HomeMy WebLinkAboutErrecas Hanson SJH; 2003-01-02; 3190 Part 1 of 3Recording requested by:
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Dr.
Carlsbad, CA 92008
DOC# 2005-1072430
DEC 14, 2005 12:36 PM
OFFICIAL RECORDS
SAN DIEGO COUNTY RECORDER'S OFFICE
GREGORY J. SMITH, COUNTY RECORDER
FEES: 000
PAGES: 1
Space above this line for Recorder's Use
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property
hereinafter described.
2. The full name of the undersigned is City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad,
California 92008.
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on April
22, 2005.
6. The name of the contractor for such work of improvement is Erreca's/Hanson SJH.
7. The property on which the work of improvement was completed is in the City of
Carlsbad, County of San Diego, State of California, and is described as the
construction of the Rancho Santa Fe Road Realignment and Widening, Phase 1,
Project Nos. 3190 and 3887.
CITY OF CARLSBAD
GLENN PRUIM
Deputy Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad,
California, 92008. The City Council of said City on December 6 2005, accepted the above
described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 7 2005, at Carlsbad, California.
CITY OF CARLSBAD
'M.
LORRAINE M. WOOD
City Clerk
- (a- Q&
Recording requested by:
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Dr.
Carlsbad, CA 92008
DOC# 2005-1072431
DEC 14, 2005 12:36 PM
OFFICIAL RECORDS
SAN DIEGO COUNTY RECORDER'S OFFICE
GREGORYJ SMITH, COUNTY RECORDER
FEES: 000
PAGES: 1
Space above this line for Recorder's Use
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property
hereinafter described.
2. The full name of the undersigned is Carlsbad Municipal Water District (CMWD), a
municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California
92008.
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on April 22,
2005.
6. The name of the contractor for such work of improvement is Erreca's/Hanson SJH.
7. The property on which the work of improvement was completed is in the City of
Carlsbad, County of San Diego, State of California, and is described as the construction
of the Rancho Santa Fe Road Realignment and Widening, Phase 1, Project Nos. 3190
and 3887.
CITY OF CARLSBAD
GLENN PRUIM
Deputy Public Works Director
VERIFICATION OF SECRETARY
I, the undersigned, say:
I am the Secretary of the Carlsbad Water Municipal District, 1200 Carlsbad Village
Drive, Carlsbad, California, 92008. The Board of Directors of said District onDecember 6th
2005, accepted the above described work as completed and ordered that a Notice of Completion
be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on December 7th . 2005, at Carlsbad, California.
CARLSBAD MUNICIPAL WATER
LORRAINE M. WOOD
Secretary
CITY OF CARLSBAD
and
CARLSBAD MUNICIPAL
WATER DISTRICT
San Diego County
California
CONTRACT DOCUMENTS AND
SUPPLEMENTAL PROVISIONS
FOR
RANCHO SANTE FE ROAD NORTH, PHASE 1
CONTRACT NO. 3190
CMWD PROJECT NO. 3887
DBE PARTICIPATION
September 2002
@ 05/10/00 Contract No. 31 90
PWS03-OGENG
Page 1 of 288 Pages
G 05/10/00 Contract No. 31 90 Page 2 of 288 Pages
TABLE OF CONTENTS
.
NOTICE INVITING BIDS ....................... < ........................................................................................................ 8
CONTRACTOR'S PROPOSAL ..................................................................................................................... 12
SCHEDULE "B" RECYCLED WATER IMPROVEMENTS (OMWD) ............................................. 23
SCHEDULE "C" RECYCLED WATER AND POTABLE WATER IMPROVEMENTS (VWD) ..... 24
SCHEDULE "D" POTABLE WATER MPROVEMENTS (OMWD) ................................................ 26
SCHEDULE ''E'' SEWER IMPROVEMENTS (VWD) ....................................................................... 28
SCHEDULE 'P' SEWER IMPROVEMENTS (LCWD) ..................................................................... 28
DBE INFORMATIO-OOD FAITH EFFORTS .................................................................................. 39
BID SECURITY FORM .................................................................................................................................. 43
BIDDER'S BOND TO ACCOMPANY PROPOSAL .................................................................................... 44
DBE GOAL FOR ROADWAY IMPROVEMENTS ..................................................................................... 47
DBE GOAL FOR RECYCLED WATER IMPROVEMENTS .................................................................... 49
GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF
SUBCONTRACTOR'S BID ITEMS" AND "DESIGNATION OF OWNER OPERATORnESSOR
AND AMOUNT OF OWNER OPERATORLESSOR WORK" FORMS ................................................. 50
DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS .. 52
DESIGNATION OF OWNER OPERATORLESSOR AND AMOUNT OF OWNER
OPERATORLESSOR WORK ...................................................................................................................... 53
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .................................................. : ........... 54
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ......................................... 55
BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY? EMPLOYERS'
LIABILITY? AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION ................................ 56
BIDDER'S STATEMENT RE DEBARMENT .............................................................................................. 57
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD ............................................................................. 58
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 60
CONTRACT PUBLIC WORKS ..................................................................................................................... 61
LABOR AND MATERIALS BOND .............................................................................................................. 67
FAITHFUL PERFORMANCMARRANTY BOND ................................................................................. 69
OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION ...... 71
STATE OF CALIFORNIA BOILERPLATES . See attached Sheets ......................................................... 74
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION ........................................................................................................................................... 75
SCHEDULE "A" STREET IMPROVEMENTS .................................................. ; ................................ 12
PART 1 GENERAL PROVISIONS ............................................................................................................... 75
SECTION 1 . TERMS. DEFINITIONS ABBREVIATIONS AND SYMBOLS ......................................... 75
1-1 TERMS ........................................................................................................................................... 75
1-2 DEFMITIONS ................................................................................................................................ 75
1-3 ABBREVIATIONS ....................................................................................................................... 76
SECTION 2 . SCOPE AND CONTROL OF THE WORK .......................................................................... 79
2-3 SUBCONTRACTS ........................................................................................................................ 79
2-4 CONTRACT BONDS' ................................................................................................................... 79
2-5 PLANS AND SPECIFICATIONS ................................................................................................. 79
2-7 SUBSURFACE DATA ................................................................................................................... 85
2-9 SURVEYING ................................................................................................................................ 85
2- 10 AUTHORITY OF BOARD AND ENGINEER ............................................................................ 89
2-12 NOTICES TO OWNERS AND AUTHORITIES ......................................................................... 89
SECTION 3 - CHANGES IN WORK ............................................................................................................ 90
3-2 CHANGES INITIATED BY THE AGENCY ................................................................................ 90
3-3 EXTRA WORK .............................................................................................................................. 90
3-4 CHANGED CONDITIONS ............................................................................................................ 90
3-5 DISPUTED WORK ...................................................................................... ................................. 91
SECTION 4 - CONTROL OF MATERIALS ................................................................................................ 95
@ 05/10/00 Contract No . 31 90 Page 3 of 288 Pages
.
/-
4-1 MATERIALS AND WORKMANSHIP .......... ; .............................................................................. 95
SECTION 5 . UTILITIES ............................................................................................................................... 97 5-1 LOCATION ................................................................................................................................... 97
5-4 RELOCATION .............................................................................................................................. 97
5-6 COOPERATION ............................................................................................................................ 97
5-7 COORDINATION WITH VARIOUS WATER DISTRICTS ....................................................... 98
5-8 COORD~ATION WITH UTILITIES ........................................................................................... 99
SECTION 6 - PROSECUTION, PROGRESS AND ................................................................................... 100
ACCEPTANCE OF THE WORK ................................................................................................................ 100 6-2 PROSECUTION OF WORK .......................................................................................... ............ 104
6-6 DELAYS AND EXTENSIONS OF TIME .................................................................................. 106
6-7 TIME OF COMPLETION ........................................................................................................... 106
6-8 COMPLETION AND ACCEPTANCE ........................................................................................ 106
6-9 LIQU'IDATED DAMAGES ......................................................................................................... 107
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR .............................................................. 108
7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES ............................................................... 108 .
7-3 LIABILITY INSURANCE ......................................................................................................... 108
7-4 WORKERS' COMPENSATION INSURANCE ......................................................................... 108
7-5 PERMITS .................................................................................................................................... 108 .
7-6 THE CONTRACTOR'S REPRESENTATrVE ........................................................................... 109
7-8 PROJECT SITE MAINTENANCE ............................................................................................. 110
7-9 'PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS ............................ 110
7-10 PUBLIC CONVENIENCE AND SAFETY ............................................................................... 110
7-13 LAWS TO BE OBSERVED ..................................................................................................... 117
7-16 FIELD TESTS, ADJTJSTMENTS AND OPERATION ............................................................. 117
SECTION 8 - FACILITIES FOR AGENCY PERSONNEL ..................................................................... '119
8-2 FIELD OFFICE FACILITIES ...................................................................................................... 119
8-6 BASIS OF PAYMENT' ................................................................................................................ 121
SECTION 9 - MEASUREMENT AND PAYMENT ................................................................................... 122
9-1 MEASUREMEN'I' OF QUANTITIES FOR UNIT PRICE WORK ........................................... 122
9-3 PA YMEN'I'........ ........................................................................................................................... 122
7-7 COOPERATION AND COLLATERAL WORK ..... : ................................................................. 109
7-15 CONNECTIONS TO EXISTING FACILITIES ..................................................................... : .. 117
..
SECTION 10 - FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS ......................................................................................................................................................................... 125
10-1.01 GENERAL ............................................................................................................................ 125
10-1.02 SUBCONTRACTOR AND DBE RECORDS ..................................................................... 125
10-1.03 PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS ............................. 125
10-1.04 BUY AMERICA REQUIREMENTS ................................................................................... 125
FEDERAL REQUIREMENTS (CONTINUED)- SEE ATTACHED SHEETS ................................ 126
SECTION 11 - STATE REQUIREMENTS FOR STATE-AID CONSTRUCTION PROJECTS ......... 127
11-1.01
11-1.02 11-1.03
11-1.04
11-1.05
11-1.06
11-1.07
11-1.08
11-1.09
GENER4L 127
ASSURANCE INCORPORATED BY REFERENCE ......................................................... 128
COVENANT AGAINST CONTINGENT FEES ................................................................. 128
CONTRACTING WlTH SMALL AND MINORITY FIRES, AND WOMEN'S BUSINESS
ENERPRISE ...................................................................................................................... 128
NOTICE REGARDING BUY AMERICAN ACT ................................... ; ........................... 128
RESOLVING DISAGREEMENTS ..................................................................................... ... 129
ELECTRONIC FUNDS TRANSFER (EFT) ....................................................................... 129
. ...........................................................................................................................
REGULATIONS AND GUIDANCE ................................................................................... 127
LOBBYING RESTRICTIONS ...................................................................... i ..................... 129
11-1.10 INCREASING SEAT BELT USE IN THE UNITED STATES .......................................... 129
11-1.1 1 ENDROSEMENT OF COMMERCIAL PRODUCTS AND SERVICES ........................... 130
11-1.12 CERTIFICATIONS .............................................................................................................. 130
PART 2. CONSTRUCTION MATERIALS ................................................................................................ 131
SECTION 200 . ROCK MATERIALS ........................................................................................................ 131
.$$ 05/10/00 Contract No . 3190 Page 4 of 288 Pages
.
.
200- 1 ROCK PRODUCTS .................................................................................................................. 13 1
200-2 UNTREATED BASE MATERIALS ........................................................................................ 132
SECTION 201 . CONCRETE. MORTAR. AND RELATED MATERIALS ........................................... 133
201-1 PORTLAND CEMENT CONCRETE ...................................................................................... 133
SECTION 203 . BITUMINOUS MATERIALS .......................................................................................... 134
203-6 ASPHALT CONCRETE .......................................................................................................... 134
SECTION 204 . LUMBER AND TREATMENT WITH PRESERVATIVES ......................................... 134
204-1 LUMBER AND PLYWOOD .................................................................................................. 134
SECTION 206 . MISCELLANEOUS METAL ITEMS ............................................................................. 134
206-7 TRAFFW SIGNS ..................................................................................................................... 134
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS ....................................................... 137
206-9 ACCESS CONTROL GATES ................................................................................................. 138
206- 10 SIDEWALK PLANTING GRATE ........................................................................................ 138
207-2 REINFORCED CONCRETE PIPE .......................................................................................... 139
207-9 IRON PIPE AND FlTTINGS .................................................................................................. 139
207-10 STEEL PIPE ........................................................................................................................... 140
207-1 1 CORRUGATED STEEL PIPE AND PIPE ARCHES ........................................................... 141
207-12 STRUCTURAL STEEL PLATE PIPE AND ARCHES ......................................................... 142
207-15 ABS SOLID WALL PIPE ..................................................................................................... 144
207-17 PVC PLASTIC PIPE ............................................................................................................. 144
207-25 UNDERGROUND UTJLITY MARKING TAPE ................................................................. 145
207-26 PVC PRESSURE PIPE ........................................................................................................... 146
207-28 APPURTENANCES FOR PRESSURE PIPE ....................................................................... 147
207-29 APPURTENANCES FOR POTABLE WATER MAINS ...................................................... 149
207-30 PLASTIC CORRUGATED PIPE ................................................ : ........................................... 150
SECTION 208 - PIPE JOINT TYPES AND MATERIALS ....................................................................... 153
SECTION 207 . PIPE .................................................................................................................................... 139
208-7 BENDS. TEES. ADAPTERS, SADDLES. AND FLANGE GASKETS FOR PRESSURE PIPE .............................................................................................................................................. 153
SECTION 209 . ELECTRICAL COMPONENTS ................................................................ 153
SECTION 209 . SIGNALS. LIGHTING AND ELECTRICAL SYSTEMS ............................................. 153
209-1 GENERAL ............................................................................................................................... 153
209-2 MATERIALS AND INSTALLATION ................................................................................... 158
209-4 TRAFFIC SIGNAL FACES AND FITTINGS ........................................................................ 178
209-5 DETECTORS .......................................................................................................................... 195
209-6 LIGHTING .............................................................................................................................. 206
209-3 CONTROLLER ASSEMBLIES .............................................................................................. 177
209-7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT ............. 216
209-8 PAYMENT .............................................................................................................................. 217
SECTION 210 - PAINT AND PROTECTIVE COATINGS ...................................................................... 218
210-1 PAINT ....................................................................................................................................... 218
210-3 GALVANIZING ....................................................................................................................... 21g
2 12- 1 LANDSCAPE MATERIALS ................................................................................................... 220
212-3 ELECTRICAL MATERIALS .................................................................................................. 226
SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS ......................................................... 220
212-2 IRRIGATION SYSTEM MATERIALS ................................................................................... 224
SECTION 213 - ENGINEERING FABRICS .............................................................................................. 227
2 13-2 GEOTEXTILES ........................................................................................................................ 227
2 13-3 EROSION CONTROL SPECIALTIES .................................................................................... 227
SECTION 214 - PAVEMENT MARKERS .................................................................................................. 228
214-5 REFLECTIW PAVEMENT MARKERS ................................................................................ 228
SECTION 215 - FENCING ........................................................................................................................... 229
215-1 ENVIRONMENTAL FENCING .............................................................................................. 229
SECTION 216 - APPURTENANCES FOR PRESSURE PIPE ................................................................. 230
@ 05/10/00 Contract No . 31 90 Page 5 of 288 Pages
. 216-1 APPURTENANCES FOR PRESSURE PIPE RELATING TO RECYCLED WATER IMPROVEMENTS ONLY ................................................................................................... 230
.
.
PART 3. CONSTRUCTION METHODS ................................................................................................... 231
SECTION 300 . EARTHWORK ................................................................................................................. 231
300-1 CLEARING AND GRUBBING .............................................................................................. 231
300-2 UNCLASSIFIED EXCAVATION .......................................................................................... 232
300-3 STRUCTURE EXCAVATION AND BACKFILL ................................................................. 237
300-4 UNCLASSIFIED FILL ............................................................................................................ 238
300-12 RIP RAP ENERGY DISSIPATOR ....................................................................................... 239
300- 13 WATER POLLUTION CONTROL ...................................................................................... 240
MATERIALS ......................... ...................................................................................................................... 247
301-1 SUBGRADE PREPARATION ............................................................................................... 247
302-5 ASPHALT CONCRETE PAVEMENT ................................................................................... 247
302-1 1 PLACE ASPHALT CONCRETE: MISCELLANEOUS AREA AND DIKE ....................... 248
302- 12 POLICE RAMP ...................................................................................................................... 249
303-1 CONCRETE STRUCTURES .................................................................................................. 249
303-2 AIR-PLACED CONCRETE ................................................................................................... 250
ACCESS RAMPS, AND DRIVEWAYS ............................................................................. 250
303-6 STAMPED CONCRETE ........................................................................................................ 250
303-9 MASONRY BLOCK PRIVACY WALL WITH TRENCH FOOTING ................................. 251
303-10 MASONRY BLOCK PRIVACY WALL ON CONCRETE RETAINING WALL .............. 251
303- 1 1 CONCRETE RETAINING WALL ....................................................................................... 251
303-12 CONCRETE THRUST BLOCKS ......................................................................................... 252
SECTION 304 - METAL FABRICATION AND CONSTRUCTION ...................................................... 252
304-2.2 FLEXIBLE METAL GUARD RAIL ................................................................................... 252
304-5 DEMOUNTABLE POSTS ....................................................................................................... 252
305-2 TIMBER STRUCTURES AND TIMBER CONSTRUCTION .............................................. 252
SECTION 301 - TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE
SECTION 302 - ROADWAY SURFACING ............................................................................................... 247
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION ...................................................... 249
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS,
SECTION 305 - PILE DRIVING AND TIMBER CONSTRUCTION ..................................................... 252
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION ........................................................ 252 306-1 OPEN TRENCH OPERATIONS ............................................................................................ 252
306-5 ABANDONMENT OF CONDUITS AND STRUCTURES .................................................... 257
306-10 PVC PRESSURE PIPE RELATING TO STORM DRAIN, AND RECYCLED AND
POTABLE WATER IMPROVEMENTS ............................................................................. 257
306-1 1 APPURTENANCES FOR PRESSURE PIPE RELATING TO RECYCLED WATER
IMPROVEMENTS ONLY .................................. : ................................................................ 259
306-12 DUCTILE IRON PRESSURE PIPE ..................................................................................... 260
306-13 STEELPIPE .......................................................................................................................... 261
306-14 APPURTENANCES FOR POTABLE WATER MAINS ...................................................... 266
306-15 JOINT UTILITY TRENCH ................................................................................................... 267
306-16 PVC ELECTRICAL SERVICE SLEEVE ............................................................................. 269
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS ......................................................... 269
307-3 STREET LIGHTING CONSTRUCTION ................................................................................ 269
307-4 TRAFFIC SIGNAL CONSTRUCTION .................................................................................. 269
308-2 EARTHWORK AND TOPSOIL PLACEMENT .................................................................... 270
308-4 PLANTING ............................................................................................................................. 271
308-5 IRRIGATION SYSTEM INSTALLATION ........................................................................... 273
308-6 MAINTENANCE AND PLANT ESTABLISHMENT ............................................................ 275
308-7 GUARANTEE .......................................................................................................................... 275
308-8 MEASUREMENT AND PAYMENT ...................................................................................... 278
308-9 6" PVC IRRIGATION SLEEVE .................................................................. ......................... 278
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION .................................................. 270 .
SECTION 309 - MONUMENTS .................................................................................................................. 279
@ 05/10/00 Contract No . 3190 Page 6 of 288 Pages
309-1 DESCRIPTION ........................................................................................................................ 279
309-2 MATERIALS ............................................................................................................................ 279 309-4 PAYMENT ............................................................................................................................... 279
SECTION 310 - PAINTING .......................................................................................................................... 279
3 10-5 PAINTING VARIOUS SURFACES ....................................................................................... 279
310-6 FINAL SIGNING .................................................................................................................... 280
3 10-7 PROJECT INFORMATION SIGNS ....................................................................................... 280
SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL .......................................... 281
312-1 PLACEMENT .......................................................................................................................... 281
SECTION 313 - TEMPORARY TRAFFIC CONTROL DEVICES ......................................................... 281
3 13- 1 TEMPORARY TRAFFIC STRIPING AND PAVEMENT MARKERS ................................. 281
313-2 TEMPORARY TRAFFIC SIGNING ....................................................................................... 282
313-4 TEMPORARY SIGNAL SYSTEM .......................................................................................... 284
3 13-5 TRAFFIC PLASTIC DRUMS ........................................................................ ......................... 284 3 13-6 MEASUREMENT AND PAYMENT ...................................................................................... 285
3 13-7 PORTABLE CHANGEABLE MESSAGE SIGN ................................................................... 285
3 13-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS .......................................... 282
SECTION 314 - FENCE CONSTRUCTION .............................................................................................. 286 3 14- 1 ENVIRONMENTAL FENCING .............................................................................................. 286
APPENDIX A: VARIOUS STANDARD PLAN DRAWINGS ................................................................. 289
APPENDIX B: VARIOUS RESOURCE AGENCY PERMITS ................................................................ 291
APPENDIX C: CATHODIC PROTECTION DETAILS AND NOTES ................................................... 293
05/10/00 Contract No . 3190 Page 7 of 288 Pages
/
CITY OF CARLSBAD and CARLSBAD MUNICIPAL
DISTRICT, CALIFORNIA
NOTICE INVITING BIDS
Until 2:OO p.m. on October 31,'2002, the City shall accept sealed bids, clearly marked as such, at the
Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail,
delivery service or by deposit in the Bid Box located 'in the first floor lobby, at which time they will be
opened and read, for performing the work as follows: Project 3190, Rancho Santa Fe Road North,
Phase 1 , will improve Rancho Santa Fe Road from approximately 800 feet south to approximately 8,600
feet north of the intersection of Rancho Santa Fe Road and La Costa Avenue. The project will realign
and widen approximately 9,000 feet of roadway and construct from four to six lanes of asphalt pavement and raised concrete curb medians with earthwork and drainage facilities necessary to support the City's prime arterial standards. The project includes waterline, sewer and related facilities construction and relocation, as well as utilities to be relocated by others.
Rancho Santa Fe Road North, Phase 1
CONTRACT NO. 31 90
This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable
offer that shall remain valid and in full force for a period of 90 days and such additional time as may be
mutually agreed upon by the City of Carlsbad and the Bidder.
The work shall.be performed in strict conformity with the plans and specifications as approved by the City
Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work
include the Standard Specifications for Public Works Construction, 2000 Edition II hereinafter designated
"SSPWC as issued by the Southern California Chapter of the American Public Works Association and as
amended by the supplemental provisions sections of this contract. Reference is hereby made to the
plans and specifications for fulbparticulars and description of the work.,
The City of Carlsbad and Carlsbad Municipal Water District encourage the participation of minority and
women-owned businesses.
The City of Carlsbad and Carlsbad Municipal Water District encourage ail bidders, suppliers,
manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available,
appropriate and approved by the Engineer.
The City of Carlsbad and Carlsbad Municipal Water District may disqualify a contractor or subcontractor
from participating in bidding when a contractor or subcontractor has been debarred by the City of
Carlsbad or another jurisdiction in the State of California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security
of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 10263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state
or federally chartered bank in California as the escrow agent. The escrow agent shall maintain insurance
-. to cover negligent acts and omissions of the agent in connection with the handling of retentions under
this section in an amount not less than $100,000 per contract.
The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are:
a 05/10/00 Contract No. 31 90 Page 8 of 288 Pages
- _-
1. 2.
3. 4.
5. _" 6.
7.
8.
9.
-
Contractor's Proposal Bidder's Bond I/ Non-Collusion Affidavit
Designation of Subcontractors and Amount of Subcontractor Bid
Designation of Owner Operator/Lessors and Amount of Owner Operator/Lessor Work /'
Bidder's Statement of Financial Responsibility Bidder's Statement of Technical Ability and Experience J
Acknowledgement of Addendum(@ J Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract.
/
,-
1O.Bidder' s Statement Re Debarment '
11 Bidder's Disclosure Of Discipline Record
12.Escrow Agreement for Security Deposits -(optional, must be completed if the Bidder wishes to use the
Escrow Agreement for Security)
Pursuant to California Public Contracts Code section 4104(a)(2)(A) portions of the information required
on documents numbers four and five, above, may be submitted by the Bidder up to twenty-four (24)
hours after the deadline for submitting bids contained in this "Notice Inviting Bids"
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is
$1 3,000,000.00.
The lowest bid shall be the lowest bid price on the base contract without consideration of the price of the
additive or deductive item. The City of Carlsbad and the Carlsbad Municipal Water District reserves the
more items from any of the bid schedules, the associated item price will be deducted from the appropriate bid schedule and total project bid amount. The remaining amount shall then become the total bid amount for all remaining portions of work and shall be the total contract amount awarded for the project. The City of Carlsbad and Carlsbad Municipal Water District shall have sole discretion in selection of which items from the bid schedule, if any, will be deleted from the total project amount.
-
.. right to reduce the scope of work in this contract. Should the City and/or District chose to delete one or
Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor
pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected
by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the
failure of the bidder to be licensed in accordance with California law. Where federal funds are involved
the contractor shall be properly licensed at the time the contract is awarded. In all other cases the
contractor shall state their license number, expiration date and classification in the proposal, under
acceptable for this contract: Class A in accordance with the provisions of state law.
.. penalty of perjury. This invitation to bid does involve federal funds. The following classifications are
- If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the
signed contract. The escrow agreement may not be substituted at a later date.
- Sets of plans, supplemental provisions, and Contract documents may be obtained at the Cashier's
Counter of the Faraday Center located at 1635 Faraday Ave., Carlsbad, CA 92008-7314 for a non-
refundable fee of $100.00 per set. If plans and specifications are to be mailed, the cost for postage - .- should be added.
e* Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and
05/10/00 Contract No. 31 90 Page 9 of 288 Pages
" specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to
such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of
any provision in the contract documents will be given by any agent, employee or contractor of the
City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any
agent, employee or contractor of the City of Carlsbad except as hereinbefore specified.
I
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or
informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 41 07 and 4107.5.
The provisions of Part 7, Chapter 1 , of the Labor Code commencing with section 1720 shall apply to the
" Contract for work.
A mandatory pre-bid meeting and tour of the project site will be held at the Stagecoach Park Activity - Room, 3420 Camino de 10s Coches, Carlsbad, California 92009. -
The mandatory pre-bid meeting is scheduled for September 26, 2002, at 8:30 a.m. This meeting is to inform DBEs of subcontracting and material supply opportunities. Bidder's attendance at this meeting will be considered in determining the bidder's good faith effort to obtain DBE participation.
This project has a goal of eight (8) percent disadvantaged business enterprise (DBE) participation.
This project is subject to the "Buy America" provisions of the surface transportation assistance act of 1982 as amended by the intermodal surface transportation efficiency act of 1991.
The City of Carlsbad hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at City of Carlsbad address and available from the California Department of Industrial Relations' Internet web site at httD:/hvw.dir.ca.aov. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the books issued for bidding purposes entitled "Proposal and Contract," and in the copies of this book that may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of "Proposal and Contract" books. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.
All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected . extension shall be calculated and the bids will be computed as indicated above and compared on the
Contract No. 31 90 Page 10 of 288 Pages
.- - basis of the corrected totals.
"-
"
All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to:
1) One hundred percent (1 00%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full
force and effect and be retained by the City until they are released as stated in the Supplemental Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other
2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. 3) A certificate from the County Clerk that certificate of authority is not surrendered, revoked, cancelled,
If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that:
2) Are admitted and authorized to transact the business of insurance in the State of California by the
instrument entitling or authorizing the person who executed the bond to do so.
annulled or suspended.
- 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V
Insurance Commissioner.
Auto policies offered to meet the specifications of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner.
, Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price.
The award of the contract by the City Council and the Board of Directors of the Carlsbad Municipal Water District is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad and the Board of Directors of the Carlsbad Municipal Water District, California, by City of Carlsb District, by their Resolution No. 1167 adopt
Date'
-
/I, aoo-
05/10/00 Contract No. 31 90 Page 11 of 288 Pages
r"
' Q. DELETE bid schedules "A, "B", "C", "D", "E" and "F on pages 12 through 28 of the
specifications and any other bid schedules associated with other addendums and ADD the
following (NOTE: Changed bid schedule items are identified in bold print. Also note that bid
items A - 95 through A - 105 were mistakenly omitted from Addendum Number 2.):
CITY OF CARLSBAD and
CARLSBAD MUNICIPAL WATER DISTRICT
CONTRACT NO. 3190 & CMWD PROJECT NO. 3887
RANCHO SANTA FE ROAD NORTH, PHASE 1-
CONTRACTOR'S PROPOSAL
City Council and Carlsbad Municipal Water District Board of Directors
City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and
hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all
the work to complete Contract No. 3190 in accordance with the Plans, Specifications, Supplemental
Provisions and addenda thereto and that he/she will take in full payment therefore the following unit
prices for each item complete, to wit:
SCHEDULE "A" STREET IMPROVEMENTS
Item No. Description
Approximate
Quantity 8, Unit Unit Price - Total
A - 1 Mobilization and preparatory work at lump 1 LS $ Yop,bw.- $ q4q,aba. L
sum amount not to exceed $400,000 &ALduA"d
- Dollars (Lump Sum)
A - 2 Class "A" field ofice for agency personnel 18 MO $ &w.' $37, Lao.
Tw7&w&bot Tu"
Dollars per Month
A - 3 Construction Schedule (CPM) and updates at 1 LS $390~9~~ $3Sdb,- a lump sum amount not to exceed $
Dollars (Lump Sum)
e r
Contract 3190 & 3887 Addendum No. 3
Item No. Description
Approximate
Quantity & Unit Unit Price - Total
A-4
A-5
A-6
A-7
A - 8.1
A - 8.2
A-9
A- 10
Pre-Blast Survey I LS $ $706.- $570&-
Modify Project Information Signs , 2 EA $ 51c- $ M3a. L
Dollars Each
Environmental Fencing 4,300 LF $ Z.= $ 4; W, -
7- "d 7-
Dollars per Lineal Foot
Unclassified Excavation 380,000 CY $
fl~8DOLLQ4f~fi "
Dollars per Cubic Yard
Unsuitable Material Removal 31,000 "lcuJ&A I #V
Dollars per Cubic Yard
Fine Grading Sta 175+75 to Sta 217+50 52,200 SY Sl.l-0 $ k3,Sza. btLL&awl%ct&L
Dollars per Square Yard
Remove and Dispose of AC Pavement
.T;tp I /
Dollars per Cubic Yard
Crushed Aggregate Base 37,000 CY sf39 $ 484 w- ?fb* bQWS s /lOGt/s
Dollars per Cubic Yard
Contract 3190 & 3887 Addendum No. 3
Approximate
Quantity & Unit Unit Price Total Item No. Descrbtion
30,500 TON A - 11 Asphalt Concrete
Dollars per Ton
$29.260. e SF A - 12 Cold Mill Existing Asphalt Pavement (2” Max) 14,630
(S) 3 7z-z c4&&Ld
Dollars per Square Foot
A - 13 Place AC Dike . 2.630 LF A - 13 Place AC Dike . 2,630
rollars per Lineal Foot
$ yzs, - SF A - 14 Place Asphalt Concrete (Miscellaneous Area) 1,250
c fw&drr**c&
7 EA A - 15 Street Survey Monument per SDRSD “10 J&&Jwk/d
dollars EacH
$ //U. - $ ssa c
5 EA ZL
Dollars Each
EA A - 17 Junction Structure No. 1 per Carlsbad 1
Standard Drawing DS-7
Dollars Each ,
EA A - 18 Type J Inlet with L=4‘ per SDRSD D45 1 rz
Dollars Each
Contract 3190 & 3887 Addendum No. 3. 7
Item No. Description
Approximate
Quantity & Unit Unit Price Total
A - 19 Type B Inlet with L=4’ to 5’ per SDRSD D-2
Dollars Each
1 EA $ q/b@@*- $ r/odo. r)
A - 20 Type B-1 and 8-2 Inlet with L=6’ to 14‘ per
SDRSD D-2
Dollars Each
A - 21 Type B-1 and 8-2 Inlet with L=l5’ to 24‘ per 5 SDRSD D-2
EA $ qps4 - $ tm. -
A - 22 Type 8-5 Clean Out per SDRSD D-IO and 12 EA $ qvm“ $n,Y&.’ - B-5 Clean Out (Modified)
Dollars E&hF
3 EA $ 4260* $ It, LW. c
,-
Contract 3190 & 3887 Addendum No. 3 .5- .
F-.
Item No. DescriDtion
Approximate
Quantity & Unit Unit Price Total
A - 27 Type B Inlet Depression per Carlsbad 15 EA $ Flu.' $ /zp*. I)
Dollars Each
A - 28 Finish Type B inlet wawL4- 16 EA $i 52- - $ S3Z. -
Dollars Each
A- 29 12 PVC-Pressure Pipe (C-900) for Storm 67 Drain
Dollars per Lineal Foot
L
Storm Drain (2000-D 333 LF $ w* $iq.m- -
W
Dollars per Lineal Foot
A - 31 18" RCP Storm Drain (1350-D) 980 LF $i $37,&Y@, c
U
Dollars per Lineal Foot
A - 32 18 RCP Storm Drain (1350-D) [with 51 6 LF $ $3?;8C'/.c watertight joints]
/"
Dollars per Lineal Foot
A - 33 24" RCP Storm Drain (1350-D
Dollars per Lineal Foot
670 LF $ 75.' $9229.-
A - 34 24" RCP Storm Drain (1350-D) [with 163 LF $ 44r- $i P+176.' watertight joints]
f
Dollars per Lineal Foot .c
T
Contract 3190 & 3887 Addendum No. 3 9
Item No. Descrbtion
Approximate
Quantity 8 Unit Unit Price - Total
A - 35 30” RCP St
J
757 LF
Dollars per Lineal Foot
A - 36 30” RCP Storm Drain (1350-D) [with 383 LF $ 77.- $2?-4Q/. -
J
Dollars per Lineal Foot
A - 37 36 RCP Storm Drain (1350-D) 457 LF $ I1 2.) $5(, J%Y.# @d”i* : Dollars per Lineal Foot
A - 38 18 Bituminous Coated Slotted CSP - 16 1,350 LF $ 9s.- $I rs,29.”
/
Dollars per Lineal Foot
71 CY $ /Woe $ ?. 4 Yooe
1 Dollars per Cubic Yard
CY $ /SIP.’ $ JG; Y3Z.
Dollars per Cubic Yard
A - 42 18 Straight Headwall (Type B) per SDRSD 1 EA $ /S@C $1504 -
D-32
/-
Contract 3190 & 3887 Addendum No. 3
Approximate
Quantity - Tota I
$ YW”
Item No. Description & Unit Unit Price
EA $43” .c A - 43 36 Wing Headwall per SDRSD D-34 1
Dollars Each
$ 3066.- EA $ f5aPw” A - 44 Concrete Anchor (36” pipe) per SDRSD S-9 2 oHL4tLwd/IYcM -
I
Dollars Each
$ JSSO, - EA $ 4-m’ 3
EA A - 46 18 InleffOutlet Concrete Aoron 12
EA $ zzw.’ $ z,m*‘ A - 47 30” InleffOutlet Concrete Apron 1
LF $ 13-* 6,650
Dollars per Lineal Foot
LF $ 1s.- A - 49 Terrace Ditch Type 2,700
Dollars per Lineal Foot
Dollars pei Lineal Foot
A - 51 Splash Wall
i /
Dollars per Lineal Foot 1
50 LF $ 28,- $lclo@*”
Contract 3190 & 3887 Addendum No. 3
Item No. Description
Side Gunite Ditch
I J
Dollars per Lineal Foot
Median Gunite Ditch
Dollars per Lineal Foot
Dollars per Lineal Foot
2 - 3” PVC Electrical Service Sleeve
Dollars per Lineal Foot
Joint Utility Trench
Dollars per Lineal Foot
6” Type B2 Curb and Gutter per SDRSD G-6 3
Dollars per Lineal Foot
Dollars per Lineal Foot
8 TvDe G-I Mod Curb
8“ Type 8-2 Mod Curb and Gutter u
Dollars per Lineal Foot
Approximate
QuantiQ 8 Unit Unit Price - Total
50 LF $ 32’ $ IGLla.’
4,500
530
2,900
380
750
14,700
14,500
2,550
LF
LF
LF
LF
LF
LF
LF
LF
Contract 3190 & 3887 Addendum No. 3 x 12 -
Item No. Descrbtion
Approximate
Quantity
A - 61 3’ PCC Longitudinal Gutter 740
A-63 Masonry Block Privacy Wall on Concrete 1
bollars (Lump Sum)
A-64 Masonry Block Privacy Wall with Trench 1
7
Dollars (Lump Sum)
A - 65 Wildlife Crossing 1
Dollars (Lump Sum)
5,000
Dollars per Square Foot
2,500 &#M Y a /
Dollars per Square Foot
-c A - 69 Stamped Concrete (4“ Thick) 13,700
6ollars per Square Foot
LS $3;rpq’ $314, bbo. -
Contract 3190 & 3887 Addendum No. 3 . . 13
F
Item No. Description
A-70
A- 71
A-72
A-73
A-74
A- 75
A-76
A-77
A- 78
Sidewalk Planting Grate
YDollars Each
Continuous Barricade per SDRSD M-9
/
Dollars per Lineal Foot
Demountable Post Der SDRSD "16
Metal Beam Guard Rail (Wood Post) Der ,.
/
Dollars per Lineal Foot
Metal Beam Guard Rail Flare (Type 8m) per SDRSD "35
Dollars Each
Curb Ramp Type A and Type B per SDRSD - "
Approximate
Quantitv
17
104
3
1,245
1
1
& Unit
EA
LF
EA
LF
EA
EA
Unit Price
$ sc-
$ 33.'
$ 233.-
$ 2s. c.
$ 60s:
$ /ISO"
$ 3v32.-
$ 644.
$ IY: 4aa. -
$ //so.-
Access Control Gate IL=12' to 203 6
Dollars Each
Traffic Signal System at Rancho Santa Fe 1
Contract 3190 & 3887 Addendum No. 3 *:A - 7 .(
EA
LS
#"
Item No. DescriDtion
Approxlmate
Quantity
A- 79 Modify Traffic Signal System at Rancho 1
Santa Fe RoadlLa Costa Avenue ,
A - 80 Modify Traffic Signal System at Long Term 1 Detour/San Elijo Road
A - 81 Rancho Santa Fe RoadlPaseo Lupino Signal 2,200
A - 82 Street Lighting 5
(SI
Dollars Each
A - 83 Water Pollution Control ' 1
(SI
Dollars (Lump Sum)
A - 84 Median LandSMDina ComDlete In Place 1
(S) $k.& &.J.ef
.1
Dollars (Lump Sum)
A-85 1
(SI
Dollars (Lump Sum)
A - 86 SloDe Landscapina ComDlete In Place
(SI
Dollars (Lump Sum)
A - 87 Slope Irrigation Complete In Place . ,
8 Unit Unit Price - Total
LF $4.2 $27 qm. -
Dollars (Lump Sum)
Contract 3190 & 3887 Addendum No. 3 4-
Item No. Description Approximate Quantity
120 Day Plant Establishment at lump sum 1
amount not to exceed $20.000
5
Dollars per Acre
Hydroseed Slopes (Disturbed Area Mix)
Final Traffic Signing
Final Traffic Striping (2-Coat)
f-
Dollars per Meal Fo6t
Pavement Marker (Reflective) .
Pavement Markings (Thermoplastic)
Dollars per Square Foot
Traffic Plastic Drum -
Dollars Each
Type II B rricade A”br*../
25
42
71,000
1,700
3,200
280
16
- & Unit
LS
AC
AC
EA
LF
EA
SF
EA
EA
Contract 3190 & 3887 Addendum No. 3 16
- Item No. Descrbtion
Approximate
Quantity & Unit Unit Price Total -
Dollars Each
Dollars per Lineal Foot
14 @
EA E 240. $ 3wo. -
Dollars Each
Dollars &r Lyneal Foot
30,000
.I 1,200 LF $ I* $ 22%bee
Dollars per Lineal Foot
arkers (Reflective) 1,200 EA $ 3-5 $ YsO6.'
rk
Dollars Eacd '
200 EA $ $ z'fo@*'
(S)
Dollars Each
#
Dollars Each
S = Specialty Item F = Final Pay Quantity NP = Non-participating Item. Not eligible for FHWA federal funding reimbursement.
Contract 3190 & 3887 Addendum No. 3 17
c
Total amount of bid in numbers for Schedule “A”: $ 3!3W -
SCHEDULE “B” RECYCLED WATER IMPROVEMENTS (OMWD)
Item No. DescriDtion
B- 1
(SI
B-6
(S)
Approximate
Quantity
12” C900 Class 150 PVC 6,615
Dollars per Lineal Foot
126
Dollars per Lineal Foot
2 Irrigation Service and meter box per 15
OMWD Standard Drawing No. B-1.5 AU
Dollars Each
12” Resilient Wedge Gate Valve per 11
OMWD Standgrd Drawing No. D-2.3 7zzf&w&&#&
Dollars Each
8“ Resilient Wedge Gate Valve per 2
OMWD Standard Drawing No. D-2.3 4
2” Air Release and Vacuum Relief 1
Valve per OMWD Standard Drawing
fl Dollars Each
2 Manual Air Release Assembly per 8 OMWD Standard Drawing No. A-2.3
/” G”
& Unit
LF
-
LF
EA
EA
EA
EA
EA
Unit Price - Total
$ Yo.” $265 GUO. r
Contract 3190 & 3887 Addendum No. 3 - IS
rc Item No. Description Approximate
Quantity 8, Unit Unit Price - Total
B - 8 2" Blow-Off Assembly per OMWD 10 EA $ i700, - $ 17. bad
Standard Drawing No. A-1 .I
B - 9 24" PVC Casings for Domestic Water 3 EA $ 3/sb.- $ qysb, - Overcrossing
S = Specialty Item
Total amount of bid in numbers for Schedule "B": $ 3K, 842. c
SCHEDULE "C" RECYCLED WATER AND POTABLE WATER IMPROVEMENTS (VWD)
Item - No. DescriDtlon
Approximate
Quantity Unit
and Unit - Price Total -
C-1 24" Class 250 DIP, Tyton Joint with 1668 LF 77. p, 43G.- c
(9
Dollars per Lineal Foot
C-2 24" Class 250 DIP, Restrained Joint with 540 LF /GO. c $6, c/o&.'
Poly-Wra
(S) b-cJL?u /lzcd s4
-Foot
C-2 24" Class 250 DIP, Restrained Joint with 540 LF /bo. __ c $6, c/o&.'
C-3 8" Recycled Water C 900 Class 150 34 LF
c c 1. 267% d
(SI
I Dollars per Lineal Foot
(2-4 12" Potable Water Class 350 DIP, Tyton 1067 LF 4s. - YBBfG -
(S) W JU
Dollars per Lineal Foot
C-5 8" Potable Water Class 350 DIP, Tyton 109 LF &(. Wf. L
(SI
I Dollars per Lineal Foot
Contract 3190 & 3887 Addendum No. 3 39
/" Item - No.
I-
Approximate
Quantity and Unit
C-6 Piping, Fittings, Couplings, and Connection 1 LS to Existing 12" Recycled Water Main at
(S) &
Dollars (Lump Sum)
C-7 12" DIP Piping, Fittings, Couplings, and I LS Connection to Existing 12" Recycled Water
Main at Mahr Reservoir
C-8 24" Butterfly Valve per CMWD Standard 5EA
..A
bollars Each
C-9 12" Resilient Wedge Gate Valve per WD 6EA
Standard Drawinn No. W-14
Dollars Each
C-10 8" Resilient Wedge Gate Valve per VWD 1EA
(S)
C-I 1 2" Irrigation Service per WD Standard 5EA
2 EA
1EA
C-14 1" Air Release and Vacuum Relief Valve 1EA - (SI
Dollars Each
Unit - Price Total
Contract 3190 & 3887 Addendum No. 3 28
c
,-
Approximate
Quantity
Description and Unit
2" Blow-Off Assembly per WVD Standard 7EA _. Drawing No. W-1
b-t Q " / Dollars Each
4" Air Release and Vacuum Relief Valve 4 EA.
4" Blowoff Assembly per Detail 4 on Sheet . 2 EA
"
2EA
2EA
Dollars Each
EA
2 LS
Dollars (Lump Sum)
Recycled Water Metering Facility Related 1 LS
Piping and Connections to Transmission
Unit - Price - Total
JgUO.' 3Gdd. c
S = Specialty Item
- Total amount of bid in numbers for Schedule "C": $
Contractor shall provide addldeduct cost for Item C-13, which may be added or deducted from the total of Bid
Schedule "C" after the lowest responsible bidder has been determined.
I
Contract 3190 & 3887 Addendum No. 3 2' -
SCHEDULE "D" POTABLE WATER IMPROVEMENTS (OMWD)
Approximate
Quantity
DescriDtion , and Unit
uo 18" CML& APE CTD, tee1 Pipeline I' LF
/
Dollars per Lineal Foot
726 LF
126 LF
1085 LF
2EA
Y s173o. L
Dollars per Lineal Foot
D-3
(S)
Dollars per Lineal Foot
D-4
(S)
.c 0-5
(SI
Connections. PiDe "C" to PiDe "A" and "&AL&$4
Dollars Each
13, c.
Connections, Pipe "D to Existing 18 2EA
4
?eo&. -
D-8
(S)
2" Comb Air Valve Assembly per OMWD 2EA
3" Comb Air Valve Assembly Der OMWD 1EA D-9
(S)
"
d.h
Dollars Each
Contract 3190 & 3887 Addendum No. 3 - .22
Item - No. DescriDtion
Approximate
Quantity Unit
and Unit - Price
D-10 2" Manual Air Release Assembly per 1EA I8m*- om, -
OMWD Std. DWg. A-2.3 '
(SI rn w A.4L -
S = SDecialtv Item
c5
Total amount of bid in words for Schedule "D": hd&
Total amount of bid in nurnb%s for Sghedule "D": $ 505, bsy,
SCHEDULE "E" SEWER IMPROVEMENTS (WD)
Item - No. DescriDtion
Approximate
Quantity Unit
and Unit - Price - Total
#- Dollars per Lineal Foot
S = Specialty Item
Total amount of bid in words for Schedule "E":
I
Total amount of bid in numbers for Schedule "E": $ 44, 684 bcL
,-
Contract 3190 & 3887 Addendum No. 3 23
1- .- SCHEDULE “F” SEWER IMPROVEMENTS (LCWD)
item - No. DescriDtion
Approximate
Quantity Unit
and Unit - Price Total -
F-1 Concrete Sewer 5‘ Diameter Manhole per 1EA c y 7uo. c 470~9.
(SI
Dollars Each
F-2 Concrete Sewer 4‘ Diameter Manhole per 3EA 3 Sod, IO; -0. -
1
e 1188 LF 53. 42, 94%-
Dollars per Lineal Foot
S = Soecialtv item
Total amount of bid in numbers for Schedule “F”: $ 78, ,/6 v. - . /u -
Total amount of bid in words including Schedule “A”, Schedule “B”, Schedule “C”, Schedule “D”,
Schedule “E”. and Schedule “F”:
/t/Nb fi)W/rW w &+Waaa me *o WJM NWrn fYQ a-wlgj
Total amount of bid in numbers including Schedule “A”, Schedule “B”, Schedule “C”, Schkdule “D”,
Schedule “E”, and Schedule “F”:
Award of contract will be based on the total amount of bid in numbers including Schedules “A, “B”, “C”, “D”, “E” and “F without consideration of the price of the additive or deductive item. The City of Carlsbad
and the Carlsbad Municipal Water District reserves the right to reduce the scope of work in any or all Bid
Schedules. Should the City and/or District chose to delete one or more items from Bid Schedules “A”, “B,
“C”, “D”, “E” or “F, the associated item price will be deducted from the appropriate bid schedule and total
project bid amount. The remaining amount shall then become the total bid amount for all remaining
portions of work and shall be the total contract amount awarded for the project. The City of Carlsbad and
Carlsbad Municipal Water District shall have sole discretion in selection of which items from the Bid
Schedules, if any, will be deleted from the total project amount.
Price@) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). \ t 2 I 3 haslhave been received and islare included in this
proposal.
*- t. The Undersigned has carefully checked all of the above figures and understands that the City will not be
responsible for any error or omission on the part of the Undersigne 6H#!@wkt&@D AND RECORDED:
Contract 3190 & 3887 Addendum No. 3 24
The Undersigned agrees that in case of default in executing the required Contract with necessary bonds
and insurance policies within twenty (20) days from the date of award of Contract by the City Council of
the City of Carlsbad, the City may administratively authorize award of the contract to the second or third
lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capacity of a contractor within the State of California, validly licensed under license
classification which expires on , and that this statement is true a5'co%knd has the legal effect of an
affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business
and Professions Code shall be considered nonresponsive and shall be rejected by the City Q 7028.1 5(e).
In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code Section 10164.
Contract 3190 & 3887 Addendum No. 3 25
License Detail
California Home
Page 1 of 2
Thursday, October 31,2002
License Detail CALIFORNIA CONTRACTORS STATE LICENSE BOARD
Contractor License ## 687888
A license status check provides information taken from the CSLB license data base.
Before relying on this information, you should be aware of the following limitations:
CSLB is prohibited by law from disclosing complaints until they are referred for
Per B&P 7071.17, only construction related civil judgments known to the CSLB
Arbitrations are not listed unless the contractor fails to comply with the terms of
Due to workload, there may be relevant information that has not yet been entered
legal action.
are disclosed.
the arbitration.
onto the Board's license data base.
Extract Date: 10/31/2002
* * * Business Information * * *
ERRECAS / HANSON SJH
P 0 BOX 640
LAKESIDE, CA 92040
Business Phone Number: (61 9) 390-6400
Entity: Joint Venture Issue Date: 04/21/1994 Expire Date: 05/31/2004
* * * License Status * * *
This license is current and active. All information below should be reviewed.
* * * Classifications * * *
,.-
IClassl Description
GENERAL ENGINEERING CONTRACTOR
EARTHWORK AND PAVING
* * * Bonding Information * * *
CONTRACTOR'S BOND: This license filed Contractor's Bond number 308334 in the amount of $7,500 with the bonding company
SEABOARD SURETY COMPANY.
Effective Date: 04/20/1996
http://www2.cslb.ca.gov/CSLB_LIBRARY/License+Detail.asp 10/3 1/2002
License Detail
.-
Page 2 of 2
Contractor’s Banding History
* * * Workers Compensation Information * * *
This license is exempt from having workers compensation insurance; they certified that
they have no employees at this time.
Effective Date: 04/21/1994 Expire Date: None
Personnel listed on this license (current or disassociated) are listed on other
licenses.
Personnel List Other Licenses
License Number Request Contractor Name Request Personnel Name Request
Salesperson Request Salesperson Name Request
0 2002 State of California. Gray Davis, Governor. Conditions of Use Privacy Policy
10/31/2002
.
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
c
c
The bidder ,/Hw0d &Jb! , proposed
subcontractor , hereby certifies that he
has d , has not , participated in a previous contract or subcontract subject to the equal
opportunity clauses, as required by Executive Orders 10925, 1 1 11 4, or 11 246, and that, where required,
he has filed with the Joint Reporting Committee, the Director of the Office Of Federal Contract
Compliance, a Federal Government contracting or administering agency, or the fortner President's
Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements.
I
Note: The above certification is required by the Equal Employment Opportunity Regulations of the
Secretary of Labor (41 CFR 60-1.7(b) (l)), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the equal
opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity
clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $1 0,000 or
under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note
that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period or such other period specified by the
Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S.
Department of Labor.
@ 05/10/00 Contract No. 31 90 Page 30 of 288 Pages
PUBLIC CONTRACT CODE
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby
declares under penalty of perjury under the laws of the State of California that the bidder has - , has
not Jbeen convicted within the preceding three years of any offenses referred to in that section,
including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or
Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works
contract, as defined in Public Contract Code Section 11 01, with any public entity, as defined in Public
Contract Code Section 1100, including the Regents of the University of California or the Trustees of the
California State University. The term "bidder" is understood to include any partner, member, officer,
director, responsible managing officer, or responsible managing employee thereof, as referred to in
Section 10285.1.
Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement, Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
PUBLIC CONTRACT CODE SECTION 101 62 QUESTIONNAIRE
In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of
perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in
the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a
federal, state, or local government project because of a violation of law or a safety regulation?
If the answer is yes, explain the circumstances in the following space.
05/10/00 Contract No. 31 90 Page 31 of 288 Pages
PUBLIC CONTRACT CODE 10232 STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of
perjury, that no more than one final unappealable finding of contempt of court by a federal court has been
issued against the Contractor within the immediately preceding two year period because of the
Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with
an order of the National Labor Relations Board.
Note: The above Statement and Quesfionnaire are part of the Proposal. Signing this Proposal
on the signature portion thereof shall also constitute signature of this Statement and
Questionnaire.
Bidders are cautioned that making a false certification may subject the certifier to criminal
prosecution.
- a 05/10/00 Contract No. 31 90 Page 32 of 288 Pages
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person
associated therewith in the capacity of owner, partner, director, officer, manager:
is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility
by any Federal agency;
has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal
agency within the past 3 years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of
competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder
responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and
dates of action.
a 05/10/00 Contract No. 3190 Page 33 of 288 Pages
NONLOBBYING CERTIFICATION
FOR FEDERAL-AID CONTRACTS
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or
her knowledge and belief, that:
..
." .
.-
(I) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,
to any person for influencing or attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract,
grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned
shall complete and submit Standard Form-LLL, ' "Disclosure of Lobbying Activities," in
conformance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making or
entering into this transaction imposed by Section 1352, Title 31 , U.S. Code. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed
$100,000 and that all such subrecipients shall certify and disclose accordingly.
L
05/10/00 Contract No. 31 90 Page 34 of 288 Pages
DISCLOSURE OF LOBBYING ACTIVITIES
."
"
I
"
COMPLETE THIS FORM TO DISCLOSE LOBBYING ACTIVITIES PURSUANT TO 31 U.S.C. 1352
Type of Federal Action: 2. Status of Federal Action:
a. contract a. bid/offer/application
b. arant b. initial award c. cooperative agreement d. loan e. loan guarantee 1. loan insurance
4. Name and Address of Reporting Entity
c. post-award
Subawardee
Tier , if known
Congressional District, if known
6. Federal DepartmentlAgency:
8. Federal Action Number, if known:
10.
11.
12.
14.
15.
a. Name and Address of Lobby Entity (If individual, last name, first name, MI)
. b. material change
For Material Change Only: year - quarter date of last report
5. If Reporting Entity In No. 4 Is Subawardee, Enter Name and Address of Prime:
Congressional District, if known
7. Federal Program NamelDescrIption:
CFDA Number, if applicable
9. Award Amount, if known:
b. Individuals Performlng Services (including address if different from No. loa) (last name, first name, MI)
(attach Continuation Sheet(@ if necessary)
Amount of Payment (check all that apply) 13. Type of Payment (check all that apply)
$ AC~U~ planned 1 a. retainer
b. one-time fee
c. commission Form of Payment (check all that apply): E a. cash d. contingent fee
b. in-kind; specrfy: nature e deferred
value f. other, specrfy
Brlef Description of Services Performed or to be performed and Date(@ of Service, Including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11:
(attach Continuation Sheet(s) if necessary)
Continuation Sheet@) attached: Yes NO
16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of lobbying Signature: reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required Print Name: pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for Title: public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than Telephone No.: $10,000 and not more than $100,000 for each such failure. Date:
Authorized for Local Reproduction Federal Use Only: Standard Form - LLL
tandard Form LLL Rev. 09-12-97
a 05/10/00 Contract No. 31 90 Page 35 of 288 Pages
INSTRUCTIONS FOR COMPLETION OF SF-LLL,
DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant
to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space
on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional
information.
1.
2. 3.
4.
5.
6. ~
7.
8.
9.
Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. Identify the status of the covered Federal action. Identify the appropriate classification of this report. If this is a follow-up report caused by a material
change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this
covered Federal action. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts,
subgrants and contract awards under grants. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address,
city, state and zip code of the prime Federal recipient. Include Congressional District, if known. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation,
United States Coast Guard. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. Enter the most appropriate Federal identifying number available for the Federal action identification
in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control
number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." For a covered Federal action where there has been an award or loan commitment by the Federal
agency, enter the Federal amount of the award/loan commitments for the prime entity identified in
item 4 or 5.
10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action.
(b) Enter the full names of the individual(s) performing services and include full address if different
from 10 (a). Enter Last Name, First Name and Middle Initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or
will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be
expected to perform and the date@) of any services rendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal officer@) or
employee(s) contacted or the officer(s) employee(s) or Member@) of Congress that were contacted.
05/10/00 Contract No. 31 90 Page 36 of 288 Pages
- - 15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, print hisher name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per
response, including time for reviewing instruction, searching existing data sources, gathering and
maintaining the data needed, and completing and reviewing the collection of information. Send
comments regarding the burden estimate or any other aspect of this collection of information, including
suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction
Project (0348-0046), Washington, D.C. 20503.
By my signature on this proposal I certify, under penalty of perjury under the laws of the State of
California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162,
10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of
Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the
California Administrative Code).
@ 05/10/00 Contract No. 31 90 Page 37 of 288 Pages
CITY OF CARLSBAD BIDDER - DBE - INFORMATION
."-
31 90 BID AMOUNT:
$ BID OPENING DATE:
BIDDER'S NAME: October 31,2002
DBE GOAL FROM CONTRACT: 8% PRIME CONTRACTOR DBE ERTiFlCATlOl
CONTRACT ITEM NO.
ITEM OF WORK AND IESCRIPTION OR SERVICES TO BESUBCONTRACTEDOR AATERIALS TO BE PROVIDED
DBE CERT. NO.
IMPORTANT: ldentlfy ail DBE firms being claimed for credlt, regardless of tier. Copies of the DBE quotes are required. Names of the First Tier DBE Subcontractors and their respective item(s) of work listed above shall be consistent, where applicable, with the names and Items of work in the "List of Subcontractors" subrnltted with your bid pursuant to the Subcontractors Listing Law and Section 2-1 -01, "General," of the Special Provklons.
1. DBE prime contractors shall enter their DBE certification number. DBE
prime contractors shall indicate all work to be performed by DBEs includinl
work performed by its own forces.
2. If 100% of item is not to be performed or furnished by DBE, describe
exact portion of item to be performed or furnished by DBE.
3. See Section 2-1.02, "Disadvantaged Business Enterprise,. to determine
the credit allowed for DBE firms.
G 05/10/00 Contract No. 31 90
NAME OF DBEs (Must be certified on the
date bids are opened - include DBE address and phone number)
DOLLAR AMOUNT DBE
Total Claimed Participation
Signature of Bidder
Date (Area Code) Te No.
Person to Contact
(Please Type or Print)
CT Bidder - DBE Information (Rev 09-28-9s
Page 38 of 288 Pages
Federal-aid Project No. HPPlSTPL 5308 10141 Bid Opening Date
The City of Carlsbad established a Disadvantaged Business Enterprise (DBE) goal of 8%' for this project. The
information provided herein shows that adequate good faith efforts were made.
A. The names and dates of each publication in which a request for DBE participation for this project was
placed by the bidder (please attach copies of advertisements or proofs of publication):
Publications Dates of Advertisement
B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates
and methods used for following up initial solicitations to determine with certainty whether the DBEs were
interested (please attach copies of solicitations, telephone records, fax confirmations, etc.):
Names of DBEs Date of lnital Follow Up Methods
Solicited Solicitation and Dates
.-
C. The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking
down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate
that sufficient work to facilitate DBE participation was made available to DBE firms.
Items of Work Breakdown of Items
D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of
the DBEs, and the firms selected for that work (please attach copies of quotes from the firms involved):
Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the
DBEs:
05/10/00 Contract No. 31 90 Page 39 of 288 Pages
Names, addresses and phone numbers of firms selected for the work above:
E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs:
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate.
.- G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.). Name of MethodlDate of Results AgencyIOrganizafion Contact
H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary):
The Undersigned bidder hereby represents as follows:
1. That no City Council member, Carlsbad Municipal Water District Board of Directors member, officer
agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract,
or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council,
the Carlsbad Municipal Water District Board of Directors, its officers, agents, or employees has inducted
himher to enter into this Contract, excepting only those contained in this form -of Contract and the papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, fin, or corporation making a bid for the
same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is (Cash, Certified Check, Bond or
-. Cashier's Check) for ten percent (1 0%) of the amount bid.
The Undersigned is aware of the provisions of section 3700 of the Labor Code which requires every
employer to be insured against liability for workers' compensation or to undertake self-insurance in
e 05/10/00 Contract No. 31 90 Page 40 of 288 Pages
accordance with the provisions of that code, and agrees to comply with such provisions before
commencing the performance of the work of this Contract and continue to comply until the contract is
complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1 , Article 2, relative to the
general prevailing rate of wages for each craft or type of worker needed to execute the Contract and
agrees to comply with its provisions.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business (Street and Number)
"
"
City and State
(4) Zip Code Telephone No.
IF A. PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted
(Street and Number)
City and State IMS\bk ; LA .
/
IF A CORPORATION. SIGN HERE:
(1) Name under which business is conducted
(2) (Signature)
(Title)
Impress Corporate Seal here
05/10/00 Contract No. 31 90 Page 41 of 288 Pages
"
Incorporated under the laws of the State of
Place of Business (Street and Number)
City and State
(5) Zip Code / Telephone No.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED
(Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary
under corporate seal empowering that officer to bind the corporation.) ,
(If signed by an individual partner, the partnership must attach a statement of partnership authorizing the
partner to execute this instrument.)
List below names of president, vice president, secretary and assistant secretary, if a corporation; if a
partnership, list names of all general partners, and managing partners:
I
a 05/10/00 Contract No. 31 90 Page 42 of 288 Pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Dieqo
On &!b&/o, m$- before me, Teresa T. Halverson, Notary Public,
personally appeared M. L. Wilde I
Elpersonally known to me - OR - 0 proved to me on the basis of satisfattory evidence to be the person(@
whose name(* is/aC€%subscribed to the within instrument
and acknowledged to me that he/stndtqcexecuted the
same in his/becMek authorized capacity(i* and that by
his/Mibirsignature(s) on the instrument the person($,
or the entity upon behalf of which the person# acted,
executed the instrument.
WITNESS my hand and official seal.
Dad Name and Title of Off!€ar (e.g., “Jane Doe, Notary Public”)
Name(6) of Signer(s)
d”. $&f Signature - of Notary PuMic
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of
Signer($ Other Than Named Above:
Capacity(ies) Claimed by Signer@)
Signer’s Name:
0 Individual
0 Corporate Officer
Title@):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
Signer’s Name:
0 Individual
0 Corporate Officer
Title@):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Trustee
0 Guardian or Conservator
0 Other: 0 Other: I Top of thumb here I
I I Signer Is Representing:
@ 1994 National Notary Assmiation 8236 Remmet Ave., P.O. Box 7184 Canoga Park, CA 91 309-7184 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
I.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Sari Diego
On a B. before me, Teresa T. Halverson, Notary Publiq
personally appeared David R. Hummel I
id personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persori(s)
whose name(& is/qffa subscribed to the within instrument
and acknowledged to me that he/&&tjmy executed the
same in his&&tj&authorized capacityw), and that by
hishm&ehignature(& on the instrument the person@),
or the entity upon behalf of which the person(@ acted,
executed the instrument.
Datd Name and 73Ie of Officer (e.g., “Jane Doe, Notary Public”)
Narne(s) of Signer@)
WITNESS my hand and official seal.
. &- - Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above: dh*&&
.
Capacity(ies) Claimed by Signer@)
Signer’s Name:
0 Individual
0 Corporate Officer
Title(s):
Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
ere
17 Guardian or Conservator
0 Other:
Signer Is Representing:
Signer’s Name:
0 Individual
0 Corporate Officer
Title(s):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee-
0 Guardian or Conservator
0 Other:
Signer Is Representing:
I I
0 1994 National Notary Association * 8236 Rernrnet Ave., P.O. Box 7184 Canoga Park, CA 91309-7184 Prod. No. 5907 Reorder: Call Toil-Free 1-800-876-6827
F
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of } SS.
1 On@PTO6&~'~D%, Date before me,%\ J- &OMd, ISUBUC Name and Title of Officer ie.g., "Jane Doe, Not& Public")
J
I
I
TAM1 J. LEDDON COMM. # 125371 1 1
NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY My Comm. Exp. Mar. 15,2004 I
Place Notary Seal Above
on the basis of sa-
eukknce
to be the person(s) whose name(s) &are
subscribed to the within instrument and
acknowledged to me tha@$e/they executed
the same in %/&their authorized
capacity(ies), and that by $&&/their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
WITNEiEi my hand and official seal.
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
0 Individual
0 Attorney in Fact
0 Trustee
0 1999 National Notary ASSOCiailOn * 9350 De Solo Ave.. P.O. Box 2402 * Chalsworth. CA 91313-2402 - w.nationalnotary.org Prod No. 5907 Reorder- Call Toll-Free 1-800-876-6827
BID SECURITY FORM
(Check to Accompany Bid)
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
dollars ($ '1,
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of the City provided this proposal shall be accepted by the City through action of its
legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish
the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the
stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check
shall also become the property of the City if the undersigned shall withdraw his or her bid within the
period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law,
and notwithstanding the award of the contract to another bidder.
*Delete the inapplicable word.
"
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages
shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of
the bid.)
a 05/10/00 Contract No. 31 90 Page 43 of 288 Pages
BIDDER'S BOND TO ACCOMPANY PROPOSAL
CONTRACT NO. 3190 RANCHO SANTA FE ROAD NORTH, PH.ASE 1
KNOW AU PEpSONS BY THESE PRESENTS:
THE CONIXTlON OF THE FOREGOING OBLIGATION IS SUCH that If the proposal of the above- bounden Prlnctpal for: Rancho Santa Fe Road North, Phase Contract No. 31 90
In the Clty of Carlebad, Is accepted by the Council, and If the Princlpal shall duly enter Into and execute a Contract including requlred bonds an 7 Insurance policles wlthln hen 20) days from the date of award of Contract by the C1 Councll of the Clty of Carisbad, being duly no ed of sald award, then
the amount 8 dfled hereln shall be farfelted to the sald Clty. In the evmt ge rlncipal executed thls bond as an Indlvldual, It is agreed that the death of Principal shall not exonerate the Surety trom Its obllgatfons under thia bond.
this obligation shall become nu r I and vold; othrmlae, R shall be and remain In $1 full force and effect, and
Exemd by PRINCIPAL thls day
Gf , 20" Executed by SURETY thls ZW"I day of sEpTEMRF37,2~42.
SURETY:
SEABOARD SUfiETy COMPANY
(name of Surety)
P.O. BOX 14245, ORANa, CA 92863-1245 (address of Surety)
( 71 4 1 620-1 200
APPROVED AS TO FORM: RONALD R, BAU City Attorney I General Counsel
ey: Deputy City AttorneylOeputy General Counsel
Pege 44 !at 288 Page3
POWER OF ATTORNEY
Seaboard Surety Company United States Fidelity and Guaranty Company ,L
.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
..
Power of Attorney No. 20988
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Certificate No. 1406766
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota, and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws ofthe State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,
Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies '7, and that the Companies do hereby make,
James F. Teghtmeyer, Daniel P. Dole, John T. Dole and Nicki Edwards
of the City of , State , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
Bonita California
1 st December 1999 IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this day of ,-.
t-
I
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
I State of Maryland
City of Baltimore
0
THOMAS E. HUIBREGTSE, Assistant Secretary
1 st December 1999 On this day of , , before me, the undersigned officer, personally appeared Peter W. Carman and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Undenniters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
*&*-r*
REBECCA EASLEY-ONOKALA, Notary Public
86203 Rev. 7-2002 Printed in U.S.A.
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in full force an$ 1 .
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, a11 bonds, undertakings, conhacts and other insh-urnmts relating
to said business may be signed executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such offlcers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be did and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached; and
RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, an4 in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attomey(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Underwriters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this 24TH day of s- ,2002
F CALIFORNIA ALL-PURPOSE ACJOTOWLEDGMENT
"-
,-
State of California
Zounty of San Diego
3n 09/24/02 before me, Nicki Edwards, Notary Public,
)ersonally appeared James F. Teghtmeyer,
a personally known to me -4-
NICK1 EDWARDS t NOTARY PUBUC - CAUFORM 8 COMMISSION # 1297529 SAN DlEGO COUNTY Mv Commission Exo. March 25,2005 t 3
to be the person@+
whose name@ is/= subscribed to the within instrument and
acknowledged to me that he/she&wy executed the same in hishedthe&
authorized capacityfies3, and that by his/Iw&h& signature@) on the
instrument the person(@, or the entity upon behalf of which the person@
acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
7 INDIVIDUAL 7 CORPORATE OFFICER
7 PARTNER@) 0 LIMITED
3 TRUSTEE(S) 3 GUARDIAN/CONSERVATOR
3THER:
ATTORNEY-IN-FACT
SIGNER IS REPRESENTING:
VAME OF PERSON@) OR ENTITY(1ES)
Seaboard Surety Company
CA-ICW 24 (7/00)
CAL~FORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California s\
Countyof San Dieqo
On. O-, 9 a before me, Teresa T. Halverson, Notary Public, DE& Name and We cd Officer (e.g.. "Jane Doe, Ndaly Public?)
personally appeared M. L. Wilde I
Name(s) of Signer(s)
Epersonally known to me - OR - 0 proved to me on the basis af satisfactory evidence to be the persono
whose name(q is/mSsubscribed to the within instrument
and acknowledged to me that he/&&.hqcexecuted the
same in his/txxhb& authorized capacity(ie& and that by
hislWMksignatureQ) on the instrument the person(+, or the entity upon behalf of which the person# acted,
executed the instrument.
WITNESS my hand and official seal.
J - Signature of Nomy PuMk
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: !. Number of Pages: , I*
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
0 Individual
0 Corporate Officer
Title(s):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other: iumb here I
I I I I
Signer Is Representing:
Signer's Name:
0 Individual
0 Corporate Officer
Title(s):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
Cl Guardian or Conservator
0 Other: I I I I
Signer Is Representing:
@ 1994 National Notary Association 8236 Rernrnet Ave.. P.O. Box 7184 Canoga Pa&. CA 91309;7184 Prod. No. 5907 Reorder: Call Toil-Free 1-800-876-6827
.. -
State of California 1
County of
Date
personally appeared Name@) of Signer@)
gpersonally known to me
me nn
to be the persod whose name@ is/*
subscribed to the within instrument and
acknowledged to me that he/-@ executed
the same in his/!p&/tw authorized
capacity&, and that by his/’th&
signature(s) on the instrument the person@, or
the entity upon behalf of which the person(x
acted, executed the instrument.
Place Notary Seal Above
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document. - Description of Attached Document
Title or Type of Document: 8 r3k& addD
Document Date: 4-2+62/ Number of Pages: I
Signer(s) Other Than Named Above: M L. (
Capacity(ies1 Claimed by Signer -. . Signer’s Name: ~
0 Individual
”
0 Corporate Officer - Title(s):
0 Partner - 0 Limited 0 General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing: u
0 1999 National Notary Asmiation - 9350 De Soto Ave.. P.O. Box 2402 * Chatswolth, CA 91313-2402 - www.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
Company Profile Page 1 of 2
Company Profile n
SEABOARD SURETY COMPANY
385 WASHINGTON STREET, 102F
ST. PAUL, MN 55102-1396
800-421-3880
Agent for Service of Process
LORI CASTANEDA, 2730 GATEWAY OAKS DR SUITE 100 SACRAMENTO, CA 95833
Unable to Locate the Anent for Service of Process?
Reference Information
NAIC #: 22535
NAIC Group #: 0164
California Company ID #: 11 89-0
Date authorized in California: June 10, 1935
License Status: UNLIMITED-NORMAL
Company Type: Property & Casualty
State of Domicile: NEW YORK
Lines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of
any of these terms, please refer to the glossary.
AIRCRAFT
AUTOMOBILE
BOILER AND MACHINERY
BURGLARY
COMMON CARRIER LIABILITY
CREDIT
DISABILITY
FIRE
LIABILITY
MARINE
MISCELLANEOUS
http://www4.insurance.ca.gov/wu/idb~co~prof~utl.get~co~prof?p~EID=3 164 10/3 1/2002
Company Profile
- PLATE GLASS
SPRINKLER
SURETY
TEAM AND VEHICLE
Company Complaint Information
Companv Enforcement Action Documents
Company Performance & Comparison Data
Composite Complaint Studies
Want More?
Help Me Find a Company Representative in My Area
Financial Rating Organizations
Last Revised - October 29,2002 01 :45 PM
Copyright Q California Department of Insurance
Disclaimer
http://www4.insurance.ca.gov/wu/idb_co~prof~utl.get~co~prof?p_EID=3 164
Page 2 of 2
10/3 1/2002
FEDERAL LOBBYING RESTRICTIONS
Section 1352, Title 31 , United States Code prohibits Federal funds from being expended by the recipient
or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting
to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract,
the making of any Federal grant or loan, or the entering into of any cooperative agreement.
If any funds other than Federal funds have been paid for the same purposes in connection with this
Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a
completed disclosure form as part of the bid documents.
A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal
agency is included in the Proposal. Standard Form - LLL, “Disclosure of Lobbying Activities,” with
instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal
shall constitute signature of the Certification.
The above referenced certification and disclosure of lobbying activities shall be included in each
subcontract and any lower-tier contracts exceeding $1 00,000. All disclosure forms, but not certifications,
shall be forwarded from tier to tier until received by the Engineer.
The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects
the accuracy of the information contained in any disclosure form previously filed by the Contractor,
subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the
information reported includes:
(1) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for
influencing or attempting to influence a covered Federal action; or
(2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal
action; or
(3) A change in the officer(s), employees(s), or Member(s) contacted to influence or attempt to
influence a covered Federal Action.
@ 05/10/00 Contract No. 31 90 Page 45 of 288 Pages
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
This project is subject to Part 26, Title 49, Code of Federal Regulations entitled "Participation by
Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.'
The Regulations in their entirety are incorporated herein by this reference.
Bidders shall be fully informed respecting the requirements of the Regulations and the City's
Disadvantaged Business Enterprise (DBE) program developed pursuant to the Regulations; particular
attention is directed to the following matters:
A. A DBE must be a small business concern as defined pursuant to Section 3 of U.S. Small
6. A DBE may participate as a prime contractor, subcontractor, joint venture partner with a prime or
C. A DBE bidder, not bidding as a joint venture with a non-DBE, will be required to document one or
Business Act and relevant regulations promulgated pursuant thereto;
subcontractor, vendor of material or supplies, or as a trucking company;
a combination of the following:
1. The bidder will meet the goal b performing work with its own forces. 2. The bidder will meet the goa Y through work performed by DBE subcontractors, suppliers or truckin companies. - - ..
3. The bi 8 der, prior to bidding, made adequate good faith efforts to meet the goal.
D. A DBE joint venture partner must be responsible for specific contract items of work, or portions
thereof. Responsibility means actually performing, managing and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture. The DBE joint venturer must submit the joint
venture agreement with the proposal or the DBE Information form required in the Section entitled
"Submission of DBE Information" of these special provisions;
E. A DBE must perform a commercially useful function, i.e., must be responsible for the execution of
a distinct element of the work and must carry out its responsibility by actually performing,
managing and supervising the work;
F. DBEs must be certified by either the California Department of Transportation, or by a participating
agency which certifies in conformance with Title 49, Code of Federal Regulations, Part 26, as of
the date of bid opening. It is the Contractor's responsibility to verify that DBEs are certified.
Listings of certified DBEs are available from the following sources:
1. The Caltrans DBE Directory, which is published quarterly. This Directory may be obtained from
the Department of Transportation, Materiel Operations Branch, Publication Distribution Unit,
1900 Royal Oaks Drive, Sacramento, California 9581 5, Telephone: (91 6) 445-3520;
2. The Caltrans Electronic Information Bulletin Board Service, which is accessible by modem and is updated weekly. The Bulletin Board may be accessed by first contacting the Caltrans Business
Enterprise Program by telephone: (916) 227-8937 and obtaining a user identification and
password;
3. The Caltrans web site at http://www.dot.ca.gov/hq/bep/index.htm;
G. Credit for materials or supplies purchased from DBEs will be as follows:
1. If the materials or supplies are obtained from a DBE manufacturer, 100 percent of the cost of the
materials or supplies will count toward the DBE goal. A DBE manufacturer is a firm that
operates or maintains a factory or establishment that produces, on the premises, the materials,
supplies, articles, or equipment required under the Contract and of the general character described by the specifications.
2. If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward the DBE goal. A DBE regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public a 05/10/00 Contract No. 31 90 Page 46 of 288 Pages
"
in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business as provided in this paragraph G.2. if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE regular dealers within the meaning of this paragraph G.2.
3. Credit for materials or supplies purchased from a DBE which is neither a manufacturer nor a
regular dealer will be limited to the entire amount of fees or commissions charged for assistance
in the procurement of the materials and supplies, or fees or transportation charges for the
delivery of materials or supplies required on a job site, provided the fees are reasonable and not
excessive as compared with fees charged for similar services.
H. Credit for DBE trucking companies will be as follows:
I.
J.
1.
2.
3.
4.
5.
6.
The DBE must be responsible for the management and supervision of the entire trucking
operation for which it is responsible on a particular Contract, and there cannot be a contrived
arrangement for the purpose of meeting the DBE goal;
The DBE must itself own and operate at least one fully licensed, insured, and operational truck
used on the Contract;
The DBE receives credit for the total value of the transportation services it provides on the
Contract using trucks its owns, insures, and operates using drivers it employs; The DBE may lease trucks from another DBE firm, including an owner-operator who is certified
as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of
the transportation services the lessee DBE provides on the Contract;
The DBE may also lease trucks from a non-DBE firm, including an owner-operator. The DBE
who leases trucks from a non-DBE is entitled to credit only for the fee or commission it receives
as a result of the lease arrangement. The DBE does not receive credit for the total value of the
transportation services provided by the lessee, since these services are not provided by a DBE;
For the purposes of this paragraph H, a lease must indicate that the DBE has exclusive use of
and control over the truck. This does not preclude the leased truck from working for others
during the term of the lease with the consent of the DBE, so long as the lease gives the DBE
absolute priority for use of the leased truck. Leased trucks must display the name and
identification number of the DBE.
Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of
this Contract and may result in termination of the Contract or other appropriate remedy for a
breach of this Contract;
Bidders are encouraged to use services offered by financial institutions owned and controlled by
DBEs.
DBE GOAL FOR ROADWAY IMPROVEMENTS
The City has established the following goal for Disadvantaged Business Enterprise (DBE) participation
for this project:
Disadvantaged Business Enterprise (DBE): 8 percent
Caltrans has engaged the services of a contractor to provide supportive services to contractors and subcontractors to assist in obtaining DBE participation on federally funded construction projects. Bidders and potential subcontractors should check' the Caltrans website at httcx//www.dot.ca.aov/ha/beD to verify the current availability of this service.
@ 05/10/00 Contract No. 31 90 Page 47 of 288 Pages
" SUBMISSION OF DBE INFORMATION
"- The required DBE information shall be submitted on the "LOCAL AGENCY BIDDER - DBE
INFORMATION" form included in the Proposal. If the DBE information is not submitted with the bid, the
It is the bidder's responsibility to make enough work available to DBEs and to select those portions of the
work or material needs consistent with the available DBEs to meet the goal for DBE participation or to - provide information to establish that, prior to bidding, the bidder made adequate good faith efforts to do
.. DBE Information form shall be removed from the documents prior to submitting the bid.
so.
._
If DBE information is not submitted with the bid, the apparent successful bidder (low bidder), the second low
bidder and the third low bidder shall submit DBE information to the City of Carlsbad, Purchasing
Department, 1635 Faraday Avenue, Carlsbad, CA 92008, so the information is received by the City of
Carlsbad no later than 4:OO p.m. on the fourth day, not including Saturdays, Sundays and legal holidays, following bid opening. DBE information sent by U.S. Postal Service certified mail with return receipt and certificate of mailing and mailed on or before the third day, not including Saturdays, Sundays and legal holidays, following bid opening will be accepted even if it is received after the fourth day following bid opening. Failure to submit the required DBE information by the time specified will be grounds for finding the bid or proposal nonresponsive. Other bidders need not submit DBE information unless requested to do so by the City of Carlsbad. The bidder's DBE information shall establish that good faith efforts to meet the DBE goal have been
to bidding, adequate good faith efforts to meet the goal were made.
Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their
information to protect their eligibility for award of the Contract in the event the City, in its review, finds that
the goal has not been met.
The bidder's DBE information shall include the names, addresses and phone numbers of DBE firms that
will participate, with a complete description of work or supplies to be provided by each, the dollar value of
each DBE transaction, and a written confirmation from the DBE that it is participating in the Contract. A
copy of the DBE's quote will serve as written confirmation that the DBE is participating in the Contract.
When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description
of the exact portion of that work to be performed or furnished by that DBE shall be included in the DBE
information, including the planned location of that work. The work that a DBE prime contractor has
DBE subcontractors, suppliers and trucking companies will count toward the goal.
The information necessary to establish the bidder's adequate good faith efforts to meet the DBE goal
should include:
" made. To establish good faith efforts, the bidder shall demonstrate that the goal will be met or that, prior
." submittal should also include their adequate good faith efforts information along with their DBE goal
_-
" committed to performing with its own forces as well as the work that it has committed to be performed by
"
A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder. B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested. C. The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking down of the Contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to meet the DBE goal was made available to DBE firms. D. The names, addresses and phone numbers of rejected DBE firms, the firms selected for that work, and the reasons for the bidder's choice. E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the
F. Efforts made to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate. G. The names of agencies contacted to provide assistance in contacting, recruiting and using DBE firms. H. Any additional data to support a demonstration of good faith efforts.
I work which was provided to DBEs.
05/10/00 Contract No. 31 90 Page 48 of 288 Pages;.
-
."-- The award of the Contract, if it be awarded, will be to the lowest responsible bidder whose proposal
complies with all the requirements prescribed and who has met the goal for DBE participation or has
demonstrated, to the satisfaction of the City, adequate good faith efforts to do so. Meeting the goal for
DBE participation or demonstrating to the satisfaction of the City, adequate good faith efforts to do so is a
condition for being eligible for award of Contract.
- DBE GOAL FOR RECYCLED WATER IMPROVEMENTS
The recycled Water Pipeline is being funded by the State Water Resources Control Board and the United
States Department of the Interior, Bureau of Reclamation. Because of Federal Funding the contractor
and subcontractors shall comply with the State Water Resources Control Board "Boilerplates" for all wok
associated with the Recycled Water pipeline and appurtenances. These requirements are contained on
Enterprise/ Women Business Enterprise Information with the bid. A positive effort documentation shall
be pursued under "Requirements" on page BP-7 through BP-9.
"
.- pages BP-1 through BP-28. Contractor is required to submit Attachment B, "Minority Business
a 05/10/00 Contract No. 3190 Page 49 of 288 Pages
GUIDE FOR COMPLETING THE "DESIGNATION OF
SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS"
AN,D
"DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS
REFERENCES Prior to preparation of the following Subcontractor and Owner OperatorRessor
disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the
Supplemental Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", "Contract
Price", "Contract Unit Price", "Engineer", "Subcontractor" and 'Work" and the definitions in section 1-2 of
the Supplemental Provisions especially "Own Organization" and "Owner Operator/Lessor." Bidders are
further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Supplemental Provisions.
CAUTIONS These forms will be used by the Agency to determine the percentage of work that the Bidder
proposes to perform. Bidders are cautioned that failure to provide complete and correct information may
result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50
percent of the work by subcontractors or owner operatorAessors or otherwise to be performed by forces
other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that
may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the
percentage of work proposed to be performed by the Bidder.
INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every
subcontractor or Owner OperatodLessor who the Bidder proposes to perform work or labor or render
service in or about the work or improvemertt, and every subcontractor or Owner OperatorRessor licensed as a contractor by the State of California who the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids
or offers for the construction of streets and highways including bridges, in excess of one-half of one
percent (0.5%), or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of
business of subcontractor(s) shall be set forth and included as an integral part of the bid offer.
Bidder shall use separate disclosure forms for each Subcontractor or Owner OperatorRessor of
manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms
must be attached if required ,to accommodate the Contractor's decision to use more than one
Subcontractor or Owner Operator/Lessor. All items of infomation must be completely filled out. These
forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the
Bidder's overhead and profit for subcontracted items of the work is included to compute the percentage
of the work performed by Subcontractors or Owner OperatorsRessors.
When the Bidder proposes that any bid item will installed by a Subcontractor or Owner Operatodlessor
the amount, in dollars, of the bid item installed by each- Subcontractor or Owner Operator/ Lessor must
be entered under the columns "Amount of Subcontracted Bid Item Including Subcontractor's Overhead &
Profit" or " Amount of Owner Operatodlessor Bid Item Including Owner Operator/Lessor's Overhead &
Profit I' unless the dollar amount of all work performed by any Subcontractor or Owner Operator/Lessor is
less than one-half of one percent (0.5%) of the Bidder's total bid or, in the case of bids or offers for the
construction of streets and highways including bridges, in excess of one-half of one percent (0.5%), or
ten thousand dollars ($1 0,000) whichever is greater. If a Subcontractor or Owner OperatorLessor installs
or constructs any portion of a bid item the entire amount of the Contract Unit Price, less the Bidder's
overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner a 05/10/00 Contract No. 31 90 Page 50 of 270 Pages
" Operator/Lessor installs to compute the amount of work so installed.
Suppliers of materials from sources outside the limits of work are not subcontractors. The value of
materials and transport of materials from sources outside the limits of work, as shown on the plans, shall
be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor, as the case may be,
that the Bidder proposes as installer of said materials. The value of material incorporated in any
Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the Bidder shall be
included as a part of the work that the Bidder proposes to be performed by the Subcontractor or Owner
Operator/Lessor installing said item.
The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item
No." column.
When a Subcontractor or Owner Operatodlessor has a Carlsbad business license the number must be
entered on'the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space.
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the
location provided on each type of form so duplicated.
When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less
than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of
. " subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet shall
be provided by the Contractor to clearly apprise the Agency of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces.
Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the contract shall be determined by the City Council in conformance with the provisions of the contract
documents and the Supplemental Provisions. The decision of the City Council shall be final.
I
-
Contractor is prohibited from performing any work on this project with a subcontractor that is ineligible to
perform work on a public works pursuant to labor code section 1777.1 or 1777.7.
r..
a 05/10/00 Contract No. 31 90 Page 51 of 270 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive ' The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid Ir'?.
for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance .with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act.'' The Bidder further
certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($1 0,000) whichever
is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor: TOM c DTKE J)NUJNG AND BLASTING
Subcontractor's Location of Business PO BOX 352
Street Address
ALPTNE PA 01 oQ12
I City State Zip
* Subcontractor's Telephone Number including Area Code: (629 1 ~5 - 777n-
* Subcontractor's California State Contractors License No. and Classification: 200463
* Subcontractor's Carlsbad Business License No.: 1206542
SUBCONTRACTOR'S BID ITEMS
Explanation: Column 1 - Bid Item No. from the bid proposal, pages 13 through 29, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the ltem to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 13 through 29, Inclusive.
' Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids.'
Page 1 of 1 pages of this Subcontractor Designation form
Pace 52 of 270 Pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
I.
CONTRACT NO. 31 90
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. i*
Failure to provide complete and correct information may result in rejection of the bid as non-responsive The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance .with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further cerlilies hat no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
'. Y ',
Full Cornpany Name of Subcontractor: SFrn.".
Subcontractor's Location of Business Po BOX 1457
Street Address - -
""""91977"- City State Zip - * Subcontractor's Telephone Number including Area Code: J 61 9 ) ~n - -
* Subcontractor's California State Contractors License No. and Classification: 297034 CLASS clo
Subcontractor's Carlsbad Business License No.: 1210749
-
- Pursuant lo section 4104 (a)(2)(A) Californla Public Contract Code, receipt of the porlions of the inforrnalion precoded by an
asterisk required on this document may be submitted by the Bidder up lo 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids.'
Page 1 of 1 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 31 90
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance .with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($1 0,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Subcontractor's Location of Business h\ 6h m'?%k>n (3- nc\*k?\", @
* Subcontractor's Telephone Number including Area Code: 1 28% - 6,-
* Subcontractor's California State Contractors License No. and Classification: ao%sG
* Subcontractor's Carlsbad Business License No.:
I Street Address GCAo
city -U State
Exdanatlon: Column 1 - Bid Item No. from the bid proposal, pages 13 through 29, inclusive.
Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3. and 4 must be equal to the dollar amount in lhe bid price of the item on bid proposal pages
13 through 29, inclusive.
Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids." Page of pages of this Subcontractor Designation form
*'
Paae 52 of 270 Farlss
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
I!
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
SP PAZARAGAD Full Company Name of Subcontractor:
Subcorltractor's Location of Business 5921 WISH AVE ~-."___-.--."~-~
Street Address ___"_ ENCINO CA 19316 - City itate ZiD
* Subcontractor's Telephone Nurnber including Area Code: ( sns ) 975 - QL-
* Subcontractor's Califolnia Stale Contractors License No. and Classification: 799177 CLASS A
Subconfraclor's Carlsbad Business License No.:
SUBCONTRACTOR'S BID ITEMS
Explanation: Column 1 - Bid Itern No. lrom the bid proposal, pages 13 lhrough 29, inclusive.
Colurnrl 2 - The dollar arnoutll of the Itern to be performed by the Subconlraclor. Column 3 - The dollar arnounl 01 the itern lo be perlormed by Contractor's own forces. Colurnn 4 - The dollar amount of Ihe Contractor's overhead and prolit lor work clone by both the Conlractor's and Iho
Total dollar amount of Columns 2, 3. and 4 must be equal to the dollar arnounL in the bid price of the item on bid proposal pages Subcontractor's forces on the item.
13 through 29, Inclusive.
" Pursuant lo section 4104 (a)(Z)(A) California Public Conlracl Code, receipt 01 the portions of the inforrnation precoded by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
conlained in the "Notice Inviting Bids."
Page 1 of 1 pages of this Subcontractor Designation form
.- DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 31 90
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive '. The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance .with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further
certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of lhan one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
3 .,
Full Company Name of Subcontractor: INTEGRITY CONCRETE
Subcontractor's Location of Business 404 DISCOVERY STREET
SAN MARCOS Street Address CA - 92069 -
I City State Zip * Subcontractor's Telephone Number including Area Code: ( 760 ) 744- 4444 I
* Subcontractor's California State Contractors License No. and Classification: 799802 CLASS C8
Subcontractor's Carlsbad Business License No.: 1214624
-
SUBCONTRACTOR'S BID ITEMS
Explanation: Column 1 - Bid Item No. from the bid proposal, pages 13 through 29, inclusive. Column 2 - The dollar amount of the item to be Derformed bv the Subcontractor. Column 3 - The dollar amount of the item to be performed bjl Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 13 through 29. inclusive.
- Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids." Page 1 of 1 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
1,
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
lo use more than one subcontraclor. This form must be submitted as a part of.the Bidder's sealed bid. +
Failure to provide complete and correct information may result in rejection of the bid as non-responsive . ',
The Bidder cerlifies that it has used the sub-bid of the following listed subcontractor in preparing this bid , I for the Work and that the listed subcontractor will be used to perform the portions of the Work as '
designated in the list in accordance.with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further cerlifies Illat no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor: GUNITE
Subcontractor's Location of Business 12067 ~IWEJDE DRIVE
LAKESIDE
3 :., .
Street Address CA 92040
I City State Zip
* Subcontractor's Telephone Nurnber including Area Code: 1_61 Q 1 390-7404 -
* Subcontractor's Califolnia State Contractors License No. and Classification: 374889
* Subcontractor's Carlsbad Business License No.: 523000
__I- "" "
-
Explanation: Colurnn 1 - Bid Item No. lrom the bid proposal, pages 13 through 29, inclusive. Colurnrl 2 - The dollar amount 01 the Item to be performed by the Subcontractor. Column 3 - The dollar amount of the Item to be perlormed by Contractor's own forces. Column 1 - The dollar amount of the Contractor's ovethead and profit for work done by both the Conlractor's and tho Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 13 through 29. inclusive.
* Pursuant to section 4104 (a)(2)(A) Calilornla Public Conlract Code, receipt of the portions of the inforrnation preceded by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids."
.-
Page 1 of 1 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 31 90
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of.the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive
The Bidder cerlifies that it has used the sub-bid of the following listed subcontractor in preparing this bid . 1 for the Work and that the lisled subcontractor will be used to perform the portions of the Work as designated in the list in accordance.with applicable provisions of the specifications and section 4100 et , seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further cerlifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of , It-Ian one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($lO,OOO) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
*, . * ::
Full Company Name of Subcontractor: PAYCQ SPlXWXIES
Subcotittactor's Localion of Business 170 NORTH SECOND AVF,
Street Address
CA 91wn 1137 - _I - City State Zip
* Subconlractor's Telephone Number including Area Code: _I 61 9 1 473 - 9704-
* Subcontractor's California State Contractors License No. and Classification: 298637 CLASS B, ~32~1~
* Subcontractor's Carlsbad Business License No.: 1205704
-
SUBCONTRACTOR'S BID ITEMS
"-.
Explanallon: Column 1 - Bid Item No, lrom the bid proposal, pages 13 lhrough 29, inclusive. Colurnn 2 - The dollar amoulrt 01 the item lo be performed by the Subconlraclor. Colutnn 3 - 1-he dollar arnounl of the itern lo be perlormed by Contractor's own forces. Colurrlrl 4 - The dollar amount of the Contractor's overhead and profit for work clone by both the Conlractor's and Iha Subcontractor's forces on the Item. Total dollar amoun! of Columns 2, 3, and 4 must be equal to the dollar arnounl in the bid price of the ile~n or1 bid proposal pages 13 through 29, incluslve.
- Pursuanl to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information precoded by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deacllirw for submitting bids
contained in the "Notice Inviting Bids." Page 1 of 1 pages of this Subcontractor Designation form
.
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE I
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid. .(
Failure to provide complete and correct information may result in rejection of the bid as non-responsive The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance .with applicable provisions of the specifications and section 4.100 et
seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever
is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
3 I..
Full Company Name of Subcontractd@ HR LUDWIG MASONRY INC
Subcontractor's Location of Business 9279 CABOT DRIVE
Street Address
PA Q31 ,-I&
c City State " Zip * Subcontractor's Telephone Number including Area Code: 858 1 'ihh - ormy
* Subcontractor's California State Contractors License No. and Classification: 416432 CLASS 29
* Subcontractor's Carlsbad Business License No,:
SUBCONTRACTOR'S BID ITEMS
Explanation:
Column 1 - Bid Item No. from the bid proposal, pages 13 through 29, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 rnust be equal to the dollar amount in the bid price of the item on bid proposal pages 13 through 29, Inclusive.
- Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of tho portions of the information preceded by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids." Page 1 of 1 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor’s decision
to use more than one subcontractor. This form must be submitted as a part of the Bidder‘s sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive ’ The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance .with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code “Subletting and Subcontracting Fair Practices Act.” The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder’s total bid or ten thousand dollars ($10,000) whichever
is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
%,.
Full Company Name of Subcontractor: HUNSAKER & ASSOCIATES
Subcontractor’s Location of Business 10179 HUENNEKEWS STREET
Streel Address SAN DIEGO ___- ““-.LA-””
c City State Zip
* Subcontractor’s Telephone Number including Area Code: (858 ) 558 - 45030 -
* Subcontractor’s California State Contractors License No. and Classification: LS6854 (STATE SURVEY)
* Subcontractor’s Carlsbad Business License No.:
-
SUBCONTRACTOR’S BID ITEMS
Explanation: Column 1 - Bid Item No. lrom the bid Drooosal. Daaes 13 lhrouah 29. inclusive. Column 2 - The dollar amount of the iiem to be pe;formed by t6e Subcontraclor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractor’s overhead and profit for work clone by both Ihe Conlractor’s and the
Subcontractor’s forces on the ilem. Total dollar amounl of Columns 2, 3, and 4 must be equal to the dollar amounl in the bid price of the item on bid proposal pages 13 through 29, Inclusive.
Pursuant to seclion 4104 (a)(Z)(A) California Public Conlracl Code, receipt of Ihe porlions of Iho informatior1 precaded by an
asterisk required on thls document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the “Notice Inviting Bids.’ Page 1 of 1 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
,I
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Addilional copies of this form may be attached if required to accommodate the Contractor's decision
lo use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance (with applicable provisions of the specifications and section 41 00 et , seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further cellilies that no additional subcontractor will be allowed to perform any portion of the Work in excess of Illan one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
*. *,., .
Full Company Name ol Subcontractor: m+ %!?@!-, .
*
* Subcontractor's
Subcontractor's
Subconfractor's
-.., Telephone Nurnber including Area Code: (b\q 1
California State Contractors License No. and Classification: 7373p&
Carlsbad Business License No.:
.~ ~ 56) - qq(yJ -
Explanation: Column 1 - Bid ltern No. lrom the bid proposal, pages 13 through 29, inclusive. Column 2 - The dollar amount of Ihe Item lo be performed by the Subcontractor. Column 3 - The dollar amount 01 the item lo be performed by Contractor's own forces. Columrl 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Conkactor's and tho Subcontractor's forces on the Itern. Total dollar amounl of Columns 2, 3. and 4 must be equal lo the dollar amount in lhe bid price of the item on bid proposal pages 13 through 29, Inclusive.
Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the porlions of the information precodod by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the "Notice inviting Bids." Page \ of '3 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of.the Bidder's sealed bid. +
Failure to provide complete and correct information may result in rejection of the bid as non-responsive The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid .. . , for the Work and that the listed subcontractor will be used to perform the portions of the Work as
designated in the list in accordance \with applicable provisions of the specifications and section 41 00 et . seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further
certifies that no addilional subcontractor will be allowed to perform any portion of the Work in excess of : Il-Ian one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever
is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name ol Subcontractor: &Ma .\ X%* WQ k~
', 1 %,,:, .
Subconttactor's Location of Business
Street Address
I ___"
City _" State Zip "-
* Subcontractor's Telephone Number including Area Code: [ 1 -
* Subcontractor's California State Contractors License No. and Classification:
* Subcontractor's Carlsbad Business License No.:
-
SUBCONTRACTOR'S BID ITEMS
Explanatlon: Column 1 - Bid llern No. lrom Ihe bid proposal, pages 13 lhrough 29, inclusive. Column 2 - The dollar amount of the item lo be oerlormed bv the Subcontraclor. Colurrrn 3 - 7-he dollar arnount of the llem lo be performed bi Contractor's own forces. Column 4 - The dollar amount of Ihe Contractor's overhead and profit for work done by both Ihe Contractor's and Ihu
Total dollar amount of Columns 2, 3, and 4 must be equal lo the dollar amount in the bid price of the item on bid proposal pages Subconlractor's forces on the ilern.
13 lhrough 29. Inclusive.
Pursuanl lo section 4104 (a)(2)(A) California Public Contract Code, receipt ol the porlions of Iho information precoded by an
asterisk required on lhls docunlent may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids."
-.
Page 2 -of 2 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of.the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive '
The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid
for the Work and that the listed subcontractor will be used to perform the portions of the Work as
designated in the list in accordance.with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further
certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever
is greater and that no changes in the subcontractors listed work will be made except upon the prior
approval of the Agency.
$ ,,
Full Company Name of Subcontractor: SOLID STRUCTURES
Subcontractor's Location of Business~0554 ABALONE LANDING TERRACE
Street Address
-
SANT)TEr,n- rp- 92130-8710 City
""
State Zip - * Subcontractor's Telephone Number including Area Code: ( 61 9 ) 440 - 7603 -
' Subcontractor's California State Contractors License No. and Classification: 758791 class A
* Subconfractor's Carlsbad Business License No.:
-
SUBCONTRACTOR'S BID ITEMS
Explanation:
Column 1 - Bid Item No. lrom the bid proposal, pages 13 lhrough 29, inclusive. Column 2 - The dollar amounl 01 the item to be performed by the Subcontraclor. Column 3 - The dollar amount of the item lo be oerlormed bv Contractor's own forces. Column 4 '- The dollar amount of the Contiactor's oveihead and profit for work done by both the Conlractor's and the
Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amounl in the bid price of the item on bid proposal pages 13 through 29, Inclusive.
- Pursuanl to section 4104 (a)(2)(A) California Public Conlract Code, receipt of the portions of Ihe inlorrnation preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids."
Page "- 1 of 3 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive '.
The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid
for the Work and that the listed subcontractor will be used to perform the portions of the Work as
designated in the list in accordance .with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further
certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of
than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($lO,OOO) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
!$ ',
Full Company Name of Subcontractor: -.SQm-
Subcontractor's Location of Business "
Streel Address
City State - Zip * Subcontractor's Telephone Number including Area CO~Q: ( 1
* Subcontractor's California State Contractors License No. and Classification:
* Subcontractor's Carlsbad Business License No.:
-
SUBCONTRACTOR'S BID ITEMS
Gfj I $l&mn _____ I $906 .- "
Explanation: Colurnn 1 - Bid llem No. from the bid proposal, pages 13 through 29, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work clone by both the Contractor's and the
Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 rnust be equal to the dollar amount in the bid price of the item on bid proposal pages 13 through 29. Inclusive.
."- ' Pursuant lo section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the informatior1 preccded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bicls
contained in the "Notice Inviting Bids." I Page 3 of 3 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this form may be attached if required to accommodate the Contractor's decision
to use more than one subcontractor. This form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive '
The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid
for the Work and that the listed subcontractor will be used to perform the portions of the Work as
designated it) the list in accordance Lwith applicable provisions of the specifications and section 41 00 et
seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further
certifies lhat no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever
is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
3:
Full Company Name of Subcontractor: ST-
Subcontractor's Location of Business-
Street Address
City State Zip
* Subcontractor's Telephone Number including Area Code: 1 1 -
* Subcontractor's California State Contractors License No. and Classification:
* Subcontractor's Carlsbad Business License No.:
-
Explanatlon: Column 1 - Bid Item No. from the bid proposal, pages 13 lhrough 29, inclusive. Column 2 - The dollar amount of the item to be oerformed bv the Subcontractor. Column 3 - The dollar amount of the item to be performed bi Contractor's own forces.
Column 4 - The dollar amount of the Conlractor's overhead and profit for work done by both the Conlractor's and the Subcontractor's forces on the Item. Total dollar amounf of Columns 2, 3, and 4 must be equal to the dollar amounl in the bid price of the itern on bid proposal pages 13 lhrough 29, Inclusive.
Pursuant lo section 4104 (a)(2)(A) Californla Public Contract Code, receipt of !he portions of the inforrnalion precoded by an
asterisk required on this document may be submitted by the Bidder up lo 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids.'
-
Page 3 of 3 pages of this Subcontractor Designation form
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
CONTRACT NO. 31 90
RANCHO SANTA FE ROAD NORTH, PHASE I
I.
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Addilional copies of this form may be attached if required to accommodate the Contractor's decision
lo use more than one subcontraclor. This form must be submitted as a part of.the Bidder's sealed bid. (.
Failure to provide complete and correct information may result in rejection of the bid as non-responsive ', .
The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid . I for the Work arid that the listed subcontractor will be used to perform the portions of the Work as
desiynaled it1 the list in accordance .with applicable provisions of !he specifications and section 41 00 et I
secl. ol llle Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further
certifies that 110 addillonal subconlractor will be allowed to perform any portion of the Work in excess of Ihan one-hall of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($1 0,000) whichever
is greater and that no changes in the subcontractors listed work will be made except upon the prior
approval ol the Agency.
$ .,
Subcotltractor's Location of Business E\\ (m. "
Street Address
- mi- " cr;aE3bL City State
Subcontractor's Telephone Number including Area Code: (7& 1 U71 - q&
* Subconlraclor's California State Contractors License No. and Classification:
* Subcontractor's Carlsbad Business License No.: 1 &\bm \kt\ \ -
ExDlanatlon: Column 1 - Bid Itern No. from the bid proposal, pages 13 lhrough 29, inclusive. Column 2 - The dollar amoullt 01 the ilem to be Derformed bv the Subconkactor, Column 3 - 7-he dollar amount 01 the itern to be performed by Contractor's own lorces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and tho Subcontractor's forces on the itern. Total dollar amount of Columns 2. 3, and 4 must be equal lo the dollar amount In the bid price of the itern on bid proposal pages 13 lhrough 29. inclusive.
* Pursuant lo section 4104 (a)(Z)(A) California Public Contract Code, receipt of Ihe porlions of tho inlormation preceded by an
asterisk required on lhis document may be submitted by the Bidder up to 24 hours after the deadline tor subrnitting bids
conlalned in the
6
2 pages of this Subcontractor Designation form
i DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR'S BID ITEMS
1,
CONTRACT NO. 31 90
RANCHO SANTA FE ROAD NORTH, PHASE I
The Bidder MUST complete each information field on this form for each subcontractor that it proposes to
use. Additional copies of this forrn may be attached if required to accommodate the Contractor's decision
to use rnore Illan one subcontractor. This form must be submitted as a part of the Bidder's sealed bid.
Failure to provide complete and correcl information may result in rejection of the bid as non-responsive 1. I The Bidder cerlifies that it has used the sub-bid of the following listed subcontractor in preparing this bid , I for the Work and that the listed subcontractor will be used to perform the portions of the Work as
designated in the list in accordance .with applicable provisions of the specifications and section 41 00 et . seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further . cerlilies lhal no addilional subcontractor will be allowed to perform any portion of the Work in excess of Ihan one-half of one percent (0.5%) of the Bidder's tolal bid or ten thousand dollars ($10,000) whichever
is greater and that no changes in the subcontractors listed work will be made except upon the prior
approval of the Agency.
* :. . '_
Full Company Name of Subcontractor: &?b&?fim -
Subcontraclor's Location of Business
Slreel Address
I ___- "_
city - Stale Zip * Subcontractor's Telephone Number including Area Code: ( 1 -
* Subcontractor's California State Contractors License No. and Classification:
Subcontractor's Carlsbad Business License No.:
-
SUBCONTRACTOR'S BID ITEMS
$ $ .$
$ $ $
$ $ $
Y
"U
Exdanatlon: Column 1 - Bid llern No. from the bid proposal, pages 13 lhrough 29, Inclusive. Column 2 - The dollar amount of lhe item to be performed by the Subcontractor. Column 3 - The dollar amount of the ilem to be perlormed by Contraclor's own forces. Colurnn 4 - The dollar amount of the Contraclor's overhead and profit for work done by bolh the Contractor's and tho Subcontractor's forces on lhe Ilern. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar mnount In the bid price of the item on bid proposal pages 13 lhrough 29, Inclusive.
Pursuant lo seclion 4104 (a)(2)(A) Calilornla Public Conlracl Code, receipl of the portions of the information precodod by an
asterisk required on this document may be submltled by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Nolice Inviting Bids.'
Page a. of a pages of this Subcontractor Designation form
DESIGNATION OF OWNER OPERATOWLESSOR AND
AMOUNT OF OWNER OPERATOWLESSOR WORK
CONTRACT NO. 31 90
RANCHO SANTA FE ROAD NORTH, PHASE 1
The Bidder certifies that it has used the sub-bid of the following listed Owner Operator/Lessor in preparing this bid for the Work and that the listed Owner Operator/Lessor will be used to perform the
portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair
Practices Act." The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to
perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid
or ten thousand dollars ($10,000) whichever is greater and that no changes in the Owner
Operator/Lessors listed work will be made except upon the prior approval of the Agency.
Full Owner OperatodLessor Name:
Complete Address:
Street
City State Zip
* Owner Operator/Lessor Telephone Number plus Area Code: ( 1 -
* Owner OperatorRessor City of Carlsbad Business License No.:
OWNER OPERATOWLESSOR WORK ITEMS
EXDlanatlOn: Column 1 - Bid Item No. from the bid proposal, pages 13 through 29, inclusive. Column 2 - The dollar amount of the item to be performed by the Owner Operator/Lessor.
Column 3 - The dollar amount of the item to be performed by Contractor's own forces. Column 4 - The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Owner Operator/Lessor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages
13 through 29, inclusive.
Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an
asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids
contained in the "Notice Inviting Bids."
-b " Page of pages of this Owner Operator/Lessor form
05/1 O/OO Contract No. 31 90 Page 53 of 270 Pages
f
BIDDER'S STATEMENT OF FINANCIAL
(To Accompany Proposal)
RESPONSIBILITY
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted
under separate cover marked CONFIDENTIAL.
@ 05/10/00 Contract No. 31 90 Page 54 of 270 Pages
Current Assets
Cash
Certificates of Deposit
Accounts Receivable
Inventory
Prepaid Income Taxes
Costs & Earnings > Billings
Total Current Assets
- Other Prepaid Expenses
ERRECA'S, INC.
Balance Sheet
August 31, 2002
ASSETS
$ (37,640.42)
2,000,000.00
15,839,206.80
48,841.11
51,196.00
449,366.00
329,229.83
$ 18,680,199.32
Property and Equipment
Property and Equipment $ 16,053,406.96
Less Acc. Depreciation (9.-795, 172,64.)
Net Property and Equipment $ 6,258,234.32
Other Assets
Other Assets
Total Assets
." $ 55,541.94
$ 55,541.94
$ 24,993,975.58 ___-
Confidential: For Internal Use Only
ERRECA'S, INC.
Balance Sheet
August 31, 2002
LIABILITIES & EQUITY
Current Liabilities
Current Portion - LT Debt
Accounts Payables
P\R Taxes & Other W\H
IRS & FTB Income Taxes
Other Accrued Expenses
Billings > Costs & Earnings
Deferred Income Taxes
Total Current Liabilities c
Long Term Debt
Contracts Payable
Current Portion - LT Debt
Deferred Income Taxes
Long Term Debt
Total Liabilities
Stockholders' Eauitv
Capital Stock
Retained Earnings
Net Income
Total Stockholders' Equity
$ 1,925,856.00
10,177,979.46
393,201.63
86 , 528.00
30 , 010.00
2,422,589.00
1,428,182.00
$ 16,464,346.09
$ 2,126,657.56
(1,925,856.00)
1,129,139.00
$ 1,329,940.56
$ 17,794,286.65
$ 90,015.00
6,371,709.21
737,964.72
$ 7,199,688.93
Total Liabilities & Equity $ 24,993,975.58
Confidential: For Internal Use Only
ERRECA ' S , INC .
Income Statement
For the Period Ended August 31 , 2002
TOTAL REVENUE
~
COST of REVENUES
~~~~~ ~ Operating Costs
Depreciation
Total Cost of Revenues
Gross Profit
G & A EXPENSES
Expenses
Depreciation
Total G & A Expenses
OTHER INCOME & EXPENSE
Interest Income
Miscellaneous Income
Gain\Loss on Disposition
Interest Expense
Total Other Inc. & Exp.
INCOME BEFORE TAXES
PROVISION FOR INCOME TAXES
NET INCOME
Current
Month
$ 6,561,963.64
5,953,815.46
195,000.00
$ 6,148,815.46
$413 148.18
$ 356,427.65
5,000.00
.~ $ 361,427.65
$ 64,372.06
15.00
7,704.95
"_ ___ (33,180.91)
".~.$-38.911.10
$ 90,631.63
$ (35,000.00)
Year To
Date
$ 59,537,623.60
53,617,622.89
1,683.000.00
$ 55,300,622.89
$ 4,237,000.71
$ 2,915,882.11
55,000.00
~- $ 2,970,882.11
$ 134 , 189.03
47,199.26
17,579.95
(315,122.12)
$ (116,153.88)
$ 1,149,964.72
$ (412,000.00)
$ 55,631.63 " $ 737,964.72
Confidential: For IRternal Use Only
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal),
CONTRACT NO. 31 90
RANCHO SANTA FE ROAD NORTH, PHASE'1
The Bidder is required to state what work of a similar character to that included in the proposed Contract
he/she has successfully performed and give references, with telephone numbers, which will enable the
City to judge hisher responsibility, experience and skill. An attachment can be used.
Date Name and Phone Amount
Completed of the Employer to Contract Work Contract
Contract Name and Address No. of Person Type of of
DECj1999 CALTRANS JIM LINTHICUM RTE. 78, SAN MARC( S 6'. OOQ .Q 1450 FRAZEE RD.,STE 500
SAN DIEGO. CA 971 nrr (61 9) 688 - hwn H Tr,HWAVWnRK
DECj2001 I CALTRANS I JIM LINTHICUM I RTE. 125 )26,000,00 I 1450 FRAZEE RD.,STE1 500 I I
DEC / 199 7 CALTRANS JIM 'LINTHICUM RTE. 78 VILLAGE 1-
1450 FRAZEE RD.,STE,500 DR. SAN TI- 971n8 61 9)688 - m8n AY WORK
DEC/2000: CITY OF CARLSBAD SHERRI HOWARD CANNON ROAD 8,000,OO 1635 FARADAY AVE . CARLSBAD. CA 92008 (7601 602-2756 ROAD WORK
SEPT/~~W CITY OF SAN DIEGO JOHN REVELS HOLLISTER STREET 2,200,OO
9485 AERO DRIVE
SAN DIEGO, CA 92123 (619) 922-8924 ROAD WORK
I I I I
@ 05/1 O/OO Contract No. 3190
.
Page 55 of 270 Pages
BIDDER'S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS' COMPENSATION
(To Accompany Proposal)
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
As a required part of the Bidder's proposal the Bidder must attach either of the following to this page.
1) Certificates of insurance showing conformance with the requirements herein for each of:
Comprehensive General Liability
Automobile Liability
Workers Compensation
- Employer's Liability
2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's
Liability in conformance with the requirements herein and Certificates of insurance to the Agency "-
._ showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies offered to
meet the specification of this contract must:
1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works
Construction and the Supplemental Provisions for this project for each insurance company that the
Contractor proposes.
2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner.
a 05/10/00 Contract No. 31 90 Page 56 of 270 Pages
' ACURD, CERTIFICATE OF LIABILITY INSURANCQgy ~4 DATE("moIYY) 12/16/02 - 'DUCER THIS CERTIFICATE Is ISSUED AS A MATTER OF INFORMATION
e Wooditch Company Insurance
1 Park Plaza, #400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Services, Inc.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
I Irvine CA 92614
Phone:949-553-9800 Fax:949-553-0670 INSURERS AFFORDING COVERAGE
Erreca's Inc. INSURER 6. State Compensation Insurance
Mr. mke Conroy ans son sh, A Joint Venture INSURER C:
P.0. Box 640 Lakesade CA 92040
,,."
INSURER 0:
INSURER E: I
.""
- ..
I :OVERAGES
THE POLICIES OF INSUMNCE LlSTEO BELOW HAVE BEEN 139UfO TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTTHSTANOING
ANY REOUIREMENT, TERM OR CONDITION OF AMY CONmACT OR OTIIER DOCUMENT WITH RESPECT TO WHICH TH13 CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIQED HEREIN IS SUQJECT TO ALL TIdE TERMS. EXCLUSIDNS AN0 CONDITIONS OF SUCH
0-
f I
i t t t
i i t i
i I
1 ;C
TYPE Of INSURANCE
GEMEWL UA81LITY
GENERAL LIABILITY
CLAIMS ClAOC @ OCCUR 4 BFPD, XCU
ALirOM@EILE LIABILITY
x ANY AUTO i ALL OWNED AUTOS
SCHEDULE0 AUTOS
-1 I
CIARAG€ LIABILIR 7 ANYAUTO
EXCESS LIABILITY 2 OCCUR 171 CLAIMS MADE
DEOUCTl8LE
RETENTION 6
WORKERS COMPENSATION AND
EMPLOYERS' LIAQILI'IY
OTHER
RIPTION OF OPEKATIONSILOCATIONSIL
"
POLICY NUMBER
KK06100054
KK06100054
6693108
IICLESIUCLUSIONS ADDED BY ENDORSEh
POLICY EFFECTIVC DATE (MM100~)
04/01/02
04/01/02
04/01/02
ITIGPECIAL PROVIS
The City of Carlabad and the Carlsbad Municipal Water District, their
officials, employees and volunteers are named as additional insured as
respects General and Auto Liability per attached endorsement. Re: Rancho
Santa Fe Road North, Phase I, Contract #3190 and CMWD Contract #3881;
Erreca's Proyect #02-8382. *Bee notee* aipx
CERTIFICATE HOLDER I Y 1 ADDITIONALINSUREO: (NS~RER L~ER: CANCELLATION
"
CITYCA7
City of Carlsbad
1635 Faraday Ave. Carlsbad CA 92008-7314
~ ~~ ~
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE-rtlE EXPiRATiO
DATE THEREOF, TUE ISSUING INSURER WILL -AIL 3 DAYS WRITTEN
NOTICE TO THE C€RTlFICATE HOLDER NAMED TO THE LEFT, P
IMPDSh
IMPORTANT
If (he certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on lhis certlficale does not confer rlghk to Lhe certificate holder in IJBU of such endorsement($).
If SUBROGATION IS WAIVED, subject to the terms and Conditions Of the pollcy, certain policies may
require an endorsement. A Statemenf on thls CertlRWte does POL confer rights to the cehficate
holder in lleu of such endorsement(s).
DISCLAIMER
The Certlflcata of insurance on the reverse side of this form does not constitute contract between
the issuing insurer(s), authorlred representative or producer, and the CertlflCate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
NOTEPA,D ERRECAI ' PAGE 3
INSURED'S NAME Erreca',s, Inc . ' 0P;lP I GI, DAT,E 12/%6/'02 . HOLDER CODE' CITYCA'I -
:xcept 10 Days Notice of Cancellation for Non-Papnt Of Prermm.
,-
COMMERCIAL GENERAL LIABILITY
POLICY NUMBER:
INSURED:
KK06100054
Erreca's, Inc.
THIS ENDORSEMENT CHANGES THE POLICY.
PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -OWNERS, LESSEES OR
CONTRACTORS (FORM B)
The endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
Name of Person of Organization:
The City of Carlsbad and the Carlsbad Municipal Water District, their officials,
employees and volunteers
Re: Rancho Santa Fe Road North, Phase I, Contract #3190 and CMWD Contract
#3887; Erreca's Project #02-8382.
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule, but only as respect to liability arising out of "your
work" for that insured by you or for you.
This insurance shall apply as primary insurance as respects any person or organizafion for whom or which you have agreed by writfen contract or permit to provide insurance on
a primary basis. Any other insurance available to such person or organization shall be
excess of this insurance and the carrier wiil mf seek contribution from such other
insurance maintained by and available to such person or oqanization.
CG 2010 11 85 Copyright, Insurance Services Office, Inc., 1984
COMMERCIAL AUTO
Policy Number: KK00100054
Insured: Erreca's, Inc.
THIS ENDORSEMENT CHANGES THE POLICY
PLEASE READ IT CAREFULLY
ADDlTlONAL INSURED - DESIGNATED PERSON OR ORGANIZATION
.-
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
Name of Person of Organization:
The Clty of Carlsbad and the Carlsbad Municipal Water District, their officials,
employees and volunteers
Re: Rancho Santa Fe Road North, Phase I, Contract #3190 and CMWD Contract
#3887; Erreca's Project #02-8382.
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or
organization shown in the Schedule but only with respect to liability arising out of the
ownership, maintenance, or use of a covered "auto."
This insurance shall apply as primary insurance as respects anb/ person or organization
for whom or which you have agreed by written contract or permif to provide insurance on
a primary basis. Any other insurance available to such person \r organization shall be
excess of this insurance and the carrier will not seek contribution from such other
insurance maintained by and available to such person or orgahizafion.
CA 76 08 07 88
BIDDER'S STATEMENT RE DEBARMENT
(To Accompany Proposal)
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
1) Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another
jurisdiction in the State of California? /
Yes no
2) If yes, what wadwere the name(s) of the agency(ies) and what washvere the period@) of
debarment@)? Attach additional copies of this page to accommodate more than two debarments.
party debarred party debarred
agency agency
period of debarment period of debarment
BY CONTRACTOR:
By:
(name of Contractor)
(sign here)
(print namehitle)
Page of 1 pages of this Re Debarment form
@ 05/10/00 Contract No. 31 90 Page 57 of 270 Pages
Contractors are required by law to be licensed and regulated by the Contractors’ State License Board
which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged
violation. Any questions concerning a contractor may be referred to the Registrar, Contractors’ State
License board, P.O. Box 26000, Sacramento, California 95826.
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
Have you ever had your contractor‘s license suspended or revoked by the California Contractors’
State license Board two or m re times within an eight year period? 9
Yes no
Has the suspension or revoca ion of your contractors license ever been stayed? 40J
Yes no
Have any subcontractors that you propose to perform any portion of the Work ever had their
contractor’s license suspended or revoked by the California Contractors’ State license Board two or
more times within an eight ye r period? J
Yes no
Has the suspension or revocation of the license of any subcontractor‘s that you propose to perform any portion of the Work everpeen stayed?
If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party
disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the
violation and the disciplinary action taken therefore.
(If needed attach additional sheets to provide full disclosure.)
Page I ’ of 3 pages of this Disclosure of Discipline form
Q 05/10/00 Contract No. 31 90 Page 58 of 270 Pages
.-
BIDDER'S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
6) If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who's
discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the
nature of the violation and the condition (if any) upon which the disciplinary action was stayed.
L
(If needed attach additional sheets to provide full disclosure.)
BY CONTRACTOR:
(name of Contractor)
By:
(sign here)
(print namehitle)
;age of biages of this Disclosure of Discipline form
05/1 O/OO Contract No. 31 90 Page 59 of 270 Pages
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
CONTRACT NO. 3190
RANCHO SANTA FE ROAD NORTH, PHASE 1
State of California )
La I4 .- L uhk&
e , being first duly sworn, deposes
(Name of Bidder)
and says that he or she is d\cfi I rw3Lf 3 s&&nm
(Title)
of
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any
--- other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived,
or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding;
that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit,
public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or
her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
.- or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the
- I declare under penalty of perjury under the laws of the State of California that the f regoing is true and
this affida;kwvas executed on the 21 ef- day of
I
I Signaturf
V
" Subscribed and sworn to before me on the day of I 20".
(NOTARY SEAL)
Signature of Notary
05/10/00 Contract No. 31 90 Page 60 of 270 Pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Dieqo
On 9 . -before me, Teresa T. Halverson, Notary Public,
personally appeared M. L. Wilde I
Epersonally known to me - OR - 0 proved to me on the basis 6f satisfattory evidence to be the person(5t)
whose name(@ idmssubscribed to the within instrument
and acknowledged to me that he/sfn&h!yexecuted the
same in his/- authorized capacity(i+ and that by
his/Mkmixsignature@) on the instrument the person(+,
or the entity upon behalf of which the person# acted,
executed the instrument.
WITNESS my hand and official seal.
Date 1 Name and Ttle of Officer (e.g.. "Jane Doe. Notary Public")
Name(s) of Signer(s)
& d&"" Signature of Nolaly Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages: I /
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
0 Individual
Corporate Officer
Title(s):
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
Guardian or Conservator 0 Other:
Signer Is Representing:
Signer's Name:
0 Individual
0 Corporate Officer
Title(s):
0 Partner - 0 Limited General
0 Attorney-in-Fact
Trustee
0 Guardian or Conservator
0 Other:
I I Signer Is Representing:
I I
0 1994 National Notary Asswation - 8236 Remmet Ave., P.O. Box 7184. Canqa Park. CA 913097184 Prod. NO. 5907 Reorder: Call Toll-Free 1-800-876-6827
.*
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California I
J, "Jarie Doe, Nm4 Notary Publi ') %L rc
e personally appeared ,
*ersonally known to me
eui&mce
to be the person& whose name6 is/&
subscribed to the within instrument and
acknowledged to me that he/!j&/tt& executed
the same in tt)d authorized
capacity&), andhi:%! by his/&dWr
signatureN on the instrument the person&, or ' the entity upon behalf of which the personN
N'A a acted, executed the instrument.
Place Notary Seal Above
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
0 Individual
0 1999 Natlonal Notary Association * 9350 De Solo Ave., P.O. Box 24M * Chalsworth, CA 91313-2402 * www.naiionalnotafy.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
- ' ,. d
1
I
I
II'
II
. _. . .I-r--
ATTACHMENT R
MINORITY BUSINESS ENTERPRISE/WOMEN BUSINESS ENTERPRISE INFORMATION SWRCB DIVlSION OF CLEAN WATER PROGRAMS
LOAN RECIPIENTS NAME CONTRACT NO. OR SPECIFICATION NO.
3l70
PROJECT DESCRIPTION PROJECT LOCATION
PRIME CONTRACTOR INFORMATION
MBE WBE
-you @ AMOUNT OF CONTRACT
PHONE I/ ?- 390 df'oa PtSYb
MBE/WBE INFORMATION
WBE NAME AND ADDRESS (Include ZIP Code, DOB, & SSN) .
JOINT VENTURE
AMOUNT OF CONTRACT 746 zK,e X 0.6 d 2 w,
WORK TO BE PERFORMED
~~
I I
MBE WBE
SUBCONTRACTOR
BROKER JOINT VENTURE
SUPPLIEWSERVICE
NAME AND ADDRESS (Include ZIP Code, DOB, & SSN)
AMOUNT OF CONTRACT PHONE
WORK TO BE PERFORMED
NAME AND .4DDRESS (Include ZIP Code, DOB, & SSN)
SUBCONTRACTOR SUPPLIEWSERVICE
BROKER
AMOLWT OF CONTRACT PHONE I WORK TO BE PERFORMED
MBE WBE
BROKER JOINT VENTURE
SUPPLIEWSERVICE SUBCONTRACTOR
NAME AND ADDRESS (Include ZIP Code, DOB, & SSN)
AMOUNT OF CONTRACT PHONE
WORK TO BE PERFORMED
TOTAL MBE AMOUNT: $ 2 73,771,
ACTUAL MBE PARTICIPATION: 3 7 % ACTUAL WBE PARTICIPATION: %
MBE GOAL: 220 % WBEGOAL: %
SIGNATURE OF PERSON
COMPLETING FORM:
c TOTAL WBE AMOUNT $
TITLE: WCP PdeS PHONE: &?- 390 -& 00 DATE: P/..//. Z
FORM 4700-8 (re; 2/98)
March 17,2000
BP-12
i
21 - NON-COLLUSION AFFIDAVIT
PUBLIC CONTRACTS CODE SECTION 7 106
NON-COLLUSION AFFIDAVIT
TO BE EXECUTED BY BIDDER -4ND SUBMITTED WITH BID
BrdGO ss
M A-X Fun&- ; being first duly sworn, deposes and says that he & is
\DEN, H~kd~%&f-.”~’S the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder
has not directly or indirectly colluded, conspired, connived, or agreed With any bidder or anyone else to put in a
sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly,
sought by agreement, communication, or conference, with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any
advantage against the public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or
her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or
to any member or agent thereof the effectuate a collusive or sham bid.
c personally known to me 1 to be the personw whose nameM
is/&subscribed to the within instrument and acknowledged to me that he/$&/twy executed the same in
his/lt&jr6u authorized capacityCilfS, and that by his/)&tasir signatures@$ on the instrument the personp, or entity
upon behalf of which the person# acted, executed the instrument.
Subscribed and sworn to before me on 3 7 XflZ
RP-25
March 17, 2000
September 24,2002
ADDENDUM NO. 1
RE: RANCHO SANTA FE ROAD NORTH, PHASE I,
PROJECT NO.: 3190
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
Please note change in MANDATORY pre-bid date for the above-mentioned bid.
New MANDATORY pre-bid date and time is:
October IO, 2002, 3:OO p.m.
This addendum--receipt acknowledged--must be included to your bid when your bid is
submitted.
RUTH FLETCHER
Purchasing Officer
RF:jlk
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
1635' Faraday Avenue - Carlsbad, CA 92008-731 4 - (760) 602-2460 - FAX (760) 602-8556 @
1
*- CITY OF CARLSBAD
From:
RANCHO SANTA FE ROAD, PHASE 1 - CONTRACT NOS. 3190 AND 3887
Addendum No. 1
Carrie Loya-Smalley, Project Manager
Phone: (760) 602-2746
Fax: (760) 602-8562
email: cloyaBci.carlsbad.ca.us
No. of Pages: 22
Date: September 23,2002
Bid Opening Date: October 31,2002 2:OO pm (Unchanged)
REVISIONS TO BID DOCUMENTS:
A. DELETE paragraph seven of page 10, Notice Inviting Bids and ADD the following: -
The mandatory pre-bid meeting is scheduled for October 10, at 3:OO p.m. This meeting is to inform DBEs of subcontracting and material supply opportunities. Bidder's attendance at this meeting will be considered in determining the bidder's good faith effort to obtain DBE participation.
(The location of the meeting is unchanged and remains at Stagecoach Park Activity Room, 3420 Camino de 10s Coches, Carlsbad, California 92009.)
B. ADD to Notice Inviting Bids page 11.
All perspective bidders are hereby notified that the Rancho Santa Fe Road, Phase 1 project area is currently a construction zone for the Villages of La Costa, Oaks development and permission to access the area is required. Notify the Construction Superintendent, Mike Lombardi at (760) 505-5644 to schedule access to the site. All visits to the site require hard hats and construction vests, per OSHA standards.
REVISIONS TO SPECIFICATIONS:
C. ADD the following paragraph to Section 209-8.01 Payment:
The contract unit prices for street lighting shall include full compensation for furnishing all
labor, materials, tools, equipment and incidentals, including foundations, conduit, pull boxes,
connections to existing meters and all associated appurtenances, and for doing the work
involved in furnishing and installing as shown on the plans, as specified in these
specifications and the special provisions and as directed by the Engineer.
1 ADDENDUM NO. 1
-
D. DELETE entire paragraph and ADD the following paragraph to Section 313-6 Measurement
and Payment:
The contract unit prices for temporary traffic pavement markers, temporary delineator,
temporary traffic signing, temporary railing (type K), temporary crash cushions, temporary
signal systems, traffic plastic drums and all associated appurtenances as shown on the plans
or required in the specifications shall include full compensation for furnishing all labor,
materials, tools, equipment, and incidentals and for doing all the work involved in applying,
installing, maintaining and removing temporary traffic pavement markers, temporary
delineator, traffic plastic drums, temporary traffic signing, temporary signal systems,
temporary railing (type K), temporary crash cushions and appurtenances, complete in place,
as shown on the plans, as specified in the Standard Specification and these special
provisions, and as directed by the Engineer. Payment for temporary crash cushions and
temporary railing (type K) shall include the installation, grading for installation, grading for the
approach path, maintenance, painting and repainting, replacement of damaged units and
removal shall be included in contract unit prices for each controlling item. Payment for
relocation of temporary railing (type K) and temporary crash cushions when not shown on the
plans and requested by the Engineer shall be made per Section 3-3, Extra Work, SSPWC
and temporary railing and temporary crash cushions will not be measured in the new
position.
E. DELETE first and second paragraph and ADD the following paragraph to Section 310-5.6.10
Measurement and Payment:
Modify the first paragraph as follows: The contract unit prices for final traffic striping (LF),
pavement markings-thermoplastic (SQFT) and pavement markers-reflective (EA) shall
include all labor, tools, equipment, materials and incidentals for doing all work in installing final traffic striping, curb markings and pavement markings. Painting traffic stripes will be
measured by the linear foot along the line of the traffic stripes, without deductions for gaps in
broken traffic stripes. A double traffic stripe, consisting of two 4-inch wide yellow stripes
separated by a 3-inch wide black stripe, will be measured as one traffic stripe.
Painted pavement markings will be measured by the square foot for the actual area painted.
12-inch white and 12-inch yellow striping will be measured as one traffic stripe and paid for
as final traffic striping. Painted median nose and flares will be measured as one traffic stripe
and paid for as final traffic striping.
F. DELETE entire paragraph and ADD the following to Section 207-28.4 Cathodic Protection
and Joint Bonding for Recycled Water Mains:
All cathodic protection and joint bonding for Vallecitos Water District recycled water mains in
Schedule C shall conform in all respects to the cathodic protection notes and details
referenced in Appendix C: Cathodic Protection Details and Notes of these supplemental
provisions.
2 ADDENDUM NO. 1
7
I G. DELETE Bid Schedules "A", "B", "C", "D", "E" and "F" on pages 12 through 29 and ADD the
following:
CITY OF CARLSBAD and
CARLSBAD MUNICIPAL WATER DISTRICT
CONTRACT NO. 3190 & CMWD PROJECT NO. 3887
RANCHO SANTA FE ROAD NORTH, PHASE 1-
CONTRACTOR'S PROPOSAL
City Council and Carlsbad Municipal Water District Board of Directors
City of Carlsbad
1200.Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and
hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all
the work to complete Contract No. 3190 in accordance with the Plans, Specifications, Supplemental
Provisions and addenda thereto and that he/she will take in full payment therefore the following unit
prices for each item complete, to wit:
Item No. Description
SCHEDULE "A" STREET IMPROVEMENTS
Approximate
Quant-tv & Unit Unit Price Total
A- 1 Mobilization and preparatory work at lump 1 LS $ $ sum amount not to exceed $400,000
Dollars (Lump Sum)
A - 2 Class "A" field office for agency personnel
Dollars per Month
A - 3 Construction Schedule (CPM) and updates at a lump sum amount not to exceed $50,000
Dollars (Lump Sum)
A - 4 Pre-Blast Survey
18 MO $ $
1 LS
1 LS $ $
Dollars (Lump Sum)
3 ADDENDUM NO. 1
Approximate
Quantitv 81 Unit Unit Price - Total Item No. Description
A - 5 Modify Project Information Signs 2EA $ $
Dollars Each
A - 6 Environmental Fencing 4,300 LF $ $
Dollars per Lineal Foot
A - 7 Clearing & Grubbing 1 LS $ $
Dollars (Lump Sum)
336,600 CY $ $ A - 8 Unclassified Excavation
(F)
Dollars per Cubic Yard
750 CY A - 9 Remove and Dispose of AC Pavement $ $
Dollars per Cubic Yard
A - 10 Crushed Aggregate Base 37,000 CY $ $
Dollars per Cubic Yard
$ $ 30,500 TON A - 11 Asphalt Concrete
14,630 SF $ $ A - 12 Cold Mill Existing Asphalt Pavement (2" Max)
(SI
Dollars per Square Foot
A - 13 Place AC Dike 2,630 LF $ $
Dollars per Lineal Foot
4 ADDENDUM NO. 1
. L
Item No. Descriotion
Approximate
Quantitv 81 Unit Unit Price - Total
A - 14 Place Asphalt Concrete (Miscellaneous Area) 1,250 SF $ $
Dollars per Square Foot
A - 15 Street Survey Monument per SDRSD "10 7 EA $ $
Dollars Each
A - 16 Iron Pipe Street Survey Monument
Dollars Each
A - 17 Junction Structure No. 1 per Carlsbad Standard Drawing DS-7
5 EA $ $
1 EA $ $
Dollars Each
A - 18 Type B and J Inlet with L=4' per SDRSD D-45 1 EA $ $
Dollars Each
A - 19 Type B and J Inlet with L=4' to 5 per SDRSD
D-2
Dollars Each
A -20 Type 8-1 and 8-2 Inlet with L=6 to 14 per SDRSD D-2
Dollars Each
A - 21 Type B-1 and 8-2 Inlet with L=15 to 24' per SDRSD D-2
Dollars Each
5 EA $ $
1 EA $ $
5 EA $ $
5 ADDENDUM NO. 1
.
Item No.
A- 22
A-23
A - 24
A-25
A-26
A- 27
A-28
A-29
A-30
Description
Type B-5 Clean Out per SDRSD D-10 and B-5 Clean Out (Modified)
Dollars Each
Type F Catch Basin per SDRSD 0-7
Dollars Each
Type A-4 Cleanout with CSP Riser
Dollars Each
Type A Curb Outlet per SDRSD D-25
Dollars Each
CSP Inlet Type B (Modified) with Apron
Dollars Each
Type B Inlet Depression per Carlsbad Standard Drawing DS-1
Dollars Each
Finish Type B inlet
Dollars Each
12" PVC-Pressure Pipe ((3-900) for Storm Drain
Dollars per Lineal Foot
18' RCP Storm Drain (2000-D)
Dollars per Lineal Foot
Approximate
Ouantitv & Unit Unit Price - Total
12 EA $ $
2 EA
3 EA
2 EA
3 EA
15 EA
16 EA
67 LF
333 LF
$ $
$ $
$ $
$ $
$ $
6 ADDENDUM NO. 1
_-
Approximate
Quantity & Unit Unit Price - Total Item No. Description
A - 31 18" RCP Storm Drain (1350-0) 980 LF $ $
Dollars per Lineal Foot
A- 32 18" RCP Storm Drain (1350-D) [with 516 LF watertight joints] $ $
Dollars per Lineal Foot
A - 33 24" RCP Storm Drain (1350-D) 670 LF $ $
Dollars per Lineal Foot
A - 34 24" RCP Storm Drain (1350-D) [with 163 LF watertight joints] $ $
Dollars per Lineal Foot
A - 35 30" RCP Storm Drain (1350-D) 757 LF $ $
Dollars per Lineal Foot
A - 36 30" RCP Storm Drain (1350-0) [with 383 LF
watertight joints] $ $
Dollars per Lineal Foot
A - 37 36" RCP Storm Drain (1350-D) 457 LF
Dollars per Lineal Foot
A- 38 18" Bituminous Coated Slotted CSP - 16 1,350 LF
Gauge $ $
Dollars per Lineal Foot
- A - 39 Cemented Rip Rap Energy Dissipater 'I" 71 CY $ $
Dollars per Cubic Yard
7 ADDENDUM NO. 1
Item No. Description
A- 40
A- 41
A- 42
A-43
A-44
A- 45
A-46
A-47
A-48
Cemented Rip Rap Energy Dissipater 'I'
Dollars per Cubic Yard
Rip Rap Energy Dissipater 'J'
Dollars per Cubic Yard
18" Straight Headwall (Type B) per SDRSD D-32
Dollars Each
36" Wing Headwall per SDRSD D-34
Dollars Each
Concrete Anchor (36" pipe) per SDRSD S-9
Dollars Each
Pipe Plug
Dollars Each
18" InleffOutlet Concrete Apron
Dollars Each
30" InletlOutlet Concrete Apron
Dollars Each
Brow Ditch Type B per SDRSD D-75
Dollars per Lineal Foot
Approximate
Quantitv & Unit Unit Price - Total
104 CY $ $
133 CY
1 EA
1 EA
2 EA
3 EA
12 EA
1 EA
6,650 LF
$ $
$ $
$ $
8 ADDENDUM NO. 1
Item No. Description
A-49
A-50
A - 51
A-52
A-53
A-54
(NP)
A-55
(NP)
A-56
(SI
(NP)
A-57
Terrace Ditch Type D per SDRSD D-75
Dollars per Lineal Foot
Minor Drainage Channel per SDRSD D-70
Dollars per Lineal Foot
Splash Wall
Dollars per Lineal Foot
Side Gunite Ditch
Dollars per Lineal Foot
Median Gunite Ditch
Dollars per Lineal Foot
4" - 6" PVC Irrigation Sleeve
Dollars per Lineal Foot
2' - 3" PVC Electrical Service Sleeve
Dollars per Lineal Foot
Joint Utility Trench
Dollars per Lineal Foot
6" Type 82 Curb and Gutter per SDRSD G-6
Dollars per Lineal Foot
Approximate
Quantitv & Unit Unit Price - Total
2,700 LF $ $
381 LF
50 LF
50 LF
4,500 LF
530 LF
2,900 LF
380 LF
750 LF
$ $
$ $
$ $
$ $
$ $
$ $
9 ADDENDUM NO. 1
Approximate
Quantity & Unit Unit Price - Total Item No. ' Description
A - 58 6' Type G Curb and Gutter per SDRSD 6-2 14,700 LF $ $
Dollars per Lineal Foot
A - 59 8" Type G-1 Mod Curb 14,500 LF $ $
Dollars per Lineal Foot
A - 60 8" Type 8-2 Mod Curb and Gutter 2,550 LF $ $
Dollars per Lineal Foot
A - 61 3' PCC Longitudinal Gutter 740 LF $ $
Dollars per Lineal Foot
1 LS A - 62 Concrete Retaining Wall $ $
Dollars (Lump Sum)
1 LS $ $ A -63 Masonry Block Privacy Wall on Concrete Retaining Wall
(NP)
Dollars (Lump Sum)
1 LS $ $ A-64 Masonry Block Privacy Wall with Trench Footing
(NP)
Dollars (Lump Sum)
1 LS $ $ A - 65 Wildlife Crossing
(NP)
Dollars (Lump Sum)
A - 66 Police Ramp 2 EA $ $
Dollars Each
10 ADDENDUM NO. 1
Item No. Description
A - 67 PCC Sidewalk (4" Thick) per SDRSD G-7
Approximate
Quantitv & Unit Unit Price Total
5,000 SF $ $
Dollars per Square Foot
A - 68 PCC Paving (8') 2,500 SF
Dollars per Square Foot
A - 69 Stamped Concrete (4" Thick) 13,700 SF $ $
Dollars per Square Foot
A - 70 Sidewalk Planting Grate 17 EA
Dollars Each
A - 71 Continuous Barricade per SDRSD M-9 104 LF
Dollars per Lineal Foot
A - 72 Demountable Post per SDRSD "16 3 EA
Dollars Each
A- 73 Metal Beam Guard Rail (Wood Post) per SDRSD "31
Dollars per Lineal Foot
A - 74 Metal Beam Guard Rail Flare (Type 8m) per SDRSD "35
Dollars Each
A- 75 Curb Ramp Type A and Type B per SDRSD G-27
1,245 LF
1EA
2 EA
Dollars Each
11 ADDENDUM NO. 1
Item No. Descridion
Approximate
Quantity 81 Unit Unit Price .- Total
A-76
A-77
A- 78
6)
A- 79
(SI
A- a0
(SI
A-a1
(S)
Pedestrian Ramp Type C per SDRSD G-29 1 EA $ $
Dollars Each
Access Control Gate (L=12' to 20)
Dollars Each
Traffic Signal System at Rancho Santa Fe RoadPaseo Lupino
Dollars (Lump Sum)
Modify Traffic Signal System at Rancho Santa Fe RoadLa Costa Avenue
Dollars (Lump Sum)
Modify Traffic Signal System at Long Term DetourEan Elijo Road
Dollars (Lump Sum)
Rancho Santa Fe RoadPaseo Lupino Signal 2,200 LF
System Interconnect
Dollars per Lineal Foot
Street Lighting
Dollars Each
Water Pollution Control
Dollars (Lump Sum)
Median Landscaping Complete In Place
Dollars (Lump Sum)
6 EA $ $
1 LS $ $
1 LS $ $
1 LS $ $
5EA
1 LS
I LS
$ $
$ $
$ $
12 ADDENDUM NO. 1
. .
. .-
Approximate
Quantitv 81 Unit Unit Price - Total Item No. Description
1 LS $ $ A - 85 Median Irrigation Complete in Place
(SI
Dollars (Lump Sum)
1 LS A - 86 Slope Landscaping Complete In Place
(9
Dollars (Lump Sum)
1 LS $ $ A - 87 Slope Irrigation Complete In Place
(SI
Dollars (Lump Sum)
1 LS A - 88 120 Day Plant Establishment at lump sum amount not to exceed $20,000
(S)
Dollars (Lump Sum)
5 AC $ $ A - 89 Hydroseed Slopes (HCP Area Mix)
. (SI
Dollars per Acre
25 AC $ $
$ $
A - 90 Hydroseed Slopes (Disturbed Area Mix)
(SI
Dollars per Acre
42 EA A - 91 Final Traffic Signing
(SI
Dollars Each
71,000 LF $ $ A - 92 Final Traffic Striping (2-Coat)
(SI
Dollars per Lineal Foot
A-93 Pavement Marker (Reflective) 1.600 EA $ $
Dollars Each
13 ADDENDUM NO. 1
Item No. DescriDtion
Approximate
Quantity & Unit Unit Price - Total
A - 94 Pavement Marking (Thermoplastic) 3,200 SF $ $
(SI
Dollars per Square Foot
A-95 Traffic Plastic Drum 280 EA $ $
(SI
Dollars Each
A-96 Type II Barricade
IS)
16 EA $ $
Dollars Each
A-97 Type 111 Barricade
(SI
Dollars Each
A-98 Temporary Rail (Type K)
IS1
Dollars per Linear Foot
A-99 Temporary Crush Cushion
(SI
Dollars Each
A-100 Temporary Traffic Striping
(S)
Dollars per Linear Foot
A-101 Temporary Pavement Marking
(SI
Dollars Each
30 EA $ $
1,240 LF $ $
42 EA $ $
30,000 LF $ $
1,200 EA $ $
A-1 02 Temporary Pavement Markers (Reflective) 1,200 EA $ $
(SI
Dollars Each
14 ADDENDUM NO. 1
Item No. Description
Approximate
Quantity & Unit Unit Price - Total
A-1 03 Temporary Delineator 200 EA $ $
(SI
Dollars Each
A-1 04 Construction Sign Area 102 EA $ $
(SI
Dollars Each
A-105 Portable Changeable Message Sign
(SI
Dollars Each
4EA $ $
S = Specialty Item F = Final Pay Quantity
NP = Non-participating Item. Not eligible for FHWA federal funding reimbursement.
Total amount of bid in words for Schedule “A”:
- Total amount of bid in numbers for Schedule “A”: $
SCHEDULE “B” RECYCLED WATER IMPROVEMENTS (OMWD)
Approximate
Item No. Description Quantity & Unit Unit Price 7 Total
B - 1 12” C900 Class 150 PVC 6,615 LF $ $
(SI
Dollars per Lineal Foot
B - 2 8” C900 Class 150 PVC 126 LF $ $
(SI
Dollars per Lineal Foot
B - 3 2” Irrigation Service and meter box per 15 EA $ $ OMWD Standard Drawing No. B-1.5
(SI
Dollars Each
B - 4 12’ Resilient Wedge Gate Valve per 10 EA $ $ - OMWD Standard Drawing No. 02.3
(SI
Dollars Each
15 ADDENDUM NO. 1
Item No. Description Approximate
Quantity 81 Unit Unit Price
B - 5 8‘ Resilient Wedge Gate Valve per 2 EA $ $
OMWD Standard Drawing No. D-2.3
Dollars Each
B - 6 2” Air Release and Vacuum Relief Valve per OMWD Standard Drawing
NO. A-3.3
(SI
Dollars Each
B - 7 2” Manual Air Release Assembly per OMWD Standard Drawing No. A-2.3
1EA $ $
8EA $ $
(SI
Dollars Each
B - 8 2” Blow-Off Assembly per OMWD 10 EA $ $ Standard Drawing No. A-1.1 - (SI
Dollars Each
B - 9 24“ PVC Casings for Domestic Water Overcrossing
(SI
3 EA $ $
Dollars Each
S = Specialty Item
Total amount of bid in words for Schedule “B:
Total amount of bid in numbers for Schedule “6”: $
SCHEDULE “C” RECYCLED WATER AND POTABLE WATER IMPROVEMENTS (VWD)
Item - No. DescriDtion
Approximate
Quantity Unit
and Unit - Price Total
C-1 24 Class 250 DIP, Tyton Joint with 1,668 LF
Poly-Wrap
Dollars per Lineal Foot
16 ADDENDUM NO. 1
Item - No.
c-2
c-5
-
C-6
C-8
(S)
Approximate
Quantity Unit
DescriDtion and Unit - Price - Total
24" Class 250 DIP, Restrained Joint with 540 LF
Poly-Wrap
Dollars per Lineal Foot
8" Recycled Water C 900 Class 150 34 LF PVC
Dollars per Lineal Foot
12" Potable Water C 900 Class 150
PVC
Dollars per Lineal Foot
1,176 LF
Piping, Fittings, Couplings, and Connection 1 LS to Existing 12" Recycled Water Main at Approximate Sta. 96+20
Dollars (Lump Sum)
12" DIP Piping, Fittings, Couplings, and 1 LS Connection to Existing 12" Recycled Water Main at Mahr Reservoir (Line "C-1")
Dollars (Lump Sum)
24" Butterfly Valve per CMWD Standard 5EA Drawing No. W 17
Dollars Each
12" Resilient Wedge Gate Valve per VWD 6 EA Standard Drawing No. W-14 8 W-16
Dollars Each
8" Resilient Wedge Gate Valve per VWD 1EA
Standard Drawing No. W-14 & W-16
Dollars Each
2" Irrigation Service per VWD Standard 5 EA
Drawing No. W-7
Dollars Each
17 ADDENDUM NO. 1
Item - No.
c-11
(SI
c-12
(SI
(2-13
(SI
C-14
C-15
C-16
(2-17
(2-18
DescriDtion
1 " Air Release and Vacuum Relief Valve per VWD Standard Drawing No. W-2
Dollars Each
2" Blow-Off Assembly per WD Standard Drawing No. W-1
Dollars Each
4" Air Release and Vacuum Relief Valve per Detail 6 on Sheet 78
Dollars Each
4" Blowoff Assembly per Detail 4 on Sheet 78
Dollars Each
12 Diameter Insulating Flange Kit
Dollars Each
2 Wire
Dollars Each
4 Wire Test Station
Dollars Each
Recycled Water Metering Facility Related
Piping and Connections to Transmission Mains at
Dollars (Lump Sum)
Approximate
Quantity
and Unit
1 EA
Unit - Price
4 EA
4 EA
2 EA
2 EA
4 EA
2 EA
1 LS
- Total
S = Specialty Item
Total amount of bid in words for Schedule "C":
Total amount of bid in numbers for Schedule "C": $
(2-19 Add (Deduct) for furnishing 24" C905 Class 2,180 LF 235 PVC Pipe in lieu of 24" Class 250 Ductile Iron Pipe
Dollars per Linear Foot
Contractor shall provide adddeduct cost for Item C-19, which may be added or deducted from the total of Bid Schedule "C" after the lowest responsible bidder has been determined.
18 ADDENDUM NO. 1
SCHEDULE "D" POTABLE WATER IMPROVEMENTS (OMWD)
Approximate
Item Quantity - No. Description and Unit
D-1 18 CML&TAPE CTD, Steel Pipeline "C" 1880 LF
(SI
Dollars per Lineal Foot
D-2 18 PVC Pipe, Pipeline "D" 726 LF
(SI
Dollars per Lineal Foot
0-3 8 Potable Water C 900 Class 150 PVC 126 LF
(S)
Dollars per Lineal Foot
D-4 30" CML&TAPE CTD Steel Pipeline "E
(S)
Dollars per Lineal Foot
1085 LF
D-5 Connections, Pipe "C" to Pipe "A" and 2 EA Pipe "C" to Pipe "B
(SI
Dollars Each
D-6 Connections, Pipe "D" to Existing 18" Pipe
(SI
2 EA
Dollars Each
D-7 4" Blow-Off Assembly per OMWD Std. 2 EA
(SI
Dwg. No. A-1.3 and A-1.5
Dollars Each
D-8 2" Comb Air Valve Assembly per OMWD Std. Dwg. A-3.3
Dollars Each
D-9 3" Comb Air Valve Assembly per OMWD
Std. Dwg. A-3.7
(SI
Dollars Each
D-10 2" Manual Air Release Assembly per OMWD Std. DWg. A-2.3
(SI
Dollars Each
2 EA
1EA
Unit - Price
1 EA
19 ADDENDUM NO. 1
Item - No.
(S)
D-1 1
Description
Cathodic Protection
Dollars (Lump Sum)
Approximate Quantity and Unit
1 LS
Unit Price - Total
S = Specialty Item
Total amount of bid in words for Schedule ”D”:
Total amount of bid in numbers for Schedule “D: $
SCHEDULE “E” SEWER IMPROVEMENTS (VWD)
I tem
_. No.
E-1
(SI
E-2
(SI
Description
Concrete Sewer 5’ x 3‘ Manhole
Dollars Each
8 PVC, SDR 35 Gravity Sewer
Dollars per Lineal Foot
Approximate
Quantity
and Unit
Unit
5 EA
1164 LF
- Total
S = Specialty Item
Total amount of bid in words for Schedule “E”:
Total amount of bid in numbers for Schedule “E: $
SCHEDULE “F” SEWER IMPROVEMENTS (LCWD)
DescriDtion
Concrete Sewer 5’ Diameter Manhole per LCWD kg. S-4
Dollars Each
Concrete Sewer 4’ Diameter Manhole per
LCWD DWg. S-3
Dollars Each
Approximate
Quantity
and Unit
Unit - Price
1 EA
3EA
- Total
20 ADDENDUM NO. 1
I-
I tern - No. DescriDtion
Approximate Quantity Unit and Unit price - Total
F-3 8" PVC, SDR 35 Gravity Sewer 1188 LF
(SI
Dollars per Lineal Foot
S = Specialty Item
Total amount of bid in words for Schedule "F:
Total amount of bid in numbers for Schedule "F': $
Total amount of bid in words including Schedule "A", Schedule "B", Schedule "C", Schedule "D,
Schedule "E", and Schedule "F":
Total amount of bid in numbers including Schedule "A", Schedule "B", Schedule "C", Schedule "D,
Schedule "E", and Schedule "F":
Award of contract will be based on the total amount of bid in numbers including Schedules "A", "B", "C",
"D", "E and "F without consideration of the price of the additive or deductive item. The City of Carlsbad
and the Carlsbad Municipal Water District reserves the right to reduce the scope of work in any or all Bid
Schedules. Should the City and/or District chose to delete one or more items from Bid Schedules "A, "B",
"C", "D", "E or "F", the associated item price will be deducted from the appropriate bid schedule and total
project bid amount. The remaining amount shall then become the total bid amount for all remaining
portions of work and shall be the total contract amount awarded for the project. The City of Carlsbad and
Carlsbad Municipal Water District shall have sole discretion in selection of which items from the Bid
Schedules, if any, will be deleted from the total project amount.
Price@) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). hadhave been received and idare included in this
proposal.
The Undersigned has carefully checked all of the above figures and understands that the City will not be
responsible for any error or omission on the part of the Undersigned in preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary bonds
and insurance policies within twenty (20) days from the date of award of Contract by the City Council of
the City of Carlsbad, the City may administratively authorize award of the contract to the second or third
lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capacity of a contractor within the State of California, validly licensed under license
number , classification which expires on , and that this statement is true and correct and has the legal effect of an
affidavit.
21 ADDENDUM NO. 1
-
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business
and Professions Code shall be considered nonresponsive and shall be rejected by the City 5 7028.15(e).
In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of
the bidder to be licensed in accordance with California law. However, at the time the contract is awarded,
the contractor shall be properly licensed. Public Contract Code Section 10164.
,-
22 ADDENDUM NO. 1
October 16,2002
ADDENDUM NO. 2
RE: RANCHO SANTA FE ROAD NORTH, PHASE I, Contract No. 3190
Please include the attached addendum in the Notice to BidderIRequest for Bids you
have for the above project.
This addendum--receipt acknowledged-must be attached to your Request for Bid when
your bid is submitted.
7 e/ LISA HILDABRAND Purchasing Officer
LH:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
1635' Faraday Avenue Carlsbad, CA 92008-731 4 (760) 602-2460 FAX (760) 602-8556 @
CITY OF CARLSBAD
Rancho Santa Fe Road, Phase I- Contract Nos. 3190 and 3887
Addendum No. 2
From: Carrie Loya-Smalley, Project Manager
Phone: (760) 602-2746
Fax: (760) 602-8562
No. of Pages: 22
Date: October 16,2002
Bid Opening Date: October 31, 2002 2:OO pm (Unchanged)
REVISIONS TO PLANS:
- A. DELETE the following sheets and ADD with the sheets attached to this addendum:
6, 8, 18, 20, 38, 44, 48, 56, 66, 66A, 75 through 81, 86, 90, 91, 94, 96, 100, 103, 105, 106
and 108 through 112.
See “Revision Description” box on each sheet next to title block for summary of changes to
each sheet.
REVISIONS TO SPECIFICATIONS:
B. DELETE Detail 1 of 8 of APPENDIX C: CATHODIC PROTECTION DETAILS AND NOTES and
ADD the attached detail.
C. DELETE the last sentence of the second paragraph on page 9 of 288 and ADD the
following:
The Engineer’s Estimate is $14,000,000.
D. ADD the following to section 6-2.1 Order of Work:
The area currently under construction from approximately station 176+00 to station 21 8+00
will not be accessible for any activities associated with this contract until April 1, 2003. No
additional compensation will be allowed to the Contractor due to this limited access.
c
Contract 3190 & 3887 Addendum No. 2 1
_I E. DELETE bid schedules “A”, ”B, “C”, “Dl “E and “F” on pages 12 through 28 of the
specifications and item G of Addendum Number I and ADD the following (NOTE: Changed
bid schedule items are identified in bold print.):
CITY OF CARLSBAD and
CARLSBAD MUNICIPAL WATER DISTRICT
CONTRACT NO. 3190 & CMWD PROJECT NO. 3887
RANCHO SANTA FE ROAD NORTH, PHASE I-
CONTRACTORS PROPOSAL
City Council and Carlsbad Municipal Water District Board of Directors
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice
Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and
hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all
the work to complete Contract No. 3190 in accordance with the Plans, Specifications, Supplemental
Provisions and addenda thereto and that he/she will take in full payment therefore the following unit
prices for each item complete, to wit:
SCHEDULE “A” STREET IMPROVEMENTS
item No. DescriDtion
Approximate
Quantitv 8 Unit Unit Price
A - 1 Mobilization and preparatory work at lump 1 LS $
sum amount not to exceed $400,000
Dollars (Lump Sum)
A - 2 Class “A” field office for agency personnel 18 MO $
Dollars per Month
A - 3 Construction Schedule (CPM) and updates at 1 LS $
a lump sum amount not to exceed $50,000
Dollars (Lump Sum)
A - 4 Pre-Blast Survey
Dollars (Lump Sum)
7 Total
$
$
$
1 LS .$ $
Contract 3190 & 3887 Addendum No. 2 2
Item No. Description
Approximate
Quantity & Unit Unit Price - Total
A - 5 Modify Project Information Signs 2 EA $ $
~ Dollars Each
A - 6 Environmental Fencing 4,300
Dollars per Lineal Foot
A - 7 Clearing & Grubbing
Dollars (Lump Sum)
A - 8 Unclassified Excavation
(F)
Dollars per Cubic Yard
A - 9 Remove and Dispose of AC Pavement
Dollars per Cubic Yard
1
382,000
750
A - 10 Crushed Aggregate Base 37,000
Dollars per Cubic Yard
A - 11 Asphalt Concrete 30,500
Dollars per Ton
A - 12 Cold Mill Existing Asphalt Pavement (2 Max) 14,630
(SI
Dollars per Square Foot
A - 13 Place AC Dike 2,630
Dollars per Lineal Foot
Contract 3190 & 3887 Addendum No. 2 3
LF $ $
CY $ $
CY $ $
CY $ $
TON $ $
SF $ $
LF $ $
Item No. Descriution
A- 14
A- 15
A- 16
A- 17
A- 18
A- 19
A - 20
A - 21
Approximate
Quantity 8 Unit Unit Price - Total
Place Asphalt Concrete (Miscellaneous Area) 1,250 SF $ $
Dollars per Square Foot
Street Survey Monument per SDRSD M-I 0
Dollars Each
Iron Pipe Street Survey Monument
Dollars Each
7
5
Junction Structure No. 1 per Carlsbad 1 Standard Drawing DS-7
Dollars Each
Type B and J Inlet with L=4' per SDRSD D45 1
Dollars Each
Type B and J Inlet with L=4' to 5 per SDRSD 5 D-2
Dollars Each
Type B-1 and 8-2 Inlet with L=6' to 14' per 1 SDRSD 0-2
Dollars Each
Type B-1 and 8-2 Inlet with L=l5 to 24' per 5 SDRSD D-2
Dollars Each
Contract 31 90 & 3887 Addendum No. 2 4
EA $ $
EA $ $
EA $ $
EA $ $
EA $ $
EA $ $
EA $ $
Item No. DescriDtion
Approximate
Quantity & Unit Unit Price
A- 22
A-23
A- 24
A-25
A-26
A- 27
14-28
14-29
A - 30
Type B-5 Clean Out & 8-5 Clean Out (Modified)
Dollars Each
Type F Catch Basin
Dollars Each
Type A4 Cleanout with CSP Riser
Dollars Each
Type A Curb Outlet per SDRSD D-25
Dollars Each
CSP Inlet Type B (Modified) with Apron
Dollars Each
Type B Inlet Depression
Dollars Each
Finish Type B inlet
Dollars Each
12 PVC-Pressure Pipe (C-900) for Storm Drain
Dollars per Lineal Foot
18 RCP Storm Drain (2000-D)
Dollars per Lineal Foot
12 EA $ $
2
3
15
16
67
333
EA $ $
EA $ $
EA $ $
EA $ $
EA $ $
LF $ $
LF $ $
Contract 3190 8 3887 Addendum No. 2 5
,c
Item No. Descrbtion
Approximate
Quantity %I Unit Unit Price
A- 31
A- 32
A- 33
A- 34
A - 35
A - 36
A- 37
A- 38
A-39
757
457
71
LF $ $
LF $ $
18 RCP Storm Drain (1350-D) 980 LF $
Dollars per Lineal Foot
18 RCP Storm Drain (1350-D) [with 51 6 watertight joints]
Dollars per Lineal Foot
24" RCP Storm Drain (1350-D) 670
Dollars per Lineal Foot
24 RCP Storm Drain (1350-D) [with 163 watertight joints]
Dollars per Lineal Foot
30 RCP Storm Drain (1350-D)
Dollars per Lineal Foot
30" RCP Storm Drain (1350-D) [with 383 watertight joints]
Dollars per Lineal Foot
36" RCP Storm Drain (1350-D)
Dollars per Lineal Foot
18 Bituminous Coated Slotted CSP - 16 1,350 Gauge
Dollars per Lineal Foot
Cemented Rip Rap Energy Dissipater 'H'
Dollars per Cubic Yard
LF $ $
LF $ $
LF $ $
LF $ $
LF $ $
CY $ $
Contract 3190 & 3887 Addendum No. 2 6
Item No. Description
Approximate
Quantity 8, Unit Unit Price
A-40
A-41
A-42
A -43
A-44
A-45
A-46
A-47
A-48
Cemented Rip Rap Energy Dissipater 'I' 1 04 CY $
- Total
$
Dollars per Cubic Yard
Rip Rap Energy Dissipater 'J' 133 CY $ $
Dollars per Cubic Yard
18" Straight Headwall (Type B) per SDRSD 1 D-32
Dollars Each
36 Wing Headwall per SDRSD D-34
Dollars Each
1
Concrete Anchor (36 pipe) per SDRSD S-9 2
Dollars Each
Pipe Plug 3
EA $
EA $
$
$
EA $ $
EA $ $
Dollars Each
18" InleVOutlet Concrete Apron 12 EA $ $
Dollars Each
30 InleffOutlet Concrete Apron 1 EA $ $
Dollars Each
Brow Ditch Type B per SDRSD D-75 6,650 LF $ $
Dollars per Lineal Foot
Contract 3190 & 3887 Addendum No. 2 7
Item No. Description
Approximate
Quantity & Unit Unlt Price - Total
A - 49 Terrace Ditch Type D per SDRSD D-75 2,700 LF $ $
Dollars per Lineal Foot
A - 50 Minor Drainage Channel per SDRSD D-70 38 1 LF $ $
Dollars per Lineal Foot
A - 51 Splash Wall
Dollars per Lineal Foot
A - 52 Side Gunite Ditch
Dollars per Lineal Foot
A - 53 Median Gunite Ditch
50
50
4,500
LF $ $
LF $ $
LF $ $
A - 54
(N P)
Dollars per Lineal Foot
4" - 6 PVC lmgation Sleeve 530 LF $ $
A- 55
(N P)
A-57
Dollars per Lineal Foot
2 - 3 PVC Electrical Service Sleeve 2,900
Dollars per Lineal Foot
Joint Utility Trench 380
Dollars per Lineal Foot
6 Type 82 Curb and Gutter per SDRSD G-6 750
Dollars per Lineal Foot
Contract 3190 & 3887 Addendum No. 2 8
LF $ $
LF $ $
LF $ $
Approximate
Quantity & Unit Unit Price - Total Description Item No.
A-58 6" Type G Curb and Gutter per SDRSD G-2 14,700 LF $ $
Dollars per Lineal Foot
14,500 A-59 8 Type G-1 Mod Curb LF $ $
Dollars per Lineal Foot
2,550 8" Type 8-2 Mod Curb and Gutter A-60
Dollars per Lineal Foot
3' PCC Longitudinal Gutter 740 A-61
Dollars per Lineal Foot
A-62 Concrete Retaining Wall 1 LS $ $
Dollars (Lump Sum)
Masonry Block Privacy Wall on Concrete I
Retaining Wall
A-63
(NP)
LS $ $
Dollars (Lump Sum)
1 Masonry Block Privacy Wall with Trench
Footing $ LS $ A-64
(NP)
Dollars (Lump Sum)
LS Wildlife Crossing 1 $ $
Dollars (Lump Sum)
2 EA -$ $ A-66 Police Ramp
Dollars Each
9 Contract 31 90 & 3887 Addendum No. 2
Item No. DeSCriDtiOn
Approximate
Quantity & Unit Unit Price - Total
A - 67 PCC Sidewalk (4 Thick) per SDRSD G-7 5,000 SF $ $
Dollars per Square Foot
A - 68 PCC Paving (8) 2,500 SF $ $
Dollars per Square Foot
A - 69 Stamped Concrete (4" Thick)
Dollars per Square Foot
A - 70 Sidewalk Planting Grate
Dollars Each
A - 71 Continuous Barricade per SDRSD M-9
Dollars per Lineal Foot
13,700
17
104
A - 72 Demountable Post per SDRSD "16 3
Dollars Each
A -73 Metal Beam Guard Rail (Wood Post) per 1,245
SDRSD "31 '
Dollars per Lineal Foot
A - 74 Metal Beam Guard Rail Flare (Type 8m) per
SDRSD "35
Dollars Each
A - 75 Pedestrian Ramp Type A per SDRSD G-27
Dollars Each
Contract 3190 & 3887 Addendum No. 2 10
1
1
SF $ $
EA $ $
LF $ $
EA $ $
LF $
EA
EA $
$
$
$
Item No. Description
Contract 3190 & 3887 Addendum No. 2
Pedestrian Ramp Type C per SDRSD G-29
Dollars Each
Access Control Gate (L=12' to 20)
Dollars Each
Traffic Signal System at Rancho Santa Fe
RoadlPaseo Lupino
Dollars (Lump Sum)
Modify Traffic Signal System at Rancho Santa Fe RoadlLa Costa Avenue
Dollars (Lump Sum)
Modify Traffic Signal System at Long Term DetourlSan Elijo Road
Dollars (Lump Sum)
Rancho Santa Fe RoadlPaseo Lupino Signal
System Interconnect
Dollars per Lineal Foot
Street Lighting
Dollars (Lump Sum)
Water Pollution Control
Dollars (Lump Sum)
Median Landscaping Complete In Place
Dollars (Lump Sum)
Approximate
Quantity & Unit Unit Price - Total
1 EA $ $
11
6
1
1
1
2,200
I
I
1
EA $ $
LS $ $
LS $ $
LS $ $
LF $ $
LS $ $
LS $ $
LS $ $
,-
Item No. DescriDtion
Approximate
Quantity & Unit Unit Price - Total
A - 85 Median Irrigation Complete in Place 1 LS $ $
(SI
Dollars (Lump Sum)
A - 86 Slope Landscaping Complete In Place
(SI
Dollars (Lump Sum)
1 LS $ $
A - 87 Slope Irrigation Complete In Place 1 LS $ $
(SI
Dollars (Lump Sum)
A- 88 120 Day Plant Establishment at lump sum 1 LS $ $ amount not to exceed $20,000
(S)
Dollars (Lump Sum) - A - 89 Hydroseed Slopes (HCP Area Mix)
(SI
Dollars per Acre
A - 90 Hydroseed Slopes (Disturbed Area Mix)
(SI
Dollars per Acre
A - 91 Final Traftic Signing
(SI
Dollars Each
5 AC $ $
25 AC $ $
1 LS $ $
A - 92 Final Traffic Striping 1 LS $ $
(SI
Dollars per Lineal Foot
A - 93 Furnish, Install, Maintain and Remove 1 LS $ $
Temporary Traffic Control
Dollars (Lump Sum)
Contract 3190 & 3887 Addendum No. 2 12
-
item No. DescriDtion
Approximate
Quantih 8 Unit Unit Price - Total
A - 94 Portable Changeable Message Sign 4 EA $ $
Dollars Each
S = Specialty Item F = Final Pay Quantity
NP = Non-participating Item. Not eligible for FHWA federal funding reimbursement.
Total amount of bid in words for Schedule "A":
Total amount of bid in numbers for Schedule "A": $
Contract 3190 & 3887 Addendum No. 2 13
c
SCHEDULE “B” RECYCLED WATER IMPROVEMENTS (OMWD)
Approximate . Quantity Unit Unit Price - Total Item No. Description
12” C900 Class 150 PVC
Dollars per Lineal Foot
8” C900 Class 150 PVC
Dollars per Lineal Foot
2 Irrigation Service and meter box per
OMWD Standard Drawing No. B-I .5
Dollars Each
12” Resilient Wedge Gate Valve per
OMWD Standard Drawing No. D-2.3
Dollars Each
8 Resilient Wedge Gate Valve per OMWD Standard Drawing No. D-2.3
Dollars Each
2 Air Release and Vacuum Relief Valve per OMWD Standard Drawing NO. A-3.3
Dollars Each
2” Manual Air Release Assembly per OMWD Standard Drawing No. A-2.3
Dollars Each
2” Blow-Off Assembly per OMWD Standard Drawing No. A-I .I
Dollars Each
Contract 3190 & 3887 Addendum No. 2
6,615 LF . $ $
126 LF $ $
15 EA $ $
11
2
1
8
EA $ $
EA $ $
EA $ $
EA $ $
10 EA $ $
14
.-
Item No. Description Approximate
Quantitv 8 Unit Unit Price - Total
B - 9 24" PVC Casings for Domestic Water 3 EA $ $
Overcrossing
Dollars Each
S = Specialty Item
Total amount of bid in words for Schedule "B":
Total amount of bid in numbers for Schedule "B": $
SCHEDULE "C" RECYCLED WATER AND POTABLE WATER IMPROVEMENTS (VWD)
DeSCriDtiOn
24 Class 250 DIP, Tyton Joint with
Poly-Wrap
Approximate
Quantity Unit
and Unit - Price Total
1668 LF
Dollars per Lineal Foot
24" Class 250 DIP, Restrained Joint with
Poly-wrap
540 LF
Dollars per Lineal Foot
8 Recycled Water C 900 Class 150 PVC 34 LF
Dollars per Lineal Foot
12" Potable Water Class 350 DIP, Tyton
Joint with Poly-Wrap including fittings
1067 LF
Dollars per Lineal Foot
8" Potable Water Class 350 DIP, Tyton Joint with Poly-Wrap including Fittings
Dollars per Lineal Foot
Piping, Fittings, Couplings, and Connection to Existing 12" Recycled Water Main at Approximate Sta. 96+20
I09 LF
I LS
Dollars (Lump Sum)
Contract 3190 & 3887 Addendum No. 2 15
.-
DeSCriDtiOn
12" DIP Piping, Fittings, Couplings, and
Connection to Existing 12" Recycled Water Main at Mahr Reservoir
(Line **GI**)
Dollars (Lump Sum)
24" Butterfly Valve per CMWD Standard
Drawing No. W17
Dollars Each .
12" Resilient Wedge Gate Valve per VWD Standard Drawing No. W-14
& W-16
Dollars Each
8" Resilient Wedge Gate Valve per WVD Standard Drawing No. W-14 & W-16
Dollars Each
2" Irrigation Service per WVD Standard
Drawing No. W-7
Dollars Each
12" Dl Flange Gate Valve
Dollars Each
8" Dl Flange Gate Valve
Dollars Each
1" Air Release and Vacuum Relief Valve per WD Standard Drawing No. W-2
Dollars Each
2" Blow-Off Assembly per WD Standard Drawing No. W-I
Dollars Each
Contract 3190 & 3887 Addendum No. 2
Approximate
Quantity Unit and Unit Total
1 LS
5 EA
6 EA
1EA
5 EA
2 EA
1 EA
1 EA
7 EA
16
DescriDtion
4" Air Release and Vacuum Relief Valve per Detail 6 on Sheet 78
Approximate
Quantity Unit
and Unit - Price 'Total
4 EA
Dollars Each
4" Blowoff Assembly per Detail 4 on 2 EA Sheet 78
Dollars Each
12" Diameter Insulating Flange Kit 2 EA
Dollars Each
2 Wire Test Station for Recycled Water
Dollars Each
4 Wire Test Station for Recycled Water
2 EA
2 EA
Dollars Each
2 Wire Test Station for Potable Water
Dollars (Lump Sum)
Recycled Water Metering Facility
Related Piping and Connections to Transmission Mains
Dollars (Lump Sum)
2 LS
1 LS
S = Specialty Item
Total amount of bid in words for Schedule "C":
Total amount of bid in numbers for Schedule "C": $
Contractor shall provide add/deduct cost for Item C-13, which may be added or deducted from the total of Bid
Schedule "C" after the lowest responsible bidder has been determined.
Contract 3190 & 3887 Addendum No. 2 17
1
SCHEDULE "D" POTABLE WATER IMPROVEMENTS (OMWD)
Approximate
Quantity Unit
DescriDtion and Unit - Price - Total
18 CML&TAPE CTD, Steel Pipeline "C" 1880 LF
Dollars per Lineal Foot
18 PVC Pipe, Pipeline "D
Dollars per Lineal Foot
8" Potable Water C 900 Class 150 PVC
Dollars per Lineal Foot
30 CML&TAPE CTD Steel Pipeline "E' 1085 LF
Dollars per Lineal Foot
Connections, Pipe "C" to Pipe "A" and Pipe "C" to Pipe "B"
Dollars Each
Connections, Pipe "D" to Existing 18l Pipe
Dollars Each
4" Blow-Off Assembly per OMWD Std.
Dwg. No. A-I .3 and A-I .5
Dollars Each
2 Comb Air Valve Assembly per OMWD Std. Dwg. A-3.3
Dollars Each
3 Comb Air Valve Assembly per OMWD
Std. DWg. A-3.7
Dollars Each
2" Manual Air Release Assembly per 1EA OMWD Std. Dwg. A-2.3
Dollars Each
726 LF
126 LF
2EA
2EA
2EA
2EA
1EA
Contract 3190 & 3887 Addendum No. 2 18
Approximate
Quantity Unit
and Unit - Price Total Item - No. DescriDtion
D-1 1 Cathodic Protection 1 LS
(SI
Dollars (Lump Sum)
S = Specialty Item
Total amount of bid in words for Schedule ’D“:
Total amount of bid in numbers for Schedule “D”: $
SCHEDULE “E” SEWER IMPROVEMENTS (WVD)
DescriDtion
Concrete Sewer 5’ x 3‘ Manhole
Approximate
Quantity Unit
and Unit Total
5EA
Dollars Each
8“ PVC, SDR 35 Gravity Sewer
Dollars per Lineal Foot
1164 LF
S = Specialty Item
Total amount of bid in words for Schedule “E:
Total amount of bid in numbers for Schedule ”E”: $
Contract 3190 & 3887 Addendum No. 2 19
SCHEDULE “F” SEWER IMPROVEMENTS (LCWD)
Item - No. DescriDtion
F-I Concrete Sewer 5’ Diameter Manhole per LCWD Dwg. S-4
(S)
Dollars Each
F-2 Concrete Sewer 4‘ Diameter Manhole per LCWD Dwg. S-3
(SI
Dollars Each
F-3 8 PVC, SDR 35 Gravity Sewer
Approximate Quantity Unit and Unit - Total
1EA
3EA
1188 LF
Dollars per Lineal Foot
S = Specialty Item
Total amount of bid in words for Schedule “F:
- Total amount of bid in numbers for Schedule “F”: $
Total amount of bid in words including Schedule “A”, Schedule “B, Schedule “C”, Schedule ”D”,
Schedule “E”, and Schedule “F”:
Total amount of bid in numbers including Schedule “A”, Schedule ”B”, Schedule “C”, Schedule “D,
Schedule “E”, and Schedule ”F“:
Award of contract will be based on the total amount of bid in numbers including Schedules “A, ”B”, “C”,
“D”, “E” and “F” without consideration of the price of the additive or deductive item. The City of Carlsbad and the Carlsbad Municipal Water District reserves the right to reduce the scope of work in any or all Bid Schedules. Should the City and/or District chose to delete one or more items from Bid Schedules “A”, “B”,
“C”, “D”, “E or “F“, the associated item price will be deducted from the appropriate bid schedule and total
project bid amount. The remaining amount shall then become the total bid amount for all remaining
portions of work and shall be the total contract amount awarded for the project. The City of Carlsbad and
Carlsbad Municipal Water District shall have sole discretion in selection of which items from the Bid
Schedules, if any, will be deleted from the total project amount.
Price@) given above are firm for 90 days after date of bid opening.
Addendum(a) No(@. hadhave been received and is/are included in this
proposal. rc
The Undersigned has carefully checked all of the above figures and understands that the City will not be
responsible for any error or omission on the part of the Undersigned in preparing this bid.
Contract 3190 & 3887 Addendum No. 2 20
The Undersigned agrees that in case of default in executing the required Contract with necessary bonds
and insurance policies within twenty (20) days from the date of award of Contract by the City Council of
the City of Carlsbad, the City may administratively authorize award of the contract to the second or third
lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act in the capacity of a contractor within the State of California, validly licensed under license
number , classification which expires on
, and that this statement is true and correct and has the legal effect of an
affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business
and Professions Code shall be considered nonresponsive and shall be rejected by the City 3 7028.15(e).
In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of
the bidder to be licensed in accordance with California law. However, at the time the contract is
awarded, the contractor shall be properly licensed. Public Contract Code Section 10164.
Contract 3190 & 3887 Addendum No. 2 21
CARSONITE MARKER
66” LONG W/DECAL
SEE NOTE 1: r TEST BOX (SEE NOTE 2) // THICK CONCRETE PAD \ \ SIDEWALK OR 26”SQ X 4”
2 ”
BRASS TAG (SEE
LIATT 7\ IVUlL 3) /I
2-NO 8 HMWPE /
UNPAVED SITES dk
12” OR 24” DIP
NOTES:
1. MARKER AND CONCRETE PAD REQUIRED IN UNPAVED AND
2. USE CHRISTY G5 TEST BOX WITH CAST IRON LID MARKED UNIMPROVED AREA. DECAL: ”VWD CORROSION TEST STATION”.
”TEST STAT1 0 N ”.
3. STAMP 1 -1/2” DIA 18GA. BRASS TAG WITH SIZE, MATL &
SERVICE. EXAMPLE ”24” DIP-RW” OR ”12” DIP-W”.
ATTACH WITH #14 BARE COPPER WIRE.
CURBED SITES
I VWD RECYCLED OR POTABLE WATER MAIN RANCHO SANTA
2-WIRE TEST STATION 1 FE RD NORTH PHASE I APPENDIX C
N TS DETAIL 1 OF 8
. ._ City of Carlsbad
October 22,2002
ADDENDUM NO. 3
RE: RANCHO SANTA FE ROAD NORTH, PHASE I, Contract No. 3190
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum--receipt acknowledged--must be attached to your Request for Bid when
your bid is submitted.
7 d ‘LISA HILDABRAND
Purchasing Officer
LH:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3
1635’ Faraday Avenue Carlsbad, CA 92008-731 4 - (760) 602-2460 FAX (760) 602-8556 @
f- CITY OF CARLSBAD
Rancho Santa Fe Road, Phase I- Contract Nos. 3190 and 3887
Addendum No. 3
From: Carrie Loya-Smalley, Project Manager
Phone: (760) 602-2746
Fax: (760) 602-8562
No. of Pages: 46
Date: October 22,2002
Bid Opening Date: October 31, 2002 2:OO pm (Unchanged)
CLARIFICATIONS: - A. Question: Regarding all the bid schedules, can the City waive the requirement to write out
the unit prices in words?
Answer: No.
B. Question: Section 7-5 indicates the contractor is to include the cost of permits mentioned, is
the specification referring to the cost of all permits? If so, what are the costs of these
permits?
Answer: All permits obtained for this project are included in APPENDIX B of the specifications. The contractor is responsible for the cost of all permits in addition to these permits. These permits may include but are not limited to a right-of-way and/or haul route permit form the City of Carlsbad. The cost of these permits may be obtained from the City’s website at httrx//www.ci.carlsbad.ca.us/cserv/ennin.html see City of Carlsbad Development Fee Schedule, or call the Engineering Department at 760.602.2750.
C. Question: Section 300-1 states that “during surface clearing operation, the contractor shall not cover or bury any plant growth....”. Will the contractor be allowed a small percentage that my get lost in normal conventional clearing operations?
Answer: The intent of the specification quoted is to limit the impact of the clearing operations on the natural habitat adjacent to the work area. As required by the U.S. Fish and Wildlife service, the City of Carlsbad has retained a qualified biologist to monitor the construction impacts of the Rancho Santa Fe Road North, Phase 1 project on the adjacent habitat.
.c D. Question: Regarding the Unclassified Excavation item of 336,600 cy and its final pay quantity designation, section 300-2.8 states that “unclassified excavation shall be measured ... ...” including “those for removal and re-compaction of alluvial and colluvial materials ... ..”. Is the removal of unsuitable material shown on the plans or in the specifications? If so, where is it shown? Is the soils report a part of the bid documents? Please clarify whether the bid item quantity includes an allowance for removal of unsuitable material and for rock over excavation.
Contract 3190 & 3887 Addendum No. 3 1
" Answer: Unsuitable material is not identified on the plans or in the specifications. The soils report can be obtained from Palomar Reprographics by calling 760.438.1 100. Please see items "I", "J", "K" and "L" of this addendum for further clarification.
E. Question: Can the areas shown on the plans between the environmental fencing the construction easement be used for construction staging and equipment storage?
Answer: No. The environmental fencing demarcates the limits of all construction work and is intended to limit environmentally sensitive areas from construction impacts. As required by the
U.S. Fish and Wildlife service, the City of Carlsbad has retained a biologist to monitor the construction impacts of the Rancho Santa Fe Road North, Phase 1 project on adjacent habitat.
F. Please note that all traffic signs shown in the "Staging Construction & Traffic Handling" plan sheets are temporary traffic signs, and all traffic signs shown in the "Signing & Striping" and "Signal & Lighting" plan sheets are permanent traffic signs.
REVISIONS TO SPECIFICATIONS:
G. DELETE sections 203-6.2 and 203-6.3.2 on page 134 of 288 and ADD the following:
203-6 ASPHALT CONCRETE SPECIAL PROVISIONS
203-6.1 General. Add the following: The Contractor shall submit a design mix report and
verification data for review by the Engineer for each source of supply and type of mixture
specified. The design mix report shall indicate the results of all testing requirements
identified in sections 203-1.2 and 203-6.3 of the standard specifications for public works
construction and these special provisions.
1.
2.
203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for
surface course, and B-AR-4000 for base course. Asphalt concrete shall be class D2-AR-
4000 for dikes and class E-AR-8000 ditches.
203-6.3.2 Composition and Grading. Add the following: Evaluation of asphalt concrete
shall be determined from samples of asphalt concrete taken after completion of all
processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct
central plant inspection that confirms the production of a particular mix design and verifies
using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All
samples shall be taken in accordance with Calif. Test 125.
When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient
size samples shall be taken to ensure representative and adequate quantity of material for:
Asphalt Content and Gradation by Extraction using
Calif. Test 202
Stability' using:
a. Stabilometer Value2 using Calif. Test 366
individual Stabilometer Values
And I or
Calif. Test 382 or
and shall be the
ASTM 2172, and
average of three
b. Marshall Stability in accordance with the Asphalt Institute's MS-2 fabricated and
tested for traffic volume and shall be the average of three specimens.
Contract 3190 & 3887 Addendum No. 3 2
,- 1. Stability will be waived provided the extracted asphalt content is within +\A of mix design and the extracted gradation
complies with Table 203-6.3.2 (A).
2. Use Marshall Stability when the deviation between individual Stabilometer Values are greater than +\4.
When using core sample analysis, the samples must be properly prepared to safeguard
against influx of out side contaminates and so that the cut surfaces do not influence the test
results.
The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares,
overside drains and aprons at the ends of drainage structures shall be increased one percent
by mass of the aggregate over the amount of asphalt binder determined for use in asphalt
concrete placed on the traveled way.
203-6.3.3 Acceptance. Wet Mix or Core sampled asphalt concrete will be considered in
conformance with the mix design when the asphalt content is within +\- .5 of the design mix
and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in
gradation may be considered in conformance with the mix design provided the stability of the
completed mix complies with the requirements for Stabilometer Value per Table 203-6.3.2
(A) Marshall Stability using Asphalt Institute MS-2.
Plant inspected asphalt concrete will be will be considered in conformance with the mix
design when visually inspected and the combined gradation of the Bin samples show
conformance to the grading as shown in Table 203-6.3.2 (A). - H. DELETE the prevailing wage rates as listed after page FR-17 with the top line of the page
reading “GENERAL DECISION CA020001 8/23/02 CAI” and ADD the attached prevailing
wage rates dated 10/4/02, which consists of 21 pages, pages 26 through 46 of this
Addendum Number 3.
I. DELETE the last sentence of the first paragraph of Section 300-2.2.1 on page 233 of 288
and ADD the following: Payment for the removal and recompaction of alluvial and colluvial
soils shall be paid for at the contract unit price shown in bid item A-8.1, Unsuitable Material.
Quantity measurement shall be agreed to in the field between Engineer and Contractor and
may consist of quantity surveys, load counts or combination thereof.
J. DELETE the last sentence of the first paragraph of Section 300-2.2.3 on page 233 of 288 and ADD the following: Removal, recompaction and/or disposal of compressible soils shall
be paid for in accordance with Section 300-2.2.1.
K. DELETE the second paragraph of Section 300-2.2.3 on page 233 of 288 and ADD the
following: Areas in which compressible soils are excavated and need to be replaced with
suitable backfill material and recompacted in accordance with Section 300-4 “unclassified fill”
of the SSPWC; the placement and compaction of suitable backfill shall be paid in accordance
with Section 300-2.2.1.
L. DELETE the last sentence of Section 300-2.2.4 on page 233 of 288 and ADD the following:
The removal of such excavated material shall be paid for at the contract unit price in - accordance with Section 300-2.2.1.
Contract 3190 & 3887 Addendum No. 3 3
F
M. ADD the following to Section 301-1.2 on page 247 of 288:
301-1.2.1 Fine Grading. Between station 175+75 and station 217+50 as shown in the
contract plans, the unclassified excavation, unclassified fill and rough grading have been
completed during a previous project. The Contractor shall prepare the subgrade within these
limits for the base and pavement, driveways, curb and gutter, medians and sidewalks as
described in Section 301-1.2, "Preparation of Subgrade". Compaction in these limits shall be
described in Section 301-1.3, "Relative Compaction".
N. ADD the following to Section 301-1 on page 247 of 288:
Section 301-1.7 Payment. Delete the first and second paragraphs of Section 301-1.7 of
the SSPWC and add the following two paragraphs:
Payment for preparing a subgrade will be considered as included in the item of work for
which the subgrade is prepared with exception to the area between station 175+75 and
station 217+50 as shown in the contract plans.
c
Payment for subgrade preparation between station 175+75 and station 217+50 as shown in
the contract plans for base and pavement, driveways, curb and gutter, medians and
sidewalks shall be per square yard (SY) of subgrade prepared as described in section 301-
1.2.1 "Fine Grading". Excavation and fine grading for drainage structures, utility trenching
and landscaping within these limits shall be paid for in unit prices for each controlling item
and will not be paid for in bid item "Fine Grading - Station 175+75 to 217+50.
0. ADD to Section 313-7.3 on page 286 of 288 the following: The Contractor shall provide two
PCMS units on site at all times and available for use during the entire duration of the
contract.
P. ADD to Section 313-7.4 on page 286 of 288 the following: The Contractor shall furnish
additional PCMS units, as directed by the Engineer, if more than two units are required at
any one time. Additional PCMS units will be paid for per Section 3.3, "Extra Work.
Contract 3190 & 3887 Addendum No. 3 4
.WAIS Document Retrieval
GENERAL DECISION CA020001 10/04/2002 CA1
Page 1 of 21
,&ate: October 4, 2002
3neral Decision Number CA020001
Superseded General Decision No. CAOlOOOl
State: California
Construction Type:
BUILDING DREDGING
HEAVY
HIGHWAY
RESIDENTIAL
County (ies) :
SAN DIEGO
BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not
include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does
not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS;
RESIDENTIAL CONSTRUCTION PROJECTS (consisting of. single family
homes and apartments up to and including 4 stories)
Modification
U
1
2
3
4
5
6
7
8
9
10
11
12
13
14
-
Number Publication Date
03/01/2002
03/08/2002
03/29/2002
04/19/2002
05/10/2002
06/07/2002
06/28/2002
07/05/2002
07/19/2002
08/02/2002
08/09/2002
08/23/2002
09/06/2002
09/20/2002
10/04/2002
COUNTY (ies) :
SAN DIEGO
Fringes
ASBE0005B 08/05/2002
Rates
Includes the application of all
insulating materials, protective
coverings, coatings, and finishings
to all types of mechanical systems
INSULATOR/ASBESTOS WORKER 33.06 8.11
"""""""""""""~"~""""""""~""""""""~
/" lSBE0005D 12/17/2001
Rates Fringes
Includes preparation, wetting,
stripping, removal, scrapping,
vacuuming, bagging and disposing
COfIfTdCf 3/70 4 3897 &kkQ& 3 of all insulation materials from \
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CAO20001 10/1 i/2002
WAIS Qocument Retrieval
mechnical systems, wheather they
contain asbestos or not:
HAZARDOUS MATERIAL HANDLER 16.00 2.30 """"""""""""""""""""""""""""""""- .
* BOIL0092F 10/01/2002
Rates Fringes
BOILERMAKER 31.96 13.30
................................
Page 2 of 21
BRCA0004M 05/01/2002
Rates Fringes
BRICKLAYER; MARBLE SETTER 25.00 7.20
""""""""""""""""""""""""""""""""
BRCA0018E 02/01/2002
Rates Fringes
TILE LAYER 23.00 3.48
MARBLE AND TILE FINISHER 14.75 3.48
""""""""""""""""""""""""""""""""
BRCA0018F 12/01/2000
TERRAZZO WORKER
Rates
26.78
Fringes
5.34
TERRAZZO FINISHER 20.53 5.34 ""~"""""""""""""""""""""""""""""-
CARP0002B 07/01/2001
Rates Fringes
--TVERS:
Diver, wet
Diver, stand-by
Diver tender
486.08 per day 5.61
243.04 per day 5.61
235.04 per day 5.61
* CARP0002L 07/01/2002
Rates
WORK MEETING ANY OF THE FOLLOWING CRITERIA:
1) A residential wood frame project of
any size;
2) Interior tenant improvement work,
regardless of the size of the project;
and
3) Any wood frame project of four stories
or less:
CARPENTER 18.32 5
Fringes
18
ALL OTHER WORK:
CARPENTER
MILLWRIGHT
PILEDRIVER
22.90 5.18
23.85 5.10
23.48 5.10
""""""""""""""""""""""""""""""""
-CARP0002U 07/01/2001
Rates Fringes
Work on wood framed construction
of single family residences,
apartments or condominiums
under four (4) stories:
DRYWALL INSTALLER/LATHER 19.00 5.18
@&&d 35190 4 3687 .~~~~~ Ab~3 ttp://fn?lebgate.access.gpo.gov/cg1-bin/docid=CA020001
WAIS Document Retrieval
DRYWALL STOCKER/SCRAPPER 9.28 5.42
Page 3 of 21
All other work:
.-- DRYWALL INSTALLER/LATHER 18.55 6.43
DRYWALL STOCKER/SCRAPPER 9.28 5.42
""""""""""""""""""""""""""""""""
CARP0003H 07/01/2001
Rates Fringes
MODULAR FURNITURE INSTALLER 14.99 5.805
LOW WALL MODULAR TECHNICIAN 18.22 5.805
FULL WALL TECHNICIAN 21.47 5.805
................................
ELEC0569A 06/01/2002
Rates Fringes
All other residential and
building construction:
ELECTRICIAN 29.21 3%+6.67
CABLE SPLICER 29.96 3%+6.67
""""~"""""""""""""""""""""""""""~
ELEC0569E 06/01/2001
Rat e s
Work on family residences,
single family homes, duplexes,
condominiums, apartments that
do not exceed three (3) stories:
Fringes
ELECTRICIAN 17.00 3.73 - """""""""""""""""""""""""""""""~
ELEC0569F 07/01/2001
SOUND TECHNICIAN
TELEPHONE INTERCONNECT
TECHNICIAN
SOUNDMAN
Rates Fringes
19.98 3%+5.14
16.59 3%+5.14
14.98 3%+4.22
SOUND TECHNICIAN: Terminating, operating and performing
SOUNDMAN: Wire-pulling, splicing, assembling and
final check-out
installing devices
SCOPE OF WORK
Assembly, installation, operation, service and maintenance of
components or systems as used in closed circuit television,
amplified master television distribution, CATV on private
property, intercommunication, burglar alarm, fire alarm, life
support and all security alarms, private and public telephone and
related telephone interconnect, public address, paging, audio,
language, electronic, background music system less than line
voltage or any system acceptable for class two wiring for
private, commercial, or industrial use furnished by leased wire,
frequency modulation or other recording devices, electrical
apparatus by means of which electricity is applied to the
--smplification, transmission, transference, recording or
aproduction of voice, music, sound, impulses and
video. Excluded from this Scope of Work - transmission, service
and maintenance of background music. All of the above shall
include the installation and transmission over fiber optics.
""""""""""""""""""""""""""""""""
WAIS Document Retrieval
ELEC0569G 07/01/2001
Page 4 of 21
Rates Fringes
Work on street lighting; traffic
,+.;ignals; and underground systems
nd/or established easements
Utility technician #1 16.38 3%+2.99
Utility technician #2 10.56 3%+2.49
outside of buildings:
STREET LIGHT & TRAFFIC SIGNAL WORK:
UTILITY TECHNICIAN #1: Installation of street lights and
traffic signals, including electrical circuitry, programmable
controller, pedestal-mounted electrical meter enclosures and
laying of pre-assembled cable in ducts. The layout of electrical
systems and communication installation including proper position
of trench depths, and radius at duct banks, location for
manholes, street lights and traffic signals.
UTILITY TECHNICIAN #2: Distribution of material at jobsite,
installation of underground ducts for electrical, telephone,
cable TV land communication systems. The setting, leveling,
grounding and racking of precast manholes, handholes and
transformer pads.
""""~"""""""""""""""""""""""""""~
ELEC0569H 07/01/2001
Rates Fringes
Tunnel work:
ELECTRICIAN 27.30 3% + 6.47
TABLE SPLICER 28.25 3% + 6.47 -
."""""""""""""""""""""""""""""""~
* ELEC1245A 06/01/2002
Rates Fringes
LINE CONSTRUCTION
Lineman; Cable splicer 33.16 4.5%+7.08
Equipment specialist (operates
crawler tractors, commercial
motor vehicles, backhoes,
trenchers, cranes (50 tons and
below) , and overhead and
underground distribution line
equipment) 28.19 4.5%+6.80
Groundman 21.56 4,5%+6.80
Powderman 31.51 4.5%+6.84 """""""~""""~"""""""""""""""""""--
ELEV0018A 09/15/2001
ELEVATOR MECHANIC
Rates Fringes 33.695 7.455
FOOTNOTE :
Vacation Pay: 8% with 5 or more years of service, 6% for 6
months to 5 years service. Paid Holidays: New Years Day,
Memorial Day, Independence Day, Labor Day, Thanksgiving Day and
,- Friday after, and Christmas Day. """""""""""""""""""""""""""""""-
ENGI0012B 06/16/2002
Rates Fringes
POWER EQUIPMENT OPERATORS:
GROUP 1 27.85 11.85 f3q 2-9
10/18)2002
*WAIS Document Retrieval
GROUP 2
GROUP 3
GROUP 4 - GROUP 5
GROUP 6
GROUP 7
GROUP 8
GROUP 9
GROUP 10
GROUP 11
GROUP 12
GROUP 13
GROUP 14
GROUP 15
GROUP 16
GROUP 17
GROUP 18
GROUP 19
GROUP 20
GROUP 21
CRANES, PILEDRIVING & HOISTING:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
GROUP 7
“<ROUP 8
;ROUP 9
GROUP 10
GROUP 11
GROUP 12
GROUP 13
POWER EQUIPMENT OPERATORS - TUNNEL:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GROUP 5
GROUP 6
GROUP 7
FOOTNOTES: Premium pay of $2.75 per
power equipment operator work within
Pendleton.
Page 5 of 21
28.63 11.85
28.92 11.85
30.21 11.85
30.43 11.85
30.54 11.85
30.66 11.85
30.83 11.85
30.93 11.85
30.96 11.85
31.04 11.85
31.16 11.85
31.33 11.85
31.43 11.85
31.54 11.85
31.66 11.85
31.83 11.85
31.93 11.85
32.04 11.85
32.16 11.85
32.33 11.85
29.00 11.85
29.78 11.85
30.07 11.85
30.21 11.85
30.43 11.85
30.54 11.85
30.66 11.85
30.83 11.85
31.00 11.85
32.00 11.85
33.00 11.85
34.00 11.85
35.00 11.85
30.28 11.85
30.57 11.85
30.71 11.85
30.93 11.85
31.04 11.85
31.16 11.85
31.46 11.85
hour shall be paid on all
the boundaries of Camp
Workers required to suit up and work in a hazardous material
Combination mixer and compressor operator on gunite work shall
environment: $1.00 per hour additional.
be classified as a concrete mobile mixer operator.
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch witch,
Aith seat or similar type equipment; Elevator operator-inside;
.gineer oiler; Generator operator; Generator, pump or compressor
plant operator; Pump operator; Signalman; Switchman
GROUP 2: Asphalt-rubber plant operator (nurse tank operator);
Concrete mixer operator - skip type; Conveyor operator; Fireman;
Hydrostatic pump operator; Oil crusher (asphalt or
~~~~~~ -3149 4 3 ~~~ /do3 hkp://frwebgate.access.gpo.g .cgi?dbname=Davis-Bacon&docid=CA02000 1
WAIS Document Retrieval
concrete plant); PJU side dump jack; Screening and Conveyor
machine operator (or similar types); Skiploader (wheel up to 3/4
yd. without attachment); Tar pot fireman; Temporary heating plant
,-operator; Trenching machine oiler
GROUP 3: Asphalt-rubber blend operator; Skid steer (loader;
Equipment greaser (rack); Ford Ferguson (with dragtype
attachments); Helicopter radioman (ground); Stationary pipe
wrapping and cleaning machine operator
GROUP 4: Asphalt plant fireman; Backhoe operator (mini-max
or similar type); Boring machine operator; Boxman or mixerman
(asphalt or concrete), chip spreading machine operator;,
Cconcrete cleaning decontamination machine operator; Concrete
pump operator (small portable); Drilling machine operator, small
auger types (Texoma super economatic or similar types - Hughes
100 or 200 or similar types - drilling depth of 30' maximum);
Guard rail post driver operator; Highline cableway signalman;
Horizontal directional drilling machine; Hydra-hammer-aero
stomper; Micro Tunneling (above ground tunnel); Power concrete
curing machine operator; Power concrete saw operator; Power
-driven jumbo form setter operator; Power sweeper operator;
Roller operator (compacting); Screed operator (asphalt
or concrete); Trenching machine operator (up to 6 ft.)
Vacuum or muck truck
GROUP 5: Articulating material hauler; Asphalt plant engineer;
Batch plant operator; Bit sharpener; Concrete joint machine
operator (canal and similar type); Dandy digger; Concrete planer
"perator; Deck engine operator; Derrick (oilfield type); Drilling
achine operator, bucket or auger types
cCalweld 100 bucket or similar types - Watson 1000 auger or
similar types - Texoma 330, 500 or 600 auger or similar types -
drilling depth of 45' maximum); Drilling machine operator
(including water well drilling); Equipment greaser (grease
truck), Hydrographic seeder machine operator (straw, pulp or
seed); Jackson track maintainer, or similar type; Kalamazoo
switch tamper, or similar type; Machine tool operator; Maginnis
internal full slab vibrator; Mechanical berm, curb or gutter
(concrete or asphalt), Mechanical finisher operator (concrete,
Clary-Johnson-Bidwell or similar); Pavement breaker operator
(truck mounted), Road oil mixing machine operator; Roller
operator, (asphalt or finish); Rubber-tired earth-moving equipment
(single engine, up to and including 25 yds. struck), self-
propelled tar pipelining machine operator; Skiploader operator
(Crawler and wheel type, over 3/4 yd. and up to and including 1-
1/2 yds.); Slip form pump operator (power driven hydraulic
lifting device for concrete forms); Tractor operator-bulldozer,
tamper-scraper (single engine, up to 100 h.p. flywheel and
similar types, up to and including D-5 and similar types);
Tugger hoist operator (1 drum); Ultra high pressure waterjet
cutting tool system operator; Vacuum blasting machine operator
GROUP 6: Asphalt or concrete spreading operator (tamping or
finishing); Asphalt paving machine operator (Barber-Greene or - similar type); Asphalt-rubber distributor operator; Backhoe
' >erator (up to and including 3/4 yd.) , small Ford, Case or
~imilar; Cast-in-place pipe laying machine operator; Combination
mixer and compressor operator (gunite work); Compactor operator
(self-propelled); Concrete mixer operator (paving); Crushing
plant operator; Drill doctor; Drilling machine operator, bucket
or auger types (Calweld 150 bucket or similar types - Watson
http://frwebgate.access.gpo.gov/cgi-bin/CA020001
Page 6 of 21
Ap3I 10/1 /2002
WAIS Document Retrieval
1500, 2000, 2500 auger or similar types - Texoma 700, 800 auger
or similar types - drilling depth of 60' maximum); Elevating
Page 7 of 21
,grader operator; Grade checker; Gradall operator; Grouting ' achine ,operator; Heavy-duty repairman; heavy equipment
robotics operator; Kalamazoo balliste regulator or similar type;
Kolman belt loader and similar type; Le Tourneau blob compactor
or similar typel; Loader operator (Athey, Euclid, Sierra and
similar types0; Ozzie padder or similar types; Pneumatic concrete
placing machine operator (Hackley-Presswell or similar type);
Pumpcrete gun operator; Rotary drill operator (excluding caisson
type); Rubber-tired earth-moving equipment operator (single
engine, Caterpillar,Euclid, Athey wagon and similar types with
any and all attachments over 25 yds. up to and including 50 cu.
yds. struck); Rubber-tired earth-moving equipment operator
(multiple engine up to and including 25 yds. struck); Rubber-
tired scraper operator (self-loading paddle wheel type - John
Deere, 1040 and similar single unit); Self-propelled curb and
gutter machine operator; skiploader operator (crawler and wheel
type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil
remediation plant operator; Surface heaters and planer operator;
Tractor compressor drill combination operator; Tractor operator
(any type larger than D-5- 100 flywheel h.p. and over, or similar - bulldozer, tamper, scraper and push tractor, single engine);
Tractor operator (boom attachments); Traveling pipe wrapping,
cleaning and bending machine operator; Trenching machine operator
(over 6 ft. depth capacity, manufacturer's rating); Ultra High
pressure waterjet cutting tool system mechanic
GROUP 7: Drilling machine operator, bucket or auger types
-1Calweld 200 B bucket or similar types - Watson 3000 or 5000
Jger or similar types - Texoma 900 auger or similar types -
drilling depth of 105' maximum); Dual drum mixer; Dynamic
compactor LDC350 (or similar types); Monorail locomotive operator
(diesel, gas or electric); Motor patrol-blade operator (single-
engine); Multiple-engine tractor operator (Euclid and similar
type-except Quad 9 cat.); Pre-stressed wrapping machine operator;
Rubber-tired earth-moving equipment operator (single-engine, over
50 yds. struck); Rubber-tired earth-moving equipment operator
(multiple-engine, Euclid, caterpillar and similar over 25 yds.
and up to 50 yds.); Tower crane repairman; Tractor loader
operator (Crawler and wheel type over 6-1/2 yds.); Woods mixer
operator (and similar Pugmill equipment)
GROUP 8: Auto grader operator; Automatic slip form operator;
Drilling machine operator, bucket or auger types (Calweld, auger
200 CA or similar types - Watson auger 6000 or similar types -
drilling depth of 175' maximum); Hoe ram or similar with
compressor; Mass excavator operator (less than 750 cu. yds.);
Mechanical finishing machine operator; Mobile form traveler
operator; Motor patrol operator (multi-engine); Pipe mobile
machine operator; Rubber-tired earth-moving equipment operator
(multiple-engine, Euclid, caterpillar and similar type, over 50
cu. yds. struck), Rubber-tired self-loading scraper operator
(paddle-wheel auger type self-loading-two (2) or more units)
- GROUP 9: Rubber-tired earth-moving equipment operator 3erating equipment with push-pull system, (single-engine, up to
and including 25 yds. struck)
control earth-moving equipment operator (operating a second piece
~~:~~frw~bgate.access.gpo.gov/cgi-bin/g~i~=~~~~~~~~ CoyIflack 3/90 4 389-7 Mhv\duvrt nlo, 5
WAIS Document Retrieval
of equipment: $1.00 per hour additional); wheel excavator
operator (over 750 cu. yds.)
Page 8 of 21
,GROUP 11: Rubber-tired earth-moving equipment operator,
perating equipment with push-pull system (single engine,
caterpillar, Euclid, Athey wagon, and similar types with any and
all attachments over 25 yds. and up to and including 50 yds.
struck); Rubber-tired earth-moving equipment operator, operating
equipment with push-pull system (multiple-engine - up to and
including 25 yds. struck)
GROUP 12: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (single-engine, over
yds. struck); Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (multiple-engine,
Euclid, caterpillar and similar, over 25 yds. and up to 50 yds
struck)
50
GROUP 13: Rubber-tired earth-moving equipment operator,
operating equipment with push-pull system (multiple-engine,
Euclid, caterpillar and similar, over 50 cu. yds. struck); Tandem
tractor operator (operating crawler-type tractors in tandem-
Quad 9 and similar type)
GROUP 14: Rubber-tired earth-moving equipment operator,
operating in tandem (scrapers, belly dumps and similar types in
any combination, excluding compaction units-single engine, up
to and including 25 yds. struck)
GROUP 15: Rotex concrete belt operator (or similar type); Rubber-
+ired earth-moving equipment operator, operating in tandem
jcrapers, belly dumps and similar types in any combination,
excluding compaction units - single-engine, caterpillar, Euclid,
Athey wagon and similar types with any and all attachments over
25 yds. and up to and including 50 cu. yds. struck); Rubber-tired
earth-moving equipment operator, operating in tandem (scrapers,
belly dumps and similar types in any combination, excluding
compaction units - multiple-engine, up to and including 25 yds.
struck)
GROUP 16: Rubber-tired earth-moving equipment operator, operating
in tandem (scrapers, belly dumps and similar types in any
combination, excluding compaction units - single-engine, over
50 yds. struck), rubber-tired earth-moving equipment operator,
operating in tandem (scrapers, belly dumps, and similar types in
any combination, excluding compaction units - multiple engine,
Euclid, caterpillar and similar, over 25 yds. and up to 50 yds.
struck)
GROUP 17: Rubber-tired earth-moving equipment operator,
operating in tandem (scrapers, belly dumps and similar types in
any combination, excluding compaction units - multiple-engine,
Euclid, caterpillar and similar, over 50 cu. yds. struck)
GROUP 18: Rubber-tired earth-moving equipment operator,
operating equipment with the tandem push-pull system (single ,- ?ginel up to and including 25 yds. struck)
GROUP 19: Rubber-tired earth-moving equipment operator,
operating equipment with the tandem push-pull system (single-
engine, caterpillar, Euclid, Athey wagon and similar types with
WAIS Document Retrieval
yds. struck); Rubber-tired earth-moving equipment operator,
operating with the tandem push-pull system (multiple-engine, up
to and including 25 yds. struck)
/c- ROUP 20: Rubber-tired earth-moving equipment operator,
operating equipment with the tandem push-pull system (single-
engine, over 50 yds. struck); Rubber-tired earth-moving equipment
operator, operating equipment with the tandem push-pull system
(multiple engine, Euclid, caterpillar and similar, over 25 yds.
and up to 50 yds. struck)
Page 9 of 21
GROUP 21: Concrete pump operator-truck mounted; Rubber-tired
earth-moving equipment operator, operating equipment with the
tandem push-pull system (multiple-engine, Euclid, caterpillar and
similar type, over 50 cu. yds. struck)
POWER EQUIPMENT OPERATORS - CRANES, PILEDRIVING AND HOISTING
EQUIPMENT CLASSIFICATIONS
GROUP 1: Engineer oiler, fork lift operator (includes loed, lull
or similar types)
GROUP 2: Truck crane oiler
GROUP 3: A-frame or winch truck operator, Ross carrier operator
(j obsite)
GROUP 4: Bridge-type unloader and turntable operator, helicopter
hoist operator
-.ROUP 5: Stinger crane (Austin-Western or similar type), tugger
3ist operator. (1 drum)
GROUP 6: Bridge crane operator, Cretor crane operator, hoist
operator (Chicago boom and similar type), lift mobile operator,
lift slab machine operator (Vagtborg and similar types), material
hoist operator, polar gantry crane operator, shovel, backhoe,
dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds.
mrc) , tugger hoist operator (2 drum)
GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline,
clamshell operator (over 5 cu. yds. mrc), tower crane repair,
tugger hoist operator (3 drum)
GROUP 8: Crane operator (up to and including 25 ton capacity),
crawler transporter operator, derrick barge operator (up to and
including 25 ton capacity), hoist operator, stiff legs, Guy
derrick or similar type (up to and including 25 ton capacity),
shovel, backhoe, dragline, clamshell operator (over 7 cu. yds.
mrc)
GROUP 9: Crane operator (over 25 tons and up to and including
50 tons mrc), derrick barge operator (over 25 tons up to and
including 50 tons mrc), highline cableway operator, hoist
operator, stiff legs, Guy derrick or similar type (over 25 tons
I up to and including 50 tons mrc), K-crane operator, polar crane
?erator
GROUP 10: Crane operator (over 50 tons and up to and including
100 t0n.s rnrc), derrick barge operator (over 50 tons up to and
including 100 tons mrc), hoist operator, stiff legs, Guy derrick
or similar tme (over 50 tons up to and including.100 tons mrc),
WAIS Document Retrieval
mobile tower crane operator (over 50 tons, up to and including
100 ton M.R.C.), tower crane operator and tower gantry
Page 10 of 21
-GROUP 11: Crane operator (over 100 tons and up to and including
30 tons mrc), derrick barge operator (over 100 tons up to and
including 200 tons mrc), hoist operator, stiff legs, Guy derrick
or similar type (over 100 tons up to and including 200 tons mrc),
mobile tower crane operator (over 100 tons up to and including
200 tons mrc)
GROUP 12: Crane operator (over 200 tons up to and including 300
tons mrc), derrick barge operator (over 200 tons up to and
including 300 tons mrc), hoist operator, stiff legs, Guy derrick
or similar type (over 200 tons, up to and including 300 tons
mrc), mobile tower crane operator (over 200 tons, up to and
including 300 tons mrc)
GROUP 13: Crane operator (over 300 tons), derrick barge operator
(over 300 tons), helicopter pilot, hoist operator, stiff legs,
Guy derrick or similar type (over 300 tons), mobile tower crane
operator (over 300 tons)
POWER EQUIPMENT OPERATORS - TUNNEL CLASSIFICATIONS
GROUP 1:
GROUP 2:
GROUP 3 :
10 tons)
-toup 4:
r
Skiploader (wheel type up to 3/4 yd. without attachment)
Power-driven jumbo form setter operator
Dinkey locomotive or motorperson (up to and including
Bit sharpener; Equipment greaser (grease truck); Slip
form pump operator (power-driven hydraulic lifting device for
concrete forms; Tugger hoist operator (1 drum); Tunnel locomotive
operator (over 10 and up to and including 30 tons)
GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small
Ford, Case or similar; Drill doctor; Grouting machine operator;
Heading shield operator; Heavy-duty repair person; Loader
operator (Athey, Euclid, Sierra and similar types); Mucking
machine operator (1/4 yd., rubber-tired, rail or track type);
Pneumatic concrete placing machine operator (Hackley-Presswell or
similar type); Pneumatic heading shield (tunnel); Pumpcrete gun
operator; Tractor compressor drill combination operator; Tugger
hoist operator (2 drum); Tunnel. locomotive operator (over 30
tons)
GROUP 6: Heavy-duty repairman
GROUP 7: Tunnel mole boring machine operator
"""""""""""""""""""""""""""""~""~
ENGI0012D 08/01/2002
POWER EQUIPMENT OPERATORS:
Rates Fringes
/L ?EDGING :
Leverman 34.65 11.85
Dredge dozer 31.18 11.85
Deckmate 31.07 11.85
Winch operator (stern winch on
WAIS Document Retrieval Page 11 of 21
Fireman; deckhand and
bargeman 29.98 11.85
Barge mate 30.59 11.85
"""""""""""""""""""""""""""""""" /I
IRONOOOlF 07/01/2002
Rates
Fence erector 25.97
Ornamental, reinforcing and
structural 26.86
IRONWORKERS:
Fringes
16.29
16.29
FOOTNOTE: Work at San Clemente Island additional $3.00 per hour.
................................
LAB00089A 07/01/2002
Rates
LABORERS :
Wood or metal frame
construction of single
family residences, apartments
and condominums - excluding
(a) projects that exceed three
stories over a garage level,
(b) any utility work such as telephone,
gas, water, sewer and other utilities and
(c) any fine grading work, utility work
or paving work in the future street
and public right-of-way; but
including all rough grading work at
:* the job site behind the existing
right of way:
Cleanup, landscaping,
Fringes
fencing (chain link and wood) 18.49 5.58
Other work on such projects 19.49 5.58
OTHER RESIDENTIAL AND BUILDING CONSTRUCTION
LABORERS :
GROUP 1 20.87
GROUP 2 21.42
GROUP 3 21.97
GROUP 4 23.52
GROUP 5 23.87
7.68
7.68
7.60
7.68
1.68
LABORER CLASSIFICATIONS
GROUP 1: Cleaning and handling of panel forms; Concrete Screeding
for Rought Strike-off; Concrete, water curing; Demolition
laborer; Flagman; Gas, oil and/or water pipeline laborer; General
Laborer; General clean-up laborer; Landscape laborer; Jetting
laborer; Temporary water and air lines laborer; Material hoseman
(walls, slabs, floors and decks); Plugging, filling of Shee-bolt
holes; Dry packing of concrete; Railroad maintenance, Repair
Trackman and road beds, Streetcar and railroad construction trac
laborers; Slip form raisers; Slurry seal crews (mixer operator,
-applicator operator, squeegee man, Shuttle man, top man), filing
' f cracks by any method on any surface; Tarman and mortar man;
1'001 crib or tool house laborer; Window cleaner; Wire Mesh
puling-all concrete pouring operations
GROUP 2: Asphalt Shoveler; Cement Dumper (on 1 yard or larger
mixer and handlina bulk cement); Cessrsool diaaer and installer; Ad
10/18/2002
WAIS Document Retrieval Page 12 of 21
Chucktender; Chute man, pouring concrete, the handling of the
cute from ready mix trucks, such as walls, slabs, decks, floors,
foundations, footings, curbs, gutters and sidewalks; Concrete
,-curer-impervious membrane and form oiler; Cutting torch operator
demoliton); Guinea chaser; Headboard man-asphlt; Laborer,
packing rod steel and pans; membrane vapor barrier installer;
Power broom sweepers (small); Riiprap, stonepaver, placing stone
or wet sacked concrete; Roto scraper and tiller; Tank sealer and
cleaner; Tree climber, faller, chain saw operator, Pittsburgh
Chipper and similar type brush shredders; Underground laborers,
including caisson bellower
GROUP 3: Buggymobile; Concrete cutting torch; Concrete cutting
torch; Concrete pile cutter; Driller, jackhammer, 2 1/2 feet
drill steel or longer; Dri Pak-it machine; High sealer (including
drilling of same); Hydro seeder and similar type; Impact wrench,
mult-plate; Kettlemen, potmen and mean applying asphalt, lay-
kold, creosote, line caustic and similar type materials (applying
means applying, dipping, brushing or handling of such materials
for pipe wrapping and waterproofing); Operators of pneumatic,
gas, electric tools, vibratring machines, pavement breakers, air
blasting, come-along, and similar mechanic1 tools not separately
classified herein; Pipelayers back up man coating, grouting,
making of joints, sealing, caulking, diapering and inclduing
rubber gasket joints, pointing and any and all other services;
Rotary Scarifier or multiple head concrete chipping scaarifier;
Steel header board man and guideline setter;
Tampers, Barko, Wacker and similar type; Trenching machine, hand
propelled
?
AOUP 4: Asphalt raker, luterman, ironer, apshalt dumpman and
asphalt spreader boxes (all types); Concrete core cutter (walls,
floors or ceilings), Grinder or sander; Concrete saw man; cutting
walls or flat work, scoring old or new concrete; Cribber, shorer,
lagging, sheeting and trench bracing, hand-guided lagging hammer;
Laser beam in connection with laborer's work; Oversize concrete
vibrator operator 70 pounds and over; Pipelayer performing all
services in the lay8ing, installation and all forms of connection
of pipe from the point of receiving pipe in the ditch until
completion of oepration, including any and all forms of tubular
material, whether pipe, metallic or non-metallic, conduit, and
any other stationary type of tubular device used for the
conveying of any substance or element, whether water, sewage,
solid, gas, air or other product whatsoever and without regard to
the nature of material from which the tubular material is
fabricated; No joint pipe and stripping of same; Prefabricated
manhole installer; Sandblaster (nozzleman), Porta shot-blast,
water blasting
GROUP 5: Blasters Powderman-All work of loading holes, placing
and blasting of all pwder and explosives of whatever type,
regardless of method used for such loading and placing; Driller-
all power drills, excluding jackhammer, whether core, diamond,
wagon, track, multiple unit, and any and all other types of
mechanical drills without regard to the form of motive power. - """"""""""""""""""""""""""""""""
LAB00089B 05/01/2002
BRICK TENDER
Rates .Fringes
19.00 8.24
FO TNOTES:
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020001 10/18/2002 &urhact. 3140 G 3687
WAIS Document Retrieval
fifty cents ($0.50) per hour additional.
-work: fifty ($0.50) per hour additional.
' ($0.50) per hour additional.
($0.35) per hour additional.
Work on refractory stack work in excess of 100 ft. in height:
Work on refractory work where extreme heat prevents continuous
Work with carbon brick, acid brick or phenolic mortar: fifty
Work on a swinging scaffold above fifty ft.: thirty-five cents
"""""""""""""""""""~""""""""""""~
LAB00089C 08/07/2002
Rates Fringes
RESIDENTIAL CONSTRUCITON (excluding North
Island Naval Air Station, Cornado Naval
Amphibious Base and Imperial Beach Naval
Air Station)
Work on single family homes,
apartments and condominiums not
exceeding three stories:
PLASTER TENDER
PLASTER CLEAN-UP TENDER LABORER
ALL OTHER RESIDENTIAL AND BUILDING
CONSTRUCTION:
PLASTER TENDER
PLASTER CLEAN-UP LABORER
North Island Naval Air Station,
Cornado Naval Amphibious Base and
"mperial Beach Naval Air Station)
Jork on single family homes,
apartments and condominiums not
exceeding three stories:
PLASTER TENDER
PLASTER CLEAN-UP TENDER LABORER
ALL OTHER RESIDENTIAL CONSTRUCTION
AND BUILDING CNSTRUCTIONl
PLASTER TENDER
PLASTER CLEAN-UP TENDER LABORER
21.00
18.45
23.00
20.45
10.17
10.17
10.17
10.17
24.00 10.17
20.45 10.17
26.00 10.17
23.45 10.17
LAB00089D 07/01/2002
Rates
HEAVY AND HIGHWAY CONSTRUCTION
LABORERS :
GROUP 1
GROUP 2
GROUP 3
GROUP 4
GUNITE WORK:
GROUP 1
GROUP 2
GROUP 3
TUNNELtWORK:
' GROUP 1
' GROUP 2
GROUP 3
GROUP 4
7
20.85
21.20
21.45
21.85
18.91
19.21
19.41
19.21
19.41
19.66
7.58
7.58
7.58
7.58
7.18
7.18
7.18
7.18
7.18
7.18
Fringes
LABORER CLASSIFICATIONS
Page 13 of 21
WAIS Document Retrieval Page 14 of 21
GROUP 1: Laborer (general construction); Asphalt ironer -
spreader; Boring machine tender; Carpenter tender; Caulker;
,Cesspool digger and installer; Chucktender (except tunnels);
' water curing (excluding use of water trucks); Cutting torch
operator (demolition); Driller's tender (caisson) including
bellowers; Dri-pak-it machine, concrete cutting torch; Dry
packing of concrete, plugging, filling of shee bolt holes; Fence
erector; Fine grader on highways, streets and airport paving
(sewer and drainage lines when employed); Flag person; Form
blower; Gas and oil pipeline laborer; Guinea chaser; Housemover;
Jet; Landscape gardener and nursery; Packing rod steel and pans;
Pipelayer's backup (coating, grouting, making of joints, sealing,
caulking, diapering and including rubber gasket joints, pointing
oncrete curer (impervious membrane and form ,oiler); Concrete
and any and all other service railroad work); Laborer; Rigging
and signaling; Riprap stonepaver; Sandblaster (pot tender);
Scaler; Septic tank digger and installer (lead); Tank scaler and
cleaner; Tool shed checker; Window cleaner
GROUP 2: Buggymobile; Cement dumper (on 1 yd. or larger
mixers and handling bulk cement); Concrete saw (excluding tractor
type), roto-scraper, chipping hammer, concrete core cutter,
concrete grinder and sander; Cribber - shorer, lagging and trench
bracing, hand-guided lagging hammer; Driller - all power drills,
including jackhammer, whether Core, Diamond, Wagon, Track,
multiple unit, and all types of mechanical drills without regard
to the form of motive power; Driller (all other where drilling is
for use of explosives); Gas and oil pipeline wrapper (pot tender
-nd form); Gas and oil pipeline wrapper (6-inch pipe and over);
Zerator and tender of pneumatic, gas and electric tools,
concrete pumps, vibrating machines, multi-plate impact wrench and
similar mechanical tools not separately classified herein;
Pipelayer (excludes all pressurized and vacuum piping)
(performing all services outside the building line in the laying
and installation of pipe from the point of receiving pipe until
completion of the operation, including any and all forms of
tubular material, whether pipe, metallic or non-metallic conduit
and any other stationary type of tubular device used for the
conveying of any substance or element, whether water, sewage,
solid, gas, air or other products whatsoever and without regard
to the nature of material from which the tubular material is
fabricated); Powder blasters' tender; Prefabricated manhole
installer; Rock slinger; Sandblaster, waterblaster & nozzle
operator); Scaler (using bos'n chair, safety belt); Steel
headerboard; Tree climber, using mechanical tools; Welding in
connection with laborer's work
GROUP 3: Asphalt raker; Layton box spreader (or similar type)
GROUP 4: Blasters Powderman-All work of loading holes, placing
and blasting of all pwder and explosives of whatever type,
regardless of method used for such loading and placing
GUNITE LABORER CLASSIFICATIONS
7 iOUP 1: Rebound man
'' "ROUP 2: Gun man
GROUP 3: Nozzle man
TUNNEL LABORER CLASSIFICATIONS
http://frurebgate.access.gpo.gov/cg oc.cgi?dbname=Davis-Bacon&docid=CA02000 1
WAIS Ilocument Retrieval Page 15 of 21
1 GROUP 1: Bull gang, mucker, track; Chucktender, cabletender;
Concrete crew (includes rodder and spreader); Dump; Grout crew;
Tender for steel form raisers and setters; Mucker - tunnel (hand
+r machine); Nipper; Swamper (brake and switch on tunnel work);
ibrator, jackhammer, pneumatic tools (except driller) multi- ' plate impact wrench
in short dry tunnels under streets, highways and similar places;
Miner - tunnel (hand or machine); Powder (tunnel work); Steel
form raiser and setter; Timber, retimber wood or steel
GROUP 3: Powder - primer house (licensed) on tunnel work;
Shaft and raise miner; Shifter; Blaster (licensed) all work of
loading holes, placing & blasting all powder & explosives of
whatever type regardless of method used for such loading and
placing
.................................
LAB00882A 01/01/2002
ASBESTOS REMOVAL LABORER
Rates
20.97
Fringes
7.65
SCOPE OF WORK: includes site mobilization, initial site clean-up,
site preparation, removal of asbestos-containing material and
toxic waste (including lead abatement and any other toxic
materials), encapsulation, enclosure and disposal of asbestos-
containing materials and toxic waste (including lead abatement - and any other toxic materials) by hand or with equipment or
machinery; scaffolding, fabrication of temporary wooden
barriers, and assembly of decontamination stations.
................................
LAB01184A 07/01/2002
Rates Fringes
LABORERS - STRIPING:
GROUP 1
GROUP 2
GROUP 3
GROUP 4
20.65 8.42
21.50 8.42
23.82 8.42
26.02 8.42
LABORERS - STRIPING CLASSIFICATIONS
GROUP 1: Protective coating, pavement sealing, including repair
and filling of cracks by any method on any surface in parking
lots, game courts and playgrounds; carstops; operation of all
related machinery and equipment; equipment repair technician
GROUP 2: Traffic surface abrasive blaster; pot tender - removal
of all traffic lines and markings by any method (sandblasting,
waterblasting, grinding, etc.) and preparation of surface for
coatings. Traffic control person: controlling and directing
traffic through both conventional and moving lane closures;
operation of all related machinery and equipment
,- IOUP 3: Traffic delineating device applicator: Layout and
'. application of pavement markers, delineating signs, rumble and
traffic bars, adhesives, guide markers, other traffic delineating
devices including traffic control. This category includes all
traffic related surface preparation (sandblasting, waterblasting,
grinding) as part of the application process. Traffic protective
ca&& Lt 3r40 9 3 http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CA020OO1
Qanc 40
10/1d2002
WAIS Document Retrieval Page 16 of 21
delineating system installer: removes, relocates, installs,
permanently affixed roadside and parking delineation barricades,
P fencing, cable anchor, guard rail, reference signs, monument
moom sweeper
arkers; operation of all related machinery and equipment; power
GROUP 4: Striper: layout and application of traffic stripes and
markings; hot thermo plastic; tape traffic stripes and markings,
including traffic control; operation of all related machinery and
equipment
""""""""""""""""""""""""""""""""
PAIN0036D 07/01/2002
Rates Fringes
BUILDING AND HEAVY CONSTRUCTION:
PAINTER (includes lead abatement) 25.02 5.89
RESIDENTIAL CONSTRUCTION
PAINTER (includes lead abatement) 18.40 4.65
""""""""""""""""""""""""""""""""
PAIN0036K 10/01/2001
Rates
RESIDENTIAL CONSTRUCTION:
Applies to work performed
on exterior and interior
wood framing apartments,
single family homes and
multi-duplexes up to and
-including four stories:
All other residential
work :
DRYWALL FINISHER 18.00
DRYWALL FINISHER 20.40
Fringes
3.71
7.23
BUILDING AND HEAVY CONSTRUCTION:
DRYWALL FINISHER 20.40 7.23
""""""""""""""""""""""""""""""""
PAIN0036N 07/01/2002
GLAZ I ERS
Rates
27.55
Fringes
8.49
GLASSWORKER 16.36 3.85
""""""""""""""~"""""""""""""""""~
PAIN1399C 07/01/2002
Rates Fringes
SOFT FLOOR LAYER 19.57 6.40
""""""""""""""""""""""""""""""""
PLAS0200E 08/07/2002
Rates Fringes
NORTH ISLAND NAVAL AIR STATION;
COLORADO NAVAL AMPHIBIOUS BASE;
IMPERIAL BEACH NAVAL AIR STATION: e ' 'LASTERER 29.77 6.76 \
REMAINDER OF COUNTY:
PLASTERER 26.77 6.76
""""""""""""""""""""""""""""""""
WAIS Document Retrieval
. PLAS0500A 06/30/2002
Page 17 of 21
Rates Fringes
Work shall include work inside
-the building line, meeting the
' cJllowing criteria:
(1) a residential wood frame
(2) work classified as Type 111,
(3) interior tenant improvement
project of any size
IV or Type V construction
work regardless the size of the
project
four stories or less
(4) Any wood frame project of
CEMENT MASON 21.97 4.80
(5) work classified as type I and
CEMENT MASONS 23.62 4.80
I1 construction
""_"""""""_""""""""""""~"""""""""~
PLAS0500E 06/16/2002
Rates Fringes
ALL OTHER WORK:
CEMENT MASONS 25.57 5.33
""""""""""""""""""""""""""""""""
PLUM0016F 07/01/2002
Rates Fringes
Work on strip malls, light
commercial, tenant improvement
,-~d remodel work
_'LUMBER; PIPEFITTER; STEAMFITTER 23.03 8.24
Work on new additions and
remodeling of single family homes,
bars, restaurants, stores and
commercial buildings, not to exceed
5,000 sq. ft. of floor space
PLUMBER; PIPEFITTER; STEAMFITTER 28 92 9.44
All other work:
Camp Pendleton:
PLUMBER; PIPEFITTER;
STEAMFITTER; AIR
CONDITIONING & REFRIGERATION 32.06 10.01
Remainder of County
PLUMBER; PIPEFITTER;
STEAMFITTER 29.81 10.01
LANDSCAPE AND IRRIGATION WORK
PLUMBER; PIPEFITTER 23.27 9.56
SEWER AND STORM DRAIN WORK
PLUMBER; PIPEFITTER 20.25 9.75
""""""""""""""""""""""""""""""""
_PLUM0016K 07/01/2002
Rates Fringes
VV~RK PERFORMED ON THE FOLLOWING
STRUCTURES :
a. One or two family dwellings
b. All multiple family dwelling
42
1 02
WAIS Document Retrieval
have a single exterior up to
and including four stories;
and
-c. Townhouses, condoniniums or
similar structures with units
stacked vertically up to and
including four stories
PLUMBERS AND PIPEFITTERS 24.31 1.42
""""""""""""""""""""""""""""""""
PLUM0345A 07/01/2002
Rates Fringes LANDSCAPE & IRRIGATION FITTER 23.27 9.56 _"""""""""""""""""""""""""""""""~
ROOF0045B 01/01/2000
Rates Fringes
ROOFER 20.20 3.88
""""""""""~""~"""""""""""""""""""
SFCA0669A 04/01/2002
Rates Fringes
SPRINKLER FITTER (FIRE) 27.05 6.10
""""""""""""""""""""""""""""""""
SHEE0206A 08/01/2002
Rates Fringes
CAMP PENDLETON
a. Existing residetial buildings,
both single and multi-family,
.ld/or cooled by a separate
system
b. New single family residential
buildings including tracts.
c. New multi-family residential
buildings , not exceeding five
stories of living space in height,
provided each unit is heated or
cooled by a separate system.
Hotels and motels are excluded.
metal, heating and air conditioning work
performed on a project where
the total construction cost,
excluding land, is under $1,000,000
e. TENANT IMPROVEMENT WORK: Any work
necessary to finish interior spaces to
conform to the occupants of commercial
buildings, after completion of the
building shell
-.here each unit is heated
d. LIGHT COMMERCIAL WORK: Any sheet
SHEETMETAL TECHNICIAN 17.83
All other Work
SHEETMETAL WORKER 27.90
r
\ YMAINDER OF COUNTY
a. Existing residetial buildings,
both single and multi-family,
where each unit is heated
and/or cooled by a separate
2.52
11.00
s stem
http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=CAO20001 bd~J 3/90 4 3807
Page 18 of 21
WAIS Document Retrieval
b. New single family residential
c. New multi-family residential
'ories of living space in height,
buildings including tracts.
Auildings, not exceeding five
provided each unit is heated or
cooled by a separate system.
Hotels and motels are excluded.
d. LIGHT COMMERCIAL WORK
Any sheet metal, heating and
air conditioning work
performed on a project where
the total construction cost,
excluding land, is under
$1,000,000
e. TENANT IMPROVEMENT
WORK: Any work necessary to finish
interior spaces to conform to
the occupants of commercial
buildings, after completion
of the building shell
SHEETMETAL TECHNICIAN 17
Page 19 of 21
83 2.42
All other Work
SHEETMETAL WORKER 25.90 11.00 """"~"""_""""""""~"""""""""""""""-
TEAM0036A 06/01/2002
Rates Fringes
TRUCK DRIVERS:
,- GROUP 1 10.76 11.12
GROUP 2 20.35 11.12
GROUP 3 20.55 11.12
GROUP 4 20.75 11.12
GROUP 5 20.95 11.12
GROUP 6 21.45 11.12
GROUP 7 22.95 11.12
FOOTNOTE: HAZMAT PAY: Work on a hazmat job, where hazmat
certification is required, shall be paid, in addition to the
classification working in, as follows: Levels A, B and C - tS1.00
per hour. Workers shall be paid hazmat pay in increments of four
(4) and eight (8) hours.
TRUCK DRIVER CLASSIFICATIONS
GROUP 1: Swamper; fuel person (fueler without trucks)
GROUP 2: Two-axle dump trucks; two-axle flat bed; bunkerman
concrete pumping truck; industrial lift truck; forklift
under 15,000 lbs
GROUP 3: Two-axle water truck; three-axle dump truck; three-
axle flat bed; erosion control nozzleman; dumpcrete truck
less than 6 1/2 ydOO; forklift 15,000 lbs. and over; Prell truck;
Sipeline work truck driver; road oil spreader, cement distributor
: slurry driver; bootman; Ross carrier
GROUP 4: Off-road dump trucks under 35 tons mfg rated
capacity; four axles but less than seven axles; low-bed truck and
trailer; transit mix trucks under 8 yds.; three axle water
trucks; erosion control drive; grout mixer truck; dumpcrete, 6-
http://frwebgate.access.gpo.gov/cgi-b~getdoc.cgi?dbn~e=Davis-Bacon&docid=CA020001 GlTfnUd- 3r90 4 3667
WAIS Document Retrieval
1/2 yds. and over; dumpster trucks; DW lo's, 20's and over; fuel
truck and dynamite; truck greaser; truck mounted mobile sweeper;
winch truck, two axles
' GROUP 5: Off-road dump trucks 35 tons and over mfg rated 7
capacity; 7 axles or more; transit mix trucks 8 yds. and over; A-
frame trucks or Swedish crane; tireman, winch truck 3 axles or
more
GROUP 6: Off-road special equipment (including but not limited
to water pull tankers, Athey wagons, DJB, B70 Euclids or like
equipment)
GROUP 7: Repairman """""""_""_""""""""""""""""""""""
WELDERS - Receive rate prescribed for craft performing operation
to which welding is incidental.
"""""""""""""""""""""""""""""""" """"~""""""""""""~"~"""""""""""""~
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29 CFR 5.5(a) (1) (ii)).
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
""""~"""""""""""""""""""""""""""~
F
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be :
* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a
position on a wage determination matter * a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
c Wage and Hour Division
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
Page 20 of 21
PC!&#L 4-5
\'AIS Eocument Retrieval
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Page 21 of 21
d" Wage and Hour Administrator i U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
http://frwebgate.access.gpo.gov/cgi-bin/CA020001
CONTRACT
PUBLIC WORKS
This agreement is made this 2 day of J an U dl flY , 200, by and between
the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), the Carlsbad
Municipal Water District of Carlsbad, California, a municipal corporation, (hereinafter called "District"),
hd
and ERRECAS/HANSON SJH whose principal place of business is
12570 SLAUGHTERHOUSE CANYON RD. LAKESIDE. CA 92040 (hereinafter
called "Contractor").
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents for: \
Rancho Santa Fe Road North, Phase 1
Contract No. 31 90
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,
Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner
Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re
Debarment,. Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the
Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions,
and all proper amendments and changes made thereto in accordance with this Contract or the Plans and
Specifications, and all bonds for the project; all of which are incorporated herein by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated,
specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which
are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the
intent of said documents. In all instances through the life of the Contract, the City will be the interpreter
of the intent of the Contract Documents, and the City's decision relative to said intent will be final and
binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of
the Contract will not relieve responsibility of compliance.
4. Payment. For all compensation for Contractor's performance of work under this Contract, City
shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for
Public Works Construction (SSPWC) 2000 Edition 1997 Edition, and the 1998 AND 1999 supplements
thereto hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American
Public Works Association, and as amended by the Supplemental Provisions section of this contract. The
Engineer will close the estimate of work completed for progress payments on the last working day of
each month.
5. Independent Investigation. Contractor has made an independent investigation of the jobsite,
the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is
aware of those conditions. The Contract price includes payment for all work that may be done by
Contractor, whether anticipated or not, in order to overcome underground conditions. Any information
that may have been furnished to Contractor by City about underground conditions or other job conditions
is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated.
Contractor is satisfied with all job conditions, including underground conditions and has not relied on
information furnished by City.
@ 05/10/00 Contract No. 31 90 Page 61 of 270 Pages
6. Hazardous Waste or Other Unusual Conditions, If the contract involves digging trenches or
before the following conditions are disturbed, notify City, in writing, of any:
.- other excavations that extend deeper than four feet below the surface Contractor shall promptly, and
A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as
defined in section 251 17 of the Health and Safety Code, that is required to be removed to a Class I,
Class II, or Class 111 disposal site in accordance with provisions of existing law.
B. Differing Conditions, Subsurface or latent physical conditions at the site differing from those
indicated.
C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the
character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or
do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time
required for, performance of any part of the work shall issue a change order under the procedures
described in this contract.
In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for,
performance of any part of the work, contractor shall not be excused from any scheduled completion date
provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by contract or by law which pertain to the
resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of
ttie Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will
comply with these requirements, including, but not limited to, verifying the eligibility for employment of all
agents, employees, subcontractors, and consultants that are included in this Contract.
I
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of
Industrial Relations has determined the general prevailing rate of per diem wages in accordance with
California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on
.file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California
Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site.
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
indemnify and hold harmless the District and the City of Carlsbad and their consultants, OMWD and their
consultants, WVD and their consultants, LCWD and their consultants, and each of their officers, agents,
and employees from all claims, loss, damage, injury and liability of every kind, nature and description,
directly or indirectly arising from or in connection with the performance of the Contract or work; or from
any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations
including those relating to safety and health; and from any and all claims, loss, damages, injury and
liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work
covered by the Contract, except for loss or damage caused by the sole or active negligence or willful
misconduct of the District and the City or their consultants, OMWD or their consultants, WD or their
consultants, LCWD or their consultants, or their officers, agents, and employees. The expenses of
defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
Contractor shall also defend and indemnify the City against any challenges to the award of the contract to
Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include
the cost of separate counsel for City, if City requests separate counsel.
.f-
05/10/00 Contract No. 31 90 Page 62 of 270 Pages
_- Contractor shall also defend and indemnify the City against any challenges to the award of the contract to
Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor,
whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City.
Defense costs include the cost of separate counsel for City, if City requests separate counsel.
10. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damage to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, his or her agents, representatives, employees or
subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-
403.
(A) Coverages And Limits. Contractor shall maintain the types of coverages and minimum limits
indicted herein:
a. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for
bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the
amounts specified shall be established for the risks for which the City or its agents, officers or employees
are additional insured.
b. Business Automobile Liability Insurance: $1,000,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto"
and cannot be limited in any manner.
- c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per
incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the
City and the District.
(B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this
agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance
contain, or are endorsed to contain, the following provisions.
a. The District and the City, its officials, employees and volunteers are to be covered as additional
insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products
and completed operations of the contractor; premises owned, leased, hired or borrowed by the
contractor. The coverage shall contain no special limitations on the scope of protection afforded to the
District or the City, its officials, employees or volunteers. All additional insured endorsements must be
evidenced using separate documents attached to the certificate of insurance; one for each company
affording general liability, and employers' liability coverage.
b. The Contractor's insurance coverage shall be primary insurance as respects the District and the
City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the District
or the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall
not contribute with it.
c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the District and the City, its officials, employees or volunteers.
d. Coverage shall state that the contractor's insurance shall apply separately to each insured against
?- whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.
(C) Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return
05/1 O/OO Contract No. 31 90 Page 63 of 270 Pages
receipt requested.
(D) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention
levels must be declared to and approved by the City and District. At the option of the City and District,
either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects
the City and District, its officials and employees; or the contractor shall procure a bond guaranteeing
payment of losses and related investigation, claim administration and defense expenses.
(E) Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City and District or
any of its officials or employees.
(F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall
furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors
shall be subject to all of the requirements stated herein.
(G) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key
Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by
the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the
official publication of the Department of Insurance of the State of California and/or under the standards
specified by the City Council in Resolution No. 91 -403.
(H) Verification Of Coverage. Contractor shall furnish the City with certificates of insurance and
original endorsements affecting coverage required by this clause. The certificates and endorsements for
each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its
behalf. The certificates and endorsements are to be in forms approved by the City and are to be
received and approved by the City before the Contract is executed by the City.
(I) Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in
the Contractor's bid.
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be reso1,ved in
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
(commencing with section 201 04) which are incorporated by reference. A copy of Article 1.5 is included
in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to
the City using the informal dispute resolution process described in Public Contract Code subsections
20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply
with the Government Tort Claim Act (section 900 et seq., of the California Government Code) for any
claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. \
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be
considered fraud and the Contractor may be subject to criminal prosecution.
(C) Government Code. Contractor acknowledges that California Government Code sections 12650 et
seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information.
2" (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims
Act, it is entitled to recover its litigation costs, including attorney's fees.
(E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may a 05/10/00 Contract No. 3190 Page 64 of 270 Pages
- subject the Contractor to an administrative debarment proceeding wherein the Contractor may be
prevented from further bidding on public contracts for a period of up to five years.
(F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026,
3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another
jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future contract bidding.
(H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Diego County,
California. /
I have read and understand all provisions of Section 11 above.
12. Trenching and Excavating. If this contract involves digging trenches or other excavations that
extend deeper than four feet below the surface the following provisions shall apply:
(a) That the Contractor shall promptly, and before the following conditions are disturbed, notify
the public entity, in writing, of any:
(1) Material that the Contractor believes may be material that is hazardous waste, as defined in
Section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class II,
or Class Ill disposal site in accordance with provisions of existing law.
(2) Subsurface or latent physical conditions at the site differing from those indicated.
(3) Unknown physical conditions at the site of any unusual nature, different materially from those
ordinarily encountered and generally recognized as inherent in work of the character provided for in
the contract.
(b) That the City shall promptly investigate the conditions, and if it finds that the conditions do
materially so differ, or do involve hazardous waste, and cause a decrease or increase in the
contractor’s cost of, or the time required for, performance of any part of the work shall issue a
change order under the procedures described in the contract.
(c) That, in the event that a dispute arises between the City and the contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the
Contractor’s cost of, or time required for, performance of any part of the work, the Contractor shall
not be excused from any scheduled completion date provided for the contract, but shall proceed with
all work to be performed under the contract. The contractor shall retain any and all rights provided
either by contract or by law which pertain to the resolution of disputes and protests between the
contracting parties. (Public Contract Code Section 71 04)
13. Maintenance of Records. Contractor shall maintain and make available at no cost to the City,
upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of
the Labor Code. If the Contractor does not maintain the records at Contractor’s principal place of
business as specified above, Contractor shall so inform the City by certified letter accompanying the
return of this Contract. Contractor shall notify the City by certified mail of any change of address of
such records.
14. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of
the Labor Code are incorporated herein by reference.
15. Unfair Business Practice. Assignment of Unfair Business Practice Claims pursuant to California
Public Contracts Code Section 7103.5, in entering into a public works contract, the contractor or
subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to
all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the
Cartwright Act (Chapter 2 commencing with Section 16700 of Part 2 of Division 7 of the Business
and Professions Code), arising from purchases of goods, services or materials pursuant to the a 05/10/00 Contract No. 31 90 Page 65 of 270 Pages
16.
17.
18.
public works contract or subcontract. This assignment shall be made and become effective at the
time the awarding body tenders final payment to the contractor, without further acknowledgement of
the parties.
Security. Securities in the form of cash, cashier's check, or certified check may be substituted for
any monies withheld by the City to secure performance of this contract for any obligation established
by this contract. Any other security that is mutually agreed to by the Contractor and the City may be
substituted for monies withheld to ensure performance under this Contract.
Provisions Required by Law Deemed Inserted. Each and every provision of law and clause
required by law to be inserted in this Contract shall be deemed to be inserted herein and included
herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly
inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction.
Additional Provisions. Any additional provisions of this agreement are set forth in the "General
Provisions" or "Supplemental Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED
(CORPORATE SEAL) n
CONTRACTOR:
(name of Contractor) Ev: /'I
/Mayor
ATTEST:
By: -
0GfaUP-7 LC: LC//&&€
(print name and title) 4src 7,
President or vice-president and secretary or assistant secretary must sign for corporations. If only one
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary
under the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
. -. RONALD R. BALL
'%, City Attorney/General Counsel
By:
eneral Counsel
Contract No. 31 90 Page 66 of 270 Pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
County of
} SS.
On &l!#W&Z Date Ie,-Tbefore me,
personally appeared
lame and Tttle of OPficer (e g., "Ja
~ Narne(s) of Signer@)
personally known to me Lla
evidence
I
I
TAM1 J. LEDDON 1 COMM. # 125371 1 NOTARY PUBLIC-CALIFORNIA f
SAN DIEGO COUNTY a
My Comm. Exp. Mar. 15, 2004 I "
Place Notary Seal Above
to be the person($(-whose named is/#
subscribed to the within instrument and
acknowledged to me that he/&/tkfexecuted
the same in hisl&/tDQr authorized
capacity&), and that by hisb&/ttj!qT
signature(-@ on the instrument the person&), or
the entity upon behalf of which the person(*
acted, executed the instrument.
WlTNESS-my hand and official seal.
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
C Individual
0 Corporate Officer - Title(s):
0 Attorney in Fact
0 Trustee
0 Other:
Signer Is Representing:
0 IS99 National Notary Assmation * 9350 De Soto Ave., P.O. Box 2402 * Chatswolth, CA 91313-2492 - w.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-8766827
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Sam iJle~h8 } ss.
On 2 , before me, KdL \rPh I ML rq
personally appeared klJ(.S
., "Jane Doe, Notary&lic")'
0 personally known to me
proved to me on the basis of satisfactory
cdence
to be the persow whose namH islacp
subscribed to the within instrument and
acknowledged to me that hekbeky executed
the same in his/her/their authorized
capacitm, and that by hisCkeFHkeiF.
signaturemn the instrument the persodor
the entity upon behalf of which the persow
acted, executed the instrument.
WITNESS my hand and official seal.
- Place Notary Seal Above
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Documen
Title or Type of Document: 3bhc
Document Date: Number of Pages:
Signer(s) Other Than Named Above: t3\. &.x &Lz f
Capacity(ies) Claimed by Signer
Signer's Name: Kanh c. 1
0 Individual
=Corporate Officer - Title(s): 'b-4 - SeC w&
0 Partner - 0 Limited 0 General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing: I
0 1997 National Notary Association * 9350 De Sot0 Ave., P.O. Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
BOND NO. 421853
LABOR AND MATERIALS BOND
in the city of Carlsbad, In strlct conformity wllh the drawings and specifications, and other contract Documents M]W on file in the Office of the Chy Clerk oi the City of Carlsbad and all Of which are
incorporated herein by this reference.
WHEREAS, pdnupal has executed or is about to execute said Contract and the terms lhereof require the
fumlshing of a bond. providing thai if Prfncipaf or any ol their subcontractors shaft fall to pay for any materlals, pmuislons, provender or other supplies or teams wed In. upon or about the performance of the
wark agreed to be done, or for any wark or labor done thereon of any kind, he Surety on this bond wlll pay the earn to the exlent hereinafter set forth.
NOW, THEREFORE, WE, ERRECAS/ffANSfJN SJH , as Principal, (herelnafter designated a8 the "Canlractor'), and PFAmBJULWIY CUEANY BS are held firmi bound unlo the Ct of Carkbed/Carlsbad Municipal Water Dlstrict in the sum of - :"t%E MILLlON hREE HUNDRE THIRTY TWO THOUSAND NINETY TWO & 001100
DdhS (5 9,332,092.00 1, sald sum being an amount equal to:
One hundred percent (100%) of the tolal estimated amount payable under the terms of the said contract by the City of C~rl6badl Carfsbad Municipal Water Dlstrict, and for whfch payment wiH and truly to be made we bind oureelves. our hefts, executor6 and administrators, successors or assigns, jointly and
severally, firmly by lhese presents. THE CONDITION OF THIS OBUGATION IS SUCH lhat if the person or hlslher subcontractors fall to pey for any materiils, provisions, provender, supplles, or learns used In, upon, for, or about the performance of the work contracted Lo be done, or lor any other work or labor thereon of any kind, conslstent with California Civil Code sectlon 3181, or for amounts due under the Unemployment Insurance Code with respect 10 the work or labor performed under this Contract, or lor any amounts required to be deducted, withheld, and paid over to &he Employment Development Depariment from the wages of employees of the contractor and subcantracbrs pursuanl to secllon 13020 of the Unemployment Insurance Code with respect b the work and labor that the Surety wlW pay for the same, and, also. in case suit is brought upon the band, reasonable attorney's fees, lo be fixed by the court, consistent wim Callfomia Civil Code ssctian 3249, Thls bond shall Inure to the benefit 01 any and all persons, companies and corporations mijiied to flie clakna under We 15 of Part 4 of DMslon 3 of the chril Code (commencing with section 3082).
Surety 8tipulakIS and RglBe8 lhat no change, extenslon of time, alteration or additlm to Ne terms of the Contract, or lo the work to be performed thereunder or the speclficatbns ampanying me same shall
affect Its oblimtlona on this bond, and It doe8 hereby walve notice of any change. extension of time, alkWatlons or addltion to the tt3tmS of the conbect or to the work or to fie speufications.
a ne 14 nmo Pam 67 of 270 Pages
in the event that Contractor is an Indlvldual, It Is agreed that the death of any such Contractor shall not
exonerate the Surety from Its abngatlona under thls bond.
Executed by CONTRACTOR thle 1 6TH Executed by SURETY thls 1 6" day
day of DECIWBm 20.3 of DECEMBER ,20&.
CONTRACTOR: SURFPI:
ERRECA'S / HANSON SJH SEABOARD suRE;Ty CaMPANy
(name of Contractor) (name of Surety)
P.O. BOX 14245, ORANGE, CA 92863-1245
(address of Surety)
(71 4) 620-1 200
(telephonpurqber of Surety)
JAMES F. T"EyER, ATI'OFXEY-IN-FACT
(printed me of Altomey-In-Fact)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(Pmident or vfca-president and secretary or assistant secrelary must sign for corporations. If only one officer signs, the carporatlon must attech a resolution certified by the secretary or assistant secretary under corporate sed empowering that officer to blnd the corporation.)
(If sIgned by an indbiduai pafiner, the partners;* mist athch 8 ~kttmm ~f peme~fhip, z?u?horizing he partner to execute thls Instrument)
APPROVED AS Ti3 FORM;
RONALD R. BALL
CltV AtlornevGeneraJ Counsel
la ne H nmn Contract No. 31 90 Pege 68 of 270 Pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of QAJ Rleq n } SS.
On 1212(0/02 , before me, dI.1 N( I rDh4 AI~~N?& C.
bate tame and Title of qfficer (e!gf"Jane Doe, Notary Pdc")
personally appeared M 0nA-r f. P I3 1 [A \I klQ Namq) of Signer(s)
sonally known to me
to me on the basis of satisfactory
evidence
Place Notary Seal Above
to be the persor" whose namew ish
subscribed to the within instrument and
acknowledged to me that he/&&bey executed
the same in hi- authorized
capacityM, and that by hisH4ehWle)h
signaturewon the instrument the personm or
the entity upon behalf of which the persow
acted, executed the instrument.
WITNESS my hand and official seal.
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Doc
Title or Type of Document: la
Document Date: Number of Pages: 2
Signer(s) Other Than Named Above: b> -l-Q
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
%Corporate Officer - Title(s): \st=& - cy 4 C . .
0 Partner - 0 Limited General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
0 1997 National Notary Associatlon * 9350 De Soto Ave., P.O. Box 2402 * Chakworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California I -
County of
Onat% \bk, mz , before me,T?ki 3. kbbd I do- Pd8CkJ
personally appeared
Dale Name and Tttle of Officer (e.g., "Jane Doe, Notary Pub$")
Name@) of Signer@)
Bpersonally known to me
-e&e%e
me Da-
I
I
TAM1 J. LEDDON 1 COMM. # 125371 1 ,,
SAN DIEGO COUNTY * My Cornm. Exp. Mar. 15,2004 I
NOTARY PUBLIC-CALIFORNIA 8
Place Notary Seal Above
to be the person($ whose name(s) is/are
subscribed to the within instrument and
acknowledged to me that he/M/Hy executed
the same in his/j&r/ttx?fr authorized
capacityw), and that by his/&r/t@f
signatureN on the instrument the personH, or
the entity upon behalf of which the person
acted, executed the instrument. @?
WITNESS my hand and official seal.
SignatNe of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document,
Description of Attached Doc
Title or Type of Document:
Document Date: # Ib4L Number of Pages: 3
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
0 Corporate Officer - Title(s):
0 Partner - 0 Limited 0 General
Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
0 1999 National Notary Association 9350 De Sot0 Ave., P.O. Box 2402 Chalsworfh, CA 9131 3-2402 * www.nationalnolary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-8827
(1..
c CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
2ounty of San Diego
In 12/16/02 before me, Nicki Edwards, Notary Public,
)ersonally appeared James F. Teghtmeyer,
RJ personally known to me to be the personM
whose name0 is/- subscribed to the within instrument and
acknowledged to me that he/sh&ky executed the same in hiss
authorized capacity(esj, and that by his/he&bhignatureM on the
instrument the person@, or the entity upon behalf of which the person($
acted, executed the instrument.
WITNESS my hand and official seal.
biow rnmh
Signature of Notary
rhough the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
kaudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
2 INDIVIDUAL 1 CORPORATE OFFICER
7 PARTNER(S) 0 LIMITED
7 TRUSTEE(S) 1 GUARDIAN/CONSERVATOR
ITHER:
a ATTORNEY-IN-FACT
SIGNER IS REPRESENTING:
\IAME OF PERSON(S) OR ENTITY(1ES)
Seaboard Surety Company
CA-ICW 24 (7/00)
> POWER OF ATTORNEY
Seaboard Surety Company United States Fidelity and Guaranty Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Power of Attorney No. 20988 Certificate No. 1406833 -
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, and that
St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota. and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters,
Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively culled the “Companies ‘7, and that the Companies do hereby make,
constitute and appoint
James F. Teghtmeyer, Daniel P. Dole, John T. Dole and Nicki Edwards
of the City of , their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the
performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and sealed this
Bonita , State California
lst day of December 1999 ,-.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underw-riters, Inc.
State of Maryland
City of Baltimore
0
THOMAS E. HUIBRECTSE, Assistant Secretary
On this 1 st day of December , 1999 , before me, the undersigned officer, personally appeared Peter W. Carman and
Thomas E. Huibregtse, who acknowledged themselves to be the Vice President and Assistant Secretary, respectively, of Seaboard Surety Company, St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and
Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc.; and that the seals affixed to the foregoing instrument are the corporate seals of
said Companies; and that they. as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the
corporations by themselves as duly authorized officers.
. ..
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 1st day of July, 2006.
*h”e”it*r*
REBECCA EASLEY-ONOKALA, Notary Public
86203 Rev. 7-2002 Printed in USA.
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company, St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company,
Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance Underwriters, Inc. on September 2, 1998, which resolutions are now in 111 force and
effect, reading as follows:
RESOLVED, that in connection with the fidelity and surety insurance business of the Company, all bonds, undertakiigs, contracts and other instruments relating
to said business may be signed, executed, and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in
accordance with these resolutions. Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the
Company, either by the Chairman, or the President, or any Vice President, or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary,
under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and subject to any limitations set forth therein, any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company, and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached, and
RESOLVED FURTHER, that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings, and other
writings obligatory in the nature thereof, and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company.
I, Thomas E. Huibregtse, Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,
St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
Undehters, Inc. do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force
and effect and has not been revoked.
IN TESTIMONY WHEREOF, I hereunto set my hand this 6TH day of 2002,
To wrifj, the authenticity of this Power ofAnOnrey, call 1600421-3880 and as&/or the Porcn ofAlyorn9 clfrk. plcosc n$?r to the kr ofAttonrey numk, the
abovenamed individuals and the dctnils of the bond to whkh the pocucr is ehed
-,
Ih
WHEREAS, Ihe City Council a: :he Ci:y of Car!shrl, Stat9 af mlifarnia, by ~gsc!u?!#n
No. 2002-393 , adopted NOVEMBER 19. 2002 , and the Board of
Directors of the Cerlsbed Munlclpal Waler Dlstrlct of the City of Carisbed, Stale d California, by
ERRECASIHANSON SJH , (hereinafter Rswlution No. ? 173 adepd t 1 - 19-02 hss swardsd ta
designated a6 the 'Principal"), a Contract far.
Rancho Sank Fe Road North, Phase 1 Contract No. 31 90
Its succ&sors and asslgns; for whlch payment, well and truly to be made, we bind ourselves, our helrs,
executors and adminiatretars, successors or assigns, jointly and severally, firmly by these presentrr.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executm, admlnlstralofs, successors of assigns, shal in al things stand to and ablcle by, and well and
truly keep and perform the covenants, condlllons, end agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner !herein specified, and in ail fsspec~ aceordinq io Iheir We iPrletrt and meaning, and she!! indamnify and
save harmless the Cily of Carisbad, ib officers, employees and agents, as therein stipulated, then thk obligatlan shall became null and void; otherwise it shall remain In furl force and effect.
As B pa0 of the obllgaHon secured hereby and in addlaon to the face amount speclfled therefore, there shall be Included cos19 and reasonable expenses and fees, including reasonable attorney's fees, incurred
by the City in succe6sfuly enforcing such obligation, a# to be taxed as costs and included in any
judgment rendered.
Surety SlipYktbS and agrees ht m change, 6XtensiOn of the, alteration of additlon to the terms of the contract, or to the work to be performed thereunder or !he specifitions accompanying the same smll
alfect its obligatbns on thls bond, and It drms hereby waive notica of any change, axlenslon of time, alterations or additlon to the terms of the contract or to the work or lo he specifications,
In the event met Contractor Is an Individual, It Is agreed that the death of any such Contractor shall not exonerate Ihe Surety from its oblgatians under this bond.
CaMraCl No. 3190 Paae 69 of 270 Paoes
becuted by CONTHACTOR this 6TH
day d
Executed by SURETY this 1 6TH day of DECEMBER t2LL" - 02
DEcE%IBER * 20-. 02
CONTRACTOR:
ERFZ,CA'S / HANSON SJH
RONALD R. BALL City
By:
-.
Depuyfity Attomey/Deputy General Counsel
i
Pnnlrant hln A1 WI Pana 70 nf 97n Panon
.. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827
State of California I
County of Sah Plao
personally appeared
Name(s) of Slgner(s)
0 personally known to me
wproved to me on the basis of satisfactory
evidence
Place Notary Seal Above
to be the persondwhose nameH islad
subpibed to the within instrument and
acknowtedged to me that helc4kdikey executed
the same in his/- authorized
capacitm, and that by hisHTertttrmr
signaturmon the instrument the person@$or
the entity upon behalf of which the person@
acted, executed the instrument.
WITNESS my hand and official seal
- LA ignature of Not ry Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached D
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above: khh &z 1-
Capacity(ies) Claimed by Signer
Signer's Name: MOO& ~AL
0 Individual
&Corporate Officer - Title(s): bcdk 5 @-c . a b Partner - 17 Limited 0 General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing: '
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California 1
County of
On Ib*/ Date mz, beforeme,"' \- 5 kDDd, dm& "9
personally appeared - Name and Title of Officer (e.g., "Jane Doe, Notary Public")
Name(s) of Signer($.)
dpersonally known to me
to be the persong whose nameM islare
subscribed to the within instrument and
acknowledged to me that heMelth6y executed
the same in hisl~ltwr authorized
capacity@&), and that by hislHrltW
signature(& on the instrument the person$), or
the entity upon behalf of which the personw
acted, executed the instrument.
WITNESS my hand and official seal.
Place Notary Seal Above
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached
Title or Type of Document:
Document Date: I 2 dl (r -02 Number of Pages: 7/
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
0 Individual
0 Corporate Officer - Title(s):
0 Partner - 0 Limited 0 General
0 Attorney in Fact
0 Trustee
Guardian or Conservator
0 Other:
Signer Is Representing: -
0 1999 National Notary Assmiation - 9350 De Soto Ave , P.O. Box 2402 Chalswollh, CA 91 31 3-2402 - www.nationalnotary.org Prod. No. 5907 Reorder: Call Toil-Free 1-800-876-6827
l/.s
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
Zounty of San Diego
3n 12/16/02 before me, Nicki Edwards, Notary Public,
~ersonally appeared James F. Teghtmeyer,
a personally known to me to be the personw
whose name(g is/= subscribed to the within instrument and
acknowledged to me that he/skkhq executed the same in his/Mr
authorized capacityw, and that by hislherkkeirsignaturee3 on the
instrument the persono, or the entity upon behalf of which the person($
acted, executed the instrument.
WITNESS my hand and official seal.
bM4 cdLd&b Signature of Notary
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
I] INDIVIDUAL 7 CORPORATE OFFICER
7 PARTNER(S) 0 LIMITED
3 TRUSTEE(S) 3 GUARDIAN/CONSERVATOR
3THER:
ATTORNEY-IN-FACT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(1ES)
Seaboard Surety Company
CA-ICW 24 (7100)