HomeMy WebLinkAboutDaley Corporation; 1989-10-27; 3315N6 2 3 1989. r - *
August 22, 1989
ADDENDUM NO. i
PROJECT: IMPROVEMENTS TO RANCHO SANTA FE ROAD
PROJECT NO. 3315
Please include the attached as part of the Contract.
This addendum, receipt acknowledged, must be attached to Propos
Form when bid is submitted. . :F- A&rA
Rut Fletcher
HASING OFFICER
I ACKNOWLEDGE RECEPPT OF ADDENDUM NO. i
x?+?+$
Bidder's Signature
% b
*
1200 Carlsbad Village Drive Carlsbad, California 92008-1 989 (61 9) 434-2
-
Y
- City of Carlsbad *
NOTICE TO BIDDERS
INTERIM ROADWAY IMPROVEMENTS TO RANCHO SANTA FE ROAD
PROJECT NO. 3315
August 22, 1989
Addendum No. 1, dated August 22, 1989, contains information t must be submitted at bid time to make a complete bid package.
Unit prices and Totals must be listed on pages 4 and 5 of
Project Specifications for the Base Bid and on pages 1 and 2
Addendum No. 1 for Bid Alternate No. 1. Bidding of both the E
Bid and Bid Alternate No. 1 is necessary to be considered a
complete bid package.
0
j&4@& d 67km-L
KENNETH W. QUON PROJECT MANAGER
\
0
- 2075 Las Paimas Drive- Carlsbad, California 92009-4859-(619) 438-1 16’
b
- e
INTERIM ROADWAY IMPROVEMENTS TO RANCHO SANTA FE ROAD
PROJECT NO. 3315
ADDENDUM NO. 1
SPECIFICATIONS
Page 5: Replace BID ALTERNATE NO. 1 with the following:
BID ALTERNATE NO. 1:
The scope of work and approximate quantities and units as list
above and as set forth in the project plans and specificatic
remain unchanged for Items Nos. 1 - 21. For this Bid Alternat
these items shall be designated as Item Nos. 1A - 21
respectively.
Item No. 22 - Traffic Control, Construction Signing and Marking replaced by Item No. 22A - Traffic Detour Plan, per Sheet No.
of the Plans.
The Rancho Santa Fe Road Truck Bypass shall remain open northbound truck traffic throughout the duration of t
construction period.
Item Unit Price or Lump Sum Quantity Unit
a
Item Description with Approximate
No. Price Written in Words and Unit Price Tot
\5c: 00 - 1A Clearing and Grubbing Lump Sum \500.4
2A Unclassified Excavation 6,134 CY \a9 7%
3A Unclassified Fill 2,862 CY \.o! 2.).
4A Aggregate Base 3,650 TN JO9 3b4
5A Asphalt Concrete 3,970 TN y39 \\Q
\
e
-
2075 Las Palmas Drive- Carlsbad. California 92009-4859-(619) 438-1 161
r,
Page 2 of Addendum No. 1
Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price - To
Item Description with Approximate 0
6A A.C. Berm 5,060 LF l!=9 5Q -
7A Type F Catch Basin 1 EA XXa a
8A Type A Inlet 2 EA \3Q& a
9A Type A Headwall 2 EA 5ao.' \x
1 OA Inlet Apron 1 EA \oa;s:9 's
11A RIP RAP Energy Dissipater 2 EA \XY8 ai!
12A Type A Brow Ditch 200 LF \b?P 33
13A Conc Wvt Ditch 110 LF \LP? \T
14A 18" RCP-2000D 54 LF -I%?? *
15A 24" RCP-2000D 110 LF 7bPS 5g
?iQ
18A Hydroseed Slopes Lump Sum -9 5s
2 OA Flashing Sign Board 1 EA 5-9 L %
2 1A Project Signs 2 EA $508 \b
22A Traffic Detour Lump Sum \a-Q5 \,
Total amount of Bid Alternate No. 1 in words&=% %t&),gt~ \
T*-+*, \huw& :F; 4 2. A@&€Ai *\ \.acJh\\c&.s
6,
16A Flashing Beacon Lump Sum \t%p8 \$
2 EA -47 0 17A Adjust Manholes
19A Striping, Signing and 9 Reflectorized Markers Lump Sum \\p= YK t
-
- -
Total amount of\Bid Alternate No. 1 in numbers: *3\5,5ba."3 -
The selection and awarding of Bid Alternate No. 1 will
considered after all bids have been received and reviewed and w
be determined at the sole discretion of the Carlsbad City Counc
i'i
i; 1 /J ,y/ @$ ./ 0
&4U fi /dJ/o "' &J qi/
k- / :b* I A * p- i
i
Page 3 of Addendum No. 1
Page 38: CALTRANS Section 25.102A Page 25-1 is changed to CALTRF Section 26.102B, Page 26-1. 0
Page 45: 302-5 ASPHALT CONCRETE PAVEMENT
Delete Paragraph 7: First paragraph, change 1/8 inck
(3mm) to 1/4 inch (6mm).
Page 47: Add the following section to Section 307:
307-2.5 POINT OF CONNECTION
Point of Connection for flashing beacon shall be SDC Transformer No. 752-338 located at the southwest cor1 of Rancho Santa Fe Road and Cadmicia Street. Contract is to install 3" underground conduit from transformer flashing beacon, provide a meter pedestal and an approT
meter box, and provide wiring from the meter to 1 flashing beacon. The meter shall be located 100' no] of the transformer. Contractor is responsible :
contacting SDGtE for all inspections, wire pulling, i
meter sets. Cost for all materials and labor are to
included in the bid price for the Flashing Beacon and
separate payment will be made.
Add the following sections: Page 49:
MONUMENTS
Centerline monuments shall be installed at the P.I. of all curl if found within the paved roadway (otherwise at the E.C. and B.C at the centerline intersection of all streets and at the rad. point of all cul-de-sacs. A 5.0 foot offset may be used to avc conflicts with access covers. Contractor is to furnish < materials for this item of work.
Installation of monuments shall include setting, punchii recording of monuments and delivery to the City one copy of s.
recording. Cost of this item shall be included within appropril
items of proposal and no separate payment will be made.
PIPE JACKING
0
Costs for Pipe Jacking shall be included in the bid price
Traffic Controh Construction Signing and Marking and no separ payment will be made.
0
i
Page 4 of Addendum No. 1
TRAFFIC DETOUR - BID ALTERNATE NO. 1
The Rancho Santa Fe Road Truck Bypass shall remain open
northbound truck traffic throughout the duration of t
construction period.
Costs for traffic control, interim paving or other measures
accomodate truck traffic shall be included in the bid price f
Traffic Detour.
PLANS
0
No additional compensation will be allowed.
Sheet 1: Grading Notes, Paragraph 5.
Change the first sentence to read: Import material sh?
be obtained from and waste material shall be deposit
at a site to be located by the Contractor.
Sheet 1: Grading Notes, Paragraph 7.
Change the last sentence to read: All stones, roots,
other debris shall be removed and disposed of at
appropriate site to be located by the Contractor.
Sheet 1: Street Notes, Paragraph 2
Change to Read:
Storm drain pipe shall be reinforced concrete pipe wi
a minimum D-load of 2000.
e
Sheet 2: llV1' Ditch Detail
Change llV1l Ditch detail to rounded Brow Ditch, Type per San Diego Regional Standard Drawing D-75. Top wid
to be 36 inches. Concrete shall be 3" 470-C-25 concrete or 3': 2500 psi, air piaced csncreta with IC
10 WWF.
Sheet 13: Traffic Detour Plan
Barricade detail A to be located north of the entrar to the Rancho Santa Fe Road Truck Bypass per attact drawhg A-2. C5(LT) to be changed to C2.
Barricade detail C per attached drawing A-1 to
installed and located per attached drawing A-2.
Add 4' X 5' sign at northeast corner of La Costa Aver and Ranch Santa Fe Road for westbound traffic on La Cos
Avenue. See attached drawing A-2. a
a m
,.
.A.
&
I; * 1 'I
ill
I,' 'I
11 i
w n a 0
I- O z
T-
Q,
I
I ITEM - E
Em
1
1
B
I
R
I
TABIX OF CONTENTS
NOTICE INVITING BIDS
PROPOSAL
BIDDER'S BOND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE
NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
CONTRACT
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS'
COMPENSATION RESPONSIBILITY
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986
CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF 1 AFFIRMATIVE ACTION PROGRAM
LABOR AND MATERIALS BOND
PERFORMANCE BOND
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU
i@
OF RETENTION E
1
1
1
I
I
4
8
RELEASE FORM
SPECIAL PROVISIONS
6 1
I
1
s,
1
I
1
1
1
1
I
1
I
I
I
b
R
CITY OF CARISBAD, CALIFORNIA I NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purcha:
Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, UI
4:OO P.M. on the 29th day of August, 1989, at which time 1
will be opened and read for performing the work as follows:
CONTRACT NO. 3315 INTERIM ROADWAY IMPROVEMENTS TO RANCHO SANTA FE ROAD
The work shall be performed in strict conformity with specifications therefor as approved by the City Council of
City of Carlsbad on file with the City Clerk. The specificat for the work shall consist of the latest edition of the Stant
Specifications of Public Works Construction, hereina
designated as SSPWC, as issued by the Southern Chapters of
American Public Works Association. Reference is hereby mad(
the specifications for full particulars and description of work.
The City of Carlsbad encourages the participation of minority women-owned businesses.
No bid will be received unless it is made on a proposal furnished by the Purchasing Department. Each bid must
accompanied by security in a form and amount required by
The bidder's security of the second and third next lo1
responsive bidders may be withheld until the Contract has '
fully executed. The security submitted by all other unsucces bidders shall be returned to them, or deemed void, within
(10) days after the Contract is awarded. Pursuant to
provisions of law (Public Contract Code Section 223
appropriate securities may be substituted for any obliga
required by this notice or for any monies withheld by the Cit
ensure performance under this Contract. If Contractor elect
use an escrow agent, Section 10263 of the Public Contract
requires monies or securities be deposited with State Treas
or a state or federally chartered bank in California.
The documents which must be completed, properly executed,
notarized are:
1.
li
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 Experien
8
1
E. All bids will be compared on the basis of the Engineer Estimate. The estimated quantities are approximate and ser
solely as a basis for the comparison of bids. The Engineer
Estimate is $350,000.00.
No bid shall be accepted from a Contractor who has not bee
contractor shall state his or her license number an classification in the proposal. The following classification;
are acceptable for this contract: A, C-12
I:€ the Contractor intends to utilize the escrow agreement
included in the contract documents in lieu of the usual 10%
retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may
not be substituted at a later date.
Sets of plans, special provisions, and Contract documents may be
obtained at the Purchasing Department, City Hall, 1200 Elm Avenue
Carlsbad, California, for a non-refundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of
worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code.
Pursuant to Section 1773.2 of the California Labor Code, a
current copy of applicable wage rates is on file in the Office of
the Carlsbad City Clerk. The Contractor to whom the Contract is
awarded shall not pay less than the said specified prevailing
rates of wages to all workers employed by him or her in the
execution of the Contract.
The Prime Contractor shall be responsible to insure compliance
with provisions of Section 1777.5 of the California Labor Code
and Section 4100 et seq. of the Public Contracts Code,
f*Subletting and Subcontracting Fair Practices Act.”
The provisions of Part 7, Chapter 1, of the California Labor Code
commencing with Section 1720 shall apply to the Contract for
work.
A prebid meeting and tour of the project site will not be held.
Bidders are advised to verify the issuance of all addenda and
receipt. thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of
bid.
1 - -
- licensed in accordance with the provisions of State law. Th
1
f
@ - -
- a
1
'I
R
I.
1
1
I
I
1
I
1
8'
I
I
I
1
I
I
4
I
Bonds to secure faithful performance of the work and payment
laborers and materials suppliers each in an amount equal to
hundred percent (100%) and fifty percent (SO%), respectively,
the Contract price will be required for work on this project.
The Contractor shall be required to maintain insurance specified in the contract. Any additional cost of said insura shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, Californ by Resolution No. j"i-,?.-fl adopted on the /,yth day of \TuL~
1989.
I - t,_s, :IC. I 5.b -( )
1. .L&dL .a-
$atel Aletha L. Rautenkranz, City
I
i io CITY OF CARESBAD
CONTRACT NO. 3315 3
> 1 INTERIM ROADWAY IMPROVEMENTS TO RANCHO SANTA FE ROAD
i
PROPOSAL
i
City Council City of Carlsbad 1200 Elm Avenue Carlsbad, California 92008
The undersigned declares he/she has carefully examined the locat the work, read the Notice Inviting Bids, examined the Plar
Specifications, and hereby proposes to furnish all labor, mate
equipment, transportation, and services required to do all the w
i complete Contract No. 3315 in accordance with the Plan, Specifications of the City of Carlsbad, and the Special Provisio that he/she will take in full payment therefor the followin{ prices for each item complete, to wit: ?
I Item Description with Approximate
Item Unit Price or Lump Sum Quantity Unit
No. Price Written in Words and Unit Price T
1 1 Clearing &I Grubbing Lump Sum 20=3? &
\5. os 9%
i.
3 Unclassified Fill 2,862 CY a.9 5,
4 Aggregate Base 3,650 TN \\?? *
5 Asphalt Concrete 3,970 TN 3\.""' \a? -
t 5,060 LF LE+ r,
7 Type F Catch Basin 1 EA zuQ3a
1 \3cZx3.+ 2
9 Type A Headwall 2 EA @&=a+ \;
:L 0 Inlet Apron 1 EA \-.* \
I \aoo.~ 2
:I 2 Type A Brow Ditch 200 LF ?I!&!? 3
yQ.+ \I
:I 4 18" RCP-2000D 54 LF 18QP 4
L5 24" RCP-2000D 110 LF 7- $
16 Flashing Beacon Lump Sum \4m? 7 \r
2 Unclassified Excavation 6,134 CY
6 A.C. Berm
8 Type A Inlet 2 EA
:I 1 RIP RAP Energy Dissipator 2 EA
i :I 3 Conc r8V11 Ditch 110 LF
e
I
\
1
?
/
Item Description with Approximate
:[tern Unit Price or Lump Sum Quantity Unit -- No. Price Written in Words and Unit Price
:L 7
:L 8 Hydroseed Slopes Lump Sum
:I 9 Striping, Signing and Reflectorized Markers Lump Sum
Z! 0 Flashing Sign Board 1 EA
;I 1 Project signs 2 EA
-a It 2 EA Adj us t Manholes AQaOY 6 t---
,
j
i 2! 2 Traffic Control,
Contruction Signing
And Marking Lump Sum
i I
>
Addendum (a) No (s) . is/are included in this proposal.
- BID ALTERNATE NO. 1:
has/have been receiv
9
Item Description with Approximate
Unit Price or Lump Sum Quantity Unit Item
-- No. Price Written in Words and Unit Price
22A Replace Item No. 22,
- T(
(Traffic Control, Construction, Signing and Marking), with Traffic Detour Plan per
Sheet No. 13 of Plans Lump Sum -
Total amount of bid in words:
-
Total amount of bid in numbers:
The selection and awarding of Bid Alternate No. 1 will be consi
after all bids have been received and reviewed and will be deter
ai: the sole discretion of the Carlsbad City Council.
$
f
i
*
1
>
All bids are to be computed on the basis of the given estim
price as submitted by the bidder. In case of a discrep between words and figures, the words shall prevail. In cas an error in the extension of a unit price, the corre extension shall be calculated and the bids will be computec indicated above and compared on the basis of the corre totals. All prices must be in ink or typewritten. Changer corrections may be crossed out and typed or written in with and must be initialed in ink by a person authorized to sign
the Contractor.
The Undersigned has checked carefully all of the above fig
and understands that the City will not be responsible for
error or omissions of the part of the Undersigned in makin5
this bid.
The Undersigned agrees that in case of default in executing
required Contract with necessary bonds and insurance polic
within twenty (20) days from the date of Award of Contract City Council of the City of Carlsbad, the proceeds of chec)
bond accompanying this bids shall become the property of the (
of Carlsbad.
Licensed in accordance with the Statutes of the State
California providing for the registration of Contractors, Lit,
No. +*(E, .
Classification(s) A .
The Undersigned bidder hereby represents as follows:
8 quantities of work, as indicated in this proposal, times the
0
i
I
0
<
J,
1. That no Council member, officer agent, or employe€ the City of Carlsbad is personally interested, dire(
or indirectly, in this Contract, or the compensatiol
be paid hereunder; that no representation, oral 01
writing, of the City Council, its officers, agents,
employees has inducted him/her to enter into 1
Contract, excepting only those contained in this :
of Contract and the papers made a part hereof by
terms; and
2. That this bid is made without connection with
person, firm, or corporation making a bid for the :
-1 work, and is in all respects fair and without collu: or fraud .
Accompanying this proposal is % LU, (Cash, Certified Check, Bond or Cashier's Chc
for ten percent (10%) of the amount bid. 0
i t
w
. personall!
(or proved to me on the basis of satisfactory evidence) to be the persons whl
within instrument as Vice President &@
ACKNOWLEDGMENT-Corp -Pres & Sec -WoIcofIs Form 222CA-Rev 11-83
I i
The Undersigned is aware of the provisions of Section 3700 of California Labor Code which requires every employer to be ins against liability for workers' compensation or to undertake 5 insurance in accordance with the provisions of that code, agrees to comply with such provisions before commencing
performance of the work of this Contract.
The Undersigned is aware of the provisions of the Statr
California Labor Code, Part 7, Chapter 1, Article 2, relatit
j
0 !
i
) the general prevailing rate of wages for each craft or typ
i worker needed to execute the Contract and agrees to comply
its provisions.
DALr( co R P 0 9 AT 1 0 v 283-&\0\ -- L
1 Phone Number Bidder's Name
2-9 - Bcp -
Date 1
i
Date Authorized Signature
S*D . qz\zz> c2w 70L533 Bidder's Address
? :
(Individual, Corporation, Partnership)
List below names of President, Secretary, Treasurer, and Mana
if a corporation; and names of all partners, if a partnershi&
0
/
RALPH T. RICHEY, "X CHAfAiRbdAN, C.E.O. JOHN f-j. p,3J-!!y, fS2ESIpEN-j- / -Ti-Kx$j4s d. >Ji ;!-~~~~, '941cr i-'t :LsIuJLIY i r \'a* ,?j- "- C,T tr\T h r-r
ROBERT A. >&cFiA?~IARA, SECTYIf REAS.
2 (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUS
ATTACHED)
i
(CORPORATE SEAL) i
f
.I
!
STATE OF CALIFORNIA ss
iI COUNTY IIF San Diego
it It
On this 29th day of August , in tt
before me, the undersigned, a Notary Public In and tor said State, pers
, Thomas D. Shaddox
I
WITNESS my hand and official seal
ZCA-Rev 11 83
s-
Stateof CALIFORNIA 01 August 29, 1989 IM
BARBAIZA L. czm3mEx ~of SAN DIE)GO I =-
tk u-&-sig-pd Tw3r-y Rblic, mlly qpEirFd
JACK G. IXPIEN
Pcg FFExrEillyknzlntorrp ** * o * 0 e c o 41 o O o o o o 0 + o o * 99, * 8 0 0 OQ
6 OFFICIAL SEAL * * r 1 ~tomQlthe~isofsati~ev;~~,
00 lARBARA t. GALLAGHER t
+ san bego Countv 4 jYITU~-IN-FA(3T Cpcntk~lfaftkCDtPCgatic
Notary PUUK Caiitornta * Rtncrpd Oftrce 1st : to kx? the m(s) td-~ mfd tk within irstrurent as 8
'8
0 B
e wy Comm Exp MCw 1* 199* i t%in n3iEdr ad 'du-ml~ to tTp tkrt tk Ccx-pZLiQI -A
6)C,PO~eo~~~90~ee~e8~~~~o**~~**~
4
._I
!
_f
i BIDDER'S EWND TO ACCOMPANY PROPOSAL * I
i KNOW ALL PERSONS BY THESE PRESENTS:
i That we, DAhEY CORPORA?-tOfa
Principal, and THE AMERICAN INjURAMCE COMPANY , as Surety held and firmly bound unto the City of Carlsbad, California
an amount as follows: (must be at least ten percent (10%) of
~\~ g40"800\
for which payment will and truly made, we bind ourselves,
heirs, executors and administrators, successors or assi
jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if
proposal of the above-bounden principal for:
i INTERIM ROADWAY IMPROVEMENTS TO RANCHO SANTA FE ROAD, in the of Carlsbad, is accepted by the City Council of said City, an
? the above bounden Principal shall duly enter into and execu Contract including required bonds and insurance policies wi ten (10) days from the date of Award of Contract by the Council of the City of Carlsbad, being duly notified of award, then this obligation shall become null and v
otherwise, it shall be and remain in full force and effect,
the amount specified herein shall be forfeited to the said Ci
In the event any Principal above named executed this bond ar
individual, it is agreed that the death of any such Princ
shall not exonerate the Surety from its obligations under
bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
I
j
I e
day of IrjuGuST , 1989.
Corporate Seal (if Corporation)
i
7HOW D SHADDOX, VtCE PRESIDE#
i i
(NOTARIAL ACKNOWLEDGEMENT OF - (ATTACH ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPA AND SURETY MUST BE ATTACH i ATTORNEY IN FACT)
4
i (CORPORATE SEAL)
W e
i
A-RNEY THE AMERICAN INSURANCE COWANY
3 -OW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and ex laws of the State of New Jersey. and having its principal office in the City and County of San Francisco. California. has made. appointedi. and does by these presents make. constitute and appoint JACK G. LUPIEN, DALE G. HARStP,bJ, SIOUX MUNYON, H. E. HARRIMAN, JR.
and DEBRA J. NIEMEYER
* int 1y %I .?yegal 12 b tn~e aid lawful Attorncy(Qin-Fact. with full &%er an au on y ere y co erred in its name. place and stead. to execute. seal. ac ------- -- ------ -- &liver any and all bonds. undertakings. recognizances or other written obligations in the nature thereof
ad to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. sealed with the corpc Corporation and du y attested by its Secretary. hereby ratifying and confirming all that the said Aftorneybf-in-Fact may do in the prer
This power of attorney is granted pursuant to Anicle VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPA farce and effect.
"'Aftkle VIII. Appointment and AuBorityAsoisr.at secremies. and Atforney-in-Fact and Agents to accept Legal Process and Make Appeara
Seaion 30. Appinfmcnt. The Chairman of the Board of IDirectors, the President. any Vice-President or any other person authorized
Directors. the Chairman of the Board of Directors. the President or any Vice-President. may, from time to time. appoint Resident Assi
.od Anonaeys-in-Fact 10 represent and act for and OD behalf of the Corporation and Agents to accept legal process and make appeara
Wf of the Corporation.
. Senion 31. Aurborily. The Authority of such Resident Assistant Secretaries. Attorneys-in-Fact. and Agents shall be as prescribed ir
evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of
MY~~~SOZI empowered to make such appointment."
This power of attorney is signed and scaled under and by the authority of the following Resolution adopted by the Board of Dir AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966, and said Resolutio amended or repealed:
"'RESOLVED. that the signature of any Vice-Resident. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate relat fassimilc. and any power of attorney, any revocation of any power of attorney. or certificate bearing such facsimile signature or facsimi4 vdid and binding upon tk Corporation."
IN WIMESS WHEREOF. THE AMERICAN 1NSURANCE COMPANY has caused these presents to be signed by its Vice-Presiden'
85 and itscoqoorate seal to be hereunto affixed this.28th day of May 19- .
NSURANCE COMPANY
e( BY
%ATE OF CALIFORNIA
CCXJ'NTY OF MARIN
85 Richard Willia ) g-
Onthis - 28th dayof M aY , 19 .-, . before me personally canie to me known. who, being by me duly sworn. did depose and say: that he is Vice-President of THE AMERICAN ISSURANCE COSIP. poration dixribed in and which executed the above instrument; that he know the seal of said Corporation; ;hat the seal affixed io the ! 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 like c
IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal. the day and year herein first above written.
~PlI~8~WI1IIIWUIfI~~~~~tI~~l~l~~~l*~8~8~S~@~~~~~ - Q .. SUSE K. CllBERl E JL4&% I;ar.r> PurJii
OFFICIAL SEAL ) UOTBRYWIUC-CALlPORMA z
.I My bmmiiiion €x$es Mor. 17. 1988 ::
~:n~sn~~~~iirtiria~~~~~~~~n~~~~~~~~:~~~~~~~r~a~~~~~~~~o~
Pmi@ Office in Maem County 2 .
CEWTlRCATE
) g*
,cIXE OF CAUFORNIA
UXJ" OF MARIN
I. the undkigned. Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation. DO F TIFY that ithe foregoing and attached POWER OF ATTORNEY remains in full force and has not ken revoked; and furthermore ihat Ar tions 30 and 31 of the By-laws of the Corporation. and the Rcsolution of the Board of Directors, set forth in the Power of Atrorncy. are now in I
Signed and sealed at the County O: Marin. Dated th
Resident A\\i\ranr Scirc~ar? I 0
%Wll-TA-!%l
d
t
DESIGNATION OF SUBCONTRACTORS
The Undersigned certifies he/she has used the sub-bids of following listed Contractors in making up his/her bid and the sub-contractors listed will be used for the work for b they bid, subject to the approval of the City Engineer, an
accordance with applicable provisions of the specifications
Section 4140 et seq. of the Public Contracts Code - "Sublet
and Subcontracting Fair Practices Act.$' No changes may be
in these subcontractors except upon the prior approval of
City Engineer of the City of Carlsbad. The following inform;
is required for each sub-contractor. Additional pages ca
attached if required:
Items of Full Company Complete Address Phone No.
Work Name with Zip Code with Area C
3
0
\
'
7
53
\Q
\a,
\3
1 L
\ct,
i
i L
1
0
{
\5
aa
ax
% !
i
;
,
I
.)
)
i
!
j
I
STATE OF CALIFORNIA ss.
COUNTY 13F §an Diego
i
i DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the SI
of all the listed subcontractors as part of the seale
submission. Additional pages can be attached, if required.
0,
1 Type sf State Carlsbad
Contracting Business Amount c
License No. License No.* Bid ($ c
' 017
I ,QQep'
d Full Companv Name
\h%,a\ 8 0%
.QQ3
' 055 f -% co"1
I 'jbb$A\ '
c a, (W\L
2 c.. a0
i
i
0
\
f * Licenses are renewable annually. If no valid license, ind
ltNONE.*t Valid license must be obtained prior to submissi
> signed Contracts. 1
DALEY CORPORATION
Bidder's Company Name
) %%k 20',,% Sk*%&= CQ.. . 9 7
1 (NOTARIAL ACREaOWLZXEMENT OF Bidder's Complete Addgess I EXCEPTION MUST BE ATTACHED.) rnA&
THOMAS D. SHADDOX, VICE PREStDEM l (CORPORATE SEAL) Authorized Signature
1
:'r
a
1
STATE OF CALIFORNIA ss.
COUNTY OF San Diego
On this 29th day of August , in th
i
BIDDER'S STATEMENIT OF FINANCIAL Rl3SPQNSIBIEITY I
The Undersigned submits herewith a notarized or sealed stat
of his/her financial responsibility. *,
i i
I
)
9 i 4
3
I
x
1
0 1 P
1 i
i
I
-& -
1 v& Signature
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION PlmJST BE A~~~~~~@x. VIC
(CORPORATE SEXL) e*
I
, in th On this 29th day of September
before me, the undersigned, a Notary Public in and for said State, persc
Daniel G. Dangel
i; , personal
(Or proved to me on the basis of satisfactory evidence) to be the person-
subscribed to the within Instrument, and acknowledged to
executed it.
WITRESS my hand and official seal,
-MI--* ------2--!
OFFICI4I SLAL
fq?.f.( y :d gL,dil/rkp,
Pl<!P<\.tPAt OkFllX IN
S4h [)!EtiC COIINTY
LA) Comrnc5si~n txp OLI'JbeI 1 lei'?)
' Notary Public in and for said State. ACKNOWl tOCMENT-Genera!-Wolcolis Form 233CA-Rev 5.82 } 'j 1982 WOLCOITS. INC lpliceclars 8 21 IiI L_.--_-
Daley Corporation
Balance Sheets
Decemkr 31, I988 and 1987 0
1988 - 19
assets
Cumnt assets:
GSh f 3,m277 363
Receivables ( note 2 1 8,047,452 8N Costs and estimated earnings in excess of
billings on uncompleted contracts ( note 3 ) 24431 21
Other assets ( note 6 ) f ,027,641 -
Receivables ( note 2 ) 3,969,146 19.
Property and equipment, net ( note 4 1 5,123,907 4fi
Other assets ( note 6 1 7239.5 55
96
Total current assets 12.919,31 1231:
Real estate investments ( notes 5 and 8 1 50,528,481 5059:
S 73,2S,850 68,81{ -
Liabilities and Stockholder's Euuitv
Accounts payable, tax and other Iiabilities
Billings in excess of costs and estimated
Current liabilities:
( note7) 6,819,465 7222
earnings on uncompleted contracts ( note 3 ) 2,972,730 2,w:
937545 A Total current Iiabilities 10,729,743 s
Notes payable ( note 8 1 41,951,428 39,071
Currmt maturities on long-term debt ( note 8 1 *'I
Other liabilities, principally defend taxes ( note 7 ) 453,952 131'
Total liabilities 53.1 35,153 50.37:
StocE-holder's equity:
Capital stock, authorized 2,000 shares; issued
Additional paid-in capital 1,440,m 1,44(
Retained earnings 18,489,697 1 6.80:
Total stockholdefs equity 20,120,697 18,441
- $73,255853 6581t
and outstanding 407 shares at stated value 203,000 2%
Commitments and contingencies ( mte 12 1
P -
m
Vice President - Financ
Daley Corporation
Daniel G. Dangel
See accompanying notes to balance sheets
1
e
STATE OF CALIFORNIA ss .
On this 29th day of AugUst , in th
before me. the undersigned, a Notary Public in and for said State, persi Thomas D. Shaddox w
j.
ACKNOWLEDGhlENT-Corp --Pres d Set --WOlcO?lS Fo~ Z22CA-Rev 11-83
Date
Contract
Completed
i
i
e
I
_b
L I
i
i'
Name and Phone
Name and Address No. of Person Type of Amount
of the EmDlover to Contact Work Contra
I
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID . ,
State of California 1
County of )
) ss.
, being first duly sworn, d- ?d (Signature) deposes and says that he or she is sC(2c.
of DALE?' C~RF~~~?~~N
(Name of Firm) the party making the foregoing bid that the bid is not mad the interest of, or on behalf of, any undisclosed per
partnership, company, association, organization, or corporat ! that the bid is genuine and not collusive or sham; that bidder has not directly or indirectly induced or solicited other bidder to put on a false or sham bid, and has not dire or indirectly colluded, conspired, connived, or agreed with bidder or anyone else to put in a sham, bid, or that anyone 6 refrain from bidding that the bidder has not in any mar directly or indirectly, sought by agreement communication conference with anyone to fix the bid price, or of that of other bidder, or to fix any overhead, profit, or cost elemen
advantage against the public body awarding the contract of am
contained in the bid are true; and further, that the bidder
not, directly or indirectly, submitted his or her bid pric
any breakdown thereof, or the contents thereof, or divu
information or data relative thereto, or paid, and will not
any fee to any corporation, partnership, company associat
organization, bid depository, or to any member or agent the to effectuate a collusive or sham bid.
(Title)
0 !
1 interested in the proposed contract; that all staten
I
I
e
i
? CONTRACT - PUBLIC WORKS
This agreement is made this 3 ? rA day of (~&%LL , 1989, bl a
between the City of Carlsbad, California, a munic
corporation, (hereinafter called "City") , and
ilalpv llnr ratinn whoge pryncipal place of business is P.O. Box 70188 San Dieao CP
(hereinafter called *'Contractor1'. )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all
specified in the Contract documents for:
INTERIM ROADWAY IMPROVEMENTS TO RANCHO SANTA FE E (hereinafter called I*project'*)
i 2. Provisions of Labor and Materials. Contractor shall prc
j all labor, materials, tools, equipment, and personne
I
/ 3. Contract Documents. The Contract documents consist of
perform the work specified by the Contract documents.
Contract; the bid documents, including the Notice
Bidders, Instructions to Bidders' and Contract
Proposals; the Plans and Specifications, the Spe
Provisions, and all proper amendments and changes thereto in accordance with this Contract or the Plans Specifications, and the bonds for the project; all of ~n
are incorporated herein by this reference.
The Contractor, her/his subcontractors, and mater
suppliers shall provide and install the work as indicz
specified, and implied by the Contract documents. Any i
of work not indicated or specified, but which are esser
to the completion of the work, shall be provided at
Contractor's expense to fulfill the intent of
documents. In all instances through the life of
Contract, the City will be the intzrpreter of the inten
the Contract documents, and the City's decision relativ
said intent will be final and binding. Failure of Contractor to apprise her/his subcontractors and mater suppliers of this condition of the Contract will not re1
her/him of the responsibility of compliance.
0
4. Payment. All full compensation for Contractor's perfora of work under this Contract, City shall make payment tc Contractor per Section 9-3 of the Standard Specificat for Public Works Construction. The closure date for monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted accordir e
a
I
P
1
1
1
I
1
1
1
1
1;
11
I
I
1;
Ir,
I
the required City format to the City's assigned pro:
manager no later than the 5th day of each month. Paymc
will be delayed if invoices are received after the 5tk
each month. The final retention amount shall not released until the expiration of thirty-five (35) (
following the recording of the Notice of Completion pursl
to California Civil Code Section 3184.
5. Independent Investisation. Contractor has made Independent Investigation of the jobsite, the : conditions at the jobsite, and all other conditions 1 might affect the progress of the work, and is aware of tl conditions. The Contract price includes payment for work that may be done by Contractor, whether anticipate( not, in order to overcome underground conditions. information that may have been furnished to Contractor City about underground conditions or other job condition: for Contractor's convenience only, and City does warrant that the conditions are as thus indica- Contractor is satisfied with all job conditions, incluc underground conditions and has not relied on informa. furnished by City.
6. Contractor Responsible for Unforeseen Conditic
Contractor shall be responsible for all loss or dai
arising out of the nature of the work or from the actio]
the elements or from any unforeseen difficulties which arise or be encountered in the prosecution of the work UI
its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall be responsible for reasonable delays in the completior the work caused by acts of God, stormy weather, extra w( or matters which the specifications expressly stipulate T be borne by City.
t
7. Chanse Orders. City may, without affecting the validit! the Contract, order changes, modifications and extra worl issuance of written change orders. Contractor shall makt change in the work without the issuance of a written chi order, and Contractor shall not be entitled to compensai for any extra work performed unless the City has issuc written change order designating in advance the amount
change order deletes any work, the Contract price shall reduced by a fair and reasonable amount. If the parties unable to agree on the amount of reduction, the work SI nevertheless proceed and the amount shall be determinet litigation. The only person authorized to order change: extra work is the Project Manager. The written chi order must be executed by the City Manager if the amounl the change order does not exceed 10% of the contract pi
additional compensation to be paid for the work. I
I
1
P
1
1
1
1
I
1
I
1
I
c
1
i
P
1
up to a limit of $15,000.00 or approved by the City Cou
and executed by the Mayor if the amount of the change o
exceeds 10% of the contract price or $15,000.00.
8. Immisration Reform and Control Act. Contractor shall co;
with the requirements of the l'Immigration Reform and Con.
Act of 1986'I (8 USC Section 1101-1525).
9. Prevailing Waqe. Pursuant to the California Labor Code,
director of the Department of Industrial Relations determined the general prevailing rate of per diem wage: accordance with California Labor Code, Section 1773 ar copy of a schedule of said general prevailing wage rate: on file in the office of the Carlsbad City Clerk, anc incorporated by reference herein. Pursuant to Califo Labor Code, Section 1775, Contractor shall pay prevai wagers. Contractor shall post copies of all applicl prevailing wages on the job site.
10. Indemnity. Contractor shall assume the defense of, pay expenses of defense, and indemnify and hold harmless City, and its officers and employees, from all claims, 11 damage, injury and liability of every kind, nature
description, directly or indirectly arising from or
connection with the performance of the Contractor or wc
or from any failure or alleged failure of Contractor comply with any applicable law, rules or regulat including those relating to safety and health; except
loss or damage which was caused solely by the ac' negligence of the City; and from any and all claims, 1( damages, injury and liability, howsoever the same may caused, resulting directly or indirectly from the naturt the work covered by the Contract, unless the loss or dai was caused solely by the active negligence of the City. expenses of defense include all costs and expenses incluc attorneys fees for litigation, arbitration, or other dis] resolution method.
11. Insurance. Without limiting Contractor's indemnificat. it is agreed that Contractor shall maintain in force at times during the performance of this agreement a policj
policies of liability insurance at least $1,000,001
combined single limit covering its operations, incluc coverage for contractual liability and insurance cove:
the liability set forth herein. The policy or polic
shall comply with the special insurance instructions in
Supplementary General Provisions and shall contain
t
S following clauses:
A. "The City is added as an additional insured as respc
operations of the named insured performed under conti
with the City.1t
E
1
P
I
1
I
a
1
I
I
B
B
1
I
1)
I
B. "It is agreed that any insurance maintained by the 1
shall apply in excess of and not contribute w
insurance provided by this policy.vt
All insurance policies required by this paragraph s: contain the following clause:
A. "This insurance shall not be cancelled, limited or renewed until after thirty (30) days written notice been given to the City."
B. "The insurer waives any rights of subrogation it ha: may have, against the City or any of its officer: employees. If
Certificates of insurance evidencing the coverage requ by the clauses set forth above shall be filed with the ' prior to the effective date of this agreement.
12. Workers' Compensation. Contractor shall comply with requirements of Section 3700 of the California Labor C1
Contractor shall also assume the defense and indemnify
save harmless the City and its officers and employees
all claims, loss, damage, injury, and liability of e
kind, nature, and description brought by any person emplc
or used by Contractor to perform any work under . Contract regardless of responsibility for negligence.
13. Proof of Insurance. Contractor shall submit to the I certification of the policies mentioned in Paragraphs 10
11 or proof of worker's compensation self-insurance prio: the start of any work pursuant to this contract.
C
14. Claims and Lawsuits. Contractor shall comply with Government Tort Claims Act (California Government ( Section 900 et seq.) prior to filing any lawsuit for brc of this contract of any claim or cause of action for mc
15. Maintenance of Records. Contractor shall maintain and 1
available at no cost to the City, upon request, record:
accordance with Sections 1776 and 1812 of Part 7, Chapte: Article 2, of the California Labor Code. If the Contra1
does not maintain the records at Contractor's princ.
place of business as specified above, Contractor shall
inform the City by certified letter accompanying the rei
of this Contract. Contractor shall notify the City certified mail of any change of address of such records.
i or damages.
I
16. Labor Code Provisions. The provisions of Part 7, Chaptei
commencing with Section 1720 of the California Labor (
are incorporated herein by reference.
}... STATE OF CALIFORNIA
COUNTY [IF San Diego
On this 24th day of October , in thl
before me, the undersigned, a Notary Public in and for said State, persc Ralph T. Richey w
, personal
(or proved to me on the basis of satisfactory evidence) to be the persongwl
mlrp, 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
NOTARY WBltt, CILlfOMIA PRINCIPAL WFICE IN
within instrument as CEO P??%2%Fw=
ZCA-RW 11-83
I__- - ___ I ----- ll-lll__lll-_ll __I~l__l l_______ll
l----p-_l"l^- ----- ~-- ~
, in the ) On this 24th day of October
before me, the undersigned, a Notary Public in and for said State, person2 Thomas D. Shaddox
Iss STATE OF CALIFORNIA
COUNTY OF San Diego
DONNA ENGLISH %x&
, personally
(or proved to me on the basis of satisfactory evidence) to be the persons who
%Z@I~~&R~F, of the Corporation therein named, and acknowledged to me that thi
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal
NOTARY PUBLIC. CALIFORNIA PRINCIPAL OFFICE IN
%A% WEGO COUNTY
on Exp.ires Oct. 13, 1490 within instrument as Vice President ekffl --,,a .. ,'., .,' '.-
ACKN0WLEDGM:NT-Corp -Pres & Sec -WoIcolt$ Form 222CA-Rev 11 83
01983 WOLCOTTS INC (price class 8 2)
I
~- -".--"- - ll-_l_~ - -I----_
I
I
P
1
I
I
I
1
B
1.
I
I
I'
8'
I
I
P
I
17. Security. Securities in the form of cash, cashier's chl
or certified check may be substituted for any mo
withheld by the City to secure performance of this cont
for any obligation established by this contract. Any o
security that is mutually agreed to by the Contractor
the City may be substituted for monies withheld to en,
performance under this contract.
18. Provisions Required by Law Deemed Inserted. Each and e
provision of law and clause required by law to be inse in this Contract shall be deemed to be inserted herein included herein, and if, through mistake or otherwise, such provision is not inserted, or is not correc inserted, then upon application of either party, Contract shall forthwith be physically amended to make I insertion or correction.
19. Additional Provisions. Any additional provisions of 1
agreement are set forth in the "General Provisions"
"Special Provisions" attached hereto and made a part herc
------l {&W ~~~~~~P~~~~~ 1
&-- -- +,-----
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS
MUST BE ATTACHED.)
n / (CORPORATE SEAL) BY c-fL Jd -J??zlA -
b
City Attorney 0.2 s- . e7 *
ATTEST :
wa ./Pdu-y&k J Jbc&+- City Clerk
, in the On this 24th day of OCYdX%'
before me, the undersigned, a Notary Public in and for said State, perso Thomas D. Shaddox
lSS STATE OF CALIFORNIA
COUNTY 0 F San Diego
ma
DONNA ENGLISH , personall
(or proved to me on the basis of satisfactory evidence) to be the persons wh
within instrument as Vice President &%
%3$%W@Jy, of the Corporation therein named, and acknowledged to me that
executed it pursuant to its by-laws or a r n of its board of directors
WITNESS my hand and official seal
IDlAltY PUBLIC. CALIMRN1A PRtNCIPAk OFFfG IN 8
ACKNOWLEDGMENT-Corp -Pres & Sec -Wolcons Form 222CA-Rev 11 83
01983 WOLCOTTS INC (price class 8 2)
I
I
10
1
I
I
1
I
I
I
I'
I
I'
v
1
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
WORKERS' COMPENSATION RESPONSIBILITY
"1 am aware of the provisions of Section 3700 of the Labor C
which requires every employer to be insured against liability workers' compensation or to undertake self-insurance accordance with the provisions of that code, and I will cor with such provisions before commencing the performance of work of this Contract."
D3,! :y @03?oRAT;Bv
Contractor
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986
"1 am aware of the requirements of the Immigration Reform Control Act of 1986 (8 USC Section 1101-1525) and have compl
with these requirements, including, but not limited to, verify the eligibility for employment of all agents, employe subcontractors, and consultants that are included in t Contract. 'I
.DAL€Y ~~~~~~~~~~~
Contractor
C
CONTRACTOR'S CERTIFICATION OF COMPLIANCE I' OF AFFIRMATIVE ACTION PROGRAM
I hereby certify that DALU ~~~~0~~~~~~
in preforming under the Purchase Order awarded by the City Carlsbad, will comply with the County of San Diego Affirmat Action Program adopted by the Board of Supervisors, including
current amendments.
(Legal Name of Contractor)
1 8. Date
YwvlS D. SHAi)DCX, KCE ?iTESIDCFJf
Title
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) I (CORPORATE SEAL)
EXTEND b~ ALTER THE COVERAGE AFFORDED BY THE POLICIES B
COMPANIES AFFORDING COVERAGI
SUB-CODE LETTER A Argonaut Insurance Company
P.O. Box 2910
San Diego, CA 92112-4215 II -
COMPANY
COMPANY LETTER B
COMPANY LETTER c
P.O. Box 20188 COMPANY D 9 2 12 0-0 18 8 LETTER
BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO A
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
II I
ALL LIMITS u POLICY EFFECTIVE POLICY EXPIRATION DATE (MV/DD/YY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER
LL77490002011 5/01/89 5/01/90 GENERAL AGGREGATE ..
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGGREl
PERSONAL a ADVERTISING INJ
II II_ - I II -- CLAIMSMADE X OCCUR
OWNER'S & CONTRACTOR'S PROT EACHOCCURRENCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one pe
"I -- _I -- -
AUTOMOBILE LIABILITY BA77490002012 5/01/89 5/01/90 :=:FED $ 1 L'M1T." I l__ll
ALL OWNED AUTOS BODILY
SCHEDULED AUTOS iPer person) IIdJURY S
X HIRE!D AUTOS BODILY
X Noh-OWNED AUTOS INJURY $
GARAGE LIABILITY
EXCESS LlABlLlTY
OTHER THAN UMBRELLA FORM
A WORKER'S COMPENSATION -WC 7 7 4 9 00 0 20 10
EIHPLOYERS' LIABILITY
DESCRIPTION OF OPERATlONS/LOCATlONS/VEHlCLES/RESTRlCTlONS/SPECIAL ITEMS
RE: PROJECT #3315, INTERIM ROADWAY
IMPROVEMENTS TO RANCHO SANTA FE ROAD. THE CERTHOLDER IS AD
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WlLl CITY OF CARLSBAD MAIL 3(a DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDE PURCHASING DEPARTMENT
1200 CARLSBAD VILLAGE DRIVE
CARLSBAD, CA 92008-1989
I
1
II
II
1
I
4
li
I
I;
I
I
I
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between
City of Carlsbad whose address is 1200 Elm Avenue, Carlsk
California, 92008, hereinafter called IcCitytt and
whose address is
r
I hereinafter called ltContractormt and
whose address is
hereinafter called ttEscrow Agent. If
For the consideration hereinafter set forth, the Owr Contractor and Escrow Agent agree as follows:
1. Pursuant to Section 22200 of the Public Contract Code
1
State of California, Contractor has the option to depc
securities with Escrow Agent as a substitute for retent
earnings required to be withheld by City pursuant to
Construction Contract entered into between the City
Contractor for INTERIM ROADWAY IMPROVEMENTS TO RANCHO SA
FE ROAD in the amount of dated (hereinafter referred to as the 18Contractt1). A copy of s
contract is attached as Exhibit 1tA1t. When Contrac deposits the securities as a substitute for Contr earnings, the Escrow Agent shall notify the City within
(10) days of the deposit. The market value of securities at the time of the substitution shall be least equal to the cash amount then required to be withh
as retention under the terms of the Contract between
City and Contractor. Securities shall be held in the n
of
shall designate the Contractor as the beneficial own
Prior to any disbursements, Escrow Agent shall verify t
the present cumulative market value of all securit
substituted is at least equal to the cash amount of
cumulative retention under the terms of the Contract.
2. The City shall make progress payments to the Contractor
such funds which otherwise would be withheld from progr
payments pursuant to the Contract provisions, provided t
the Escrow Agent holds securities in the form and amo
specified above.
3. Alternatively, the City may make payments directly to Esc
Agent in the amount of retention for the benefit of the C until such time as the escrow created hereunder I terminated.
I(L
i
I
1
1
I
1
1
1
I
b
I
1
I
I
1
I
I
I
4. Contractor shall be responsible for paying all fees for expenses incurred by Escrow Agent in administering escrow account. These expenses any payment terms shall determined by the Contractor and Escrow Agent.
5. The interest earned on the securities or the money mar
accounts held in escrow and all interest earned on t
interest shall be for the sole account of Contractor
shall be subject to withdrawal by Contractor at any time
from time to time without notice to the City.
r
6. Contractor shall have the right to withdraw all or any 1 of the principal in the Escrow Account only by writ notice to Escrow Agent accompanied by written authorizat from City to the Escrow Agent that City consents to withdrawal of the amount sought to be withdrawn Contractor.
7. The City shall have a right to draw upon the securities
the event of default by the Contractor. Upon seven (7) c
written notice to the Escrow Agent from the City of
default of the Contractor, the Escrow Agent s€
immediately convert the securities to cash and sf
distribute the case as instructed by the City.
8. Upon receipt of written notification from the (
certifying that the Contractor has complied with
requirements and procedures applicable to the Contrz
Escrow Agent shall release to Contractor all securities interest on deposit less escrow fees and charges of Escrow Account. The escrow shall be closed immediately I disbursement of all monies and securities on deposit payments of fees and charges.
9. Escrow Agent shall rely on the written notifications : the City and the Contractor pursuant to Sections 4 tc inclusive, of this agreement and the City and Contrac shall hold Escrow Agent harmless from Escrow Agent's relc and disbursement of the securities and interest as set fc above.
10. The names of the persons who are authorized to ( written notices or to receive written notice on behalf the City and on behalf of Contractor in connection with foregoing, and exemplars of their respective signatures as follows:
For City: Title Name Signature Address
f
1
II
I
I
II
I
i
b
8
1
R
1
8
I
I
1
For Contractor: Title Name Signature Address
For Escrow Agent: Title Name Signature Address
r
At the time the Escrow Account is opened, the City
Contractor shall deliver to the Escrow Agent a fi executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement
their proper officers on the date first set forth above.
For City: Title Name
Signature I Address
For Contractor: Title Name
Signature
Address
r.
1
I
8
1
I
I
1
1
II
I
II
R
I
I
1
I,
1
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
P
PROJECT DESCRIPTION: INTERIM ROADWAY IMPROVEMENTS TO RAh SANTA FE ROAD
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in f
for all compensation of whatever nature due the Contractor all labor and materials furnished and for all work performed the above-referenced project for the period specified above 'h the exception of contract retention amounts and disputed cle
specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and released any cl
the Contractor may have, of whatever type or nature, for
period specified which is not shown as a retention amount o disputed claim on this form. This release and waiver has k made voluntarily by Contractor without any fraud, duress or ur
influence by any person or entity.
Contractor further certifies, warrants, and represents that
bills for labor, materials, and work due Subcontractors for
specified period have been paid in full and that the part
signing below on behalf of Contractor have expressed authorit1
execute this release.
DATED:
4
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporation, etc.)
BY
BY
I
I SUPPLEMENTARY GENERAL PROVISIONS
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words Itshown, It 1findicated,v8 gtdetailed,gt "note ltscheduled,tl or words of similar import are used, it shall understood that reference is made to the plans accompanying tk provisions, unless stated otherwise.
B. Directions:
Where words "directed, It "designated, I! "selected, tv or words similar import are used, it shall be understood that direction, designation or selection of the Engineer is intend unless stated otherwise. The word "required" and words
similar import shall be understood to mean "as required properly complete the work as required and as approved by
City Engineer," unless stated otherwise.
I.
I
1
I
I
1
I C. Equals and Approvals:
Where the words Itequal, 'I Ilapproved equal, !I ltequivalent, II and E words of similar import are used, it shall be understood E words are followed by the expression "in the opinion of Engineer, It unless otherwise stated. Where the words tlapprovc Itapproval, It "acceptance, It or words of similar import are used,
shall be understood that the approval, acceptance, or simj import of the Engineer is intended.
4
I
II
II
!
B
I
P
1
1 D. Perform and Provide:
The word tlperformlf shall be understood to mean that Contractor, at her/his expense, shall perform all operatic labor, tools and equipment, and further, including the furnisl and installing of materials that are indicated, specified
required to mean that the Contractor, at her/his expense, SI
furnish and install the work, complete in place and ready to 1
including furnishing of necessary labor, materials, toc
equipment, and transportation.
I
I 1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer - the Project Manager for the City of Carlsbad or hi
I.
I approved representative
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work are the Standard Specificat] for Public Works Construction, 1988 Edition, hereinaj
designated SSPWC, as issued by the Southern California Chaptei the American Public Works Association, and these Gent Provisions.
The Construction Plans consist of 13 sheet(s) designated as C
of Carlsbad Drawing No. 303-3. The standard drawings utili for this project are the latest edition of the San Dieqo I
Resional Standard Drawinss, hereinafter designated SDRS,
issued by the San Diego County Department of Public Woi
together with the City of Carlsbad Supplemental Stanc
Drawings. Copies of pertinent standard drawings are enclc with these documents.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with
product manufacturer's direction, the Contractor shall obtain
distribute the necessary copies of such instruction, incluc
two (2) copies to the City.
To Section 2-5, add:
I
I
I
I
I
1
I
I
I
P
I
a
4
I 2-5.4 Record Drawinss:
The Contractor shall provide and keep up-to-date a complete I
built'' record set of transparent sepias, which shall be correc
daily and show every change from the original drawings
specifications and the exact "as-builttV locations, sizes kinds of equipment, underground piping, valves, and all 01 work not visible at surface grade. Prints for this purpose
be obtained from the City at cost. This set of drawings shall
kept on the job and shall be used only as a record set and SI be delivered to the Engineer upon completion of the work. I
I
I
I
1
1
1
i
1
I
8
I
I
I
I
P
I
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or
appointed representative. The Engineer shall have free access
any or all parts of work at any time. Contractor shall furk
Engineer with such information as may be necessary to k
her/him fully informed regarding progress and manner of work
character of materials. Inspection of work shall not relj
Contractor from any obligation to fulfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency k bear the cost of testing materials and/or workmanship where results of such tests meet or exceed the requirements indicz
in the Standard Specifications and the Special Provisions. cost of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each 01
materials shall be approved by him before the delivery
started. All materials proposed for use may be inspected
tested at any time during their preparation and use. If, a1
trial, it is found that sources of supply which have 1
approved do not furnish a uniform product, or if the product 1 any source proves unacceptable at any time, the Contractor SI
furnish approved material from other approved sources. A1 improper storage, handling or any other reason shall rejected.
All backfill and subgrade shall be compacted in accordance 1
the notes on the plans and the SSPWC. Compaction tests may
made by the City and all costs for tests that meet or exceed
requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as de(
necessary by the Engineer. The costs of any retests I
necessary by noncompliance with the specifications shall
borne by the Contractor.
Add the following section:
4-1.7 Nonconforming Work
The contractor shall remove and replace any work not confon
to the plans or specifications upon written order by
Engineer. Any cost caused by reason of this nonconforming 1
shall be borne by the Contractor.
I.
4
u
1.
I
I
I
I
1
1
I
I
I
I
8
I
1
I
P
1
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, 1:
search of known records, endeavored to locate and indicate on Plans, all utilities which exist within the limits of the wc However, the accuracy of completeness of the utilities indici on the Plans is not guaranteed.
1.
5-4 RELOCATION
Add :
The temporary or permanent relocation or alteration of utilit. including service connection, desired by the Contractor his/her own convenience shall be the Contractor Is responsibility, and he/she shall make all arrangements regarc such work at no cost to the City. If delays occur due utilities relocations which were not shown on the Plans, it i
be solely the City's option to extend the completion date.
In order to minimize delays to the Contractor caused by
failure of other parties to relocate utilities which inter:
with the construction, the Contractor, upon request to the C.
may be permitted to temporarily omit the portion of work affec
by the utility. The portion thus omitted shall be constructec
the Contractor immediately following the relocation of
utility involved unless otherwise directed by the City.
6-1 CONSTRUCTION SCHEDULE
G
Modify this section as follows:
A construction schedule is to be submitted by the Contractor
Section 6-1 of the SSPWC at the time of the preconstruci
conference. No changes shall be made to the construcl schedule without the prior written approval of the Engineer.
progress payments made after the scheduled completion date SI
not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal
relocation of conflicting utilities shall be requirements pi
to commencement of work by the Contractor. (See plConstruci
Methods" Section for schedule requirements.)
6-7 TIMX OF COMPLETION
The Contractor shall begin work within fourteen (14) calei
days after receipt of the IINotice to Proceedt1 and shall (
igently prosecute the work to completion within seventy-:
(75) consecutive working days after the date of the Notice
Proceed.
I
1
II
S
E
1
I
I
1
1
I
I
1
1
I)
1
If Bid Alternative No. 1 is selected, the Contractor shall begin
within fourteen (14) calendar days after receipt of the "Noti
Proceed" and shall diligently prosecute the work to completion w
tlhirty-five (35) consecutive working days after the date of the N to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the of 7:OO a.m. and sunset, from Mondays through Fridays. The contr shall obtain the approval of the Engineer if he/she desires to
outside the hours state herein.
Contractor may work during Saturdays and holidays only with the WI permission of the Engineer. This written permission must be obt at least 48 hours prior to such work. The Contractor shall pa
inspection costs of such work.
- 6-8 COMPLETION AND ACCEPTANCE
I.
I
Add the following:
All work shall be guaranteed for one (1) year after the filing "Notice of Completiontt and any faulty work or materials discc during the guarantee period shall be repaired or replaced b* Contractor, at his expense.
- 6-9 LIOUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assess€ sum of $750.00 per calendar day for each calendar day beyon
completion date as liquidated damages for the delay. If Bid Altc No. 1 is selected, and if the completion date is not met
contractor will be assessed the sum of $1,000.00 per calendar dz
each calendar day beyond the completion date as liquidated damagc
the delay. Any progress payments made after the specified compl
date shall not constitute a waiver of this paragraph or of any dart
I.
I
I
I
I
I
I
1
E
BD
I
1
I
I
1
1
7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION
Modify Sections 7-3 and 7-4 as follows:
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of contract insurance against claims for injuries to persons damages to property which may arise from or in connection 5 the performance of the work hereunder by the Contractor, agents, representatives, employees, or subcontractors. If insurance is on a "claims made" basis, coverage shall maintained for a period of three years from the date completion of the work. The cost of such insurance shall included in Contractor's bid. The insurance company or compar shall meet the requirements of City Council Resolution No. 81(
A. Minimum ScoDe of Insurance
t
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1,
covering Comprehensive General Liability; and Insur: Services Office form number GL 0404 covering Broad 1 Comprehensive General Liability; and
2. Insurance Services Office form number CA 0001 (Ed. 1, covering Automobile Liability, Code 1 "any auto"; and
3. Workers' Compensation as required by the Labor Code
the State of California and Employers' Liabi:
Insurance.
B. Minimum Limits of Insurance I Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 comb:
single limit per occurrence for bodily injury
property damage. If the policy has an aggregate limil separate aggregate in the amounts specified shall
established for the risks for which the City or agents, officers or employees are additional insured.
2. Automobile Liability: $1,000,000 combined single 1.
3. Workers' Compensation and Employers' Liability: Workc compensation limits as required by the Labor Code of State of California and Employers' Liability limits
$1,000,000 per accident.
I per accident for bodily injury and property damage.
I.
1
I
I
R
I
1
1
1
b
I
I
1
I
I u
I
I
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declz
to and approved by the City. At the option of the Ci either: the insurer shall reduce or eliminate E
deductibles or self-insured retentions as respects the Ci
its officials and employees; or the Contractor shall proc
a bond guaranteeing payment of losses and rela
investigation, claim administration and defense expenses.
r.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, following'provisions:
1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers
liabi: to be covered as insured as respects: arising out of activities performed by or on bel of the Contractor; products and complete operat: of the Contractor; premises owned, leased, hired borrowed by the Contractor. The coverage SI
contain no special limitations on the scope
protection afforded to the City, its offici;
employees or volunteers.
b. The Contractor's insurance coverage shall be prii insurance as respects the City, its officii employees and volunteers. Any insurance or st insurance maintained by the City, its officii employees or volunteers shall be in excess Contractor's insurance and shall not contribute I it.
c. Any failure to comply with reporting provisions the policies shall not affect coverage provided the City, its officials, employees or volunteers.
d. Coverage shall state that Contractor's insur( shall apply separately to each insured against 1
claim is made or suit is brought, except with res]
to the limits of the insurer's liability.
2. Workers' Compensation and Employers' Liability Coverai
The insurer shall agree to waive all rights subrogation against the City, its officials, emplo
and volunteers for losses arising from work performec
Contractor for the City.
I.
1
II
I
1
I
1
1
1
c,
I
1
I
I
I
1
I
I
3. All Coverages
Each insurance policy required by this clause shall
endorsed to state that coverage shall not be suspenc
voided, cancelled, reduced in coverage or in lin
except after thirty (30) days' prior written notice
certified mail, return receipt requested, has been gj
to the City.
t
E. Acceptabilitv of Insurers
Insurance is to be placed with insurers with a Bests' ral of no less than A:XI unless otherwise authorized by ( Council Resolution No. 8108.
F. Verification of Coveracre
Contractor shall furnish the City with certificates
insurance and with original endorsements affecting cove:
required by this clause. The certificates and endorse]
for each insurance policy are to be signed by a pe:
authorized by that insurer to bind coverage on its behi
The certificates and endorsements are to be in forms prov
by the City and are to be received and approved by the (
before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insured u: its policies or shall furnish separate certificates endorsements for each subcontractor. All coverages
subcontractors shall be subject to all of the requirem
stated herein.
7-5 PERMITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor,
encroachment, right-of-way, grading, and building per
necessary to perform work for this contract on City property streets, highways (except State highway right-of-way), rail or other rights-of-way.
Add the following:
Contractor shall not begin work until all permits incidenta the work are obtained.
I.
I
I
I
1
I
1
I
R
Bo
I
I
1
I
I
I
I
7-8 PROJECT AND SITE MANAGEME”I!
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends other non-working days at the City’s request.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shal:
equipped with mufflers in good repair when in use on the pro]
with special attention to City Noise Control Ordinance No. 31 Carlsbad Municipal Code, Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safety and Protection of Workers and Public
The Contractor shall take all necessary precautions for
safety of employees on the work and shall comply with
applicable provisions of Federal, State and Municipal safety :
and building codes to prevent accidents or injury to persons
about, or adjacent to the premises where the work is bt
performed. He/she shall erect and properly maintain at
time, as required by the conditions and progress of the work, necessary safeguards for the protection of workers and pub1 and shall use danger signs warning against hazards created such features of construction as protruding nails, hoists, t
holes, and falling materials.
f
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Cha]
11.06. Excavation and Grading.
If this notice specifies locations or possible materials, sucl
borrow pits or gravel beds, for use in the proposed construcl project which would be subject to Section 1601 or Section 160:
the Fish and Game Code, such conditions or modificat
established pursuant to Section 1601 of the Fish and Game (
shall become conditions of the contract.
e
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
Delete this section. I.
i
I
8
B
I
1
1
1
1
I
II
1
1
I
1
i
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to with reductions in amount of retention.
10 SURVEYING
Contractor shall employ a licensed land surveyor or registe
civil engineer to perform necessary surveying for this projc Requirements of the Contractor pertaining to this item are
forth in Section 2-9.5 of the SSPWC. Contractor shall includc
cost of surveying service within appropriate items of propos
No separate payment will be made.
Survey stakes shall be set and stationed by the Contractc
surveyor for curbs at 50' intervals (25' intervals for curvc curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sew6 storm drains, and structures (4 corners min.). Rough grade required to satisfy cut of fill to finished grade (or flowl: as indicated on a grade sheet.
Contractor shall transfer grade hubs for construction inspection purposes to crown line base grade of streets required by Engineer.
Contractor shall protect in place or replace all obliteri survey monuments as per Section 8771 of the Business
Contractor shall provide Engineer with 2 copies of survey
sheets prior to commencing construction of surveyed item.
I.
b Professional Code.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for wl utilized during the construction under this contract. Contractor shall contact the appropriate water agency requirements. meter rental within appropriate items of the proposal. separate payment will be made.
The Contractor shall include the cost of water
12 PROJECT SIGNS
Contractor shall provide two (2) project signs to be locatec the discretion of the City. Signs are to be eight (8) fee' four (4) feet of exterior grade plywood and wood f construction, to be mounted on wooden posts, throughout duration of the project. Signs shall be painted with a w background and solid black letters.
f
I
I
I
1
I
1
I
L
I
I
I
I
1
8
I
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS
200-2 UNTREATED BASE MATERIAL
Aggregate base shall be Class I or Class I1 per CALTRANS Sect 25.102A, Page 25-1, 1988 Edition.
f
201-1 PORTLAND CEMENT CONCRETE
Concrete for drainage ditch shall be Class 520-C-2500.
Modify Section 201-1.2.1, Portland Cement, as follows:
First paragraph, first sentence amend to read: "All cement tc used or furnished shall be low alkali and shall be either Tyg
or Type I1 Portland Cement conforming to ASTM C 150, or TYPE
(MS) Portland Pozzolan Cement conforming to ASTM C 595, unl otherwise specified."
Modify Section 201-1.2.3, Water, as follows:
Second paragraph replace 111,000 ppm (mg/L) of sulfates" F
"1,300 (mg/L) ppm of sulfates."
Third paragraph replace 11800 ppm (mg/L) of sulfatest1 with Ill
(mg/L) ppm of sulfates."
(b) Air-entrainins Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1/2 percent is allowed. The air content of freshly m.
concrete will be determined California Test Method No. 504."
Modify Section 201-1.3.3, Concrete Consistency, as follows:
Second paragraph delete: "and shall not exceed amounts show] following table:" Also delete table.
Modify Section 201-1.4.3, Transit Mixers, as follows:
Add after listing of information for weighmaster's certific(
"Transit mixed concrete may be certified by mix design nuni provided a copy of the mix proportions are kept on file at
plant location for a period of 4 years after the use of
1
I mix. I@
201-2 STEEL REINFORCEMENT FOR CONCRETE
No changes.
I.
I
I
I
R
1
1
I
Bo
1
I
1
I
i
8
II
203-6 and 400-4 ASPHALT CONCRETE
Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or !I
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete "and from the Engineer's fj
laboratory. 1q
Last paragraph, add after D 2172: "method A or B."
Modify Section 203-6.8, Miscellaneous Requirements, as follow:
Add the following: "Open graded asphalt concrete stored
excess of 2 hours, and any other asphalt concrete stored
excess of 18 hours, shall not be used in the work.Il
Modify Section 400-4.1, General, as follows:
Second paragraph, amend to read: Wnless otherwise specif: AR-4000 paving grade asphalt shall be used for Type I11 aspha:
concrete, and AR-8000 paving grade asphalt shall be used asphalt concrete dikes."
Modify Section 400-4.2.4, Fine Aggregate, as follows:
Add: "The total amount of material passing the No. 200 s shall be determined by washing the material through the s with water. No less than 1/2 of the material passing the No.
sieve by washing shall pass the No. 200 sieve by dry sieving.
Add the following paragraph: "Fine aggregate shall be tested
soundness in accordance with ASTM D-1073, and shall not ex( fifteen percent (15%) loss by weight."
Modify Section 400-4.3, Combined Aggregates, as follows:
First paragraph, add: "ASTM D2419 Test Method may be altern for Test Method No. Calif. 217."
I11 C3-AR 4000. I.
1
1
lii
1" ( 2 5mm) 100 100 100
3/4" (19mm) 87-100 90-100 90-100
1/2" (13mm) 75-95 80-90 85-100
3/8" (lOmm) 50-80 60-75 60-84
No. 4 30-60 40-55 40-60
No. 8 22-44 27-40 24-50
No. 30 8-26 12-22 11-29
I
1
I No. 200 1-8 3-6 1-9
100
95-100
85-95
65-80
45-60
30-45
15-25
3-7
1 Asphalt % 4.6-6.0 4.6-6.0
1
I
I
I
11
I
1
I
Io
I
I
I
8
i
I
1
After the last paragraph, add the following:
The aggregated from each separate bin for asphalt concrete, 1
111, except for the bin containing the fine material shall ha\ Cleanness Value as noted in the added "Table of Sand Equival and Cleanness Valuest1 and as determined by Test Method Calif. 227, modified as follows:
Tests will be performed on the material retained on the Nc sieve from each bind and will not be a combined or aver;
result.
Each test specimen will be prepared by hand shaking for seconds, a single loading of the entire sample on a 12-:
diameter, No. 4 sieve nested on top of a 12-inch diameter, Nc
sieve.
Where a coarse aggregate bind contains material which will 1
the maximum size specified and be retained on a 3/8 inch sic
the test specimen weight and volume of wash water specified
one inch x No. 4 aggregate size will be used.
Samples will be obtained from the weight box area during
immediately after discharge from each bin of the batching p
or immediately prior to mixing with asphalt in the case continuous mixers.
The Cleanness Value of the test sample from each of the bins i be separately computed and reported.
Modify Section 400-4.4, Storing, Drying and Screening Aggrega
as follows:
After fifth paragraph, add: "When the Contractor
supplemental fine aggregate, each such supplemental
aggregate used shall be stored separately and kept thorou
t
I dry.
207-2 REINFORCED CONCRETE PIPE
The pipeline layout and connector pipe list required u
Paragraph 3, 207-2.1, is waived.
210-1 PAINT
Paint for striping shall be white or yellow as shown on plans
f
1
I
I
I
I
I
1
1
I.
I
I
1
I
I
i
1
I
212-1 LANDSCAPE MATERIALS
212-1.2.1 GENERAL
Fertilizer shall consist of organic material comprised decomposed animal and vegetation matter and composted to sup€ bacterial cultures. Fertilizer shall be "Gro-Power" or apprc
equal.
212-1.2.5 MULCH
Mulch shall be clean, natural wood cellulose fiber. Natural t
cellulose fiber shall be processed in such a manner that it t
contain no growth or germination inhibiting factors and shall
dyed green to facilitate metering or materials. It shall
manufactured in such a manner that after each addition
agitation in slurry tanks with fertilizer, seed, water and ot
approved additives, the fibers in the material will bec
uniformly suspended to form a homogeneous slurry: and that i
hydraulically sprayed on the ground cover impregnated unifoi with seed: and which, after application, will allow absorption of moisture and will allow rainfall to percolate the underlying soil.
1'
212-1.2.6 HUMECTANT
HL-80 Humectant or approved equal.
212-1.2.7 SOIL BINDER
Terra Tack I11 or approved equal.
ADD:
215 FILL MATERIALS
Soil materials in general shall be free of debris, roots, wc scrap materials, vegetable matter, refuse, soft unsc particles, and deleterious or objectionable matter. General I fill and embankment material shall conform to the genj requirements for soil materials whether they are obtained on or from a local borrow pit. Representative samples shall submitted to the Resident Engineer for approval prior placement by the Contractor.
Excavated materials may be suitable for slope embankment. It be necessary to stockpile the suitable excavation materials u such time as it can be used for slope embankment. Costs stockpiling and double hauling shall be borne by the Contra and no.additiona1 payment will be made therefore.
Fill material shall provide an gfRtr value greater than (sixteen) when compacted in place.
lii
I
I SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS
- SCHEDULE REOUIREMENTS
The prime contractor is required to prepare in advance and subn the time of the project preconstruction meeting a detailed crj path method (CPM) project schedule. This schedule is subject t
review and approval of City.
The schedule shall show a complete sequence of construction activj identifying work for the complete project in addition to work reqt
separate stages, as well as any other logically grouped activj The schedule shall indicate the early and late start, early anc finish, 50% and 90% completion, and any other major constri milestones, materials and equipment manufacture and delivery, ties, float dates, and duration.
The prime contractor shall revise and resubmit for approva schedule as required by City when progress is not in compliancc
the original schedule. The prime contractor shall submit rf
project schedules with each and every application for monthly prc
payment identifying changes since the previous version of the scht
?'he schedule shall indicate estimated percentage of completion fo item of work at each and every submission.
The prime contractor shall also prepare and submit bi-weekly t City, beginning at the date of the Notice to Proceed, a twc schedule identifying construction activities to be taking place t that two week period.
The failure of prime contractor to submit, maintain, or revi:
aforementioned schedule (s) shall enable City, at its sole elel
to withhold up to 10% of the monthly progress payment otherwise d
payable to the contractor until the schedule has been submitted
prime contractor and approved by City as to completenes
conformance with he aforementioned provisions.
I.
I
I
I
I
I
1
Io
I
I
I
8
I
I
Re
I
300-1 CLEARING AND GRUBBING I 300-1.1 GENERAL
DELETE the second paragraph and SUBSTITUTE the following:
Clearing and grubbing shall consist of removing all natura artificial objectionable materials from the limits of propost construction, road approaches, and such other areas as may be sh
the Plans or Specifications. This work shall be performed in a of the grading operations.
I
I
B
E
I
I
8
b
i
I
I
i
T
I
I
I
300-1.3 REMOVAL AND DISPOSAL OF MATERIALS
300-1-3.2 REOUIREMENTS
a) Bituminous Pavement:
DELETE the second sentence in its entirety and SUBSTITUTE following:
Brick rubble, broken concrete and broken asphalt paven originating from the project must be disposed of at Contractor's expense off the work site and shall not
incorporated in any fill. No such materials may be imported 1 outside the project limits.
Add the following:
I.
b) Removal and disposal of existing pipe (18'' RCP
c) Removal and disposal of interfering portion of
d) Protection of existing signs.
e) Removal and salvage of existing signs.
f) Perform miscellaneous grading as shown on the
I and 12" PVC) .
existing barbed wire fence.
plans.
300-1.4 PAYMENT
Add the following:
Payment for clearing and grubbing shall be made for the Lump
Contract Price according to Subsection 300-1.4 of the Stant Specifications. All items designated for removal, dispo
protection, replacement, and salvage shall be included in
Lump Sum Contract Price for clearing and grubbing. No additi compensation will be allowed therefore.
306-2 UNCLASSIFIED EXCAVATION
All material that is excavated and which requires removal
the site shall be removed and disposed of by the Contractor
legal disposal site. Cost for removing, hauling and disposin such excavated materials, including all permits and other a
ciated costs shall be included in the bid price for Unclassi
Excavation, as described in Subsection 300-2.9 of the Stan
Specifications.
Ii
I
I
1
I
I
P
b
i
II
The method of determining quantities of excavation shall be surveying or cross sections of the excavated area prior to, after, excavation. Cost for determining quantities of excavat shall be included in the bid price for Unclassified Excavatior
302-5 ASPHALT CONCRETE PAVEMENT
A prime coat is not required for this contract. A seal coat
required and shall conform the Section 302-5.9 of tl
supplemental provisions.
Modify Section 302-5.1, General, as follows:
Paragraph 1, replace "Section 203-6" with "Section 400-4 .(I
Last paragraph, add: I'All testing of underground installat at any given point shall be completed before the surfacinc
placed at that point.Il
Modify Section 302-5.2, Prime Coat, as follows:
After "grade Sc-250" add Ifor MC 70."
Modify Section 302.5.5.2, Density and Smoothness, as follows:
First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm).
Modify Section 302-5.5.1, Rolling General, as follows:
Second paragraph, Part (2), add:
"Vibratory rollers shall be limited to breakdown, un
otherwise directed by the Engineer.:
After last paragraph, add: TJnless directed by otherwise
Engineer, the initial breakdown rolling shall be followed 1
pneumatic-tired roller as described in this Section."
To Section 302-5.8, Measurement and Payment, add:
Cost of labor and materials for the seal coat shall be incl in the unit price bid for asphalt concrete.
r.
I
a
I
B
E
I
I
I
I.
I
Add the following:
302-5.9 SEAL COAT
m f All asphalt concrete surfaces shall be seal-coated unl
otherwise specified. The seal coat shall consist of a coat
asphaltic emulsion and a cover coat of sand. The asphal
emulsion shall be mixing type conforming to Section 203
"Emulsion Asphalt." Sand shall be clean and dry.
Immediately before applying asphaltic emulsion, the surface tc seal-coated shall be thoroughly cleaned of all dirt and IC material. Asphaltic emulsion shall not be applied when
street is overly wet or when the atmospheric temperature is be
50 degrees Fahrenheit.
The asphaltic emulsion shall be applied by use of a PC
spraying device that uniformly applies the emulsion to
surfacing at a rate of 0.1 to 0.15 gallon per square yard.
distributor spray bar shall be equipped with asphaltic emuls: type spray jets. Curbs, gutters, and other adjoii
improvements shall be carefully protected from the emulsion, any such improvements spattered or touched with emulsion shall carefully cleaned.
Immediately after the application of asphaltic emulsion, a c(
coat of sand shall be spread at the rate of 6 to 12 pounds
square yard. After the sand has been spread, any piles, rid(
or uneven distribution shall be broomed to maintain an even 1; over the surface. Five days after the seal coat has 1
applied, the surface shall again be broomed and any excess : shall be picked up and removed from the job. The Engineer authorize the sand to be broomed, picked up and removed from job after 2 or more days.
I
4
I
I
I
1
,b
I
1
1
I
I
I
I
II 306-1 OPEN TRENCH OPERATIONS
RCP shall have a minimum cover of one (1) foot below fink grade. Bedding may be aggregate base per these specificatic Compaction shall be a minimum of 90% density and backfill s' be mechanically compacted.
E.
I
I
1
1c c
I
I
io
R
t
I
I
I
1
I
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS
DELETE this section in its entirety and SUBSTITUTE the followi
307-1 GENERAL
This portion of 18Construction Methods" regarding llSignal
Lighting" shall conform to Section 86 of the State Stand
Specifications and other applicable sections as mentioned
Section 86, and the following Special Provisions.
t
D 307-2.1 DESCRIPTION
Furnishing and installing a flashing beacon shall conform
Section 86, llSignals and Lighting," of the Stand Specifications and these special provisions.
307-2.2 SCHEDULING OF WORK
Scheduling of work shall conform to the provisions in Section
1.06, "Scheduling of Work, It of the Standard Specifications
these special provisions.
The Contractor may perform subsurface work consisting of
installation of conduit, foundations and detectors, prior
receipt of all electrical materials and these special provisic
No material or equipment shall be restored at the job site UI
receipt of said notification by the Engineer. The job site SI
be maintained in neat and orderly conditions at all times.
307-2.3 FOUNDATIONS
Foundations shall conform to the provisions in Section 8-2
"Foundations, I( of the Standard Specifications and these spec
Portland cement concrete shall conform to Section 201 of
Standard Specifications for Public Works Construction.
concrete shall be class 560-C-3250.
1 provisions.
307-2.4 PAYMENT
Payment for signals and lighting shall conform to the provis
in Section 86-8, tlPayment,tl and the Standard Specifications.
Payment shall include furnishing and installation of the requ
conduit and no additional compensation will be allowed theref
E.
I
t
1
H
B
i
I
I
b
li
8
1:
1
I
1
I
308-4 PLANTING
308-4.8 LAWN PLANTING
308-4.8.2 SEED
Modify the first section as follows:
Planting seed on slopes will be accomplished by Methoc (Hydraulic Method) "Hydroseedingtt.
Add the following paragraphs to b) Method B:
The slurry mixture shall consist of the following proportior
ingredients:
Seed - 59 lbs/Acre (See plans for specie
Wood Cellulose Mulch - 2,000 lbs/Acre
Fertilizer - 2,000 lbs/Acre
Humectant - 100 lbs/Acre
Soil Binder - 100 lbs/Acre
1.
EcruiPment - Hydraulic equipment used for the application
slurry shall have a built-in agitation system with an opera
capacity sufficient to agitate, suspend, and homogeneously above slurry. Distribution lines shall be large enough
prevent stoppage and to provide even distribution of the sl
over the ground. In order to facilitate proper coverage,
must be capable of exerting up to 150 PSI at the nozzle.
slurry tanks shall have a minimum capacity of 1,500 gallons
shall be mounted on a traveling unit which will place the sl
tank and spray nozzles within sufficient proximity to the a to be seeded so as to provide uniform distribution without wa
Payment for hydroseeding including all work described in section shall be paid on a lump sum basis and no additi compensation will be allowed therefore.
310-5 PAINTING VARIOUS SURFACES
310-6 RAISED PAVEMENT MARKERS
Raised pavement markers shall conform to Section 85 of the S of California Standard Specifications and installed in accord
with the plans. Payment shall be included in 310-5, ItPair I Various Surfaces".
I.
I
I
1
1
1
1
I
I
U
I
I
1
I
li
P
510-1 GENERAL 3 Add the following:
The work shall be performed in accordance with the plans and
applicable State of California, Department of Transportation St; Plans.
Modify Section 310-5.6.10, I1Painting Traffic Striping, Pal
Markings and Curb Markings," as follows:
Fayment for all pavement marking, including raised pavement mal shall be a lump sum as proposed in the bid documents.
- F'LASKING SIGN BOARD
Contractor shall provide a new and unused Trailer Mounted Flashinc Eloard to be utilized during construction and delivered to the Cit:
completion of the project. The unit to be provided shall be E
series trailer train traffic controller with lunette eyelet dr;
28 lamp 1963-ACHAS Arrow Panel, electric storage battery and c:onverter for silent operation during construction of this projt If the unit is broken or damaged before completion of this projec
contractor shall replace and deliver to the City a new and unused
All operating manuals, instructions, and warranties are to be prc upon final delivery to the City.
I
b
Ri
APPENDIX
I
I
i
I
1
li
li
4.
I
c
I
I
I
I
b
1
City of Carlsbad Change Order Form
Project Sign Format
STANDARD DRAWINGS -- The following Standard Drawings are li:
for your information:
t
SAN DIEGO REGIONAL STANDARD DRAWINGS
D-1 Curb Inlet - Type A
D-7 Catch Basin - Type F
D-30 Straight Headwall - Type A
D-39 Inlet Apron for Culverts up to 42" Diameter
D-40 Rip Rap Energy Dissipater
D-75 Drainage Ditches I D-5 Dikes [Berms] -- Asphalt Concrete
STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION STANDARD PLAI
A20-A Pavement Markers and Traffic Lines Typical Details A20-B Pavement Markers and Traffic Lines Typical Details T-11 Traffic Control System for Lane Closure
Multi-lane Conventional Highways T-13 Traffic Control System for Lane Closure on
Lane Conventional Highways ES-3C Signal Heads and Mountings
ES-4C Traffic Signal and Highway Lighting Detz Controller Cabinet Details
Re
I
It CITY OF CARISBAD
KJBIJC WORKS PRaSEcT CHANG ORDER NO.
COm4cT NO. HJRU-iASE ORDER NO. ACCOUNT NO.
t
i CONTR4c133R'SNAME
8
1 '
1 =E:
I
B
I.
0 original contract amount $ Original contract days -
I
@ constsuction Inspector Date BY
I ProjectManager Date
1 micipal projects Manager Date
I
CONTR4CTOR'S ADDRESS
The Contractor is directed to make the follming changes as described herein.
shall include all labor, materials, equipment, contract time extensions, and i
goods and services required to implement this change. Payment stated on th:
order includes all charyes, direct or air&, arising out of this additional
is expressly agreed between City and contractor to be the complete and fir hereof. The requirements of the specifications, where pertinent and not in conf this change order, shall apply to these changes. This change order is not
unless signed by the city Manager and/or the myor.
b REASON FDR CHANGE:
m: TlME CHANGE:
w sum - Unit prices - Both- Deduct days -
Previous net changes $ Previous add/d&ct days -
New contract total $ New contract time -
Add days
Total this extra $ Add/deduct days this change -
CITY OF cFiFUSBAD 03NTRArnR
City Manager and/or Mayor Date
White - Job File
pink - Project Inspector
Yellm - contractor Gold - Furchasing with P.O. Cha
Bi
I
1
I
1
E
I
I
iii
n 4
0 W a
W l-a ZE og LL +#
L5! a 56 t- 2 0s a
a0 U cn
0 2 w I 0 Z a a
0 -I
7
wz
-
mu
z JZ
3;
0 zs -
m
W 3
I
I
I
I
8
I
Iii
a
X 0 X
X
W I-
-I
0 a a z - X
a
a s n a n
=o OI- 0 F W z
PC a t- W E 2 t- 00 2 - o o
.. )I
X 3r.r
7 - 35 aw
J+ rs
4% a 30
XE zr ig zz
os J a a $5 a
0 cr=
0
x=
7 D
I
8
I.
I
Bo
size - -- 4' min, 8' max.
SECTION C-C SECTION A-A IU OT ES :
1. See Standard Drawings 0-11 & 0-12
i!. Types are designated as follow: (no wing) A, (one wing) A-1, (two wings) A-2.
21. Exposed ed& of conmte shall be rounded with a radius of 1/2". 4. When V exceeds 4' steps shall be installed. See Standard Drawing 0-11 for details.
fi. Concrete gutter to match adjacent gutters.
ti. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin.
7. Provide 1/4' tooled groove in top slab in line with back of adjacent curb.
!I. Maintain 1 1/2' clear spacing between reinforcing and surface unlen otherwise noted.
for additional notes and details.
LEGEND
15' Typi =E 13. Surface of top slab shall be sidewalk finished to drain toward street at a slope of 1/4' per foot. 4
Revision ley Approved Date
Reference W fld. M-& ~
Rebar q 3nb! 4-86
SAN DIEGO REGIONAL STANDARD DRAWING ~~~~~~''?&~,&~E -
D RAW1 NG NUMBER 1
- &dk& I CURB INLET - TYPE A
I !
I
B
b
I
I
I
I
I
It
1
8
I
SECTION A-A SECTION B-B
4-84
- 4' -
PLAN
NOTES
1. See Stapdard Drawing 0-1 1 for additional notes and details.
2. When V exceeds 4' steps shall be installed. See Standard Drawing 0-1 1 for detaiit
3.. Exposed edges of concrete shall be rounded with a radius of 112":
4.. Openings on both sides unless otherwise shown on plans.
LEGEND ON i
---- 5. Maintain 1 1/2" clear spacing between reinforcing and surface. ----$5J
RECOHYENOEO BY THE Revision By I Approved Date . SAN DIEGO REGIONAL STANDARD DRAWING RECI,ONAL nANOARoS c
, Rebar 7x4 3tr.d. /o-?z ~~~- ~ ~O~O~NIW R.C.E. 19807 Lao 24s. I +-a
I 0 RAW1 NG SATGH BASIN - TYPE F
NUMBER D'
I'
1(
1
I
1
I
B
E LEVATION DOUBLE HEADWALL ELEVATION SiNGLE HEADWALL
N DOUBLE SINGLE
L steel co
m D H' L sg 8 Lbt CY.
12" 2'- 8" 5'- 0" 35 0.60 8'- 0" 50 0.94 Rounded pipe ends, 5 79"p
- 15" z-11- 6.0" 40 a75 y-6" 60 1.17, tH 18" 3'-2" 7-0'' 50 0.91 10'-6" 75 1.35
21" 3'-5" 7-6" 60 1.02 11'-6" 90 1.52 1 II!
see drawing D-6l.T7 ~
24" f7.n - 27"
30"
33"
36"
7 lR"U7 2' -0" 1/2"
SECTION w
42"
i
I 45"
48"
51"
54"
3'-8" 8'-6" 75 1.20 12'-6" 100 1.72
Y-11" !3'-6" 85 1.39 14'-0" 115 2.00
4'-2" 10'-0" 85 1.52 15'-0" 126 221
4'-5" ll'-O" 100 1.73 16'-0" 130 2.42
4'-8" 12'-0" 105 1.95 17'-0" 145 2.65
4'-ii" 1r-r 130 2-09 i8'-0" 170 2-88
5'-2" w.6 140 234 ig'-o" 185 3.13 5'-5" 14'-6" 150 260 20'-0" 195 3.38
5'-8" 15'-0" 160 275 21'-0" 200 3.64
5'-11" 16'-0" 180 3.03 22'-6" 225 4.02
6'-2" 17'-0" 190 3.31 23'- 6 240 4.30 - I
1
1
I
1.
NOTES
1. Concrete shall be 560-C-3250
2. All reinforcing steel # 4 bars. All vertical and horizontal
tie bars 18" maximum spacing.
LEGEND ON PLANS II ------ - -- -- - -
Revision I By Approved SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED 81 THE SAN DIEGO
REGIONAL STAHOAROS CDMMITrEE Conc. b ,* &LM<&f --___- &u /975
STRAIGHT HEADWALL - TYPE A c,.. I il,lm, K r c two7 oatt
D RAWING [CIRCULAR PIPE) NUMBER D-30
ma
1
I
I
1
I
1
1
1
1.
I
I
1
I
I
I
I
I
I.
r.
r--- r--7 I
b, I
I + I
B' X r - m/io WWF
0
Y c L+ c- I
56042-3250 Conaete or L Air Placed Concrete (optional)
I
I
I I I
f c--
1-
- !
-- - -- .-
Min 6" around pipe inlet
t.c----c
2' . 0'' SECTION A-A*
1.5 D + 9" E eJ Inlet constr. 5 'i 1-5 D f 9" 6"- sym. about Q
innallations +-x -\ \,!%< X" Slope varies
J - A7 -1
L
SECTION B-B SECTION C-C
NOTES
1. When more than one pipe is used the profile view shown shall hold for the distance
LEGEND ON across all pipe openings. Sections A-A and E-E shall be from the outermost plpe. The
distance between pipes shall be 0/2 for round and Span/3 for arch pipe. ( 12" minimum )
2 Culvert shall be cut off even with apron surface when required by the Agency. la 3. Use Inlet Apron only where a flared end section can not be utilized.
4. Place weep holes when required by the Agency.
Revision By1 Approved Date
7- 74
Conc. 4' 3*18 -?6
SAN DIEGO REGIONAL STANDARD DRAWING ~:~~,",",f"~~,,~~~c
M.6 /O-BZ - &g/&/ INLET APRON FOR CULVERTS
UP TO 42" DIAMETER
Coordinaor R C E 19807
ct. 6-8 4
I D .DRAWING NUMBER
:::'i-A %A D q <
I
I
8
1;
B
?t
0 = Pips Diametsr
W = Bottom Width of Channel z
tj I--
-5 f;
I: L
C~ .- E
C cy
tr
I
8
I
I
I
1
I
Sill, Clan 420-C-2000
Concrete
SECTION A-A
PLAN -
NOTES:
1. Plans shall specify:
A) Rock clan and thickness VI.
B) Filter material, number of layen and thickness.
2. Rip rap shall be either quarry stone or broken cone (if shown on the plans.) Cobbles are not acceptabl
3. Rip rap shall be placed over a filter blanket which
may be either granular material or plastic filter cloth.
4. See standard special provisions for selection of rip rap
and filter blanket
5. Rip rap energy dissipaton shall be designated as eith
Type 1 or Type 2. Type I shall be with concrete
Type 2 shall be without sill.
SECTION B-B
SAN DIEGO REGIONAL STANDARD DRAWING sill, filter AECOMMEFIOEO BY THE SAN OIEGO
REGIONAL STAHOAROS COYHITTEE
RIP RAP
EN E R GY D 1 S S 1 PAT0 R DRAWING NUMBER .D-40
B
I
I
with 1'h"xlX' 17 gag0 stucco
netting. be rounded at the option
of the Contractor.
TYPE A BROW DITCH TYPE B
B e:
TJ .- Dl E .- U c E 3. a z e
a
W (D a. u - ..
.E 2' min 3' min . 6 D- a- -
1
I
1
1
I..
TYPE C TERRACE DITCH NPE 0
NOTES
1. Longitudinal slope of lined ditch shall be 2% minimum.
2. Over slope down ditches shall employ 6" thickened edge section
at both sides of ditch.
LEGENO ON ==--
SAN DIEGO REGIONAL STANDARD DRAWING ~~~~~&~(!&&~ Revision By Approved Date
< 7-7
.B. 10-g . WdU
Coordtnator R.C.E. 198C;
ORAINAGE DITCHES DRAWING NUMBER D
2ErZ 5. 1
b
I
I
E
I
8
I
I.
I
I
I
I
II
I.
8
i
I
a I.
1
.
4" 5" 4"
LI b[ I 1J' -
TYPE A-SECTION TYPE B-SECTION
Height K', 8", or 9" ar indicated on plans -f7&7& 2. -2 I-+ Lra2
- I- 8" -4
X
-
2H .t 6-
TYPE C-SECTION TYPE 0-SECTION
Slope end of dike I : 1 when not joining other improvemena
APPROX. DIKE QUANTITIES
TYPE TONS/LIN. FT.
A 0.0250
ALL TYPESSIDE VIEW B 0.0375
C-6- 0.0375
C-8" 0.0583
c-9" 0.0702
D 0.0062
NOTES
1. Dike is to be placed on a minimum 2' of A.C. road surfacing, extending
throughout the width of the dike.
2 AR-8000 grade asphalt to be used for all dikes
3. AX. dikes may be shaped and compacted with an extrusicn machine or other equipment capable of shaping and cornpactrng the material to the required
cross section.
LEGEND ON PLANS
Type A Dike
RECOYNENOED BY THE Revision By I Approved Date SAN DIEGO REGIONAL STANDARD DRAWING REG,ONLIL STANoAROS
I - a.M&L/
tonrdmta ALE 19807 DlKES [BERMS] - ASPHALT CONsRETE ' DRAWING
L NUMBER ( j
I
1
8
4
I
B
I(
1
i
1
I F
> < 0
111 p
si * ail+F4 4 7B 2 ttt I:
2% 54 L qj 115 I ii it%' $ ifi
I , :
i i 5 in 1Z ij: ! 13 6 9- 'i I\ QTj io! t
3 cnl
--I g9
J $ 1::
5 -I $1, - kt t kt' ktt gl t kt t &tt bp
f z h sim :L $ I;$:+ ) = =E ;fo ;& SLb ri
t to, 111
si * 10 ffD io fo g?g L i$ p 0
$9 "0 I,! tfo iZ
5% e= ! $1 ji It.!
ZS 1 I ,:
"5 1 Ln fin $3 ~
c! ;A4 ; a & $io 4 ti' t b't 6' t b' t 6
I
I
I
I
I
I
1
1
I m
1
I
I:
I
1
I
1.
*cu 4 00 00
4
Hi
I
I
I
I
I
I
I
I
b
II:
I
E
i
I
8 r
8
lii
m
8
I
I*
I
I
1
1
4
I
I
I
I
I
I
I
II
lii
I.
1-13
d
@: %5 5, t
A+G :I q 1 ;la-& e 8< A4 f z q;;]! jIr i! gpx '5 $5 8
i!i [i
P w- 0. l! rH 0 @ x e%- :/;LL;- *,.
is Is::
:: y
: ;Ei E-
,?X! -. ? *zi %:
.= .*' $
4. m : ~ I! .: 6o:
1e-- f :
0
a
-5-5 ,- r- -5 @. i if' ;; [e !it4- 4:: jf EE Sr 2g CW 9
! d 3 Emo g *b\\;IF ,i 1
- *E
a 3 :J W"2 z 36 y E g RSg z: 3 0s @ It a
i-t
I; IB
E JI L h h i I1 cr I;;.;; L'J
a t SECL I:
1 iip
i I I
e
*I
" . _----------. t
--------___ Ihq 3 ifliQ gtt;:'
;# Y& $g
Ba a) 8s' f, ;ti:
ft I iyl id j\i$ pi J!#l "B r"!f ".pi fr; hi
tJ I~Q,,,ggajii Ii tt-@8 ..--
rg p ii# qj on v - I & 'f -.- --01 3- fl f ilj ;$a tfi p1 I!$ ii Vi! ggtq 0'- 8 glst.1 H8 Iyig,ge& as * a
iii t- *> \/g 0s
;[ #ab I,€ f;H I,( 0 I? b. 8 li:
I c
,8-
E$ taab
dB gs 11 I --
0 & 11 +\ --s==
rr-
* @ 0
97
ES-3C
c ?
5: b 1’ : 5: z Eo
f 39 x 0 O0 v)
5: :; 5 2
me m- o g:
I- %
- cn v)* (3-
1
L cnz
3 I +5
P i: In f: P sz
I
II
I
I
1
I
4
823’?-i- ,& 13; i 2 gz i5 st= 6 8 v) 83 2s “C g; k z i Id9 i z a* ; 4 ,< d .
I’
: aw 1 m- Q _1
I-? :i 0 p B B i 3s >B w ; 2s Kf
- 43
VF ($ v) B gE
s :: XUOJ~ 10 wuxna 0 X a2 YC - K; qs ‘m
$6 ‘E
P kz VE BB ,+zG ij e,: 9
2 *2 01 v)
t
N -
E-. ’p
0 i5;g -. : z 14-
Bo - - 2 ?E g := ti t’ fl &_.
0: . :: : :
e9 .*;g fr f z zi 4;
2; ;;
2 8 55
OW
L Eg ktE z:-: :: E! p = -5 z =; $E c x b w > .= 05. CyL+/ bJE :;
0’ 3 00 rS
52 a ** 3: = -r=
go
Ut ?1 L 0 :: Y 2: €
9” E
&a,
’so 2 Qo, w f: -
cr ;in
Pl 3
‘. *;, ;tK ., o a m 55 >J
a w C- [ti :, z7df
n\C
w
0 -I H: g=r% v)
3-i2 z I
I
I
1
I
I
I
lii
I- v, bc 00 2 C w zw
x‘ A F: u I- - v) r
I- ; 2 -.s J55: 5
O - - -
A U z
v)
g w %E)
D YE
2- fa J
‘3
* a z
- -0 3 J E: b--q], I
1+$- !j
og;& - -4
g,?z I-
* Ea;; 0 -
E: $2:; Q _= = - ;ot ;b E: 1; L
wjz; * Q z 02; v,? ig= ! !l ;; i w;;
U 2 ;> n &;&e,
w J / ‘ 6r”Tf-”t
-0 4 ::Z$:; - 00: $ 0
u
J J 3 r 0
E 0, o W>O
L
C+ g., ;;%
$2 e.x
0. 0
Y Q 2 Er
e - 5% 55
4 c il .”: S-i
c-
1 97
I
I
I
I
I
1
1
I
b
I
I
II
I uu
I
I
I 202
!io
jz90 I 52- L
3 m
J LL
+-I
a
P
June 19, 1991
Daley Corporation
P.O. Box 20188
San Diego, CA 92120
Re: Bond Release - Project No. 3315 - Interim Road Improvements to Rancho Sant;
Road
Per instructions from our Engineering Department we are releasing the following bc
.which is enclosed so that you can return it to your surety:
Performance Bond No.
11141337011, The American Insurance Co.
Remaining $78,890.50
<f&* /
KARENR. ND
Assistant City Clerk a
IEnc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2f
-WITE IT- DON'T SAY?!
L
#
Date L 26 __
To Lk. -4v a Reply Wanted
From Karen Kundtz, Assistant City Clerk UNO Reply Necessary
69
Re: Bond Release - I & 33Z.r- P&444%-=4
t /'
Our records indicate that the
above-referenced subdivision/project is eli{ible for release.
your written authorization/approval for release.
the status, and if release is 0.k. t.
w v L/ --
J<2 mw bond for the
L/
We need
Please let me know
LkJt-L&,~ #&,
=JJ-?2& &7?45
Thanks,
.zz ///9/3370// T+ &L * k4.S.. Lzb
AIGNER FOFlM NO 55032
O'K -b WIL454
RELEASE APPROVED BY:
4 Inspe w I
RELEASE APPROVED BY RELEASE AUTHORIZED BY: / 1 k
RICHARDb E. COOK Principal Inspector PdA nior hspectF $dk
V’ ri I t I I - UUI\ I tiAY ! 4
Date L d-6
e
To /&At. -47, @!Reply Wanted
From Karen Kundtz, Assistant City Clerk UNO Reply Necessary
(7
Re: Bond Release - c & Sd/r--- Pk7L4-4
4 /’
Our records indicate that the
above-referenced subdivision/project is eli<ible for release.
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
r W u --
ds? mu bond for the
We need
L2gd&J4* gfi,
Jf2@LJf - Thanks,
.iz ///54/337D//
&- * %. 46
4’- 1
1
PI AIGNEA FOFlM NO 5!%32
I
December 11, 1990
Daley Corporation
P.O. Box 20188
San Diego, CA 92120
Re: Bond Release - Interim Roadway Improvements to Rancho Santa Fe
Project 83315
Labor & Materials Bond No. 11141337011
The American Insurance Company
’ $157,781
The bond is enclosed so that you can return it to your surety.
,g&ET Assistant City Clerk
Enc .
c: Eng.
_______._____ -.... _______ _.___ ___ ___. ___._ _._..-._ __ ..____ ..-. .. . ._ ..... 1200 Carlsbad Village Drive - Carlsbad, California 92008 0 (619) 434-:
4 'V1QITE IT- DON'T SAY e!
- Date 4
Reply Wanted
/I > F / /$&f&&j
c
Frorn UNO Reply Necessary --dtzyrA&~:G;~ Rie: Bond Release - -aZ4,-us
Our records indicate that the bond for the
above-referenced subdivisionlprojLct is eligible for release.
your written authorizationlapproval for release.
the status, and if release is 0.k.
v
We need
Please let me know
Thanks,
5L
AIGNER FOFlM NO 55032 PR
I
-WIT€ IT- DON’T SAY @
_- Date ’4
Reply Wanted To L) I. :f&%gJ, &, F
From Karen Kundtz, Assgtant City Clerk UNO Reply Necessary
RE: Bond Release - &~d*WL%&&&&&/t&&&%
Our records indicate that the bond for the
above-referenced subdivision/project is eligible for release. We need
your written authorization/approval for release. Please let me know
tlie status, and if release is 0.k.
W
Thanks,
2ZjL
AIGNER FORM NO. 55032 PF
‘J
May 18, 1990
Daley Corporation
P.O. Box 20188
San Diego, CA 92120
Re: Bond Release - Interim Roadway Improvements to Rancho Santa Fe
Project No. 3315
The Notice of Completion for the above-referenced project has recorc
Therefore, we are hereby releasing 75% of the Performance Bond.
Please consider this letter as your notification that $236,671.50 o
The American Insurance Co. Performance Bond No. 11141337011 is here1
released. We are required to retain the remaining 25% for a period
of one year. At that time, if no claims have been filed, it will
be released.
The Labor & Materials Bond in the amount of $157,781.00 will be elil
for release six months from the date of recordation of the Notice o
Completion, on November 9, 1990. A copy of the recorded Notice of
Completion is enclosed for your records.
Z,y& Assistant City Clerk
Enc .
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2
* ! * 512
Recording requested by: I 1 CITY OF CARLSBAD 1 I When recorded mail to: I I City Clerk I City of Carlsbad I
1 1200 Elm Avenue I Carlsbad, CA 92008
Notice is hereby given that:
1.
2.
3.
4. 5.
6.
7.
Space above for Recorder's Use
14QXCE GF COMPLETICN
The undersi ed is owner of the interest or estate stated below in the prop
The full name of the undersigned is City of Carlsbad, a municipal co oration The full address of the undersigned is 1200 Elm Avenue, Carlsbaz Califor
92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completec December 27, 1989. The name of the contractor, if any, for such work of improvement is D Corporation. The pro erty on which said work of improvement was completed is in the Cit
Construction of improvements to Rancho Santa Fe Road between La Costa Ave and Questhave Road. The street address of said property is NONE.
hereinafter r escribed.
Carlsba B , County of San Diego, State of California, and is described as follc
8.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, CA 92008; the City Engine€ said City on &,Lf- 3 , 19% accepted the above described work as compli and ordered that %I Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correc
Executed on a q , 19% at Carlsbad, California.
CITY OF CARLSBAD
City Clerk
EXHIBIT 3
-2,: jl (: d w * ,*' .,x.
% <,'
,/ , 4 ;,;' ?">
, 1-
Jahn Burnkam L Comaany
613 Host Asn sasee-t
P.0. $ox 2912
Sm fliegor CA 92lq2-4Zl5 _" 111 I_ I-I- 1 - - I 1111 I I__- I - 111 I I
Asgon.3uz Insurenccf Coinpsny
COMPANIES AFFORDING COVERAGI
COMPANY LETTER A
COMPANY LETTER B
SUB-CODE
Daley Corporstion COMPANY LETTER c Grant 'v i 11 i? S ts ti ~n P.0, ?fox LC'f?.s
COMPANY LETTER E
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
ALL LIMITS m POLICY EFFECTIVE POLICY EXPIRATION DATE (MWDDIYY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER
_I- -I A GENERAL ILIABILITY LF77i@2002011 5c$j /$dG 5/31 131 GENERALAGGREGATE I.
PRODUCTS-COMPIOPS AGGREC
PERSONAL & ADVERTISING INJl
EACHOCCURRENCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one per
111 I IIx -
-_- OWNER'S 8 C
I
A AUTOMOBIILE LIABILITY BA775Lj205201:~ 5/01/83 5/1%1/93 gzy" $
I I -3 LIMIT
ALL OWNED AUTOS BODILY
SCHIIDULED AUTOS (Per person) INJURY $
X HIREDAUTOS BODILY
X NON OWNED AUTOS (Per accident) INJURY $
PROPERTY $ DAMAGE
GARAGE LIABILITY
111 ___ - L" 1111111111-
OTHER THAN UMBRELLA FORM
1 " III_I xI_x 1 ' WORKER'S COMPENSATION WC??SCL3U231 c 5m-1 iw 51s;~ 131
EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATlONS/LOCATlONS/VEHICLESIRESTRICTlONS/SPECIAL ITEMS
RE: PROJECT #3315r I"Tt%lM 3OAO%kY
CITY OF C,4RLS?jAD
1200 &Xa7FSSk)3 VILLAGE <3ZIVF
Bi9RCHA SING D EPA RiNERf LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO
April 4, 1990
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion
Construction of Improvements to Rancho Santa
Fe Rd. between La Costa Avenue and Questhaven Rd.
Daley Corporation, Contractor
Notice of Completion
Construction Management Services,
Contractor
Notice of Completion
Tennis Courts at Carlsbad High School
Saturn Electric, Inc., 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.
CT 84-2/CP-270
$& Assistant City Clerk
Encs .
- - 1200 Carlsbad Village Drive - Carlsbad, California 92008 * (619) 434-28