centennial Mall North Cook, NE. Lincoln, NE. 68508 Contract No. 50-6526-4-109 Attn: Haward McNiff Completion: 12-84 4 UNIT m- DFL mEEKr ExJLmLw 1255 South 21st Street 1201 Piedmnt Drive Lincoln, NE. Lhcoln, NE. 68506 Contract Amt: $135,000.00 402-488-1237 Ccxnpletion: 10-84 SCUTH FORK m- SITE 2A SOIL CONsmTION SERVICE Pawnee County, NE. 100 Conte.nnial Mall North Contract No. 50-6526-3-971 Lincoln, NE. 68508 Contract Amt: $191,208.62 Attn: Howard Miff Nefiaha River corps of Engineers Contract Amt: $51,625.00 402-471-5305 e Campletion: 8-84 402-471-5305 -AIR WOOD SIDING US AIR Klm, CCXFTRA-G DMS Offutt AFB, NE. Offutt AFB, NE. 68113 Contract No. 25600-82-0135 Attn: Frank Odd0 Contract Amt: $1,042,675.00 401-345-0575 Completion: 3-84 BANK m1LIZAnoN MIssouRI RIVER Dm! OF THE ARMY, CXW-IA D Blair, NE. corps of Engineers Contract No. DACW45-834-0287 P.O. Box 13287 Contract Amt: $593,500.80 Offutt AFB, NE. 68113 Completion: 1-84 Attn: JerameM. Woods 402-291-4260 0AKCEiEEKCHA"EZ- ~E?LATlESONA~REsouRc First Street to 1-80 Lincoln, NE. Lim=oln, NE. 68501 Contract No. 102-82 Attn: GlennJohnson Contract Amt: $143,687.00 402-474-3232 Completion: 10-83 216 North 11th Street 0 INSTALL SACDIN SYS"S us AI!? FORCE, CO"G DIVIS! Offutt AFB, NE. Offutt AFB, NE. 68113 Contract No. F25600-82%-0033 Attn: FrankCddo Contract Amt: $100,017.00 402-345-0575 Completion: 6-83 RIP RAP REPAIR US DEPAKIMENT OF THE INTERIOR Lmewell Dam wlreau of Reclamation Wewell, KS. North LMzp Construction Office Contract No. 2-07-7O-CO334 P.O. Box 130 Contract Amt: $845,665.00 ord, NE. 68862 Completion: 12-82 Attn: SamGeorye 0 308-728-3316 REpAlR SEWER LINE US AIR KIRCl2, CONTRACTING DMS: Offutt Am, NE. Offutt AGB, NE. 68113 Contract Amt: $120,666.00 402-345-0575 Contract No. F25600-82-DO036 Attn: Frank Odd0 Completion: 12-82 REPAIR WET EWNWTION US AIR KIRCE, CDNTRACI'ING DMS: Carehart Housing Offutt AFB, NE. 68113 Offutt AFB, NE. Attn: F'rank Odd0 Contract No. F25600-82-DO037 402-345-0575 Contract Amt: $289,212.00 Completion: 9-82 MAINTAIN FWNDATI0NWATJ.S US AIR FOFKE, CXlNTRA~ DMS: Capehart Housing Offutt AFB, NE. 68113 Contract No. 25600-82-Dl173 402-345-0575 Offutt AFB, NE. Attn: Frankoddo Contract Amt: $139,995.00 Completion: 8-82 MISQEIJANMWS REPAIRS DEPT OF HEALTH & HUMAN SERVICES IHS Hospital Wagner, SD. Kansas City, MO. 64106 Contract No. 18180018 Attn: StanMassey Completion: 6-82 4uNITAPAF?lmNr MR. MICHAEL porn 1832 Washington Street Lincoln, NE. Ventura, CA. 93003 Completion: 12-81 VA MEDICAL CENTER 600 S 70th Street Lincoln, NE. Lincoln, NE. 68510 Contract No. V597C-319 Attn: Don Wilson Completion: 9-81 e 601 E 12th Street Contract Amt: $225,930.00 816-374-2387 6448 Curlew Place Contract Amt: $124,500.00 805-642-7141 INSTmmR, BLDG. 5 VA MEDICAL CENTER Contract Amt: $227,340.00 402-489-3802 e SPACE -0NS GSA HlBIJC BLDG & REAL ESTATE Federal Building 1500 E Bannister Lincoln, NE. Contract No. GS-068-23480 Attn: Jim Keenan Completion: 8-81 MIscEuANM)TJs REpAlRs DEPT OF HEAEI'H & I" SERvIa IHS Hospital 1961 Stout Street Pine Ridge, SD. Denver, CD. 80294 Contract No. 181800030 Attn: John De Ioe Completion: 8-81 MILLNOW INSTALLATION DEPT OF INTERIOR, FISH & WILDLJ Blair , NE. P.O. Box 80225 DFC Contract No. 14-16-0006-138 Denver, 00. 80225 Contract Amt: $71,271.00 Attn: TyrllBroom Kansas City, MO. 64131 0 Contract Amt: $40,122.00 402-221-4725 Contract Amt: $133,930.00 402-221-3385 De Soto Wildlife Refuge SEHVICE Completion: 7-81 303-234-4614 OLD FEDERAL IWILDING EXIT sTAIE?s CITY OF L;I", HJCH. DEPT. contract Amt: $92,070.00 Lhcmln, NE. 68508 Cqletion: 5-81 Attn: Jim Hagm Lincoln, NE. 555 south 10th street 4 02 -47 1-7 17 1 METAL EUIIDING ANCHOR - Eastgate Commercial Parks Lincoln, NE. Lhcoln, NE. 68506 Contract Amt: $45,453.00 Attn: Chris Kidwell 3824 Normal Blvd. e Completion: 4-81 402-488-9151 4UNITm- MR. LARRY STEmENS 2507 E Street 2919 Park Place Lincoln, NE. Lincoln, NE. 68506 Contract Amt: $135,000.00 402-483-4302 Completion: 3-81 CITY/CCUNTY EWIIDING LANcAsTERcrxsNTy~ 1st Floor South Remodel 555 south 10th street Lincoln, NE. Lincoln, NE. 68508 Contract Amt: $97,911.00 Attn: W. RicbardBaker Campletion: 1-81 402-47 1-7 17 1 BATHROOM REMODEL CITY OF IJNCDUJ HOUSING AUTHOF3 Lincoln, NE. Lhcoln, NE. 68505 Completion: 12-80 402-467-2371 UXllRTrainingmter 5700 R Street Contract Amt: $15,088.00 Attn: Richardwlrke 0 RED ROCK JXM RECREATIONAL FACILITIES Red Rock Dam, Iowa District, Corps of Engheers Contract Amt: $554,602.00 Rock Islard, IL. 61201 Campletion: 11-80 Attn: L.R. Corey DE€" OF THE ARMY, FXXK ISLAND 0 309-788-6361 WATER TFWmmw PLANT mm DEPAKIMENT OF POWER & WATERKIRK Indianola, IA. 111 S wlxton Contract Amt: $161,599.00 Indianola, IA. Completion: 10-80 Attn: Bobl3utts 515-244-2359 PAWNEE & mQ-rED OAK LAKES SHOWER NEBRASKA GAME & PARKS CCMMISSIOl HOUSES 2200 N. 33rd Lancaster County, NE. Lincoln, NE. 68503 Contract No. 00747 Attn: Frankwlnker campletion: 10-80 CHAINmmm VIIJAGE OF UTICA Utica Ccmnnunity Park Utica, NE. Utica, NE. Attn: Lloyd Klebechavhnm Completion: 9-80 WERNER IMPI.l"r BUILDING WILXENS STEEL mmm Contract Amt: $23,737.00 402-464-0641 Contract Amt: $7,972.75 402-534-4237 Bellville, KS. P.O. Box 73 Contract Amt: $41,588.05 Geneva, NE. Completion: 8-80 Attn: DonWilkens 402-759-3135 0 CONSI'FUCI'IONS OF WINS & RECREATION NEBRA!3KA ExsIER SEAL SOcIrn EI[JILDING 12177 Pacific Milford, NE. CRnaha, NE. 69144 Contract Amt: $292,178.00 402-571-2162 campletion: 8-80 -Y lMpRovEMETJT NEBRASKA DEPT OF COF?RECTIONAL Lincoln, NE. SERVICES Contract No. Proposal B P.O. Box 94661 Contract Amt: $43,753.00 Lincoln, NE. 68509 Completion: 8-80 Attn: bugHansen 402-471-2 654 MElJAHILTJRFsTAREA NEBRASKA DEPXUMENF OF FXlAE6 Contract Amt: $212,743.00 Lhc~ln, NE. 68509 P.O. Box 94759 STY county, NE. completion: 7-80 Attn: Jack Anderson 6 PLEX APARIPENT HOUSE MID CITY RENTALS 1826 B Street 727 "0" Street Lincoln, NE. Lh~ln, NE. 68508 Contract Amt: $145,601.00 Attn: Joan Fosler Completion: 7-80 402-477-1264 a RESIDENCE MARK SI-IN 3900 S 32nd Street 3900 S 32nd Street Lincoln, NE. Lincoln, NE. 68506 Completion: 7-80 TWO RIVERS RIZCREATION AREA NEBRASKA GAME & PARKS mSION Valley, NE. 220 N 33rd Street Contract No. LEI 309 Lh~~ln, NE. 68503 Contract Amt: $31,935.00 Attn: Frankwznker Completion: 6-80 PEARSON MANOR THE PEARSON CHARITABLE cxauP York, NE. Contract Amt: $303,881.00 529 Lincoln Avenue Completion: 6-80 York, NE. 68467 0 Contract Amt: $60,500.00 402-483-1120 c/o First Trust Co. of York Attn: Robert Jones 402-362-4402 DOOR REPLACEMENT STATE OF NEBRASKSA, BLM;. DIV. state Capitol Building Lincoln, NE. win, NE. 69509 Contract No. 7747 Attn: WayneHaller Contract Amt: $95,779.00 402-47 1-419 1 Completion: 5-80 6 PL;M APAFUPENT HOUSE DEAN AWSTINE 1246 S 25th Street Lincoln, NE. Concord, CA. 94520 Completion: 5-80 WF” HOUSING mMTEcT Crofton, NE. Crofton, NE. Contract Amt: $435,086.00 402-388-2365 Completion: 4-80 BELMONT aXMJNTW CENTER -DES CITY OF IXNmW, RTRCH DEPT State Capitol Building 3711 San Michele Drive 0 Contract Amt: $146,497.00 415-798-7875 CROFlDN HOUSING AWRITY Lincoln, NE. 555 s 10th street Contract No. phase I Lincoln, NE. 68508 Contract Amt: $34,572.00 Attn: DanStahr Completion: 4-80 402-471-7 171 ma PARK L7” PARKS & RECREATION DEPJ Lincoln, NE. 2740 A Street Contract No. HUPB-78-MC-31-0001 Lincoln, NE. 68502 Contract Amt: $25,904.00 Attn: LarryGroup Completion: 4-80 402-471-7847 SILAGE MIXING & DISTRICI: FACIm DON mms Contract Amt: $27,748.00 Geneva, NE. 68361 Clay Center, NE. P.O. Box 73 Completion: 11-79 402-759-3135 e WATJJ REPAIR CITY OF LINCX", FURCH DEPT Airpark Recreation Center 555 s 10th street 0 Lincoln, NE. Lincoln, NE. 68508 Contract Amt: $7,468.00 Attn: Gary Hits Completion: 9-79 402-471-7 171 ADDITION, RECREATION FACILITY DFPAEUMENT OF THE ARMY mvins Pt. Dam and Lake Omaha Dist, Corps of Engineers Yankton, SD 215 N 17th Street Contract P;mt: $112,838.60 Attn: AlvhMunsch Contract No. MW45-78-C-0168 Omaha, NE. 68102-4978 Completion: 8-79 E?UIIDING ADDITION ROPER & SONS MOFauARY Contract Amt: $92,003.33 4300 trO1r Street capletion: 7-79 Lincoln, NE. 68508 4 02-22 1-42 66 402-476-1225 WAIR WINDOWS, BLDG 650 AIR NATIONAL GUARD Lincoln, NE. 1234 Military Road Contract No. 78-04 L,hcoln, NE. 68508 Contract Amt: $7,274.00 Attn: Robert Joeckel -letion: 7-79 402-471-3241 WINDOW REF'LXE"2, EIXTCATION BLDG PEWLJ STATE C0TJ;M;E Peru, NE. Peru, NE. Contract No. 071578 Attn: R. Bringelson Completion: 7-79 GRANDSTAND REVISIONS NEEiRASKA STATE FAEGRWNE Lincoln, NE. P.O. Box 81223 Contract No. 315-79-115 Lincoln, NE. 68501 Contract Amt: $16,834.00 Attn: Henry Brandt Completion: 7-79 402-474-5371 Contract Amt: $87,877.00 402-872-3875 0 LAUNDRY CHUrE, VA MEDICAL CENTER VA MEDICAL CENTER Lincoln, NE. 600 S 70th Street Contract No. V597C-286 Lihcoln, NE. 68510 Contract Amt: $32,235.00 Attn: Don Wilson completion: 7-79 402-489-3802 VARIOUS QuANmnr c!3NIPAm Lincoln, NE. Contract Totals: $127,719.33 Lh~~ln, NE. 68508 Completion: 6-78 - 6-79 Attn: mryeChick NURSES STATION, VA MEDICAL CENTER Crry OF LJXDLN, URBAN DEVEL DE 555 s 10th street 4 02 -47 1-7 677 VA MEDICAL CENTER 600 S 70th Street Lincoln, NE. Contract No. V597C-280 Lim=oln, NE. 68510 ccrrrp?letion: 4-79 402-489-3802 Contract Amt: $9,018.00 Attn: Don Wilson a LAKESHORE MARINA REMODEL IAKEmOREMARINA, INC. Lincoln, NE. 720 S Lakeshore Drive Contract Amt: $7,650.00 LhCOh, NE. 68528 Completion: 4-79 Attn: Gary -1s 6 402-477-9010 L;[" u"D RESTAURANT FRANKHARDIN, OWNER Lincoln, NE. Contract Amt: $18,000.00 Lincoln, NE. 68508 completion: 4-79 IalrHENRENovATIoN, m.3 VA MEDICAL CENTER VAMedicdLcenter 600 S 70th Street Contract No. V597C-271 Attn: Don Wilson Completion: 3-79 REPLACE DOORS ON SCALE BLM;. NEHRASKA DEPARIMEUT OF FDADS Greemocd, NE. P.O. Box 94759 Contract Amt: $3,969.00 Lincoln, NE. 68509 completion: 3-79 Attn: BabVogal 227 N 9th Street Lincoln, NE. IihCOln, NE. 68510 Contract Amt: $24,141.00 402-489-3802 402-471-4567 SCALE BuILDm NEBRASKA DEPAKIWNT OF FOAJX Contract NO. AFE-K-116 Lh~Oln, NE. 68509 Completion: 2-79 402 -471-4567 Waverly, NE. P.O. Box 94759 Contract Amt: $34,926.48 Attn: Phil Weber 0 WHEEL CI-nIR LLFT, VA MEDICAL (2ENIm VA MEDICAL cl3PIm Lincoln, NE. 600 S 70th Street Contract NO. V597C-282 Lincoln, NE. 68510 Contract Amt: $6,589.00 Attn: Don Wilson Completion: 2-79 402-489-3802 DOORREPIACEMENT, BLDG 5 VA MEDICAL CENrER VAMediCalcenter 600 S 70th Street Lincoln, NE. Likoh, NE. 68510 Contract No. V597C-280 Attn: DonWilson Contract Amt: $46,307.72 402-489-3802 Completion: 1-79 CONSTRUCT VEHICLE wAsHRAcf(, BLDS 635 NATImGETARDEaTREAu National Guard Center Contract No. DAHA25-78-I3-0005 Attn: H.S. Sherman completion: 1-79 1234 Military Road Lincoln, NE. IihCOln, NE. 68508 Contract Amt: $15,914.00 402 -47 1-3 2 4 1 0 sa EILTILDm Contract No. AFE-K-115 IikoIn, NE. 68509 Contract Amt: $32,028.04 Attn: Phil Weber completion: 10-78 402-471-4567 NICKERSON SCALE EJUIIDING Contract No. AFE-K-203 Contract Amt: $31,642.20 Attn: Phil Weber completion: 10-78 402-471-4567 BUILDING DIVISION mviYIDN OF TOWER FlRE STAIRS state capitol Building State Capitol wlildhq Lincoln, NE. IihCOln, NE. 68509 Contract No. 2-77 Attn: Wayne Haller Contact Amt: $33,962.00 402-471-3191 Completion: 10-78 E"CE SIGN mmm Salt meek Tributaries Lakes Lancaster County, NE. Contract No. llACW45-78-C-0126 Offutt AF'B, NE. 68113 Contract Amt: $26,120.00 Attn: Jerame Woods Completion: 10-78 4 02-291-4260 BEAVER CREEK PARK CITY OF YORK City Build- York, NE. Contract No. 76-94 York, NE. 68467 Contract Amt: $317,236.00 Attn: Jack Kidder completion: 9-78 402-362-4407 OFFICE BUILDING EZEPAIRS S"lT OF NEERASKA, DEPT OF Contract Amt: $12,764.00 P.O. Box 94661 completion: 9-78 Lincoln, NE. 68509 Attn: DxgHansen NEBRASKA DFP- OF ROADS wahoo, NE. P.O. Box 94759 e NEBRASKA DEPzXIMENT OF ROAD5 P.O. Box 94759 Lincoln, NE. 68509 Dodge county, NE. DE%'- OF 'ISIE AF@lY Ginaha Dist, Corps of Engineers P.O. Box 13287 e Lincoln, NE. commm SMCES 402-471-2654 CITY OF LJ" wks & Recreation Department PRE-FABRICATED TlMBER - Mahoney Park Lincoln, NE. 2740 A Street Contact No. BylR 31-00443 Lincoln, NE. 78510 Contract Amt: $17,095.00 4 02-47 1-7847 Completion: 8-78 MAHONEY PARIS Fu2smms Lincoln, NE. Contract No. BOR 31-0043 2740 A Street Contract Amt: $13,935.30 completion: 8-78 4 02-471-7847 CITY OF LZNC0I.N parks & meation Department Lincoln, NE. 68510 0 m-m AT HIYSICAL PIANT Lincoln, NE. 1600 Y Street Contract Amt: $15,347.00 Attn: D.H. Husacker Completion: 7-78 402-472-3131 4 UNIT APARlTENT FBKIDEL MID CITY RENTALS 1200 s 20th street 727 l10lt Street Lincoln, NE. Lincoln, NE. 68508 completion: 7-78 ST-Y & SIDEWALK REPLACEME" VA MEDICAL CENTER VA Medical Center 600 S 70th Street Lincoln, NE. Lhcoln, NE. 68508 Contract No. V597C-269 Attn: Don Wilson Campletion: 7-78 REsroRATION OF CARSON HCUSE BRoWNvIm HISTORICAL SOcIrn Bmwnville, NE. Bramville, NE. Contract Amt: $12,906.00 Attn: Tom Palmerton IJNIWRSITY OF NEBRksKA Contract No. C-76-48 Lincoln, NE. * Contract Amt: $47,600.00 402-477-1264 Contract Ant: $7,880.00 402-489-3802 Completion: 5-78 402-825-6001 2-12 UNIT A€?! HOUSES DR. JACK ANDERSON 2203 & 2223 Vine Stre& 820 Manchester Circle Lincoln, NE. Lincoln, NE. 68528 Contract Amt: #360,000.00 402-488-2747 0 Completion: 5-78 THEmm(2ExJAR THE THREE "N" GROUP, INC. The AtrUim E3uildm Lincoln, NE. Lincoln, NE. Contract Amt: $18,073.22 Attn: John Noble Completion: 4-78 THEWARDROBE MAURICFS, INC. The Atruim E3uilding Lincoln, NE. muth, MN. Contract Amt: $36,177.91 Attn: Mark Robiloud Completion: 4-78 RESIDENCE mDEL NEE3FasKA GAME & PARTS aXYMISSIC schramm Park, State Recreation Area 2200 N 33rd Street Douglas county, NE. Lincoln, NE. 68503 Contract No. LB309 Attn: F'rank wlrke completion: 4-78 WINDOWS, BLDG. 600 USPFI3-NEBRASKA Lincoln, NE. 1234 Military Road Contract No. lXHA25-77-C-0015 Lincoln, NE. 68508 Contract Amt: $45,159.00 Attn: H.S. Sheman Campletion: 3-78 402-471-3241 1140 Lancaster Lane 105 W Superior Street Contract Amt: $13,116.00 4 02-464 -064 1 0 EMC POD ~~, BLJX. 630 USPlm-~KA Lincoln, NE. 1234 Military Road Contract No. -5-77-C-0016 Lihcmln, NE. 68508 Contract Amt: $30,037.00 Attn: H.S. Shm Completion: 3-78 402-471-3241 FUEL SrORAGE AREA BLDG. 670 USPFD-NEBRASKA Lincoln, NE. 1234 Military Road Contract No. DAHA35-77-0-0011 Lincoln, NE. 68508 Contract Amt: $27,154.00 Attn: H.S. Sherman e Completion: 3-78 402-471-3241 WINDOWREPLA-, BLDG. 5 VA MEDICAL CENTER VA Medical Center 600 S 70th Street Lincoln, NE. Lincoln, NE. 68510 Contract No. V597C-264 Attn: Don Wilson Contract &nt: $67,472.00 402-489-3802 Completion: 2-78 THE GREAT GYRO SA"ICH SHOP The Atrium E3uildh-q 666 N Lakeshore Dr, Ste 1907 Lincoln, NE. C!hicago, IL. 60611 Contract Amt: $116,204.00 Attn: Jeffrey I. Berstein Completion: 2-78 MUTU& SAVINGS COM€'ANY MU'IUAL SA- COMPANY 13th & K Streets Lincoln, NE. Lim=oln, NE. 68508 Contract Amt: $48,164.35 Attn: DanVanwlskFrk Completion: 1-78 402-474-5331 GEEAT GYRO INTERNATIONAL 13th & K Streets 0 FaEcxmToNsTIL;L, BLM;. 1 VA MEDICAL CENTER VAMedical Center Lincoln, NE. Lincoln, NE. 68510 Contract No. V597C-528 Attn: Don Wilson Completion: 12-77 F'IE?ST CITY SAVINGS & LDAN F"T CITY SAVINGS & IDAN The Atrium Building 1200 N Street Lincoln, NE. Lincoln, NE. 68508 Contract Amt: $19,014.00 Completion: 12-77 15 UNIT APARTMENT EIUILDING MRS. LAVERNBISH 1915 Garfield Street c/o Marye Neeman Lincoln, NE. 2105 sandstone Road Contract Amt: $355,000.00 Lincoln, NE. 68510 600 S 70th Street Contract Amt: $5,397.00 402-489-3802 The Atruim Building 1200 N Street Carpletion: 8-77 402-421-1701 1) , . IAN(3STER MANOR IANcASTER CJUNI'Y BOARD OF Phase I11 Remodel- cwMMISSIONEl?S Lincoln, NE. 555 s loth street e Contract No. 74107 Lincoln, NE. 68508 Contract Amt: $1,075.00 402-471-7171 Completion: 8-77 7 UNIT APAIuMENT BUILDING MID CITY REWIALS 1562 S 20th Street 727 ItOtt Street Lincoln, NE. Lincoln, NE. 68508 Contract Amt: $160,000.00 402-477-1264 completion: 7-77 - #1 USPrn NEBRASKA Hastings, NE. 1234 Military Road Contract No. IlAH?L25-C-76-0017 Lhcoln, NE. 68508 Contract Amt: $67,440.00 Attn: T. Heelan cayletion: 5-77 41 02-471-324 WALL REPAIR, NATIONAL GUARD AI7MDRY NEEWASKA NATIONAL Gum Beatrice, NE. 1234 Military Road Contract Amt: $17,870.00 Lincoln, NE. 68508 Completion: 5-77 Attn: IarryHennhg 402-471-3241 ADDITION To RESIDENCE MIKEc3xTExm 7300 York Lane 7300 York Lane Lincoln, NE. Lincoln, NE. Campletion: 5-77 OFFICE REEiloDEL CITY OF LINCOIN & IANCASTER CN'I Lincoln, NE. Contract Amt: $13,050.00 Lhcoln, NE. 68508 capletion: 5-77 4 02-47 1-7 17 1 OFFICE BUILDW, HIASE I11 SEWARD UX"Y EXTENSION SERVICE Contract Amt: $31,480.00 Attn: Mr. Dennis Bejot Contract Amt: $20,800.00 402-464-1724 0 555 s 10th street seward, NE. seward, NE. completion: 2-77 402-643-2981 4 UNIT APZSSlWNC EUILDING ELI: MODEPE'IEIN 2640 Jameson 3829 woods Boulevard Lincoln, NE. Lh~~ln, NE. 68508 Contract Amt: $145,000.00 402-423-8175 Completion: 2-77 -DEL SPACE FOR EUBUC DEFENDER COUNTY OF LAN(3STER Lincoln, NE. Lincoln, NE. 68508 Campletion: 2-77 county/City mild- 555 s 10th street Contract Amt: $24,123.00 402-47 1-7 17 1 rl) < I" i AFGRI- ENGl"G BUILDING UNIVEESITY OF NEBRASKA Lincoln, NE. 508 Administraton Building Contract No. A-2-66 Lincoln, NE. 68508 Contract Amt: $14,000.00 Attn: K.H. Husacker Completion: 1-77 402-472-3 13 1 8 UNIT APARIMENT BUILDING MID CITY mALS 2021 G Street 727 rtO1r Street Lincoln, NE. Lincoln, NE. 68508 Contract Amt: $75,000.00 Attn: Joan Fosler Completion: 11-76 402-477-1264 4 UNIT APzmmEnr mmING MID CITY FENTALS 1712 E Street 727 IrOft Street Lincoln, NE. Lincoln, NE. 68508 Contract Amt: $38,000.00 Attn: Joan Fosler Campletion: 11-75 402-477-1264 DECATEXTR REKXWXON AREA DEateUr, NE. clmaha Did, Coqs of Ehgheers Contract Amt: $78,900.00 P.O. Box 13287 Campletion: 10-75 Offutt AFB, NE. 68113 e DEPART"? OF THE AI7My Attn: JerameM. Woods 4 02-291-42 60 6 UNIT AP- BUILDING MID CITY RENTALS 1212 s 19th street 727 rrO1l Sweet Lincoln, NE. Lincoln, NE. 68508 Contract Amt: $132,000.00 Attn: Joan Fosler completion: 9-75 402-477-1264 0 a I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California 1 ) ss. 1 I 1 I l I b I I I I I I **-%-:3p+-Z 1 I I , being first duly sworn the party making the foregoing bid that the bid is not made in interest of, or on behalf of, any undisclosed person, partnersh company, association, organization, or corporation: that the is genuine and not collusive or sham; that the bidder has directly or indirectly induced or solicited any other bidder to on a false or sham bid, and has not directly or indirec colluded, conspired, connived, or agreed with any bidder or any else to put in a sham, bid, or that anyone shall refrain f bidding that the bidder has not in any manner, directly indirectly, sought by agreement communication, or conference w anyone to fix the bid price, or of that of any other bidder, or fix any overhead, profit, or cost element of advantage against public body awarding the contract of anyone interested in proposed contract: that all statements contained in the bid true: and further, that the bidder has not, directly or indirect submitted his or her bid price or any breakdown thereof, or contents thereof, or divulged information or data relative there or paid, and will not pay, any fee to any corporation, partnersh company association, organization, bid depository, or to any mem or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true correct and that this affidavit was executed on the .??is* day ,\s: n3,7.r\ I , iW-89. \V@. Ay Lo.. 7 :x "2s Mntcn 17, i t I CONTRACT - PUBLIC WORKS 70 This agreement is made this fi day of between the City of Carlsbad, California, a municipal corporati (hereinafter called ttCity''), and Commercial Contractors. Inc. dba Commercial Contractors. Wps;tprn r)~v~qln~ whose principal place of business is 8369 Vickers Street, Suite F'I San Dipgo CA 93111 (hereinafter called "Contractor1'. ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all w * , 19H, by ... i 1 I 8 I 1 I b I I 1 I 1 I I 1 specified in the Contract documents for: MONROE STREET WIDENING PROJECT NO. 3308 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall prov all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents. 3, Contract Documents. The Contract documents consist of t Contract; the bid documents, including the Notice Bidders, Instructions to Bidders' and Contract0 Proposals; the Plans and Specifications, the Spec Provisions, and all proper amendments and changes m thereto in accordance with this Contract or the Plans Specifications, and the bonds for the project; all of wh are incorporated herein by this reference. The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. 4. Payment. All full compensation for Contractor's perform2 of work under this Contract, City shall make payment to Contractor per Section 9-3 of the Standard Specif icati for Public Works Construction. The closure date for E monthly invoice will be the 30th of each month. t 1 Invoices from the Contractor shall be submitted accord to the required City format to the City's assigned proj manager no later than the 5th day of each month. Payme will be delayed if invoices are received after the 5th each month. The final retention amount shall not released until the expiration of thirty-five (35) d following the recording of the Notice of Completion pursu to California Civil Code Section 3184. 5. IndeDendent Investiqation. Contractor has made + II I 1 8 i I I I I 8 I I I I Independent Investigation of the jobsite, the s conditions at the jobsite, and all other conditions t might affect the progress of the work, and is aware of th conditions. The Contract price includes payment for work that may be done by Contractor, whether anticipated not, in order to overcome underground conditions. information that may have been furnished to Contractor City about underground conditions or other job conditj is for Contractor's convenience only, and City does warrant that the conditions are as thus indicat Contractor is satisfied with all job conditions, incluc underground conditions and has not relied on informat furnished by City. 6. Contractor Responsible for Unforeseen Conditic Contractor shall be responsible for all loss or dan arising out of the nature of the work or from the actior the elements or from any unforeseen difficulties which arise or be encountered in the prosecution of the work ur its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall be responsible for reasonable delays in the completion the work caused by acts of God, stormy weather, extra wc or matters which the specifications expressly stipulate k 7. Chanqe Orders. City may, without affecting the validit1 the Contract, order changes, modifications and extra k by issuance of written change orders. Contractor shall T no change in the work without the issuance of a writ change order, and Contractor shall not be entitled compensation for any extra work performed unless the C has issued a written change order designating in advance amount of additional compensation to be paid for the wc If a change order deletes any work, the Contract price SI be reduced by a fair and reasonable amount. If the part are unable to agree on the amount of reduction, the T, shall nevertheless proceed and the amount shall determined by litigation. The only person authorized order changes or extra work is the Project Manager. written change order must be executed by the City Manas I be borne by City. t I if it is for $15,000.00 or less or approved by the City Council and executed by the Mayor if the amount of the change order exceeds $15,000.00. 8, Immiqration Reform and Control Act. Contractor shall com] with the requirements of the IIImmigration Reform and Cont: Act of 1986" (8 USC Section 1101-1525). 9. Prevailinq Waqe. Pursuant to the California Labor Code, * director of the Department of Industrial Relations 1 determined the general prevailing rate of per diem wages accordance with California Labor Code, Section 1773 an( copy of a schedule of said general prevailing wage rates on file in the office of the Carlsbad City Clerk, and incorporated by reference herein. Pursuant to Califor Labor Code, Section 1775, Contractor shall pay prevail wagers. Contractor shall post copies of all applica prevailing wages on the job site. i I R I I I I b I I I 1 1 I 10 - Indemnity. Contractor shall assume the defense of, pay expenses of defense, and indemnify and hold harmless City, and its officers and employees, from all claims, lo damage, injury and liability of every kind, nature description, directly or indirectly arising from or connection with the performance of the Contractor or wo or from any failure or alleged failure of Contractor comply with any applicable law, rules or regulati including those relating to safety and health; except loss or damage which was caused solely by the act negligence of the City; and from any and all claims, lo damages, injury and liability, howsoever the same may caused, resulting directly or indirectly from the nature the work covered by the Contract, unless the loss or dam was caused solely by the active negligence of the City. expenses of defense include all costs and expenses includ attorneys fees for litigation, arbitration, or other disp resolution method. 11. Insurance. Without limiting Contractor's indemnificati it is agreed that Contractor shall maintain in force at times during the performance of this agreement a policy policies of liability insurance at least $1,000,000 combined single limit covering its operations, includ coverage for contractual liability and insurance cover the liability set forth herein. The policy or policies shall comply with the special insurance instructions in the Supplementary General Provisions and shall contain the following clauses: A. I with the City." "The City is added as an additional insured as respe operations of the named insured performed under contr t 1 I B. I'It is agreed that any insurance maintained by the C shall apply in excess of and not contribute wi. insurance provided by this policy.11 All insurance policies required by this paragraph sh contain the following clause: A. "This insurance shall not be cancelled, limited or n renewed until after thirty (30) days written notice been given to the City." "The insurer waives any rights of subrogation it has may have, against the City or any of its officers employees. It Certificates of insurance evidencing the coverage requi by the clauses set forth above shall be filed with the C prior to the effective date of this agreement. 0 1[ 1 I U I I b I I I I I I I I B. 12. Workers' Compensation. Contractor shall comply with requirements of Section 3700 of the California Labor Co Contractor shall also assume the defense and indemnify save harmless the City and its officers and employees f all claims, loss, damage, injury, and liability of ev kind, nature, and description brought by any person emplo or used by Contractor to perform any work under t Contract regardless of responsibility for negligence. 13 e Proof of Insurance. Contractor shall submit to the C certification of the policies mentioned in Paragraphs 10 11 or proof of worker's compensation self-insurance pr to the start of any work pursuant to this Contract. 14. Claims and Lawsuits. Contractor shall comply with Government Tort Claims Act (California Government C Section 900 et seq.) prior to filing any lawsuit for bre of this contract of any claim or cause of action for mc or damages. 15. Maintenance of Records. Contractor shall maintain and r[ available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Char Contractor does not maintain the records at Contractc principal place of business as specified above, Contrac shall so inform the City by certified letter accompanl the return of this Contract. Contractor shall notify City by certified mail of any change of address of c records o 1, Article 2, of the California Labor Code. If 16. Labor Code Provisions. The provisions of Part 7, Char 1, commencing with Section 1720 of the California Labor ( are incorporated herein by reference. $ ~~-~ _LI -___I ~-~----- y-------.-------- -.--- =--- -~ L-~Ly=--- , in the )i igned, a Notary Public in and for said State, persona , personally (or proved to me on the basis of satisfactory evidence) to be the person who within instrument on behalf of the Corporation therein named, and acknowledgl the Corporation executed it. WITNESS my hand and official seal MARCH STATE OF CALIFORNIA COUNTY OF SAN DIFGO On this day of 5th W. AUGIJSTINF AND W. M. 70NDORAK c-r;. / i P>&m J ,c\2x+3~ Notary Public in and for said State. ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA X-Rev 5 82 __ .I-_I_- l__ll_ --__- .lll__ ----- ~ 1 __IE____ 1 17. Security. Securities in the form of cash, cashier's chec or certified check may be substituted for any monj withheld by the City to secure performance of this contrz for any obligation established by this contract. Any otl security that is mutually agreed to by the Contractor E the City may be substituted for monies withheld to ens1 performance under this Contract. 18. Provisions Required by Law Deemed Inserted. Each and evt provision of law and clause required by law to be inserf in this Contract shall be deemed to be inserted herein < included herein, and if, through mistake or otherwise, 4 such provision is not inserted, or is not correc inserted, then upon application of either party, Contract shall forthwith be physically amended to make s insertion or correction. 19. Additional Provisions. Any additional provisions of t agreement are set forth in the "General Provisions1' "Special Provisionsvt attached hereto and made a part?her€ I- I 1) II 1 1 1' 1 S I I 1 1 I I a A i &i,??L&?/&G/4w&GkA--4 &--- .r?: /. &Zd.WW&"' &(7G-&h& C$4L** &L. pc&* (NOTARXAL ACKNOWLEDGEMENT OF /By EXECUTIDN BY ALL PRINCIPALS MUST BE ATTACHED.) (CORPOKATE SEAL) APPROVED AS TO FORM: ), .4i- 8 FCitY Attor& r 0 e a CORPORATE RESOLUTION The undersigned, Joseph W. Augustine, being the duly elected, qualified and acting President of Commercial Contractors, Inc., a Nebraska corporation, hereby certifies that at a Special Meeting of the Board of Directors of said corporation, duly held in the company offices in San Diego, California on the 1st day of April, 1988,'in accordance with the By-Laws of said corporation, at which meeting all of the directors were present and voting, the following resolution was unanimously adopted: "RESOLVED that Robert Vlach and William M. Zondorak are hereby authorized and directed, on behalf of this corporation, Commercial Contractors, Inc., to sign execute and deliver, bonds, contracts, and other kinds of agreements, including, but not limited to, bid bonds and and performance bonds, and any and all such bonds, contracts or other agreements entered into by the said Robert Vlach and William M. Zondorak, on behalf of this corporation, shall be, in all respects, the binding obligation and covenant of this corporation." e IN WITNESS WHEREOF, the undersigned Secretary of this corporatic has affixed the seal of this corporation and has duly signed this certificate this 1st day of April, 1988. - "Tammy S. Pndersen , Secretary I, P 1 CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY "1 am aware of the provisions of Section 3700 of the Labor CI which requires every employer to be insured against liability workers' compensation or to undertake self-insurance in accorda with the provisions of that code, and I will comply with s provisions before commencing the performance of the work of t Contract. I' I 1 I I I I i b I 1 I I I I 1 I CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "1 am aware of the requirements of the Immigration Reform Control Act of 1986 (8 USC Section 1101-1525) and have compl with these requirements, including, but not limited to, verify the eligibility for employment of all agents, employe subcontractors, and consultants that are included in t Contract - It CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM I hereby certify that in preforming under the Purchase Order awarded by the City Carlsbad, will comply with the County of San Diego Affirmat Action Program adopted by the Board of Supervisors, including current amendments. 3j!5?//J9 J Date (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED,) (CORPORATE SEAL) t UVLYU,, -tWVI YYfWVV I PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State California, by Resolution No.90-34 , adopted 2/20/90 , has awarc toCOinmerCia1 Contractors , Inc. dba Commercia] (hereinafter designated the I1Principall1), a Contract for: Contractors Western Division MONROE STREET WIDENING PROJECT NO. 3308 t I I I I I I W I I 1 I I b in the City of Carlsbad, in strict conformity with the contra the drawings and specifications, and other Contract documents on file in the Office of the City Clerk of the City of Carls all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute s Contract and the terms thereof require the furnishing of a b for the faithful performance of said Contract: Commercial Contractors, Inc. dba Commercial Contractqrs We NOW, THEREFORE, WE, , as Princlp (hereinafter designated as the llContractorll) , and , as Surety, are held and fir ), said sum being eq bound unto the City of Carlsbad, in the sum of Five hundred fort\ I n eighteen - Dollars ($549,01n.80 to one hundred percent (100%) of the estimated amount of Contract, to be paid to the said City or its certain attorney, successors and assigns; for which payment, well and truly to made, we bind ourselves, our heirs, executors and administrato successors or assigns, jointly and severally, firmly by th presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above boun Contractor, his/her or its heirs, executors, administrato successors or assigns, shall in all things stand to and abide and well and truly keep and perform the covenants, conditions, agreements in the said Contract and any alteration thereof made therein provided on his/her or their part, to be kept and perfor at the time and in the manner therein specified, and in respects according to their true intent and meaning, and sh indemnify and save harmless the City of Carlsbad, its officers agents, as therein stipulated, then this obligation shall bec null and void; otherwise it shall remain in full force and virt As a part of the obligation secured hereby and in addition to face amount specified therefore, there shall be included costs reasonable expenses and fees, including reasonable attorneys fe incurred by the City in successfully enforcing such obligation, to be taxed as costs and include in any judgement rendered. And said Surety, for value received. hereby stipulates and agr that no change, extension of time, alteration or addition to terms of the Contract, or to the work to be performed thereunc b li I or the specifications accompanying the same shall affect obligations on this bond, and it does hereby waive notice of change, extension of time, alterations or addition to the terms the Contract, or to the work or to the specifications. In the event that any Contractor above named executed this bond an individual, it is agreed that the death of any such Contrac shall not exonerate the Surety from its obligations under t: bond. IN WITNESS WHEREOF, this instrument has been duly executed by. Contractor and Surety above named on the gTq day of n? GL& d t I I I 1 IP 1 -- mo, B J H#,7zAgGJ (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER Contractor I MUST BE ATTACHED.) (CORPORATE SEAL) COUNTY OF SAN DIEGO , in tl On this 5th before me, the undersigned, a Notary Public in and for said State, Per: , person: (or proved to me on the basis of satisfactory evidence) to be the person \n within instrument on behalf of the Corporation therein named, and acknowli the Corporation executed it WITNESS my hand and official seal, day of MARCH W. M. Zondorak Notary Public in and for said State ACKNOWLEOGMENT-Corporatlon-Wolcotts Form 222CA-X-Rev 5-82 01982 WOLCOTTS. INC (PrCSClaSS 8-2) -~~~~ 1 ""I F-I WUI I B-' 385 Washington Street, St. Paul, Minnesota 55102 AU For verification of theauthenticity of this Power of Attorney, you may telephone toll free l-%€k328-2189and ask for the Power of Attorney Clerk. Please refer to the Certificate of Authority No. and the named individual(s). GENERAL POWER OF ATTORNEY - CERTIFIED COPY 'i 2 - *.J (Original on File at Home Office of Company. See Certification.) Don H. Holder, Sheryl J. Manger, Overland Park, Kansas; Patricia Ann Yingst, Kansas City, Kansas: James E. Collins, Blue Springs, Missouri; Lugene K. Street, Raytown, Missouri; James C. Hankins, Kansas City, Missouri, individually KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing unde State of Minnesota, having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint: e its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizan indemnity and 0the.r writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regula otherwise, "J? 'JD EXCEED IN l"AL'I'Y THE SUM OF "IY FIVE MILLION ($25,000,000) EACH h instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance C d purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its princip, is executed, and may be certified to and may be revoked, pursuant to and by authority of Article YSection 6(C), adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day ( of which the fdlawingis a true transcript of said Section 6(C): such officers and the seal of the Company power of attorney or certificate bearing suc a HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that 1 is now in full force and effect. e 29550 Rev. 8-88 Printed in U.S.A. ACKNOWLEDGMENT OF ATTORNEY-IN-FACT a State of Missouri --------------- County of Jackson -------------- be: a Notary Public, within and for said County and State, personally a] to me personally ki known to me to be the Attorney-in-Fact of and for the _~~~~~~~~~~~~~~~~~~~~~~----~----~~~~~~~~~~~~~~' -------------- I---. a corporation, created, organized and existing under and by virtue ( laws of the State of Minnesota I upon oath did say that the corpoi affixed to the attached instrument is the seal of the said Company; the legal seal was affixed and the said instrument was executed by 1 authority of its Board of Directors; and he did also acknowledge tl executed the said instrument as the f 19 90 ----- I day of March ----------------- 2nd ----------- On this Lugene K. Street ................................................ -------------. St. Paul Fire and Marine Insurance Company ------------ 0 My Commission Expires : JuI~U~I~W~Q pubfk StateofMlSllorni My Commission Expires &no II,18@3 m Zscrov Im- 3423-EA 8. OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between ' City of Carlsbad whose address is 1200 Elm Avenue, Carl& California, 92008, hereinafter called lrCityll and &a97zGzc&i? mw. whose address is j)f.bg CLWl YL[ w24'fz &n/=47- LG%-~z&fi/ 2. G+*j /'d& /*U&, 1 I 1 I E I 1 1, 1 31 1 f 1 It hereinafter called "Contractort1 and TlE wouc OF f5oC3ttQciG whose address is 1~7~2-Q ,!5W Avzw 4 UE, \5";AbJD\F("O. CR 4n\o 1. mhFmia i hereinafter called "Escrow Agent. If For the consideration hereinafter set forth, the Owner, Contrac and Escrow Agent agree as follows: 1. Pursuant to Section 22200 of the Public Contract Code State of California, Contractor has the option to depo securities with Escrow Agent as a substitute for retent earnings required to be withheld by City pursuant to Construction Contract entered into between the City Contractor for ,r*?/+4,zoh J%YM f pgo;bp4,c-- ~xJ.:~>T ~K~~/%A&*~C*T in the amount of %F?o/5^.,kc dated %/A6 jq& (hereinafter referred to as the llContractll). A copy of s contract is attached as Exhibit "AI1. When Contrac deposits the securities as a substitute for Contr earnings, the Escrow Agent shall notify the City within (10) days of the deposit. The market value of securities at the time of the substitution shall be at le equal to the cash amount then required to be withheld retention under the terms of the Contract between the C qnd Contractor. eiyyof cax-lsjxci hi Narron ZQ~G G Xmroe Street; xprovaWl?&gd sh designate the Contractor as the beneficial owner. Prior any disbursements, Escrow Agent shall verify that present cumulative market value of all securit substituted is at least equal to the cash amount of cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor such funds which otherwise would be withheld from progr payments pursuant to the Contract provisions, provided t the Escrow Agent holds securities in the form and amc specified above. 3. Alternatively, the City may make payments directly to Esc Agent in the amount of retention for the benefit of the C until such time as the escrow created hereunder Securities shall be held in the name 2, I terminated. r I 1. 4. Contractor shall be responsible for paying all fees for expenses incurred by Escrow Agent in administering escrow account. These expenses any payment terms shall determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money mar accounts held in escrow and all interest earned on t interest shall be for the sole account of Contractor shall be subject to withdrawal by Contractor at any time from time to time without notice to the City. Contractor shall have the right to withdraw all or any p of the principal in the Escrow Account only by writ notice to Escrow Agent accompanied by written authorizat from City to the Escrow Agent that City consents to withdrawal of tLe amount sought to be withdrawn Contractor. 1 I I 1 E I 1 b c I I 1 i 1 1 I 6. 7. The City shall have a right to draw upon the securities the event of default by the Contractor. Upon seven (7) d written notice to the Escrow Agent from the City of default of the Contractor, the Escrow Agent sh immediately convert the securities to cash and sh distribute the case as instructed by the City. 8. Upon receipt of written notification from the C certifying that the Contractor has complied with requirements and procedures applicable to the Contra Escrow Agent shall release to Contractor all securities interest on deposit less escrow fees and charges of Escrow Account. disbursement of all monies and securities on deposit payments of fees and charges. The escrow shall be closed immediately u 9. Escrow Agent shall rely on the written notifications f the City and the Contractor pursuant to Sections 4 to inclusive, of this agreement and the City and Contrac shall hold Escrow Agent harmless from Escrow Agent's rele and disbursement of the securities and interest as set fc above. 1) _I_________ - -- }si -STATE OF CALIFORNIA SAN DIEGO COUNTY OF , in th. On this 5th day of MARCH before me the und I e otary Public in and for said State, persa , personall (or proved to me on the basis of satisfactory evidence) to be the person wP within instrument on behalf of the Corporation therein named, and acknowlec the Corporation executed it WITNESS my hand and official seal !d. M. 2%/bdk&! li ! I! Notary Public in and for said Form 222CA-X-Rev 5-82 I + >- 10. The names of the persons who are authorized to give writ notices or to receive written notice on behalf of the C and on behalf of Contractor in connection with foregoing, and exemplars of their respective signatures as follows: For City: Title PrinciPal Construction Inspector Name 1 I E I u 6 C R d Richard Cook Signature 1 , Address 7075 I aq Palma7 Carl <had CL It For Contractor: Address d'-%C\ OicKcrq S+ . 5&tu ~4 5n-L For Escrow Agent: Title Assistant Vice PresiCient/Escrow ;Iw a Address 1625 5t5 -&venue, Sam Diego, CA 321 At the time the Escrow Account is opened, the City Contractor shall deliver to the Escrow Agent a fu executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above. 233-9834 I For City: Title &g&, Address /?e &&Jdh= &42&6+5-&, 4 A For Contractor: Tit 1 e ,'$Z$L,& k?%&f ZF~ y'c~ Name Signature ,/,& '2 ?f&%&.% / -/ I- Address g'3L,q V \(KLECZ< ST -5i2iTG M setw 1 - Q?+\iZ I I t CERT I F I EATE "OF ' INSURANCE 7 i I i 5 $ e k" $; i f i <. ::..i.; e >5 0 e 6 t-t I:} q: 3. Ne i'i ,A r <,: x ti f: < t r:j i i 5 t t? 4 t:, e f 1:s $4 z -rvt i .?, r-:t..C; i $? i Ca.kP _I ._ i . ':. i 5 .:., 5. <,e ;j ::: 5 >; rfi a t.. $.: 8 t- a:\ $ i 1'3 f >:I y fil a t; i ,> yi >:?it i y. 3. f\ a:! f r;> (-1 ti. p a:> 3 4,- f; a t @ t- .k i e i L: 3. .t: 1-1 <? x: >:> \,< {? p- Et3 F?. a f c g /" rri:SEt>? a.n;d A~jdi.-ess ;:sQ &.;~~ettty c $--.E!t;$tCP.. &. R 1:i i 13 g t" ; 0, 13 $:> y e; 5; 6-L p 0 i i c i >:: 5 FRED 5. JAHES 8 f:O OF Cal.-lF 0 &33J Greertw j rh Dr. 1 Ste Z<]t:) M i....etCi:t- B Undep-wr- i Zers at t. 1 ctycl p El &ox 89269 P Sars Diego CA *>2-:?&> A i-@t$:t~.i.. C Narm a..nd Mxi 1 ing Addres.::. et$ 1n;;isreJ N I I...et;&r:P. $3 Cornmet-c i a I Contractc~rs f Xrtc I E F.fI. Box 23076 s rr-e t <, <:1 #- E": San Diego i a 9 ;.it* e sj ~t a~g ,$ $. b r> $4 e; f $2 y t he p $3 $ i c \/ Q C t- i cs ):I '.*... k ;; 2 <:I 3,t ::; i.r F:: ... <+ t' t;bJ !? j. i 0 CA 9212:s .. -r !..I i .: ..$ is tci certify -khak poi ici $3 .r j ris$j.t-Etrtc e i i sE,ta;$ 3:)~ $ 3:>cSj 6.t~.i~q: ha.;..~~ i t:, .f- 0 _. rt << .I Pj+;? f, w i .S,; I\ .:2 {; :$ ~t t:i i F" ii? 4 ij. i y g me $3 t T t; e p-m 2:j t" E: I:> f 1 $3 i *i. i s:) g-r sr, f s. t ty x: a:, n t; y' ;LC 4: $:> y 5:s k h f+ y I:$ a:> E. ;j.ftt 6: ~1 I-; P..;' i <. fi I- t ;> tjj-8 i f {-a t; (.i i 5 C p r- 'r; i + i I: :s (; e fit t.:.'~. b C: { .:, .:-, u. 8 d 12 t- f<~ ay p e t- t % i yj % * t~ p { g-t :; s.) y :s'c t-3 i: @ ;< i <> sj i c 3. fl i:p J I b s2i c I:$ Y? i:i i .5; i O n 5 2; h e p ):a j i 5: i g s id ftt g c t' i i.> C' I$ h p t- e i : t i .i:. 5 u I:? .j g c 4: t' 23 3 i I % bt E: $: e ?-GI*:. ,; X.: X c { I 3 'i. i ::I i': 33 f 5 U. 2: i-3 $1~ ~zi [ i >:.. i e 5 .*. CG~ i*;t*pe a>$ F:'>:> j i 2: 1~3. J% p>:? i i 5: y p1:, j i 5: y I. . i rii i $; -. s: n -5 II t" an t E? c-q$< <.*. * i. . t i \' ,* e . E:<p { 1";: $-- i ):>fa --_."I GENERAL LIABILITY --- ----...-------- -------......- --...-_...I-_-.1---... -..- 8 <?;) c:cqrrpp-efspr;s j \~r:, fiGA?:i3';> cy3.t 2-{ >J 89 <y;r .,t 2.7 j: ...)<:, i p ~ i li "' 1 I {;{:I F're>rBF S@S 2; r:2ps. <><:t EXp,'f::l:l j j .ti""irsJ::?r ., ". L. f '.,\} )..a Pp't31juc .E;/;::c1ntp i:lp r:: E:& p rj {><:I CccnLr.a.c tua 5 5x1 Broad Fop-rfi jx'Yj {X> Ind e:l:ln.t;ru.ar:.~ars MI Pei-sc~ria i 1 n..j . ... . t. :I .r:< is a % .+. TG ..I AUT#MfJEfLE . LIABIL l Ty -. ._ - - -. ... - - .,. _- - - -- .-- ...- - - - - - -I - ._ - ... -_ .- -- - - -....-- -. ... ..- .- - > Bftlf Aut13 i3 ~, 1; ~, $2. p)?t 9' .:. 22 g-3 # * ), E .* . i s:$ n 4% *; i 1 Owned Pr i t' P&S;S t: : OW~W~ or ~t- i Y F' P d D E $ 3 M i t-ezi t: j N t:) n -- 13 w n e d $ 3 &wage Li ab i 1 L.knhr-e 1 1 a Form 6: ,.i r; .. :2< j-' , I:) s < > r:S,T" Ufnbr-el I3 -....-- EXCESS LIABflfTY _.-_______I__________.-------------.--- ~ --I------ _.--- --I- Wi-JRKERS COHpEWSAT X !:IN -_ -- - - II __ - - - I _ - - - - - -. .- ... - - - - - - - -. ._ -. I - .- - - I - - ... - I _. .- - - -. $<3'$;Tf iTf'$r{'y. M % c ,. E:ffip l OYt?!t"S L i 3.b s ---... CiTHER __ - - -_ - - - - ... - I - .-_ ._.- - .- I* .- .- ... - - -_- .- - - ... - ._ -_ ... - --_. __ -. ..- ... -_ - _- _- .-. ". ... - .--. 1) e !:. C: r j g< L i CI r< Q f fzI PI e 1' a 2: j t:< $*; E, /' i.. t> f a .t i 13 rj 5. .ss2 it e R I c ! i? '.i ->., J c1k4 t MCI rfp- +:< E St I [$ piaa>' r I:C ~3 Rd ~ T rfip ?. r:+=er<3c:?n .E; t> ~ ir'r <:I ,j 0 c -i; $k?3?2$yi:.% .~ s <.j e {: i 2.3~ "J c'c .. $ r:: 3. y f E. k1 a ~1 j n~.i.\red t:tri ah<cl$=:+ .js:t?t z 3;-i % SO ..see ;%*.Lac: hed ag~~.eerrrer;% .; tj 3. " j 5 A fj <j i t i I:{ Ij a I l rf 5 ? 3 y' e c) .A, s f:' 2~ 5 PI : ? I,: +: 3 aca> cc y 'p: g+ ~2 y C <:I i;' rfi p $4 t:c!,~ cj a;ii e t.:l r,::.wdC:Ett..AT IOPJ 2 sti t:$ a i j $j .:6 Tj*>i $3 f :;;.$e ;i i:i 13.v e .. . k< ~t f <:t p' e 2; h @ p >; $13 j t- ;'( ?; j CI ~5 t i.: 2 p- e ;:< E' Ic 'i; ;*I B j 5.5 it 5 3-i y 7";a rfrai ] ::cr:, <jay*:. 4Jk-i i:L@f.'r rr<!$.ice $;e? :;;*;e cpytiqi: ~~~<~{~:~{>{~~~~>.<>{~<~<~.~ f( >.<;.{><:;< ><>{ >{ ?;:{ >.; ;{ >{ f<t f( >< ;.< '.< ;.:;< ;< X>.<>{X >X>( ;.;;x><:>{ >< >.: >{ >< X>{ :.; 2.: >.< ><;< )( >{ )< ;<: ;<; ;<; :.< ;<; ;<::;::x >.< :{ >{ ::<: >< >.; >< ;i: City of Car- I sbad Purchasing Drpt. pdarfip 3.~54 &$cJtjycss <:sf r.l; i f' i c 2, ::p t.3~3 1 clef:' .. t} .x,;:. i) i '5 'j tj :2 i $ t $,:>:.>.<$ j. 'i: .,' e 1200 Car 1 stfad Vi f I age Dr = ..-. - .,... :3{::!2" Car 1 sttad, CA *:>2<>65:- ~*~@~ Z( FRED. S. JAMES & CO. OF CALIFORNIA 6333 Greenwich Drive, Suite 200, San Diego, CA 921224939 (619) 54e e (800) 237-9490 FAX 546-1620 TWX 990-196 AGREEMENT DATE:IJ/I 5/90 INSURED: Commercial Contractors, Inc. POLICY NVMBER: RGAIJ3O 9/27/89 to 9/27/90 0 CERTIFICATE HOLDER: City of Carlsbad It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the amount of coverage thereof reduced until thirty (70) days after receipt of written notice of cancella- tion or reduction in coverage by the city clerk of the City of Carlsbad. Coverage under this policy shall be primary and noncontributing with any other insurance available to the City of Carlsbad. a Insurance Brokers Since 1858 Type of Insurance Workers Compensation * * Commercial General Liability Commercial Package or Trademark (Section II only) Cb. Policy Number policy Effective policy Expiration Unless otherwise indicated, this policy affords 1 NO. Date (Mo’DAP(R) Date (Mo’oAIYR) Workers Compensation laws of all states (except ! can be provided only by State Funds, and Canac in the policy and endorsements for Part Two (En Liability Limits In Thousands (000 omitted) General Aggregate Products & Comp./Ops. Aggregate Personal & Adverlising Injury Each Occurrence 1 / 1 / 9 1 2 2011-00-055487 1/1/90 - i ( )Claims Made ( )Occurrence Products - Completed Operations: ( ) Included ( ) Excluded Owners & Contractors L1 - ( ) All Owned AUtGs ( ) Specified Autos Only ( ) Hired Autos ( ) Nonowned Autos Umbrella Liability - Special Provisions/Locations/Specified Autos: Fire Damage (Any One Fire) Medical Expense (Any One Person) Aggregate Each Occurrence Single Limit - Each Accident Bodily Injury Each Person Each Accident Property Damage Each Accident Each Occurrence General Aggregate Retention I RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: 1 I I 1 I 4 & b I I I I I I The above-named Contractor hereby acknowledges payment in full all compensation of whatever nature due the Contractor for labor and materials furnished and for all work performed on above-referenced project for the period specified above with exception of contract retention amounts and disputed cla specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any claim Contractor may have, of whatever type or nature, for the per specified which is not shown as a retention amount of a dispu claim on this form. This release and waiver has been m voluntarily by Contractor without any fraud, duress or un influence by any person or entity. Contractor further certifies, warrants, and represents that bills for labor, materials, and work due Subcontractors for specified period have been paid in full and that the part signing below on behalf of Contractor have expressed authority execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) BY 1 BY f I 1 APPENDIX I CITY OF CARLSBAD SPECIAL PROVISIONS FOR MONROE STREET WIDENING SUPPLEMENTAL PROVISIONS FOR PART I - GENERAL PROVISIONS 1-1 TERMS 1-2 DEFINITIONS 2-5 PLANS AND SPECIFICATIONS 2-9 SURVEYING 4-1 MATERIALS AND WORKMANSHIP 5-1 LOCATION 5-4 RELOCATION 6-1 CONSTRUCTION SCHEDULE 6-8 COMPLETION AND ACCEPTANCE 6-9 LIQUIDATED DAMAGES 7-3 LIABILITY INSURANCE 7-4 WORKERS' COMPENSATION 7-5 PERMITS 7-8 PROJECT AND SITE MANAGEMENT 7-10 PUBLIC CONVENIENCE AND SAFETY 7-13 LAWS TO BE OBSERVED 9-3 PAYMENT 1 I I I 1 1 i b II I ! 1 8 E I I 8 FACILITIES FOR AGENCY PERSONNEL SUPPLEMENTAL PROVISIONS FOR PART I1 - CONSTRUCTION MATERIALS 200-2 UNTREATED BASE MATERIAL 200-1 PORTLAND CEMENT CONCRETE 207-2 REINFORCED CONCRETE PIPE 210-1 PAINT 212-1 LANDSCAPE PLANTING 215 FILL MATERIALS 203-6, 400-4 ASPHALT CONCRETE SUPPLEMENTAL PROVISIONS FOR PART I11 - CONSTRUCTION METHODS 300-1 CLEARING AND GRUBBING 300-2 UNCLASSIFIED EXCAVATION 302-5 ASPHALT CONCRETE PAVEMENT 303-1 CONCRETE 306-1 OPEN TRENCH OPERATIONS 307-1, 307-2 STREET LIGHTS 210-1, 310-5 PAINTING VARIOUS SURFACES 310-6 RAISED PAVEMENT MARKERS 308-4 PLANTING 309 MONUMENTS f 1 SUPPLEMENTARY GENERAL PROVISIONS 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words I1shown, I! ltindicated, It "detailed, VI llnoted, If llschedule or words of similar import are used, it shall be understood t reference is made to the plans accompanying these provisic B. Directions: Where words Ildirected, I) "designated, I! "selected, l1 or words similar import are used, it shall be understood that the directi designation or selection of the Engineer is intended, unless sta otherwise. The word I8requiredt1 and words of similar import sk be understood to mean Itas required to properly complete the b as required and as approved by the City Engineer," unless sta otherwise. C. Equals and Approvals: Where the words "equal, It trapproved equal, VI tlequivalent, VI and E words of similar import are used, it shall be understood such wc are followed by the expression "in the opinion of the Engine€ unless otherwise stated. Where the words 11approved,1t llapprova llacceptance,ll or words of similar import are used, it shall understood that the approval, acceptance, or similar import of Engineer is intended. D. Perform and Provide: The word llperformll shall be understood to mean that the Contract at her/his expense, shall perform all operations, labor, tools equipment, and further, including the furnishing and installin< materials that are indicated, specified or required to mean t the Contractor, at her/his expense, shall furnish and install work, complete in place and ready to use, including furnishing necessary labor, materials, tools, equipment, I 1 D I I t I, D 1 B I I # 1 I unless stated otherwise. 1 transportation. r 1 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or hi! approved representative 2-5 PLANS AND SPECIFICATIONS 1 I I I I t b II i 1 1 1 I 1 To Section 2-5.1, General, add: The specifications for the work are the Standard Specifications Public Works Construction, 1988 Edition, hereinafter designa SSPWC, as issued by the Southern California Chapter of the Ameri Public Works Association, and these General Provisions. The Construction Plans consist of 13 sheets designated as City Carlsbad Drawing No. 304-2. The standard drawings utilized this project are the latest edition of the San Dieso Area Resio Standard Drawinss. hereinafter designated SDRS, as issued by San Diego County Department of Public Works, together with the C of Carlsbad Supplemental Standard Drawings. Copies of pertin standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with product manufacturer's direction, the Contractor shall obtain distribute the necessary copies of such instruction, including (2) copies to the City. To Section 2-5, add: 1 2-5.4 Record Drawinqs: The Contractor shall provide and keep up-to-date a complete 1f built'' records set of transparent sepias, which shall be correc daily and show every change from the original drawings specifications and the exact llas-builtll locations, sizes and ki of equipment, underground piping, valves, and all other work visible at surface grade. Prints for this purpose may be obtai from the City at cost. This set of drawings shall be kept on job and shall be used only as a record set and shall be delive to the Engineer upon completion of the work. 1 It I 2-9 SURVEYING Modify the first paragraph of Section 2-9.1, Permanent Sur' Markers to read: The Contractor shall take necessary measures to ensure - preservation of survey monuments and bench marks. The Contrac- shall not disturb permanent survey monuments or bench mark( without the consent of the Engineer, and shall bear the expense replacing any that are disturbed, including the costs related filing of a record of survey with the County Surveyor. Replacemi shall be done by or under the direction of a licensed land surve' or registered civil engineer in accordance with Section 8771 the California Business and Professions Code (Professional L, Surveyors Act). Delete Section 2-9.3, Survey Service and replace as follows: The Contractor shall employ a licensed land surveyor or registe civil engineer to perform and be responsible for the accuracy all surveying necessary for this project. The cost of survey services shall be included within the prices paid for appropri items of work. No separate payment will be made for this work Add the following to Section 2-9.5, Line and Grade: Survey stakes shall be set and stationed by the Contract0 surveyor for curbs at 50' intervals (25' intervals for curve curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, st drains, and structures (4 corners min.). Rough grade as requi to satisfy cut or fill to finished grade (or flowline) as indica on a grade sheet. Contractor shall transfer grade hubs for construction inspection purposes to crown line base grade of streets as requi I 1 8 I 1 1 I b il 1 by Engineer I Contractor shall provide Engineer with two (2) copies of survey sheets prior to commencing construction of surveyed item. R 1 i ! I t I 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or appointed representative. The Engineer shall have free access any or all parts of work at any time. Contractor shall furb Engineer with such information as may be necessary to keep her/ fully informed regarding progress and manner of work and charac of materials. Inspection of work shall not relieve Contractor f any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency w bear the cost of testing materials and/or workmanship where results of such tests meet or exceed the requirements indicated the Standard Specifications and the Special Provisions. The c of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of materials shall be approved by him before the delivery is start All materials proposed for use may be inspected or tested at time during their preparation and use. If, after trial, it found that sources of supply which have been approved do furnish a uniform product, or if the product from any source pro unacceptable at any time, the Contractor shall furnish appro material from other approved sources. All backfill and subgrade shall be compacted in accordance with notes on the plans and SSPWC. Compaction tests may be made by City and all costs for tests that meet or exceed the requireme of the specifications shall be borne by the City. Said tests may be made at any place along the work as dee necessary by the Engineer. The costs of any retests made necess by noncompliance with the specifications shall be borne by Contractor. Add the following section: 4-1.7 Nonconformins Work The Contractor shall remove and replace any work not conforming the plans or specifications upon written order by tihe Engine Any cost caused by reason of this nonconforming work shall be bo by the Contractor. 1 I I I I I I b I t u I 1: 1 I I t I 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, b] search of known records, endeavored to locate and indicate on Plans, all utilities which exist within the limits of the wo However, the accuracy of completeness of the utilities indica on the Plans is not guaranteed. I 1 I I I I 8 b 1 1 1 I I 1 I 5-4 RELOCATION Add : The temporary or permanent relocation or alteration of utiliti including service connection, desired by the Contractor for his/ own convenience shall be the Contractorls own responsibility, he/she shall make all arrangements regarding such work at no c to the City. If delays occur due to utilities relocations wh were not shown on the Plans, it will be solely the City's opt to extend the completion date. In order to minimize delays to the Contractor caused by the fail of other parties to relocate utilities which interfere with construction, the Contractor, upon request to the City, may permitted to temporarily omit the portion of work affected by utility. The portion thus omitted shall be constructed by Contractor immediately following the relocation of the uti1 involved unless otherwise directed by the City. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor Section 6-1 of the SSPWC at the time of the preconstruct conference. No changes shall be made to the construction sched without the prior written approval of the Engineer. Any progr payments made after the scheduled completion date shall constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal relocation of conflicting utilities shall be requirements prior commencement of work by the Contractor. 8 6-7 TIME OF COMPLETION The Contractor shall begin work within 15 calendar days af receipt of the "Notice to Proceedv1 and shall diligently prosec the work to completion within 120 consecutive days after the d of the Notice to Proceed. t 1 To Section 6-7.2, Working Day, Add: Hours of work - All work shall normally be performed between t hours Of 7:OO a.m. and sunset, from Mondays through Fridays. 1 Contractor shall obtain the approval of the Engineer if he/s desires to work outside the hors state herein. Contractor may work during Saturdays and holidays only with 1 written permission of the Engineer. This written permission mi be obtained at least 48 hours prior to such work. The Contracl shall pay the inspection costs of such work. 1 8 I I I i b 8 1 I I II 1 I 1 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing a "Notice of Completionq1 and any faulty work or materi. discovered during the guarantee period shall be repaired replaced by the Contractor, at his expense. I 6-9 LIOUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the Contractor will be asses: the sum of $ 750 per day for each day beyond the completion dl as liquidated damages for the delay. Any progress payments mq after the specified completion date shall not constitute a wai. of this paragraph or of any damages. 7-3 LIABILITY INSURANCE Modify Sections 7-3 and 7-4 as follows: SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of contract insurance against claims for injuries to persons damages to property which may arise from or in connection with performance of the work hereunder by the Contractor, his agen representatives, employees, or subcontractors. If the insura is on a "claims made" basis, coverage shall be maintained fo. period of three years from the date of completion of the work. cost of such insurance shall be included in Contractor's bid. insurance company or companies shall meet the requirements of C Council Resolution No. 89-387. t 1 A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 ( 1/73) covering Comprehensive General Liability; Insurance Services Office form number GL 0404 cover Broad Form Comprehensive General Liability; and 2, Insurance Services Office form number CA 0001 ( 1/78) covering Automobile Liability, Code 1 "any aL 3. Workers' Compensation as required by the Labor Codc the State of California and Employer's Liabil Insurance. B. Minimum Limits of Insurance 1 I i I I 1 b I 1 I I 1 I I I I and Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combi single limit per occurrence for bodily injury property damage. If the policy has an aggregate lin a separate aggregate in the amounts specified shall established for the risks for which the City or agents, officers or employees are additional insur 2. Automobile Liability:$1,000,000 combined single li per accident for bodily injury and property damage 3. Workers' Compensation and Employers' Liabili Workers' compensation limits as required by the La Code of the State of California and Employe Liability limits of $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be decla to and approved by the City. At the option of the ci either: the insurer shall reduce or eliminate s deductibles or self-insured retentions as respects the Ci its officials and employees: or the Contractor shall proc a bond guaranteeing payment of losses and rela investigation, claim administration and defense expenses D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, following provisions: 1. General Liability and Automobile Liability Coverag t I a. The City, its officials, employees and voluntef are to be covered as insured as respec' liability arising out of activities performed or on behalf of the Contractor: products ( complete operations of the Contractor: premi: owned, leased, hired or borrowed by ' Contractor. The coverage shall contain special limitations on the scope of protect afforded to the City, its officials, employ1 or volunteers. 1 1 I I I I 1 b 1 I I i I I b. The Contractor's insurance coverage shall primary insurance as respects the City, officials, employees and volunteers. insurance or self-insurance maintained by City, its officials, employees or volunte shall be in excess of Contractor I s insurance shall not contribute with it. C. Any failure to comply with reporting provisi of the policies shall not affect cover provided to the City, its officials, employ or volunteers. Coverage shall state that Contractor's insura shall apply separately to each insured agai whom claim is made or suit is brought, exc with respect to the limits of the insur liability. d. 2. Workers' Compensation and Employers' Liabil Coverages The insurer shall agree to waive all rights subrogation against the City, its officials, employ and volunteers for losses arising from work perfor by Contractor for the City. I 3. All Coverages Each insurance policy required by this clause shall endorsed to state that coverage shall not be suspend voided, cancelled, reduced in coverage or in lim except after thirty (30) days' prior written notice certified mail, return receipt requested, has b I given to the City. E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rat of no less than A:V as specified by City Council Resolut NO. 89-387. t I F. Verification of Coverase Contractor shall furnish the City with certificates insurance and with original endorsements affecting cover required by this clause. The certificates and endorsem for each insurance policy are to be signed by a per authorized by that insurer to bind coverage on its beha The certificates and endorsements are to be in forms provi by the City and are to be received and approved by the C before work commences. i I I I 1 b I I I 1 1 I 1 1 G. Subcontractors Contractor shall include all subcontractors as insured un its policies or shall furnish separate certificates endorsements for each subcontractor. All coverages subcontractors shall be subject to all of the requireme stated herein. 7-5 PERMITS I Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, encroachment, right-of-way, grading, and building permits necess to perform work for this contract on City property, in stree highways (except State highway right-of-way), railways or ot rights-of-way. Add the following: Contractor shall not begin work until all permits incidental to work are obtained. 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 other non-working days at the City's request. To Section 7-8.5, Temporary Light, Power, and Water, add: The Contractor shall obtain a construction meter for water utili during the construction under this contract. The Contractor sh contact the appropriate water agency for requirements. Contractor shall include the cost of water and meter rental wit appropriate items of the proposal. No separate payment will made e Add the following to Section 7-8: D The t 1 7-8.8 Noise Control All internal combustion engines used in the construction shall equipped with mufflers in good repair when in sue on the projc with special attention to City Noise Control Ordinance No. 31( Carlsbad Municipal Code, Chapter 8.48. c 7-10 PUBLIC CONVENIENCE AND SAFETY 1 I I II I l b 1 1 I I I 1 1 Add the following to section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safc of employees on the work and shall comply with all applical provisions of Federal., State and Municipal safety laws ( building codes to prevent accidents or injury to persons on, ab01 or adjacent to the premises where the work is being perform1 He/she shall erect and properly maintain at all time, as requi by the conditions and progress of the work, all necess safeguards for the protection of workers and public, and shall danger signs warning against hazards created by such features construction as protruding nails, hoists, well holes, and fall materials. 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11 Excavation and Grading. If this notice specifies locations or possible materials, such borrow pits or gravel beds, for use in the proposed construct project which would be subject to Section 1601 of the Fish and G Code shall become conditions of the contract. 1 SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Delete this section. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do w reductions in amount of retention. t 1 SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS 200-2 UNTREATED BASE MATERIAL Aggregate base shall be crushed aggregate base (Section 200-2. or crushed slag base (Section 200-2.3). I 201-1 PORTLAND CEMENT CONCRETE I I I II I 1 b I I I I I I I Concrete for drainage ditch shall be Class 520-C-2500. Modify Section 201-1.2.2, Portland Cement, as follows: First paragraph, first sentence amend to read: "All cement tc used or furnished shall be low alkali and shall be either Typ or Type I1 Portland Cement conforming to ASTM C 150, or Type (MS) Portland Pozzolan Cement conforming to ASTM C 595, unl otherwise specified.11 Modify Section 201-1.2.3, Water, as follows: Second paragraph replace tll,OOO ppm (mg/L) of sulfates" b 111,300 (mg/L) ppm of su1fates.I' Third paragraph replace 'I800 ppm (mg/L) of sulfates" with Ill, (mg/L) ppm of sulfates." (b) Air-entraininq Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1/2 percent is allowed. The air content of freshly mixed concr will be determined California Test Method No. 504." Modify Section 201-1.3.3, Concrete Consistency, as follows: Second paragraph delete: 'land shall not exceed amounts showr following table:" Also delete table. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificat llTransit mixed concrete may be certified by mix design numk provided a copy of the mix proportions are kept on file at plant location for a period of 4 years after the use of the mi I t 8 203-6 AND 400-4 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Type C3-AR 4000 for surface course paving (top 1-1/211 of AC thickne and Type I11 B2 or B3-AR 4000l for base course paving (AC under 1-1/2" of AC pavement). Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete !land from the Engineer's field laborator Last paragraph, add after D 2172: llmethod A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follows Add the following: IlOpen graded asphalt concrete stored in exc of 2 hours, and any other asphalt concrete stored in excess of hours, shall not be used in the work.11 Modify Section 400-4.1, General, as follows: Second paragraph, amend to read: "Unless otherwise specified, , 4000 paving grade asphalt shall be used for Type I11 asphal concrete, and AR-8000 paving grade asphalt shall be used asphalt concrete berm. If Asphalt concrete berms shall consist class D-aggregate grading. Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "The total amount of material passing the No. 200 sieve sh be determined by washing the material through the sieve with wat No less than 1/2 of the material passing the No. 200 sieve washing shall pass the No. 200 sieve by dry sieving." Add the following paragraph: soundness in accordance with ASTM D-1073, and shall not exc fifteen percent (15%) loss by weight." Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM D2419 Test Method may be alterna for Test Method No. Calif. 217." I I 1 1 I I b 1 I 1 R I 1 1 I I "Fine aggregate shall be tested t 1 Fourth paragraph, amend table to read: TYPE I11 ASPHALT CONCRETE CLASS B2 B3 SIEVE INDIVIDUAL MOVING INDIVIDUAL MOVI I SIZES TEST RESULT AVERAGE TEST RESULT AVEG I a 1" (25mm) 100 100 100 1oc 3/8" (lomm) 50-80 60-75 60-84 65-8 3/4" (19mm) 87-100 90-100 90-100 95-1 1/2" (13mm) 75-95 80-90 85-100 85-9 No. 4 30-60 40-55 40-60 45-6 No. 8 22-44 27-40 24-50 30-4 No. 30 8-26 12-22 11-29 15-2 No. 200 1-8 3-6 1-9 3 -7 I 1 1 I b I I I I I I I I Asphalt % 4.6-6.0 4.6-6.0 Also, in Table "Type I11 Asphalt Concrete," change percent pass sieves as follows: Class D - Change % Passing No. 200 to 5-12 Add the following: "Table of Sand Equivalent and Cleanness ValL and modify the sand equivalent value in the first paragraph anc the table of requirements in Section 400-4.3 to the values as nc in this added table.I1 t I TABLE OF SAND EQUIVALENT AND CLEANNESS VALUES Mix Sand Cleanness Size Ecruivalent (Min. 1 Value (Min.) D 45 Individual 55 Individual 50 Moving Average 60 Moving Average C 50 Individual 60 Individual B 50 Individual 60 Individual 1 D I I I I b I II R 8 I I After the last paragraph, add the following: The aggregated from each separate bin for asphalt concrete, T 111, except for the bin containing the fine material shall hav Cleanness Value as noted in the added IlTable of Sand Equival and Cleanness Valuestt and as determined by Test Method No. Cal 227, modified as follows: Tests will be performed on the material retained on the No. 8 si from each bind and will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 secon a single loading of the entire sample on a 12-inch diameter, 4 sieve nested on top of a 12-inch diameter, No. 8 sieve. Where a coarse aggregate contains material which will pass maximum size specified and be retained on a 3/8 inch sieve, test specimen weight and volume of wash water specified for inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area during immediately after discharge from each bin of the matching plant immediately prior to mixing with asphalt in the case of continu I 8 mixers. The Cleanness Value of the test sample from each of the bins w be separately computed and reported. Modify Section 400-4.4, Storing, Drying and Screening Aggregat as follows: After fifth paragraph, add: "When the Contractor a supplemental fine aggregate, each such supplemental fine aggreg used shall be stored separately and kept thoroughly dry." I t 1 207-2 REINFORCED CONCRETE PIPE The pipeline layout and connector pipe list required unc Paragraph 3, 207-2.1, is waived. 210-1 PAINT Paint for striping shall be white or yellow as shown on the plar I I I I I 1 I b a P 1 1 I l I e P I SECTION 212-1, LANDSCAPE PLANTING 1.01 GENERAL REOUIREMENTS A. Description: 1 1. Scope of Work: I I 1 1 E P b I 1 1 1 I 1 1 8 Provide all labor, materials and equipment requi to complete work indicated on the drawings and accordance with the following specifications t replace Section 212-1 of the Standard Specificati for Public Works Construction. Work shall performed in accordance with the current standards practice relating to the various trades for following items: a. Perform all finish grading b. Furnish and install all trees, shrubs, C. Maintenance d. Guarantees groundcovers B. Quality Assurance and Requirements: 1. Approvals: a. All irrigation work shall be inspected approved prior to start of any work of t section. Prior to excavation for planting or placing stakes, locate all utilities, electric cab1 conduits, sprinkler lines, heads, valves valve control wires, and all utility lines that proper precautions may be taken not damage such improvements. In the event o conflict between such lines and pl locations, promptly notify the CITY, wh shall arrange for relocation for one or other. Failure to follow this procedure pla upon the Contractor the responsibility for, his own expense, making any and all repairs damages resulting from work hereunder. b. t I 2. Quantities and Types Plant materials shall be furnished in the quantit and/or spacing as shown or noted for each locati and shall be of the species, kinds, sizes, etc., symbolized, and/or described in the IIPlant Legen as indicated on the drawings. The Contractor is verify all sizes and quantities on plans. i C, Substitutions: i 1 1 1. 2 b 1 1 I 1 I I I I 1. Any plant material or any development materi specified by trade name or equal, shall be accord to these plans and specifications. 2. Installation and use of substitute items shall not made until the Contractor is in receipt of writ approval from the CITY. Substitution proposals plant material mush be accompanied by substant written proof of non-availability of mater originally specified. m D, Verification of Dimensions and Quantities: All scaled dimensions are approximate. Before proceed with any work, the Contractor shall carefully check verify all dimensions and quantities and shall immediat inform the CITY of any discrepancy between the drawi and/or specifications and actual conditions. No work sh be done in any area where there is any discrepancy ur approval for same has been given by the CITY. E. Inspection: 1. All inspections herein specified shall be made by CITY. The Contractor shall request inspection least 48 hours in advance of the time inspection required. Requested inspections, subsequer cancelled without four hours notice, will be bil to Contractor. 2. Inspection will be required for the following pt of the work: a. Prior to digging plant pits for trees b. During backfilling of plant pits with amer C. Final Inspection at the end of the mainten; shrubs backfill. period. r 1 3. Plant materials indicated on the drawings and hert specified shall conform to the following: a. Nomenclature: Plant names indicated or lisi in the "Plant Legend" on the drawings, confc to the approved names given in "A Checklist Woody Ornamental Plants in California, Man1 32", published by the University of Califori School of Agriculture (1963). Except for nai not covered therein, the established custom the nursery is followed. Condition: Plants shall be in accordance w the California State Department nursc Agriculture's regulations for inspections, rules and grading and shall symmetrical, typical for variety and specit sound, healthy, vigorous, free from pl disease, insect pests, or their eggs, and sh have a healthy, normal root systems, w filling their containers, but not to the PO of being root bound. Plants shall not pruned prior to delivery, except as authori by the CITY> In no case shall trees be top before delivery. C. The size of the plants will correspond w that normally expected for species and vari of commercially available nursery stock, or specified in the drawings. The mini acceptable size of all plants, measured bef pruning with the branches in normal positi shall conform with the measurements, in a specified on the drawings in the list of pla to be furnished. Plants larger in size t specified may be used with the approval of city Engineer, but the use of larger pla will make no change in contract price. B root plantings in publicly maintained ar shall be done only with special approval City Engineer. 1 1 I 1. I 9 I b 1 I II 1 1 II 8 II 4. All plant material shall be subject to the inspect and approval of the CITY before planting. representative number of plants may be inspected size and condition of root growth, insects injur and latest defects. Plants not approved are to removed from site immediately and replaced h suitable plants. The CITY reserves the right reject entire lots of plants represented by defect samples. b I 2.01 PRODUCTS AND MATERIALS A. Materials: 1. General : Use only new materials of brands and types noted drawings, specified herein, or approved equals. 1 2. Samples of products and materials may be required CITY. Submittals for inspection shall be stored the site until furnishing of material is comple Delivery may begin upon approval of samples or directed by the CITY. 1 I I I 1 I b i 1 3 1 I st I 1 3. Soil Fertilizers and Conditioners: a. Redwood sawdust shall be free of shavings particles of other woods such as fir or pi supplied in bulk and .5% nitrogen stabili by standard techniques. An accepta substitute for above would be nitrc stabilized fir or redwood bark ground to 0-1 particle size -1.0% nitrogen stabilized. b. Commercial fertilizers shall be delivered sacks with manufacturer's label showing wei and analysis attached to each sack. 1. Fertilizer and soil conditioner shall comprised of decomposed animal vegetable matter and composted to supy: bacterial cultures. 2. Conditioner shall contain no poult animal or human waste. Guaranteed analysis shall be 5% Nitroc 3% Phosphate, 1% Potash, 50% Humus, Humic Acids. 3. 4. Bacterial Stimulator shall be include 5. Product is available as Gro-Power approved equal D 4. Soil Herbicide: Apply a non-selective herbicide for total control vegetation, available as Round-up. Apply 'at the 1 suggested by the manufacturer. f I 5. Tree Stakes and Guys: a. Tree stakes shall be sharpened 2" diame- treated lodgepole pine stakes, 10' long ( for Eucalyptus sp.), free of splits. Ties holding trees to supports shall be as detail1 Use three (3) ties per tree. 6. Topsoil: 1 1 II. 1 1 1 1 I) 1 1 I t 10 1 I T a. Topsoil shall consist of a natural, ferti dryable, sandy loam soil possessing characteristics of representative soils in vicinity which produce heavy growth of cro grasses or other vegetation and shall obtained from natural well drained are Before removal of the topsoil, the surface the source of supply is to be stripped tc depth of two inches in order to remove w seeds, roots, etc. The source of topsoil sh be free from Bermuda grass, crab grass and noxious weeds or grasses. The topsoil sh be free from subsoil, refuse, heavy roots, c lumps, stones larger than one inch in si noxious weeds, sticks, brush, litter and ot deleterious substances. In no case shall th be more than five percent by volume of following: stones smaller than one inch, coa sand, and small clay lumps. b. The soil shall be free from insolu carbonates and shall have the follow analysis, which shall be verified by a s analysis made at the Contractor's expense. pH - maximum of 7.0; minimum of 6.0 ECo - zero to three maximum (electri ESp - zero to twelve maximum conductivity ) (exchangeable sodium percentage) The soil shall be subject to inspecti at the source of supply prior to delive t I 3.01 EXECUTION A. Soil Samples: 1, The Contractor shall take soil samples prior planting and submit them for testing of agricultu suitability to an approved soil and plant laborato The soil amendment program shall be revised to ref1 the recommendations of the soils report. 1 2. 1 i 1 I II b II I 1 I 1 P 1 I B. Fine Grading: 1. When preliminary grading, including weeding fertilizing, has been completed and the soil has dr sufficiently to be readily worked, grade all lawn planting areas to the elevations indicated on drawings. Grades not otherwise indicated shall uniform levels or slopes between points wh elevations are given. Minor adjustment of fin grades shall be made at the direction of the CITY, required. Finish grade shall be a smooth, even uniform plane without abrupt change of surface. S1 soil areas adjacent to walls away from the walls allow natural runoff of water, and direct surf drainage as indicated on the drawings by remodel surfaces to facilitate the natural runoff of wat Grade low spots and pockets to drain properly. Fir grade of all planting areas shall be one inch be grade of adjacent pavement of any kind. C. General : 1. Regularly water all nursery stock in containers place them in a cool area protected from sun 1 drying winds. 2. Position plants in plant locations indicated drawings and secure approval before excavating pi making necessary adjustments as indicated. Do not allow plants to dry out before or while bc planted. Keep exposed roots moist by means of sawdust, peat moss, or burlap at all times dul planting operations. Do not expose roots to the except while being placed in the ground. Wil plants, whether in place or not, will not be accer and shall be replaced at the Contractor's expensc 3. t 1 4. Remove all plants from their containers and set that, when settled, they bear the same relation to required grade as they bore to the natural gr before being transplanted. Plant each plant in center of the pit and backfill with prepared sa Do not use soil in muddy condition for backfilli Do not fill around trunks or stems. Cut off broken or frayed roots. 5. In the event that underground construction work obstructions are encountered in the plant operation, alternate locations for plant material b be selected by the CITY. Operation will be done no extra cost to the CITY. I I I I I I I b P I C 1 a I I I 6. Excavation: a. The planting pits for trees and shrubs sh be excavated two times the diameter and one a half times the depth of the original pl container. Loosen compacted soil at sides 7. Planting: a. Fill holes with backfill mixture as specif below: The following material shall be thorouq blended and used as a backfill mix. mixing for individual planting holes b be permitted. Mix planting soil prior to backfilling stockpile at the site. - Ammoniated redwood shavings, 1 part volume - Backfill of imported good rock-fre soil, 2 parts by volume - 17 lbs. of Gro-Power per cubic yard mix* Purchase invoice, with job name, shall be submitted to City Engineer prior to planting. - Agricultural gypsum (per soil repor Type and quantity of commercial fertilizer shall be amended as necessary based on the soils repor Soil samples shall be taken by the Contractor and tested at the concluz of the grading operation. A copy of this sampling shall be part of the specifications. f 1 b. Fill to proper height with amended backfill receive the plant and thoroughly tamp mixture before setting the plant. C, Set plant in upright position in the center the hole and compact the backfill mixt around the ball or roots. d. Thoroughly water each plant when the hole one-half filled. The remainder of the h shall be then backfilled. Set the plant tablets to be used with each plant on the of the root ball while the plants are still their containers so the required number tablets to be used in each hole can be eas verified. 1 8 1 I I I 1 f I I 1 E I I e. After watering, tamp the soil in place un the surface of the backfill is level with surrounding area and the crown of the plant at the finished grade of the surrounding ar f. After backfilling, an earthen basin shall constructed around each plant. Each ba shall be of a depth sufficient to hold at le six inches of water. Basins shall be the s size as the container size of each individ plant. The basins shall be constructed amended backfill material. g. Immediately after planting, apply water to e tree and shrub by means of a hose. Apply wa in a moderate stream in the planting hole un the material about the roots is complet saturated from the bottom of the hole to I top of the ground. h. HAND WATER in sufficient quantities and often as seasonal conditions require to k the planted areas moist at all times, h below the root system of plants. General water once each day for (21) days in c seasons; for (30) days in hot weather. i. Pruning - Pruning shall be limited to minimum necessary to remove injured twigs branches, and to compensate for loss of rc during transplanting, but never to exceed c approval of the City Engineer, pruning mal done before delivery of plants, but not bef plants have been inspected and approved. third of the branching structure. 1 d t- I 8. Tree Support: a. All 5, 10 and 15 gallon trees shall be sta per planting details. D. Maintenance: 1. General : 1 Maintain all planting, starting with the plant operations and continuing for 60 calendar days, af all planting is complete and approved by the CITY, writing. The maintenance period will not comme until all planting has been approved in writing by CITY. I B I 1 I 1 b u t I I I II 2. Work Included: a. Maintenance shall include all wateri weeding, edging, cultivating, spraying pruning necessary to keep the plant materi in a healthy growing condition and to keep planted areas neat and attractive through the maintenance period. b. Provide all equipment and means for pro application of water to those planted areas equipped with an irrigation system. C, Protect all planted areas against dama including erosion andtrespassing, byprovid and maintaining proper safeguards. d. During the maintenance period, all plants planted areas shall be kept well watered weed free at all times. P e. In order to expedite the plant establishrr work, the Contractor shall maintain sufficient number of men and adequate equipx to perform the work herein specified from time any planting is done until the end of final maintenance period. f. Damage to planting areas shall be repla c immediately. g* Depressions caused by vehicles, bicycles, foot traffic, to be filled and level Replant damaged areas. lr I h. Apply 25 lbs Gro-Power Plus per 1,000 squ foot at 25th and 55th day of 60 day maintena period. Contractor shall submit purch invoice, with job name, to City Engineer pr to application. i. Exterminate rodents, slugs, snails, cutworms as required and repair damage above. 1 s 1 I I I i f 1 I 8 I i II I j- All paved areas will be broom cleaned and washed and maintained in a neat and cl condition at all times, as directed by CITY o 3. Replacements: a. At the end of the maintenance period, all pl materials shall be in a healthy groo condition. b. During the maintenance period, should appearance of any plant indicate weakness probability of dying, immediately replace t plant with a new and healthy plant of the E type and size without additional cost to CITY. All trees shall be guaranteed by the Contrac to live and grow in an acceptable upri position for a period of one year af completion and final acceptance by the CI'I d. The Contractor, within 15 days of notificat by the CITY, shall remove and replace guaranteed plant materials which for any re? fail to meet the requirements of the guarant Replacement shall be made with plant materj as indicated or specified for the origj planting, and all such replacement materj shall be guaranteed as specified for original guaranteed materials. C. 4. Clean-up : Upon completion of the work in this section, Contractor shall clean up and remove from the area unused materials and debris resulting from performance of the work as directed by the CITY. i t I 4.01 PAYMENT A. Measurement for payment purposes shall be in accordance w Sub-section 9-1 of Standard Specifications for Public Wo: Construction (1988 Edition). Payment will be a lump sum ( shall include full compensation for furnishing all labc materials tools and equipment and performing all wc necessary to complete the work described herein or specif in the Contract Documents. i 1 1 I 1 1 I 1) 1 n 1 I 4 I I 1 ADD: 215 FILL MATERIALS: Soil materials in general shall be free of debris, roo wood, scrap materials, vegetable matter, refuse, s unsound particles, and deleterious or objectionable matt General site fill and embankment material shall conform the general requirements for soil materials whether they obtained on site or from a local borrow pit. Representat samples shall be submitted to the Resident Engineer approval prior to placement by the Contractor. Excavated materials may be suitable for slope embankme It may be necessary to stockpile the suitable excavat materials until such time as it can be used for sl embankment. Costs for stockpiling and double hauling sh be borne by the Contractor and no additional payment w be made therefore. Fill material shall provide an VIRf1 value greater than (sixteen) when compacted in place. t E SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS 300-1 CLEARING AND GRUBBING. 300-1.1 GENERAL DELETE the second paragraph and SUBSTITUTE the followin Clearing and grubbing shall consist of removing all natu and artificial objectionable materials from the limits proposed new construction, road approaches, and such ot areas as may be shown in the Plans or Specifications. 'I work shall be performed in advance of the grad operations. I I .I 4 1 II I b 1 I I t I i 1 I . 300-1.3 REMOVAL AND DISPOSAL OF MATERIALS. 300-1.3.2 REOUIREMENTS. (a) Bituminous Pavement: DELETE the second sentence in its entirety and SUBSTI? the following: Brick rubble, broken concrete and broken asphalt paven originating from the project must be disposed of at Contractor's expense off the work site and shall not incorporated in any fill. No such materials may be impor from outside the project limits. Add the following: b) c) d) Protection of existing facilities. e) f) Removal and disposal of existing pipe. Removal of interfering portion of existing fence. Removal and salvage of existing signs. Perform miscellaneous grading as shown on the pla f 1 300-1.4 PAYMENT. Add the following: Payment for clearing and grubbing shall be made for the Li Sum Contract Price according to Subsection 300-1.4 of ' Standard Specifications. All items designated for remov disposal, protection, replacement, and salvage shall included in the Lump Sum Contract Price for clearing grubbing. No additional compensation will be all0 therefore. I I 1 I I 1 I b 8 I I I I li 8 1 300-2 UNCLASSIFIED EXCAVATION. All material that is excavated and which requires rem0 from the site shall be removed and disposed of by Contractor at a legal disposal site. Cost for removi hauling and disposing of such excavated materials, includ all permits and other associated costs shall be included the bid price for Unclassified Excavation, as described Subsection 300-2.9 of the Standard Specifications. 302-5 ASPHALT CONCRETE PAVEMENT A prime coat is not required for this contract. A seal c is required and shall conform to Section 302-5.9 of th supplemental provisions. Modify Section 302-5.1, General, as follows: Paragraph 1, replace "Section 203-6" with "Section 400- Last paragraph, add: I1All testing of undergro installations at any given point shall be completed bef the surfacing is placed at that point." Modify Section 302-5.5.2, Density and Smoothness, f 01 lows : First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm Modify Section 302-5.5.1, Rolling General, as follows: Second paragraph, Part (2), add: Vibratory rollers shall be limited to breakdown, unl otherwise directed by the Engineer." f I After last paragfaph, add: Wnless directed otherwise the Engineer, the initial breakdown rolling shall followed by a pneumatic-tired roller as described in t Section. It To Section 302-5.8, Measurement and Payment, add: Cost of labor and materials for the seal coat shall included in the unit price bid for asphalt concrete. Add the following: I I I R 1 n I b 1 1- II I 1 1 1 302-5.9, Seal Coat All asphalt concrete surfaces shall be seal-coated unl otherwise specified. The seal coat shall consist of a c of asphaltic emulsion and a cover coat of sand. asphaltic emulsion shall be mixing type conforming Section 203-3, llEmulsion Asphalt. It Sand shall be clean dry. Immediately before applying asphaltic emulsion, the surf to be seal-coated shall be thoroughly cleaned of all d and loose material. Asphaltic emulsion shall not be appl when the street is overly wet or when the atmosphe temperature is below 50 degrees Fahrenheit. The asphaltic emulsion shall be applied by use of a PC spraying device that uniformly applies the emulsion to surfacing at a rate of 0.1 to 0.15 gallon per square ya The distributor spray bar shall be equipped with asphal emulsion-type spray jets m Curbs, gutters, and ot adjoining improvements shall be carefully protected from emulsion, and any such improvements spattered or touc with emulsion shall be carefully cleaned, Immediately after the application of asphaltic emulsior cover coat of sand shall be spread at the rate of 6 tc pounds per square yard. piles, ridges, or uneven distribution shall be broomed maintain an even layer over the surface. Five days af the seal coat has been applied, the surface shall agair broomed and any excess sand shall be picked up and remc from the job. The Engineer may authorize the sand tc broomed, picked up and removed from the job after 2 or n After the sand has been spread, I days o 302-5.9.1 MEASUREMENT AND PAYMENT When seal coat is paid for as a contract item of work, unit of measurement shall be per square foot, measuremc shall be made in horizontal planes. f 1 303-1 CONCRETE Add the following: P.C.C. Curbs, Gutter and Sidewalks Shall be constructed as shown on the plans and conformance with Sections 201 and 303-5 of the Stand Specifications. All Type G curb and gutter will be measu and paid for as 6" Type G curb and gutter. The contract unit price paid for curb and gutter and ot P.C.C. items shall include full compensation for furnish all labor, materials, tools and equipment, and all w involved in the construction as specified. 1 8 4 8 8 I b R I I I II I I 306-1 OPEN TRENCH OPERATIONS RCP shall have a minimum cover of one (1) foot be finished grade. Bedding may be aggregate base per th specification. Compaction shall be a minimum of 90% dens and backfill shall be mechanically compacted. I 307-1, 307-2 STREET LIGHTS DESCRIPTION--Construction of street lighting system sh conform to the applicable provisions in Section 86, "Sign and Lighting, 11 of the California Department Transportation Standard Specifications (CALTRANS) da January, 1988, and these Special Provisions. STREET LIGHT MATERIAL (General)--Street Lighting Lumina description shall be as follows: I Lamp Size: 100 Watt High Pressure Sodi output: 9,500 Lumens for 100 Watts Luminaire Type: Phillps or Lumi-Dyne, w dropped lens. t B Luminaire Mounting Height: 27 feet for 100 Watts Uni 1 foot Pole Height (Measuring from ground surface - +2 feet): 25 feet for 100 Watt Units Mast Arm: Normally 8 foot for a 1 fo I minimum curb overhang 8 1 I I 1( I I) 8 1 8 I I I 1 Pole Round Concrete LUMINARIES--Street lighting luminaries shall be complet assembled and furnished with a lamp and an adjusta external photoelectric control units. Luminaries shall designed for horizontal mounting with a horizontal burn lamp. It shall be a non-cutoff type, of standard make manufactured by a manufacturer of recognized experience ability, who is now regularly engaged in the manufacturc street lighting luminaries. The luminaries shall be cast aluminum or welded heavy gauge aluminum sheet furnished with an optical assembly removable without the of special tools. The Luminaire shall have a slipfitted mounting brac capable of attaching to a two inch (2") pipe without need for special mounting parts. Leveling and clamping the luminaire to the mast arm pipe shall be accomplished tightening mounting bolts which are externally or interna accessible. Provision shall include an integral twist1 type receptacle for photoelectric cell control in accorda with the latest EEI-NEMA standards. The receptacle sh be adjustable with respect to north and prewired to terminal board. The luminaire power unit assembly sh consist of an integral ballast, capacitor, heavy d terminal block, and the power unit assembly shall be mour on a separate component of the luminaire to facilit replacement. The ballast assembly shall be enclosed in a separ compartment from the optical assembly. Both compartmc shall be sealed with a heat resisting gasket. The opti assembly door hinge shall be designed so that when the c is opened, the hinge pins shall prevent the door f swinging free of the pins. The net weight of the luminaire, including ballast, st be no greater than the following: m P* Lamp Size (Watts): 100 Weight (Lbs - ) : 55 1 BALLAST--High pressure sodium ballasts shall be suitable use on multiple distribution circuits with 60 HZ, 120 or volt rating. Ballasts shall be of the component type consisting precision wound coils and welded magnetic steel laminati assembled together and impregnated with a baked insulating and weatherproof varnish and metal ca hermetically sealed capacitor. The operating sound pressure noise level shall not exc the ambient noise level by more than five (5) decibels a distance of 30 feet when measured by a sound level me conforming to the American Standard for Sound Level Mete Where the ambient noise level is below 40 decibels, minimum of 40 decibels shall be assumed as ambient. PHOTOELECTRIC CONTROL UNIT--The photoelectric unit sh consist of a photoelectric cell in a weatherproof hous which plugs into a EEI-NEMA twist lock receptacle integ with the luminaire. The photoelectric unit shall provide an output in respc to changing light levels. The response level shall rer stable throughout the life of the control unit. The control unit shall contain a cadmium-sulf photoelectric cell suitable for operation with 120 volt 240 volt line supply as noted on the plans. The unit sh have a rated load capacity of 1,000 volt-amperes minin with a normal power consumption of not more than 10 wat The control unit shall also have surge protection to prev damage from sudden voltage surges. The control unit shall have a ltTurn-Onlt level between (1) and five (5) foot-candles. The I1Turn-Offvt level sk. be between one and one-half (1-1/2 and fire (5) times tlTurn-Onll level. The photocell shall be properly oriented with the photoc window facing north. NOTE: Problems have been encountered with poor qual photocells. If a photocell burns out before your proj is accepted, you will be required to replace it before project will be signed off. Good qualitv photocells k a non-transparent caD, and are usually a bright blue col or silver for solid state units. 1 8 1 I 1 It I b 8 I I I I I 1 8 f 1 FUSES--Fuses shall be slow blow 13/32" x 1-1/2" in-line t! fuse in the appropriate size as shown below: Lamp Size in Watts: 100 Fuse Size: 2 OA The fuse shall be installed in the hot leg of the light conductor. The circuit shall be fused in the base of ' pole, and not in a pull box. If the light requires 240 volts, both legs shall be fusc FUSEHOLDERS--Fuseholders shall be completely waterpro1 shall grip the fuse in the load side section when fuseholi is opened, be able to take a 13/32" x 1-1/2" fuse, w crimp type tubular terminals of a size able to take the s cable in the particular street light. WIRING--Service runs to lights shall be solid copper w No. 8. Cooper wire shall conform to the applicable port of ASTM B3 and B8. Wire connectors shall be type appro by the Engineer and bear the UL seal of approval. installation procedure, including connector size crimping tools shall conform to the manufacture recommendations. Aluminum conductors will not be allow Wire from the base of the pole to the luminaire shall be #lo wire. SPLICING--Splices shall be permitted in pull boxes lighting standard bases only. All splices shall waterproof, with epoxy encapsulation or heatshrink tubi CONDUIT--All conduit shall be 1-inch UL approved heavy w polyvinyl chloride (PVC schedule-40) or 1-inch galvani steel. Conduit shall be sand encased (3 inches minimum o conduit and all sides). The Contractor may, at his expen use conduit of a larger size, provided the larger size used for the entire length of the run between pull box Reducing couplings shall not be used. Conduit shall be 1 to a depth of not less than thirty (30) inches. Cond laid in open trench shall not be covered nor shall trench or inspection hole be backfilled until installat has been accepted by the Engineer. PULL BOXES--State No. 3-1/2/Pull Box (15-3/8" x 10-1/8") equivalent shall be installed per CALTRANS standard drab ES-8, a pull box shall be installed within five (5) feet each street lighting standard. A #6 or 3312 pull box sk also be installed within three (3) feet of each sen point unless the light standard is within five feet of service point. In this case, only one pull box is requir Pull boxes shall not be spaced more than 200 feet apart 1 i 1 I I 1 I b 8 1 I I I I 1 I P I The bottom of the pull box shall rest firmly on a size inch thick bed on one inch crushed rock extending six inches beyond the outside edges of the pull box. Pull bo shown in the vicinity of curbs shall be placed adjacent the back of the curb, and where practical, shall installed with the short side parallel to the curb. Pull boxes shall not be installed in any part of a drive or other traveled way unless approved by the Engineer. the pull box is in the traveled way or driveway, it sh be provided with a metal cover. Pull box covers shall inscribed "STREET LIGHTING. 11 Covers shall be secured w 3/8 inch bolts, capscrews or studs, and nuts which shall of brass, stainless steel or non-corroding material. CONCRETE POLE CONSTRUCTION--Concrete poles shall be taper centrifugally cast and prestressed. They will be rou black and white marble aggregate or natural expc I i 1 II I I b 1 I I I I I I 1 I aggregate. The ultimate strength of a pole shall be calculated accordance with the latest revision of American Concr Institute (A.C.I.) standard 318. Under working IC (including wind loading), the pole must not be stres beyond the cracking strength. Wind loads shall be specif in the last edition of the AASHTO standards. Pole shape and color shall be uniform for entire projec Aggregates shall conform to current requirements of P C33, except that abrasion requirements therein shall apply and that no more than seven percent (7%) shall E: a #lo0 mesh sieve. No dye or sealer shall be used witl- approval of the Engineer. The centrifugal casting process shall produce a center c throughout the length of the pole. This duct shall be f from sharp projections or edges which might damage the k or cable. It shall be a minimum of 1-1/2 inches diameter. All reinforcing steel shall have a minimum cc of 5/8 inch of concrete. After curing, the surface of the pole shall be treated remove cement laitance and to develop the surface textt When finished, poles shall be without cracks or crazing shall have a uniform surface (without objectionable n marks) and texture throughout the entire length. Maxj deviation from stringline at any point shall not exceed inches per foot of length. Handhold cover plate securing bolts shall be stain1 steel. t 1 ANCHOR BOLTS FOR ANCHOR BASE POLES--Anchor bolts shall of the type and size shown on Regional Standard Drawings 1, Anchor bolts shall conform to the specifications of A A 307, and shall be provided with two nuts and two wash each. Bolts, nuts, and washers shall be galvanized by hot-dip process conforming to ASTM A 153, or cadmium pla with type NS coating conforming to ASTM A 165. Plumbing of the standard shall be accomplished by adjust the nuts on the anchor bolts before the foundation cap placed. Shims or other similar devices for plumbing raking will not be permitted. After plumbing the standa anchor bolts shall be cut off 1/4 inch above the nuts the exposed surfaces shall be repaired. Street light foundations shall be the concrete anchor ty For anchor base foundation detail, see Regional Stand Drawings El and E2. MAST ARMS--Poles shall be furnished with a mast arm t provides a minimum of six (6) inches of horizontal strai section at the end of the arm to mount a two (2) inch 1.F slipfitter type luminaire mount. The mast arm shall be long enough to give a one foot mini curb overhang to the luminaire. The usual length for arm in a typical installation is eight (8) feet. Mast arms shall be two (2) inch I/P.S. galvanized steel aluminum, and be self supporting, without braces, scrc or rods. Mounting shall be perpendicular to the str centerline unless otherwise shown on the plans. Steel arms shall conform to ASTM A 120. Aluminum arms sk. be made of corrosion resistant alloys such as Alumi Association wrought alloy 6061 or 6062, or cast alloys or 356. All exposed hardware shall be stainless steel. protected hardware not visible after installation shall cast aluminum and/or stainless steel , hot dipped galvanj or cadmium plated steel. WIRE AND CONDUIT TO SERVICE POINT--If the light sys requires 120 volts, the wires will be black and white, t black being the hot wire and fused. If the light sys requires 240 volts, both wires are to be black and fus any ground wires will be green and connected to the polt a clamp attached to an anchor bolt. I 1 I I I. 1 I b I 1 I I 1 1 I I t 1 210-1, 310-5 TRAFFIC STRIPES Modify Section 310-5.6.10, Painting, Traffic Stripi. Pavement Markings, as follows: Appropriate traffic and bike lane markings shall be pain in all areas of new asphalt cement pavement construction on existing pavement as necessary to delineate traf right-of-way. All details and dimensions for traffic stripes and marki shall conform to the California Department of Transportat Traffic Manual and Maintenance Manual. Existing traffic stripes and markings that do not conf to the Plans shall be removed by wet sandblasting. Traffic line paint shall be rapid dry conforming to Sect 210-1.6.3 and shall contain reflective material conform to Section 210-1.6.5 of the Standard Specifications. The Contractor shall furnish the necessary control poi for all striping and markings, and shall be responsible the completeness and accuracy thereof to the satisfact of the Engineer. Spotting shall be completed prior to the removal of existing stripes. Existing stripes and markings shall removed prior to painting new ones, but in no case shall section of street be left without proper striping for m than 24 hors, or over weekends or holidays. Payment shall be made as shown at the lump sum contr price, which shall include full compensation for furnish all labor, materials, tools, equipment, incidentals, and doing all work involved in traffic striping and marking accordance to the plans. I I I I I I I b 1 I 1 I 1 I I I t 1 s 310-1 GENERAL Add the following: The work shall be performed in accordance with the plans applicable State of California, Department of Transportat Standard Plans. Modify Section 310-5.6.10, Painting Traffic Stripi Pavement Markings and Curb Markings, as follows: Payment for all pavement marking, including raised pavem markers, shall be a lump sum as proposed in the documents. I I 4 I I I li b I 1 I I 1 I I 1 310-6 RAISED PAVEMENT MARKERS Raised pavement markers shall conform to Section 85 of State of California Standard Specifications and instal in accordance with the plans. Payment shall be included 310-5 Painting Various Surfaces. 308-4 PLANTING 308-4.8.2 SEED Modify the first sentence as follows: Planting seed on slopes will be accomplished by Metho (Hydraulic Method) "Hydroseeding. (I Add the following paragraphs to b) Method B. The slurry mixture small consists of the follow proportion of ingredients: Seed - 72 lbs/Acre (See plans fo Wood Cellulose Mulch - 2,000 lbs/Acre Fertilizer - 2,000 lbs/Acre Humectant - 100 lbs/Acre Soil Binder - 100 lbs/Acre species) t I Equipment - Hydraulic equipment used for the application slurry shall have a built-in agitation system with operating capacity sufficient to agitate, suspend, homogeneously mix above slurry. Distribution lines sh be large enough to prevent stoppage and to provide e distribution of the slurry over the ground. In order facilitate proper coverage, pump must be capable of exert up to 150 PSI at the nozzle. The slurry tanks shall h a minimum capacity of 1500 gallons and shall be mounted a traveling unit which will place the slurry tank and sp nozzles within sufficient proximity to the areas to seeded so as to provide uniform distribution without was Payment for hydroseeding including all work described this section shall be paid on a lump sum basis and additional compensation will be allowed therefor. I 1 I I I 1 b I I i I I I I I I 309 MONUMENTS Amend the second paragraph of Section 309-2, Materials to read follows: Survey monument covers, frames and marker plates required for construction of street survey monuments shall be furnished by Contractor. Add the following to Section 309-3, Construction: Street survey monuments shall be installed at the locations sl- on the plans, in conformance with SDRS Drawing M-10. Contractor shall employ a licensed land surveyor or registe civil engineer to establish reference points, stamp marker pla and file a record of survey with the County Surveyor in accords with the California Professional Land Surveyors Act. Amend Section 309-4, Payment as follows: The unit price paid for STREET SURVEY MONUMENTS shall include f compensation for furnishing all labor, materials, tools, equipmc and incidentals, and for doing all the work involved constructing the survey monuments, complete in place, incluc necessary surveying, recordation of survey, excavation and backf as shown on the Plans or directed by the Engineer. t I APPENDIX 2 STANDARD DRAWINGS -- The following Standard Drawings are lis for your information: CITY OF CARLSBAD I DS-1 Local Depression for Concrete Gutters DS-5 Concrete Pipe Collar DS-9 Connection to Curb Inlet GS-13 6" and 8" Curb Key Detail GS-17 Structural Section of Streets and Alleys GS-19 Street Lighting Specifications GS-20 Asphalt/Concrete Paving Requirements GS-21 Pull Box for Traffic Signal and Street I 1 I I I I b I I 8 I I 1 1 I Lighting SAN DIEGO REGIONAL STANDARD DRAWINGS D-2 Curb Inlet - Type B D-7 Catch Basin - Type F D-9 Storm Drain Cleanout - Type A D-11 Inlets and Cleanouts - Notes and Details D-12 Curb Inlet Opening D-34 Wing and U Type Headwalls for 12" to 36" Pipe D-60 Pipe Bedding and Trench Backfill for Storm Drains D-61 Rounded Pipe Ends in Drainage Structures D-62 Pipe Collar E-1 Street Lighting Standard E-2 Grounding of Concrete Lighting Standards G-7 Sidewalk-Typical Sections G-9 Sidewalk Joint Locations G-10 Concrete Joint Details G-24 Trench Resurfacing - Types A and B G-27 Pedestrian Ramp - Types A and B G-32 General Notes for Pedestrian Ramp L-1 Tree and Shrub Planting L- 2 Tree Staking M-2 24" Manhole Frame and Cover - Light Duty M-3 36" Manhole Frame and Cover - Heavy Duty M-6 Chain Link Fence M-10 Street Survey Monument M-20 Chain Link Fence Details t I STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION A20-A Pavement Markers and Traffic Lines - A20-B Pavement Markers and Traffic Lines - A20-C Pavement Markers and Traffic Lines - A24-B Pavement Markings - Arrows and Symbols A24-C Pavement Markings - Words ES-5B Detectors Typical Details Typical Details Typical Details I I 4 I I I I b I I I I I I I 8 t TOP OF CUR8 SECY ION CURB FACE TRANSITIONS AREAS SHALL NOT EXTEB RETURNS, DRIVEWAYS, AL ENTRANCES, OR ANY OTHl OPENING. CURB INLET CONDITI PLAN SECTION CITY EMlNEEl I 1-1 LOCAL DEPRESSION k I. I -- 1 ._ I 1 i I I I b I E I 8 I I I p k 3-#4 CIRCULAR TIES NOTES 1) A CONCRETE COLLAR IS REQUIRED WHEF CHANGE IN GRAOE EXCEEDS 0.10 FT. PEF 2) WHERE PIPES OF DIFFERENT OIAHETERS SHALL BE THOSE OF THE LARGER PIPE. I JOINED WITH A CONCRETE COLLAR,L P 02 WHICHEVER IS GREATER. 3) FOR PIPES LARGER THAN 66"A SPECIAL C DETAIL IS REQUIRED. 4) FOR PiPE SIZE NOT LISTED USE NEXT SIZE 5) OMIT REINFORCING ON PIPES 24"AND LE$ DIAMETER AND ON AU PIPES WHERE ANGi LESS THAN IO.. 6) WHERE REINFORCING IS REQUIRED THE OlAN THE CIRCULAR TIES SHALL BE DH2xWALL 7) WHEN 0, IS EOUAL TO OR LESS THAN %,A AN0 WHEN 01 1s GREATER THAN 02JOIN SC 8) PIPE MAY BE CORRUGATED METAL PIPE, CI PtE OR REINFORCED CONCRETE PIPE. z&z CONCRETE PIPE COLLAR t= SUPREME :REV. APPCZOMO ,MTE CITY OF CARLSBAD 'u cfin n~rnrn ~nlt -I.--..-.- --It I 1 3-3"RADIUS-SEE NOTE 3 BARS - 2 ABOVE t I I 1 I I b 1, I R I 1 I 1 SECTtON A-A 'I I). RElNFORClNG STEEL SHALL BE I1/2" CLEAR FRO OF CONCRETE UNLESS OTHERWISE SHOWN. 2) REINFORCING STEEL FOR INSIDE FACE OF CURB BASIN SHALL BE CUT AT CENTER OF OPENING BENT INTO WALLS OF MONOLITHIC CONNkCTION REINFORCING STEEL FOR OUTSIDE FACE OF CA BASIN WALL SHALL BE CUT 2"CLEAR Of OPENIN' 3). CONNECTION SHALL 8E POURED MONOLITHIC WI' INLET. THE ROUNDED EDGE OF OUTLET SHALL 8 TRUCTED BY POURING CONCRETE AGAINST A CUR FORM WITH A RADIUS OF 3". 4). FLOOR OF STRUCTURE SHALL 8E STEEL-TROWEL SPRING LINE.' 5). CONNECTIONS SHALL BE CONSTRUCTED WHEN: . CORNER CONNECTION A) PIPES, IZ"THROUGH 72"i~ DIAMETER, INLET OR THROUGH CORNER OF CURB INLET. SI ANGLE A, FOR PIPES Z4"THROUGH 30"INDIAMETE OR LESS. C) PIPES, 33" THROUGH 72"lN DlAMETER, INLET 0 THROUGH THE SIDE WALL OF CURB INLET. 6). ALL CONCRETE SHALL BE TYPE 564-C-3000. --+4AT 12"O.C. OR CLOSER I' SlOE CONNECTION t CONNECTION TO CURB INLET ~fi? ~n2.r=.c 1q1' -r*-?-y\.n~r* -hI' I E. 1 1 ll 1 I I b I t I. I e I' 8 I- 1 I h TYPE 'IB-r r TYPE "B- 1'' 112 TYPE "G-2'' NOTES : 1. PROVIDE NEAKE QUICK JOINT f SPACIIIG AND f APPROACHES, E CROSS GUTTER: BASIfJ TRANS11 2. CHAIIFERED KE\ 3. CHAMFERED KE'I BE CONSTRUCT€ COilCRETE PAVI BACX OF CURB. I 1 CIT ENG SUPXEM ,REV. APPROVED IOATE~ C I TY OF CARLSBAD 6" 8 8" TYPE B-1,8-2 I I 1 1 II 8 I I b 1 I I I I I 8 t t * NIHIMUH STRUCrURAL SECTION IN INCHES TI =-1.35 (EYL) 1. A.C. = Asphalt concrete 952 compaction. 2. A.8. = All aggregate sub-base materials shall be Class I or Class per Cal-Trans Section 25.1.02A, Page 25-1, 1984 Edition. A other considered base materials to be approved by City Engii on a case-by-case basis. 3. The bottom figures listed are the minimum permitted. 4. Top 12" of sub-grade to be 95% compaction. STRUCTURAL - I 1 a 1 I I I b STREET LIGHTING SPECS 1. PULL BOXES A. . Service Point 1. When SDG&E handhole is utilized, it will be con first pull-box in circuit. When SDG&E transformer is utilized, first pull ' be located adjacent to the transformer. Line conductor in first pull-box will be fused circuit protection. Consult City Electric Department for exceptions unusual conditions. All pull-box locations will be stamped in curb as shown: 2. 3. 4. 5, El B, Luminaire Pole 1. Pull-box will be located adjacent to each pole I fuse protection inside of pole. I I R 1 II 1 B r C. Conduit Runs 1. No conduit run will exceed 200' without a pull-l A pull-box will be located on both sides of roac when a conduit run crosses that roadway. To designate the locations of pull-boxes in bot1 above instances, curb-face will be stamped or marked with a P.B. All pull-box lids will be marked "Street Lightii As-builts will give distances between all pull-1 in circuit and clearly show direction of conduil . j unction. 2. 3. 4. 5. - ,REV. APPROVED I DA TE/ CITY OF CARLSBAD , I ALL TRENCHES: MAIN LINE AND LATEWLS OR SERVICES SHALL BE Cop TO 908, AND TOP 12" TO BE 95% AND CERTIFIED BY AN APPRovEL: ING LABORATORY. ALL SUB-GRADE UNDER ALL ASPHALT PAVING, CURB AND GUTTER, SIDEFj BROW DITCHES, CONCRETE BOX CULVERTS, SHALL BE COMPACTED TC ON TOP 12", AND FILL BELOW TO BE 90%, AND CERTIFIED BY AN TESTING LABORATORY. ALL BASE MATERIALS SHALL BE COMPACTED TO 95% AND CERTIFIED BY ALL ASPHALT PAVING SHALL BE COMPACTED TO 95% AND CERTIFIED BY ALL CONCRETE SHALL BE A MINIMUM OF 3000 P.S.I. AND CERTIFIED 9 I I 1 I I I b 1 4 c I 1 1 APPROVED TESTING LABORATORY, APPROVED TESTING LABORATORY. APPROVED TESTING LABORATORY. ALL AGGREGATE SUB-BASE MATERIALS SHALL BE CLASS I OR CLASS I1 TRANS SECTION 26.1.02A, PAGE 25-1, 1984 EDITION. ALL OTHE SIDERED BASE MATERIALS TO BE APPROVED BY CITY ENGINEER ON It BY-CASE BASIS, ALL ASPHALT PAVING TO BE AR 8000 FROM MARCH TO OCTOBER, AND AR FROM NOVEHBER TO FEBRUARY, UNLESS OTHERWISE APPROVED BY TH INSPECTOR BASED ON ATMOSPHERIC TEMPERATURE. ALL ASPHALT PAVING MIX WILL BE AS FOLLOWS: PRIME ARTERIAL 3/4" MAXIMUM COURSE MAJOR ARTERIAL 3/4" MAXIMUM COURSE SECONDARY ARTERIAL 3/4" MAXIMUM COURSE COLLECTOR 3/4" MAXIMUM COURSE INDUSTRIAL 3/4" MAXIMUM COURSE LOCAL 1/2" MAXIMUM COURSE CUL-DE-SAC 1/2" MAXIMUM COURSE ALLEY 1/2" MAXIMUM COURSE HILLSIDE 3/4" MAXIMUM COURSE - DURING WARRANTY PERIOD OF TRACTS OR DEVELOPMENTS, THE BUILDER/[ IS RESPONSIBLE FOR ALL REPAIRS TO'ALL IMPROVEMENTS IN CITY I WAY AS INSTALLED BY THAT DEVELOPMENT/BUILDER. PRIOR TO FINAL BOND RELEASE AT END OF WARRANTY PERIOD OF TRACT: ALL ASPHALT PAVING WILL BE FOG SEALED OR SLUI DEPENDENT UPON THE CONDITION OF THE ASPHALT AS A C( DEVELOPMENTS, SEALED, OF FINAL ACCEPTANCE BY THE CITY. CITY NCINI P- SUPPLEMEN ASPHALT/CONCRETE PAVING REQUIREMENTS ? '1 t 1 I 1 3 I 1 L I /2" M 1 N . I/8"EDGE TAPER --- REINFORCED 2 0 a3 2 w I- X w - -_-- SECTION A-A SECTION 1 L I I 1 II I t NOTES I). USE STEELCOVER WHEN SU TRAFFIC LOADS. 21. PULL BOX COVER SHALL BE CONTAINS STREET LIGHTING ONLY. "HIGH VOLTAGE u SHi WHERE VOLTAGE IS ABOVE 6 3) THE L AND W DlMCNSlON! SEAT SHALL BE 1/8"GREAT COVER DIMENSIONS. 4). COMPACT EARTH UNDER AN PULL BOX 'STREET LIGHTING'' WHERE i * TOP DIMENSION 1 CITY Emr REV. APPROVED DATE CITY OF CARLSBAD I 1 I 8 SECTION A-A SECTION C-C NOTES: 1. See Standard Drawings 0-1 1 & 0-12 2. Type are designated as follow (no wing) 8, (one wing) 8-1, (two wings) 8-2, 3. Exposed edges of concrete shall be rounded with a radius of 112". 4. When V exceeds 4' steps shall be installed. Sea Standard Drawing 0-1 1 for detailr 5. Concrete gutter to match adjamt gutten. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin. 7. Provide 1/4" tooled groove in top slab in line with back of adjacent curb. 8. Surface of top slab shall be sidewalk finished to drain toward street at a slope of 114" per foot. 9. Maintain 1 112" clear spacing between reinforcing and surface unless otherwise noted. RECOYYENOEO ay THE UN OEGO SAN DIEGO REGlONAL STANDARD DRAWING for additional notes and details. LEGEND ON PI 15'Type 8-1 i pl-.l =J-z Notes A flS Revisioa 8yI Appro REGIONAL STANOAROS COYYITTEE Cuurdiiutni R C L 19807 Oats Rebar CURB INLET - TYPE B q 22.L I p I &~k& &.m5 DRAWING NUMBER D-2 Refenme mPl 3H.L II Manhole fram and cmsr. I aw &own on plam 11" unk th~ 1- I 1 U I I ill I I I 1 1 I I I SECTION A-A SECTION B-8 .+?> .a?,.; li" PLAN 1. Sea Standard Drawing 0-11 for additional notesand details. 2. When V exceeds 4' steps shall be installed. See Standard Drawing 0-1 9 for detak 3. Exposed edges of concrete shall be rounded with a radius of l/Y: 4. Openings on both sides un1e.s othemisa shown on plans. LEGEND I ---- 5. Maintain 1 1/2" clear spacing between reinforcing and surface. -----E IECOYYENOEO IY IIEGIOHAL STAHOAR CATCH BASIN - TYPE F t- Manhole Frame and Cover Slope floor 12:l towards outlet SECTION A-A 1. See Standard Drawing 0-11 for additionai notes and detaiir 2. Cnncrete base shail be 56QC-3250 3. All precast components shall be reinforced with 1/4“ diameter steel, 4. AH joints shall be set in Clan C mortar. 5. Maintain- 1 1/2”clear spacing between reinforcing and surface unless LEGEND ON PL ------- ------E--- --- RECOMMENOEO BY REGIONAL STANOAR DRAWING NUMBER STORM DRAIN CLEANOUT - TYPE A 1 l !:,-; I 1 I II I I I I I 8 I 1 8 t.-- F.3. ;;&;: k.Li.3 . zc-. 6. -e:<<< -.-..- k Tr X a' i- +I Vertical reinforcing B 4 @ 18" ma., for .I--- horizontal reinfom'ng, sm table. ~ 1 l/r' clearanw typical L-- . YTypicaid c- TYPICAL BOX SECTION hot dippd galvanized STEP DETAIL NOTES . 1. Concrete shall be %&C-3250 unleJt othenrvisa noted. 2. Reinforcing steel *all comply with this drawing unles otherwiss specified. 3. Reinforcing steel shall be intermediate grade deformed bars conforming to latest ASTM specifications. 4. Bends shall be in accordance with latest ACI code. 5. Minimum splice length for reinforcing shall be 30 diameters. 6. Floor shall have a wood trowel finish and, except where used as junction boxes, shall have a minimum 7. Depth V is measured from the top of the structure to the flowline of the box. 8. Wall thickness and reinfarcing steel required may he decreased in accordance with table ab% 9. Wall thickness shall be stepped on the outside of the hox. slope of 1" per foot toward the outlet. 10. When the structure depth V exceeds 4', steps shall be st into the wall at 15 inch intervals from 15" abovi floor to within 12 inches of top of structure. Where possible place steps in wall without pipe opening. otherwise over opening of smallest. diameter. 11. Alternate step may be an approved steel reinforced polypropylene step. Revision By Approved Date RECOYYENOEO BY TH SAN DIEGO REGIONAL STANDARD DRAWING INLETS AND CLEANOUTS REGIOHAL ~ANoARO:; &OMINW R.C.E. iseoj Notes * A - &@k& - ORAWING j. +.;=I I:-;: NOTES AND DETAILS NUMBER E' i 8 II 1 s b I 1 II I I I I t rr 11 --------- --------- Rotscth bar - IR' I Andor bar .e. :. - -- NOTES: 1. Face angle &all be czst into stmcture continuous for the full length ?.-. 2. All exposed metal pam to be hotdipped galvanized after fabrication. 3. When curb inlet opening height (HI axtaedt r install 1" 1 steel protection bar. 4. lmtall additional bars at 3 1/2' clear spacing above first bar when opening exceeds 13"- 5. When curb inlet opening length exceeds 8' install 1" $steel support bolts, spaced at not more than 5' O.C. Aevision By [ Approve Angle 4 0s nEcouuEmoEo 81 THE SAN OIEGO SAN DIEGO REGIONAL STANDARD DRAWING &dk& aii./?7S Note3 *?I WB. Angle WI W.S DRAWING REGIONAL SIAHOAROS COYYlTrEE CuwlwXN R C L 19801 Om CURB INLET OPENING NUMBER Do12 t II b. I I- I 1 1 I I P LEI ALT. DE7 ELEVATION SECTION B-8 NOTES: 1. Concrete shall be 5604-3250 2. Exposed corners to be chamfered 3/4“. 3. Multiple pipes to be set a distance of 012, with a 1’ minimum between outside diameten of pipes. 4. Top of headwail shall be placed approximately parallel to profile grade when the grade is 3% or more. 5. Skewed pipes: Dimension W to be increased in width or length due to skew or multiple pipe+ 6. For pipe wall thickness greater than 3” use alternate Detail-C. LEGEND ON PLA ==( = Revision By( Appro! SAN DIEGO REGIONAL STANDARD DRAWING RECOYYENOEO BY THE UN OlEGO REGIONAL STANOAROS COYMlllEE &g?&fl &z /?Is P WING AND U TYPE HEADWALLS - cu..,dQl~cnt w r L I’JRO? oat. NUMBER 0 RAW1 N G D-34 , FOR 12”-TO 36” PIPES L 1 I II I I 1 I I b I I I I 1 I I r- 4" clearance (min) 1" max graded aggregate. SECTION NOTES 1. For trenching on improved sfreek see Standard Orawing 6-24 or 6-25 for resurfacing details. 2. (*) indicates minimum relative compaction. Revision By1 Appro\ RECOMYENOEO 8.1 THE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING Reference -. Iw %.e REGIONAL STANOAROS COMMITTEE &L/g?LLJ - &u./975 =-yL Corn ac. H.8 PIPE BEDDING AND TRENCH BACKFILL FOR STORM DRAINS CUM Iwlnr H C C 13RP7 Om DRAWING NUMBER D-60 I r: I I I 1 8 b- - I 1 1 I I 4 ,.- 1 f? % <P%d b- Fats of drain- mmre Faca of drainage mmre Facs of drainage mc BELL END SPIGOT END CUT END R - Thidrnas of pipi Facs of drainage st c Corrugated steel pipe NOTE The rounded areas may be built up of cement mortar or pourad in pia= with the drainage structure. R = Inside diameter of pip 10 RECOMMENDED BY TI Revision 8yi Apprond Oate Note 4 5 7-79 . SAN DIEGO REGIONAL STANDARD DRAWING REGIDNAL n,,,J1OARO: ~ ~~ 1 ( Is I I II ? -; @ &Uf& CaaEmrm RLL 1m ROUNDED PIPE ENDS DRAWING IN DRAINAGE STRUCTURES NUMBER t ~s.ottmin w c L II)RO7 OJI~ DRAWING PIPE COLLAR NUMBER D-62 I L!?&f~?&LJ - &u. 197s I I + If* 1 I II 1- I I I 1 i 1 I ... .. 1 R , ..<:+. I.. ,. .."i.< " &.., ...* b3 II. (,; .;:.: <: .+ An Length 8' max Curb Overhang 1' min Hand hole to faw Undisturbed Earth 560 - C - 3250 P.C.C. Anchor base I ~ laq 1 r-6" DIRECT BURIAL ANCHOR BASE FO FOUNDATION Finished Grade Anchor bolts must not protrude. PO LE MOUNTING UMP SIZE HEIGHT . HEIGHT (WATTS) 170 M.V. 25' 2 2' 27' k 1' loo H.P.S. 90 L.P.S. 400 M.V. 28' 2 2' 30' t 1' 250 H.P.S. 23' - 0" 26' - 9" 70 H.P.S. 26' - 6" 30' - 0" 1 180 L.P.S. &.- 150 H.P.S. each bolt Anchor Bolts (4 res.) 1' hook, galvanized. Use n nuts with washes (all IJ~ RECPMMENOEO BY Revision I By 1 Approved Date . SAN DIEGO REGIONAL STANDARD DRAWING REt,ONAL TINO OAR Table l@l m5. 57% II - &Uk& Ihoidiruror R.U. 19 STREET LIGHTING 1 DRAWING STANDARD A NUHER .. I I i 1 1 b 1 B a I I I I P -. *l STEEL CONDUIT NON-METALLIC CONDUIT DIRECT BURIAL FOUNDATION 1/2" Rigid ml Conduit STEEL CONDUIT NON-METALLIC CONDUIT ANCHOR BASE FOUNDATION @ 34.x 8' copper coverad steel ground rod. @ Alternate Ground: 15' no. 4 ham stranded copper wire, coiled. 3 Approved non-metallic conduit. DETAIL A 0 @ Steel conduit. Revision ley Approvi REUIYYENOEO 6Y TME SAM OlEGO SAN DlEGO REGIONAL STANDARD DRAWING MUALL/ &z.ins ' It REGiOMAL STAYOAROS COYYllTEE I 1 GROUNDlNG lhdalmm RCE 13897 Date ORAWING Of CONCRETE LIGHTING STANDARDS NUMBER E-2 Width as shown on plan Weakened Rane Joint - ---- -- -.- ---4 NON-CONTIGUOUS Weakened Plane Joint I I CONTIGUOUS NOTES 1. Concrete shall be 520-C-2500. 2 See Standard Orawing G-10 for.joint details. LEGENO ON PUh REGIONAL STANOAR - . SIDEWALK - TYPICAL SECTIONS 0 RAW1 N G NUMBER I 1 j. -. ...... F I I 6 I I I I I il I I I 1 I p <:&$ '> ...-. ": 3: k-::, . .:* Mid Point of Curb Return I I I 0 ....... I ..... ..- ... ...... .** . .-e . - .... .. * .. .. . -. .I..-.. * - .... .... :* ...; ;!*,.; . :..*.'..-- -. -..:'.:. =:I.'. . -:-..: :'..$ .- .... :::.- ...... '.k-. --*.:L-*- .::: . - :- .......... .... u - ... s. .- ... ... .- -. .--e- - .-. - - .. .. ... -. . ... .... ....... ... .: . ... .. .. ... -...----. -. NOTES 1. Expansion Joints -at curb returns, adjacent to Stwctures and at 45' intervals. 2 Weakened Plane Joints--- at mid point of curb return, when required, 3. 114" grooves -mth 114" radius edges at 5' intervals. (See Standa:d Dram'ng G-10). and at 15' intervals from P.C.R.? (See Standard Drawing 6-10]. RCEOMMENOEO 81 Revision By1 Approved Date SAN DlEGO REGiONAL STANDARD DRAWING R~GIOI~.L STIIYO~I Note 4 $4 m.s. 5-65 I ~ ,w2-- Coorilmmoi R.C.E. I! SIDEWALK JOINT LOCATIONS DRAWING NUMBER - ~ ~ ~~~~ Expansion Joint filler material f 4 x 22- Bu x 30" C.C. 114" (Sidewalk) EXPANSION JOINT CONTACT JOINT Reformed Joint filler WEAKENED PLANE JOINT . WEAKENED PLANE JOINT PAVEMENT SIDEWALK KEYED JOINT CONCRETE JOINT DETAILS -. 1 I I I 1 1 I II B b, I I 1 I I I I . t lz" min (typ.) feather TYPE A TYPE 0 NOTES 1. Existing AC. shall be cut and removed in such a manner sa as not to tear, bulge or diilace adiarmnt pavement Ed* shall be dean and vertical. All cuts shall be parallel or perpendicular to street centerline, when practical. basa material. at all contact surfaces, prior to resurfacing. a) Minimum total thickness shall be one inch greater than existing AX. b) AC. shall be hot plant mix. c)Finish course for Type B rxurfaung shall be laid down using a spreeder box. 5. All AC. razurfaung shall be seal coated with an emulsified asphalt and covered with sand. Chip sealing shall be applied as required by Agency. 6. Type 8 not to be uted on lateral crossings. 7. Sloughing of trench under pavement shall be cause for requiring additional pavement and base. 2 Base material to be replaced to depth of existing base. AC. may be substituted for 3. A tack coat of asphaltic emulsion or paving asphalt shall be applied to existing AC. 4. Asphaltic Concrete ReJurfacing: Revision I By I Appro1 Overcut bxp{ fi.0. &,k& &./975 ' II NUMBER 6-24- II SAN DIEGO REGIONAL STANDARD DRAWING RECOYWENOEO BY THE UN OlEGO REGIONAL SfANOAROS COYYITTEE CuerJuiamr H C L 19807 011t TRENCH RESURFACING TYPES A & B DRAWING Revision By I Approved Date SAN DIEGO REGIONAL STANDARD DRAWING RECOYMENOEO REGION*LSTANOARI BY 1, k;j II I 3-n I: PEDESTRIAN RAMP Coordinator R.C.E. CZ1 TYPES A AND B DRAWING NUMBER E 1. Pedertn'sn ramps shown on Standard Drawings 6-27 through 6-30 do not conform m the requirements of the State Building Code (Part 2, Title 24, CA.C.) and an not recommended for usa on projects with Federal or State funding. 2. Areas shown thus: m Shall have a heavy broom "ripple" texture finish, transversa to axis of ramp. 3. Areas shown thus: r-1 Am the minimum required for a complete ramp installation and shall be wncnte class 520.C-2500. 4. When pedestrian tamps are installed in or adjacent to existing colored concrete, the new ramp shall be tinted to match existing concmtn color. 5. The removal of existing concrete curb, gutter, ndenalk and pavemen1 for pedestrian ramp installation shall comply with San Diqo Regional Standard Orawing 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 Enginear. REGIONAL STANOAROS COMMITTEE m%,k 9 4-7qdL , 1. - I 1 1 B 8 I 1 I I I 1 I I +.q 6- b/.: Do not remove side growth alang trunk. RUM to reduca crown might when necemry. Top of ball 1" abow finisb grade. Prepared roil mix. puddle and sank prior to saning tm. TREE PLANTING - SLOPES TREE PLANTING - LEVEL G Chamfer as needed to eliminate Top of ball 1" above finished grade. 4" Berm firmly compacted Repared soil mix, puddle and settle prior to setting thru rnin min SHRUB PLANTING - SLOPES SHRUB PLANTING - LEVEL C RECOMYEHOEO BY Revision I By Approved Date I SAN DlEGO REGIONAL STANDARD DRAWING REGlOnAL STANOAR : I TREE AND SHRUB PLANTING DRAWING NUMBER Hosa: Loop shall be 1" iro. 12 galvanized wire. min. PLAN bending momant of -.Ti flexibility of trunk but not of trunk against stake. Cut abow tis For single stake on windward side of true. TREE STAKING - SLOPES TREE STAKING - LEVEL GROUND TREE STAKING 1 - I i 1 1 I I It I I,. I 1 I 1 I 8 I t Open position mart, 1/8" dwp groow in both sides of rim and cover U4" radius lug dot in both ides of rim 2"x 1" diamond Letters 1" high, no other *kcription m appear on axposed surfatsr TOP OF FRAME & COVER SECTION THROUGH RIM SECTION THROUGH FRAME & COVER SECTION THROUGH LUG sm a Outline where rib joi Outline where ribs join finished surface SECTION THROUGH RIB AT MID RADIUS BOl7OM OF COVER Sevver Rojests Storm Drain Projects Storm Drain eF Water ProjeG Water Revision By Approv NOTES 1. Frame and cow shall be cas2 iron. Z Frame and cover for use in non-traffic area only. 3. Weights: Frame 30 Ibs Cover 100Ibs nEanEmoEo IY ME SLN omo . SAN DIEGO REGlONAL STANDARD DRAWlNG REGIONAL ~AUOARCS mintrrEE &#.&L/ &./ns . - RLLIrn 0.r 24" MANHOLE FRAME AND COVER DRAWING LIGHT DUTY ;- NUMBER M-2 I s F- I 1 I # II b I I I B I I I e: ' ?.I: - v For inner cover. see Standard Drawl HALF PLAN FRAME & COVER c .B ip HALF SECTION FRAME & COVER NOTES 1. Weights: 7116- 112" rl*"--l n /-I Y Inner Cover = 155 Ih Outer Cover = 300 I& Frame = 330 Ibs. 2. Material: Cast Iron 3 Machine sea& to prevent noise 4. Fillet radii to be 1/2". DETAIL nEcawmoEn .w REG,O,,lL sTAMoA Revision By1 Approved Date SAN DIEGO REGIONAL STANDARD DRAWING B UUAL 36" MANHOLE FRAME AND TWO CONCENTRIC COVERS wror RE€ I 0 RAWING 'I ': HEAVY DUTY NUMBER - _. Crown for drainsga Dupth = Z'r for finu high of 5' or undtr. 1. All footings shall ba 520-C-2500 concrete. 2 The following items shall be furnished and installed only w/ shown on the plans andlor called for in the special provisia a. Barbed Wire b. Extem*on Arm c Top Horizontal Rail 3. Chain link fence shall conform to Section 2066 of the Standard Specificatiortl for Public Work Construction unless specifically noted on this dram'ng. 4. See Standard Brawing M-23 for additional details. LEGENO ON PLAP cD..c-L---c EXTENSION ARM AND BARBED WIRE REGIOMAL STANOAAOS COMMITTEE EOwc,uini R c E 19807 om CHAIN LINK FENCE I 0 RAW1 N G ?, NUMBER M-6 I __ .. ... I Brick rupport all around on 2" and bass. fmm cow. and to meat exining grade. PLAN-IN UNPAVED AREA TYPICAL MONUMENT SECTION IN PAVED AREA 1. Cawr and frame to be cart integrally with pipe box 2 Monument baa may be Caft in plaea or precast. 3. Form and'taper expasad upper 6" of cart in placu bare to a top diamatnr of 5". (Rscast bass shall be and 4. Monument marker shall be a domed bras, 3" in diemetar. 5. Monument Location: a1 Set on all armkline intersections &ss actuai location is modified by the Agency and shom in modified location on map. When centerline intersection is impraaical. offset 5 feet on centerfine of major street, (see detail at right). If neither centertine can be occupied. two monuments will be sat in line around the front on the perimeter of a 10-foot diameter drde. whoa mter is the point b) Set on centerline at intervals not exceeding 1000 feet on straight mum c) Set on centerline at points of cutvaturn. dl Set on center at center points of cul-da-saa e) Set on centerline when center point of cul-de-sac is offset from centerline. fl Thse standards may be modified at the discretion of the Aqency in cases where strict complianca there- with rastllts in mora monuments than it considers necemry. The following technique for reducing the number of monuments will be routine. g) Substitution of one monument on the "Point of intersection" for monuments at the "Beginning of Cum" and the "Ending of Cum" when the "Point of Intenection" falls within the pavement area. h) Deletion of any monument othmke required by these standards when its position can be determined by turning one angle from a point on a straight line between two other monuments, providing such point h not more than 300 feet from the point on which the deleted monument would have been placed. Alternate location of r Tie dltances sh0~ 01 division map if alterna h uad. LOCATION OF S SURV&Y MONU &d.kdd d%Z./T75 CUIIIJ*IUIO~ R C.E: 19807 0.1s STREET SURVEY MONUMENT I I I I I 8 I I I b I I 1 1 I I 1 f, Horizontal braca with @us md may be used as an alternate ta a diaganai brace. END AND CORNE POST ASSEMBLY Line pmtr at 1000' max. intewalr bracsd and tmmd in both directions YI_)_ LINE POST BRACING m GATE ASSEMBLY Revision \By Appro RECOMMENOEO BY THE SIN OIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANOAAOS COMMITTEE Ccrordi~wor R C E C21133 0x8 . CHAIN LINK FENCE ORAWING D ETA I LS NUMBER M-20 - I r I 1 I i I I I I 1 1 I i I I, ! P-' AZO-A 5; 7 2- :- $0: z 01 U 0 tu W /=E LL 0 - IOo f0 'I "Hi8 1 c : rhg h 3. q s'z; 7; $In 0 $: $0 a =I:: m 2- ; ,g5:, z e,,, 1 - ,* 2 x- 0 L -- F=' v) 2,. . 2s z ?: g 1 qr -, &-I &*I - Y .&- '. J LL 00 a o',~ 00 fga, a 00 =az 00 $:a: 00 ::v) loo ooLT$ io0 F UJ 0 t :a>. N 2 gz+ 00 gE2 0 1, 00 +$z - i: 9 ;; o 3 w n 1, ;1 i pi :: , L p "TO O0 2 z 8" 7; 11 W 5 1, IF ] lAoo1 300 1": -5: 1 tiD 1 .I Ip!: -ON 0 ~~ \ :;::: 1J a; an v) $2 s! ti &a; t 1Jzr-t 1 N t 2: 0 5 d I- z g a N z 4- t io -7 ?:t v v)r l- 4) r a, F ta i-pz a u1 0 k w 21 1 ti 0 Z z > a a A in >- -11 VE -I ? 71 1/04 1 'Of I1 "! 0 5 1 -IL 4 010 zi "i c z)* & d 4 4 =! 2 ':$i E :dl :& a 4 115 Y Lit B t P kit t kt1 zft a kit n t $tit ak;i CnI gg 5 5 I; IiU #! " - 11 Tr; 4:; 11. 33 I[ 1 i! 1; -- -- 1 :q I = I;" \7 ; i$g 1 .- - z I&: &; Q)z t t 'tt Is. ]X b I I 1 v) z U n !E z < n u I -J N 0 s! 2 n a c W - N -I a k n $ c !- I i I 1 b I 8 I I I I I I P Pig:, yI LOIB:: a g tCtdP 3 9 d p EEE:m 5 Ei DEE1 v) z: 0 > -1 - 0 0 D 0 -I :er z a 0 .8 I -. "I -1 - - 90 - - 1;; 0 :I as r- kd xz zw 05 c. ~+~~~~ - 2; - PI C m am mi gz =y Ofq - iijv) 0; 2 o! a "<Z0 E wwu gq 5 .. ii -4 2 =! U N C bW 0- zzz2 "OQ -I c1) 0 PI 0: -x -I 0: l-k X ZOOS z - Q x - - - 5 & 0 4: $' c 2 $22 Q) 0 c) 0) m= [Ut !$ $; $ 1o d =! 5 30 +LU 2:" 2 f" lis a -x 0 I- W W 1; FZ: G n ti 0 0 n aI- I- lu W I - . 1 1. I I I I II b I 1 I I I I I I r A-248 'g 63,. . cn $ c5g $$ 55 I I ! ! I ! I !X z"*.4-:J :3 wm I ~ ! I I I i ! \Z t fZ fd E; zg $i L 7 51 t&$ 7: --L- .J i .! I--4- s_cL c 4 **i+ - Y I- !: $j3; 1 t -- -9 '-B I, > 9 , 2; U5-l LLa a> Et a* $ zn z q$& I ..G-.W ;g ET 0 ZP s:: 4, ".,,,. .I '-.""-:? , , , \*&- 5 J I_ i ..c-.*Z I [--1.1. &73t[/ -E ._ ;< ---- -1 - - -1 P e,, - d to: :$ ' 31 q I I rj I1 I// - B : *.a o qi -j-I-, 21 ij 1 fQ* "r, I 7 '1 '-1 t ! It- ' 2 E g g ac Sa g BI 44 9 I' I-"c-.s j ! To) ..9-.11 1% 2-P :\ -.... . 91 3 pi I. t j I 1::z-.--, E! c - g '"f & ; Lug cs ------- -' il.o-.s t $$ P <: \! I...*' 1 D >x 1 1 0' t'v, z/ : *e ;I ;2 i SI $S W p i - g ..e. I 1-1 -T-- !- 1: j 1 : j 8'; x z I.!! 1; * 2 20 , ! !-- z < p- pAffk$-*i 2 !$ !: i I r-b~ i 1 4 70 X tu i n , &I! I I 0' I( 1 II 1 1 I b I 1 I I I I I P :> a< Q *. ___. _- . . -_ .. .- . - -. - __ - -. - - I G - E IliI f I e! 4! 2; !I ._ 1 Ej:jgj$!gi $g I q:,:j ....... ;I: z&& -. .. - ....... -. 2iz;y2, -.. . .- . :s -_. -_. --__- 'D -- --.--.- 7: 1.:: 2 y+ e$ ... 0 a a gr I z;:,:/ Pi" ' i 1 ' I I z ?'g'$& :,-'-I i I l o;" " y: fia.z.r'wk C'" 5 z,:,z d I . %.-,",a:2 . _. ........... I I - * :: PI-' I :!, " :I Ull ".. 21; I, ~ . - __- __ -. c: . : - . y . . -. - -. . .-.--? r t - .- -. - - . - . . - . . _. . Y c w --_ -.-__. .. . . ----.- -_ ._ L ..... .......... , v LD m a us VI <2 u =z Y - D :t i& ?9 mu8 ..... .... 2 E: 82 I Ei CI :! c g; f 2s Y -.- - . - . - . . - __ - - 0. ... ... ... *. -. . - - Io g IC f -. . 30 zz . .... .- - _. - -- - - .--. - - . . -. - - -. __ CUI ', "3 a sz -G az -..-. - <zr -::q $ . .- - - .__.. c -.__ . ._ r r 1 .- ..... 1 > .. --._ - - 1.. I - ! < ....... .... - .. - ... - . - - 1 ) .. - - .. _. ..... .. - .. .......... =m ar ucm* .......... di :a:g x3yw 3: :;;E :E $& ;;$3" ..... ;; ---:$ r as <x-?: ... . . _._ :a :3:5$ t ..... ... = a5;u" F--> :-:---.: $ g, 5B;<o :g -.-ad -3: %=Yyo 5: .";E: gr gze;:: y u. : Yoz:: en 2: ;.. f9 $4 rig?- In h:.h9 n -. . ... c - . _-.- --.__ . .... .... et *$3:q: - *-- - - - -.-. -_ c --.-._ _._. __ - ---.. c- - +t __ _.._ ~ . aymwn vI 3220% '2 1 . . ... ---_ - - -. r .. -.. WL .. ~. . << YWLW= ;[ u:: :rprz -- ..- -n m In .m w z f& 0: G2 -u~~~l'~~~ $2 a h -- i I db J '!I c E 1-p 1 I 0- s Z" 3 9: L UY i 4 gt- ng a0 iLz$ 0 -2 I-w 0 342 z54 E:. L2 zrr a:: 2; gg e-: Yk PO 04% -; un gzz <-f 4f: 02 oi. "C us--, 00 -IU $5 z 2: nb :; 2 w 24 E! wz v) w.l $iz C-. I I 1 I b I I I I I P z 0 z WC - - D fro; i g- $1 il - " &\: 0 2 3-z z f - vi (02 o 4 00 2; 0;- O,<f 3: 2 P !l,pj :k !I- b[[A) e 3u 2 0; rJi p: IO pJ 13 /r - 2 a 8: vo a I E: c wg; " LL:b 2;zg gz I- v) H;aB L 8; : 2% 2 2-3 - :E: $2 2 +a Zi g (--+ ; ~~ %mi :: 2 oq 0; 1) -- I-% +: w; 2; : w GA > t t $ g; zz - 0 r m.! -- 0 z * wz= a2 >p t- my. 2 :g z f 1 z3 sa z 0 t 4 ~ , , Is: +E :- - E,., 'p n 3: F 2 5s g: ; r $1 2; 0 I q LL:: o H v;:g*g - "Z 20 g: at 5 0 ;a z -9 .os 22 - - - on a -; ?; *f2:!:;;$ t :: w:,;s1; 5 P::%iH s: 5 j :-: a a~~,~a us p % 5q a ; 2 535 I- [3mm G 0." V > % 0: 0 I. I- 5 > %-I 0 : I- a >. W a t- tp$ (n a! V’ 31 I c i I - UVIY I 3H1 I) Date 8/30 L BReply Wanted UNO Reply Necessary From *&-%-+J Karen Kundtz, Assistant Cit lerk Re: Bond Release - Our records indicate that the above-referenced subd your written authorization/approval for release. Please let me know the status, and if release is 0.k. @%+4 * 74h9f4l+4a we % &&&&%L&.6b Thanks, d /3$25-3? 7D *: /d// Y- AIGNER FORM NO 5m2 P t * June 19, 1991 Commercial Contractors, Inc. 8369 Vickers St., Suite M San Diego, CA 92111 Re: Bond Release - Project No. 3308 - Monroe St. Widening Per instructions from our Engineering Department we are releasing the following bc which is enclosed so that you can return it to your surety: Labor & Materials Bond No. 400FW4060 St. Paul Fire and Marine Insurance Co. $274,409.40 dYF& Assistant City Clerk Encs. c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-21 * *V@ITE IT - DON'T SAY e! Date L 2% __ u3 a Reply Wanted ONo Reply Necessary - / sistag City Clerk hH44-4 Re: Bond Release - Our records indicate that the aL. AYak bond for the above-referenced subdivision/project is eligible for release. your written authorizationlapproval for release. the status, and if release is 0.k. Thanks, 4~ hc kd +27f~496D LGA -&'330- We need Please let me know #27& 4kJflk) fl* /@ %Le:&wL%. 6 PR Y- AIGNER FORM NO 55632 RELEASE APPROVED BY: I ,242531 Date RELEASE APPROVED BY: RELEASE AUTHORIZED BY: --J/ S 01 ,nior Inspector & Z! RICHARD E. COOK Principal Inspector -V@ITE I I - UWN’ I SAY e! Date L 26- \ - a Reply Wanted sistag City Clerk / UNO Reply Necessary L u3 Re: Bond Release - Our records indicate that the QL 44iLiL bond for the above-referenced subdivisionlproject is eligible for release. We need your written authorizationlapproval for release. Please let me know the status, and if release is 0.k. Thanks, 4g.A ud *&fd4&60 LLIc-g-A -@?-33uR- #J7& 4iV + fl. Pw&wL%. 6- PR Y- AIGNER FORM NO %4N2 I I J - December 26, 1990 Commercial Contractors 8369 Vickers St., Suite M San Diego, CA 92111 Attn: Bill Zonderack Enclosed is a copy of the Engineering Procedures regarding the release of bonds for public works projects which you requested. If you have any other questions, please don't hesitate to contact me. Ydh Assistant City Clerk Enc . 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-21 * 0 .. c I 4 -: The City of Carlsbad requires its publio worki construction projects to be bonded. The aantraatorfs bond verified by the Purchasing Department prior to fssuanue of Notice to Proceed, Two bonds are required: a perfomancc to guarantee completion and a hbsr and materiaXs bond to guarantee papent to subcantractors and suppliers, The City Clerk shall release bonds according to the folloi schedule unleea directed differently by City Council Reso: Perfommace Bond Y 75% is released thirty-five (35) days 1 recordation of the Notice of Cornplation by the County Recc The remaining 25% is held a6 security for the canstructio warranty period. Twcrlvs (12) months after the datk Qf CI specified on the Notice of Completion, the City Clerk sha Prbjsat Manager if the bond may be released. If the proj satiefactory, the Project Manager shall approve the relea the project is defective in materials or workmanship, the Manager shall direct the contractor to make repair and sh City Clerk to continue to hold the bond in foraa. Labor and Materials Bond - 100% is released six (6) month after recordation of the Notice of Completion. If claims for non-payment of contractor debts are not resolved, it tha responsibility of the Project Managerr to request the Clerk to maintain the Labor and Materials Bond in foroe. December 11, 1990 Commercial Contractors, Inc. 8369 Vickers St., Suite M San Diego, CA 92111 Re: Bond Release - Monroe Street Widening - Project #3308 The Notice of Completion for the above-referenced project has recorded Therefore, we are hereby releasing 75% of the Performance Bond. Pleas consider this letter as your notification that $411,764.10 of St. Paul Fire and Marine Insurance Company Performance Bond No. 400FW4060 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond, in the amount of $274,409.40, will be eligible for release six months after the date of recordation of the Notice of Completion, on May 2, 1991. A copy of the recorded Notice of Completion is enclosed for your records. Xd& Assistant City Clerk Enc . c: Eng. ___~-- -~ __ __- 1200 Carlsbad Village Drive - Carlsbad, Califo-nia 92008 * (619) 434-28 w 0 1 29 Recording requested by: 1 CITY OF CARLSBAD 1 1 When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1 1 Space above for Recorder's Use Carlsbad, CA 92008 Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. 8. NOTICE OF COMPLETION The undersigned is owner of the interest or estare stated below in the property hereina described. The full name of the undersigned is City of Carlsbad a municipal corporation. The full address of the undersigned is 1200 Carlsbai Village Drive, Carlsbad, Califon 92008. The nature of the title of the undersigned is: In fee. A work of im rovement on the property hereinafter described was completed on 8/9/! Contractors, Inc. The property on which said work of impovement wa ; completed is in the City of Carlsl: County of San Diego, State of Califorma, and is described as follows: Monroe Street i Marron Road from Marron Road to Hosp Way, Project 3308 (street improvements). The street address of said property is none. The name o P the contractor, if any, for such work of improvement is Commer / 7 VERIFICATION OF CITY CIm I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of said City on - 10 - ) & , 19 90, accepted the above descnbed work as completed and ordered that a Notic Completion be filed. I declare under penalty of peljury that the foregoing is true and correct. Executed on 0 d;t . / 7 , 192 at Carlsbad, California. CITY OF CARLSBAD w. City Clerk ixk&l4Nz -9 EXHIBIT 3 i October 18, 1990 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: Notice of Completion - 3671 and 3677 Maria Lane (street, sewer and storm drain improvements) - Prentice Development Company Notice of Completion - Monroe Street and Man-on Road from Marron Road to Way - Project 3308 - (street improvements) - Commercial Contractors, Inc. Notice of Completion - Palomar Airport Road and College Boulevard and Fai Avenue and College Boulevard - Project No. 3:339 (traffic signals) - Select Eli Inc. Our staff has determined that the recordation of these documents is of benefit to the therefore it is requested that the fees be waived. Thank you for your assistance in this matter. I &&/f/kt5 LINDA K. COTA Secretary - 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2E