Loading...
HomeMy WebLinkAboutDarwin Construction Co; 1961-08-03; 1-13'J' 31 c/sy OF c-/:&L -# i 0 /+?! [> i FJrq & I! * /i "b I L i i CITY OF CARISBAD ! ; i ' San Diego County 0s: /<- &. /, 2 3 /%q&d'. 4' California I i COMTRACT DOCUFtEWTS & CONSTRUCTION SPEC IFICkTLGNS r I i .: I i far Yl ti I I STREET IMEROVWiENTS I on I I BEECH AVEYUE I FROPI STATE STREET TO ROOSEVELT STKEET PROJECT NU. 1-23 f June 6, 1961 w , i I I b 1. 6 L.' INDEX NOTICE IMVZTIMG SEALED PROPOSALS INFORMATION FOR BIDDERS PROWSAL BID BQND < AGREB4ENT AMD CONTRACT .L BOPSD FOR FAITHFUL PERFORMANCE BOED FOR LABOR AND MATERIALS GENERAL CUMDITIONS CONSTRUCTION SPECIFICATIONS . Car hsbad fr 0 $%A 0 CITY OF CARLSBAD NOTICE &ITTNE SEALED PRBKISALS FOR %%E CGFTSTR~ICTZOB~ OF STREET WROVWENTS BEZCH AWWE PROJECT R5. 1-13 Pursuant to a motion by the City Council of the City of Carls&ad, CalBfornii ordering the work described as follows, to wit: The Construetion of street improvm.@nts, including appurtenances and appurtc work in connection therewith Pn BEECH AVEFIUE, STATE STBEET TO WM)SEqWLT STRE known as Project Bo. 1-13. made to the Construction Plans on file in the office of the City Clerk sf SE City of Csrlsbad and to the specffications for the said work heretofore ado! by said City Council and an file in the office of the City Clerk of said Cft and all of said constructfon pfans and specifbcat3ons heretofore approved kq the City CwnciX of said City are incorporated herein and rriade a part hereof and reference is hereby made thereto for a more particular descriptfon of sc work o Said City CounciL, pursuant to the Labor Code of the State of California, hz ascertained and determined that the general prevailing Pates of wages in the craft and type of worlcman or mechanic needed to execute the contract, and a3 the general prev,i€fng rate for legal holidays and overtime work for eaeh cj or type of workman or mechanic, to be as follows: Classification Rate pel Air Compressor Operator 3.53 Asphalt Raker and Ironer 3049 A-FTarce or Winch Trttck Operator B For further partfcu€ars, reference is hereby L locality in ~hlch the said work herein described fs to be performed, for eat 4.01 Asphalt or Concrete Spreading, Kechanical Tamping 05 4.31 Carpenter 4-05 Cement 04ason) 4.35 Cement Dmperi (car l yd. or larger mixer and handling bulk cenent) 3.49 Concrete Curer (impervious membrane) 3 043 Concrete Nixer Operator (skip type) 3.77 Concrete Mobile mixer Operator 4.41 Cribber and Skorer 3.54 Cutting Torch Operator (Demolition) 3.33 Equipment Greaser 3.77 Fine Grader (Highway, Streets, Sewer and Drainage Lines) 3.38 Flapan 3.28 Grade-all Operator 4.41 Laborers (general ~t construction) 3.28 Hydro-Hammer Operator or similar type equipment 4001 Layer of nun-metallic pipe 3.59 Concrete Sawman (excluding erzctor type), Roto-scraper, Chipping Ramer, I Concrete core cutrar and Fom. blow 3.49 1 b Finishing Hachine Operator (all types and sites) C C a f 1 sbad Notice - 1 e * %. Classif icatfon && Maker and Caulker sf non-rrretallic pipe 3.4' Wortaman 304' Hotor P~~XQP Operator 404: Oiler and Signalman 3,s: 3.4' Oshkosh or DM-ZO or Zourneaapull Operators 4.3' P~V~ZIER~ Breaker Operator 4.3' Reinforc ing Iron Marker 4-21 Repairmen (Iieavy Duty) 4.3' Repgtfrman* s Helper (Heavy hty) 3.7' Roller Operator 4.1: koad Oil Mixing Nachine Operator 4- 3 Screed Operator 4-1: Skip Loader Operator - Wheeltype - 3/4 yard or Less 3.7i Skip Luader Operatar - kltneeltype - 314 yard up to and including 2 yards 4.1: Table Power Saw Operatar 4.1: Trace= Operator - (Drag type shovel - bulldozer, taper, scraper or similar type) 4-31 manufacturex's rating) 4.41 Operators and tenders of Pneumatic and Electric Tosls, Vibrating Hachines and sinilar mechanical tools Tractor Operator nith Boon attachment Truck kiwer - Dump Trucks = less than 4 cu, yd, water 1ewel 3.4; water level 3.6( water level 3.,63 4-41 Trenching Hachine Operator (over 7 ft- depth capacity, - 4 CU. yd. bot less than 8 CU. yd, - 8 cu. yd, but less than 12 cu. yd, - 12 to 16 cu. yd, water level 3.7: ... *C over 16 cu. yc, water level 3.9: - water trueks- under 2500 galions 3.6: - 2500 to 4080 gallons 3.7: - Road oil spreader trucks 3,7f - 3ootmen 3-91 Transit-Mix truck drivers - under 3 cu. yds, 3Q81 - 3 cu. yd. or nore 3.95 Truck Greaser and Tfreman 3.9c Universal Equipmnt' Operator {shovel, dragline derrick, derrick- 4.41 Winch Truck Drivers of A-Frame 4-33 Any Classification omitted herein, not less than 3 -28 barge, clamsheft, crane or pile driver) W at chmn 3008 The above listed rats are based upon a working day of eight (5) hours, be proportionately applicable to eight (8) hours or less of employment in any calendar dey other than Saturdays, Sundays and the folbwing seven (7) leg holidays, tu wit: Hew Year's Day, Hernorial Day, Fourth of July, Labor Day Veteran's day, Thanksgiving and Christmas, where any work is required fn c of extraordinary emetlqency caused by fire, flood or damage tu fife or prop For any working tbe of more than efght IS1 hours in any me (1) calendar and for time worked on Satutdays, Sundays and any of the aforementioned ha not less than one and one-ha1f (l 112) times the specified rates shall be Carlsbad e6otiCe - 2 0 e B provided, however, that notvkthstanding the general ptwisisas hereinabove i forth, the straight rates &' specified for flagmen, guards, or watchsen s'nal be applicable to a Rlgximm dsf eight (8) haws of employmerat per catendar daj including Saturdays, Surtdays and holidays for a tbtal sf not over fsrty (40; hortrs per week, but: not less than one and one-half (1-1/2$ tims such specii rates shall be paid to said flagmen, guards, and watchtnea' for any time warkc tn ea~eess af eight: (8) hours per day or forty (40) hours per week. It slzall.be nzadkdatory upat the contractor to whom the emtract is awarded ax upsn any subcontractor =der him, to pa$ not less than the said specified ri to all laborers* workmen, and mechanics employed by them in the execution 0: the contract o WTICE IS HEKE3Y GIVEN iaviting sealed proposals or bids for doing all the work hereinabove described and ordered in said metfa ordering work, to be presented to the City Clerk at his office is the City Hall of said City up the hour oE me dclock (1200) P.M. en th w 19 61 o Julv 5 AlP bids presented shall 'be acccrmpanied by a seeurety fn an amount equal t0 least ten per cent (10%) of the bid submitted. Said security may be funis 8tL any OR12 Of the fQlbWiikg fOKUX3: (a) Certified Check =de payable to the City oE Carlsbad. (b) Bidder's Bond made payable to the City e€ Carlsbad, executed by i the bidder and the two sureties who shall justify, before any offi ctrmpetent to administer uath, in double the said amount and QV~T a &bavr?- all St8tUtoq -tio3lS+ (c) Corporation Surety Bond to the satiseaetim and approval of the Superintendent of Streets. The contractor to whom an award may be made will be required to furnish wit contract two surety bonds, one faithful. perfomace bond in an amount equal b8S than one hundred per cent (100%) of the aggregate amount of the bid, a material and labor bond fa an amount not less than fifty per cent (50%) of aggregate amount af said bid, The City Council of said City reserves the right to reject any or all bids to waive any informality in a bid nut affected by law- Dated this 7th day of June , 19 61 City of Cerlsbad, California - Carl sbsd @at ice e * CITY OF CARLSBAD STRED PMPROVE"?TS BEECH AVENUE STATE STREET TO ROOSEVEZT STREET PROJECT NO. 1-13 ISFORHATION FOR BIDDERS 1. BECEIrYP AND OPE3132 GF BIDS: Sealed bids for the COrPstX'UctiOIl Uf Street fEi?rCJVeslaentS OR BEECH AERUE fPm ST,- to ROOSE VELT S TREET in Praject wit1 be received by the City Clerk of the City of Carl California, at the City Hall, 2960 Pto Eico Driwe, Carlsbad, California, rm the hour of on julv 5th , 19 61 , &t which they will be opened and read in public, Bids received after that time will considered, - - 2 . DRdtJINGS AND SPECIFICATIONS: Drawings and specifications may be examined at the office of the City Clerk Hall, Carlsbad CaPifotnia, Drawings and specifications may be obtained fro City Clerk for a $3 charge aon-refundable, 3. SITE EXAMINATION: Each bidder should examine €he Plans and Speciffcations and the site of the and fully acquaint hirrself with all conditfszks and matters which cau in ;my affect the work or Cost thereof. 4. PREPPaATItX~ OF BI6S: Bids must be submitted on the prescribed fsm. ink, in both vax€s and figures, mounts, unit prices will govern. the signature of the bidder. 5. BID CUMANTEE: AI1 bids presented shall be accompanied by a security 3aa an crmount equal ta least ten per cent (lODi,> of the bid submitted. Said security may be Eurrais 1 'id prices must be filled i In case of discrepancy between unit prices Erasrtres Qr other changes must be noted on any one of the forrQwing forms: (a) Certified Check made payable to the City of Carlsbad. (b) Bidder's 8ond made payable to the Cityd Carlsbad, executed by the bidder and the two suretLes who shatl justify, before any officer cmpetent to adninister oath, in double the sald amount and over a above all statutory exemptions, (c) Corporation Surety Bond to the satisfaction and approval of the Sc c intendent of Streets. The band shall have as surety thereon a eoanpany satisfactory to the City Ca Said check or bond shall be given as a guarantee that the bidder will. enter contract if awarded the work, and in case of refusal or Eailure to enter 5~ C arlsbad ~nf~mtion for Bidders 0 0 eoatrect, the check or bond sha-El be forfeited to the City, idirhln ten €10) c after awarding the contract, the City Cotlncil will return the proposal guaranf accompanying each sf the proposals which are rejected, 6, COfSLRAACT BONDS: The successful bidder wJil1 be iequfred at the time sf executing the contract 1 furnish a labor and material band in an arnouatt equal to fifty per cent (5a) 1 the contract price, and a faithful perfomace bond in an anount equal to one hundred (IOOX) per cent of the contract prfea, Said bonds shall be secured f. a surety company satisfactory to the City Council. 7. SUBPIIISSfQEd OF BID: Bids must be suhitted fn sealed envelopes bearing on the outside the name of bidder, his address, and the name of the project and the date of apen5ng. 8, WITHDRAWAL OF RIDS: aids mast be withdrawn in writing prior to the date of opening of bids. Afte date a bidder may not withdraw his bid until the expiration of thirty (30) dr which time a bid roay be withdram only is, writing and in advaarce of actual 8% eontract, 9, AWARD OF CONTRACT: Award of emtract will be made to the lowest responsible bidder complying wil requirements oE the contract documents, providing the bid is reasonable and : the interest of the City of Carlsbad to accept it, The City Council, howeve- the right to reject all bids and to waive any lnfomalfty in bids received, IO. TfE4E OF CWiPLETIUEJ: The Contractor will begin work within fifteen (15) days after the execution Contract Agreement and shall diligently prosecute the same to cmpletion wit WI?El?! [m !> COPJSSCljTfPrE CALENDAR DAYS fmra the date of execution of the codtract, II, REJECT103 OF PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not for, conditionaf Or alternative bids, fncomplete bids, or irregularitfes of The right is reserved to reject any or all proposals, 12. SEGTSTRATION OF CONTRACMRS: Befsre submitting bids, contractors shall k licensed in accordance with thc of Chapter %Division 3 GTP tks Business and P~Q€@SS~OIXS Coda, C arlsbad Information fur Bidders 0 rl) 13, ENGINEER'S ESTIMATE: The preliminary estimate of quantities of work to be done and materials tc furnished is approximately as sham upm the Plans and is given as a basis comparfwn of bids only and the city does not expressly ~r by implication that the actual amount bf work will correspond therewith, 14. %AGE SCALE: The Contractor wi€l be required to pay his wplsyees working upon the proj at least equal to the wage scale set forth in the '%tice Inviting Sealed No workman will be permitted to work more than eight hours per day except in Sections 1810 and 1816, %RClUSfV@* of the Labor Code sf California. 15. STATE APJD LOCAL LABOR AMI3 HATZRIAL REQUIREHESTS: Attention is called to the State a& local labor and material requfr-ts Eonn a part of the contract or specificstlores. 16, ZiiTERPRETATION OF DRAWIMGS AND SPECIFICATIORS: If any person contemglatfag submitting a bid for the pmpused-work is irt d to the true meaning oE any part of the plans, specifications or other prop tract dscuments, or finds diserepsncies in or omissions from the drawings fieahtons, he may submit to the Engineer a written request for aa fnterpre correction thereof, The person submfttbng the request will. be responsible prontpt delivery. gretation oE the proposed documents. L7, BIDDERS INTERESTED IN MORE THAN Om BIB: No person, Eim car corporation shall be allowed to make or file or be intei more than one bid fax the same work, unless alternative bids are called Eoi person, firm or corporation, who has submftted a sub-proposal trr a bidder, has quoted prices OR materials to a bidder, is not hereby disqualified Era miteing a sub-proposal or quoting prices to other bidders, The City will not be responsible for any explanaticm OK Carl &ad Information for Bidders - @ 11) CITY OF CARLSRAD STREET D4i'fiOZTENENTS BEECH AVENUE FRCM STATE SrREET TO ROOSE'JELT STREET PEUJECT NO. 1-L3 CCJXTRACT3Z * S i'ROi'OS:,L TO THE HONORABLE, THE COUNCIL OF ?!!E CZfY OF CARLSBPD COUXTY OF SA&' DISCO ST,ZTE UF CALIFORNIB In cmpliarice with the advertiscent calling therefor, I hereby propose an to perform the work mentioned therein and ?say nut less than the prsvailicg of per laou~by wages, and furnish materials in accordance with the speCific and exec*L+-e t?rc contract therefor ts the satisfaction and under the superv of the Street Superintendent of the City sf Cglsbad, California, at the f prices: ' Schedule of Work Item Iterr. Approx. Item with Unit IJrice Unit Tot No 0 Quan t i oy Nritten in Words, Price 10 ktnp sm Clear, grabbing, 30" Eucalyptus tree, concrete curb and side- walk removal, ehe lunp sum of Feuxr t-tuu\hre~-X 3&\\,~03 4 ----- -------------------------------- 20 -850 Cubic yards of excavation at on6 Sa\\ar avlh Fci-tu Cen& d - Per Cu. Yard. a PC40 --------------------_____I___________. . 30 316 Cubic yards of unteeated base material, primed, in place at * "C)%,r %e \\ a.rg a Per Cu Yd, .bl 4VOO - - - - -- - - - -L - - - - - - - - P - - - - - - - -e-_- - - - - - - - ~ c ._I --,. I -- Carl shad Prop0 m 0 Iem Approx. ftm with Unit Price Unit Tot2 No o <.$ant i ty Idritten in Fiords. fldCt? ko 17570 Square feet of asphaltic concrete surfac in8 (2 f/2" thick) with 1 /4*: X10(3/8" sb ait)-chip seai arid P.5-1 seal in place: ab; Savc-nfctctM an& On% \+ZL\$L CQ.Y\%5 .ft' 09.175- $3 - - Per Square Ft, ...................................... 5, 593 Square feet of co~~retc cross gutter and snandrel C6*p c!iick) in ?lace at s\x+\~ FivL c%~+s t * Per Sgaasc Ft. .r4 &.dS - -------------I------------------------ 6, 433 Sqcarn Erec cf rcir:Eorcfrd i 6X%xi,L6' mesh) 2 oncre te a 11 ey apron (Pthick) in pfzce at _I 5 cv?Ln* \I F,v.e CW.%> 4 - Per Square Ft, 1 &,7s- --I----------------------------------- a, 468 Linear "cet of CotiCreLe curb and girter (Tyr,e 31C1t) in place 3t - tWQ 3E\\UcS # - 26-0 0 a Fer Linear Ft. 8. Square feet of concrete side- ----- -~~~'-""-"''-"'-"'--"-''"'----"'"' tialk (4"rhick) in place &It For%v F~VP, C~~nts - # - ~er squars ~t, a 0-45- --------------------_________9_______ 9. 170 Linear feet of various type of fencing to bc! re1ae;ated 'bC\ hT5 - I vvo . er Linear Fro 34 aeoo 8 ______________I_------------------- -- Carlsbad Proposal - : e / 0 c_ .---: TOTAL SIX GF RID: \~-a \h~\~s~fiA. F&,.t- \~UKMA'\L.CX. e .- I hirt,, S%VCLc;n X*\\&r§ and For.+\, FiylQ" Crm.ts - I $10 I FfGi Proposal - 3 Carlsb fid e 0 It is mderstd that the approximte quantfties sham above are solely fa purpase 5sf emparison Sf bids and that the Contractor's c-asation will 1 puted upon the basis sf the actual quantities in the csmpleted work, whethi they be more or less than those shown herein, 'he undersigned agrees to cc the werk in every detail within ninety iW> consecutive calendar fram the date of executionpf the contract. If awarded the contract Ear tl the urndmsigned agrees to sign said contract and furnish the necessary bom within not less than ten (10) days nor mre than twenty-five (2s) days a% the first publication of the UBotice of Award** of said contract and to beg work within ESfteen (IS) days from the date of execution of the emtract. The undersigned, if awarded the contract, intends to subcontract certain pc of said contract in accordance with the Pollowing schedule: Portion of WOl Same of Subcontractor Location of Offices be Subcontraci * , Enclosed 2s bidder's brznd, certified check or carporation surety bond WO, , Qf the ONITEfbg PASbF\C iNSuR4dCE co. , TAcomA *wRSH 1uCrrQU 3G $ 22,0B% 4-53 Pay the City of Carlsbad, Cal'ifornia, which is not less than ten per cent CIOZ) bid, and which is given as B guarantee that the undersigned will enter inec if awarded to the undersigned. The undersigned bidder hereby represents as folfows: ' (a) That no Councilman, officer, agent, or employee of the City of Carl is personally interested, d3rectly or indirectly, in this contract, or the to be paid hereunder; and that no representation, oral or in writing, of th Council, its officers, agents or employees, has induced him to enter into t excepting only those contained iR this form of Contract and the papers rr&s hereof by its terms. (b) That this bid is made withorrt connection with any person, firm, or making a bid for the same work, and is in all respects fair, and without co E rad. Gated: L\,, 5. lcrbl c Signature of Sidder Business Address P*QL&X rs7 Sdawa. r3c&achL Cd\\L T eBsphoRe -PfqtrKW%-u Y 1727 Ccrmstractor's License No. IL4292 A Carl sbad c PrrJpssal 2 .s tlf'011 c t? FIDELITY AND SURETY DEPARTMENT Bond No. 3- 53qe$S" BID BOND KNOW ALL MEN BY THESE PRESENTS: That We, D.48bd 1 b! C@h!ST?\gCP ! 8N cObfP$.R'( as Principal, cmd the UNITED PACIFIC INSURANCE COMPANY, a corporation organized and existing u the laws of the State of Washington, and authorized to do business in the State of as Surety, are held and firmly bound unto the c 2%L 1 FORrk g A c IT'/ %SF CAfl%SBfiz@ as obligee, in the sum of. T%t'E?dT'! P";%aC';>$T { ao%) OF Tk!E 4bfQc?':T 0% THE B !a DOLLARS, lawful money of the United S of America, to the payment of which sum of money well and truly to be made, the said Principal and SL bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly severally, by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award tc r'rha)t Principal for: PROJECT p{&izER 1 - 13 %BF",E%Y ~/$~RG:JE~;ENTS orcq s~~c-.! ;tv c1..3, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly and enter into a contract with the Obligee in accordance with the terms of scud proposal or bid and awan shall give bond for the faithful performance thereof, with the UNITED PACIFIC INSURANCE COMPkh Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of fa so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not ex( ing the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remai full force and effect. Signed, Sealed and Dated this 5:k day of &J Ly 1 Prin pren1ui-n fer ?hi 5 S;d $Dr;d ;ccle:ded in t!7e ann:ia! $5.00 eharse for si2 bwids, Y - - - __ . - - __ - - - - State of California 1- ss: County of fos Aqae 1 e s , before me, fi - d County and State, personally appeared J~~?~~ E p’is 19 QP e. 1 , known to me to be the person who executed the within instrument as Attorney-1-Fact o of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that sald corporation executed the same. Notary Public in and for said Coun4y anr My Commission Expires !$a YCI-i ? 1 ,19a. E-2004 California - Jurat Rev. 8-56 \ .. x- a m CONTRACT A~EWN'PI FOR CITY OF C.4RLSBAD * day Qf + e&-$ THIS AGBEEHEWT, made a~d concluded this d /qL. ( * by asd betweera , he1 designated as the contractor, an$ ? as Mawget. of the City of Carlsbad, S-kate of Cdifonafa, WITNESSETH: That whereas the said Cantractor, as will fully appear by 1 to the proceedings of the City Council of said City of Csrlsbad, has been 4 the contract for the work hereinafter mentioned, ad the parties hereto ha covenanted and agreed and do, By these presents, covenant and agree with er as follows: The complete contract includes all of the contract documents, to wit: 1 Advertisement and Znfogmation to Bfdders, the Bid, the Contract, the Borids in emneetion herewith and all official papers and documents relating heret work to be performed hereunder, the Construction Specifications, the Generr the Drawings and all madifteations incorporated in those documents before t executioa. These doeuments shall be deemed and considered as forming a pa3 this contract as fully and to the same exeeat as if the same were copied at and fully set forth herein and whether or not attached heretoe Any and a13 gations of the City and the Contractor are fully set forth and described tL A11 contract documents and plans are Intended to coordinate so that any called for in one and not mentioned in the other or vice versa is to be exe same as 15 rp.entioned in all contract'papers and set forth in the drawingse 4 %e said Contractor agrees to furnish all tools, equipment, aparatus, f fabar and materIa1 necessary to perform and cmplete in a good and wurkmanl under the direction and to the satisfaction of the City Engineer, the work improwesaents and incidental work and all other work of the City of GarPsbad sf Saa Diego, State of California, and €9 the manner designated and in stri Carlsbad Contra42 I e v conformity with the Plans ‘&x? Specfffcations adopted by the City C5uncil of shad, County of San Diego, State of California, which said plan: specifications are entitle@ STREET II\4PROVEHENTS BEECH AVEWUE FRGM STATE ST1 ’%o RBOSEVELT STREET. Project No. 1-13”. It Is understood and agreed that saf@ tools, equipment, app‘aratlus, Eacil labor md mater”iafs shall be furnished and said work performed and cmpletec required in said plans and specffieatians under the direction and supervisf the City Engineer. That safd Contraeeov for the consideration Xerefn rentioned, promises ant with the said City that the Cantractor will do ad perEorm the following WOI furnish the necessary materials and frtcidental itms at tile following bf2 p3 to wit: d Schedule of Work Items Itm Approx, Itm with Unit Price Witten Unit Toti No* I)uant i ty in Words Price 1. Lump srtm Clear, gmbbirtg, 30” Euca- lyptus tree, concrete curb and sddetaalk removal, the rump sun of e>p& &&/&.$’g&3 Bc-&.$cg Ldx5?4,-9 Gw,* 4 - 2. 850 Cubic Yards of excavetion at ofie? DO//&/ & GL3-r gE&+-A- c P 15 _1 PER CU, YD. e 3. 3 16 Cubic pards of untreated base material, primed, in place at _c &,J PeJ //Qp 5 E: ._ PER cu, YDI 4oc Carlsbad C o& rat * -' ~~ w n- Item vi@ Unit Price Unit Tal with 1/4= x 10 (3/8*@ x4 alt.) chip seal and WS-heal in place at z&p&#&L* g" &op &&e CL54 4s Pet Sq. FL, @/ '4f7-5- P 4 50 593 Square feet of concrete cross gutter and spandrel (6- Chick) in place at EiiH77 fipe G+$/i.+'y 38 - Per Qq, Re, 0,45+ 6, 473 Square feet a€ reinforced f6X6X#tr,Mesh) concrete alley apron (6'Wiick) in place at - p7 #&- C&F&/>7S 5fFyea/y /' I C>& yo-= 33 - Per squire ft, f. 668 Linear feet of concrete curb and gutter (Type%-) in place at fl-mo .2&/4jjR;2-\ /f' /5 - Per Linear ft. 2;d-O 8. 4,650 Square &et of concrete side- walk (4Rthick) in place at +7&37/ - F/ /&? eL-ui3 per sq. ft, &.4< - -- 9. 130 Linear feet of various type of fencing to be relocated f. 7G.tGj 22d#%.-i #J&s- 3v; - Per Lin. Ft. .2?0& TOTAL SUM OF BID: 7226v 77/GP&L#&.445 /%3&p 4%&!!dEW/2 & ~/&~-~*=2&&7L~POue ! - 4fi-*/q/&+ -- CErnZ=S 1 Y /& Car 1 sbad Contract-3 - - * rn * AMD THE CITK EPGINEF&.hereby fixes time for eke colnmaneement af sa4 at Fifteen (15) days after the Csrrtraqror receives notice th Contract has been approved by the City of Carlsbkad ilhd hereby fixes the tin the completion tsL said wrk at from the time oE ~omenceaent, The City Engineer shall have the authority to susp&~d the work who13 part, for such period as he may deem necessary, due to unsuitable weather, such other conditiozoas are considered unfavorable for the suitable of the work, or for such time 8s he may deem hessary, due t~ the fa%lure part of the Contractor to carry out ordrrs given, or to perEom any provis. the work. "he Contractor shall inmediately comply with the writtea order t City Engineer to suspend the work wholly or in part and shall not resume tl until ordered ita writing by the City Eagfneer. prosec a It is agreed by the parties to the Contract that tn case ai1 the ~joi for under the Contract is not cmpleted before ar upon the expiration of tl limit as see forth in these specifications; damage will be sustained by tht Carlsbad, and that it is aad will be bmpraetieabie to determine the actual whBch the City will sustain in the event of and by reasm of such delay; az therefere agreed that the Coatractof will pay t~ the City of Carlsbad the I per day for each and ~TY day's delay beyend A prescribed to complete the work; and the Cooltractor agrees to gay such ltq damages 8s herein provided, and bn case the s;9ae are not. paid, agrees that of Carlsbad my deduct the antount t.hereaf frm any money due or that may b the Contractor under the Contractp Fifty(@W) dcllars All payments are to be prog~~sive; paid as of the last working day each month, based on a progrgssfve report made by the Contractor. Snid re shall be presented to the City ERgin@er for payment, Tela per cent (%OX) o payment shall be retained until final aeceptaaee of the enfire work by the Carl sbad COntr8C r a m Carlsbad, fn progressive payments. Required materials of construetian on the job-site shall be ei3mpl The City Engineer shall, after the co~lplet%m of the contract, m,ke q esttmate of the amount of work done therezsnder, and the value of such msk, the City of Carlsbad shall pay the entire sum so fomd to be due after dedui therefrom all previous payments and all ammrrts to be kept and ail ammnts retained der the prowisions of the contract, payments shall be subject to correction in the fiRal estimate and payment, final payment shall not be due and payable until the expiration of thirty-€ days from the dare of acceptance of the work by the City Council, All prior partial estimates It is mutudly agreed between the parties to the contract %.hat no CE given or payments made uader the contract, except the final certificate or paynt,,shaPl be conclusive evidence of the performance of the contract, 6 wholPy or fn part, against any claim Qf the contractor, and RO payment shal ecunstnred to be an acceptance of any defective work or imprcrper materials. C And the Contractor further agrees that the payment sf the ffnaf am~t u&er the contract, and the adjustment and paymeat for any work done in aec wfth any afterations of the same, shail rePEase the Cfty of Carlsbad, the c CQUIIC~~, and Eke City Engineer from any and all claims or liabffity on accr work performed uzxder the contract or any alteration thereof. .4&Q IT IS AGREED AND expressly understood by the parties to this agi and notice thereof Ls hereby expressly given, that in no case (except when otherwise provided by law) wail1 the City o€ Carlsbad OY any officer thereoj liable for any portion of the expenses sf the work aforesaid for any dslinc sf persons OT property assessed, The Contractor Eurther agrees that fn the perfonwnce of the work c{ 'by this contract, not less than the prevai1_ing rate of per haw wages here. specified shall be paid to all laborers, workmen and marchants employed by tractor 61 by any subcontractor in the perfartrance of the work contemglcatc Carl&& Contract /- e a f ? 'if this contract& and that &he Coh.xacEos shall forfeit as t9 penalty to the Cits Carlsbad Ten Eto1Lars ($lO,OO) fur each laborer, workman or mechanic employed each calendar dag or portion thereoE, that such laborer or workman or mechan paid less than the following specified rate for any work done under the cont by the Contractor or any sub-contractor: Classification Adr Cmpressar Opera tor 3.53 Asphalt Raker and Ironer 3.49 I Rat: e - A-Frame or Winch Truck Operator 4001 Asphalt or Concrete Spreading, Nechsnical Tamping or Carpenter 4.05 Cement (Hason) 4. €3 bulk cement) 3.49 Concrete Mixer Operator (skfp type) 3-77 finishing machine operator (all types and sizes) 4.31 Cement Dumper (an 1 yd. or larger rcixer and handling Concrete Curer I impervfuusi membrane) 3047 Concrete Itobi Le Mfxer Operator 4.41 Cribber and Sharer 3,64 Cuttfq Torch Operator (Demolition) 3,33 Equipment Gxea ser 3.77 Pine Grader {Highway, Streets, Sewer and Drainage Lines) 3d98 F 1 agman 3 0.28 Grade-All Operatsr 4.41 Laborers (general ~r: eonsrruction) 3,28 Hydro-Hmer Operator or similar type equipment 4eo1 Layer of aon-metalEfc pipe 30 59 hammer, concrete core cutter'& Fonn blow 3 *4Q Maker and Caulker of non-metallic pipe 3 e47 Nortaman 3,47 Motor Patrol Operator 4.41 Giler and Signalman 3.53 Concrete Saman (exeluding era@x?r type) Roto type, scraper, chipping Operators and tenders of Pneumatic and Electric TOOIS, 3.49 Oshkash or DW-IO ar Tourneaupull Operators 4.31 Pavement BreakerOperatar 4031 Reinforcing Iron Worker 4,25 Vibrating Machines and similar mechanical Wols Repsirman (Heavy Duty) 4.32 Repaiman's Helper (Heavy Duty) 3.77 Roller Operator 40 12 Road Oil Mixing Machine Operator 4.31 Screed Operator 4-12 Sk$p Loader Operator - Wheeltype - 3/4 yard or less 3.77 Skip Loader Operatar - W1weltype - 3/4 yard up to and including 2 yards 4.14 Table Power Saw Operator 4.13 Tract& Operator wfth Bosm attachment Truck Driver - Dump Trucks - less than 4 cu. yd. water level Tractor Operator - (Drag type shovel - bulldozer, tamper, seraper or similar type) 4.31 4.42. 4.41 Trenchi~g Machine Operator (over 7 ft. depth capacity, 3057 Car 1 &ad Contract manufacturer's rating) e Rate P Classification - water level 3 water lewel 2 - 12 to €6 cu, ydo water le - over 16 cuo yd, water lev : -water trucks - under 2500 gallins - 2500 to 4000 gallons 3 -had oil spreader trucks - BoOtfiEn 2 Transit- Mix truck drivers - under 3 Cue yds, 3 - 3 CUO gd, or more 3 Truck Greaser and Tiremn 2 Universal Equipment Operator (shovel, draglint? derrick, derrick- 4 Wtrmch Truck Drivers or A-Frame 4 Matchman 3 Any classification omitted herein, not less than 3 Truck Driver - Dump Trucks - 4 cu, yd, but less than 8 cu, yd, - 8 cu, yd, but less than 12 cuo yd, 1 .. I " + barge, clamshell, crane or pile driver) OVERTIME: Hot less than one and one-h tlms the abv -. L. - .- 1 shall be paid for overtime work performed on Sundays and le as defined in Section 6700 of the California Government Code, for work F in excess of eight hours in any one calendar dag where overtime is permi law, In accordance with the provisions of the Labor Code and in accordan regulations of the California Apprenticeship Council, properly indenture tices may be employed in the prosecution of the work, Information relative to the number of apprentices, identification, hours of employment and staridards of work conditions shall be obtained f Director of the Department of Industrial Relations, who is the Administr Officer of the biffornia Apprenticeship Council, 110 State Building, Sa Ca 1 i forn iaa It* is stipulated that eight..hours of labor shall constitute a legal upon all work done hereunder and the Contractor agrees that neither h contractor doing work or performing labr'pursuant to the terms of this 4 who directs or controls the work or any laborer, workroan or mechanic up01 the work provided in this contract to be done, sh require or permit: s c Contract: - 0 0 4 workman 02: mechanic to Labor more than eight (8) hours during one calenckq except in ease of extraordinary emergency caused by fire, flood or damage t or property; and it is further agreed and covenanted that said Contractor B forfeit as a penalty to said City, Ten Dollars ($10,00) for each laborer, P or mechanic employed in the execution of this cmtract by said Contractor c any subcontractor upon any of the work provided to be done by this contrac each calendar day during which such laborer, workmn or mechanic is require permitted to labor more than eight (8) hours fn violation of the provislsns Labor Coda of the State of California, Said Contractor further agrees and CQW~W~~S that he will not knokingl emp-loy or allow to be employed upon any of the work prowided tu be done in contract, my alien, contrary to the provisions of the Labsr Code of the St CaJifornia, and that the Party of the First Part shall forfeit as a penalty City of Carlsbad, Ten Dollars (S~O,OO) for each such alien knowingly emrplo upen any of the work provided in this contract to be done by the Contractor trarg to the provisions of said Code, €or each calendar day DT portion c'rier during which such alien is permitted tu labor in violation thereof. The te '?alienn as used herein, shall mean any ~QX-SOR who is not a ~QZTZ or fully nai ized citizen of these United States. The Contractor agrees that only materials produced or manufactured in i United States shall. be used in the perfomance of this cantract, ... Contractor agrees to provide concurrently with the execution of this cc a raterial and labor bond in the amount of fifty percent (58%) of the contr; price, Contractor further agrees to provide the City a fafthEul perfonnanec in the amount of one hundred per cent (lOoOr,> of the contract price, In the event of Contractor#s bsnkruptey, insolvency or breach in any of the terns and covenants of this contract, then in such event, the City may e optisn terminate a11 work pursuant to the terns of this contract and proceec Carl sbad Cont rae t 4. 0 complete the construction called for by this contract and receive payment : comp.lctian €ram the Surety of the Contractor in accordance with the bQnds I esmurrentfy with this cantract. In such event the City shall give to the thirty (30) days notice of its election to requzre the Surety to perform, ~n case of dispute as to the value of work performed, or the value &f work not contemplated by this Contract, then in such event the Engineer, SL to the City Cwntcil*s approval shall decide upon the value of such work, oz value of mission to perfam work, and the mount of payments to be made t\- Ccmtractor shall secure all necessary city pemfto and comply with a11 and City laws, The City Engineer shall be authorized to lnspect all materials suffici advance of their use to ascertain their fitness for the use specified, The Cantractor shall be obliged tu provide the following policies oE f fn the fom of 8 certffkate of insurance Or in the form of an insurance pa wherein the City is named as an additional assured: (a) Wrrrkman*s Compensation Instirance as required by State Law, (b) Public Liability and Property Damage in the amount of $300,000 for injuries or death sustained by one person and $500,000 for tnjurie or death sustained fn me accident, and property damage insurance the mount of $100,000. tractor shall protect the City from any and all liability resultin; from Contractor's performance of the cantract, together with all acts, including acts of neglect, incident: to the Contractor's performace of the contract, Said insurance as procured by the Can- 1% WITEESS '&ERZOF: The parties to these presents Rave hereunder set ti hands and have caused these presents to be executed in the Cwnty of San Dil tb day and year fn this agreement Efrst above written, CITY OF CARLSRAD AWEST &-\y- TT - -.. --. City betk - Gar1 sbad Contract -+ HAWORD ACCIDENT AND INDE-ITY COMPANY;- * HARTFORD, CONNECTICUT CERTIFICATE OF INSURANCE ', Named iitsured and Address DAR'LJII9 TRLBPOIZTkTIOR CONPANY P 0 Box 157 Solana Beach, Calif. 1 This is to certify that the HARTFORD ACCIDENT AND INDEMNITY COMPANY,has issued to the n the policies enumerated below and such policies apply with respect to the hazards and for the covera of liability indicated by specific entry herein, subject to all of the terms of such policies. - Owned Automobiles Location and description of operations, automobiles, contracts, etc. date.) (For contracts, indicate type of agreem D~O~l~IE OF BEECH AVEI4UJ3, CLLYBBm, CALIFOX\TIA If policy is canceled, ten frays written notice will be given to: ,/a' Date JULY 31, 1961 Form G-2106 Rev. Printed in U. S. .I. 6-'59 -- r- INSURANCE FUND EXECUTIVE OFFICES - 525 GOLDEN GATE AVENUE e SAN FRANCISCO 1 P. 0. BOX 809 July 18, 1961 City of Carlsbad 2960 Pi0 Pic0 Drive P. 0. Box 265 Carlsbad, California CERTIFICATE OF WORK COMPENSATION INSUR the policy period indicated. notice to the Employer. normal expiration. This Policy is not subject to cancellation by the Fund except upon ten days’ advance wri We will also give you TEN days’ advance notice should this Policy be cancelled prior tc Job: Beech Avenue, Imp1 199942-60 10-1-60/10-1-61 FORM 262 S F 31; * 0 I HEREEY APPKOVE the draft: of the within and foregoing contract, this 294 1 * 24- day of <A 9 up I _. -4 * Carlsbad Contract % w- v 44 FAITHFUL PERFBRiWddCE BOND KNOU .$,,LE $EN BY FEESE PRXSEMTS: That WE, 22.&&&@&/ d@&.Q@Wy@~t/ I as ?sim%pa%, and , as Surety, are joi; and severally bound unto the City of Carfsbad, County of San Dfego, State Cal f2orra%a, in the penstk sm of J-id 7-$/92.~<~&/,3 //;dg &J&,pE&# 7,figi PWd&,F.tL 5 &? /g9&9 I r"i &flZ c;>-A; ,--< ' 45s / Dollars ($ io# 43J7 2- 1, to be paid to the City os" CarPsbad, far wh1( payment well and truly to be made, we bind mrsePves, our heirs, executor: suecess~rs and assigns, joiatPg and seweralily, firmly by these presents,, Sealed with our seals aad dated this day of 19 % and executed and to be performed in said City sf Caxlsbad, - - The candbtion of this obligation is such that if the above boum5en or assigns shall well and truly keep and f fully perforq the covenants and agreements, in a cerrafn contract about LC llli3de b@t%Wen Said 2mfl#&' ~~>@-~&%&~&'~J 6&J . s as Ccmtractor, and the Carlsbad, on the Contractoras park ta be kept and perf~rn~~! in the manner a& form therein specified and shall fuzrrfsh materaah 1n compliance spccfficstfons, ad perfsm that certain work an said City, which fs more particularly described in the ?'Ions and SpeciEieatione €or fnrproven;.en~s ir saPd City, the above obligation is to become void; otherwise to ra%n in fore@ and effect, wit3 Car% sbad Falthhf Pezffcr-niarrce Bmd 5- F suronce HOME OFFiCE TACOMA WASHINGTON FIDELITY AND SURETY DEPARTMENT Bond No. 2-51 : PERFQRMANCE BOND CALIFORNIA - PUBLIC CONTRACT KNOW ALL MEN BY THFZE PRESENTS That 3 %‘d 3 ic c 3::s as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a Washington corporation a ized to execute bonds in the State of California, as Surety, are held and firmly bound unto as Obligee, in the sum of T E :; severally by these presents. to do and perform the €ohwing work to-wit: Now, THEREFORE, if the said Principal shall well and truly perform the work contracted performed under said contract, then this obligation shaH be void; otherwise to remain in full Signed and sealed this B 2035 CAL - CONTRACT - PUBLIC - PERFORMANCE 1 F \ -_ L -_~ .___--- - --- -- -- ---_ - . . - - - State of California I ss: k.. 6- county of 445 b2ge'E 3s On JQp5 :2, ]$j: , before me, a Notary Public in and for said County and State, personally appeared , known to me to be the person who executed the within instrument as Attorney-in-Fc of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that said corporation executed the sa ,, q ,19.ik. ;.;spcj", 1 My Commission Expires 8-2004 California - Jurat Rev. 8-56 * w ;?‘TTL s T : Prlnc ipal By - ATTEST : % Surcy By - 1 HEREBY APPROVE the Earn of the within and foregoing Bo~d this 2-6’ day of , 19L’ 0 The within and foregoing Bond is to my satisfaction, and I hereby app L 19 0 Sa;ntl thf6 day of Street Superintendent of the City of Car lsbad , C al if o mi B Car 1 shad Fw’i t h f u 1 I’e r f o rnianc e hx! HOME OFFlCE -TACOMA WASHINGTON FIDELITY AND SURETY DEPARTMENT BondNo. 3-E LABOR AND MATERIAL BOND CALIFORNIA - PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS, that DAWW I N COE\,S%RIsCT f ON CGMPAN as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a Washington corporation ized to execute bonds in the State of California, as Surety, are held and firmly bound unto as Obligee, in the sum of FIVE THOWSAND , T’4O ~~~~~~~~ A!iD EIGHTEEN - - - - for which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, and severally by these presents. c I TY OF CARL.S SAD, CAB, $ FORN B A azsd 72/nos DoIlars($ 5,21&,72 -o~~Qx+EmP~~~emPs~aaa€.B~ NQW, THEREFORE, if the said Principal or his subcontractors shall fail to pay for any ma provisions, provender or other supplies, or teams, used in, upon, for or about the performance work contracted to be done, or for any work or labor thereon of any kind, or for amounts due the Unemployment Insurance Act with respect to such work or labor, as required by the provisi Chapter 3 of Division 5, Title 1 of the Government Code of the State of California, and provide1 ’. the claimant shall have complied with the provisions of said Code, the Surety will pay for the sal an amount not exceeding the sum specified in this bond and also in case suit is brought on the a reasonable attorney’s fee to be fixed by the Court, then this obligation shall be void, otherv remain in full force and effect. This bond shall inure to the benefit of any and all persons entitled to file claims under Section of the Code of Civil Procedure, so as to give a right of action to them or their assigns in an brought upon this bond. Signed and sealed this day 1 2 t h of J LJ ! ip 19 61 . ~~~..~.~~~~.~~~. PRE!Jt,!UM FCX %HIS BONLs !NCLUDED IN TSE PERFCRMAKE BOND UNITED PACIFIC r 2 r) *' 3 - - - I *- .-I ., . .-.J -- i ) ! . .. .. .., . - - - ^____ __- - -L_ -- _p_ _- - __cp --- State of Callfornia + *i- I ss: County of On , before me, a Notary Public in and for said County and State, personally appecred ’ , known to me to be the person who executed the wlthin instrument as Attorney-ln-Fact ( of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that sald corporatlon execkted the S My Commission Expires k:3 ?ch 1 , 19-52. B-2004 California - Jurat Rev. 8-56 0 0 * I HEREBY AFI’RUVE THE form of the within and foregoing Bond, 19 4’ 0 9 The within and foregoing Bond is to my satisfaction and I herel 9 19 approve the sane, this day of < LOWELL A. RATHSUN, Engineer of the City of Carlsbad . - - m a CITY OF CrV2LSB.A.D GENE:RD.L C9ND IT fONS SLCTLON 1 - DEFINITIONS AKE TZQiS The following wxds and phrases, when xsed ir, t‘ifs speclficatim, shall ha1 meaning respectively described to them in this section, &I. Gredinp,: The shaping of the ground surface by excavating or EillZai a street or alley so that it will confam to an approved section and offici elevation. B. G~nstmction Plans: The plans showing uoik to be dorre, C. Construction SpeciEications: rne specificetisras petltainireg to the ‘i 1 and manner of performir~g the work and to rhe qaality of and cp;mtity of =at to be furnished u~dex- the coratrachs, D. CQ~~X=ZC~OYZ The ~CXSQ~ as defined fra the Street end Bigbway Code t whom a contract Eotr the pe~forrren~e of the work is awarded, - C. Sngineer: The Ciky Cngiaieer QP ~lic Supexintendene of St-reers, ishi ever is designated by authorized representativcs thereof, F, work - Improvement: *?Wart:aP or g?Impr~~x%se~t?’ mean and include any whic!: is authorized to be done or my ircprovem-ntl +f?ich 9s auc’norbzed to b ikader the contract as well as the construction, reconstruction arrd repair all or part of any such work or improvement, SECT1931 I1 - hlGKiC TO BZ Of>X3 .k. Confonrance aith Plans: The work to be done s’zali be in acz3rdanee che General Conditions, the ccnstruetion plans a& Che eonstructfon specif Pnything mentioned tn any of the &OVC irtsErumnto sh83LI Zovern the work E though mentioned in each. 2\11 ~-JOP~ shall, durin~ the csnstructton and at cmpletion, CGTIZOS~.: to ti12 lines, elev2tions and grades shm on sz5J pler and d rewings o c as1 s bEd Serreraf Coraditioef: e e In the event that the contractor "ails ff~ protect Pine and grade stakes an the City is required to reset stakes, the cbnrractcts shall pay to the &ity the cost of resetting such stakes. E, Contractor to Inspect Stakes: The Contractor is reqaired to exami carefully all construction stakes and by visual inspection of stakes and s lines, forms and headers set thercfrm, interpret and eonfim that the lin and grade infomation is ir, accordance vith the plans, ff there is appare error or lack of understanding as to what is meant by the staking, the Cor is required to request an interpretation of staking before doing any work, C. Contractor to Prepare Grade Sheet: The Contractor shall maintain 2 sheet showing cut and fill stake record so that if marked reference stakes destroyed he may replace then? withouC requesting the services of the Engir SECTION VI - INSPECTICN A, ?jotice: The ContractQr shall notify the Engineer 68 h~uro in advar any wrk KO be done in order that inspection may be provided and shall prc the twrk onfy in the presence of an inspeetor unless permission to WOK^ di absence of .m inspector has been granted by the Engineer, Any work done of said inspector or said permission shall be subject to rejection, - B, Inspection: all. matertals and work d~ne shall be subject to rigic fE4peCtiQr9, Work or material whlch does not conform to the specifications although act through overs:@ or otherwise, my be rejected at any time, Go Defective Work: If, in the opinion of the Engineer, work is not bi in accordance with the plans and specifications, writtes? notice s'nall be : the Contractor QP his authorized agent. Written notice to any foreman or in charge of any portion of the work in the absence of the Corxtractor, sh, considered as notice to the Contractor. Work which is defective in its CG~S~ZUCL~O~ or deficient in aay of the rel nertts of these specifications wil: not be considered 6s accepted in c~nse~ O€ the failure of any mployee of the City or inspector connected with thi to point: out safd defects or deficiency during constmctfon, The Contrac' correct any imperfsct work whenever discovered. SECTION \rZI - COXTRACTOD'S SCHEDLLZ GF WJRK When required by the Engineer and before beginnin,o, work on the site, the shall subzit co the Zngineer his proposed schedille of voark. Tkis scbeduf show the probable dates of eminencemerat and carripletion of the various see! and featusas of the work; the starting point or points and the direction the work will rogress. Constr~ction shall CO~~'UITI to this schedule OP SUC~ modjficat!on as ray b by the 4nginesr. h'here the Contractor is to furnish mejor item of equipmetit or matertafs, schedule shall inelude the proposed dates of inanufacture and shipment of itms and the rimes and kocefions of Eactorfes or other sources from vhie item axe t~ be obtained, c ar 4. sbzd General. Cond i t fort e e SECTION VI11 - N4TEXIPU A, Szzples and >ravings: ~ll materials shall. be of specified quallty. Contractor shall furnish to the Engineer for tests whenever requested and i o€ charge samples of all materials proposed to Be used in the work. He sht also submit any required detailed drawings of articles or equipment for Git approval before purchasing sans. kejectecl materials must be imediately rs from the work by the Contractor and shall not be brought again upan the FJD 3, Testiai: The City may test materials to be used in construction or eo determine pavement design or to deternine cmpaction in accordance with specifications. The City my approve certafr: engilzecrs anblsr testing lab to act as its agent in the taking or' sznples ailiilor testing of materials. record shmcifng the time and exact location 2~rd elevatisn at which ss~pfzs taken shall be made and when such record is made by a pivate engineer or laboratory, it shall oe certified as to adequacy arid cczrectness and filed the Engineer, C, Patents: The Contszctm shall hold and OBV~ the City of Carlsbad 'r froin lia3ility of any nature or kind or any claim therefor, including cost expenses for or os aceaunt of any patented invention, article or eppliancc use in the performance of this mrk. SZCTIOK PX - MEASUREi'lENTS A, ?hsurements: )*.El distances show OR the plans are in feet and unl otherwise indicated are neasured horizontally. Units of measurement will by the engineer in accordance wl_r'n the United States stsndard measures, > measurements shall be in pounds or tons consisting of 2,000 pounds avoirdi Unless otherwise specified, material paid for by weight shall be weighed I platfom. scales furnished by the Contractor or on public scales. by the Contractor shall be sarisEactory 50 the Ensineer and shall be insp and sezled by a representative of the State Division of Xeights and Measu often as the Zcgineer rray deem necessary to insure their accuracy. The C shall furnish licensed weighnaster's certified weight tickets for each lo, Sczles the CRg~Zeer. SECTIOM x - sL"Smv1s ION AND IJ0SG.i; NSHIP The Contractor shall at all tirites while work is in progress be represente the work ire person by 2 foremn or by a duly designated agent, The Contr shall retaia in his employ none '~t3t conpeterat superintendents, foremen, T?: and laborers. XEchanics shall he thorauAkly familiar with the type of ua are perfoming, ::PI work shsil be c.-pseEglly, neatly 2nd expertly dome in with the best practices of the trade3 bhe sckedules, methods end apy1Sa.o adopted by the Contractor shall be such ils will result: in a high aualiry Any superlntendezt, faram, laborer or ofher person employed on the wcrb CQB~XACEOI- who Cails or refuses t-,e perEom tile ~ork in the Tanner specif$ shall be discharged immediately and such persop shall not again be employ the kmrko m e a r l §bad General Condiciq 0 0 SECTIOM XI - EXISTING UTILITIES, DIPROVLYENTS BHD OBSTRUCTIBBS A. City-Owned Enderground Facilities: The City of Cavlshd may enter the street or publie rizht-of-way for the puqose of repairing sewers, watt mains, storm drains or other City-otmeci facilities. Whenever feasible, thc Corrtractor shall uncover City-owned underground facilities 100 feet in adv, o€ trenching operatiaras to avoid dasage and interference, The work t,~ be I shall include the protecting, alterlrtg, removing, reinstetin$ ad testing I existing City-omed facilities located in the City streets or public right way which interfere with the work to be done. The contractor shall reques gemisoion to lrmove or alter facilities for his o~m convenience, Bo Facilities Not hed by the Citxlf fn case it should be necessary t property of any omez of a public utility, f~anckise ~r encroachment such will upon proper application by the Ccrntrac:tor be notified by the Engineer remove such property within i! specified reasonable time, The contractor s interfere with said property until after the expiration of the rime specif 'i%e right is reserved to the owners of public utilities, franchises and e17 ments to enter upon the street for the purpose of making repairs or change their property made necessary by the work, G. Exiszing Surface fmproum!ents: When during the progress of the WOE becomes necessary to remove any existing pavenent, sfdewzfk, curb, or otho existing improvements, the Contractor shall remove and replace or restore improvement required to be renoved by such work in a manner thet will feat improvement as nearly in the original Iocation and condition as is reasQm possible o I). Obstructions; ',!hen, during the progress af the work, any excavatic to be made in easemots through private property that has been improved by trees, &rubs ar gardens, the Conbractor shall, in advance 05 making the e vation, remove such lmm, trees, shrubs or plants as nay be necessary Eon: prosecution of the work, and shall give them proper care and attention and replace them in as nearly the original location and condition as is ressor; possible after the excavation has been backfP1Sed and settled, idlaere it becm.es necessary to excavate in casenents through private propex that has been improved with fences, walls, buildinzjs, walks OH drives, ",'ne contractor upon cmpleticn of the work shall replace the fences, waifs, b~ walks, drives, pavement, gravel and surface, leaving all in the original < as fotlnd, Trees shall not be remmed withotlt the express pemission of the Znginees to or excessive trimming of trees in the ri$rt-or'-way shall be avoided, SECTIQTS XI1 - CUSTCDY OF ;&IRK ,GS LOSS P A. Custody 3f Clioi-k: The Cerstractor shall have Cull care and custody I work until completion and acceptance, The Contractor sIiaiJ be responsible for all dimage to existino, irriprcivenen! the .work is in his charge. All damage done to existing improvements shzP repaired by the Cor?traCtQr at his orm expense, General Conditions - 5 C arl sbad 0 0 B. Damage and -Loss: The Contractor shall be held responsible for and re- quired to minke good at his om expense, 211 daz-age to persons or property use' by himself or his subcontractors, agents or %he employees of either of them during the progress of the work and until its final acceptance. All Suss ~r damage arising from any unforeseen difficulties which my be encc ered in the prosecution of the work 09 from any action of the elemnts prior the acceptance of the work or from aay act of omission not authorized by thes specificstions on the part of the Contractor ox any agent 3r pewscn employed him, shall be sustained by the Contractor, The Zngineer may order the Contractor to suspend any work that may be subject damge by climtfc conditions or natural phenmerza. SECCTIGN XIfS - SAFETY klZASUi?SS: A, Safety AeguLations: Precaution shall be exercised at a11 tizes for tl The safeey provisions of applicable law: protection of persons and property. building and construction codes shall he 5bservsdo at ten ti^ is called to the oConstruction Safety Ordersac, tPTrench Constructto Safety Orders**, and Wenera1 Ssfety QrdersS of the California State Kndustri Accident Cmission, KO which the Contractor is required by law to conforni. shall provide himself with copies oE these rules and orders, which my be uti at the State oEfices, Los AngePes, California, All bErricades shall canform to the regulations fa efEcctr and adopted by the State Departxent of Public Works of the State of California, pursuant to Sec 455.7 of tho Vehicle Code. SECTIGN XIV - PUBLIC ~~EWP~IENCE A, Public Traffic: This section defines the cantractor's responsibilfc: regard to prsvfding for Lhe passage of pi;bfie trsfffc through the work duki! struction, possible obstruction i?fid imonvenience to public traffic. He shall have uai construction no greater 'length or amount of work than he ean prosecute propi with due regard for the rights sE the public, In order to expedite the passage of public traffic thraugh or around Ehe uo the contractor shall install signs, lighgs, flares, barricades, temporary s walks and surfacing, temporary bridges, ten:poraPy trench cover and other fa for the sole convenience and direction of pbllc t~affic, The contractor s provide and station cumpetent flagxen w'iioss sole duties shall consist cf df the movement of gubIie traffic through or around the work. The Cantmetor shall so conduct his operations as to offer the E. Work Conditions: 2.%temate cross streets shsll be kepr open st all X11 tre~ches across intersections and streets shall be Frovidcd with te;?:po3 bridges to allow nor: less than me lane of traffic to flow in each directic The contractor shall nrmove surplus materials that are in excess oE requim for or will not be used in backfill immediately after the excavation has bt mde, 80 material or equfipnznt shall be stored where kt will interfere wit free aad safe passage of public traffic and at i;ha end of each dayPo work z at ~t'rre~ times when t5e construction UpeKations are suspended for any reas ine ~ontractor shall renove all equipment ad other obstructions Erm that ttm of tha roadvay open Ear use by public traffic, csrlsbad General COndftd5nS - 6 "3 0 0 C, ~ccess to Private Property: The contractor shall provide necessary a to adjoining private property. Residents shall be notified by eke cantracto entrances to driveways are to be blocked wllsvin~ removal of cars if desired The contractor shall provide suirable access to adjoining private property b providing necessary bridges across excavations or other work for ingress and egress to places of business or residences within a reasonable length of tis D, Tr3ffic C~ntroPs: Existing trafffc sigriaf and safety Sighting systm shall be kept in @peratLon ?or the benefic of the trav~ling public during pr gsess of the work. No traffic regulztling warning, directional. or street raam sigas shall be removed fm the area of the work BY relocated therein unless Indicated OR the plans ,Dr unless so ordered by the Engineer. The contractor shall presen7e or tnaintaln the visibility of all official tra signs, traEEie devices or street naue signs within the limits of the project Fire hydrants shall be left clear for hose Z. Access tu Fire Hydrants: connections at a11 times, SEC"fI.C?E XV - PUBLIC SAFIXY A. Contractor's Re:sponsibility: This oecti5re deEiaes the contractor's responsibility with regard to providing f5r the safety of the publie during constmct$m. Attention Is directed to Section XII, FPC~~t~dy of !qork end Eo! Whenever the co~tractor~s operations create 8 condition hazardous to trafk': or to the public, he s5alP provide ,flagmen and guards necessary to give wzm: to the psblic of arty dangerous conditions* and he shall furbish, erect, and r tafn such fences,7barricades, lights, signs and other devices as arc neeessai prevent accidents and avoid dmage OH injury to the publie, Should the contracwf: appear to be neglectful or negligent in furnishing wan and protective measures as above provided, the engineer may direct attention the existence CPE a hazzrd and the necessary warning and prctective measures ; be furnished and instal!led immediately by the c~nt~aetor, 8. Emergency liazards: Hhen an emergency hazard affecting public sar'ety exists and it is not possible to contact the contractor or it is not possible for the contractor to take imediate corrective action, the Cfty may take act to correct the hazard or to furnish warning and protective measures. The cor tractor shall pay the City for correcting emergency hazards or for furnishin2 varning and protective measures. The taking of corrective action or the furnishing of warning or protective measures by plhe City shall not relieve the contrzctor from the responsibility public safety or damage to persons 3r property, SSCTION XVI - CLEJ"C UP Upon cmpletion of the job, the contractor ahall rmuve all debris and waste material caused by construction operations and leave the job site in a clean and mat: condition, Geriernl Comnditions - CarlsSad 0 0 SECTION xvn - CW2LUW136 wzm UARS The contractor shall conduct the work 3in eomplbanee with all Iavs ad regula sf ithe United States Government, the State of California, the County of San and the City, fimitfng or cantpolling the wrk in any manner. 'ptze contracto shsll at tnls ohsp~ expense obtain all necessary pem3ts end Licenses and pay a fees required by lawQ SECTION XVIfI - f4AY3R - Where the work =der these specific4atfons can be supplied with water Earn tk City's water malas, the Cmtractor will be required to arrange fer service t ter Department, and wPli be requfred to pay for any and aLf wat he contractor during the Course of construction. SECTION XIX - FIRE AND SAklITbRY PROVfSIOBJS A; Ffr@ PrOtWtfon8 %en@W@r 8 fire hazard exists, the contractor shal have avai-rstble at the jOb site fire fighting equipment meeting the standards established By the Fire Marshal, B, Sanitation: Tb coatractor shall maintain sanitary facilities and cc ditfons on the job site meetfng the standards estsrblfshed by the Di~~tor of PubPfc Wealth.., Requi-meats for tenrgozarg sanitary facilities are available at the Beparemel of Public Realth br the City 3uiIdl:ng Departmc;nt. SECTION XX - PRESERVATION OF MONWZNTS The corrtractur shall RU% dfsturb qp property mmmmezxts OT stakes found on fl liae of the improvement without zmitten permission.€rom the Engineer, In tha event that the contractor disturbs or re~wes property wnttnaents or stakes w out bvlng first obtained written pemtissioa to do so an$ fE Is necessary f~: the City to reset 13lonumnts or stakes, the Cantractor shall pay to the City the cost of resetting such mon-t:s or stakes. SECTION XXlc - CWLETXON OF WORK -The netice of empletlon of work will be issued by the Superinwndmt of Strc This notice o€ capletion is not a waiver sf the guarantee as set fsrrth in tk COnditionSo SECTIOH XXIP - COHTRACTOR'S IHSURAbKE: The contractor shall n0t canwence work under this eontract until he has Qbta all insurance required under this paragraph, and such insurance has been app by thg city Atepmr shall the contractor alfm any subcontractor to col~pne~c QS his subcontract until all similar fnsuran~e regufredd &he subcontractor been obtaimd'and approved. A. Workmenvs Compensation Pnsnrance: The contractor shall take out and taia during the fife of this contract WQ~~W~'S compensation insuranceEor sf his empluyees engaged an or at: the sire of the project, and in case any of Et work is sublet, the contractor shall require t;he subcontractor sinflarly to vide woricmenvs compensation insurance €OK all the ~.a"ttei's employees, unless City af C,arlsbad Seneral C~~dfti~ns - 8 a a tth?in ox adjaeei zber btr=ton eo ths md th a ab CITY OF G4R.LSBP.D SVLEET '6PIIPROVEEhTS - BEECH AVrnUE CUNSTRU&TTON SPECZPfCATf3CONS SECTIOW 1 - DESCRIPTION OF WX3ZC The wrrk to be done under these specffkations consists of constmcting stre ftitiprovments on. BZEa PVrnt'E witkin the City of Carlsbad, S Elfego County, CaliE~thlfa, as indicated on kke Plans therefor and speciffed h The cantraceor shall Eurnish a11 labor, equipment, materials, supplies, sew methods and processes necessary to Complete the street as indicated together with all other appurtenant structures and appurgeaant work necessary OX- isi de~taL to a complete end ~lorkmanltke irnprovernent as contemplated by the PL~R~ All work shall be done €a accordance with %ha applicable sectioors of the Staz Specifications or" the Saa Diego County Road Department; State of Catiforzia Departena: of Public WQlhkS, Division of ljighways, 1954 anel 1968; Cfty of - CarZsbad or as modffied in these specifications. SECTION 13 - GEhPERFcL COXDITIOWS A, Existing FacdZi'Esfes A-1, Removal and Rep~acaclent of Existing Street and Traffic Ccmtml Signs: Street and trafftc control signs ipiterferring waith the emstmet sf improvements shall be removed, maintaineel ira good condition, and rep1 as directed by the Street Superintendent. Rmuv~1 and replacement a€ st and traffic sfgns shall be by and at the expense of tho emtractor. k-2. Replacement: of Sewer Laterals: Sewer laterals encountered ox broken during any portion oE the work shall be repaired and replaced at new flaw line. grades establfshcd by the Street Superintendent, Car L sbad Ci3iIStl?UCt$Un SpeCif%CatiQl'lS 6 -- e 0 Replacmnt of SQerer Laterah ob11 be hy and at the expense ctf the emtracrtur. #Abo Cmqxmsatizz Full cmipensnefon for removal, repiacMaent and pi tectioza of the above fscCLitias 6ha11 be eonskkred tu be fneLuded in ! VElKS#S pay f~~ Qf CMlStlXcEfQn is70Tk dtd RO erdditfOWI papnt Will 1 made thereEos. Bo Cfry-&med Ukflftiesr Existba City-med w&&t mains will be repla: asd/or zjusted to the! proposed at:keet grades prior to the be.gfn~fng of or the progress of these street imprrrwmenies. The Street Ssperintendenr will the reglaeerwmt of water lines ses of the wk+ REI AEFi MAZE$ MXLL BE BY m, AT E All other CSty-o~ld faci3ftPes istcl ing water ssrviees sh see forth in Section fa..) of th& G YbB. COrPdtfiUlm r.er;wwed, repleced, and maintained as set forLh Condition$. ' c. Utilities fist C&Wi& by citqi: Uo%lsti@?s R ea by the city shall G tim XI IS) 0% the Gal E. 'date? F>miahed hy Cantract= Matea. for constrilcrim, empaction sba€% be furnished by id at the of the contractor, S~LTTXW IIX - and gmbbiag shall iactude the r-el a existing trees, atwps, shrubs, cc walks, and ab1 other axis of the work fn accordance rids &taineZ frc the cantractpt and mtcrisls accmlabeb there lapeclfhed, SETIW IV - 2fiXTHUiXK A. General: .All excavations., fill embenkmmt;s anb gttldfng required tu c plete the work @S speciffed herein.shaP2 be m%d@ to the Zines and grades sh on the plans, or BI sfaked in the ffelb. fill, embanbrtts or backfill, shall be dfeposed of or remved by the Cmtt Edwwated aarerials'not r2quired frU% the Site. Of the Work. Embanbents sttall be constntcted and compacted ~n accordance with Chgptes I Section 19 B€ the County of San ftiep had Degertnene Standard Specificatio Carlabad G Cwtguction Specifications UP 0 0 axCegt that CoatpematfOIl far fi%l dNXdSSZ@ntS shlf bEt iRCludad in the mti~n for roadwag excavation arrd no additiQPLetZ alhwance will be I11868 The areas over which erhsnknents sre ta ?x eons?xucted shall. first be eleared &I vegetatlcnz or ather beleterlous taarerfai, and a11 s p and roots shaff. br grubbed awi removed. '~hc entire area ktzatl be pla~., rifted, Of oEhemist broken up to ftflcns fill materisl to &mite with the or%& 1 matarka'l uptm whit nta as shown OR gfar wrxcten permbrasion, dull mmd in acccrdaxlc c. Meetsurmnt and ?avenent: \&an'tities of exc 0t2 from the faadway and center lfne labpx, materials &id doing all werk :iav@lved fa the excavating,, lwding, Carf&bhd C~nstruati rn Spec I: E feat 3 ow - * 0 0 r Transporting, depositing and coqactiq t'ke mzterciel In +lace in ezrb;?n'kzznt in accordance with plans and spe,cificatiorrs; EOP furnishing and applying water; fo; removing and disposing or' exis2in.q culverts indicated Eog. removal ow plans; for removing and disposing excess excavation naterial not required for embankments; and nPf other work involved for the grading as shown on p1ms and herein specif. C~peRSztiOn for s.truct*ire excavqtiohn shnl'1 be include2 in the lixcp sum price ai unit price paid for structures, Is, GENERAL: The work to be done by the contrractor under this Seetion she consist of performing ZIP operstions and furnisi;.in-g all caterislbs necessary for paring the f~undation for and conseruc't Pr.g the reinforced CD:-tcrete alley aproris the lOCRkiQnS, in the posi::ions, to the elevatiocs and dimon.sions and confornin; "rhe design shom-~n t!:e plans sr st:;teil in Eke field. Bo Si 9CRADE: The Eovndations upo~ w*?ic?, the alley aprons are to rest shal brought to the rec;uired grafie and cross-secticn, 30.6 shall be th~roughly tamped rolled until. solid and unyieldina. en eve^ soft or spongy material is encount, in i-iiak$ng the su%gr,~de, such naterfrl shall be rmo~ed to a depth or' at least s inches (fie*) balm subgrade ncd filled with sand or approved granular soil which be compacted t~ a relative dera.sicy of '90 per cent. The subgrade shall be tholpo, drenched with wster, but not pubbled, 'sefore copcrete is placed, C, FOE34S: Refore placing fcranzs the earth beneath then shwEP be excavated the proper gx-zde, amd shall be hard and corry2cto Fo~iils shall have fill1 bearing the earth thrtougi;out their length. 'The top edges of all forms sha.11 confon? to grades and cross-sections of &:-.e surface of the worke Side fom-s of tivber QBT s$eeP :mst be used. They sh:,:!I be SQ supported durifig entire operation of placing, bmpirzg and finishing rhe work tbt they will not any tiin$ deviate laterally n08: at any tiyie deviate vertically norc than one qua (B/4) inch fro!-? *,!?e proper Ilne, When side forms are his& n~ore than o'tce, only straight foms sha81 be used and warped fans and split tixher .€oms sh,.:B be discarded. Zefore 'hias pl,.;ced, al forms shall be thoroughly cleaned and oiled, Tizbes side Eoras shall be No. 1 Oregon pine CT white fir. They shall be not less than one and five-cighths (1- inches thick and at Seast twelve feet (1z9S Bun.jr, and zheir depth sh,IS be at 1 equal to t?;e specified depth of the edge of the work. They shall have squgre t edgzs, square butt joints, and shall i~ut coiptpiil enaugh 'RRO~S or other iaperr'ec to izxpair their sirrengt!:. They shall have EO wane O~S. t% edge to be p'lsced gpp most, and shall be straight, 9, C.*:~'~:fiET?: Concrete used fa the constzuct5on of alley aprons si~all con to Section 38 or' St.~te Division of Mighways 1960 Standard §pecifications for @I ~PAQ~ CGIIC~T~~~, exceptiiig tt!:it it shall contain mot less than five atne! one-half ( sacks oE I~rtPan;c! cerent concrete per ethic yard, E. :.)TACIV: CWCX~TZ: Coxvrete for alley aprijns shall be placed i~, fo-m,s Payers not exceeciiiig six inches (9:) in depth. The fsms shall be EilPed to th 'COD, Spaces and wedge sha.peel tampers shall be provided and used to coep~ct and secure 3 sr!!ssoth even textEre t':roughol-?t. Concrete may be compacted by cec:is sf frequency interval vibrators of 3n approved. size. The top of the r%Hey apron s Carasbad CQnstruction specific2 0 * be tamped and spaded to form a l.ayer of mortar hawing a maximirrr; thickrcess of 1 inch. Care shall be teken that the cioncsete is sufficiently tmped to prevent sagging or bulging upon rmovab of th*e front fsm., Concrete for alley aprons si-iaii~ be deposited to tile required deptli for tt-ie ent width between side forn~ in successive batches, and in a coniii.nu0u5 operptiore only by the rbquixed joints. Freshly placed concrete shall be cot.ipzcted by ta with a heavy tamper consistifig of a grid of parallel metal bars, This Carrping Continue until tke coner-ete is ccnsolidated and n layer Of KOKtar Sufficient f proper finishing I.,cs been broi.rgI?t to the surface, F. FfNTS!!I?!S: After Concrete hss Seen placer! €or t5e alley aprons and the su nortar is readfly workable9 &he surface shall be leveled with a WOO<C;'I float o transversely go the longitudinal directior, of the alley apron. Wfien the surfa mortar is fim and surface 57ster has disappeared the surface shall he giva a float firaish, Concrete aLfey aprons sh~lB be finished to a true, even grade, of i11u1~1ps~ depressions or other irregularitieso I;, EU>.NSION AND KA&:NEI! i L.~E JGINTS: Expansion joints of one inch (P$O> exy: joint material sh..r?ll be placed as sii~c1s.m on plans, Expansion joints shall cons Of approved strips Of durab?e @last iC CoFlpOUnd H. REINFORCEMEYT: Rainforcerrent si?aIl CcjfisisE of GX6X#S guzge x.;eB_ded steel % fabric mesh. Mesh rzinforcerent shn.PJ. confom. to the requirements of: Reinforeecent shall be cleaned of all ruse, scale, grease, dust, oil, dried gx or other foreign material before pla.cing concrete. APP reinforcerent shall be placed not less tI7an three (3") inches from the nearest 'surfeee of 'the coxrer alley apron. No concrece shall be deposited until the Engineer has inspected in2 of reinforcing steel and given permission to place conci-ete. Concrete pl; violation of this provision will be rejected. k'aynent will be made st the COI unit price per square foot Did for aklcy apron item, I. ALLEY Ai'RON: Pleas:iren!ent fcls payment for alley aprons will be emputed frt areas of alley aprons ~ctua'lly constructed. i a\pent will be wide at the cant! price per square foot bid for said iter which shall include full compensation furnishing all laboro materials, tools and equipment, and doing ell work invo and incidental to cong1et.e the alley aprons as shown on the plans and specific - A + S . T .N e De s i gnat i 0x1 A. - l 85 Carl sbad Ejortstructioii Sp: -5 0 0 SECTION VI - CROSS GUTTERS AND SPANr?RELS -- A, General: The work ts be d~ne by the contractor under this Section shal consist of ;>erf~~ming all operations snd fumj shing ,711 materials neCfSS2l-y ~JK preparing the foundation for and cmstructing tke concrete cross gutters and CI: spandrels at the locatiofis, in "ihii. j70si~ions, to the eteva!:ions nnd dimen~iot-ts confarming to the design shown nil she ;,L,cns or staked in the field, Bo SUhgrClde: The fC?SEd&tiQnS iii;C.pL Which the CL'B§S gutters 2nd Spandrels i SP@St §hall be brought t0 the reqclired grade 2nd CKOSS-SeCtiOil, and Shall be thC oughlp tamped and rolled until sclid end unyielding, Whenever soft or spongy mate~ial is encountered in making the subgra8e, such rnef:erial shall be removed depth of at Beast six inches (6") klcm ~~ibg~ebe and filled with sand GT apprav granular soil which shall be compacted t~ a relstive density of 90 per cent, T subgrade slial 1. be th0rQtJghly drenched with water, but not puddled, before coi'rcr is placad, C, Foras: Before placing forna the earth benehth them shall be excavated the proper grade, and shall be hard and compact, Forms shall have full bearirag upon the earth throughout their length,, The top r-.d,=es of all forms s.hall confc to the gkades and cross-sections sf the surface of the work, Side forms of timber or steel must 'ne used, They shall be 30 supported during entire aperation of placing, tarnping:, and finishing the {wrk that they {vi11 not any time deviate Baterally nor 3t any tlme deviate vertfcally more than one-qus (I/&) i~ch from the proper line, When side forms are used more than once, only straight f3rms shall be used and warpsd forms and split timber forms shall be discarded, Before being placed, all forms shall be thoroughly cleaned and oiled, Timber side ~G~KIS shali be No, 1 Come,n Oregon pine or white fir, They shall b less than oze and five-eights (l-5/8> inci-nzs thick and at least twelve feet (12 and their depth shall be art least equal to he specified depth aE the edge of t They shall have square tap ?dges9 squz.re butt joints, and shall not contain em knots or oehe~ izperfections to inpair. th2ir strength, They shall have no wane the edge to be placed upperxicst, and s.h;711 be straight, B, Concrete: Conc~ete used. ir, the construction rtf CHOSS gutters an? spaid shall co;:fosm to Section 99 of Stat? f~fvisfon of Highways 1966 Standard Specifi for Clzss 9'A*8 CO~CTE~S, sxcepcing ek,;.,t it shn19 contain not less than five qnd half (5 1/21 sacks of hrtlond cement co~crete per cubic yard, E, Placing Concrzte: Concrete for cross gutters and spandrels shall be pl forms in layers not exceeding six inches (6") in depth. The forms shall be fik the top. Spaces and wedge shapd tampers shall be provided and uscd to compact secure a smmth even texture thsotigk~~it. Cencrete ?wy be conpzcted by means QE frequency interval vibrators of an approved size, The top of the cross gutter syandr.als shall be ter~p& 2nd spded to fern a l:?yer of rxrtsr hzvicS5 c mcxirr;um thickness of P/4 inch, Care shall be taken that the concrete is sufficiently t to prevefit eny sagging or bulging cpcn ~swovsl or' the front fmrrn, Concrete for CKOSG gutters and spnndse!~ s!iall be deposited to the r,7-c!uired dep the entire width between side forms in successive batches, and %.r; a cc.n&%nrsous broken only by requi~ed j7?iut.s e FszsFrLy plac~:d CO~CY~~E shall I~c Co-i>zCted by !git?:s C? heavy Camper cnn:;Esting cf 2 grid of parallel metal bars, This tamping C o:'.s t 1% e t i on S pec i f i C' 3 t i <x Car I sbad * rl) * continue until the concrete is consolidated and a Payer of mortar sufficient f proper finishing has been brought to the surface, F, Finishing: After. concrete has been placed for the cr5ss gutters and c and the surface mortar is readily workable, the surface shall be leveled with wooden float operated transversely to the longitudinal direction of the C~QSS and spandrel, dken the surface mortar is firm and surface water has disappeai eke surface shall be given a wood float finish. Concrete cross gutters and s~ shall be finished to a true, even grade, free of humps, depressions or other irregularities, G. Expsnsion and Weakened Plane Joints: Expansion joints sf one inch (In) expansion joint material shall be placed as shown 5n plans, Expansion joints consist of approved strips of durable elastic compound, No Concrete Cross Gutter and Concrete Spandrels: Measurement for paymenl COnCKete cross gutters and concrete spandrels will be computed from the areas gutter and spandrels actuslly constructed, The area so corrputed shall not in/ portion of gutter that is poured togethes with the curb and compensated for u work to be done under cdrb and gutter consLructfon, Payment viii be made at rhe contract unit price per square foot lsrd for said which shall include Edl.1 compensation for farnishirtg all labor, meterials, to and equipment, :>ad doing 41; vork invslved in and inzidq-intal to complete the gutters andgpendrels as shown on the FP~YIS and sp@cifiC@d hereino czar1 sbaci Caxstruction Specifi1 e e S~~CTIOR' y1.1 - c GKZTi: CU'r;'lS ~ ;UTTERS, S IDEi.i,iLi;S AXD DEI'RESSEB Dii';'ZELJt,\YS - A, Genera$: The Work to be done by the coi!CraCt:oI' under this Section sha cons is^ af perfori3ing all operations and Eu~-nishinp, all materials necessary €0 preparing the Eourndati0r-t for and cmstructing ti?e cuxrete cczbinacion curb ani gueter, sidewa'iks and depressed driveways at the locations, in the positions, the elevatio:?c 3tnd dinensinn.; 2nd confofliin,:: to the design shown or< the plans staked in Che field, is, Siibgrzde: TI7e foundations i~pctn which the curbs and gutters, sidewafk and depressed driveways 2re to rest shall be brought to the required gr~ide and cross-section, and shall be thoroughly tamped and rolfad until solid and unyie ing. Whenever soft 01 spongy material is encountered in making r-he subgrade, such naterial s'nalP be ren:oved KQ a depth of at least six inches (6wq) below su grade and filled with sand or approved grenular soil 13hicli7 shall be campacted to a relative density of 90 per cene. The suggrade shall be thoroughly drench( with water, bur not puddled, before concrete is placed, C. Forms: Refore placi~g fcms tke earth beneath th.m shall be excavated the proper grade, and shall be hard and compsct. Foms shall have full bearin! upon the earth throt.@oue their length. The eop edges of PI^ foms shall COR^^ to the grades and Cross-sections of the surface of the WOT~., Side ~OFX?S of tirfibear or steel RYUSC be used, Tiley &ail be so supported during entire operation of placing tamping and fii-iisking the work thst ti'i2y will not at any tine deviate lsterzlly nor as any Eime deviate vertlcaily more tkan :me- quartet (1/4) inch from the proper bine, When side Eons are used mure than once, mly str;i!ight form s'n~%i be used and a11 warped foms and split: timbr Eorxs shall be discarded, Before heini. placed, ell -Eorrrs shall be Choroughly cleaned and oiled. Ti&er side forr:s Shp9.P be No. E Cornon (iregcm pine or hike fir. Tiley sl;aall be zot less t?sn one and :five-eighths (B-5/8) inches thick and at Ze~st twelve fee% (I.ia) long, ami their depth shall be at least equal to t:ie specified dept'x. of the edge of the WSX!C.. They shell have square top edges, square butt joints, and shall not eonraf;l enough knots or other inperfections to inpair their strerpgth, They shall have no wane on ti:e edge 20 be placed upperrrost, and shal be straight. -. D. Crmcrcte: Concrete used. in the c~n~tr~ction OE CU~DS, gutters, sicfet-72 and depressed driveways shall cozforr t.o Section 90 of Stste Division of Highwe 1960, strartdard Specif icst lons for Class $F.A.v9 cortcreee except in:;, t5a.t it shall contain not less t';m five and one-half (5 1/21 sacks of !-'artland! cement COnCreIlO per cubfc yard. . . ,- - - . . . . . . . Cprlsbad constraction Spec ilficat 0 0 X-2, Depressed Driveways: Measurement for payment of depressed drivewaj will be computed the same iis sidewalks, Payment will be mde at the contract unit price per square foot bid for sidewalks, H-3, Sidewalks: Measurement fer payment for concrete sidewalk will be c puted from the areas o€ sidewalk actually constructed, Payment will. be made at the contract unit price per square foot bid €or said item which price shall include full cornpensation for furnishihg all labor, m twals, anrI equipment and doing ell work involved in and incidental to complete sidewalks iis shown on the plans and herein specified, Cay Hsbad Conseruction SpeclE 0 0 SECTIO i VIII. LTNWXATED SASE PATERIAL A. Ger-.eral: The work to be do%?e by zhs contraecor un&r t'?is specific2 shall consist of perfoming all operations acd furnishin;, all Faterials necesr prepare the earth subgrade, covbine; proportion, mix, place roll and compact ' treated bace material to eke elevations, lines, grades and dimensions and con to the design shown Q~I plans or st-ked in the field and iberefn specified, I r E. Subgrade: The subgrade is that portion of the road be<! on which the bese material is to 225 placed, Tne road bed of existing natesial, of wi-ich t senfagrade is to be prepared, sczal.1 be loosened by an appropriate rems to a de four inches (4") below the specified elevations of the finished subgrade and thoroughly cultivated until the mazrrial of s~hicb it is cor..pos~d IS in a fine graded condition, The subgrade shall be altern;;tely watered and reculeivated the materizl is uniformly TPQiStenep throug'nout for a depth of not less than f inches (&EP)~ %e quantity of water applied shall be that which is required I vide optiinuzrr results in csmpaction under rolling E82 relative density of nin~ per cent (95%), The subgrrile shall then be shaped to a true cross-section, sufficieatly highc the specified grade to allow for subsequent conpaction, and shall tkn be the cmLpacted until the relative density of the rateriel is not less th,-n ninety- per cent (95%). Righ spots or depressioas that develop in the subgrade shall sckified, cut down or filled in, as the case ray be, and again watered and 1 Upon completion, the subgrade shall be fSn, hard and unyielding, with B trus and uniform surf?ee confonring to the grade and cross seetion speciffed. C. Untreated Base &laterial: Mate-ials for and the proportioning, mixi and compacting of untreated base shall he inported deccwposed granite and sh with section 14 of the State of CePifomia, Division of Highways, August E95 dard Specific :tions. 0, Heasurement and Payment: Measurement €0~ payrlent for untreated brs will be made or; elre basis of tie actual yard-1ge used in cubic yards, compact place on tbe roadbed, Payr*ent ~ilZ be made at the contract uiit price per cubic yard bid for 2:ntrp material which shall include full corpensation for furbishing all l+bor, mat tQols, equiprent, and cbirt~s, all work involved and incidental to CW~p'ete the of the srntreaeed base ~aterisl including watering and subgrade preparations, OR the plans and specified herein, SECTIO'J EX- AC'- TiALTfC CGBCRETE SUKF ICIX'G *'&e Seneral: The vork to be done by che contr~ctor under this specific2 consist of performing all operations and furnishing all. saterials necessary pare the earth subgrade, cocbine, propprtion, mix, place and roll and seal 6 phaltic corlerete svsvfacing to the elevatioils, line<, grades and di?~-~sio~s Eon? to the design shown on plans or staked in the fie13 ard herein specifi 7, Sub\ ride: ?\e subgtade is ckat porrion cf ",e road bed on which e asgf;alt coneret: s:irEaci-g is to be plzcei. The subgrade shall c ,nsisc of ioporbed decomposed ~r~nite. T'ie specifications for t%is material is cover c under section VIZL C ai l sbad construction Specij ” 0 0 r C. Asph;laPt,Pc concrefe surfocj72;: f.later%afs for ai?d the proportionin?, r pfacing, and cor i>,+~tink of asphaltic .coL7crete surfacing s5-rall e~f?.iply WitE SCC of che Standard Specificstisns of the Stat2 of C~Zifornia, 2ivision of Nighw: January 1960 for Type 5 suufece Course, 3/4vC EX’:: ntaxin~urn aggregate. 8s::haltfc birrdev shell coif or^ to and be furnished and applied in accordmce the applicable provisions of Section 39 - 3.04 of the Standard Specification2 the State of California, Division of Highways, January 1940. D. Seal Coat: All asphaltic ccncrece surfacing shall be sex1 coated, c coat shall. c~r,zfst of Piquid asphalt:, RC-I, applied at the rate of from ,‘BO 1 g~llons per square yard of surfpce, artd covered with medim screenings (3/8“’: spread at a rate of Erorn 20 to 25 pounds per square yard of surface by mechat spreader. The application shall co:-igly with the provisions of Section 37 of Stzndard Specifications of the Stat? oE California, Division of Highways, Jai 1960. E. Measurevent and Papent: Neasurenent for pcayqent for asphaltic con €acing ~3ill be made on she basis cf e’le actual area paved in square feet. Pap--ent will be made at the contr2-t unit price per square foot bid for asph concrete surfactr,g i-~hic!? shall include full empensation for furnishing all materials, tools, equiprent, and doing all work involved and incidental to c the asphahric concrete surfzcing including subgrade preparation and se<:l coa 4 . shown on the plans azd specified Iherein, SECTIS: x. FEKCE F\\ELOCA L T?iS A. 3eneral: The work to be done tinder this Section consists of rernovi existing fences in tt.c right of wey and V-esettipg said fences at property li Fences are of various types of construction and various st~ges of repair. 3* Materials and 14orkmansiiip: Existing fence materials sh.11 be used salvageble and new material shall be used in like kind for replacement. S’os shall be reset in tk g;rot;nd at ell new loeaiion at the proper depth in the ground Eo be in a safe condition. Those posts that were set ir, concrete, sh have coqcrcte pl-ced i? their new Bocetion. > C. Measurement and Payment: Measurerent for pay:!ent will be the mean c tance lengthwise betwFen the centers of eoch end post, leyment will be rndc the contract unit price per foot for fence relocation which will i -cIu?e fu: cornpensacion for fumishing ail labor, nwteriafs, Coois and equip- enr, and c all work involved i-1 and incidental to the relwation of fences as S:ID~J~S on and spedified herein, Carl sbad COT‘& truc p1 i on spec P f ic 2. t li 3