HomeMy WebLinkAboutDBX Incorporated; 1988-09-14; 3280I
4
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF C0N"TS
I+
- P ITEM
NOTICE INVITING BIDS
PROPOSAL
BIDDEROS BOND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY 6t EXPERIENCE
CONTRACT
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY la CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986
CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM
LABOR AND MATERIALS BOND
PERFORMANCE BOND
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION I RELEASE FORM
SPECIAL PROVISIONS
f
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CITY OF CARLSBAD, CALIFORNIA I. NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchas Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, un
4:OO P,M. on the 10th day of August, 1988, at which time t will be opened and read for performing the work as follows:
MINOR ROAD IMPROVEMENTS AND TRAFFIC SIGNAL AT MELROSE DRIVE AND RANCHO SANTA FE ROAD CONTRACT NO. 3280
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. Reference hereby made to the specifications for full particulars
description of the work.
The City of Carlsbad encourages the participation of minority women-owned businesses.
No bid will be received unless it is made on a proposal f
furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by 1
The bidder's security of the second and third next low
responsive bidders may be withheld until the Contract has b
fully executed. The security submitted by all other unsuccess
bidders shall be returned to them, or deemed void, within
(10) days after the Contract is awarded. Pursuant to provisions of law (Public Contracts Code Section 459
appropriate securities may be substituted for any obligat required by this notice or for any monies withheld by the City ensure performance under this contract.
The documents which must be completed, properly executed,
1.
I notarized are:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4.
5.
Bidder's Statement of Financial Responsibility
Bidder's Statement of Technical Ability and Experiencc
All bids will be compared on the basis of the Enginee: Estimate. The estimated quantities are approximate and se: solely as a basis for the comparison of bids. The Enginee: Estimate is $140,000. I.
I
I
I
I
I
I
I
I
No bid shall be accepted from a Contractor who has not b licensed in accordance with the provisions of State law.
Contractor shall state his or her license number classification in the proposal.
Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, Carlsb
California, for a non-refundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all k and to waive any minor irregularity or informality in such bid
The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those determined by the Director of Industrial Relations pursuant the Sections 1770, 1773, and 1773.1 of the California Labor Cc Pursuant to Section 1773.2 of the California Labor Code,
current copy of applicable wage rates is on file in the Office the Carlsbad City Clerk. The Contractor to whom the Contract awarded shall not pay less than the said specified prevail rates of wages to all workers employed by him or her in execution of the Contract.
The Prime Contractor shall be responsible to insure complia
with provisions of Section 1777.5 of the California Labor C and Section 4100 et seq. of the Public Contracts cc
ItSubletting and Subcontracting Fair Practices Act. I1
The provisions of Part 7, Chapter 1, of the California Labor C commencing with Section 1720 shall apply to the Contract
A prebid meeting and tour of the project site will not be helc
Bidders are advised to verify the issuance of all addenda
receipt thereof one day prior to bidding. Submission of 1 without acknowledgment of addenda may be cause of rejectior bid.
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 (50%) , 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 insurz shall be included in the bid price.
Approved by the City Council of the City of Carlsl
California, by Resolution No. 88-228 , adopted on the 12th da!
f
k
I work m
I
I
I
I
I
I July , 1988.
1
P -z%&izL Date /&
I CITY OF CARLSBAD
CONTRACT NO. 3280
PROPOSAL I
City Council City of Carlsbad
1200 Elm Avenue
lii
I Carlsbad, California 92008
The undersigned declares he/she has carefully examined location of the work, read the Notice Inviting Bids, examined Plans and Specifications, and hereby proposes to furnish labor, materials, equipment, transportation, and sew. required to do all the work to complete Contract No. 3280 accordance with the Plans and Specifications of the City Carlsbad, and the Special Provisions and that he/she will takc full payment therefor the following unit prices for each
complete, to wit:
Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price - TI
I
I
I
1
I
I. A2
I
1
2
I,‘
87 TONS boo3 5
$/
0 3S0”
Pavement Removal 660 SF a O-
4% Pavement Sawcut 660 LF 1.
Al Unclassified Excavation 200 CY
0 .
A3
A4 Asphalt Concrete (411)
e2 0
A5 Aggregate Base ( 611) 122 TONS r4 OH
A6 Type A AC Dike 697 LF 2 O-
0
1
Total amount of bid lvA1l in words b- Ad- &P
f
4;; kL,, h-@m 2
t of bid lrAf1 in numbers $ Iq;%0\O3
@
/
,i
I
i Item Description with Approximate
Unit Item Unit Price or Lump Sum Quantity PHL Price Written in Words and Unit Price T
B1 Traffic Signal Lump Sum qn$ "I I B2 Signing and Striping Lump Sum /q,ooo 1
I
.J 03 a
?
B3 Type A AC Dike 85 LF
B4 Pedestrian Ramps 4 4 Ea /) 000
I
I
8
I
I
I
1
I
I
I
I
Total amount of Bid ltB1l in words o\ha Ld kduwAALhCXML GvLL
2
c
-c
4 e I Total amount of bid '*B1' id numbirs $ /&.I 89
LA h
$ /48rnO+
Addendum (a) No (s) . e has/have been rece and is/are included in this proposal. '0
I ~~~ & A'
7-
I'
I
All bids are to be computed on the basis of the given estimi quantities of work, as indicated in this proposal, times the 1 price as submitted by the bidder. In case of a discrepi between words and figures, the words shall prevail. In cast an error in the extension of a unit price, the correc extension shall be calculated and the bids will be computec
indicated above and compared on the basis of the correc totals.
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 makin$ 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 checE 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 registrati n of Contractors, Licl
i
I
I
I
i
I
4
1
I
I
I
II
I
1
1
LGb-5
”a”d ;-3-?ry q I No .J%S?f. c //4& e&& -f v(.v
Identification
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee the City of Carlsbad is personally interested, dire( or indirectly, in this Contract, or the compensatiol be paid hereunder: that no representation, oral or writing, of the City Council, its officers, agents, employees has inducted him/her to enter into 1 Contract, excepting only those contained in this fon
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 work, and is in all respects fair and without collu or fraud.
,’ // /--&$/ ’/ kY5- Accompanying this proposal is
for ten percent (10%) of the amount bid. (Cash, Certified Check, Bond or Cashier’s Cht
P
I
The Undersigned is aware of the provisions of Section 3700 of
California Labor Code which requires every employer to be ins1
against liability for workers' compensation or to undertake SI 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 State California Labor Code, Part 7, Chapter 1, Article 2, relativc the general prevailing rate of wages for each craft or typt
worker needed to execute the Contract and agrees to comply 1
its provisions.
;.
D
I
I
i
i 3 2 /
D
4
I
I
I
I
I
I
1
I
1 Phone Number Bidder's Name
c yiW~natu~;--
uthori ed Signa A 9%?353- 's Address
(Individual, Corporation,
Partnership)
List below names of President, Secretary, Treasurer, and Manac
if a corporation; and names of all partners, if a partnership
e .-
10 Wd -due/ .1nHWyw
->.. StAn M Wto(yIu
ma RIVERSIDE
mtw-
-RL~NE PERRY - SECRETARY/'l'KEAbUKhK
(o, ,,,m w n~ an tno ma a( m¶f&my mmrl to W m@ awfm *ne (*
*,thn ,,,dm w ~hr~ el ~1 Corwltnacl mmn fimd. md mne*ld9H
tna carparm C MOO n.
WllNLSS nrl nw Ma om'
m -* m Undllm. a mvr me M md w Ud m.-w DENT JAMES c. PERRY JIM PERRY - PRES1 .6crWW hn
-- uanewntwaI-~~-~ m ltm a-c t U
* . Bond No. 2659471 ; I Premium: Nil
BIDDER'S BOND TO ACCOWPANY PROPOSAL 1
I
I
I
I
I
I
I
I
1
I
KNOW ALL PERSONS BY THESE PRESENTS:
That we, DBX, Incorporated I Principal, and The Ohio Casualty Insurance 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 bid amount)
for which payment will and truly made, we bind ourselves, heirs, executors and administrators, successors or assic
jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if proposal of the above-bounden principal for:
Minor Road Improvements and Traffic Signal at Melrose Drive Rancho Santa Fe Road in the City of Carlsbad, is accepted by City Council of said City, and if the above bounden Princ. shall duly enter into and execute a Contract including requ bonds and insurance policies within twenty (20) days from date sf Award of Contract by the City Council of the City Carlsbad, being duly notified of said award, then this obliga'
shall become null and void; otherwise, it shall be and remaii full force and effect, and the amount specified herein shal: forfeited to the said City.
In the event any Principal above named executed this bond a! 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 day of August , 1988.
Corporate Seal (if Corporation)
I.
Ten Percent of Amount Bid (10%)
I
I@
DBX, ncorporated
,Jf-p$xq
b
(NOTARIAL ACKNOWLEDGE3WNT
r (ATTACH ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPA
AND SURETY MUST BE ATTACH - - --- _-_ - __ - Io ATTORNEY - IN FACT) + -- -
, before me, the under On August 5, 1988
a Notary Public of said county and state, personally ay SS.
David L. Culbertson
personally known to me to be the Attorney-in-Fact of
The Ohio Casualty Insurance Company
the Corporation that executed the within instrument, and
to me to be the person who executed the said instrum
behalf of the Corporation therein named, and acknowlec
me that such Corporation executed the same.
I State of CALIFORNIA
County OJORANGE
mud? I db
NOTARY
1 3
CERTIFIED aPY OF kWER OF ATTORNEY
rn OHIO CASUALTY ICNSURAN~ COMPANY
HOME Qmcl HAMlLTOM, OM0
zL#dtrr m < bg @?St Wtrutds: Iht THE OH10 CASUALTY I"cE COMPANY,
David L. Culbertson or Linda Culbertson or Charles Flake or Diana Laskowski - - - - - - - - - of Anaheim, Californi
FIVE MILLION - - - - - I - - - - - - - - - - - - - - - - - ($5,000,000.00
m
of authority mtod b Artid. V Sctiion 7 of the By-Lws of rid Company: doer hereby nominate, conotitutc
ita true and hwful apnt ita act and dd any ad a11 BONDS. UNDERTAKINGS, and RECOCNIUVJCES, not exceeding in any r40 i~
excluding, however, any boud(r) ot undertakimg(s) guaranteeing the payment of notea and intered thereon
And the executbn of such bond. or undertdinga in purauanee of them reunts. ahall be as binding u on 0
8r fully and amply. to all idtnt. and purpooea, aa if they had been du& executed sad acknowladgd by
elected officem a) &e Company at ita 06ca in Hamilton, Ohio, in their own proper perron..
Tbe authority granted hereunder aupsrreder any previous authority heretofore granted the &re named atton
In WITNESS WHEREOF, the undersigned, officer of the maid The C
and attorney -in-fact, to make, exscute, aarl and deliver for and on ita behalf aa
&bUIJ.!.!!!,, *.""
3 '*/* SEAL 3 jz
huurancs Company har hereunt
rid The Ohio Gaualty Inrurance C ';rr
\3iiK**i *d
day of May A.D. 19
the aubrcriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commiuioncd and q Richard T. HofQy,.Jp. SAcrgtarj - - - of THE OHIO CASUALTY INSURANCE COM
personally known to t e i pldual a o eer escribed in, and who executed the preceding instrument. an ]edged the execution of the -me, and being by me duly aworn dcposeth and aaith. that he ir the officer of aforeraid, and that the real afxed to the preceding imtrument i. the Corporate Seal of said Company, and the 8 s-1 ad hi* ai-ature aa officer were duly asxed and aubrcribed to tha said inatrumeat by the authority and di
uid Corporation. IN TE5TlMONY WHEREOF. 1 have hereunto ret my hand and a&xc
t ss*
STATE OF OHIO. COUNTY OF BIJTlER
0mtb 20th
0
Seal at the City of Hamilton. Stat
This power of attorney im granted under and by authority of Article VI, Section 7 of the By-Law. of the Compar ita director. on April 2, 1954. extract. from which read:
"ARTICLE VI"
"Section 7. Appointment of Attorney-in-Fact, etc. The chairman of the board, the prerident. any vice- secretary or ony aaristant ncretary ahall be and is hereby vested with full power and authority to appoint at1
for the purpore of rigning the name of the Company as surety to. and to execute, attach the corporate real.
and deliver any and a11 bond.. recognizance.. atipulations, undertakings or other instruments of suretyship ai insurance to be given in favor of any individual. firm, corporation. or the official representative thereof. or i or state. or any otlicial board or barb of county or atate, or the United Stater of America, or to any other
division."
Thir instrument ia rigned and aealed by facsimile as authorized by the following Rerolution adopted by the di
Company on May 27, 1970:
"RESOLVED that the aipnature of any officer of the Company authorized by Article VI Section 7 of the by-L attorneys in fact. the signature of the Secretary or any Aasistant Secretary certifymg to the correctnear of a power of attorney and the real of the Company may be affixed by facsimile to any power of attorney or copy on behalf of the Company. Such aignatures and real are hereby adopted by the Company ar origjnal..aignati to be valid and binding upon the Company with the aame force and effect ao though manually affixed. +
4 CERTIFlCATE
1. the underaigned Arsiatant Secretary of The Ohio Carualty Inrurance Company. do hereby certify that the fol
of attorney, Article VI Section 7 of the by-law. of the Company and the above Resolution of itr Board of Dire
and correct copies and are in full force and effect on thio date.
IN WITNE!3S WHEREOF, I have hereunto ret my band .ad the sen? of the Company this 5th day of AU 1) _w \ / f--) .?e
I 9 SEAL g \@p "" - (-1 SP,?IM L/ A 5s 1st ant Secreta w
DESIGNATION OF SUBCONTRACTORS e
The Undersigned certifies he/she has used the subbids of following listed Contractors in making up his/her bid and the subcontractors listed will be used for the work for w they bid, subject to the approval of the City Engineer, anc accordance with applicable provisions of the specifications
Section 4100 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 informa is required for each subcontractor. Additional pages cai attached if required.
Items of Full Company Complete Address Phone No. Work Name with Zir, Code with Area C
AI, A2r A3, A5
A6, B3, B4 Sully Miller
0
3703 Haymar Drive
183 N. Pixley
Carlsbad, CA 92008 619-757-3910
714-639-4550 Orange County Striping Orange, CA 92668 B2
0
.1
4
__ -
'>.. sun w CKloomU
COvrnW~DF:~
dsyd AUGUST .I
M)srr In.. m u-gmd. a wry hHeM urd kr ¶ma sm. f
(of pr0V.a ld m@ of! the Mwg of UhSfrn @wmerlteac mc wrya
,,Ithln mrtm rn matf of MI Cor~catmn mwwn nm. md &kni
tnc coruwm mc~ 11.
W~TN~SS rnl ncnd ana otnela a. r
16th mtw
. Dul
I
I
I f
I
I
I
I
I
4
I
I
I -
I
I
I ____ . - -- ---.\,
P
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed state
of his/her financial responsibility. F
r,
~ P, --
)e
'' StAl'8WWfWM I colmTYoT RIVERSIDE
om tw - a- ol,4mi.l.,. in f m u-tlgmd. a mvr hW1r urd far u# sm, p@r.
(IJf p,lJd la fm oIl tn* Ma9 of Wt9frn Mm) to m MI I)(rm $
-lcgfh4PEtRY, PRSIDEMC a. . Mfm
rll)nn InytrwM bn MrH of In@ Cormam mwmn nrm#. w KR~IWI
p( c~garm OXRUIJ 11.
W~TNESS r nrnd md metu ud.
may hbnc in md br e'-@-f-hsm-- ha t11u 1-c 9 (I
b 3 ? PI'.* ,
Paq m- Exhibi
DBX, INCORPORATED Balance Sheet December 31, 1987
ASSETS
Current Assets
Cash 96 , 237 -96 Accounts Receivable (Note 2) 145,176.96 Prepaid Income Taxes 1,360.00
Excess Earned Income over Billings (Schedule B-4) 156,678.47
Total Current Assets 399,453.39
Fixed Assets 0
Construction Equipment 29,600.75 Miscellaneous Equipment 4 , 480.85 Autos & Trucks 140,996.65
Office Equipment 3 , 789.70 Less: Accumulated Depreciation (135,2 10.111
Total Fixed Assets 43,657.84
Other Assets
Security Deposit 1,626.20 Loan To Shareholders 11,801.28
Total Other Assets 13,427.48
TOTAL ASSETS 451
- 0 See Accountant's Review Report
4"
1..
1.
I,
1
1
-1
Exhib I-. (COI
LIABILITIES ti STOCKHOLDERS' EQUITY
1. Current Liabilities
Accounts Payable 104,435.87
Accrued Payroll Taxes 2,915.35 Accrued Expenses 13 , 469.18 Current Portion of Notes Pay. 12,198.60 Deferred Income Taxes Payable 68.634.00
Total Current Liabilities 201,653.00
Lons-Term Liabilities
N/P-1988 Ford T-Bird (Note 3) 16,116.10
N/P-1988 Ford Truck (Note 3) 19,463.15 Less: Current Portion 112,198.60) 4. Total Long-Term Liabilities 23,380.65
t TOTAL LIABILITIES 225,033.65
Stockholder's Euuitv
Capital Stock, $10 par value,
340 shares, issued &
outstanding 3,400.00 22 , 732.92
(Exhibit B) 205,372.14
Total Stockholders' Equity 231,505.06
1
1
1
f
4
i
jo
3
Other Contributed Capital Retained Earnings
.Q5E; TOTAL LIABILITIES & STOCKHOLDERS' EQUITY -
See Accountant's Review Report
I
I BIDDER'S STA"T OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar chara to that included in the proposed Contract he/she has successf
performed and give references, with telephone numbers, which
enable the City to judge his/her responsibility, experience
skill. An attachment can be used, if notarized or sealed.
?
I
August w d . in I? 10
I' amo RIVERSIDE
On IMC
~tarr m. m urn*-. a MW Pumm urd r~ m strn. w
im PERRY, President
. Mrml (or proved 10 nw on In* ma of SJtlSfm wmei ta M me ~)rrm q
amn tnnrum M ICnrif Of tn* Coruoration inwin nm. M ~~no~l~
rne CorparW wUUM d.
WITNESS my nvrd cnd mta W.
I
--t--w,-,, * I?- a=- $ u C')r)4im IIIC iIpl-0 b
M
CONTRACT - PUBLIC WORKS
This agreement is made this /e day of 4-4 1988, bl between the City of Carlsbad, CalifGrnia, a munic cm-fciration, (hereinafter called 8eCity'v) , and
whose principal place of business is 42066 Avenida Alvarado, Suit
Temecula, C.4 92390 (hereinafter called "Contractor". )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all
tic or po ra t ed
t
i
I
1
i
I
b
1
1
1
I
I
I specified in the Contract documents for:
Minor Road Improvements and Traffic Signal at Melrose I: and Rancho Santa Fe Road. (hereinafter called ''proj ect")
2. Provisions of Labor and Materials. Contractor shall prc all labor, materials, tools, equipment, and personne
perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of 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 b are incorporated herein by this reference.
The Contractor, her/his subcontractors, and mater
suppliers shall provide and install the work as indica 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 interpreter 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.
4. Payment. All full compensation for Contractor's perfom
sf work under this Contract, City shall make payment to 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.
I
I r
I
I
I
1
II
I
I
1
Invoices from the Contractor shall be submitted accordinc
the required City format to the City's assigned proj manager no later than the 5th day of each month. PaymE
will be delayed if invoices are received after the 5th each month. The final retention amount shall not
released until the expiration of thirty-five (35) c following the recording of the Notice of Completion pursi to California Civil Code Section 3184.
t
5. IndeDendent 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 anticipatec not, in order to overcome underground conditions.
information that may have been furnished to Contract01 City about underground conditions or other job condition for Contractor's convenience only, and City does not war that the conditions are as thus indicated. Contract01 satisfied with all job conditions, including undergr conditions and has not relied on information furnishec 1 City.
6. Contractor Responsible - for Unforeseen Conditic Contractor shall be responsible for all loss or da 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 u its acceptance by the City. Contractor shall alsc
responsible for expenses incurred in the suspension discontinuance of the work. However, Contract shall no responsible for reasonable delays in the completion of work caused by acts of God, stormy weather, extra work matters which the specifications expressly stipulate wil
borne by City.
7. Chanse Orders. City may, without affecting the validit the Contract, order changes, modifications and extra by issuance of written change orders. Contractor shall
no change in the work without the issuance of a wrj change order, and Contractor shall not be entitle( compensation for any extra work performed unless the has issued a written change order designating in advancc amount of additional compensation to be paid for the P If a change order deletes any work, the Contract price E.
be reduced by a fair and reasonable amount. If the pal are unable to agree on the amount of reduction, the
shall nevertheless proceed and the amount shall 1 determined by litigation. The only person authorize
I.
I
B
1
1
1
I
P
I
i
I
I
1
I
I
1
1
10
I
1
1
I
I
I
I
I
order changes or extra work is the Project Manager. written change order must be executed by the City Manage it is for $5,000.00 or less or approved by the City Cou and executed by the Mayor if the amount of the change o exceeds $5,000.00.
8. Immiaration Reform and Control Act. Contractor shall co
with the requirements of the ltImmigration Reform and Con Act of 1986'' (8 USC Section 1101-1525).
9. Prevailins Waae. Pursuant to the r director of the Department of Industrial Relations determined the general prevailing rate of per diem wage accordance with California Labor Code, Section 1773 a copy of a schedule of said general prevailing wage rate on file in the office of the Carlsbad City Clerk, an! incorporated by reference herein. Pursuant to Califc Labor Code, Section 1775, Contractor shall pay prevai
wagers. Contractor shall post copies of all applic prevailing wages on the job site.
10. Indemnitv. Contractor shall assume the defense of, pay expenses of defense, and indemnify and hold harmless
City, and its officers and employees, from all cla loss, damage, injury and liability of every kind, nature description, directly or indirectly arising from 01 connection with the performance of the Contractor or h or from any failure or alleged failure of Contracto: 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 ma:
caused, resulting directly or indirectly from the natur the work covered by the Contract, unless the loss or da was caused solely by the active negligence of the City. expenses of defense include all costs and expenses inclu 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 time during the performance of this agreement a polic policies of insurance covering its operations and insur
covering the liability stated in Paragraph 10. The PC
or policies shall comply with the special insur
instructions in the Supplementary General Provisions shall contain the following clauses;
Contractor's liability insurance policies shall contain following clauses:
F
1.
1
1 A. *'The City is added as an additional insured as resp operations of the named insured performed under cont with the City."
shall apply in excess of and not contribute tr
insurance provided by this policy."
All insurance policies required by this paragraph E contain the following clause:
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. VI
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' ComDensation. Contractor shall comply with
requirements of Section 3700 of the California Labor C 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 empl or used by Contractor to perform any work under Contract regardless of responsibility for negligence.
13. Proof of Insurance. Contractor shall submit to the
certification of the policies mentioned in Paragraphs 1C
11 or proof of worker's compensation self-insurance pric the start of any work pursuant to this contract.
14. Claims and Lawsuits. Contractor shall comply with
Government Tort Claims Act (California Government Section 900 et seq.) prior to filing any lawsuit for br of this contract of any claim or cause of action for m or damages.
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 Contra does not maintain the records at Contractor's princ place of business as specified above, Contractor shal inform the City by certified letter accompanying the rE of this Contract. Contractor shall notify the CiQ
El. "It is agreed that any insurance maintained by the
t
I
A. "This insurance shall not be cancelled, limited or
I
I
1
1
b
I
1
8
1
1
I
I
1
I
15. Maintenance of Records. Contractor shall maintain and
t
I
I
I
I
II
I
i
certified mail of any change of address of such records.
16. Labor Code Provisions. The provisions of Part 7, Chapte
commencing with Section 1720 of the California Labor are incorporated herein by reference.
17. Security. Securities in the form of cash, cashier's ch
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 Remired bv 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 corre
inserted, then upon application of either party,
Contract shall forthwith be physically amended to make insertion or correction.
19. Additional Provisions. Any additional provisions of
F
agreement are set forth in the "General Provisions"
"Special Provisions*' attached hereto and made a part her I
4 Contractor 1
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL PRINCIPALS
MCJST BE ATTACHED.)
1
1
I
I
I
I cmo -IDE
1
* BY
CALIFORN
t ATTEST:
City Clerk .
).'
nm @ CWfomA
OntwA8qd ->.inn M mr. m -w. 8 Mrl ha M ma k WI sun. p#r¶ TTM pEBRv >- . I)rrtenl uwm, n Da m WSM *
P
,,,lhn ,murnmt M bmatf d IM C~W~ mwan nm. ma Krnm1c
in. cacm~han @MW~ I!.
wITNt$$ q nnd ~nd @Met# url. D
natv Puam M m4 kr w 4
ym.a-(-c.arr-u r;. mu *-c t 0 C'W*wm w '-mill '
I t
-- - -
SEFlWlE3ER
4rl d . In
8
>.* Como RNERsIDE
orl IN#
M)at -* M '*'-* 8 mr( ha !n rnd & w slmtr. fl I'LIPZ PERRY
. b(rw PRFSIDENT
GCOlvlPPNY m 1 LETTER e7
ALL LIMITS lh! Y>XX
EACH OCCURRENCE
ALL OWNED AUTOS
SCHEDULED AUTOS
NON-OWNED AUTOS
GARAGE LIABILITY
EMPLOYERS’ LOAiiBLiTV
INS/ LOCATIOMS/VE~lCLES/RESTRlCTI~~S/S~ECiAL ITEMS Re: Minor road improvements & traffic signal
ity of Carlsbad
200 Elm Avenue
Carlsbad, CA 92008-1989
I
1 ESCROW AGREEKEWI! 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, Carls California, 92008, hereinafter called tlCitytl and
whose address is
hereinafter called t*Contractor" and
whose address is
hereinafter called I'Escrow Agent. It
For the consideration hereinafter set forth, the Ob
Contractor and Escrow Agent agree as follows:
1. Pursuant to Section 4590 of Chapter 13 of Division
F
I
I
I
I
I
I
Io
I
I
I
1
I
I
I
I
Title 1 of the Government Code of the State of Califor
Contractor has the option to deposit securities with Es Agent as a substitute for retention earnings required t withheld by City pursuant to the Construction Cont entered into between the City and Contractor for
in the amount of (hereinafter referred to as the llContractlt). contract is attached as Exhibit VIA11. When Contrz
deposits the securities as a substitute for Cont earnings, the Escrow Agent shall notify the City withir
(10) days of the deposit. The market value of
securities at the time of the substitution shall be at 1 equal to the cash amount then required to be withhel
retention under the terms of the Contract between the
and Contractor. Securities shall be held in the name c and 5
designate the Contractor as the beneficial owner. Pric
any disbursements, Escrow Agent shall verify that present cumulative market value of all securi substituted is at least equal to the cash amount of cumulative retention under the terms of the Contract.
dated A copy of
2. The City shall make progress payments to the Contract01 such funds which otherwise would be withheld from pro( payments pursuant to the Contract provisions, provided
the Escrow Agent holds securities in the form and ai specified above.
P
I
3. Alternatively, the City may make payments directly to Es
Agent in the amount of retention for the benefit of the
until such time as the escrow created hereunder
terminated.
4. Contractor shall be responsible for paying all fees for expenses incurred by Escrow Agent in administering escrow account. These expenses any payment terms shal
determined by the Contractor and Escrow Agent.
5. The interest earned on the securities or the money ma accounts held in escrow and all interest earned on
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.
of the principal in the Escrow Account only by wri
notice to Escrow Agent accompanied by written authoriza 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 securitie the event of default by the Contractor. Upon seven (7)
written notice to the Escrow Agent from the City of default of the Contractor, the Escrow Agent E immediately convert the securities to cash and E distribute the case as instructed by the City.
i
I
I
I
I
I
I
I.
I
I
I
I
I
I
6. Contractor shall have the right to withdraw all or any
8. Upon receipt of written notification from the certifying that the Contractor has complied with requirements and procedures applicable to the Contr 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 disbursement of all monies and securities on deposit payments of fees and charges.
the City and the Contractor pursuant to Sections 4 an inclusive, of this agreement and the City and Contrz shall hold Escrow Agent harmless from Escrow Agent's re1 and disbursement of the securities and interest as set i above.
The names of the persons who are authorized to sign fivc
written notices or to receive written notice on behal
the City and on behalf of Contractor in connection wit1 foregoing, and exemplars of their respective signatures
9. Escrow Agent shall rely on the written notifications
10.
I as follows: I.
I
I
For City: Title
Name
Signature Address
For Contractor: Title
Name Signature Address
i
I
€
I
I
I
1.
I
I
1
€
I
I
€
For Escrow Agent: Title
Name Signature € Address
At the time the Escrow Account is opened, the City Contractor shall deliver to the Escrow Agent a f executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreemen their proper officers on the date first set forth above.
For City: Title
Name Signature
Address
For Contractor: Title
Name Signature € Address
I.
1
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in for all compensation of whatever nature due the Contractor all labor and materials furnished and for all work performe the above-referenced project for the period specified above the exception of contract retention amounts and disputed cl specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
i
I
I
I
I
I
DISPUTED CLAIMS I DESCRIPTION OF CLAIM AMOUNT CLAIMED
I@ The Contractor further expressly waives and released any c the Contractor may have, of whatever type or nature, for period specified which is not shown as a retention amount disputed claim on this form. This release and waiver has made voluntarily by Contractor without any fraud, duress or u 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 par signing below on behalf of Contractor have expressed authorit execute this release.
DATED:
I
I
I
I
I PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc,)
I BY
I BY 1.
I
I
SUPPLEMENTARY GENERAL PROVISIONS
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words **shown, ** @*indicated, ** *@detailed, ** stnot **scheduled,@@ or words of similar import are used, it shal understood that reference is made to the plans accompanying t
provisions, unless stated otherwise.
B. Directions:
Where words **directed, I@ "designated, I* "selected, I* or word! similar import are used, it shall be understood that direction, designation or selection of the Engineer is inten unless stated otherwise. The word t*requiredg* and word:
similar import shall be understood to mean Itas requirec
properly complete the work as required and as approved by City Engineer," unless stated otherwise.
C. Equals and Approvals:
Where the words *lequal, It "approved equal, @I "equivalent I If and
words of similar import are used, it shall be understood words are followed by the expression **in the opinion of Engineer, Ig unless otherwise stated. Where the words @*appro\ @*approval, *I @@acceptance, *I or words of similar import are used
shall be understood that the approval, acceptance, or sin import of the Engineer is intended.
D. Perform and Provide:
The word **perform*I shall be understood to mean that Contractor, at her/his expense, shall perform all operatj labor, tools and equipment, and further, including the furnis and installing of materials that are indicated, specifiei required to mean that the Contractor, at her/his expense, E
furnish and install the work, complete in place and ready to
including furnishing of necessary labor, materials, tc
i
I
I
I
I
I
I
I
I
I
I
1
I
I
Ro
1 equipment, and transportation.
r.
I
I
I
I
i
I
I
I
I.
I
1
I
1
1
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 h
lii
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, 1985 Edition, the 1986 supplen and the January, 1986 Standard Special Provisions, hereina
designated SSPWC, as issued by the Southern California Chaptc
the American Public Works Association, and these Ger Provisions.
The Construction Plans consist of five (5) sheet(s) designate
City of Carlsbad Drawing No. 290-1. The standard drab utilized for this project are the latest edition of the San I:
Area Resional Standard Drawinqs, hereinafter designated SDRS issued by the San Diego County Department of Public Wc together with the City of Carlsbad Supplemental Star Drawings. Copies of pertinent standard drawings are encl with these documents.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with
product manufacturerls direction, the Contractor shall obtair: distribute the necessary copies of such instruction, inclu two (2) copies to the City.
To Section 2-5, add:
2-5.4 Record Drawinqs:
The Contractor shall provide and keep up-to-date a complete builtI1 record set of transparent sepias, which shall be corre daily and show every change from the original drawings
specifications and the exact ltas-builtll locations, sizes
kinds of equipment, underground piping, valves, and all c
work not visible at surface grade. Prints for this purpose be obtained from the City at cost. This set of drawings shal kept on the job and shall be used only as a record set and s be delivered to the Engineer upon completion of the work.
I
P
I
I
1
I
I
1
I
I
I.
1
I
1
1
1
I
I
4-1 MATERIALS AND WORKWANSHIP
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 acces any or all parts of work at any time. Contractor shall fur Engineer with such information as may be necessary to her/him fully informed regarding progress and manner of work character of materials. Inspection of work shall not re1 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 bear the cost of testing materials and/or workmanship where results of such tests meet or exceed the requirements indic 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 c materials shall be approved by him before the deliver1 started. All materials proposed for use may be inspectel tested at any time during their preparation and use. If, E trial, it is found that sources of supply which have approved do not furnish a uniform product, or if the product any source proves unacceptable at any time, the Contractor s
furnish approved material from other approved sources. E improper storage, handling or any other reason shall rejected.
All backfill and subgrade shall be compacted in accordance the notes on the plans and the SSPWC. Compaction tests ma made by the City and all costs for tests that meet or exceec requirements of the specifications shall be borne by the Citj
Said tests may be made at any place along the work as dc necessary by the Engineer. The costs of any retests
necessary by noncompliance with the specifications shal: borne by the Contractor.
Add the following section: II 4-1-7 Nonconforming Work
I.
The contractor shall remove and replace any work not confoi to the plans or specifications upon written order by
Engineer. Any cost caused by reason of this nonconforming
shall be borne by the Contractor.
P
I
5-1 ZlOCATION
Add the following:
The City of Carlsbad and affected utility companies have, search of known records, endeavored to locate and indicate or
Plans, all utilities which exist within the limits of the P However, the accuracy of completeness of the utilities indic on the Plans is not guaranteed.
;.
1
1
1
1
I
i
i.
I
1
1
1
1
1
1
I
5-4 RETBCATION
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's responsibility, and he/she shall make all arrangements regar such work at no cost to the City. If delays occur dui utilities relocations which were not shown on the Plans, it be solely the Cityls option to extend the completion date.
In order to minimize delays to the Contractor caused by
failure of other parties to relocate utilities which intei with the construction, the Contractor, upon request to the ( may be permitted to temporarily omit the portion of work affc by the utility. The portion thus omitted shall be constructc the Contractor immediately following the relocation of utility involved unless otherwise directed by the City.
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractox Section 6-1 of the SSPWC at the time of the preconstruc conference. No changes shall be made to the construc
schedule without the prior written approval of the Engineer. progress payments made after the scheduled completion date I not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removz relocation of conflicting utilities shall be requirements I
to commencement of work by the Contractor.
6-7 TIME OF COMPmTION
The Contractor shall begin work within 14 calendar days i
receipt of the I'Notice to Proceedtt and shall diligently prost
the work to completion within 90 consecutive days after the
of the Notice to Proceed. r
I
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between hours of 7:OO a.m. and sunset, from Mondays through Frid The contractor shall obtain the approval of the Engineel
he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with written permission of the Engineer, be obtained at least 48 hours prior to such work. The Contra shall pay the inspection costs of such work.
i
I
I
I
I
I
I.
I
I
1
I
1
I
This written permission
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filin a I'Notice of Completionll and any faulty work or mater discovered during the guarantee period shall be repaired replaced by the Contractor, at his expense.
6-9 LIOUIDATED DAMAGES I Modify this section as follows:
If the completion date is not met, the contractor will assessed the sum of $300.00 per day for each day beyond completion date as liquidated damages for the delay. progress payments made after the specified completion date s not constitute a waiver of this paragraph or of any damages.
7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION
Modify Sections 7-3 and 7-4 as follows: I
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of contract insurance against claims for injuries to person: damages to property which may arise from or in connection the performance of the work hereunder by the Contractor, agents, representatives, employees, or subcontractors. If insurance is on a Itclaims made" basis, coverage shall
maintained for a period of three years from the date completion of the work. The cost of such insurance shal. included in Contractorls bid. The insurance company or compa shall meet the requirements of City Council Resolution No. 81 I
I.
I
I
D
I
I
I
I
I
I.
I
I
1
i
1
I
A. Minimum Scope of Insurance
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 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 Cod the State of California and Employers' Liabi Insurance.
F
Bo Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 comk
single limit per occurrence for bodily injury property damage. If the policy has an aggregate limi 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 I
3. Workers' Compensation and Employers' Liability: WorP compensation limits as required by the Labor Code of
State of California and Employers' Liability limit
per accident for bodily injury and property damage.
I $1,000,000 per accident.
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be decl to and approved by the City. At the option of the C either: the insurer shall reduce or eliminate deductibles or self-insured retentions as respects the C its officials and employees; or the Contractor shall prc a bond guaranteeing payment of losses and re1 investigation, claim administration and defense expenses. I
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, following provisions:
P
I
I
I
I
I
I
I
I
Ir,
I
I
I
I
I
I
I
1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers to be covered as insured as respects: liabi
arising out of activities performed by or on be of the Contractor: products and complete operat of the Contractor: premises owned, leased, hire( borrowed by the Contractor. The coverage s
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 pri insurance as respects the City, its offici employees and volunteers. Any insurance or 8 insurance maintained by the City, its offici employees or volunteers shall be in excess
Contractor's insurance and shall not contribute
it.
c. Any failure to comply with reporting provision the policies shall not affect coverage provide the City, its officials, employees or volunteers.
d. Coverage shall state that Contractor's insur
shall apply separately to each insured against claim is made or suit is brought, except with res to the limits of the insurer's liability.
2. Workers' Compensation and Employers' Liability Coverz
The insurer shall agree to waive all rights subrogation against the City, its officials, emplc and volunteers for losses arising from work performe
P
I Contractor for the City.
3. All Coverages
Each insurance policy required by this clause shal endorsed to state that coverage shall not be susper voided, cancelled, reduced in coverage or in lj except after thirty (30) days' prior written notic certified mail, return receipt requested, has been c to the City.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' ri
of no less than A:XI unless otherwise authorized by Council Resolution No. 8108.
r
I
F. Verification of Coveraae
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 beh
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.
i
I
I
I
I
I
I
I
I
I
I
I
I
I
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 requiren 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 and highways (except State highway right-of-
Add the following:
Contractor shall not begin work until all permits incidenta the work are obtained.
4 railways or other rights-of-way).
7-8 PROJECT AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends
other non-working days at the City's request.
Add the following to Section 7-8: I 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 prc with special attention to City Noise Control Ordinance No. 2 Carlsbad Municipal Code, Chapter 8.48.
P
I
I
I
I
I
I
7-10 PUBLIC CONVENIENCE AND SAFlETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safetv 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 k 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 puk and shall use danger signs warning against hazards create1 such features of construction as protruding nails, hoists, holes, and falling materials,
?
7-13 LAWS TO BE OBSERVED I Add the following:
I 11-06. Excavation and Grading. Municipal ordinances which affect this work include Che
If this notice specifies locations or possible materials, SUC borrow pits or gravel beds, for use in the proposed construc project which would be subject to Section 1601 or Section 16C
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.
4
I
I SECTION 8 - FACILITIES FOR AGENCY PERSONNEL
Delete this section.
9-3 PAYMENT I
I
I
I
I
I
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having t
with reductions in amount of retention.
10 SURVEYING
Contractor shall employ a licensed land surveyor or regist
civil engineer to perform necessary surveying for this pro! Requirements of the Contractor pertaining to this item are forth in Section 2-9.5 of the SSPWC. Contractor shall incluc
P
I
cost of surveying service within appropriate items of propo No separate payment will be made.
Survey stakes shall be set and stationed by the Contract
surveyor for curbs at 50' intervals (25' intervals for curv
curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sew
storm drains, and structures (4 corners min.). Rough grad1
required to satisfy cut of fill to finished grade (or flow1 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 provide Engineer with 2 copies of survey sheets prior to commencing construction of surveyed item.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for FU utilized during the construction under this contract.
Contractor shall contact the appropriate water agency requirements. The contractor shall include the cost of water meter rental within appropriate items of the proposal. separate payment will be made.
i
I
I
I
1
I
I
4
I
I
I
I
I
I
I
1
P
I
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS
200-2 UNTREATED BASE MATERIAL
b
Aggregate base shall be Class 1 or Class I1 per Caltrans Sec 25.102A, Page 25-1, 1988 Edition.
I
I
I
I
I.
I
I
I
I
I
I
I
203-6 AND 400-4 ASPHALT CONCRETE I Asphalt concrete shall be per City of Carlsbad Standards,
Modify Section 400-4.1, General, as follows:
Second paragraph, amend to read: Vnless otherwise specif
AR-4000 paving grade asphalt shall be used for Type I11 aspha concrete, and AR-8000 paving grade asphalt shall be used I asphalt concrete dikes.Il
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.Il
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."
I
P
CLASS I B2 B3
lvl ( 2 5mm)
3/4" (19mm)
1/2" (13mm)
3/8" (lOmm) No. 4 No. 8 No. 30
No. 200
I
i
I Asphalt %
100 100 100 100
87-100 90-100 90-100 95-100
75-95 80-90 85-100 85-95
60-75 60-84 65-80 50-80
30-60 40-55 40-60 45-60
22-44 27-40 24-50 30-45
8-26 12-22 11-29 15-25
1-8 3-6 1-9 3-7
4.6-6.0 4.6-6.0
I
After the last paragraph, add the following:
The aggregated from each separate bin for asphalt concrete,
111, except for the bin containing the fine material shall ha Cleanness Value as noted in the added "Table of Sand Equiva and Cleanness Valuesgg 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 foi seconds, a single loading of the entire sample on a 12- diameter, No. 4 sieve nested on top of a 12-inch diameter, N sieve.
Where a coarse aggregate bind contains material which will the maximum size specified and be retained on a 3/8 inch si 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 durinc immediately after discharge from each bin of the batching p or immediately prior to mixing with asphalt in the casc
continuous mixers.
The Cleanness Value of the test sample from each of the bins 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 dry .
i
I
I
I
D
I
I
1
I
I
I
1
1
I
I
4
204-1 LUMBER AND PLYWOOD
Header for bituminous pavement shall be construction g Redwood, or treated construction grade Douglas Fir.
204-2 TREATMENT WITH PRESERVATIVES
No change.
P
I
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS
301-1 SUBGRADE PREPARATION
Contractor will protect the existing D.G. in place except k
necessary to excavate in the entrance area. Scarifying
cultivating is therefore not required for this contract.
i
8
I
I
I
I
I
I
I
I
1
i
I
I
I
301-2 UNTREATED BASE
No change.
302-5 ASPHALT CONCRETE PAVEMENT
A prime coat is not required for this contract. A seal coa required and shall conform the Section 302-5.9 of t supplemental provisions.
Modify Section 302-5.1, General, as follows:
Paragraph 1, replace IISection 203-6" with IISection 400-4. It
Last paragraph, add: "All testing of underground installat
at any given point shall be completed before the surfacin placed at that point,"
Modify Section 302-5.2, Prime Coat, as follows:
After "grade Sc-25Otq add IIor 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:
IIVibratory rollers shall be limited to breakdown, un otherwise directed by the Engineer.:
After last paragraph, add: Wnless directed by otherwise
Engineer, the initial breakdown rolling shall be followed 1 pneumatic-tired roller as described in this Section.1t
4
P
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
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.
Add the following:
302-5.9, Seal Coat
All asphalt concrete surfaces shall be seal-coated ur otherwise specified. The seal coat shall consist of a coa asphaltic emulsion and a cover coat of sand. The aspha
emulsion shall be mixing type conforming to Section 2C llEmulsion Aspha1t.I'
Immediately before applying asphaltic emulsion, the surface t
seal-coated shall be thoroughly cleaned of all dirt and I
material. Asphaltic emulsion shall not be applied when street is overly wet or when the atmospheric temperature is 1:
50 degrees Fahrenheit.
The asphaltic emulsion shall be applied by use of a p 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 adjoi improvements shall be carefully protected from the emulsion, any such improvements spattered or touched with emulsion shal 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 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.
r.
Sand shall be clean and dry.
I
r
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SIGNALS AND LIGHTING
DESCRIPTION.--Furnishing and installing traffic signals highway lighting systems and payment therefor shall conforn the provisions in Section 86, tlSignals and Lightingtt, of Standard Specifications and the Standard Plans of the Statc California, Department of Transportation, dated January 1988, these special provisions.
Traffic signal work is to be performed at the folloi location:
I*
RANCHO SANTA FE ROAD AT MELROSE DRIVE
EQUIPMENT LIST AND DRAWINGS.--The controller cabinet schemi
wiring diagram and intersection sketch, to be mounted on cabinet door (24" x 361t), shall be combined into one drawin! that, when the cabinet door is open the drawing is oriented 1 the intersection.
The Contractor shall furnish two maintenance manuals for all
controller units, auxiliary equipment, and vehicle detel
sensor units, control units and amplifiers, The mainten, manuals and operation manuals may be combined into one man. The maintenance manual or combined maintenance and opera manuals shall be submitted at the time the controllers delivered for testing or, if ordered by the Engineer, previou purchase. The maintenance manuals shall include, but need no limited to, the following items:
10
(a) Specifications
(b) Design characteristics (c) General operation theory
(d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram
(9) Geographical layout of components
(h) Schematic diagrams (i) List of replaceable component parts with stock numbe
SCHEDULING OF WORK.--The Contractor may perform sub-surface 1 consisting of the installation of conduit, foundations, detectors, prior to receipt of all electrical materials
equipment, and shall begin said work within 10 days of the ( of execution of contract.
Above ground signal work shall not commence until such time ' the Contractor notifies the Engineer, in writing, of the ( I. 1 - T.S.
I
I that all electrical materials and equipment are received, said work shall start within 15 days after said date.
No materials or equipment shall be stored at the job sites u receipt of said notification by the Engineer. The job s shall be maintained in neat and orderly condition at all time
All striping, pavement markings, and signing shall be in p
prior to signal turn on.
I.
I
FOUNDATIONS.--Portland cement concrete shall conform to Sec
90-10, @@Minor Concrete1@, of the Standard Specifications and s contain not less than 470 pounds of cement per cubic yard.
I
I
I
I
I
I
I
I
STANDARDS, STEEL PEDESTALS AND POSTS.--Where the plans refei the side tenon detail at the end of the signal mast arm, applicable tip tenon detail may be substituted.
CONDUIT.--Only rigid metallic type conduit shall be used.
When a standard coupling cannot be used for coupling metal
conduit, a UL listed threaded union coupling, as specified in
third paragraph in Section 86-2.05C, l@Installation,@@ of the Standard Specifications, or a concrete-tight split coupling concrete-tight set screw coupling shall be used.
Insulated bonding bushings will be required.
After conductors have been installed, the ends of cond terminating in pull boxes and controller cabinets shall be se with an approved type of sealing compound.
Rigid metal conduit, to be used as a drilling or jacking
shall be fitted with suitable drill bits for size hole requir
PULL BOXES.--Grout in bottom of pull boxes will not be requir
Pull boxes, pull box covers, and pull box extensions shal:
'0
I concrete e
I Standard Plan Drawing ES-8, @@Pull box Details@@, Note 4-a.5
b.9 shall not apply to this project.
CONDUCTORS AND WIRING.--Conductors No. 8 AWG or larger, shal spliced by the use of @@C@@ shaped compression connectors as s
on the plans.
Splices shall be insulated by IIMethod B@@ .
I
I f 2 - T.S.
I
I
Emergency vehicle pre-emptor detector lead-in cable SI conform to the provisions of Section 86-2.08, l1Conductorsn1 , the Standard Specifications and these special provisions.
Emergency vehicle pre-emptor detector lead-in cable shall 1 the characteristics of IPCEA-S-61-402 or NEMA WC5, Section ' 600V. Control Cable, 75 degrees C, Type B.
Conductors shall be 3 No. 20-7x28 stranded.
Conductor strands shall be individually tinned.
Conductor insulation shall be a low-density polyethy material having a minimum thickness of 25 mils.
Conductors shall be color coded: l-yellow, l-blue, and orange.
The cable shall have 1 No, 20-7x28 stranded, tinned, bare d
The drain wire shall be placed between the insulated conduc
The shield shall be of tinned copper-brass or aluminum polye tape with a nominal 20% overlap. The conductive surface of shield shall be in contact with the drain wire.
Capacitance measured between any conductor and the other
conductors and the shield shall not exceed 48 pico-farads
foot when tested at 1000 hertz.
The cable jacket shall be a black PVC material rated for volts and 75 degree C and shall have an average minimum thickness of 45 mils.
The finished outside diameter of the cable shall be between and 0.30 of an inch.
The cable jacket shall be marked with the manufacturers n insulation type designation, number of conductors and condu size, and voltage and temperature ratings.
FUNCTIONAL TESTING,--Testing of control equipment and cab wiring shall be accomplished at a City designated facility.
During the test period, the City or its representative maintain the system or systems. The cost of any mainten necessary, except electrical energy and maintenance due to da
by public traffic, shall be at the Contractorls expense and be deducted from any moneys due, or to become due,
I
la
II
I
I
I wire,
I and a shield.
I
I
I
I
I
I
I
'0
1 Contractor. P 3 - T.S.
I
I
A shutdown of the electrical system resulting from damage cat by public traffic or from a power interruption shall constitute discontinuity of the functional test.
The functional test for each lighting system shall consist of less than 7 days. If unsatisfactory performance of the sy: develops, the conditions shall be corrected and the test shal: repeated until the 7 days of continuous, satisfactory opera1
is obtained.
All references to State testing facilities or laboratories SI be interpreted as the City designated testing facil: However, State testing procedures referred to shall remain affect.
The test program for the Model 170 controller unit and the LC Intersection Program shall be delivered at the same time as complete control system.
When notified by the Engineer, the Contractor shall pick up complete control system and haul same to the site of the work
The Contractor shall allow a minimum of 10 working days operational testing and adjustment, with the added provision 1 if the equipment should fail, an additional 10 day period SI be allowed for retesting.
Payment for necessary delivery, testing, modifications, rep; storage and pickup is included in the bid price. No additic compensation for this item will be made. The Contractor SI pay the testing facility at the time of pickup of contro: assembly.
MODEL 170 CONTROLLER ASSEMBLIES,--The intersection contro: units shall be a Caltrans Type 170 with all hardware and soft1
required for the operation shown on the plan incluc coordination software.
Special Software shall be provided that will conform to the Q-detector operation described in these Special Provisions shown on the Plans.
The operation of the Phase 5 Q-detectors shown on the plans SI be as follows:
I I. n
I
I
I
I
I
I
1
I
I
I
1
I
I
'0
1. Phase 5 Q-detector sensor units shall be placed ir presence mode.
2. After a 5 second detection of vehicle over ei. Phase 5 Q-detector, the controller shall disconnc all detectors except Phase 2 and Phase 5.
I. 4 - T.S.
.I
3. After termination of Phase 2 and Phase 5, tl controller shall return all detection to normi I operation.
The Contractor shall arrange with the controller manufacturei have a signal technician present at the time the contro:
assembly is turned on. The technician shall be fully quali:
to work on the controller assembly, and shall be employed by controller manufacturer.
Io
I
I
I
I
I
I
EMERGENCY VEHICLE PRE-EMPTION.--Emergency vehicle traffic sic detector systems shall consist of a transmitter, receiver, associated wire and components. The transmitter shall be approved device mounted on the emergency vehicle. The rece shall be mounted at or near the intersections to be controllec
The system shall permit detection of two classes of author vehicles. Class I (Mass Transit) vehicles shall be capable being detected at a range of up to 1000 feet (300 meters). C
I1 (Emergency) vehicles shall be capable of being detected i range of up to 1800 feet (550 meters),
Class I signals, those emitted by Class I vehicles, shall distinguished from Class I1 signals, those emitted by Clas: vehicles, on the basis of the modulation frequency of respective emitter. The modulation frequency for Class I si
emitters shall be 9.63 Hz & 0.110 Hz. The modulation frequ for Class I1 signal emitters shall be 14.035 Hz & 0.250 Hz.
The system shall establish a priority of Class I1 veh signals over Class I vehicle signals, and shall conform to requirements of Section 25352, California Vehicle Code.
I.
i
Ox>tical Detection/Discriminator Assemblv
Each optical detection/discriminator assembly shall con of one or more detectors, connecting cable and a discri ator module.
Each such assembly when used with standard emitters s
have a range of at least 1000 feet (300 meters) for Cla signals and 1800 feet (550 meters) for Class I1 sign
Standard emitters for both classes of signals shall available from the manufacturer of the system.
Optical Detector - Each optical detector shall b
weatherproof unit cable of being easily mounted on a
arm. The housing shall have at least one opening thre
for 3/4 inch conduit, through which all wiring shall en
Each detector shall weigh not more than 2 pounds and s present a maximum wind load area of 36 square inches.
I
I
I
i
I
I
1
I. 5 - T.S.
I
I
I
I
I
I
I
I
1.
I
I
I
I
1
I
I
1
Each detector shall be capable of receiving optical en( from either one or both of two axially opposed directic The reception angle shall be a maximum of 26 degrees degrees total included angle) measured in the horizoi plane about the center axis of the light sensing elemc
The reception angle in the vertical plane measured about center axis of the light sensing element shall be a max. of 4 degrees above and 8 degrees below that center a: Measurements are to be taken with the emitter assernbll near maximum range.
All internal circuitry shall be solid-state and elec. power shall be provided by the respective discriminl module.
Cable - Detector cable shall meet the requirements
IPCEA-S-61-402/NEMA WC 5, Section 7.4, 600-volt con'
cable, 75 degrees C., Type B, and the following:
a. The cable shall contain 3 conductors, each
which shall be #20 (7x28) stranded, tinned co: with 25 mil minimum average thickness low-den polyethylene insulation. Insulation shall
color coded: 1-yellow, 1-blue, 1-orange.
b. The shield shall be either tinned copper braic aluminized polyester film with a nominal overlap. Where the film is used, a No. 20 (7 stranded, tinned, bare drain wire shall be pl between the insulated conductors and the sh and in contact with the conductive surface of shield.
I.
c. The jacket shall be black polyvinyl chloride minimum ratings of 66 volts and 80 degrees C. a minimum thickness of 45 mils. The jacket s be marked as required by IPCEA/NEMA.
not exceed 0.35 inch. d. The finished outside diameter of the cable s
e. The capacitance as measured between any condu and the other conductors and the shield shall
exceed 48 picofarads per foot at 1000 Hz.
The Contractor shall contact the City for testing of the sy at the time of the turn-on.
VEHICLE SIGNAL FACES AND SIGNAL HEADS.--Signal section hous
shall be metal type.
All lamps for traffic signal units (including progra visibility type) shall be furnished by the Contractor. P 6 - T.S.
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
Plastic signal housings, backplates, visors, and optical UI are not acceptable. The housing shall be cast aluminum and non-programmed lenses shall be glass.
Each lamp receptacle shall be wired with a conductor, connei to the shell of the receptacle, with white insulation, ar conductor, to the bottom or end terminal of the receptacle, i black insulation color-coded as follows:
I.
Red signal - solid red insulation Yellow signal - solid yellow insulation
Green signal - solid blue insulation I
These conductors shall, in turn, be connected to a term
block mounted inside at the back of the housing. The term block shall have sufficient screw type terminals to terminate field conductors and lamp conductors independently, with sepa screws. The terminals to which field conductors are atta shall be permanently identified or conductors shall be c coded to facilitate field wiring.
PEDESTRIAN SIGNALS.--Pedestrian signals shall be Type G, with
Z-crate type screen.
The hood described in Section 86-4.05D, Wisorsts, of Standard Specifications shall be provided.
DETECTORS.--Loop detector sensor units shall be rack mounted.
Loop wire shall be Type 1.
Loop lead-in cable shall be Type ttB1le
The Contractor shall test the detectors with a motor-dr cycle, as defined in the California Vehicle Code, that
licensed for street use by the Department of Motor Vehicle! the State of California. The unladen weight of the vehicle s not exceed 220 pounds and the engine displacement shall exceed 100 cubic centimeters. Special features, component: vehicles designed to activate the detector will not be permit The Contractor shall provide an operator who shall drive motor-driven cycle through the response or detection area of detector at not less than 3 miles per hour nor more than 7 m per hour.
The Contractor shall notify the City maintenance facility same day of any detector being disconnected or connected an any timing adjustments made.
Detectors will be disconnected or connected and ti adjustments made by maintenance personnel at the Contract
I
P 7 - T.S.
I
I
I
I
I
I
I
I
I.
I
I.
request with twenty-four hour advance notice to the (
maintenance company traffic signal laboratory.
See I'Model 170 Controller Assemblies1I, of these Spec Provisions, for Q detector operation.
LUMINAIRES.--Glare shields are not required on semi-cutoff full cutoff luminaires.
Ballasts shall be the lag or lead regulator type.
Integral ballasts and Type IV photoelectric control shall
provided a
Luminaires shall be General Electric M-400 A cutoff power/( units or approved equal.
I.
INTERNALLY ILLUMINATED STREET NAME SIGNS.--Intern; illuminated street name signs shall be Type A.
PHOTOELECTRIC CONTROL.--Type IV photoelectric controls shall provided on each luminaire and on each internally illumin
street name sign.
The photoelectric control unit shall consist of photoelec
unit in a weatherproof housing which plugs into an EEI-NEMA t
lock receptacle integral with the luminaire.
The photoelectric unit shall provide an output in response changing light levels and shall have a minimum built-in delay of fifteen (15) seconds. The response level shall re
stable throughout the life of the control unit.
The control unit shall contain a solid state photoelectric suitable for operation with 120V or 240V line supply as notec the plans. The unit shall have a minimum rated load capacit:
The control unit shall have an ON/OFF ratio of one (1) to one
In the event of failure, the control unit shall fail in tht
I 1,000 volt-amperes.
I one-quarter (1-1/4) footcandles.
I position.
REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMEN Salvaged electrical materials shall be hauled to a loca. designated by the City.
I
I
I
P 8 - T.S.
PAYMENT.--Lump sum price for signals and intersection 1igh
shall be measured as defined in State of California Stanc
Specifications, Section 86, dated January 1988.
I
I
I.
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
P 9 - T.S.
I
D
I
I
I
I
I
I
I
1
I
I
I
I
I
I
SIGNING AND STRIPING
REMOVE PAVEMENT MARKERS.--Pavement markers shall be removed disposed of, where shown on the plans. Do
REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS.--Remove tra stripes and pavement markings as shown on the plans designated by the Engineer.
Where blast cleaning is used for the removal of painted tra stripes and pavement markings or for removal of objection material, and such removal operation is being performed withi feet of a lane occupied by public traffic, the residue, inclu dust, shall be removed immediately after contact between the and the surface being treated. Such removal shall be by a va attachment operating concurrently with the blast clea operation.
Nothing in these special provisions shall relieve the Contra from his responsibilities as provided in Section 7-1.09, "Pu Safety", of the Standard Specifications.
REMOVE ROADSIDE SIGNS.--Existing roadside signs, at locat shown on the plans to be removed and disposed of outside
Existing roadside signs shall not be removed until replace signs have been installed or until the existing signs arc
longer required for the direction of public traffic, un
otherwise directed by the Engineer.
RELOCATE ROADSIDE SIGNS.--Existing roadside signs to be reloc shall be installed at new locations shown on the plans.
Each roadside sign shall be installed at the new location on
same day said sign is removed from its original location.
ROADSIDE SIGNS.--New roadside signs shall be installed at locations shown on the plans or where directed by the Engin and shall conform to the details shown on the plans and provisions in Section 56-2, IlRoadside Signs1#, of the Stan Specifications.
INSTALL ROADSIDE SIGN PANELS.--Roadside sign panels shall installed on new posts and on new traffic signal standard
arm at the locations shown on the plans or where directed by Engineer and in conformance with the provisions in Section
1. public right-of-way.
I* 10 - T.S.
2.04, "Sign Panel Installation", of the Standard Specif icat and these special provisions. New posts shall be 2" telspar.
PAINT TRAFFIC STRIPES AND PAVEMENT MARKINGS.--This work s' consist of painting traffic stripes, including applying g spheres, at the locations shown on the plans or designated by Engineer, in conformance with Section 84-1, "Traffic Stripes Pavement Markings1#, of the Standard Specifications.
Thermoplastic shall not be used.
PROTECTION.--Newly painted traffic stripes and pavement mark shall be protected from damage by public traffic or other ca until the paint is thoroughly dry.
I
I
I
I
I
I
I
I
I
I
1
I
I
1
I
I.
!
PAVEMENT MARKERS.--Pavement markers shall conform to provisions in Section 85, "Pavement Markers", of the Stan Specifications and these special provisions.
PAYMENT.--The contract bid prices paid for traffic sign
striping, markings, and pavement markers shown shall include compensation for furnishing all labor, materials, to equipment, and incidentals, and for doing all the work invo in connection with the traffic plans, including, but not lim
to, excavation and backfill, and covering, relocating, remov and disposing of and salvaging the traffic control devices equipment, as shown on the plans, as specified in the Stan Specifications and these special provisions, and as directer the Engineer, shall be included in the ttLump Sumtt contract for traffic signing and striping.
I.
I. 11 - T.S*
I
I
i
I '
I
I
1.
R
I
1
1
I
I
I
1.
I
I
r.:
4- 5" 4-
&I .I I, 13" -
TYPE A-SECTION TYPE B-SECTION
Height 6". 8", or 9" as indicated on plans h
I ,p*/A 1. '/ I-+ LFy/7A1
lz 8" 4
TYPE C-SECTION TYPE 0-SECTION
Slope end of dike 1 : 1 __ when not joining
other improvements
APPROX. OlKE OUANTITIES
TYPE TONS/LIN. FT.
A 0.0250
B 0.0375
C-6" 0.0375
C-8" 0.0583
C-9" 0.0702
D 0.0062
ALL TYPES-SIDE VIEW
NOTES
1. Dike is to be placad 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. AC. dikes may be shaped and compacted with an extrusicn machine or other
equipment capable of shaping and compacting the material to the required
cross section. LEGEND ON PLI
Type A Dike
Revision By Approved Date RECOYYENOEO BY SAN DIEGO REGIONAL STANDARD DRAWING REtlONAL STANOA, - &d&L
L DRAWING
bordnulr RCE I'
.~ DIKES [BERMS] 0 ASPHALT CONCRETE
NUMBER
I
I
Ii
I
I
I
I
I
I
I.
I
I
I
1
I
1
l
I
I
P
ALL TRENCHES: MAIN LINE AND LATERALS OR SERVICES SHALL BE COMI TO 90%, AND TOP 12" TO BE 95% AND CERTIFIED BY AN APPROVED
ING LABORATORY.
ALL SUB-GRADE UNDER ALL ASPHALT PAVING, CURB AND GUTTER, SIDEW$ BROW DITCHES, CONCRETE BOX CULVERTS, SHALL BE COMPACTED TO ON TOP 12", AND FILL BELOW TO BE 90%, AND CERTIFIED BY AN P TESTING LABORATORY.
ALL BASE MATERIALS SHALL BE COMPACTED TO 95% AND CERTIFIED BY A
ALL ASPHALT PAVING SHALL BE COMPACTED TO 95% AND CERTIFIED BY A
ALL CONCRETE SHALL BE A MINIMUM OF 3000 P.S.I. AND CERTIFIED BY
ALL AGGREGATE SUB-BASE MATERIALS SHALL BE CLASS I OR CLASS I1 P ALL OTHER
.SIDERED BASE MATERIALS TO BE APPROVED BY CITY ENGINEER ON A
APPROVED TESTING LABORATORY.
APPROVED TESTING LABORATORY.
APPROVED TESTING LABORATORY.
TRANS SECTION 26.1.02A, PAGE 25-1, 1984 EDITION.
BY-CASE BASIS.
ALL ASPHALT PAVING TO BE AR 8000 FROM MARCH TO OCTOBER, AND AR FROM NOVEMBER TO FEBRUARY, UNLESS OTHERWISE APPROVED BY THE INSPECTOR BASED ON ATMOSPHERIC TEMPERATURE.
ALL ASPHALT PAVING MIX WILL BE AS FOLLOWS:
PRIME ARTERIAL 3/4" MAXIMUM COURSE
MAJOR ARTERIAL 3/4" MAXIMUM COURSE
SECONDARY ARTERIAL 3/4" MAXIMUM COURSE
COLLECTOR 3/4" MAXIMUM COURSE
INDUSTRIAL 3/4" MAXIMUM COURSE
LOCAL 1/2" MAXIMUM COURSE
CUL-DE-SAC 1/2" MAXIMUM COURSE
ALLEY 1/2" MAXIMUM COURSE
HILLSIDE 3/4" MAXIMUM COURSE
NOTE :
DURING WARRANTY PERIOD OF TRACTS OR DEVELOPMENTS, THE BUILDER/DE
IS RESPONSIBLE FOR ALL REPAIRS TO ALL IMPROVEMENTS IN CITY R
WAY AS INSTALLED BY THAT DEVELOPMENT/BUILDER.
PRIOR TO FINAL BOND RELEASE AT END OF WARRANTY PERIOD OF TRACTS/ DEVELOPMENTS, ALL ASPHALT PAVING WILL BE FOG SEALED OR SLURR SEALED, DEPENDENT UPON THE CONDITION OF THE ASPHALT AS A CON OF FINAL ACCEPTANCE BY THE CITY.
-
,REV. APPROVED DATE CITY OF CARLSBAD &J$& P
ASPHALT/CONCRETE c I rvf ,E NG - IN EE V
' SUPPLEMENTA
STANDARD NI
PAVING REQUIREMENTS
II
I1
II
II
I
II
I
I
II.
II
II
II
II
II
II
II
I?
DETEC
1.5. TO 1. REDU 2ND DETECTOR
( WHEN SHOWN ON PLANS )
1- PVC NIPPLE
(LENGTH AS REQUIRED)
-/ \/J SIGNAL HEAD
HOUSING
BACKPLA
RPASIONIBT /bFFmmpnE/ 1 OWG.
EMERGENCY VEHICLE PREEMPTION II I
I1 I IP tI I - DETECTOR ASSEMBLY it l
I A20-A
II .
II
I
II
I1
II
I1
I.
II
I
II
I1
I
II
II
IP
II 3
I?
A20-8
i
II
II
I
II m-9
II
II
II
II
11.
I1
II
II
II
I1
I
I P
I 4
i t i
I 11. i I :
f I. -i
L ------- ----
.. - - I
I1 .
I .
I -
I -
I
I1
II
11.
II
II
II
II
ll
I
I
1
I
I I?
I.
I1
1
I1 PO (D +
II
II
I
II
II
I.
II
II
II
II
I
I
I
ID
F
I.
II ,
ll
II
II
II
II
II
II
I.
II
II
II
I
11
I
1
1 .. . . .-. ..
11.
u ri i. .; 6 i d'.; g
IP
-. . .
March 7, 1990
DBX, Inc.
42066 Avenida Alvarado, Suite C Temecula, CA 92390
Re: Bond Release - Traffic Signal - Melrose Drive/Rancho Santa Fe Road Contract #3280
Per instructions from our Municipal Projects Department, we are hereby releasin the remaining 25% of the following bonds for the above-referenced contract:
Performance Bond #2659535 The Ohio Casualty Insurance Company $128,590.00
The bond is enclosed so that you may return it to your surety.
&Y& Deputy City Clerk
Enc.
______
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-280
~ITE IT- DON’T SAY 16
Date ALi. _-
To a Reply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
/ fl
Re: Bond Release - k &32f0-~7&/ kt-’ + - L/
Our records indicate that the 43-9, Y LASC) cudthe
above-referenced subdivisionfproject iscligible for release.
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
&JUC.
We need
Thanks ,
b
PRll
9-
AIGNER FORM NO 55032
To Karen Kundtz:
This project has been completed and formally accepted by Council,
authorized to release this bond.
You are
13- Qw-LL
Kenneth W. Quon
3-&%
I
mITE IT - DON’T SAY a!
Date y&7 __
To @Reply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
Our records indicate that the c4r9D Y 2 ‘&&the
above-referenced subdivisionlproject iscligible for release.
your written authorizationlapproval for release. Please let me know
the status, and if release is 0.k.
/ fl
Re: Bond Release - h dyzf@- A* + -LA
&4d,C.
We need
Thanks, 9- \
AIGNER FORM NO. 55032 PRI
I
,, e 0
1200 ELM AVENUE TELEI
CARLSBAD, CALIFORNIA 92008 (619) 4.
Office of the City Clerk Mitt! a€ aarlsbab
October 23, 1989
DBX, Inc.
42066 Avnida Alvarado, Suite C
Temecula, CA 92390
Re: Bond Release - Contract #3280 - Traffic Signal - Melrose Dr./
Rancho Santa Fe Rd
Per instructions from our Municipal Projects Department, we are here1
releasing the following bond:
Labor & Materials Bond No. 2659535
The Ohio Casualty Insurance Co.
$64,295.00 I
The bond is enclosed so that you may return it to your surety.
y%& Deputy City Clerk
Enc .
w I t I I - UU” SAY 1y
A
c
Date Th @
To B Reply Wanted
From Karen Kundtz, Deputy City Clerk UNO Reply Necessary
J V@
Re: Bond Release - A&/- em &32m -
/ -uklxLd
Our records indicate tha; the - / bond for the
above-referenced subdivision/project is eligible for release. We need
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
Thanks,
b
PRlNl
Y-
AIGNER FORM NO. 55032
The construction of this project is complete and the City Council formally accepted this project at the meeting of January 24, 1989.
bonds is hereby approved.
Kenneth W. Quon .
Release of all
t.34 d2.m-L-
--
0 e
1200 ELM AVENUE TELt
CARLSBAD, CALIFORNIA 92008 (619) '
Office of the City Clerk Mitg df Mnrlsbnb
April 10, 1989
DBX, Inc.
42066 Avenida Alvarado, Suite C
Temecula, CA 92390
Re: Bond Release - Contract #3280 - Traffic Signal - Melrose Dr.
Rancho Santa Fe Road
The Notice of Completion for the above-referenced project has recorde
Therefore, we are releasing 75% of the Peformance Bond. Please consi
this letter as your notification that $96,442.50 of Ohio Casualty
Insurance Company Performance Bond No. 2659535 is hereby released. W
are required to retain the remaining 25% for a period of one year. A
that time, if no claims have been filed, it will be released.
The Labor 6 Materials Bond No. 2659535, in the amount of $64,295.00
will be eligible for release six months from the date of recordation
of the Notice of Completion, on July 31, 1989.
A copy of the recorded Notice of Completion is enclosed for your
records.
$Iiiii.dfi Deputy ity Clerk
Enc .
e 1590
Recording Requested By and Return To: City Clerk
1200 Elm Avenue Carlsbad, CA 92008
- __w
NOTICE OF COMPLETION
MUNICIPAL PROJECTS DEPARTMENT
To All Laborers and Material Men and to Every Other 1 Interested:
YOU WILL PLEASE TAKE NOTICE that on January 10, 198! engineering project consisting of Minor Road Improvement
Traffic Signal at Melrose Drive and Rancho Santa Fe Roil
which DBX, Incorporated, was the Contractor and The Casualty Insurance Company was the surety, was completed.
CITY OF CARLSBAD
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Cle City of Carlsbad; thc Council of said City on 2lJ. ,9 8-9 acceptt above described work as n ordered that a Notj Completion be filed.
I declare under penalty of perjury that the forego.
Executed on -&--uww 075'- l9gP
true and correct.
at Carlsbad, Califo:
CITY OF CARLSBAD
City Clerk
J-> ". c . . I. : I .<. u- ". c/ ! e 0
u'
; .' ..,>,I. , - ,. ,,,$--,>'c.. , . .. ,
e 0
*.
1200 ELM AVENUE TELE
CARLSBAD, CALIFORNIA 92008 (619) 4
Office of the City Clerk ait~ of Qhtrlahab
January 25, 1989
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - Municipal Projects
Minor Rd. Improvements and Traffic Signal
Melrose Dr. and Rancho Santa Fe Rd.
DBX, Inc., Contractor
Notice of Completion - Municipal Projects
Beach Access Stairway at 2701 Ocean St.
Manuel Juarez Construction, 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. $+ /
Deputy ty Clerk
Encs.
e e .-
t Recording Requested By and Return To: City Clerk
1200 Elm Avenue Carlsbad, CA 92008
NOTICE OF COMPLETION
MUNICIPAL PROJECTS DEPARTMENT
To All Laborers and Material Men and to Every Other Interested:
YOU WILL PLEASE TAKE NOTICE that on January 10, 1: engineering project consisting of Minor Road Improveme Traffic Signal at Melrose Drive and Rancho Santa Fe R which DBX, Incorporated, was the Contractor and TI Casualty Insurance Company was the surety, was completed,
CITY OF CARLSBAD
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; t accer
above described work as conf$leted An ordered that a Nc
Completion be filed.
Council of said City on d4x#u-l 2Y. 19 8-9
I declare under penalty of perjury that the forec
Executed on 2s’- /sf? at Carlsbad, Cali:
true and correct.
CITY OF CARLSBi
City Clerk
610 West, Ash Street P.O. .Box 2910
San-Diego, CA 92112-3212
~ylandcasualtvi
Workers Compensation & Indr
ALL LIVITS 3N THO
1 %OOUCTS COktP/OPS AGGREGATE
0 7ERSONAL b ADVERTISING INJURY 1 EACF OCCURRENCE
EP86705027
ALL OWNED AUTOS
SCHEDULE0 AUTOS
NON-OWNED AUTOS
GARAGE LIABILITY
OCCURRENCE
WORKERS’ COMPENSATION
onal insured under policy A as respects job: Minor road improve.
b traffic signal at Melrose Dr. & Rancho Santa Fe Rd. Contract
City of Carlsbad
1200 Elm Avenue Carlsbad, CA 92008-1989