HomeMy WebLinkAboutDaley Corporation; 1988-10-11; 3216(GI'TY UP GHmb=m
MUNICIPAL PROJECTS DEPARTMI i
1
I
n
1
I
b
1;
1
I
1 PARK DRIVE/
1 MARINA DRIVE
I INTERSECTION
1 IMPROVEMENTS
P
I
CONTRACT DOCUMENTS
& PROJECT SPECIFICATIONS I FOR
PARK DRIVE
ASSESSMENT
DISTRICT
AND
PROJECT # 3216
TABLE OF CONTENTS I
ITEX
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
CONTRACT
LABOR AND MATERIALS BOND
PERFORMANCE BOND
CERTIFICATION OF COMPLIANCE
ESCROW AGREEMENT OR SECURITY DEPOSITS IN LIEU
;
I
I
1.
1
1
I OF RETENTION
CITY OF CARLSBAD PAYMENT RELEASE FORM
SPECIAL INSURANCE INSTRUCTION FOR CONTRACTORS
GENERAL PROVISIONS
SPECIAL PROVISIONS
0
I
1
I
8
I
1
P
D
I DETAIL DRAWINGS
- RETAINING WALL - STREET LIGHT DETAIL - CURB AND GUTTER - ASPHALT CONCRETE BERMS
- SIDEWALK
- GUARD POST AND BARRICADE - STREET SURVEY MONUMENT
- STRIPING
- LINE MARKER - FIRE HYDRANT MARKER
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
1
Sealed bids will be received at the Office of the Pur&
Officer, City Hall, 1200 Elm Avenue, Carlsbad, California,
4:OO P.M. on the 31st day of August, 1988, at which time
will be opened and read for performing the work as follows:
PARK DRIVE ASSESSMENT DISTRICT
and
PARK AND MARINA INTERSECTION IMPROVEMENTS
CONTRACT NO. 3216
i
I
I
I m
I
I
b
I
I
li
li
I
P
I
The work shall be performed in strict conformity wit specifications therefor as approved by the City Council c City of Carlsbad on file with the City Clerk. Referer hereby made to the specifications for full particular description of the work.
No bid will be received unless it is made on a proposa: furnished by the Purchasing Department. Each bid mc
accompanied by security in a form and amount required by
The bidder's security of the second and third next responsive bidders may be withheld until the Contract ha, fully executed. The security submitted by all other unsucc
bidders shall be returned to them, or deemed void, with (10) days after the Contract is awarded. Pursuant t
provisions of law (Public Contracts Code Section 2 appropriate securities may be substituted for any money deF
with the city to secure any obligation required by this not
The documents which must be completed, properly execute 1 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 Exper:
All bids will be compared on the basis of the Eng
Estimate. The estimated quantities are approximate anc solely as a basis for the comparison of bids.
No bid shall be accepted from a Contractor who has nc licensed in accordance with the provisions of State lab Contractor shall state his or her license numbc
classification in the proposal. The City reserves the r
award said contract at any time up to, but not to
February 15, 1987. Bidder hereby warrants against bid in
during this period of time. Further, all export material disposed of outside the limits of the local coastal zon
limits being available for inspection at the City offices
Municipal Projects Department, 2075 Las Palmas Drive, Carl
8
I
1
I
8
I
U n
8
b
I
1
1
I
I
1
P
B
A total of sixty (60) calendar days is authorized to corn this project .
Sets of plans, special provisions, and Contract documents m . obtained at the Purchasing Department, City Hall, Carl
California, for a non-refundable fee of $25.00 per set.
The City of Carlsbad reserves the right to reject any or all and to waive any minor irregularity or informality in such I:
The general prevailing rate of wages for each craft or ty
worker needed to execute the Contract shall be tho5
determined by the Director of Industrial Relations pursua the Sections 1770, 1773, and 1773.1 of the California Labor
Pursuant to Section 1773.2 of the California Labor Co
current copy of applicable wage rates is on file in the Off the Carlsbad City Clerk. The Contractor to whom the Contr,
awarded shall not pay less than the said specified prev
rates of wages to all workers employed by him or her j
execution of the Contract.
The Prime Contractor shall be responsible to insure comp with provisions of Section 1777.5 of the California Labor C
The provisions of Part 7, Chapter 1, of the California Labc commencing with Section 1720 shall apply to the Contrac work.
A prebid meeting and tour of the project site will not be
Bidders are advised to verify the issuance of all adden receipt thereof one day prior to bidding. Submission o without acknowledgment of addenda may be cause of reject
Bonds to secure faithful performance of the work and payn laborers and materials suppliers each in an amount equal hundred percent and fifty percent, respectively, of the Cc
price will be required for work on this project.
The Contractor shall be required to maintain insurai specified in the contract. Any additional cost of said in shall be included in the bid price.
Approved by the City Council of the City of Ca
California, by Resolution No. 89-256, adopted on the 2nd
=* lerl
r
I bid.
1
D
I
1
1
I
I
I
I)-
I
1
1
I
I
1
1
P
D
CITY OF'CARLSBAD
CONTRACT NO. 3216
PROPOSAL
r
city Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, California 92008
The undersigned declares he/she has carefully examinc location of the work, read the Notice Inviting Bids, examin Plans and Specifications, and hereby proposes to furnis
labor, materials, equipment, transportation, and se.
required to do all the work to complete Contract No. 32 accordance with the Plans and Specifications of the ci
Carlsbad, and the Special Provisions and the he/she will t: full payment therefor the following unit prices for eack complete, to wit:
Item Description with Appropriate Item Unit Price or Lump Sum Quantity Unit
Price Written in Words No.
1. Clearing and Grubbing,
Price and Unit
Traffic Control and
Mobilization at *A
dollars and cents lump sum. Lump Sum
/ - Scm77ySdD
2. Unclassified Excavation at
&L*/e&d dollars and cents per cubic yard. 1,587 C.Y. /e-
3. Aggregate Base Material at
72?? dollars and do cents per ton. 1,496 Ton /o -
cents per ton. 558 Ton 3LL
4. Asphalt Concrete Pavement
at 741 E7-W
dollars and' do
I
I
I
1
1
I
Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price
5. Variable Thickness A.C.
I - Overlay at
and ton.
r
cents per sa- 87 Ton
6. 6" Type 'GI Curb and
Gutter at ~,ZT&M
13-
dollars and do I cents per lineal foot. 915 L.F.
7. 5' P.C.C. Sidewalk at 0 k- dollars
/@
E
and 5r T square -Y- fo t cents per 4,343 S.F.
8. Type '1' Masonry Retaining
Wall (811 Thick) at dollars and &
491 S.F.
*e- I cents per square foot.
9. Type I1 Masonry Retaining
Wall at -sE\/i-3J7E;f-3J dollars and 0
cents per square foot. 17 -
da cents each. 5 EA 40-
cents each. 7 EA //o -
to Grade ataG&kudDZeD 4M-y Fde
1,367 S.F.
I,
10. Street Light at % /2
Tau- dollars and
I
I
I
I
I
I
1
P
I
11. Adjust Water Valve Cover to
&E Grade at (3d~~u?s='o T dollars and 0
12. Adjust M.H. Frame and Cover
dollars and do cents each. 5 EA lds -
13. 6" Type llA1l A.C. Berm at Fl df5 dollars and
os- cents per square foot. 447 S.F.
I
I
I
1
I
I
I
I
1
I
1
1
I
I
1
P
I
Item Description with Approximate Item Unit Price or Lump Sum Quantity and Unit No. Written in Words Unit Price
14. Reflective Panel Guard
Post at UJs (adacz~z
dollars and cents each.
15. White Traffic Stripe
t
7 EA /oo- *
and Legend at
E532 square foot. 235 S.F.
Yellow Traffic Stripe at
2$z$%F cents per 718 S.F.
dollars and
cents per 3-
\dO dollars and - 16.
2 70
17 e Type ID1 Two-way Yellow R.P.M. at 51 #
dollars and 6- A!O cents each. 49 EA
18. Street Survey Monument at 7TJrs L/ Udr->Tzr=l) dollars
and kin cents each. 3 EA zcm-
b
19. Type ‘GI One-way clear R.P.M. at GF,,SLLU dollars
and Ala cents each. 9 EA z
20. Job Signs at’7;;1aduhlbm
dollars and cents & 2 EA each.
Addendum( a) No (s) . has/have been r
and is/are included in this proposal.
I
All bids are to be computed on the basis of the given est quantities of work, as indicated in this proposal, times th
price as submitted by the bidder. In case of a discr
between words and figures, the words shall prevail. In c an error in the extension of a unit price, the cor
extension shall be calculated and the bids will be compu
indicated above and compared on the basis of the cor totals.
The Undersigned has checked carefully all of the above f
and understands that the City will not be responsible .
error or omissions of the part of the Undersigned in mak this bid.
The Undersigned agrees that in case of default in executi required Contract with necessary bonds and insurance PC within ten (10) days from the date of Award of Contract b
Council of the City of Carlsbad, the proceeds of check o
accompanying this bids shall become the property of the C
Carlsbad.
Licensed in accordance with the Statutes of the St;
California providing for the registration of Contractors, I
Identification Ai .
The Undersigned bidder hereby represents as follows:
1
I
I
I
I
1
I NO, 4Y6 .
1. That no Councilmember, officer agent, or employee
City of Carlsbad is personally interested, direc
indirectly, in this Contract, or the compensatior
paid hereunder: that nor representation, oral writing, of the City Council, its officers, ager
employees has inducted him/her to enter intc
Contract, excepting only those contained in this Contract and the papers made a part hereof by its and
2. That this bid is made without connection wi person, firm, or corporation making a bid for tl
work, and is in all respects fair and without co or fraud.
b
1
I
I
I
I
1
P
!
I d
Accompanying this proposal is =*L&
(Cash, Certified Check, Bond or Cashier's for ten percent (10%) of the amount bid.
~-~- -- l__llll--l--- .- ----xlll_-p___l__l_l___l_-_ ^1--- _l__ll I ------- - __- - _.__--
, in the On this 31st day of August
before me, the undersigned, a Notary Public in and for said State, persor
Iss STATE OF CALIFORNIA
COUNTY OF San Diego
Thomas D, Shaddox 14m
, personall\
(or proved to me on the basis of satisfactory evidence) to be the persons whi
within instrument as Vice President i%8X X%pCSw, of the Corporation therein named, and acknowledged to me that t
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and officia
ACKNOWLEDGMENT-Corp -Pres & Sec -WoIcotlS Form 222CA-Rev 11 83
01983 WOLCOTTS INC
-I -- l_l_ I^___x II__
(price class 8 2)
II_ em=_________p------.
_=~_ -1P--~
I
I
I
I
I
I
I
I
I
I
1
I
I
I
Ir)
I
The Undersigned is aware of the provisions of Section 3700
Labor Code which requires every employer to be insured a liability for workers’ compensation or to undertake insurance in accordance with the provisions of that cod< agrees to comply with such provisions before commencir performance of the work of this Contract.
The Undersigned is aware of the provisions of the St;
California Labor Code, Part 7, Chapter 1, Article 2, relat the general prevailing rate of wages for each craft or t
worker needed to execute the Contract and agrees to compl
its provisions.
t
5ACN ~~~F~R~~~~~
Phone Number
A 3s - 8%
$ALEX CO THOMAS D. SHADDOX, YlCE PREStDENT p. 0. Box 20188 - Sstn Diego, Calif. YZFB Authorized Signata
-d Tlpe of Organizatior (Individual, Corporatic
Telephone 619 283-6101 +. - - ’d-11
Partnership)
List below names of President, Secretary, Treasurer, and Mz if a corporation; and names of all partners, if a partners1
b
WkPH T. RICMEY, VICE CHAIRMAN, C.E.0.
JWR-W- rf. UALtY, P HES!DEN I J ~~ORnAS f? -?3=&uXmx, VI1
ROBERT A. MacNAMARA, SECTYflREAS.
(NOTARIAL ACKN0WI;EDGEMENT OF EXECUTION BY ALL PRINCIPALS 1
“ATTZiCHED)
(CORPORATE SEAL)
1;
c 4
l___ll_~_l_____l__lll _------
-_----I
_________s_lg ~~---~- __-_ -- - --
I_ _.____ gx" Iss TATE OF CALIFORNIA
COUNTY OF - Sa2 Diego
On this 31st day of AUglllStL, In the
before me, the undersigned, a Notary Public in and for said State, persor
Thomas n. Shaddox
mi
, personall)
(or proved to me on the basis of satisfactory evidence) to be the persons whc
within instrument as Vi PP President xxlx rxmtg, of the Corporation therein named, and acknowledged to me that t
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official
ACKNOWLEDGMLNT-Corp -Pres & Sec -WoIcotls Form 222CA-Rev 11 83
__^_.____-------
__l_l
On August 30. 1988 tb
". CHEFYL ALBRECHT
the underslgned Notary hbl lc, personal ly appeared
i State of c-1~
County of - SAN DIEGO
JACK G, TnTJPTFN
B personally known io me n proved io me on the basis of satlsfactory
ev i dence.
to be the person(s1 who executed the wlihfn Instrument as
naned, and acknowledged to me that the corporation executed It-
WITNESS my name and?offIcfa
ATTORNEY-IN-FACT w on the behalf of the corporat
&/, t+a''in \ (i [?' \ 5 c' ,A& f ,\I[ ' ,I\: LL \ \\ i ; RJ, ,&JJy(,\
Notary's Signature 5 -,
-Ab
{9
\ r IC !'
I*
2"
BIDDER'S BOND TO ACCOMPANY PROPOSAL I
I
I
1
I
I
8
I
I
I
I
I
I
mi
KNOW ALL PERSONS BY THESE PRESENTS:
- Tzm -Jb 740 dud%,-->
-1- i2n 4d 0 c-Lsi(~ L-5 for which payment will and truly made, we bind ourselve? heirs, executors and administrators, successors or as
jointly and severally, firmly by these payments.
proposal of the above-bounden principal for:
I
THE CONDITION OF THE FOREGOING OBLIGATION 1s SUCH that
PARK DRIVE ASSESSMENT DISTRICT
and PARK AND MARINA INTERSECTION IMPROVEXENTS
CONTRACT NO. 3216
in the City of Carlsbad, is accepted by the City Council c
City, and if the above bounden Principal shall duly ente and execute a Contract including required bonds and inE
policies within twenty 020) days from the date of Aw(
Contract by the City Council of the City of Carlsbad, beir notified of said award, then this obligation shall becorn
and void; otherwise, it shall be and remain in full for effect, and the amount specified herein shall be forfeited said City.
In the event any Principal above named executed this bond individual, it is agreed that the death of any such Pr: shall not exonerate the Surety from its obligations unde
bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals tl
Corporate J Seal (if Corporation)
'0
day of fib(G us7 , 1987.
4w.
9'
(Notarial acknowledgeme execution by all PRINC Attorney in fact)
I* & L
- - . . --- - - .W~~R#EY THE AMEklCA$!*INSUKANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation duly organized and exis laws of the State of New Jersey, and iiavingh principal office in the City and County of San Francisco. California. has made. c( appointed, and docs by these presents make. constitute and appoint
t,
JACK G. LUPIEN, DALE G. HARSHAW, SIOUX MUNYON, H."E. H~RRIMAN, JR. and DEBRA J. NIEMEYER
* i ntlj phr .psve\;alla s true and lawful Attorney(s)-in-Fact. with full @ver an au or1 y ere y co erred in its name. place and stead. to execute. seal. ack a! elivcr any and all bonds. undertakings, recognizances or other written obligations in the nature thereof ------- -- -- -- -- ---
and to bind the Corporation thereby as fully and to the same extent as if such,bonds were signed by the President. sealed with, the corpor; Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premi
This power of attorney is granted pursuant to Article V111. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPAK force and effect.
"Article VIIII, Appointment and Authority Assistant secrefarjes, and Attorney-in-Fact and Agents to accept Legal Process and Make Appearaa
Scction 30, Appointment. The Chairman of the Board of Directors, the President. any Vice-President or any other person authorized b
Directors, the Chairman of the Board of Directors, the President or any Vice-President, may, from time to time. appoint Resident Assisi
and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appcaran
behalf of the Corporation.
I Section 31, Authority. The Authority of such Resident Assistant Secretaries. Attorneys-in-Fact. and Agents shall be as prescribed in
evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of 1
any person eimpowered to make such appointment."
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Dire AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1964. and said Resolutioc amended or repealed:
"RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and t Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate relati facsimile, arid any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimil valid and binding upon the Corporation."
IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents IO be signed by its Vice-Presideni
85 and its corporate seal to be hereunto affixed this 28th day of May 19-.
THE AMERICAN INSURANCE COMPANY LLQ U'L! 0 cg c- .:a
v .._._._, */'C .- Vtcc.Rcsrdcni $*a co* BY
STATE OF CALIFORNIA
CO'UNTYOFMARIN
85 Richard Wi 11 i 2
1 s-
On this - 23th dayof M aY , I9 ____ . before me personally canic to me known, who, being by me duly sworn, did depose and say: that he is Vice-president of THE AMERICAN ISSURANCE COMF poralion described in and which executed the above instrument; that he knows !he seal of said Corporation; that ihe seal affihed io the is such corporate seal; that it was so affixed by order of the Board of Direciors of said Corporation and that he signed his name thereto b! like
IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal. the day and year herein firs! ahove written.
~IIIIIlIIPIIUIaIItI1I~ulI~~IIIIII~tIt~I~*8lBII~~I~nll~
f SUSlE K. GILBERT - - - E dL&&d-
1 ss-
OFFICIAL SEAL
NOTARY PUBUC - CdllFORNlA 5 Notar! Puhlrz t :: E - I My bsmiuion fx;ires Nor. 17, 1988 : Printal Office in Marin County I - ..
CERTIFICATE ~:rIInI~**I~tlIflIIrl(l(llill(llll,~~IIIIIllIIItIII~IllI~
SATE OF CALIFORNIA
COUNTYOFMARIN
1, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation. DO TIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revohed; and furthermore that 1 tions 30 and 31 of the By-laws of the Corporation, and the Resolution of the Board of Directors, set forih in the Power of Altorne), are nou i
Signed and sealed at the County 0. Marin. Dated the 30thday of August
e Yd Rc5idenl As\i\lanl E4 Scireiw?
36071 1-TA-581
I
I
I
I
I
3370 P4lSId4~~;;s. s
1
I
&74dn //7u &i &.; -4ic 5UW"7'"'L-?
5.3. 42lzd -35k-i
I
Id4 7a.S.d-% Zl4tGO
&G+\d 7ZoZl
- lo/// #A -p& ( 537eZn4.dE. lo kWf4==9dlCc5 I
&>. "7 =SqoG db==r4L -*&pi -&A.iidb% I
I 5.Q.
1
I
I
I
I
DESIGNATION OF SUBCONTRACTORS
The Undersigned certifies he/she has used the subbids
following listed Contractors in making up his/her bid ai
the subcontractors listed will be used for the work foi they bid, subject to the approval of the City Engineer, accordance with applicable provisions of the specificatio? changes may be made in these subcontractors except upon th approval of the City Engineer of the City of Carlsbad following information is required for each subcont Additional pages can be attached if required.
Items of Full Company Complete Address Phone Work Name with ZiD Code with Are
1.
+& h.d -b-
5.3. 921-
-5..Gdy/h/+
- I@* %/6?/7! 19 L,7azslk-%? -
%f
2L&€zz- 4zo7l 56Z-
5-824-
I*
I
DESIGNATION OF SUBCONTRACTORS (continued)
I
The bidder is to provide the following information on the 5 of all the listed subcontractors as part of the seal submission. Additional pages can be attached, if requireda
Type of State Carlsbad Amour Contracting Business of
I*
a
Full Company Name License & No. License No.* Bid ($ I
I
I
I
I
1.
I
I
I
I
I
1
I
- e-% 27-m A!ds 2i /St(
SI-TU/d/h >A/.&+ ,+ LS 5- A 8 <L1
ZTE-T&- d-a >I JL, C-32 S13QjOy . JdE 4zp
-Ebiz-J Pa,& cqi-3 zqc%h'r~ ALE 4. /Z;i
A 4c-10 S~O- J~I= 4 /&c \
* Licenses are renewable annually. If no valid license, in
tfNONE.tt Valid license must be obtained prior to submiss
signed Contracts.
P n T C3.f pnp .p"?&j TIbBpJ v ,A_.= v* ---- ~ u'q@'c5:%&2wBs Nan?e
(Notarize or Corporate Seal)
!HOMAS D. SHADDOX, VICZ PRE2iDfpjT I Authorized Signature
I.
I
I
I
I
1
1
I
I
1.
I
I
1
I
I
I
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed sti
of his/her financial responsibility.
I.
Signature (Notarize or ?HOhrlAS 0. SHADBOX, VICE PRESIDENT I Corporate Seal) I.
I
I
I
B
1
E
I
1
1
1.
i
1
1
I
1
I
8
I.
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar cha to that included in the proposed Contract he/she has succes
performed and give references, with telephone numbers, whic
enable the City to judge his/her responsibility, experien
skill. An attachment can be used, if notarized or sealed.
I.
(Notarize or THOMAS 0. SHADDOX, VICE PRESIDENT Corporate Seal)
I.
d
1
1
I
I
I
1
1
le
I
1
1
1
I
1
I
I
CONTRACT - PUBLIC WORKS
This agreement is made this //" day of @k&bJ , 1988, between the City of Carlsbad, California, a mun corporation, (hereinafter called ItCityIg) , and Daley Corporation
whose principal place of business is P.O. Box 20188, San Diego
(hereinafter called 11Contractor1g. )
City and Contractor agree as follows:
1. DescriDtion of Work. Contractor shall perform a1
I.
specified in the Contract documents for:
PARK DRIVE ASSESSMENT DISTRICT
and
PARK AND MARINA INTERSECTION IMPROVEMENTS
CONTRACT NO. 3216 (hereinafter called llproj ect")
2. Provisions of Labor and Materials. Contractor shall E
all labor, materials, tools, equipment, and person:
perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist c Contract: the bid documents, including the Noti Bidders, Instructions to Bidders I and Contra Proposals: the Plans and Specifications, the S Provisions, and all proper amendments and changes thereto in accordance with this Contract or the Pla
Specifications, and the bonds for the project: all of
are incorporated herein by this reference.
The Contractor, her/his subcontractors, and mat suppliers shall provide and install the work as indi specified, and implied by the Contract documents. Ani
of work not indicated or specified, but which are ess
to the completion of the work, shall be provided l Contractor's expense to fulfill the intent of documents. In all instances through the life c Contract, the City will be the interpreter of the int the Contract documents, and the City's decision relat
said intent will be final and binding. Failure ( Contractor to apprise her/his subcontractors and mat
suppliers of this condition of the Contract will not x her/him of the responsibility of compliance.
4. Payment. All full compensation for Contractor's perfc of work under this Contract, City shall make payment Contractor per Section 9-3 of the Standard Specific
for Public Works Construction. The closure date fo
monthly invoice will be the 30th of each month. I.
I
1
I
I
I
I
I
1.
I
1 s
1
1
1
Invoices from the Contractor shall be submitted accord the required City format to the City's assigned p manager no later than the 5th day of each month. Pa
will be delayed if invoices are received after the
each month. The final retention amount shall r
released until the expiration of thirty-five (35)
following the recording of the Notice of Completion pu
to Civil Code Section 3184.
5. Independent Investisation. Contractor has ma
Independent Investigation of the jobsite, the
conditions at the jobsite, and all other condition
might affect the progress of the work, and is aware of
conditions. The Contract price includes payment fc
work that may be done by Contractor, whether anticipa
not, in order to overcome underground conditions information that may have been furnished to Contrac City about underground conditions or other job conditi
for Contractor's convenience only, and City does not h
that the conditions are as thud indicated. Contrac
satisfied with all job conditions, including under
conditions and has not relied on information furnis
I.
t city.
6. Contractor Responsible for Unforeseen Condi Contractor shall be responsible for all loss or arising out of the nature of the work or from the act the elements or from any unforeseen difficulties whi
arise or be encountered in the prosecution of the wor3i its acceptance by the City. Contractor shall a:
responsible for expenses incurred in the suspens: discontinuance of the work. However, Contract shall
responsible for reasonable delays in the completion work caused by acts of God, stormy weather, extra wc matters which the specifications expressly stipulate k borne by City.
7. Chanse Orders. City may, without affecting the valid
this Contract, order changes, modifications, deletior extra work by issuance of written change orders. Cont
shall make no change in the work without the issuanc
written change order, and Contractor shall not be er
to compensation for any extra work performed unless tf
has issued a written change order designating in advar amount of additional compensation to be paid for th If a change order deletes any work, the Contract price be reduced by a fair and reasonable amount. If the 1 are unable to agree on the amount of reduction, th shall nevertheless proceed and the amount shz I determined by litigation.
I.
1
II
t
#
I
1
1
1E
8
1.
I
I
I
I
1.
I
8. Immiaration Reform and Control Act. Contractor shall
with the requirements of the llImmigration Refor
Control Act of 1986" (8 USC Sec. 1101-1525).
9. Prevailina Wase. Pursuant to the Labor Code of the ST
California, the director of the Department of Indu
Relations has determined the general prevailing rate
diem wages in accordance with Labor Section 1773 and of a schedule of said general prevailing wage rates file in the office of the Carlsbad City Clerk, i incorporated by reference herein. Pursuant to Lab0 Section 1775, Contractor shall pay prevailing h
Contractor shall post copies of all applicable prek
wages on the job site.
10. Indemnity. Contractor shall assume the defense of, g expenses of defense, and indemnify and hold harmle
City, and its officers and employees, from all c loss, damage, injury and liability of every kind, natl description, directly or indirectly arising from connection with the performance of the Contractor or or from any failure or alleged failure of Contrac comply with any applicable law, rules or regul including those relating to safety and health: exce loss or damage which was caused solely by the
negligence of the City; and from any and all claims, damages, injury and liability, howsoever the same caused, resulting directly or indirectly from the nat the work covered by the Contract, unless the loss or was caused solely by the active negligence of the Citj expenses of defense include all costs and expenses in( attorneys fees for litigation, arbitration, or other (
11. Insurance. Without limiting Contractor's indemnific
it is agreed that Contractor shall maintain in force time during the performance of this agreement a pol policies of insurance covering its operations and in:
covering the liability stated in Paragraph 10. The
or policies shall contain the following clauses;
Contractorls liability insurance policies shall cont;
r.
1 resolution method.
P following clauses:
A. ''The City is added as an additional insured as r
operations of the named insured performed under c
with the City.l1
B. IIIt is agreed that any insurance maintained by t: shall apply in excess of and not contribute insurance provided by this policy.1t I*
I
I
4
I
t
I
1
I
40
I
I
I
I
lr
B
All insurance policies required by this paragraph
contain the following clause:
A. "This insurance shall not be cancelled, limited c
renewed until after thirty (30) days written noti been given to the City.''
may have, against the City or any of its offic employees. I'
Certificates of insurance evidencing the coverage re
by the clauses set forth above shall be filed with th
prior to the effective date of this agreement.
12. Workers' ComDensation. Contractor shall comply wi
requirements of Section 3700 of the California Labor Contractor shall also assume the defense and indemni save harmless the City and its officers and employee all claims, loss, damage, injury, and liability of
kind, nature, and description brought by any person en
or used by Contractor to perform any work undei
Contract regardless of responsibility for negligence.
13. Proof of Insurance. Contractor shall submit to th certification of the policies mentioned in Paragraphs
11 or proof of worker's compensation self-insurance pr the start of any work pursuant to this contract.
14. Claims and Lawsuits. Contractor shall comply wil Government Tort Claims Act (Government Code Section seq.) prior to filing any lawsuit for breach 01 contract of any claim or cause of action for mol damages.
15. Maintenance of Records. Contractor shall maintain ar available at no cost to the City, upon request, recc
accordance with Sections 1776 and 1812 of Part 7, Char
Article 2, of the California Labor Code. If the Cont does not maintain the records at Contractor's prj place of business as specified above, Contractor sh inform the City by certified letter accompanying the
of this Contract. Contractor shall notify the C
certified mail of any change of address of such recorc
16. Labor Code Provisions. The provisions of Part 7, Char commencing with Section 1720 of the California Lab0 are incorporated herein by reference.
I.
B. *'The insurer waives any rights of subrogation it
17. Security. Securities in the form of cash, cashier's
or certified check may be substituted for any
withheld by the City to secure performance of this cc
for any obligation established by this contract. Ani
security that is mutually agreed to by the Contract the City may be substituted for monies withheld to performance under this contract.
m
I.
I
P-- Iss. STATE OF CALIFORNIA
COUNTY OF San Diego
On this 28th day of September in th
before me, the undersigned, a Notary Public in and for said State, perst
HgdV
, personal
(or proved to me on the basis of satisfactory evidence) to be the persons wI
within instrument as Vice President XE
EK~ECMZ+?@, of the Corporation therein named, and acknowledged to me that
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal.
Thomas D. Shaddox
ACKNOWLEDGMENT-Corp -Pres & Sec -WoIcotts Form 222CA-Rev 11 83 01983 WOLCO7S INC [price class 8-2) Notary Public in and for d State
@i?A!ZJG
c
- " - - __ __ - ---- - -
I
E
1
I
B
I
I
D
18. Provisions Rewired by Law Deemed Inserted. Each anc provision of law and clause required by law to be ii in this Contract shall be deemed to be inserted here included herein, and if, through mistake or otherwis such provision is not inserted, or is not co:
inserted, then upon application of either part]
Contract shall forthwith be physically amended to mal
insertion or correction.
19. Additional Provisions. Any additional provisions c agreement are set forth in the "General Provisio ggSpecial Provisionsgg attached hereto and made a part I
I*
I$ALN ~Q~~~~A?~~~
Contractor
(Notarial acknowledgement of
execution of ALL PRINCIPALS must be attached.) Title THOMAS D. SHADUOX, VICE PR E
BY
VED AS TO FO
ATTEST:
dy----.-"-- .-
I- .-- ROW? D R. WALL 1 City Clerk
I'
3
1[
B
I
I
'r
1.
ohn Burnham & Comp
10 West Ash Street
-0. Box 2910
an Diego, CA 92112-4215
Arqonaut Insurance Company
Daley Corporation
Grantville Station
P.O. Box 20188
j PERSON4L 8 ADVERTISING INJURY
.I
ER S & CONTACT0
ALL OWNED AUTOS
SCHEDULED AUTOS
NON-OWI\IEO AUTOS
GARAGE LlABlLllY
RE: JOB #3216, PARK DRIVE IMPROVEMENTS
ITY OF CARLSBAD
TTN: RUTH FLETCHER
200 ELM AVENUE
CARLSBAD, CA 92008
-- _-____I--___ 1, Iss. STATE OF CALIFORNIA
COUNTY 01: San Diego
On this 28th day of September , in thl
before me, the undersigned, a Notary Public in and for said State, persc
x-
, personal
(or proved to me on the basis ot satisfactory evidence) to be the persons wt
within instrument as Vice President ZiX
mpnxW@, of the Corporation therein named, and acknowledged to me that
executed it pursuant to its by-laws or a resolution of its board of directors.
WITNESS my hand and official seal.
Thomas D. Shaddox I!!
ACKNOWLEDGMENT-Corp -Pres & Sec -WoIcoIts Form 222CA-Rev 11 83
01983 WOLCOTTS INC (price class 8-2) -
_____.__-_ __-- __--- .-- -- - -- - --- -- __. -
1
E
8
I
1
1
II
B
1.
I
I
t:
1
I
I
1
CON'I'RACTOR'S CERTIFICATION OF AWARENESS OF
WORKER'S COMPENSATION RESPONSIBILITY
"1 am aware of the provisions of Section 3700 of the Laboi
which requires every employer to be insured against 1iabili.l
workers' compensation or to undertake self-insuranc
accordance with the provisions of that code, and I will (
with such provisions before commencing the performance o work of this Contract.I'
1.
EA L EY CO R P 0 RAT1 0 W
Contractor
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986
"1 am aware of the requirements of the Immigration Refor Control Act of 1986 (8 USC Sec. 1101-1525) and have compliec these requirements, including but not limited to verifyin5 eligibility for employment of all agents, employees,
contractors and consultants that are included in this Contr,
DALEY GORPORATIOrq
Contractor
CONTRACTOR'S CERTIFICATION OF COMPLIANCE
OF AFFIRMATIVE ACTION PROGRAM
I hereby certify that DAlN CQ RPBW ~~~~~ (Legal Name of Contractor) in performing under the Purchase Order awarded by the Cj Carlsbad, will comply with the County of San Diego Affin
Action Program adopted by the Board of Supervisors, includii
current amendments.
1
Date
THOMAS D. SHADDOX, VICE PRESIDENT
7- Title
(NOTARIAL ACKNOWLEDG~NT OF EXECUTION MUST BE ATTACHED) I (CORPORATE SEAL)
I.
c
, in th On this 28th day of September
before me, the undersigned, a Notary Public in and for said State, pers
agzk
, personal
(or proved to me on the basis of satisfactory evidence) to be the persons wI
within instrument as Vice President W
xzqmmely, of the Corporation therein named, and acknowledged to me that
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal
Iss STATE OF CALIFORNIA
COUNTY OF San Diego
Thomas D. Shaddox
ACKNOWLEDGMENT-Corp -Pres .5 Sec -WoIco1Is Form 222CA-Rev 11 83
01983 WOLCOTTS INC (price class 8 2) - 1--
- _- -1 - - - - ___ - _-_ --- -
State of CALIFORNIA On SEPTEMBER 23, 1988 I
CYNTHIA A. COMBS c,,,rrtyof SAN DIECO \ ss.
the undersigned Notary Pub I IC, personal 1y appeared
JACK G. LUPIEN a personally known to me
D proved to me on the basls of satlsfaciory
evidence.
io be the person(s) who executed the within instrument as ATTORNEY-IE-FACT
named, and acknowledged to mg that the corporatlon executed It.
WITNESS my name and offfcfal
or on the behalf of the corpora SAN DIEGO COUNTY
ai. (!&%LL&?&
Notary's S Ignature
I
i
I
I
8
B’
1. ’
1
1,
II
II
1
I
B
1
In the event any Contractor above named executed this bond
individual, it is agreed the death of any such Contractor
not exonerate the Surety from its obligations under this bc
IN WITNESS WHEREOF, this instrument has been duly execut
the Contractor and Surety above named, on the ?.?rd
S EPTEMB FR I 19ES 9
I.
DALEY CORP3RATIOY
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION FOR EACH SIGNER THOFAAS D. SHADDOX, VlCE PRESIDENT -- 1 MUST BE ATTACHED. ) Contractor
(CORPORATE SEAL)
II.’ Surety
%n
=?
P
THE AMERICAN INSURANCE COMPANY rwn~n wr ' ATTORNEY .
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and e laws of the Slate of New Jersey. and having its principal office in the City and County of San Francisco. California. has made appointed. and does by these presents make. constitute and appoint
JACK G. LUPIEN, DALE G, HARSHAW, SIOUX MUNYON, H. E. HARRIMAN, JR. and DEBRA. J. NIEMEYER
* i nt 1j phr FE;veial lj it5 true ard lawful Attorncy(s)-in-Fact. with full &er an au ori y ere y EO erred in its name. place and stead. to execute. seal. deliver any and all bonds. undertakings. recognizances or other written obligations in the nature thereof ----- -- -- -- -- -- - *
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. scaled with the cor' Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the pr
This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMF force and effect.
"Anicle VI11. Appointment and Authority Assistant secretaries, and Attorney-in-Fact and Agents to accept Legal Process and Make Appea
Section 30. Appointment. The Chairman of the Board of Directors, the President. any Vice-President or any other person authorize(
Diiectors, the Chairman of the Board of Directors. the President or any Vice-President. may, from time to time. appoint Resident As
and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appca
behalf of tibe Corporation.
, Section 31. Aullrority. The Authority 01 such Resident Assistant Secretaries. Attorneys-in-Fact, and Agents shall be as prescribed
evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board t
any person empowered to make such appointment."
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of D AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Rcsolut amended or repcalcd:
"RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assistant Secretary of this Corporation, an1 Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate rel. facsimile. and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsin valid and binding upon the Corporation."
IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-Preside
.8 5 . and its corporat'cseal to be hereunto affixed this'28th day of May 19- .
THE AMERICAN INSURANCE COMPANJ &?*+
qlyg-); c; *4m ..._.. +..*.rV co+
BY LhQ Vac- RcGdrnt u'J&o
SLUE OF CALIFORNIA
CC)UNTY OF MKfw
85 Richard Willi
1 a-
VI
' On this 28th dayof M aY , 19 - , before me personally canic to me known. who, being by me duly sworn. did depose and say: that he is Vice-president of THE AMERICAN INSURANCE COX1 poration described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to th, is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by likc
IN WITNESS WHEREOF. 1 have hereunto sei my hand and affixed my official seal. the day and year herein first ahovc written.
5 ~~~~fIIIIIIIU~IIIUI1IUIIIKI~IIIIIII~~I~88I~II~JI~I~IJ~
JLKbA - OFFICIAL SEAL - ~ !@) NOTARY PUBUC - CALRORNIA 5 z \j Principal Office in mrin Counti 2 , E
SUSlE K. GILBERT E
tiotur) Puhlti
CERTIFICATE Mi bn.mibGon tx;imr Nor. 17, 1988 - - "
~~~I~~ItIIlllIIIfIKIbI~IIIIII#lII~I~XIlIIJJItIItIIIIJIIII~ I =.
STATE OF CAWORNIA
COWNTYOFMARIN
I, the undersigned. Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY. a NEW JERSEY Corporation. DO TlFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthcrmort that I lions 30and 31 of the By-law of the Corporation, and the Resolution of the Board of Direciors, sei forth in the Power of Attorney. are now i
Signed and sealed at the County of Marin. Dated the 23rd day of SEPTEMBER Yd em .*:,t??+
;8&g-. * 0 0 -." <o* Kc\idrnl A\\i\tmit Vir ii 21)
36071 1-TA-91
-- _-I___
STATE OF CsALIFORNIA
COUNTY OF San Diego
ss .
On this 28th day of September , in thi
before me, the undersigned. a Notary Public in and for said State, pew
X-
, personal
(or proved to me on the basis of satisfactory evidence) to be the persons wt
aarpxm$, of the Corporation therein named, and acknowledged to me that
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal.
Thomas D. Shaddox
Issku, Expires Oa. within instrument as Vice President .%X
- - __ - . - - -_ __ F -.
1
I
I
1
I
1
I
I 1. DW
li
1.
I\
I
1
I
I
1
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKER'S COMPENSATION RESPONSIBILITY
!!I am aware of the provisions of Section 3700 of the Labc which requires every employer to be insured against liabili
workers! compensation or to undertake self-insuran
accordance with the provisions of that code, and I will
with such provisions commencing the performance of the ~n
this Contract. I'
P
DA
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986
"1 am aware of the requirements of the Immigration Ref0 Control Act of 1986 (8 USC Section 1101-1525) and have cc with these requirements, including, but not limited to, vex the eligibility for employment of all agents, empl subcontractors, and consultants that are included in Contract. 'I
CONTRACTOR'S CERTIFICATION OF COMPLIANCE
OF AFFIRMATION ACTION PROGRAM
I hereby certify that DALW COR P OR AT1 ON
(Legal Name of Contractor)
in performing under the Purchase Order awarded by the C Carlsbad, will comply with the County of San Diego Affii Action Program adopted by the B isors, includi
current amendments. Qkz23-w
Date
TWO@AS D. SHADDQX, ViCE PRESiDENT
Title
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED-)
(CORPORATE SEAL)
P
I
1
I
1
t
I
1. u
I
I
I
I
I
I
I
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and betwe City of Carlsbad whose address is 1200 Elm Avenue, Car California, 92008, hereinafter called IICity" and
address is
hereinafter called llContractorlt and
whose address is
hereinafter called llEscrow Agent. )I
For the consideration hereinafter set forth, the Contractor and Escrow Agent agree as follows:
1. Pursuant to Section 4590 of Chapter 13 of Division
Title 1 of the Government Code of the State of Calif Contractor has the option to deposit securities with Agent as a substitute for retention earnings required withheld by City pursuant to the Construction Co entered into between the City and Contractor for
in the amount of dated
(hereinafter referred to as the I1Contract"). A copy o contract is attached as Exhibit I1A1I. When Cont
deposits the securities as a substitute for Co
earnings, the Escrow Agent shall notify the City with
(10) days of the deposit. The market value a
securities at the time of the substitution shall be at equal to the cash amount then required to be withhi retention under the terms of the Contract between th
and Contractor. Securities shall be held in the na'
designate the Contractor as the beneficial owner.
to any disbursements, Escrow Agent shall verify thi present cumulative market value of all secu substituted is at least equal to the cash amount (
cumulative retention under the terms of the Contract.
I'
1
I
and
2. The City shall make progress payments to the Contract
such funds which otherwise would be withheld from pr
payment pursuant to the Contract provisions, provide
the Escrow Agent holds securities in the form and specified above.
Agent in the amount of retention for the benefit (
City until such times as the escrow created hereunl
terminated.
3. Alternatively, the City may make payments directly to
P
I
I
I
I
I
I
1
I
1.
1
il
II
1
1
I
4. Contractor shall be responsible for paying all fees f
expenses incurred by Escrow Agent in administerin
escrow account. These expenses any payment terms sh4 determined by the Contractor and Escrow Agent.
accounts held in escrow and all interest earned or
interest shall be for the sole account of Contract(
shall be subject to withdrawal by Contractor at any ti
from time to time without notice to the City.
5. The interest earned on the securities or the money I.
6. Contractor shall have the right to withdraw all or an
of the principal in the Escrow Account only by w notice to Escrow Agency accompanies by written authori from City to the Escrow Agent that City consents 1 withdrawal of the amount sought to be withdra Contractor.
7. The City shall have a right to draw upon the securit
the event of default by the Contractor. Upon seven (7
written notice to the Escrow Agent from the City ( default of the Contractor, the Escrow Agency immediately convert the securities to cash and distribute the case as instructed by the City.
8. Upon receipt of written notification from the
certifying that the Contractor has complied wit requirements and procedures applicable to the Con Escrow Agent shall release to Contractor all securiti interest on deposit less escrow fees and charges ( Escrow Account. The escrow shall be closed immediate1 disbursement of all monies and securities on depos: payments of fees and charges.
9. Escrow Agent shall rely on the written notification fr
City and the contractor pursuant to Sections 4 2
inclusive, of this agreement and the City and Cont shall hold Escrow Agent harmless from Escrow Agent's r and disbursement of the securities and interest as set
above.
I
10. The names of the persons who are authorized to sig
(5) written notices or to receive written notice on of the City and on behalf of Contractor in connectio the foregoing, and exemplars of their respective sign I are as follows:
18
I
1
I
1
I
1
I
I
1.
I
I
1
I
I
I
I
I
For City: Title Name Signature Address
For Contractor: Title
Name
Signature Address
I.
For Escrow Agent: Title Name Signature Address
At the time the Escrow Account is opened, the Cit Contractor shall deliver to the Escrow Agent a
executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreemc their proper officers on the date first set forth above.
For City: Title
Name Signature Address
For Contractor: Title Name
Signature Address
P
I
I
I
I
I
I
1
1.
I
1
I
I
I
I
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in
for all compensation of whatever nature due the Contract0
all labor and materials furnished and for all work perforn
the above-referenced project for the period specified above the exception of contract retention amounts and disputed ( specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
1.
DI~PUTED CLAIMS 1 DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and released any
the Contractor may have, of whatever type or nature, fc
period specified which is not shown as a retention amount
disputed claim on this form. This release and waiver ha2 made voluntarily by Contractor without any fraud, duress or
influence by any person or entity.
Contractor further certifies, warrants, and represents thz bills for labor, materials, and work due Subcontractors fc specified period have been paid in full and that the p signing below on behalf of Contractor have expressed author execute this release.
DATED: PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporation, etc.)
BY
I BY I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SPECIAL INSURANCE INSTRUCTIONS FOR CO"I'RACTORS
Contractor shall procure and maintain for the duration o contract insurance against claims for injuries to perso damages to property which may arise from or in connectior the performance of the work hereunder by the Contractor agents, representatives, employees, or subcontractors. I insurance is on a ''claims made" basis, coverage sha: maintained for a period of three years from the dal
completion of the work. The cost of such insurance sha included in the Contractor's bid. The insurance compa
companies shall meet the requirements of City Council Reso: No. 8108.
A. Minimum Scone of Insurance
1.
1
1. Insurance Services Office Form Number GL 0002 (Ed.
covering Comprehensive General Liability; and Ins1 Services Office Form Number GL 0404 covering Broac
Comprehensive General Liability; and
covering Automobile Liability, Code 1 "any auto"; a.
3. Workers' Compensation as required by the Labor Cc the State of California and Employers' Lia' insurance.
2. Insurance Services Office Form Number CA 0001 (Ed.
1. B. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 co
single limit per occurrence for bodily injur
property damage. If the policy has an aggregate li separate aggregate in the amounts specified sha
established for the risks for which the City c
agents, officers or employers are additional insure
2. Automobile Liability: $1,000,000 combined single per accident for bodily injury and property damage.
3. Workers' Compensation and Employers' Liability: Wo
Compensation limits as required by the Labor Code State of California and Employers' Liability lim.
$1,000,000 per accident.
I.
I
I
I
I
I
I
I
I
1.
I
I
I
I
I
I
I
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be de( to and approved by the City. At the option of the either: the insurer shall reduce or eliminate
deductibles or self-insured retentions as respects the its officials and employees: or the Contractor shall p:
a bond guaranteeing payment of losses and re
investigation, claim administration and defense expense:
1.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contaii following provisions:
1. General Liability and Automobile Liability Coverage
a. The City, its officials, employees and voluntee to be covered as insured as respect: lia
arising out of activities performed by or on of the Contractor: products and complete oper
of the Contractor; premises owned, leased or u
the Contractor: or automobiles owned, leased hi borrowed by the Contractor. The coverage
contain no special limitations on the sco
protection afforded to the City, its offi
employees or volunteers.
b. The Contractor's insurance coverage shall be p
insurance as respects the City, its offi employees and volunteers. Any insurance or
insurance maintained by the City, its off
employees or volunteers shall be exce:
Contractor's insurance and shall not contribut I it.
c. Any failure to comply with reporting provisic the policies shall not affect coverage provic the City, its officials, employees or volunteer
d. Coverage shall state that Contractor's ins
shall apply separately to each insured agains claim is made or suit is brought, except with x to the limits of the insurer's liability.
2. Workers' Compensation and Employers' Liability Cove
The insurer shall agree to waive all righ
subrogation against the City, its officials, em1
and volunteers for losses arising from work perfox
Contractor for the City.
I.
I
I
I
I
I
I
I
1.
I
I
I
I
P
I
1
1
3. All Coverages
Each insurance policy required by this clause sha endorsed to state that coverage shall not be suspf voided, cancelled, reduced in coverage or in 1 except after thirty (30) days prior written notit certified mail, return receipt requested, has been to the City.
1.
E. AcceDtabilitv of Insurers
Insurance is to be place with insurers with a Bests' I of no less than A:XI unless otherwise authorized by Council Resolution No. 8108.
F. Verification of Coverase
Contractor shall furnish the City with certificatc insurance and with original endorsements affecting COT required by this clause. The certificates and endorse
for each insurance policy are to be signed by a I
authorized by that insurer to bind coverage on its bc
The certificates and endorsements are to be in forms prc
by the City and are to be received and approved by thc I before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insureds
its policies or shall furnish separate certificate endorsements for each subcontractor. All coverage
subcontractor shall be subject to all of the requirc stated herein.
I.
I
I
I
I
I
I
I
I
1.
1
1
I
I
I
I
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the 1 edition of the Standard Specifications for Public Construction, hereinafter designated SSPWC, as issued k Southern Chapters of the American Public Works Associi
the City of Carlsbad supplement to the SSPWC, the Cor
documents, and the General and Special Provisions at1
thereto.
The construction plans consist of three (3) sheets desic
as City of Carlsbad Drawing No. 272-7. The standard drz
utilized for this project are the San Dieso Area Re(
Standard Drawinss, hereinafter designated SDRS, as issi
the San Diego County Department of Transportation, to( with the City of Carlsbad Supplemental Standard Dr: Copies of pertinent standard drawings are enclosed with documents.
The reflective pavement marker installation work inc herein shall be performed in accordance with the Sta
California Business and Transportation Agency, Departmf Transportation standard specifications dated July, 19f the standard plans dated July, 1984 (hereinafter refer] as 'State' or 'Caltransl Standard Plans and Specif ita. and in accordance with these special provisions.
I.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all
equipment and materials, and performing all operl
necessary to complete the project work as shown o
project plans and as specified in the specifications. I
3. DEFINITIONS AND INTENT
A. Engineer:
The word 'rEngineer11 shall mean the Project Manager U approved representative.
B. Reference to Drawings:
Where words @'shown, *I "indicated, I* "detailed, I' 'In *~scheduled,~~ or words of similar import are USE shall be understood that reference is made to the
accompanying these provisions, unless stated otherw
I*
C. Directions :
1
I .. I
I
1
1
1
I.
1
1
I
I
I
1
Where words Ildirected, Iq "designated, It "selected, words of similar import are used, it shall be undei that the direction, designation or selection o Pro j ect Manager is intended, unless stated othei The word 81required1v and words of similar import shi understood to mean l1as required to properly complet
work as required and as approved by the Project Mal
unless stated otherwise.
D. Equals and Approvals:
Where the words Itequal, VI "approved equal, )I I1equivi
and such words of similar import are used, it shz understood such words are followed by the expressic the opinion of the Project Manager, unless othc stated. Where the words Ilapproved, W I1apprc llacceptance,tg or words of similar import are use
shall be understood that the approval, acceptanc
similar import of the Project Manager is intended.
m
n E. Perform and Provide:
The word ltperform*t shall be understood to mean th: Contractor, at her/his expense, shall . perforr
operations, labor, tools and equipment, and fu
including the furnishing and installing of material; are indicated, specified, or required to mean thz Contractor, at her/his expense, shall furnish and i
the work, complete in place and ready to use, inc furnishing of necessary labor, materials, I equipment, and transportation.
4. CODES AND STANDARDS
Standard Specifications incorporated in the requireme: the specifications by reference shall be those of the edition at the time of receiving bids. It sha
understood that the manufacturers or producers of mat
so required either have such specifications availab: reference or are fully familiar with their requireme pertaining to their product or material. 1
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Cont
per Section 6-1 of the SSPWC at the time o preconstruction conference. No changes shall be made construction schedule without the prior written appro the Project Manager.
I.
I
I
1
II
1
1
1
1
1.
1
I
1
1
I
I
1
Any progress payments made after the scheduled compl
date shall not constitute a waiver of this paragraph c damages.
Coordination with the respective utility company for rc or relocation of conflicting utilities shall be requirc prior to commencement of work by the Contractor.
The Contractor shall begin work within 15 calendar days
being duly notified by an issuance of a I'Notice to Prc
and shall diligently prosecute the work to completion 1 sixty (60) consecutive calendar days. If the completioi is not met, the contractor will be assessed the s
$300.00 per day for each day beyond the completion da
liquidated damages for the delay. Any progress payment2
after the specified completion date shall not constit waiver of this paragraph or of any damages.
1.
6. NONCONFORMING WORK
The Contractor shall remove and replace any worl conforming to the plans or specifications upon written by the Project Manager. Any cost caused by reason of nonconforming work shall be borne by the Contractor.
9
7. GUARANTEE
All work shall be guaranteed for one (1) year afte filing of a "Notice of Completion" and any faulty wc materials discovered during the guarantee period sha
repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance wi.
product manufacturer's directions, the Contractor obtain and distribute the necessary copies of
instructions, including two (2) copies to the P
Manager.
9. SOUND CONTROL REQUIREMENTS
The Contractor shall comply with all local sound contrc
noise level rules, regulations and ordinances which ap]
any work performed pursuant to the contract.
All internal combustion engines used in the constr shall be equipped with mufflers in good repair when .
on the project with special attention to City Noise C
Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.
I
I.
1
I
1
1
8
1
t
I.
8
1
I
c
li
I
I
1
Said noise level requirement shall apply to all equipmc
the job or related to the job, including but not limit
trucks, transit mixers or transit equipment that may c not be owned by the Contractor. The use of loud signals shall be avoided in favor of light warnings c those required by safety laws for the protectic personnel.
Full compensation for conforming to the requirements oj
section shall be considered as included in the prices for the various contract items of work involved a additional compensation will be allowed therefor.
10. CITY INSPECTORS
I.
All work shall be under the observation of a
Construction Inspector. Inspectors shall have free i to any or all parts of work at any time. Contractor furnish Inspectors with such information as may be necc
to keep her/him fully informed regarding progress and 1 of work and character of materials. Inspection of
shall not relieve Contractor from any obligation to fl
this Contract. 1 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required 1 to be inserted in this Contract shall be deemed inserted herein and the Contract shall be read and en
as though it were included herein, and if, through m
or otherwise, any such provision is not inserted, or correctly inserted, then upon application of either the Contract shall forthwith be physically amended tc such insertion or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors, and mat suppliers shall provide and install the work as indi specified, and implied by the Contract documents. Any of work not indicated or specified, but which are ess to the completion of the work, shall be provided i
Contractor's expense to fulfill the intent of
documents. In all instances throughout the life c Contract, the City will be the interpreter of the int the Contract documents, and the City's decision relat said intent will be final and binding. Failure c
Contractor to apprise her/his subcontractors and mat
suppliers of this condition of the Contract will not r
her/him of the responsibility of compliance.
I.
I
#
1
R-
1
1
1
R
I.
t
I
1
1
1
I
I
I
13. SUBSTITUTION OF MATERIALS
The proposal of the bidder shall be in strict confc
with the drawings, specifications, and based upon the indicated or specified. The Contractor may of j
substitution for any material, apparatus, equipmen process indicated or specified by paten or proprietary or by names of manufacturer which she/he considers eq every respect to those indicated or specified. The
made in writing, shall include proof of the State
Marshal's approval (if required), all necessary inform:
specifications, and data. If required, the Contractc
her/his own expense, shall have the proposed subst. material, apparatus, equipment, or process tested as 1 quality and strength, its physical, chemical, or characteristics, and its durability, finish, or effic
by a testing laboratory as selected by the City. 1
substitute offered is not deemed to be equal to th
indicated or specified, then the Contractor shall fu.
erect, or install the material, apparatus, equipmen process indicated or specified. Such substitutic
proposals shall be made prior to beginning of construc if possible, but in no case less than ten (10) days pr actual installation.
I.
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a COI
"as-builtft record set of transparent sepias, which shi corrected daily and show every change from the or drawings and specifications and the exact "as-: locations, sizes and kinds of equipment, underground p
valves, and all other work not visible at surface 1
Prints for this purpose may be obtained from the C:
cost. This set of drawings shall be kept on the jc shall be used only as a record set and shall be delive the Engineer upon completion of the work.
15. PERMITS
The general construction, electrical, and plumbing p will be issued by the City of Carlsbad at no charge ' Contractor. The Contractor is responsible for all required licenses and fees.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price are for comparing bids any may vary from the actual
quantities. Some quantities may be increased and othe
1.
1
1
1
I
1
I
1
1
I.
1
I
1
1
I
1
1
I
be decreased or entirely eliminated. No claim shall bc against the City for damage occasioned thereby or for
of anticipated profits, the Contractor being entitled to compensation for the actual work done at the unit 1 bid.
The City reserves and shall have the right, when confi with unpredicted conditions, unforeseen event emergencies to increase or decrease the quantities of
to be performed under a schedule unit price item
entirely omit the performance thereof, and upon the del
of the City to do so, the Project Manager will direc Contractor to proceed with said work as so modified.
increase in the quantity of work so ordered should res1 a delay to the work, the Contractor will be giv equivalent extension of time.
I.
17. SAFETY AND PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions fc
safety of employees on the work and shall comply wit applicable provisions of Federal, State and Municipal laws and building codes to prevent accidents or inji persons on, about, or adjacent to the premises wher
work is being performed. He/she shall erect and pr maintain at all times, as required by the conditior
progress of the work, all necessary safeguards fc protection of workers and public, and shall post
signs warning against hazards created by such featur construction as protruding nails, hoist, well holes falling materials.
18. SURVEYING
Contractor shall employ a licensed land survey(
registered civil engineer to perform necessary surveyi
this project. Requirements of the Contractor pertain this item are set forth in Section 2-9/5 of the Contractor shall include cost of surveying service
appropriate items of proposal. No separate payment w made.
Survey stakes shall be set and stationed by the Contra
surveyor for curbs at 50' intervals (25' interval
curves), curb returns at BCR, 1/4, 1/2, 3/4, and
headers, sewers, storm drains, structures (4 corners Rough grade as required to satisfy cut or fill to fi grade (or flowline) as indicated on a grade sheet.
Contractor shall transfer grade hubs for constructic
inspection purposes to crown line base grade of stre required by Project Manager.
1.
I
1
I
t
1
I
I
1
I
I
1
I
B
I
Contractor shall provide Project Manager with two (2) c of survey cut sheets prior to commencing constructi
surveyed item.
19. UTILITIES
Utilities for the purpose of these specifications sha
considered as including, but not limited to pipe 1 conduits, transmission lines, and appurtenances of "I Utilitiesf1 (as defined in the Public Utilities Act o State of California) or individually, solely for thei use or for use of their tenants, and storm drains, san
sewers, and street lighting. The City of Carlsbac
affected utility companies have, by a search of records, endeavored to locate and indicate on the plan
utilities which exist within the limits of the
However, the accuracy or completeness of the uti1 Se indicated on the plans is not guaranteed. connections to adjacent property may or may not be sho
the plans. It shall be the responsibility of Contractor to determine the exact location and elevati all utilities and their service connections. The Contr
shall make his/her own investigation as to the loca type, kind of material, age and condition of exi utilities and .their appurtenances and service connec which may be affected by the contract work, and in add
he/she shall notify the City as to any uti:
appurtenances, and service connections located which
been incorrectly shown on or omitted from the plans.
The Contractor shall notify the owners of all utilitic least 48 hours in advance of excavating around any 0:
structures. At the completion of the contract work, Contractor shall leave all utilities and appurtenances conditions satisfactory to the owners and the City. I1
event of damage to any utility, the Contractor shall n'
the owners of the utility immediately. It is responsibility of the Contractor to compensate for ut
damages.
The temporary or permanent relocation or alteratio
utilities, including service conditions, desired by
Contractor for his/her own convenience shall be contractor's own responsibility, and he/she shall makc arrangements regarding such work a no cost to the City. delays occur due to utilities relocations which were shown on the plans, it will be solely the City's optic
extend the completion date.
In order to minimize delays to the Contractor caused b] failure of other parties to relocate utilities I interfere with the construction, the Contractor, upon
I.
1.
1 I.
I
1
1
II
II
I
I
1
4
I.
I
I
1
I
1
I
I
1
request to the City, may be permitted to temporarily
the portion of work affected by the utility, The pc
thus omitted shall be. constructed by the Conti immediately following the relocation of the utility in\ unless otherwise direct by the City.
All costs involved in locating, protecting and support. all utility lines shall be included in the price bi various items of work and no additional payment wi made.
I*
20. WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for
utilized during the construction under this contract.
Contractor shall contact the appropriate water agenc
requirements, The Contractor shall include the co water and meter rental within appropriate items o proposal. No separate payment will be made.
21. TEST OF MATERIALS
Testing of materials shall conform to Section 4-1.4 c SSPWC and the following:
Except as elsewhere specified, the Agency will bear thi
of testing material and/or workmanship where the resu:
such tests meet or exceed the requirements indicated -
Standard Specifications and the Special Provisions.
cost of all other tests shall be borne by the Contract(
At the option of the Project Manager, the source of I of each of the materials shall be approved by him befo. delivery is started. All materials proposed for use I
inspected or tested at any time during their preparatic
use. If, after trial, it is found that sources of I
which have been approved do not furnish a uniform prc or if the project from any source proves unacceptable ( time, the Contractor shall furnish approved materials other approved sources. After approval, any material becomes unfit for use due to improper storage, handl.
any other reason shall be rejected.
22. COMPACTION TESTS
All backfill and subgrade shall be compacted in acco
with the notes on the plans and the SSPWC. Compaction
may be made by the City and all costs for such testing
be borne by the City. Said tests may be made at any along the work as deemed necessary by the Project Ma The costs of any retests made necessary by noncomp with the specifications shall be borne by the Contract
I.
I
I
I
I
I
1
D
I.
1
I
1
8
I
1
I
23. CLEANUP AND DUST CONTROL
Cleanup and dust control shall conform to Section 7-t the SSPWC and shall be executed even on weekends and
non-working days at the City's request.
Full compensation for furnishing all labor, mate equipment, and incidentals to clean up and control thc as specified above shall be considered as includ appropriate items of the proposal and no addi compensation will be allowed therefor.
I.
24. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 1 Section 7-9 of the SSPWC is supplemented by the follow
Except as may otherwise be provided in specific inst nothing in the Contract shall be construed as vesting Contractor any property in any material, artic
structure existing at the time of the award of Co
within the area in which the work is to be done or
material, article, or structure subsequently furnisht the work by the City, or in any material, ar structure or work furnished or performed by the Cont after having been accounted for on an approved es
supporting the Contractor's demand for payment as pr
in Section 9-3 of the Standard Specifications en
lfPayment.fl In the latter event, any such material, ar
structure or work shall become the property of thc
after being so accounted for.
The Contractor shall maintain all existing official other than those called for removal, including bL limited to directional, warning, advisory, regulator street markers and also roadside mailboxes in an ere
functional position and condition at all times duri
construction period in either temporary or per
location as designated by the City Engineer. Any of facilities which are damages or lost shall be repla the Contractor at no cost to the City.
All costs involved in.protection and restoration of ex
improvements shall be included in appropriate items proposal and no additional compensation shall be a I therefor.
25. TRAFFIC CONTROL
The Contractor's attention is directed to Section 7 the SSPWC and these requirements.
I.
I
I
i
!
I
I
1
I
I.
1
D
I
I
I
I
I
u
The Contractor shall notify the following City deparl
24 hours prior to the start of work on this project i
hours prior to the restriction, closing or opening
street or alley within the City of Carlsbad:
Engineering Department - 438-1161
I.
Police Department - 931-2100
- 931-2141 Fire Department
No street or alley closures shall be permitted excepl specific, written approval of the Project Manager.
The Contractor shall keep one lane of traffic in direction and one pedestrian walkway open during all e hours and on weekends and non-working days. Traffic I restricted to one lane as necessary at times whe Contractor is actively working in the working area, (
where specific approval for less had been granted in w
by the Project Manager. The Contractor shall furni: install all lights, signs, barricades and other devices and equipment required.
The Contractor shall submit a traffic control plan s
the intended construction zone signing and striping fo phase of the work to be accomplished. This plans shi submitted within fifteen days after the Notice of Awa' been issued to the Contractor. No work shall commence this plan has been reviewed and approved by the City T
Engineer.
Personal vehicles of the Contractorls employees shall
parked on the traveled way or shoulders at any including any section closed to public traffic. entering or leaving roadways carrying public traffic Contractor's equipment, whether empty or loaded, shi all cases yield to public traffic.
The Contractor shall make every effort to keep dri
open during working hours. After working hours
driveways shall be accessible with smooth and
crossings through the construction area.
The Contractor shall be required to notify all ad
residents and businesses three (3) days in advance ( work, using *ldoorknob type" or other typewritten n which will be furnished by the Contractor. These n will be distributed at the beginning of the project other times during the work as required to notify af
people in the area of impending work.
I.
1
I
I
1
I
I
1
I
1.
I
I
I
I
I
I
D
All open ditches within traveled areas shall be coverec
steel plates adequate to support traffic loadings w.
noticeable deflection and shall be required at night ai
non-working days. Temporary A.C. transitions sha
placed on either side of such plates, in the directj traffic when adjacent surfaces are asphalt or concrete
Traffic control shall include the cost of all barric signs, flagmen, providing notices, traffic s
application and removal, ditch plate installatioi
removal, and any other cost connected with any tem] rerouting of traffic or maintenance of access to propc during the construction period.
Full compensation for furnishing all barricades, 1
flashers, flagmen, and any other safety measures USE
the control of traffic during the project constrl
period shall be considered as included in the prices
for appropriate items of the proposal and no addi.
compensation will be allowed therefore.
1.
26. SHORING OF EXCAVATIONS
The Contractor shall conform to Labor Code Section 6'
submitting a detailed plan to the Project Manager s. the design of shoring, bracing, sloping or other prov to be made for worker protection from the hazard of ground during the excavation of trenches or during thc or structure installation therein. This plan mu prepared for all trenches five feet or more in depth a approved by the Project Manager prior to excavation.
plan varies from the shoring system standards establis
the construction safety orders, the plan shall be pr
by a registered civil or structural engineer a' I Contractor's expense.
1.
I
I SPECIAL PROVISIONS
1. CLEARING AND GRUBBING, T~FFIC CONTROL, AND MOBILIZATIO]
Clearing and grubbing shall consist of clearing n
ground surfaces of all trees, shrubs, vegetable growt
objectionable materials within the limits of construct
accordance with the provisions of Section 300-1 o
Standard Specifications and in accordance with the pla these Special Provisions and as directed by the Enginee
Clearing and grubbing shall also include the remova disposal of all miscellaneous concrete, pavement, 1
hardware, timber, rubble or any other objectionable ma-
encountered beneath the ground surface as a result of g
or trenching operations connected with the constructj the project improvements.
Clearing and grubbing shall also include the re
relocation, adjusting or salvaging of all faci iydicated on the plans which are not designated as se bld items or which are not included in other bid items.
In addition to the above items, clearing and grubbing
include, but not be limited to, the following items as on the plans or specified in these Special Provisions:
1. Removal of trees, shrubs, stumps, trash, debri
fences, whether or not specifically indicated o plans or otherwise shown to be protected or relocat
2. Deleterious materials resulting from clearinc
grubbing operations shall be hauled away and dispo, at a legal site obtained by the Contractor.
Clearing for and providing temporary graded drivewa continuing maintenance thereof to provide safe, s stable and continuous access to all residence
businesses within the project area, and as direc.
the Engineer.
4. Minor grading for swales and drainage control.
5. Sawcutting of concrete and asphalt concrete at
right-of-way limits, and as shown on the plans.
6. Protection of existing and relocated utility stru prior to and during construction of pr< improvements.
1.
I
I
I
I
1
I
1.
I
U
I
D
I
II
I
E
3.
1.
1
I
1
I
B
1
I
f
I
1
1
I
I
7. Removal and disposal of interfering portions of abai
utility lines and structures and the pluggir
abandoned pipes and conduits not removed.
8. Removal and disposal of any additional item: specifically mentioned which may be found within tht limits.
I.
9. Furnishing and applying water.
10. Dust control.
11. Maintenance of project appearance.
12. Control of water and dewatering during construction
13. Cleanup of project area upon completion of work.
14. Removal of miscellaneous concrete items such as boxes, catch basins, drainage inlets, headwalls,
meter boxes, utility boxes and covers, drainage
interfering portions of water, sewer and storm pipes, posts, poles, and retaining walls.
1
15. The installation, maintenance and removal of tem fences or gates.
16. Relocating existing traffic signs to new parkw 1. required.
The Contractor shall protect all existing structur
facilities which are adjacent to, or fall within, the of the work to be done under this contract in accordanci Section 7-9 and 300-1 of the Standard Specifications. item shall also include those structures and facilities
the plans show or these Specifications indicate '
protected. Any structure or facility to be protected wh
damaged as a result of the Contractor, shall be repaii replaced at his cost to the satisfaction of the P Manager.
Mobilization shall consist of preparatory work and opera
including, but not limited to, those necessary fo
movement of personnel, equipment, materials, sani
facilities and incidentals to the project site necessa: work on the project, and for all other work and oper which must be performed or costs incurred prior to beg
work on the various contract items on the project site.
Mobilization shall also include survey staking for the p
in conformance with the requirements of Section 18 c
General Provisions of these specifications. I
1.
8
1
I
I
8
I
I
I
I
1.
I
I
8
I
I
I
Traffic control shall be provided in conformance wit
requirements of Section 25 of the General Provisions of specifications.
Payment for clearing and grubbing, traffic contro
mobilization shall be at the contract lump sum pric
shall be full compensation for furnishing all
materials, equipment and incidentals necessary to perfo
items of work.
I.
2. UNCLASSIFIED EXCAVATION
Unclassified excavation shall include excavating, rem
hauling and disposing of all materials to he su
elevations indicated on the plans as required to con the new roadway improvements. This item involves the r and disposal of all pavement, asphalt, concrete, ma soils and miscellaneous items (including loose or material and base material) which are within the gradi. excavation areas on both public and private pro
Unclassified excavation shall be done in accordance
Section 300-1.3 and 300-2 of the Standard Specificatio these Special Provisions.
The Contractor shall be responsible for obtaining a sui legal disposal site for this excavated material in acco with Section 300-2.6 of the Standard Specifications.
The quantities for unclassified excavation are bas
cross-sections along the roadway with considerations ma
localized variations between, and are believed 1 accurate.
Excess soil remaining from excavations on the projeci
may be used for fill material as required subject 1
requirements of section 300-4 of the Standard Specifics these Special Provisions and as determined by the P Manager.
Payment for unclassified excavation shall be at the co
unit price per cubic yard and no additional compensatio I be allowed therefor.
3. SUBGRADE PREPARATION
Subgrade preparation for the roadway improvements Shi done in accordance with Section 301-1 of the St Specifications and these Special Provisions.
Payment for preparation of subgrade will be cons included in the various items of work for which the su is prepared and no additional payment shall be made the
I*
8
I
I
I
I
I
I
I.
I
1
1
1
I
4. BASE MATERIAL
Aggregate for base material shall conform to Section 2.5.2 of the Standard Specifications, Processed MiscelL Base.
Placement of base material shall conform to Section 30: the Standard Specifications.
Payment for aggregate base material shall be at the COI
unit price per ton in accordance with Section 301-2.4 (
1.
1 Standard Specifications.
5. ASPHALT CONCRETE
Asphalt concrete shall be in conformance with Section
302-5, and 400-4 of the Standard Specifications, excc
amended herein.
The provisions of Section 302-5.4 of the St, Specifications shall be supplemented by the followi
The final surface layer of asphalt concrete withi
public roadway shall not be placed until all gradii Po C. C. improvements are substantially completc determined by the Project Manager.
Within the public roadway, asphalt concrete of 0.2 thickness or less may be placed in one lift. A concrete of greater than 0.20-foot thickness shz placed in a minimum of two lifts. The com
thickness of the final surface course of asphalt co shall not be greater than 0.20 foot or less thar
foot .
The provisions of Section 400-4 of the St; Specifications shall be supplemented by the following:
The gradation of combined aggregate shall be as follows
3/4 inch Base Course Type I11 - B2-AR-40 II 1/2 inch Surface Course Type I11 - C3-AR-40
Asphalt concrete pavement shall include asphalt concrf
all public and private roadway areas shown on the
including 'feathering' to join existing surfaces.
Asphalt concrete overlay shall include asphalt concrc all areas shown on the plans to receive overlay. This include all work necessary to achieve the grades shown
plans despite any variability in the existing r I surf ace.
I.
I
I u
8
1:
1
I
s
I.
B
1
1
1
II
Payment for asphalt concrete roadway pavement shall be q contract unit price per ton and shall include
compensation for furnishing all labor, materials, equi]
and incidentals necessary to perform the work.
6. LIQUID ASPHALT I.
Tack Coat
Asphalt tack coat shall be Grade SS-lh emulsified as:
conforming to Section 203-3 of the Standard Specifics
Tack coat shall be applied to all asphalt concret concrete surfaces to be joined by new asphalt co pavement. The rate of application shall be as designa'
Section 302-5.3 of the Standard Specifications. Care
be taken to prevent tracking the tack coat on fi
concrete surfaces.
Payment for tack coat shall be included in the contrac price per ton for asphalt concrete roadway pavement for tack coat is required and no additional payment shz
Prime Coat
No prime coat will be required.
Seal Coat
No seal coat will be required.
I allowed therefor.
I 7. ASPHALT CONCRETE BERM
Asphalt concrete materials to be used in constructing a concrete berms shall be Type 111-D-AR-8000 in confo with Section 400-4 of the Standard Specifications.
A tack coat, as provided in Subsection 302-5.3, shz
applied to the existing or new pavement precedin placement of the asphalt concrete berm.
The material shall be placed and compacted to the re lines, grades, and cross sections shown on the plans.
berm shall be shaped and compacted with an extrusion m
capable of providing the finished berm in place t
required dimensions.
Payment for asphalt concrete berm shall be at the co bid price per linear foot in place, and shall includc compensation for furnishing all labor, materials,
equipment, and doing all work involved in providing th I complete in place.
I.
I
I
I
D
I
1
I
I
8. PORTLAND CEMENT CONCRETE
Portland cement concrete shall .meet the requiremen.
Section 400 of the Standard Specifications.
The Cleanness Value requirements of Section 200-1.4 sh; replaced with the following:
Tests Test Method No. Remiremei
I.
Cleanness Value California 227 Individual 70 min. Moving Average 75 min.
The Sand Equivalent requirement of Section 200-1.5.3 sha replaced with the following:
Tests Test Method No. Rem i r eme
Sand Equivalent California 217
Individual 70 min. 1. Moving Average 75 min.
* For 2,500 or less class concrete, except co pavement, a minimum 65 Individual Test result minimum 70 Moving Average will be acceptable if 2,5
28-day strength criteria of Section 201-1.1.4 are mi
a six-inch slump or greater. The testing and acce
determination will be made by the Agency. 1.
II Evaluation of Sand Equivalent and Cleanness Value r shall conform to the provisions of Subsection 400-1.4.
9. CONCRETE CURB AND GUTTER, AND SIDEWALK
Concrete items, as listed above, shall be construct
accordance with Section 303-5 of the Sta Specifications, referenced Standard Plans, and as herein. Slab thickness and curb heights shall be shc
the plans and applicable Standard Plans.
The last sentence of the second paragraph of Sectioi 5.5.2 of the Standard Specifications shall be modif. follows :
1
1
I
8
I
1
B
The name of the Contractor and the year in whic
improvement is constructed shall not be stamped .
completed work.
I.
I
I
I
I
1
i
E
I
1.
I
I
i
I
I
Payment for concrete curb and gutter shall be ai contract unit price per linear foot, including tram sections where the curb face varies (such as at dr: aprons).
Payment for concrete sidewalks shall be at the contracl price per square foot. Measurements for sidewal: quantities will be taken from the back of curb to thc
of walk and between the limits of driveways, catch 1
planters, etc.
1.
10. ADJUSTING EXISTING WATER VALVE COVERS AND ADJUSTING TO
OR RELOCATING WATER METER BOXES AND COVERS
The Contractor shall adjust all water valve covers to
as shown on the plans or encountered within constri areas. Valve boxes within the street section sha adjusted to grade after paving by placing a six-inch concrete ring on compacted backfill with 1-1/2 inch asphalt concrete pavement around the valve box.
Payment for adjustment of existing water valve boxe covers to grade shall be the contract unit price per el
Full compensation for furnishing all labor, mate:
tools, equipment and incidentals and for doing all thc involved in adjusting valve covers to the grade o finished pavement or finished surface shall be incluc the contract unit price and no additional compensatioi
be allowed therefor. 1 11. ADJUSTING EXISTING MAN,HOLE FRAMES AND COVERS TO GRADE
Existing sewer manhole frames and covers shall be ad to the grade off the new finished surface where shown plans and where directed by the Project Manager. Adju
of manhole frames and covers shall be in accordancc Subsection 301-1.6 and 302-5.7 of the Sta
Specifications.
Payment for adjusting existing manhole frames and covl grade shall be at the contract unit price per each and
be full compensation for furnishing all labor, mate
equipment and incidentals necessary to perform the co
work.
12. REMOVAL OF EXISTING STRIPING AND PAVEMENT MARKINGS
Removal of existing traffic stripes and pavement ma
shall be in accordance with Subsection 15-2.02B, "T Stripes and Pavement Markings,lI of the CALTRANS St I Specifications. I.
I
I
I
I
I
I
II
1
I
I
1
l
I
I
1
I
Removal of existing pavement markers shall be in accoi with Subsection 15.02.02C, "Pavement Markers," of CALTRANS Standard Specifications.
Painted stripes and pavement markings to be removed wi
as designated by the Project Manager in the field.
Removal of traffic stripes and pavement markings i public roadway will be required for any temporary rerc of traffic which, in the opinion of the Project Mar
will require that new lane lines and markings be pro1
Removal of stripes and markings in the public roadw
painting or slurry will not be allowed.
Where blast cleaning is used for the removal of pi traffic stripes and pavement markings or for remov objectionable material, and such removal operation is performed within ten (10) feet of a lane occupied by 1 traffic, the residue including dust shall be rc
immediately after contact between the sand and the SI
being treated. Such removal shall be by a vacuum attac operating concurrently with the blast cleaning operatic by other methods approved by the Project Manager.
Payment for removal of traffic stripes and pavement mal in the public roadway shall be considered as includ various bid items, including traffic striping and ti control and no additional compensation shall be a:
1.
1. therefor.
13. TRAFFIC STRIPING AND MARKINGS
The Contractor shall furnish and apply two coats of ( white or yellow reflective traffic stripes and markir
the locations shown on the plans and as directed b
Project Manager.
Paint used for traffic striping and markings shall be 1 dry type paint with reflective material and shall confc Section 210-1.6 of the Standard Specifications. All w(
applying the traffic striping shall be done in accoi
with Section 310-5.6 of the Standard Specifications.
Stencils used for striping, markings or legends sha approved by the City Utility and Maintenance Di7 Director before work begins.
Payment for furnishing and applying permanent paint st:
and marking shall be at the contract unit price per I foot .
I
I.
111
I
i
I
I
I
I
1.
I
I
I
I
I
I
I
I
Payment for temporary striping required for traffic COI detours, or construction phasing shall be consider
included in traffic control and no additional cornpen:
shall be allowed therefor.
14. REFLECTIVE PAVEMENT MARKERS I*
The Contractor shall furnish and install either twc yellow or blue Type IDt or one-way, clear, Typc reflective pavement markers on public roadways a'
locations shown on the plans and as directed by the P. I Manager.
Pavement markers shall conform to the provisions of St
8 5, ItPavement Markers, It of the CALTRANS St:
Specifications and these special provisions.
Pavement markers shall be placed to the line establish1 approved by the Project Manager, which will consi
existing markers or new or existing stripe.
Markers shall be cemented to the pavement with adhesive conforming to Section 95-2.04, "Rapid Set Epo
Pavement Markers," of the CALTRANS Standard Specificat
Payment for reflective pavement markers shall be a contract unit price for each complete in place, rega
of color.
15. STREET MONUMENTS
Cast-in-place street survey monuments shall be const in accordance with Section 309 of the St; Specifications.
Payment for monuments shall be at the contract unit
per each in place, and shall include full compensatic
furnishing all labor, materials, tools, equipmen. incidentals necessary to perform the work.
16. REFLECTIVE PANEL GUARD POST
Reflective panel guard post shall conform to the prov of Section 56, "Signs, (I of the CALTRANS St: Specifications. Wood posts shall be in accordancc Subsection 56-2.02B, ttWood Posts and Braces," and ref1 shall be in accordance with Subsection 82-1 ttReflectors,tt of the CALTRANS Standard Specifications.
Payment for reflective panel guard post shall be E contract unit price per each and shall be full compen for furnishing all labor, materials, equipmen. incidentals necessary to perform the completed work. I.
I
I
I
4
I
1
I
1.
1
I
1
I
I
I
I
I
17. MASONRY RETAINING WALLS
Masonry work shall include all materials, equipment labor necessary to complete the construction of the retaining wall as shown on the Plans, Standard Drawinc as specified in these Special Provisions and St; Specifications.
Materials
1. The concrete blocks shall be Grade N-11 hc
loadbearing masonry blocks conforming to Designation C90, to the requirements of the Qi Control Standards of the Concrete Masonry Associi
and Section 202-2 of the Standard Specifications.
1.
I
2. The masonry units shall be 8"W x 6"H x 16"L and :
6"W x 16"L nominal size slump block of uniform (
The color shall match as close as practicable t existing block wall in the easterly parkway of Drive at STA. 16+00. The Contractor shall suk sample of the proposed block to the Project Manage approval of the color two weeks prior to beginninc on the masonry construction.
3. Mortar shall conform to Section 201-5 of the Sti Specifications and as amended herein. Morta: joining the blocks shall be freshly prepare( uniformly mixed in the ratio (by volumes) of one portland cement (conforming to ASTM Designation (
1/4 to 1/2 part lime putty, 3 1/2 parts damp loose and water. All ingredients shall be mixed
mechanical mixer for a minimum of three (3) minutc
until a uniform mix in obtained.
4. Portland cement mortar shall be colored to matc block units. Coloring shall be chemically inert, resistance mineral oxide or synthetic type.
5. Grout shall conform to Section 201-5 of the Sti Specifications and as amended herein.
Grout for filling cells shall be of a consistenc]
allows pouring without segregation of the const parts. It shall consist of the following volumes part portland cement, Type 11, conforming to Designation C150, 1/10 part hydrated lime, three damp loose sand, and two parts clean pea gravc water. All ingredients shall be mixed in a mech mixer for a minimum of three (3) minutes and UI
uniform mix is obtained.
1.
I
I
I
I
I
I
B
I.
1
1
I
I
I
6. Water for mortar and grout shall be free
deleterious quantities of acids, alkalies, and 01
materials.
7. The use of admixtures shall not be permitted in I or grout unless substantiating data is submitted t
approved by the Project Manager.
I.
8. Reinforcing shall be deformed steel bars
deformation conforming to the requirements set foi
ASTM Specifications A-615, Grade 40.
Construction
1. All masonry construction shall be done by or undt direct supervision of a mason that is licensed i State of California to do masonry work.
2. All masonry shall be laid true, level, plumb, a accordance with the plans. Masonry units shall bc in running bond and grouted as shown on the plans.
3. Masonry blocks shall be sound, dry, clean, and frec cracks. The blocks shall be stored off the groui protected from rain and moisture. I
4. Wherever cutting may be necessary, the cuts sha neat and true.
5. Mortar joints shall be 3/8 inch thick, straight, and uniform. Joints shall be tooled when the mori partially set but still sufficiently plastic to All tooling shall be done in a manner that compac'
mortar, pressing the excess mortar out of the
rather than dragging it out.
6. If it is necessary to move a block after it has be in place, the block shall be removed from the cleaned, and set in fresh mortar.
I
7. Vertical reinforcing steel shall have a m clearance of 1/4 inch from the masonry and not les one bar diameter between bars. Where spliced, shall lap thirty (30) bar diameters. Vertical
shall be held vertical at the top and bottom.
reinforcing steel shall be inspected in plac
approved by the Project Manager before grouting.
8. All vertical cells are to be filled with grout and have a continuous, unobstructed opening of not les
2" x 3". Grout shall be poured continuously and 1 to insure proper densification. I.
I
I
9. All concrete scum and grout stains shall be rc I immediately.
10. No continuous inspection shall be required.
11. Weep hole wall drains shall be formed by omissi vertical head joints as indicated in the St; Drawings.
12. Concrete footings and reinforcing shall be as shc
13. Matching capping blocks shall be included on all
1.
I
I
I
I
I
I
1.
I
I
1
I
I
I
the Plans and Standard Drawings.
constructed.
Payment for masonry retaining walls shall be at the COI
unit price per square foot and shall be consider(
including all compensation for concrete foot
excavations, steel, backfill, labor, material and equ:
necessary to construct said walls.
18. STREET LIGHTING SYSTEM
Street lighting system materials shall conform to Sc
209 of the Standard Specifications. Attention is di:
to additional Sections 209-2.1 through 209-2.10 i
Standard Special Provisions and these Special Provii
Installation of street lighting system shall confo
Section 307 of the Standard Specifications. Attentj directed to additional Sections 307-1.3 through 307-8 ( Standard Special Provisions and these Special Provisioi
The Contractor's particular attention is directed to Sc
307-1 of the Standard Specifications which shall be st' I adhered to.
Anchor Bolts
The first sentence of the first paragraph of Section 2
of the Standard Specifications shall be revised to real
Anchor bolts shall be of a type and size, and ancho
foundations shall be constructed, as shown on Supp
to Regional Standard Drawings Number E-1, at I herein.
Conduit
Section 209-2.3 of the Standard Specifications is amen read:
I.
I
I
I
I
I
I
1
I
I.
I
i
I
I
I
I
Acceptable materials are U. L. approved galvanized .steel and U.L. approved heavy wall polyvinyl chl (P.V.C. Sch. 40). All conduits shall be of a si shown on the plans, but in no event shall conduit be
than one-inch inside diameter.
Wire (Conductors 1
The first sentence of the first paragraph of Section 2C of the Standard Specifications shall be revised to read
Circuit conductor runs to lights shall be soli stranded copper wire, No. 8 AWG minimum.
1.
Concrete Lisht Standards
The second sentence of the first paragraph of Section
2.5.1. of the Standard Specifications shall be revis
read:
They shall be round, black and white marble aggrega
burial type Poles will not be accePted.
natural exposed aggregate, anchor base type. 1
Section 209-2.5.1. of the Standard Specifications sha supplemented to include the following:
Light standard handhole cover plat securing bolts
be stainless steel. Securing bolts made of brass,
steel, cadium coated or galvanized steel will n allowed.
Pole height shall be 26 feet 6 inches as require
Supplement to Regional Standard Drawing Number 1 attached herein.
Luminaire
Section 209-2.5.6. of the Standard Specifications sha supplemented to include the following:
Street lighting luminaries shall be a horizontal bul
G.E. M-250A cutoff or ITT series 13, or equivalent for lOOW high pressure sodium (9,5000 lumen 01 lamps. Glare shields will not be allowed.
Luminaire mounting height shall be 30 feet above fii
surface of pole foundation per Supplement to Re( Standard Drawing Number E-1 attached herein.
I
I.
I
I
I
I
I
B
1
I.
1
I
II
I
I
I
I
I
Street lighting luminaires shall be completely ass€ and furnished with a lamp and a photoelectric cc unit. It shall be cutoff type of standard makt manufactured by a manufacturer of recognized exper and ability, who is now regularly engaged in
manufacture of street lighting luminaires. The lumi
shall be die cast aluminum and furnished with an OF
assembly removable without the use of special tools.
Leveling and clamping of the luminaire to the mas pipe shall be accomplished by tightening mounting
which are externally or internally access
Provisions shall be made to check leveling of the
Luminaires shall include an integral twistlock
receptacle for photoelectric cell control in accor
with the latest EEI-NEMA standards, and photoelc
control unit. The receptacle shall be prewired t terminal board. The luminaire power unit assembly consist of an integral ballast, starter b
capacitors, and a heavy duty terminal block, anc
power unit assembly shall be mounted on a sey
component of the luminaire to facilitate replacement
The luminaire optical assembly shall provide true r degree cutoff that does not allow any light to E above the horizontal and shall consist of a die aluminum lens holder, and Alzak processed or equi\ aluminum reflector, a heat and impact resistant flat glass lens, and a porcelain enclosed mogul mu1 screw socket with lamp grips. The socket SL
assembly shall be adjustable to provide variations j
light distribution and shall be factory pre-sE product a medium or long cut-off Type 111 distribt the optical assembly shall be sealed with a resisting gasket, and also filtered to prevent light
from gaseous and particulate material infiltration.
optical assembly door hinge shall be designed so when the door is opened, the hinge pins shall prever door from swinging free of the pins. The luminaire be constructed and installed in such a manner to pi the required lighting distribution with the lower ec
the luminaire's housing below the entire light sourc
all glassware. External shielding added to the lumj to accomplish the function shall not be acceptable.
The fifth paragraph of Section 209-2.6 of the St? Specifications shall be revised to read:
I.
I
3
I.
1
E
I
I
I
1
1
I.
1 400 851 24,000 50,000 .90
I
1
1
1
I
I
1
The net weight of the luminaire, including ballast its projected area shall be no greater than following:
HPS Lamp Size Weight Prsj ected
(Watts) (lbs.) JSauare
I.
100, 150 &I 250 50 2.0
400 55 2.5
700 75 2.8
1,000 76 3.0
Section 209-2.6 of the Standard Specifications shal
supplemented with the following:
High pressure sodium vapor lamps shall have a clear bulb and be suitable for use in street lig applications. The lamp shall be designed to opera any position.
High pressure sodium vapor lamps shall comply wit I following minimum performance requirements.
ANSI Light OUtF
Lamp Size Ballast Rated Ave. Initial Factor (Watts) Code Life Lumens (A) Mean(B1 Pe
100 854 24,000 9,500 .90
150 855 24,000 16,000 .90
250 850 24,000 30,000 .90
(A) Initial lumen ratings based on 100 hour photometry readi
(B) Mean light output factor is taken at 1/2 rated lamp life
(C) Lumen Output at end of rated life.
High pressure sodium vapor lamps shall be able to
eighty percent (80%) of light output within fou:
minutes and to restrike within one (1) minute aft outage due to power interruption or voltage drop a lamp socket.
The base of the lamp shall have a device that will the installer to indicate the month and yea
installation.
Section 209-2.7 of the Standard Specifications sha:
supplemented with the following:
I.
I
I
I
I
I
1
I
I
I.
I
t
I
I
1
1
I
Mast arm length shall be eight (8) feet and shall pr a one-foot minimum overhang past the curb face.
Ballast
Section 209-2.10 of the Standard Specifications sha.
supplemented with the following:
Ballast shall be suitable for use on mu1 distribution circuits with 60H2, 120 and 240 vc rating .
Each ballast system shall have an auxiliary ste
circuit capable of supplying the pulse characterj
listed below. The starting aid shall be rc
accessible and easily replaced in the field. St?
aids must be compatible with core and coil of the rating without need for adjustment. Starting aids
be suitable for continuous operations for a minim
three (3) months in the event of lamp failure wj
loss of life of ballast damage.
I.
Photoelectric Control Unit
The photoelectric control unit shall consist photoelectric cell in a weatherproof housing which into an EEI-NEMA twist lock receptacle integral wit luminaire.
The photoelectric control unit shall provide an outp response to changing light levels. The response level remain stable throughout the life of the control unit.
The control unit shall contain a cadium-su photoelectric cell suitable for operation with 120V or
line supply as noted on the plans. The unit shall h
rated load capacity of 1,000 volt - amperes minimum, P normal power consumption of not more than 100 watts. control unit shall also have surge protection to pi damage from sudden voltage surges.
The control unit shall have a ttTurn-Onll level betwee
(1) and five (5) foot-candles. The I'Turn-Ontt level shz
between one and one-half (1-1/2) and five (5) time ItTurn-Ontt level.
The photocell shall be properly oriented with the phol
window facing north.
1
I.
1
1
111
I
I
i
4
1.
Fuses
Fuses shall be slow blow 13/32 x 1-1/2" in-line 10 The fuse shall be installed in the hot leg of the 1iC conductor. The circuit shall be fused in the base o
pole and not in the pull box.
Fuseholders
Fuseholders shall be completely waterproof, shall gri fuse in load side section when fuseholder is opened, bc to take a 13/32 x 1-1/2" fuse, with crimp type ti terminals of a size able to take the size of cable i
particular street light.
Wire and Conduit Run to Service Point
Service conductor runs to feed point shall be sol stranded copper wire, No. 8 AWG minimum.
The Contractor shall be responsible to coordinate c:
with the utility company regarding the specific circuil connection procedures for each individual service local
I.
I Payment
Payment for street lighting system shall be at the COI
unit price per street light and shall include
compensation for coordination with SDG&E necessai
provide an operational system complete in place inc: sawcutting, removal and repair of existing A.C. or COI improvement disturbed in the construction of conduit, I foundations, etc.
1
I
I
I
1
I 19. JOB SIGNS
The Contractor shall furnish and install within ten calendar days of issuance of Notice to Proceed, two (; signs at locations on the site as directed by the P: Manager. The sign shall be four (4) feet high by eigl
feet wide constructed on 3/4 inch exterior plywood wil
4 redwood posts on each end. When installed, the bot1 the sign shall be five (5) feet above the ground ar posts shall extend a minimum of 2.5 feet into the grow
The sign shall be professionally painted and lettered
sign message shall be communicated by Project Manaq
Contractor prior to work commencement.
The exact layout of the sign shall be coordinated wii Project Manager. The City will provide City seals fc Contractor's use in preparing these signs. 1
1.
I
m
Lettering shall be a minimum of four (4) inches high, (Gothic) style, painted black on a white background.
At the completion of the project, the signs wil delivered to the Project Manager's designated storage a
Payment for the job signs shall be at the contract
price per each which shall be full compensation
preparing, installing, maintaining, removing and deliv
signs to designated storage area.
'F
1
I
1
1
I
I
1.
1
I
4
I
1
1
II
I.
E
. 1
I
li
I
I
N
I
I
I
I
I
I
1
E
I
s
1.
I.
TYPE II WALL TYPE I WALL
Horizontal Stal (see nom 2)
Reinforcing steal "R"
WALL TYPE 'T'
A Type I 6" Width
8. Type I 8" Width C. Type II (Nota 1.)
1. B 3 Ban 4 24" oic 2. # 4 Oan @ 32" oic 3. # 3 Ban @ 16" oic
4. I 4 Ban @ 24" oic 5. # 4 Ban @ 16" olc
6. # 5 Ban @ 16" oh
Width x Depth
REINFORCING STEEL "R"
KEY SIZE 'X"
0. 6" x 6" E. 8" x 8"
F. 12"x 12"
G. 12" x 18" N. None Required
12" min. conuate depth. 12" min. into natural ground or approved compacted fill.
12" min. concrete depth.
12" min. into natural grc
or approved compacted fi
NOTES:
1.
2.
3.
When wall Type II is required, the first four courses of block, regardless of wall height, shall consist
of 12" wide masonry units. Horizontal Steel - Two # 3 bars shall be placed longitudinally in the footing as shown. One # 3 bar
or ladder mesh shall be placed longitudinally in the mortar joint every 16 inches as the blocks are laid See Standard Drawing C-7 for additional requirements.
Revision E
New Des. 5 RECDMMENOEO IY TnE SAW DIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANOAROS COMMITTEE
MASONRY RETAINING WALL
(SLOPING BACKFILL)
&g,&&/ &Z./T7S M
Euwhutni R r t 19807 Qarr .TYPE I & TYPE II D RAW I N G
n NUMBER c-2
Arm Length 8' max
Curb Overhang 1' min
Hand hole to face meet
Undisturbed Earth
minimum relative
560 - C - 3250 P.C.C. Anchor base
square or round, add 1' to each dimension for loose soil or soft day conditions.
2' - 6" - c
DIRECT BURIAL ANCHOR BASE FOUNDA' FOUNDATlON Finished Grade
Anchor bolts must
hook, galvanized. Use two levelin nuts with washers (all gaiv.) on
each bolt
I
: Q
1
I 9
DRAWING E-1 I1
1. c
+I W"
1 i
1
m
I
I
I
I
I.
I
I
I
1.
I
I
li
I
C.
*.
a.
STEEL CONDUIT NON-METALLIC CONDUI’I
DIRECT BURIAL FOUNDATION
Attach ground wire ..
1/2” Rigid steel Conduit
STEEL CONDUIT NON-METALLIC CONDUl1
ANCHOR BASE FOUNDATION
Anchor ROI @ U4-x 8’ copper covered steel ground rod.
@ Alternate Ground: 15’ no. 4 bare stranded
@ Approved non-metallic conduit.
@ Steel conduit, DETAIL A
copper wire, coiled.
-
RECOYYENOEO I* THE SAM MGO REEIOMAL STANOAROS COYYlnEE
- -
I
1
t
1
i
NOTES
11. USE STEELCOVER WHEN SUBJI
TRAFFIC LOADS.
2). PULL BOX COVER SHALL BE ?dl "STREET LIGHTING 'I WHERE WL CONTAINS STREET LIGHTING CC ONLY. UHIGH VOLTAGE I' SHALl WHERE VOLTAGe IS MOVE 600 * TOP DIMENSION 3) THE L AND W DIMIEHSIOMSOJ SEAT SHALL BE I/6" GREATER
COVER DIMENSIONS.
4). COMPACT EARTH UNDER AND 4
BULL BOX
1
'a& CITY ENGlNEEl PULL BOX FOR TRAFFIC SIGNAL AND SlREET LIGHTING SUPFgEMEl
STANDARD
B
I
I
I
li
I
I
I
1
I
I
1
il
F
1.
I
I
I.
1-
2" Weakened Plane Joint
b3 .g
f 0 ips
- %,
0 c 1 112" excel shown indicz
I .a
.?j
c . - . .. . .:. .t r. ..
k RR7 r.
-. L 1 /2"
K]
- **.:* ,--,- ---
.. -: **: . - *. .??. .. .. e.+ e. -.
..
.*..-* . . . .b
- W
TYPE G & H CURB
AREA TYPE * sa. FT.
with 6" Curb Face
NOTES:
1. Concrem shall be 52O.C-2500.
2 Sea Standard Drawing G-10 for joint details
LEGEND ON PL
-
ANOAROS COMMITTEE
- CURB AND GUTTER - COMBINED -
TYPE
A
8
C-6"
C-8"
C-9"
D
ALL TYPES-SIDE VIEW
TONS/LIN. FT.
0.0250
0.0375
0.0375
0.0583
0.0702
0.0062
- 114" per ft
Weakened Plane Joint
I I I I ------, -------- -_______
NON-CONTIGUOUS
Width as shown on plan
Weakened Plane Joint
----- -- - - - J
CONTIGUOUS
NOTES
1. Concrete shall be 520-C-2500.
2 Sea Standard Drawing 6-10 for joint details LEGENO ON PLANS
la./57?&f &2../9
taord~naror R C.E :3807 O,lr
0 RAW1 NG SIDEWALK - TYPICAL SECTiONS
NUMBER G-7
Varies *
Back of sidewalk Back of sidewlka
Top View
- 6"x 6" post typ.
CONTINUOUS BARRICADE
c
Location dimension
Front View
SEPARATE BARRICADE
1. IPosts to be structural grade redwood or pressure treated (with wood preservative) Douglas Rr, surfaced four sides; cruss pieces to be 2"x 8" select grade Douglas Fir, surfaced four sides. 2. All exposad portions of barricades shall be painted with two coats of white exterior enamel
over prime coat.
3. Connections shall be made with 3/8"x 6" galvanized lag screw with one (1) washer each.
Reflector sign fastenen to be 3/8"x 1K" galvanized lag screws.
4. Reflector signs - California Type N. Size 18"x 18" - Yellow with nine (9) - 3%'' reflecton ( center mount 1.
a. Reflectors shall be red for us8 on dead end streets, in all other cases they shall be yellow.
b. Sign material shall be aluminum alloy 6061-T6 or 5052.H38, aluminum thickness 0.063 inches.
GUARD POST
LEGEND ON PLANS
449 Barricade Guard post Reflector material shall be plastic or other approved reflectorized material.
5. !Six foot long hat section metal post per Caltrans Std. Plan A74-A optional for guard post.
fz&.Adh%& &&./
bwdlrum RCE 19807 7
GUARD POST AND BARRICADE
I
~~- ~~ 4
I
I
I
1:
I
I 3
I
1.
I
I
I
II:
c
RISER RING
Goour around b
1.
opo surface of grout ped ro drain away
om cover, and to meet existing grade. Brick ;upport all around
on 2" sand bast PLAN-IN UNPAVED AREA
TYPICAL MONUMENT SECT1
IN PAVED AREA r and frame to bo cart integrally with pip0 box.
ument ham may he casl in plau or pncmt.
and taper expond upper 6" of cast in place bsra to o top dlarnercr 31 5". (Precalt bare shall bc sand
ment mrkor shall be a domod brm, 3" in durmtor.
- E e u
umnt Loation:
of major stmt, (so dotail at right). If noithor anterline can be occupied, twu monuments will bo sat
in lino around tho front on rho porimeter of a 10-foot diameter circlo, whoso mter is rhe point.
Sat on wnterlino at intorvalx not exceeding 1000 foot on straight runs.
Set on antorlinr I! points of curvature.
Set on antet at ranter points of eubde-sa.
Set on antertinr rrhrn ranter point of ecrl40.g~ it offset from anttrline.
Tho= mndards mty bo modifiod at the discretion of the bncy in cams rvtroro arid compliance there-
with results in mora monuments than it considers nocmary. Tho following tochniquo lor roducing the
number of rnonumnts will bo routine.
Substitution of one monument on the "Point of Intersaction" for monuments at tho "Beginning of
Cum" end the "Ending of CUM'' when the "Point of Intorsection" falls within tho pavement ana.
Oelotion of any monumrnt othsrwirr required by them standards vrhon its potirion can be dotorminod
by turning ono ongh from a point on a rtmight line batmen two othor monumnt: providing such point
b nor mor0 than 300 foot from rho point on which tho drlotrd monument would haw been plseod.
Alt8rMte lomti
?io distances rh
division map if,
is umd.
LOCATION
SURVEY R
n
I*
I
M
II STREET SURVEY MONUMENT
I 5. 1rrsffic ~snu.l MAR KINGS.
am
Figure 8-1
CENTERCINES - 2 LANE HtGHWAYS I
I
1
I
I
I
I
lo
1 I
I
I
I
I
I
I
POLICY
F
LlETAlL 2 48'
7( I a!; I Chntsrflno p8tt6m with p~v 0 lor uw on twelans streets a 1 6g'f 7' I7I I1 0 0
a*
LEGENO
l~ 8" Yollow
c Olmctjonr, of tmsl
0 TweWay WJow RefldV@ Matkot (Type D)
N0rMolkct)n Yollor -0'
I. -
II .
8
‘rmffic Manuel MARKINGS
Fig~tg 6-9
II I
B
l
I
I
1 m
I
1.
I
1
I
I
II
I
I
MISCELLANEOUS MARKINGS * I@
DETAIL 38 (Chsnnslttlng Une)
(8” Whb U~W 8 0 m 1 Typical channellrlng Olne for UB(
or Rlght-turn lema on ntmets e
(see Sectlon M2.213)).
“7
24’ I 24’ I
Rvarghfrn - I
LEGEND
..+ Dlmtton ot Tmvel
C1 OnaWay Clear Reflectbe Marker
I@
MARKER DETAILS - - +I +I - F
TYPE G
REFLECTIVE SURFACE -
-
I
ULUL: MUWKCH c-wnT STlMSQNlTE LJ FEU TE
ADHESIVE 2 PART EPOXY TYPE A % 8
DETAIL A
MAR KEF3 ---_------- 0
cu R$.----------
DETAIL B
CENTERL I NE -
REQUIRED LOCATIONS FOR FIRE HYDRANT MARKERS
NOTES
I). MARKERS MUST BE INSTALLED AT ALL NEW AND RELOCATED HYORANfS AND WITHIN ALL RLSURPAClN6 PROJECTS.
2). FIRE DEPARTMENT WILL PROVIDE LOCATION(S) FOR ALL MARKERS IN PRD'S, COMMERCIAL LOTS AND ALLOTHER AREASOUTSIDE OF PUBLIC RIGHTOF WAY.
3). MARKERS: SHALL BE BLUE 2-WAY STlMSONlTE LIFELITE 88AB OR EQUAL.
4). ADHESIVE: AN AMPLE AMOUNT OF TWO PART (A 8 6) EPOXY OR EQUAL.
5). SURFACES: CLEAM AND DRY PRIOR To INSTALLATlOH PER MANUFACTURER'S
(I). INSTALL MARKERS WITH REFLECTIVE SURFAC&S FACING ONCOMING VEHICLES
RECOMMENDATIONS.
AND OFFSET 2"FROM LANE LINES. FOR STREETS WITHOUT LANE LINES OR
STREETS WITH RAISED PAVEMENT MARKERS AN0 NO PAINTED LAN€ LINES, 1NSTAU
MARKERS ON CENTERLINE OR IN LINE WITH EXISTING MARKERS.
CITY OF CARLS8AO ~~~ - JPL 'PROVED DA?E
CITY ENGINEER
. FIRE HYDRANT MARKERS SUREMENTAL
STANDARD Ncl
May 8, 1990
Dal ey Corporat i on P.O. Box 20188 San Diego, CA 92120
Re: Release of Bond - Contract No. 3216
Per instructions from our Municipal Projects Department we are hereby rele; the remaining 25% of the following bond:
Performance Security - No. 11126988697 American Insurance Company
($37,424.60 remaining)
The bond is enclosed so that you may return it to your surety.
Park and Marina Drive Intersection Improvements
' #&&gi@ ssistant City C erk
K RK/ wy s
Enc.
_-___- -
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (61 9) 434-28
0 0
APRIL 23, 1990
TO : KAREN KLJNDTZ, DEPUTY CITY CEERK
FROM: JOHN CAHILL, MUNICIPAL PROJECTS MANAGER
caw J-27L6 I?ARK & MARINA IMPROVEMENTS - '#'c'y @el-
With reference to your memo of April 17, 1990, the Park & Mari
1:mprov ent Warranty Bond can be released. gL
JOH J. CAHILL
PIUNICI PAL PROJECTS MANAGER
c:: Job File
r
WITE IT - DON’T SAY @!
”
Date yA
1-0 --- L.*-
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
a Reply Wanted
-
Re: Bond Release - k+3J/d -
Our records indicate that the 4!r9,, uw bond for the
above-referenced subdivisionlproject is eligible fdrelease.
your written authorizationlapproval for release.
the status, and if release is 0.k.
/ J We need
Please let me know
&‘A. Z*T d Thanks ,
YL L
PR AlGNER FORM NO 55032
r 3
i _.
1 I i
I
._ -J
8
#
0 e
1200 ELM AVENUE TELE
CARL.SBAD, CALIFORNIA 92008 (619) 1
Office of the City Clerk
QitQ af Marlfibail
October 23, 1989
Daley Corporation
P,,O. Box 20188
San Diego, CA 92120
Re: Contract No. 3216 - Park and Marina Drive Intersection Improver
Per instructions from our Municipal Projects Department, we are here
releasing the following bond:
Labor & Materials Bond No. 11126988697
The American Insurance Company
$74,849.20
The bond is enclosed so that you return it to your surety.
2&& Deputy City Clerk
Eiic .
WITE IT- DON'T SAY e *
> u 22-
I - Date
To a Reply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
I- C 4
Re: Bond Release -
Our records indicate that th h& bond for the
above-referenced subdi eligible for release. We need
your written authorization/approval for release.
the status, and if release is 0.k.
-,@2 +*
Please let me know
Thanks , tQ CLE[+pg U'kJ kt?. *x [ r <- *qJS p f TL
L
PRlh AIGNER FORM NO 55032
7 r
I
, 1
i .J
8
WaTE IT- DON’T SAY It$
/h&&&&- a&
Y - Date
I
To BReply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
7
Re: Bond Release -
Our records indicate that th bond for the
above-referenced subdi eligible for release. We need
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
Thanks,
A+
i
AIGNER FORM NO. 55032 PRlF
3 r
1
I L . ..J
I
e 0
1200 ELM AVENUE TEI CAFl LS BAD, CALI FO R N IA 92008 (619
Office of the City Clerk MitQ of Marlsbatb
May 8, 1989
Daley Corporation
P.O. Box 20188
San Diego, CA 92120
Re: Project No. 3216 - Park Dr. Assessment District and Park Dr.
Marina Dr. Intersection Improvements
The Notice of Completion for the above referenced project has recorc
Therefore, we are hereby releasing 75% of the Performance Bond. P11
consider this letter as your notification that $112,273.80 of The
American Insurance Company Performance Bond No. 11126988697 is here1
released. We are required to retain the remainder 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 $74,849.20, will be el-
for release six months from the date of recordation of the Notice 0.
Completion, on September 16, 1989.
A copy of the Notice of Completion is enclosed for your records.
c- &T& eputy REN R. City Clerk
Enc .
* "' - $4 * I City Clerk
~ Carlsbatf, CA 92008
1200 Elm Ave.
NOTICE OF COMPLETION
MUNICIPAL PROJECTS DEPARTMENT
To All Laborers and Material Men and to Every Other PE
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 26, 1989,
engineering project consisting of the construction
improvements to Park and Marina Drives and the remainder of
Park Drive 1911 Act Assessment District on which C
Corporation was the contractor, and The American Insur
Company was the surety, was completed.
VERIFICATION OF CITY CLERK
I the undersigned, say:
I am the City Clerk of the City of Carlsbad; the
Council of said City on March 7, 1989 accepted the a
described work as completed and ordered that a Notice
Completion be filed.
I declare under penalty of perjury that the foregoinc
Executed on .ha.& 13 , 1989 at Carlsbad, California.
true and correct.
CITY OF CARLSBAD
City -uy Clerk
W m LC, j 2, ,, ”.‘;: ,: ./I;,.,.,*
i i.
.IC e e
1’ Y
1200 ELM AVENUE TE
CARLSBAD, CALIFORNIA 92008 (61:
Office of the City Clerk Mitg Df anrlstmab
March 14, 1989
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation is the following described document:
Notice of Completion - Municipal Projects
Park and Marina Drive Improvements;
Park Drive Assessment District Improvements
Daley Corporation, Contractor
Notice of Completion - Parks & Recreation
Resurfacing, Sealing and Striping of
Tennis Basketball Courts at Valley Jr. High
and La Costa Canyon Park
East-South Resurface and Striping Co.,
Contractor
Our staff has determined that the recordation of these documents
is of benefit to the City; therefore, it is requested that the
fees be waived.
Thank you for your assistance in this matter.
$i2ik5g eputy City Clerk
Encs.
@ @ LIKY LlerK 1200,Elm Ave.
* $a;lsbad, CA 92008
NOTICE OF COMPLETION
MUNICIPAL PROJECTS DEPARTMENT
To All Laborers and Material Men and to Every Other I Interested:
YOU WILL PLEASE TAKE NOTICE that on January 26, 1989
engineering project consisting of the constructio
improvements to Park and Marina Drives and the remainder c
Park Drive 1911 Act Assessment District on which
Corporation was the contractor, and The American Inst
Company was the surety, was completed.
VERIFICATION OF CITY CLERK
I the undersigned, say:
I am the City Clerk of the City of Carlsbad; the
Council of said City on March 7, 1989 accepted the
described work as completed and ordered that a Notic
Completion be filed.
I declare under penalty of perjury that the foregoi.
Executed on hL& /3
true and correct.
, 1989 at Carlsbad, California.
CITY OF CARLSBAD LztGzLbkR- City Clerk