Loading...
HomeMy WebLinkAboutMcLaughlin Engineering & Mining Inc; 2002-02-15; 3603Recording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 Notice is hereby given that: ) ) ) ) ) ) } ) ) ) DOC# 2003-0846362 JUL 16, 2003 12:49 PM IJFICI!l ~]lRDS SAN DIEGO Ill.MY REIIRDER'S CFFICE GREGCRV J. SMITH, CCUffi' RECDIDER FEES: 0.00 Space above this line for Recorder's Use NOTICE OF COMPLETION 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 August 22, 2002. 6. The name of the contractor for such work of improvement is Mclaughlin Engineering & Mining Inc. 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 Orion Street from El Camino Real to Faraday Avenue, Project No. 3603. CITY OF CARLSBAD ~~~ 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 July 15 , 2003, 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 __ J_u_l..._y_l_6 __ , 2003, at Carlsbad, California. AB #17,246 7-15-03 Reso. 2003-194 CITY OF CARLSBAD U4-d.&\~h~ ~ LORRAINE M. ()D 1 City Clerk ' ... CITY OF CARLSBAD PROJECT: #3603, EL CAMINO REAL AND ORION STREET CONTRACT NO. 3603 CONTRACT CHANGE ORDER NO. 5 P.O. NO. P110956 ACCOUNT NO. 30070009060/36031921, 30570059060/36032921 CONTRACTOR: Mclaughlin Engineering & Mining, Inc. ADDRESS: 41934 Main St., #107 Temecula, CA 92590-2701 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2.3 Agreed prices, SSPWC 2000, and the Provisions of this contract, perform the following: Item 1: Provide all labor, material and equipment to adjust existing fire hydrant and water meter box to grade per CMWD Standard DWG. W12 and W3 respectively. Increase to contract cost. .............................................................. $ 250.00 Item 2: Provide all labor and materials to install straw matting on slope from Sta. 17+75 to Sta. 19+25 Right. Increase to contract cost ............................................................ $1,500.00 Item 3: Provide all necessary labor, materials and equipment to install traffic rated access hole frame and cover. Pacific Bell to furnish frame and cover. Increase to contract cost ............................................................... $ 475.00 TOTAL INCREASE TO CONTRACT COST .................................... $2,225.00 Project: #3603, El Camino Real and Orion Street Change Order No. 5 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: ~ CONSTRUCTION MANAGER CITY ENGINEER (DATE) ~ ~ t-/'-Yv'---'1/&o(or FIANCEDIRECTOR (DATE) Y> b ~ , DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN CITY OF CARLSBAD Project No. 3603 I EL CAMINO REAL AND ORION STREET CONTRACT NO. 3603 CONTRACT CHANGE ORDER NO. 4 P.O. NO. P110956 ACCOUNT NO. CONTRACTOR: 30070009060/36031921,30570059060/36032921 McLaughlin Engineering & Mining, Inc. ADDRESS: 41934 Main St. #107 Temecula, CA 92590-2701 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2.3 Agreed prices, SSPWC 2000, and the Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Provide all labor & equipment for removal & disposal of existing trees at ST A 23 + 50 Orion St. Increase to contract cost.. ........................................................ $500.00 Provide all labor, equipment and materials for installing straw matting on slope at STA 27 + 50 to STA 30 + 17 Increase to contract cost........................................................ .$750.00 Provide all labor & equipment for 1.5 inch deep by 10 foot wide grind of the existing AC pavement from STA 324 + 34.35 to STA 330 + 27.59. This price includes all costs associated with the disposal of the grindings. Increase to contract cost ........................................................... $ 3,600.00 TOTAL INCREASE TO CONTRACT COST ........................................... $4,850.00 Project #3603 El Camino Real and Orion Street Change Order No. 4 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER RECOMMENDED BY: ~ ~/z 1/02 CONSTRUCTION MANAGER (DATE) ~ 6-2'-cz.. OEPTCITYENGINEER (DATE) PL~ CITY ENGINEER 7/1/0z (DATE) ~.:, ~9= 1/t~d>- FiNACED1RECTOR (DATE) ' / DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: 2-g~o:) (DATE) L 162002 (DATE) CITY OF CARLSBAD Project No. 3603 / EL CAMINO REAL AND ORION STREET CONTRACT NO. 3603 CONTRACT CHANGE ORDER NO. 3 P.O. NO. P110956 ACCOUNT NO. CONTRACTOR: 30070009060/36031921,30570059060/36032921 Mclaughlin Engineering & Mining, Inc. ADDRESS: 41934 Main St. #107 Temecula, CA 92590-2701 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2.3 Agreed prices, SSPWC 2000, and the Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Provide all labor, materials, and equipment to lower 943 LF of 2" Schedule 80 PVC sewer force main@$12.48/LF = $11,768.64. Increase to contract cost. ............................................................. $11,768.64 Provide all labor, materials, and equipment to construct two (2) Tapered Inlet and Downdrain Flumes per SDRSD D-23, with two (2) modified rip rap energy dissipators per SDRSD D-40 @ $1,100 ea. = $2,200. Increase to contract cost. ............................................................. $2,200.00 Provide all labor, materials, and equipment to construct two (2) ¼-ton rip rap energy dissipators per modified SDRSD D-40 at STA. 17+30 & STA. 20+16. Increase to contract cost. ............................................................. $ 3,500.00 TOTAL INCREASE TO CONTRACT COST ........................................... $17,468.64 Project #3603 El Camino Real and Orion Street Change Order No. 3 Page2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER RECOMMENDED BY: rfl}lh.t2t04.G: 5/v /oz CO SRUCTION MANAGER (DATE) C L 5 -"l'-01.-- DEPUTVCITYENGINEER (DATE) . / ~ .• 74 t>:~ 6h/21z CITY ENGINEER (DATE) ~~ ~ ic>l;x,fcJ;J-.. Fl~IRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: CITY OF CARLSBAD Project No. 3603 / El Camino Real and Orion Street CONTRACT NO. 3603 CONTRACT CHANGE ORDER NO. 2 P.O. NO. P110956 ACCOUNT NO. CONTRACTOR: 30070009060/36031921,30570059060/36032921 McLaughlin Engineering & Mining, Inc. ADDRESS: 41934 Main St. #107 Temecula, CA 92590-2701 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2.3 Agreed prices, SSPWC 2000, and the Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Provide all labor, equipment and material for installation of two (2) 1" manual air releases, per CMWD Standard Drawing W-5 at sta. 14+25 +/-and sta. 22+35 +/-. Increase to contract cost. ............................................................. $2,758.50 Relocate existing fire hydrant and water to back of future sidewalk per CMWD Standard Drawing W-11 & W-3, respectively. Increase to contract cost. ............................................................. $1, 110.74 Abandon existing 2" water service at corporation stop located at sta. 25+67 +/-. Increase to contract cost. ............................................................. $ 324.26 TOTAL INCREASE TO CONTRACT COST .............................................. $4, 193.50 Project #3603 El Camino Real and Orion Street Change Order No. 2 Page2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER RECOMMENDED BY: CONSTRUCTION MANAGER ITY ENGINEER CITY ENGINEER FINANCE DIRECTOR J· I ~ rl DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: 4/2/oz (DATE) c~ (DATE) (DATE) ~~~72002 CITY ~AGERtMiB<'r'OR (DATE) (DATE) CITY OF CARLSBAD Project No. 3603 / El Camino Real and Orion Street CONTRACT NO. 3603 CONTRACT CHANGE ORDER NO. 1 P.O. NO. P110956 ACCOUNT NO. CONTRACTOR: 30070009060/36031921,30570059060/36032921 McLaughlin Engineering & Mining, Inc. ADDRESS: 41934 Main St. #107 Temecula, CA 92590-2701 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to subsection 3-2.2.3 Agreed prices, SSPWC 2000, and the Provisions of this contract, perform the following: Item 1: Substitute class DR 21 class PVC pipe with DR14 class 200 PVC pipe. Increase to contract cost. ............................................................. $1,920.98 Pursuant to subsection 3-2.2.1, Contract Unit Prices, SSPWC 2000, and the Provisions of this contract, perform the following: Item 2: Increase bid item no. 36, 1 O" PVC pipe, from 579 LF to 691 LF; 112 LF x $82/LF = $9,184.00. Increase to contract cost. ............................................................. $9, 184.00 TOTAL INCREASE TO CONTRACT COST ............................................ $11,104.98 Project #3603 El Camino Real and Orion Street Change Order No. 1 Page 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER RECOMMENDED BY: ~ 3k8/oz CONSTRUCTION MANAGER (DATE) C L &./-2-o-i- DEPUTY CITY ENGINEER (DATE) PL £2_ --,10 z CITY ENGINEER (DATE) FINANCE DIRECTOR (DATE) DISTRUBUTION: INSPECTION FILE (ORIGINAL) PURCHASING CONTRACTOR DEPUTY CITY ENGINEER, DESIGN APPROVED BY: ~~ tH-czr CONTCTOR (DATE) (DATE) CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS 09/11/00 FOR El Camino Real and Orion Street CONTRACT NO. 3603 October 2001 Contract No. 3603 Page 1 of 112 Pages TABLE OF CONTENTS Item fl!!I! Notice Inviting Bids ... .. ... . . .. .. . . ...... .................. .... ... .............. .... ... .. .. .. .. . .. ... ......... ... .... .. . . . . .. . .. .... .. 6 Contractor's Proposal .............................................................................. , .. . ... .... ........ ... ... ... .. . . . 10 Bid Security Form..................................................................................................................... 22 Bidder's Bond To Accompany Proposal.................................................................................... 23 Gulde For Completing the "Designation Of Subcontractor and Amount Of Subcontractor's Bid Items· and "Designation of Owner Operator/Lessor and Amount Of Owner Operator/ Lessor Work" Forms...... .. . .. . .. . . .. .. . . .. . .. . .. . .. . .... ........... ... ... .. .. ... .... ............... ........... ... .. ....... ... 25 Designation Of Subcontractor and Amount Of Subcontractor's Bid Items ............. .... .. . . ... .... ... 27 Designation Of Owner OpP.rator/Lessor And Amount Of Owner Operator/Lessor Work .... .... .. 28 Bidder's Statement Of Financial Responsibility......................................................................... 29 Bidde:'s Statement Of Technical Ability And Experience.......................................................... 30 Bidder's Certificate Of Insurance For General Liability, Employers' Liability, Automotive Liability And Workers' Compensation....................................................................................... 31 Bidder's Statement Reference Debarment ... .... .. . ...... .............. .... .... ... .. ......... ....... ......... .... ...... . 32 Bidder's Disclosure Of Discipline Record . .. .. .. .. .. .. .. . .. .. . .. .. . .. .. . .. .. . .. .. .. .. .. .. .. .............. ..... .. . 33 Non-Collusion Affidavit To Be Executed By Bidder And Submitted With Bid............................. 35 Contract Public Works .... . . . . . . . . . . ... . .. . ..... ... . ... ... .. . . . . . ... . ... . ............ ... . . .. ... .... ... . ....... ... . ... .. .. .. . . . . .... . 36 Labor And Materials Bond........................................................................................................ 43 Faithful Performance/Warranty Bond........................................................................................ 45 Optional Escrow Agreement For Security Deposits In Lieu Of Retention.................................. 47 Contract No. 3603 Page 2 of 11 ~: Pages Part 1 Section 1 1-1 1-2 1-3 Section 2 2-3 2-4 2-5 2-9 2-10 Section 3 3-2 3-3 3-4 3-5 Section 4 4-1 4-2 Section 5 5-1 5-4 Section 6 6-1 6-2 6-6 6-7 6-8 6-9 Section 7 7-3 7-4 7-5 7-7 7-8 7-10 7-13 Section 8 Section 9 9-1 9.3 ~ \.19/11 /00 SUPPLEMENTAL PROVISIONS General Provisions Terms, Definitions, Abbreviations And Symbols Terms................................................................................................................ 50 Definitions.......................................................................................................... 50 Abbreviations..................................................................................................... 51 Scope And Control Of The Work Subcontracts .. . ... . . .. . . . . . . ... .. ... .. .. . . . .. . . ..... .. ... ... ... .. ... ... .. ... ... .. . . . .. . .. .. . .. .. . .. .... .... . .. .. . 52 Contract Bonds.................................................................................................. 52 Plans And Specifications.................................................................................... 53 Surveying . .. . .. .. . .. . . . .. . .. . .. .. . .. ... .. . . .. . . . . .. . .. ... .. .. .. .... . . .. .. . . .. . . . . . .. .. . . . . . . . .... ... .. .. . . .. . . .. .. . 55 Authority Of Board And Engineer....................................................................... 59 Changes In Work Changes Initiated By The Agency...................................................................... 59 Extra Work .. .. . . . . . . .. . .. . .. . .. .. .. . .. . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . .. .. . .. ... . . . .. .. . . . . . . . . . . . ... .. . . .. .. .. .. . . 59 Changed Conditions....... ................................................................................ .. 60 Disputed Work................................................................................................... 61 Control Of Materials Materials And Workmanship.............................................................................. 63 Materials Transportation, Handling And Storage .. .. ... ... .. . .. .. . .. ..... ..... ...... .. . .. .... .. 64 Utilities Location............................................................................................................. 65 Relocation . . . . . . .. .. . .. . . . ... .. .. . .. . . . . . . .. . . .. . . . .. .. .. . . .. . . . . . . . . . .. .. . . . . .. . . . . . .. . . . . . . . .. . . . . .. . . . . ... . . . .. . 65 Prosecution, Progress And Acceptance Of The Work Construction Schedule And Commencement Of Work.................................. . .. 65 Prosecution Of Work......................................................................................... 65 Delays And Extensions Of Time . .. ... . .. . .. .. . .. .. .. .. .. .. .. .. ... ... .. .. . .. . .. .. .. .. .. ... .. .. .... .. .... 66 Time of Completion........................................................................................... 66 Completion And Acceptance.............................................................................. 66 Liquidated Damages.......................................................................................... 67 Responsibilities Of The Contractor Liability Insurance.............................................................................................. 67 Workers' Compensation Insurance.................................................................... 67 Permits.............................................................................................................. 67 Cooperation and Collateral Work....................................................................... 67 Project Site Maintenance............................................................................. . .. . .. 68 Public Convenience And Safety......................................................................... 68 Laws To Be Observed....................................................................................... 73 Section Not Used Measurement and Payment Measurement Of Quantities For Unit Price Work............................................... 73 Payment............................................................................................................ 74 Contract No. 3603 Page 3 <lf 1 12 Pages Part 2 Section 200 200-1 200-2 Section 201 201-1 Section 203 203-6 Section 204 204-1 Section 206 206-7 206-8 206-9 Section 207 207-2 207-10 207-25 207-26 207-27 207-28 Section 209 209-2 Section 210 210-1 Section 212 212-1 Section 213 213-2 213-3 Section 214 214-5 Part3 Section 300 300-1 300-2 300-3 300-4 300-9 r. •+.'9/11/00 Construction Materials Rock Materials Rock Products .................................................................................................. . Untreated Base Materials ................................................................................. . Concrete, Mortar And Related Materials Portland Cement Concrete .............................................................................. . Bituminous Materials Asphalt Concrete .............................................................................................. . Lumber And Treatment With Preservatives Lumber And Plywood ....................................................................................... . Miscellaneous Metal Items Traffic Signs ..................................................................................................... . Light Gage Steel Tubing And Connectors ......................................................... . Portable Changeable Message Sign ................................................................. . Pipe Reinforced Concrete Pipe ................................................................................. . Steel Pipe ......................................................................................................... . Underground Utility Marking Tape .................................................................... . Gate Valves ...................................................................................................... . Gate Valve Boxes ............................................................................................. . Polyvinyl Chloride (PVC) Pressure Pipe ........................................................... . Signals, Lighting And Electrical Systems Materials And Installation .................................................................................. . Paint And Protective Coatings Paint ................................................................................................................. . Landscape And Irrigation Materials Landscape Materials ........................................................................................ . Engineering Fabrics Geotextiles ....................................................................................................... • Erosion Control Specialties ............................................................................... . Pavement Markers Reflective Pavement Markers ........................................................................... . Construction Methods Earthwork Clearing And Grubbing .................................................................................... . Unclassified Excavation .................................................................................... . Structure Excavation And Backfill ..................................................................... . Unclassified Fill ................................................................................................. . Geotextiles For Erosion Control. ....................................................................... . 77 78 79 79 80 BO 83 84 85 85 87 88 89 89 89 94 94 95 95 95 97 97 99 99 100 Contract No. 3603 Page 4 of 11 2 Pages Section 301 301-1 Section 302 302-5 Section 303 303-1 303-2 303-5 Section 306 306-1 306-5 Section 310 310-5 310-7 Section 312 312-1 Section 313 313-1 313-2 313-3 313-4 Treated Soil, Subgrade Preparation, And Placement Of Base Materials Subgrade Preparation ....................................................................................... . Roadway Surfacing Asphalt Concrete Pavement ...................................................................... : ...... . Concrete And Masonry Construction Concrete Structures .......................................................................................... . Air-Placed Concrete .......................................................................................... . Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access Ramps, And Driveways ....................................................................... . Underground Conduit Construction Open Trench Operations .................................................................................. . Abandonment Of Conduits And Structures ...................................................... .. Painting Painting Various Surfaces ............................................................................... . Permanent Signing ........................................................................................... . Pavement Marker Placement And Removal Placement ........................................................................................................ . Temporary Traffic Control Devices Temporary Traffic Pavement Markers ............................................................. .. Temporary Traffic Signing ............................................................................... . Temporary Railing (Type K) And Crash Cushions .......................................... .. Measurement And Payment ............................................................................ .. 101 101 102 103 103 103 107 107 108 109 109 110 110 112 Appendix A Standard Drawings ft \.Js,11100 Contract No. 3603 Page 5 of 11 2 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Until 4:00 P.M. on November 29, 2001, 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: removal and replacement of ,asphalt concrete pavement and base, AC berm and AC sidewalk, concrete curb and gutter, concrete sidewalk, roadway and road shoulder widening, removal and replacement of lane striping, crosswalks, raised pavement markers, traffic and directional signs and construction and reconstruction of appurtenant drainage structures, and waterline. CONTRACT NO. 3603 This bid and the terms of the Contract Documents and Supplemental Provisions consti1ute 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 specifi ~ations for the work include the Standard Specifications for Public Works Construction 2000 Editicin, and supplements thereto, all hereinafter designated "SSPwc· as issued by the Southern C;;,lifornia Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulE,rs and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers. fabricators and contractors to utilize recycled and recyclable materials when available. appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in biddin!~ 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 withhE,ld 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. P1Jrsuant to the provisions of law (Public Contract Code Section 10263), appropriate securities rnay 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 omisi,ions 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, properly executed including notarization where indicated are: 09/11/00 Contract No. 3603 Page 6 of 11 2 Pages 1. Contractor's Proposal. 2. Bidder's Bond. 3. Non-Collusion Affidavit. 4. Designation of Subcontractors and Amount of Subcontractor Bid. 5. Designation of Owner Operator/Lessors and Amount of Owner Operator/Lessor Work. 6. Bidder's Statement of Financial Responsibility. 7. Bidder's Statement of Technical Ability and Experience. 8. Acknowledgement of Addendum(a). 9. Certificate of Insurance. The riders c:overing the City, its officials, employees and volunteers may be omitted at the tim•~ of bid submittal but shall be provided by the Bidder prior to award of this contract. 1 O. 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). 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 $1,508.000. Except as provided herein a bid submitted to the City by a Contractor who is not licens,ed 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 &ubmitted 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 penalty of perjury. This invitation to bid does not involve1 federal funds. The following classifications are acceptable for this contract: Classification Description A General Engineering If the Contractor intends to utilize the escrow agreement included in the contract documenlls in lieu of the usual 10% retention from each payment, these documents must be completed and s1Jbmitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California, 92008-7314 for a non-refundable fee of $30.00 per set. If plans and specifications are to be mailed, the, cost for postage should be added. Any prospective bidder who is in doubt as to the intended meaning of any part of the clrawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and 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, modlfic:ation 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 c:arlsbad except as hereinbefore specified. ft \.Js,11100 Contract No. 3603 Page 7 of ·112 Pages The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregullarity 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 Sectionn 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a curre,nt 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 wagen 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 Sections 4107 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 pre-bid meeting and tour of the project site will not be held. 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 bt~tween words and figures, the words shall prevail. In case of an error in the extension of a unit pri,::e, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the 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 (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000). These bonds shall be kept in full force and effect during the course of this project, and shall ,9xtend 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 instrument entitling or authorizing the person who executed the bond to do so. ft "t.19/11/00 Contract No. 3603 Page 8 of 11 ,! Pages 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statem,~nt 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: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:V. 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification 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 c:ompany 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 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, California, by Resolution No :i'.001-242, adopted on the ih day of August, 2001. Date ft ~,9/11/00 Contract No. 3603 Page 9 of 11 2 Pages City of Carlsbad IA!lid,F?il,i·l·id·6141,,i§,II November 16, 2001 ADDENDUM NO. 1 RE: CONSTRUCTION OF ORION STREET, FINDING OF ENVIRONMENTAL COMPLIANCE, Contract No. 3603 This addendum--receipt acknowledged--must be attached to your Request for Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 McLaughlin Engineering & Mining, Inc. Wayne White, Vice President 1635 Faraday Avenue• Carlsbad, CA 92008-7314 ,(760) 602-2460 'lo FAX (760) 602-8556 @ _,-. . ,, CITY OF CARLSBAD El Camino Real and Orion Street Contract No. 3603 ADDENDUM NO. 1 The City of Carlsbad issues this Addendwn No. I to the Contract Documents for the El Camino Real and Orion Street project, Contract No. 3603. The addendum consists of 1 revised bid schedule page, this notice and a cover sheet. Contractor's Proposal: 1) Revise Page 13 of 112 which is a page of the Bid Schedule in the Contractors Proposal to change the description ofltem No. 21 to "AC Sidewalk-3" thick, at". Use the attached replacement page. Plan Sheets: 1) Revise the call out for the AC Sidewalk on the Orion Street Typical Sections shown on Sheet 2. The call out shall read "4' wide AC Sidewalk-3" thick". 2) Revise Plan Sheets 9 and 10 to delete the following note which references another plan set-"Curb & Gutter to be built per Dwg. 381-2 concurrently". CITY OF CARLSBAD CONTRACT NO. 3603 El Camino Real and Orion Street CONTRACTOR'S PROPOSAL City Council 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, Special 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. 3603 in accordance with the Plans, Specifications, Special Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: The quantity of earthwork shown in the bid documents and quantity estimates is approximate, payment shall be made on a lump sum basis and no additional compensation will be made thereto. BID SCHEDULE Contract No. 3603 (El Camino Real and Orion Street on East Side of El Camino Real) Bid Items 1 through 4 -Grading Item No. Description 1 Mobilization and Preparatory Work at 2 Dollars per Lump Sum Clearing and Grubbing at ./2 ~ ff,.e "-line'. p,,,o b-rk¥4 Dollars per Lump Sum ft f.~l'\/11 ,,.. ..... Approximate Quantity and Unit LS LS Unit Price Total o"' eo $ /IS:.000T ilS:,QtJO ~ / J ,...-op ,.-dO $ /:> ,.100 $ /JI J,o/J . , f PaaP-1 0 of 11 2 Panes Item No. Description 3 4 Unclassified Excavation at ~ O"k~[ Dears per Cubic Yard *Final Pay Quantity -Refer to Section 9-1.015 of Specifications EXl,Ort Soils at tL -/),,I,( /y,f (' u, c.h-+r Dollars per Cubic Yard *Final Pay Quantity -Refer to Section 9-1.015 of Specifications Approximate Quantity and Unit 5,260 CY* 3,040 CY* Unit Price $ (p '(9 Bid Items 5 through 23 -Street Improvements Item No. Description 5 Remove and Dispose of Existing Curb and Gutter at ----r:,., a O ,t:l{v J 6 Remove and Dispose of Existing PCC at &r-11.+ r ?0:fr Dollars per Square Foot 7 Remove and Dispose of Existing AC at /21i4-r Dollars per Square Foot 8 Remove and Dispose of Existing AC Berm at ~:f:l Dollars per Linear Foot Approximate Quantity and Unit 620 LF 3,415 SF 70,430 SF 870 LF Unit Price $J ~ w.to I .:,o $ - Contrnct No. 3603 Total $ :JJ. (p{,, 'f {;_!I • $ JJ., /&,o ~ I sv $ 31. /., 93 - Page 11 of 112 Pages I I I I I I I I I I I I I I I I I I I I . 1-Approximate Item Quantity Unit No. Descri11tion and Unit Price Total v~ vv 9 Remove and Dispose of 6 LF $ l{,,, $ qf..£. - Existing Chain-link Fence at • ~2 ~12 ti 11 f Dollars per Linear Foot /.1,e_ "!:..-00 10 Remove and Dispose of 10 LF $ $ Lk.o - Existing Wood Barricade at ~~Is.~ dt. (_( /7Vl,[_ Dollars per Linear Foot si. 0_! pd 11 6" AC Pavement at 109 Ton $ $ t,J)), - ~ ,Cc~Lf n., d t;J-t / I ,I/ I ee.,.A/ Dolllirs per Ton ,<t"=' /..L \ O'l'I •!!. 12 4" ~vement at 2,018 Ton $ $ ~4-<I I ~ ~-J!:h Dollars per Ton 13 Aggregate Base Material at 7,711 Ton $ l'-1 ft! $ /..l'f ,LJJ f'l -:;Ii,, l!d. ~ ' f2d-i 1:!:,J ' /, !/. Lb,_ (:_ uvfr Dollars per Ton o.fJ 14 ?Jt :Ji 14 Lime Treated Soil at 84,010 SF $ $ ~ .)l, t. c_ Dollars per Square Foot ..2 ~ '" 15 AC Berm (6") per SDRSD 2,700 LF $ $ 2, Orfo - G-5, Type 'A' at I z.-,~~~ Dollars per Linear Foot 16 Type "G" Curb and Gutter 537 LF $ ~ ,o $ ½/[too~ _(£_ - (6") at ~~:/ Dollars per Linear Foot l{tJ UV 17 PCC Sidewalk at 2,985 SF $ d: -$ 1 Ua'i. - . ~,vO ~n/ I /4.~ =--tj Dollars peSquare Foot ft ~:., n '"' " ,,...,.., "---",.,, _1, .... ,., ,..._ - -- Item No. Description 18 19 Cross-Gutter at 4"' Oo 4 41! Alo Dollars per Square Foot Alley Type Driveway to CMWD per City Supplemental Drawing N~. GS-20 at Y<:fo~ t:!l!J Approximate Quantity Unit and Unit Price Total 800 SF $ & O:f. $ 'f too ·'::' I $ ,.., '.'!. 709 SF :z. {Iii $ (e.J.Pt ' Dollars per Square Foot Pedestrian Ramp per w (I,/ 20 SDRSD G-27 Type 'A'~ 2 EA $ '(So -$ qoo 21 22 23 1;ntb1;: '£--;;z; -, Dollars Each AC Sidewalk• 3" thi~. ~:.L.. h~ tz!.i=7 o:\iper Square Foot Silt Fence at/.... .L,,, :;!Y;;J~l,n/ ~.,,,.., 7 Dollars per 7near Foot Const. Traffic Control at ~1,iir 1~,1%1~ o:ia;s per Lump Sum 3,392 SF 610 LF LS Bid Items 24 through 31 -Storm Drain Item No. Description 24 Removal of Existing A-1 Curb Inlet at JL,,,,,, °t~ d q,...I {J(l/(Mf' Dollars Each Approximate Quantity and Unit 1 EA $ I J.£ $ 3 'I_;; Unit Price II':!, $ /, 000 I ft '-19/11/00 Contract No. 3603 Addendum No. 1 11 /16/01 (lb $ /, Ooo - Page 13 of 112 Pages Item No. 25 26 27 28 29 30 31 Approximate Quantity Description and Unit Local PCC Depressions 130 SF (DS-1) at ~ Qe{(.4:1. [ lld, ~[. Dollars per Square Foot 1 EA Type "B1" Inlet at I~ ~7,~:J ~ s f~d Dollars Each /Yo l'_.-,t-J Pipe Collar at l!iikft!c~4 Do ars Each ~e "G~-1• Catch Basin at Pf. L __! ,,_ 7i!d ft & ""' ./ ___ IVo Dollars per Each Dollars per Each Wing Type Headwall at ~ ~, J)[? -I O qLf ..L. j ~ -fl r "7 o C44A ., ollars per Each 1 EA 605 LF 2EA 2EA 1 EA Bid Item 32 -Sewer Item No. Description Approximate Quantity and Unit Unit Price Total d<1 ,/u $ LQ -$ Li J..oo -• (JI) <'<I $ 3,Soo -$ _7 5'oo J Uv QU $ J.JQ $ (kJ-D - uv L/4 $ J.'{ .}Do $ I <P $ J, )Cb -$ Lf, "(oo "" w $ J,1100 -$ 5/ltio d., "" $ ~,Foo -$ Jcta.J - Unit Price U<J - 32 Adjust Manholes to Grade at .£._ ~ 1/z-,-z b r/ S::/, ,7 2J;&t11 C N • &-,vh- iJ,J PV 1 EA $ 5":s--D -$ UO Dollars per Each ft ~Ja,11 ,nn Paae 1 4 of 1 1 2 PaaP.s Bid Items 33 through 37 -Water Item No. Description 33 34 Approximate Quantity and Unit 10 EA 1 EA 35 ~Bio= ~ , ~ ~12 ~ &lfff ~liars per Each 1 EA 36 579 LF Dollars Per Linear Foot ~-~~ oTiars per : Unit Price (/<J $ ((,0 ./ ; "'' $ I, feOO I ? GU /(fa $ J .~ -$ J:15 -- GO I., e' ,cl <.J $ .~, JG,$ -$, ,&:> - Bid Items 38 through 40 -Dry Utilities and Miscellaneous Approximate Item Quantity Unit No. Description and Unit Price Total ,v "" 38 2EA $ l,5'0 -$ t Juo - ) 39 1 EA ft ~~"''""""'"''"' Paae 15 of 1 1 2 Paoes I. ,_ f 1- [ - Item No. Description 40 Dollars per Each Approximate Quantity and Unit 1 EA Bid Items 41 through 42 -Traffic Signals Item No. Description 41 42 ~ith Pull Rope at Dollars per Linear Foot Approximate Quantity and Unit 1,935 LF 11 EA Unit Price Total I./• w $ 4 /,&, l -$ ~. {Ad() ~ Unit Price (IV $ I,} - (;;<) $ JJ J)D -I $ J, ':(Jo ' Bid Items 43 through 52 -Striping/Signing Estimate Approximate Item Quantity Unit No. Description and Unit Price Total 43 47SLF ${)30 $ I-Ii {'u Dollars per Linear Foot 44 D~:;-~t) at 1,656 LF S.,,30 $ 'f1&fC Dollars per Linear Foot 45 130 LF $ IJ.'io $ . ., ,ra-- Dollars per Linear Foot 46 Detail 39A (Two-Coat Paint) ~~w-f 2,730 LF $ a,J5 $ bfJ:~,9 Dollars per Linear Foot Oa,11/fv, Cnntrnct Nn. 3603 Page 1 6 of 112 PaQes Item No. Description 47 Detail 39B (Two-Coat Paint} 48 49 50 51 52 a_½ /}' ,.;,t,wfcZuJ-t' ~ Dollars per Linear Foot Detail 37B (Two-Coat Paint} atdfJto/ddzF Dollars per Linear Foot Pavement Markings (Two-Co~:~n~) t ~ ~ Diai~!t r~~ Dollars Each ~~~ Dollars Each Approximate Quantity Unit and Unit Price Total 1,275 LF $(;,J~ $ J11 "!: (JV 250 LF $ /),i&:J $ /00 - 24 SF $ J ~ 670 LF $ ) I?, ' '" $ 13~ - 2EA $ ~Q /iQ -$ Ja:0 "" - ""' O<, 4EA $ Joo -$ {(00 Bid Items 53 through 61 -Carlsbad Corporate Center Improvements Approximate Item Quantity Unit No. Description and Unit Price Total $ I~ "~ "" 53 ~~ Gutter6' at 766 LF $ 13 ()),q-- I Dollars per Linear Foot 54 A 58 LF $ J~~ $ ,J-l'-f ~ ft Ua,11 '"" Contract No. 3603 Page 17 of 112 Pages Approximate Item Quantity Unit No. Description and Unit Price Total 55 Alley Type Driveway to Fed Ex 618 SF $ CJ o:::_ $ ~ ,(tpJ, (J.: per City Supplemental Standard Drawing No. GS-20 8}~,#~ ... Dollars per Square Foot vu dU 56 1 EA $ ~JO -$ c/JO - 57 LS Dollars per (Lump Sum) 58 Install 48" RCP (D1350) 61 LF $ /al ti~ $ ], .~J.I o::: (Sta. 17+32) at I (Pipe is available and located o~fu Dollars per Linear Foot oa 3 .;.'-(O $ le Ljfo PIJ 59 2 EA $~ -z,;;,;; cw <Iv 60 Type B1 Inlet (Sta. 25+48.64) 1 EA $ ~S-oo -$ J~Ou ~ ~ Dollars per Each LJ-)"~ Cf(/ 61 10 LF $ $ t.J-.)0 - TOTAL coNTRACT No. 3se~:...~~B. ~r~~se~~e~oEo: ft UQ,11 ,nn ~Sd:--NATURE r.nntr.:irt Nn :-:\A():-:-1 P::tnP. 1 R nf 1 1 2 P;:inP.~ Total amount of bid, Contract No. 3603, Bid Items 1 through 61, in words: s eue,, b .... .,J £41 -e •'\JI.~ s :/2, :n. QL,11$ IP\ /VA ftyA t,, • ..., L \.. .., .. "'---~.{ ftlJA... -9-• 9 C?, , ,... olo l I w a · ;A-,,, J .£ . .., ... ~ ... :tt..... Total amount of bid, Contract No. 3603, Bid Items 1 through 61, in numbers: $ 7'l! J 9t/ ,OS: Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). __ 1 _______ has/have been received and is/are 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 nec:essary bonds and insurance policies within twenty (20) days from the date of award of Contract by 1he 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 648284 1/ , classification A ii which expires on 6/30/02;? , ang that this statement is true and correct and has the legal E>ffect of l ,,,,_.-, an affidavit. ;-~~ ,4I A bid submitted to he ity 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 § 7O28.15(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 § 20104. The Undersigned bidder hereby represents as follows: 1. That no Council 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, its officers, agents, or employees has i·1ducted him/her 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, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is __ B=o=n=d'--__________ (Cash, Certified Check, Bond or Cashier's Check) for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requiri~s every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before ft ~~"''""'"'"' PMA 1 9 of 11 2 PaOAS commencing the performance of the work of this Contract and continue to comply until the c:ontract 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 exec:ute 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 (2) Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) (3) Place of Business ________________________ _ (Street and Number) City and State _________________________ _ (4) Zip Code ________ Telephone No. ____________ _ IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted McLaughlin Engineering & Mining, Inc....._ (2) --~~~'-flg~N1i~ir'"'ef--+,~fMl~-Nl<~...,;e~'-f}_Wh_it_e ____________ _ Vice President (Title) ft \.19/11/00 Contract No. 3603 Page 20 of 1 12 Pages Impress Corporate Seal hnre (3) Incorporated under the laws of the State of _____ c_a_l_i_fo_r_n_i_a ________ _ (4) Place of Business 41934 Main St., 1/107 (Street and Number) City and State __ r_e_m_e_c_u_l_a'-, _c_A __ 9_2_59_0_-_2_7_0_1 ________________ _ (5) Zip Code 92590-2701 Telephone No. --'9'-'0"'9_--=-6 9"'9;...--'-7..:;.9=-5 7'--------- NOTARIAL ACKNOWLEDGMENT OF . EXECUTION BY ALL SIGNATORIES MUS:T BE ATTACHED 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: Jerry Dalrymple, President, Secretary, Tre_a_su_r_e_r ___________ _ Wayne White, Vice President, Asst. Secretary -'----------------- ft ~,9/11/00 Contract No. 3603 Page 21 of 112 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r&'t««««««&'!'«&r.c««.««<X««««««,x_«««««««««-<.'fc<.,'<'.;.,-<:,;,'f;_,'(,;,'f;,'<'.;.,'f««<c<}<o<'.«,0,1 ' I· I I I State of California County of Riverside On _ _._l.._1/'-'2"-'9'-'-/-"0cel ___ , before me, Carol M. Schlitz Date Name and nue of Offl<:er (e.g "Jane Doe, Notary Public") personally appeared __ w::.a:::y,_n::e=--W::.h:::1=-· t=-e=--------------------- Name(sJ of Signer(s) Place Notary Seal Above IXl personally known to me IXl proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL---------- Though the information below is not required by Jaw, it may prove valuable to persons relying on the document and could prevent frau'1ulent removal and reattachment of this form to another document. Description of Attached Document . Title or Type of Document: Acknowledgment of Officers Signatures -Carlsbad Bid Document Date: --=-l=-1,../=-2=-9,_/.::.0=-1 __________ Number of Pages: ______ _ Signer(s) Other Than Named Above: _____________________ _ Capacity(ies) Claimed by Signer Signer's Name: Wayne White • Individual Di Corporate Officer-Title(s): Vice President, Asst. Secretary • Partner -• Limited • General RIGHT THUMBPRINT OF SIGNER Top of thumb here r D Attorney in Fact ' • Trustee • Guardian or Conservator • Other: ________________________ _ Signer Is Representing: McLaughlin Engineering & Mining, Inc. I ~.~~ .. ~.~~~~==========~~=~-==~=~~=========~ C 1997 National Notary Association• 9350 De Soto Ave. P.O. BolC 2402 • Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Cell Toll-Free 1-800--876-€827 BID SECURITY FORM (Check to Accompany Bid) Contract No. 3603 El Camino Real and Orion Street (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 ($ ________ _J, 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 ~>ntract 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. 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.) 09/11/00 Contract No. 3603 Page 22 of 11 2 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL Contract No. 3603 El Camino Real and Orion Street KNOW ALL PERSONS BY THESE PRESENTS: McLAUGHLIN ENGINEERING & TRAVELERS CASUALTY ANI That we, MINING INC. as Principal, and SURETY COMPANY OF AMERICA as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: {must be at least ten percent (10%) of the bid amount) TEN PERCENT (10%) OF BID for which · payment, well and truly made, we bind ourselves, our heirs, executors and administrators. successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: El Camino Real and Orion Street Contract No. 3603 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. P. ,.~9111/00 Contract No. 3603 Page 23 of 112 Pages ., I I I I I I I I I I I 1 I I I I L I I I t l I I I In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this day of NOVEMBER PRINCIPAL: 29TH 20_.Q.!_. McLAUGHLIN ENGINEERING & MINING INC. (name of Principal) By !~2Jt; (sign h re) Wayne White, Vice President, Asst. (print name here) (Title and Organization of Signatory) (title an_d organization of signatory) Executed by SURETY this ~__,...,._2_9_TH __ day of .. N...cO-'-V""EMB_E_R _____ ~ 20Q!_. SURETY: TRAVELERS CASUALTY AND (name of Surety) 9325 SKY PARK CT #220 SAN DIEGO CA 92123 (address of Surety) SURETY COMPANY OF AMER.C"CA S 858-616-6240 ec. _______________ _ (telephone number of Surety) INGRID ERIKA CROSBY (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (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.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: ~ /c... NC!{~ , Deputy City Attorney I\ '41;;' 9/11 /00 Contract No. 3603 Page 24 of 112 Pages On ------=-l"-'l/c..:2:.:9:..,./.::;0c.::;1 ___ , before me, Carol M. Schlitz, Notary Public Date Name and Tille of otrieer (e.g., ~Jane Doe, Notary Public") personally appeared __ W:,:a:,,Yz..:n~e:::...;Wh=i:.:' t:.:e=-----~~~==---------~ Name{s) of Sigrnw($) '.; (; NOTARYP,JBUC..CAUFORNfA , ... RIVERSIDE COUNTY C') My Comm E,µ,r1:1s hibmary 28, 20(n ::;,....,,..,,,,.........,,.....,..."""",r<Q-0:,--.t 1XJ personally known to me IX! proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same ln his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. c~~,~ OPTIONAL---------- Though the information below is no/ required by law, ii may prove valuable lo persons relying on the document and could prevent frau{lulent removal and reattachment of this form to another document. Description of Attached Document . Title or Type of Document: Bid Bond -Orion Street/Carlsbad Document Date: 11/29 / 01 Number of Pages: ______ _ Signer(s) Other Than Named Above: ____________________ _ Capacity{les) Claimed by Signer Signer's Name: Wayne White • Individual CX Corporate Officer -Title(s): Vice President, Asst. Secretary • Partner-• Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: _______________________ _ RIGHT THUMBPRINT OF SIGNER Signer Is Representing: -"'M""c=L=a=-u=-g2h=l.::i.::nc..::Ec::n:sgc::ic::n...;e...;e...;r...;i __ n..,g=-&-M_1._· n_in-"g.:_,_I_n_c_. __ ~----- I C 1997 Naoonal Notary Auociatlon • 9350 0$ Soto Ave,, P.O. Box 2402 • Chatsworth. CA 91313-2402 Prod. No. 5007 Reorder: Call T-oH-Frn 1·800-876-fa.?1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT l'.,~~~::::::::~~~&¢~~«~¢¢~~¢rt««}c~«««~#dd=-=«"'I, ~ County orls')A~ 0 ~ ~ I ,; On 11 · ~oo:.o r . before me, Cm:caLfnY~:,~0.4~,t?:"'dlhrY /i'c personally appeared --r;;d(_,r-¥ l)aO 1 ~ ~ ' ~ Ss""'1•1 i1! C~nally known to me ~ ~oved to me on the basis of satisfactory ~ evidence I ~ X f' )-~:..~~/'·,,A '°@" .. •• . CAROL M. SCHLITZ t~ I-·• COMM.#1211944 c, 0 • NOTARY?UBUC-CAUFORNIA --I CD . RIVER&DE COUh'TY 0) ) , ., MyComrn.ExpirosFebnraiy2S,2003 ( 0 V 0 O V O C V V O V V Q Piece Notary Seal Above to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their slgnature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. WITNESS my hand and official seal. ----------OPTIONAL Though the information below is not required by law, if may prove vafuable to persons relying on the document and could prevent fraq<;lufent removal and reattachment of this form to another document. Description of Attached &cum~ ~ . Title or Type of Document: ~--.: Document Date: Jl-a!f ~ 0 I Number of Pages: ______ _ Signer(s) Other Than Named Above: _____________________ _ Capacity(ies) Claimed by Signer 1:1 1,· Signer's Name: -------------,1------------- 11 ·. • !n_S!iYidual O I. /. 19-"Corporate Officer-Title(s): f,t(~/")eC. /2h VM ttA iVl D Partner -D Limited D General I ~ CJ Attorney in Fact RIGHT THUMBPRINT OF SIGNER Top of thumb tiere ,a D Trustee ~ 1 D Guardian or Conservator 1 • 0 Other: _____________________ _ ~ Signer Is Represenn;;::7)1¼1~ ¾ ..,;. Jh ~ )4-i?. ~~~~~'U.,'C(,,ti,,,'C(,,'O:_.~~~~~~~~~~ ~ @ 1997 Natkmal liiotaty Auoeiation • 9350 De Soto Ave" P.O, BoK 2402 • c~. CA 91313-2402 Reorder: Call To!1-Froo 1-800-876-5827 • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO On 29 NOVEMBER 2001 before me, WENDY H. DOWNS, NOTARY PUBLIC OATE NAME. Tffi.E OF OFFICER-E.G., "JANE DOE, NOTAAV PUBUC" personally appeared INGRID ERIKA CROSBY NAME(S) OF SIGNER($) I!] personally known to me • OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized ~--capacity(ies), and that by his/her/their -~ ,-signature(s) on the instrument the perscm(s), -:::, , '': ",/"'<-r ft:/',!:l'r H 0 in "'~"ii;~ · \,,,, AAy ;,ius, J"' 01'\ ~JS J t ' ~-'-• CO ... '-"'A or the entity upon behalf of which the \ , ,' MM,·ss10,~ '--', ,,UFCRN1A ~ ~ SAN Di£ "' ·, 1 ,_,.,._~ ~ Mc • Goc0 " .,-,,;, person(s) acted, executed the instrument. \I orrirn E,r;, M ~ UNTY •' arcn 21, .?OCJ F WITNE*C' seal. -- '/ SIGNATURE OF NOTARY OPTIONAL , Though the data below is not required by law. tt may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 0 INDMDUAL 0 CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT llTl£OO 0 PARTNER(S) • LIMITED • GENERAL !!I ATTORNEY•IN•FACT NUMBER OF PAGES D TRUSTEE(S) • GUARDIAN/CONSERVATOR D OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PEASON(S) 0A EHmYOESJ SURETY SIGNER(S) OTHER THAN NAMED ABOVE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Brooke Lafrenz, Ingrid Erika Crosby, Larry D. Cogdill, Michael W. Thomas, Wendy H. Downs, of Sllll Diego, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, rec:ognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fa,;t, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authori~1 may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writin,gs obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. .-VOTED: That the Chairman, the President, any Vice Chainnan, any Executive Vice President, any Senior Vice President or any Vice President nay delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is fi1ed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Viet:: President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executec: (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) u oder and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CA,SUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by focsirnile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and 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 in the future with respect to any bond or undertaking to which it is attached. (11-00 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instnunent to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 9th day of February 200 I. STA TE OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY ~/~~~~"- By ____________ =--------- George W. Thompson Senior Vice President On this 9th day of February, 2001 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that be/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. CERTIFICATE My commission expires December 31, 2002 Notary Public Carol A. Thompson I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock cmporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate ,,f Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 29TH NOVEMBER , 20 0 l day of By ~-M-~ Kori M. Johanson Assistant Secretary, Bond El Camino Real and Orlon Street GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS" AND "DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK" FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in Section 1-2 of the SSPWC and of the Special 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 Special 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 perfo,rmance of more than 50 percent of the work by subcontractors or owner operator/lessors or otherwine 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 Biddeir. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor or Owner Operator/Lessor who the Bidder proposes to perform work or l;;ibor or render service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor licensed as a contractor by the State of California who the Bidder prop1,ses 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 Elidder's total bid or ten thousand dollars ($10,000) whichever is greater. Said name(s) and locatic,n(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 Operator/Lessor 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 information must be completely fill•~d 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 Operators/Lessors. Wl;len the Bidder proposes that any bid item will be installed by a Subcontractor or Owner Operator/Lessor 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 Operator/Lessor Bid Item ln•~luding Owner Operator/Lessor's Overhead & Profit " 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 0 9/11 /00 Contract No. 3603 Page 25 of 11,'. Pages total bid or ten thousand dollars ($10,000) whichever is greater. If a Subcontractor or Owner Operator/Lessor 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 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 11alue of materials and transport of materials from sources outside the limits of work, as shown on th1~ 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 Subcontr.3ctor 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 Operator/Lessor has a Carlsbad business license the numb1~r 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 tasks 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 determined by the City Council in conformance with the provisions of the contract documents and these Special Provisions. The decision of the City Council shall be final. !fl!!: ~,9/11/00 Contract No. 3603 Page 26 of 1 1 :i Pages ' . DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3603 El Camino Real and Orlon Street The Bidcier 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: 'R. f rtt, /-red li,.a,te'f 0:,: Subcontractor's Location of Business_~£~a::;..,., -'{/,""o'"',t.;;;;...{ ..... 5,._·.,.(i-=J-____________ _ Street Address City State *Subcontractor's Telephone Number including Area Code: 2<e<> l CJ <fl • IJ.o 0 •subcontractor's California State Contractors License No. and Classification: _..4,._'luk._,5.._-___ _ *Subcontractor's Carlsbad Business License No.: --------------- SUBCONTRACTOR' S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit !In No. & Profit Overhead & Profit Bid Item ~, b ,, C <.I $ IP, ~,;,a .,,. $ -$ <or r!! $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ I I I I I I I I I I I I I I ~xptanation: olumn 1 • Bid Item No. from the bid proposal, pages 10 through 19, inclusive. 1 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 Contrecto~s own forces. Column 4 -The dollar amount of !he Contractor's ovemead and profit for work done by both the Contractor's and the Subcontrector' 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 I pages 10 through 19, inclusive. Page -1-of .J_ page of this Subcontractor Designation Form I '"Purauant to section 4104 (a)(2)(A) Calfomla Public Contract Code, receipt of the portions of the inft>nnatlon preceded by an ulilrisk I 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.' ft {.19111100 Contract No, 3603 Page 27 of 112 Pages I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3603 El Camino Real and Orion Street The Bidc.ier 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: .uiem f1r-:J,i z,.. <'... Subcontractor's Location of Business __ +.8,a.«:,,_·) ..,.1 .,..11.~o!"-=,,._ __ ~t-<_'i'.~2 __________ _ 'Street Address c~ State Zip *Subcontractor's Telephone Number including Area Code: _,__.1..:&'-o___,).__5"'"-_'7;_9'--_-__.lf..:J;..:cr,__..J._ •subcontractor's California State Contractors License No. and Classification: _J...._'1/--'i./'-'-1.;;..{_-c;,'----- •subcontractor's Carlsbad Business License No.: ______________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead&Profitln No. & Profit Overhead & Profit Bid Item /,(,,/ $ VJ. J4",-,~ $ ,.:}_/, ,J.j!,p Pt, $ 5 5-"lr. .i,, $ . $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ I I I I I I I I I I I I I I Explanation: Column 1 -Bid Item No. from the bid proposal, pages 10 through 19, inclusive. 1 Column 2 -The dollar amount of the hem to be performed by the Subcontractor. Column 3 -The dollar amount of the Hem to be performed by Contractor's own forces. Column 4 -The dollar amount of the Contractor's ovemead and proot for worll done by both the Contractor's and lhe Subcontractor's forces on the ttem. 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 I pages 10 through 19, inclusive. Page -I-of _J_ page of this Subcontractor Designation Form I • Pursuant to section 4104 (a)(2)(A) California Publk: Contract Code, receipt of the portions of the infolmatlon pn,ceded bY ar, asterisk ·1 required on this document may be submitted by the Bidder t!I) to 24 hours after the deadline for submitting bids contained in the 'Notk:e Inviting Bids.' I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3603 El Camino Real and Orion Street 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 Sectic,n 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 \/\fork 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 bo made except upon the prior approval of the Agency. Full Company Name of Subcontractor: ]< 0 /'.!!-¼ 9 6 n&4 a-{ (;.,m rhz«d/w c~ Subcontractor's Location of Business ~ 1 r o rt/r ff, C,-,,:6 e Cry f #«u>:'f . J'~ I Street Address I State Zip *Subcontractor"s Telephone Number including Area Code: ( 1c." ) ~J'l -/f'I )- *Subcontractor's California State Contractors License No. and Classification: /4'[1JLf, ,+ I *Subcontractor's Carlsbad Business License No.: _________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contrac1tor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit: In No. &Profit Overhead & Profit Bid Item /( $ .-:;-/) ;J. J-, -;-o $ -$ -<<;CJ s-o l,l.-$ //l',. q,._,-_ t'V $ -$ /I ,-,,;q ,:,tJ /', $ /. L.r .it, . Clu $ -$ • /"'w-...., QC) di $ 7. 7;,..d_NA $ ~ $ ,.,-/(~ ,f'if $ $ $ $ $ $ $ $ $ $ $ $ Explanation: I I I I I I I I I I I I I I Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 1 -Bid Item No. from the bid proposal, pages 10 through 19, inclusive. 1 Column 3 -The dollar amount of the item to be performed by Contractors own forces. Column 4 -The dollar amount of the Contractors overhead and profit for work done by both the Contractors 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 I pages 10 through 19, inclusive. Page _j_ of J_ page of this Subcontractor Designation Form I • Pursuant to section 4104 (a)(2)(A) CaJWomia Public Contract Code, receipt of the portions of the Information preceded by an asterisk I required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids oontained in the ·Notice Inviting Bids.~ ft ~,9111100 Contract Nn. ::160::l Paae 27 of 11 :> Paaes I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3603 El Camino Real and Orion Street 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 Wcirk 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 w,,rk 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: Le-/Co,F lie ch, c· ;7/1 c ; Subcontractor's Location of Business __ _./,,. . .._J'...,2 ... <2~...,t:c'""'"'0:!"--'-'-~e...a4&-=-&J~~4 ... o/f--------- Street Address City " State Zip *Subcontractor's Telephone Number including Area Code: I & 9 l L/'3/ 1 • I) {.,{,I *Subcontractor's California State Contractors License No. and Classification: -(:<f,f 'Tl'o C ~f 0 *Subcontractor's Carlsbad Business License No.: ------------------ SUBCONTRACTOR' S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item ul $ ::J I "' a,:;;-$ -$ /Q< <;"" l/ z_, $ ~, ,::,ri.,-., $ $ , cJ::, ,..__ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Explanation: I I I I I I I I I I I I I I Column 1 -Bid Item No. from the bid proposal, pages 1 O through 19, inclusive. Column 2 -The dollar amount of the item to be perfonned by the Subcontractor. I Column 3 -The dollar amount of the ijem to be perfonned by Contractors own forces. Column 4 -The dollar amount of the Contractors overhead and profit for work done by both the Contractors 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 I pages 10 through 19, inclusive. Page -1. of_[_ page of this Subcontractor Designation Form * Pursuant to section 4104 (a)(2)(A) CalWomia Public Contract Code, receipt of the portions of the information praceded 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.• ft ~,9/11/00 Contract No, 3603 Page 27 of 112 f'ages I I I I DESIGNATION OF SUBCONTRACTOR ANO I AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3603 I El Camino Real and Orion Street The Bid<ier certifies that ii has used the sub-bid of the following listed subcontractor in preparing this I 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 I further certifies that no additional subcontractor will be allowed to perform any portion of the \/1/ork 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 b11 made I except upon the prior approval of the Agency. Full Company Name of Subcontractor: U-:t .L lf 2 lh v l. , [ .fn~,eY":: r Z, e; _ Subcontractor's Location of Business /, 0, t3o,:. ,}Lf J.C., Street Address I I City I ,.,J State Zip •subcontractor's Telephone Number including Area Code: f'q,zo i I.RI q / • -(%] ~ 171lf *Subcontractor's Califomia State Contractors License No. and Classification: IJ15""'d'tf!e,. e ?.:.~1 /1Jr.;. I , e u I I oJr, c J1 11-1 c *Subcontractor's Carlsbad Business License No.: ______________ _ I I SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Perfonned by Item Subcontractor's Overhead Contractor Excluding No. & Profrt Overhead& Profit c.(3 $ 12;--, )-,' $ - t./'1 $ ,v, •. 1 &r $ - .;'(' $ c./< ,:-o $ - (./(4 $ £,f'. .}() $ - 1./'i $ ,q-, ir $ -1/y $ f'J ,s-o $ - LA $ ,,-,;. &o $ - .-:-a $ f,;') 0. OD $ . Amount of Contractor's Overhead & Profit In Bid Item $ 1.I -, t:;"" $ 77 ' "7 $ I C~ $ :7-, •"' $ a.~-,..,..., $ ,-::, c;-,.., $ • I t::?0 $ J . ...., -- I I I Explanation: Column 1. Bid Item No. from the bid proposal, pages 10 through 19, inclusive. 1 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 Contractors and the Subcontractor's forces on the Item. 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 I pages 10 through 19, inclusive. Page ...L of ,)-page of this Subcontractor Designation Form I " Pur11uant to m:lion 4104 (a)(2)(A) CalWomia Public contract Code, receipt of the portions of the information preceded by an asll!risk ·1 required on this document may be submitted by the Bidder up to 24 hour, after the deadline for submitting bids contained in the "Nolioe Inviting Bids." ft Us,,,100 Contract No ::1603 Paoe 27 of 11 2 Pacies I DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3603 El Camino Real and Orion Street The Bid<.1er certifies that it has used the sub-bld of the following listed subcontractor ln preparing this bid for the Work and that the listed subcontractor will be used to perfonn the portions of the \Nork 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: / (,1; L« z !11 ch . [Ji, :..,~r i Gn,<!- Subcontractor's Location of Business f, D. BoJL ,) :(J:4? Stieet Address {.,;-( VJ,;. CA-:iJo rf ( City ( State Zip I I I I I I I I •subcontractor's Telephone Number including Area Code: I &t1 ) ,Y'C/ J -115'5~ •subcontractor's California State Contractors License No. and Classification: 11S-,rfr,, C,;'i1-c,.;t/&'i.l I •. e.&r / 0 :,/1 !!.Jt ktc *Subcontractor's Carlsbad Business License No.: ______________ _ I I SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Performed by Item Subcontractor's Overhead Contractor Excluding No. & Profit Overhead & Profit "'' $ _u~.uo $ - ,r,;.. $ ' ,.,,.... ()~'1 $ $ $ $ $ $ $ $ $ $ $ $ $ Amount of Contractor's overhead & Profit In Bid Item $ ,;Jr, ,..,~ $ ,-.L> .f"'JA $ $ $ $ $ $ I I I ;15planation: Column 1 • Bid Item No. from the bid proposal, pages 10 through 19, inclusive. 1 Column 2 • The dollar amount of the Item to be pertormed by the Subcontractor. Column 3 • The dollar amount of the Item to be performed by Contractot's own forces. Column 4 • The dollar amount of the Contractor's overhead and profit for won,; 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 I pages 10 through 19, inclusive. Page ...cl::.. of J, page of this Subcontractor Designation Fonn I • Pu11uant to section 4104 (a)(2)(A) California Public Contract Code, reoelpt of the portions of the Information preceded by an asterisk ·1 !11qU\!11id on this document may be submitted by the Bidder up to 24 hours after the deadline for Sllbmllllng bids contained in th& 'Notioe Inviting Bids." A . DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3603 El Camino Real and Orion Street 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 fist 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: _ .. ff ..... _i...__C;.,___,_f_D"''"',r,...lz"",J=..,<-"'·,.._· ... C ... ->'---------- Subcontractor's Location of Business _ _.Ru.,;tJ ..... _._/l""a'""l'-_ ___,;_J.__.__f_S_-9 _________ _ Street Address City State *Subcontractor's Telephone Number including Area Code: ( &(9 I -(L/''-1' • t:>u.J~ *Subcontractor's California State Contractors License No. and Classification: A 5J2 <r1 {: r •subcontractor's Carlsbad Business License No.: _________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Perfonned by Amount of Contractor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item J(,;, $ '14 /0. Ibo $ $ I LI',✓ ,;; '>'n /'I $ ...,-9 ')I) " O $ ..-$ I I' 'w,;,,,J 1F $ UtJo,.J . d<..J $ -$ ,f 1',,, "" '1 $ CJ ,;-1/ ~ ,:r:, $ I 9 1 I o• $ C) ,,.-Ov ' ',.., $ l\<-I;, ,,,, $ -$ h' A. (/...:J ,. J $ IA, ,::-'l<'l "',, $ -$ } ~<-/ .lA <"< $ < .,a,, <).;> $ J {; 1'f ~ $ ") QP, n, J'(o $ " ?/\,., 1'10 $ -$ ,/"(;) ·" CJ I I I I I I I I I I I I I I ~lanation: fumn 1 -Bid Item No. from the bid proposal, pages 10 !llrough 19, inclusive. I Column 2 -The dollar amount of the Item lo 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 ovemead 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 lhe item on bid proposal I pages 10 through 19, inclusive. , Page j_ of_(_ page of this Subcontractor Designation Form I • Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the poni011$ of the Information preceded by an asterisk J reciulred on this document may ti. submitted by the Bidder up to 24 hoUrs after the deadUne for submitting bids contained in the "Notice Inviting Bids." A . DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS Contract No. 3603 El Camino Real and Orion Street 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: 1) w//41,, -D -8'1° <-l 1...,4 A"'-'"- Subcontractor's Location of Business,_.._'l ... t .... l-'b-'-_ _,_fl...;;,_.<> ____ '-J.....,.g._,.d .. e,._ __________ _ Street Address State Zip •subcontractor's Telephone Number including Area Code: __.(__,_'r,..,o._'j_._.l...._,.,2 .... 2 ... 1,..___.__,,~.._,1.._,2....,.q..__ *Subcontractor's California State Contractors License No. and Classification: A -6 "-1 't , 1 •Subcontractor's Carlsbad Business License No.: ________________ _ SUBCONTRACTOR'S BID ITEMS Amount of Subcontracted Amount of Work In Bid Bid Bid Item Including Item Perfonned by Amount of Contrac:tor's Item Subcontractor's Overhead Contractor Excluding Overhead & Profit In No. & Profit Overhead & Profit Bid Item <LI $ I Ob.,, o $ -$ 11 .......... :t 5 $ 12.Cl'l,"'" $ -$ ,~s. oo ~(. $ 1 I 611 t.. , ,,,, $ / 0 0'1.,.. t"I $ ; ".7t:-.. -n ..,..., $ /,f,.,i)f'>.Di> $ -$ A•q•,,,,-, l)(J S7 $ Si> . .,,.,""' , 0 i, $ -$ I - $ ' $ $ $ $ $ $ $ $ I I I I I I I I I I I I I I ~planatioi olumn 1 -id Item No. from lhe bid proposal, pages 10 through 19, inclusive. I 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',1 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 I pages 10 through 19. inclusive. Page .J_ of L page of this Subcontractor Designation Fonn I • Pu1111anl to 1>eclion 4104 {a)(2)(A) Calllomia Pubic Contract Code, receipt of tile por!k.ln& of the information preceded by :1n asterisk I Alquired on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the 'Notioe ll\\liling Bid&." A . BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY (To Accompany Proposal) Contract No. 3603 El Camino Real and Orion Street Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted under separate cover marked CONFIDENTIAL. ** See Attached 09111100 Contract No. 3603 Page 29 of ' 1 2 Pages I I l McLaughlin Engineering and Mining, Inc. ASSETS Current Assets Checking/Savings Accounts Receivable Other Current Assets Total Current Assets Fixed Assets Other Assets TOTAL ASSETS LIABILITIES & EQUITY Liabilities Current Liabilities Accounts Payable Other Current Liabilities Total Current Liabilities Long Term Liabilities Total Liabilities Equity TOTAL LIABILITIES & EQUITY Summary Balance Sheet As of March 31, 2001 Mar 31, "01 (9,400.78) 2,150,709.73 814,505.09 2,955,814.04 1,540,675.36 3,729.50 4,500,218.90 1,229,094.26 948,405.49 2,177,499.75 857,343.81 3,034,843.56 1,465,375.34 4,500,218.90 By Francis Floyd p;.,,ce, CPA 1. . I_ I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE (To Accompany Proposal) Contract No. 3603 El Camino Real and Orion Street 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 his/her responsibility, experience and skill. An attachment can be used. Date Name and Phone Amount Contract Name and Address No. of Person .Type of ,c,f Comnieted of the Emolover to Contract Work Contract **See Attached ' 09/11/00 Contract No. 3603 Page 30 of 11 :1 Pages -· McLaughlin Engineering & Mining, Inc. 41934 Maio St., #107, Temecula, CA 92590-2701 Phone: 909-699-7957 -Fax: 909-699-5208 Statement of Technical Ability and Experience Engineering and Development Forest City California Commercial Construction, Inc. Terminal Tower 50 Public Square, Suite 1005 Cleveland, OH 44113-2267 Contact: Marvin Jobes Phone: 760-240-008 I Fax: 760-961-7932 Project: Promenade Mall/Macy's Expansion Contract Amount: $1,444,000.00 8/2 to Present Description: Site preparation, over-excavation, retaining construction, structure removal and demolition, grading, base, paving, curb and gutter. City of Temecula 43200 Business Park Drive Temecula, CA 92590 Contact: Amer Attar Phone: 909-694-6411 Fax: 909-694-64 7 5 Project: Pavement Management Systems -2001 Contract Amount: $482,754.00 7/01 to Present Description: Removal and replacement of asphalt, pavement base, A.C. overlay, striping, pavement marking and markers, traffic loops, survey monuments, traffic control and other ancillary work. Riverside County Waste Management Dept. 1995 Market Street Riverside, CA 92051-1719 Contact: F ouad Mina Phone: 909-955-4383 Fax: 909-955-1374 Project: Lamb Canyon Landfill Contract Amount: $1,453,900.31 7 /0 I to Present Description: Landfill expansion, consisting of grading, liner installation, miscellaneous drainage facilities. International Gateway Associates LLC Construction Manager: Centre Builders Inc. 209 W. MacArthur Blvd., #113 San Diego, CA 92704 Contact: Steve Clouse Phone: 714-424-0078 Fax: 714-424-0158 Project: International Gateway of the Americas, San Diego Contract Amount $1,869071.00 2/0 I to Present Description: Grading, on site and off site improvements for major retail shopping center at the US/Mexico border. City of Murrieta 26442 Beckman Court Murrieta, CA 92562 Contact: Russ Napier Phone: 909-698-1040 Fax: 909-698-4509 Project: Jefferson Avenue Improvements Contract Amount $4,627,948.60 4/0 I to Present Description: Grading, street improvements, culverts, storm drains, water main construction, pavement and miscellaneous removal, miscellaneous relocations, signing and striping. - McLaughlin Engineering & Mining, Inc. 41934 Main St., #107, Temecula, CA 92590-2701 Phone: 909-699-7957 -Fax: 909-699-5208 Rancho California Water District 42135 Winchester Road Temecula, CA 92589 Phone: 909-296-6900 Contact: Craig Mapes Contract Amount $4,452,187.00 3/0 I to Present Project: Dist. #32 Primary & Secondary Waterlines, Street Improvement & Underground Electric and Telephone Facilities Description: Construction of five (5) miles of new roads, waterlines, telephone and electric lines through rugged boulder strewn mountain country. County of Riverside 4080 Lemon Street Riverside, CA 9250 I Phone: 909-955-6785 Fax: 909-955-6721 Contact: Stan Dery Project: Mission Trail Contract Amount: $995,317.00 5/01 to 7/01 Description: Roadway and channel excavation, wedge planning asphalt concrete pavement adjacent to curb and gutter, placing asphalt concrete over aggregate base, asphalt concrete overlay and asphalt concrete dike, constructing concrete curb and gutter, cross-gutter, headwalls, wingwalls, catchbasins, inlets, and box culvert, rock slope protection, reinforced concrete pipes, steel pipes, signage, pavement markings. County of Riverside 4080 Lemon Street Riverside, CA 9250 I Phone: 909-955-6785 Fax: 909-955-6721 Contact: Stan Derry Project: Menifee Road Contract Amount $554,447.00 1-16-01 to3-19-01 Description: Roadway excavation, grinding asphalt concrete, concrete headwall rock slope protection, corrugated steel pipe, shoulder backing, relocating fence, mailboxes, signage and striping. City of Temecula 43200 Business Park Drive Temecula, CA 92589 Phone: 909-694-6411 Fax: 909-694-64 7 5 Contact: Steve Charette Project: Pavement Management Systems Contract Amount: $474,434.00+ 7-00 to 9-00 Description: Removal and replacement of asphalt, pavement base, A.C. overlay, striping, pavement marking and markers, traffic loops, survey monuments, traffic control and other ancillary work. Riverside County Waste Management Dept. 1955 Market Street Riverside, CA 9250 I Phone: 909-955-1370 Fax: 909-955-1374 Contact: Anne Thompson Project: Mead Valley Sanitary Landfill Description: Closure construction and collection system modification. City of Temecula 43200 Business Park Drive Temecula, CA 92589 Contract Amount: $4,282,372.00 6-00 to 1/01 Contract Amount $92,187.00 I 0-00 to I 0-00 McLaughlin Engineering & Mining, Inc. 41934 Main St., #107, Temecula, CA 92S90-2701 Phone: 9(19-699-79S7 -Fax: 909-699-S208 Phone: 909-694-6411 Fax: 909-694-64 7 5 Contact: Laura Bragg Project: Rancho California Sports Park Tot Lot ADA Upgrade Description: Removal and replacement of rubber play surface, tot lot play equipment, curb, sidewalk and other ancillary work. County of Riverside Contract Amount: $95,558.00 4080 Lemon Street Riverside, CA 92502 2-00 to 3-00 Phone:909-955-6785 Fax: 909-955-3164 Contact: Stan Dery Project: De Lu Road Construction Description: Reconstruct Road excavation, asphalt concrete, concrete dip section, rock slope protection, striping etc. City of San Diego IO 10 Second Avenue Suite 500 San Diego, CA 92101 Phone: 858-627-3239 Fax: 619-627-3297 Contact: Hani Assi Contract Amount: $683,158.00 12-99 to 5-00 Project: Friars Formation Slope Restoration Description: Remove and export existing volcanic material, install subdrain system, place and compact imported fill. MGM Grand Hotel Inc. 1647 B Nevada Hwy 93 Red Mountain Plaza Boulder City, NV 89005 Phone: 702-891-3933 Fax: 702-293-9071 Contact: Mike Shollian Project: MGM Golf Course Contract Amount: $3,700,000.00 7-99to 8-00 Description: Golf course development including electrical, irrigation, grading, drainage and access roads. Hecla Mine Company 6500 Mineral Drive Coeur d'Alene, ID 83815 Phone: 208-769-4 lOO Fax: 208-769-4122 Contact: Alan Wilson Project: Shumake Mine Reclamation Description: Mine Reclamation Ventura County Flood Control 800 South Victoria A venue Ventura, CA 93009-1600 Phone: 805-654-2029 Contact: John Correa Project: Groves Place Drain Drop Structure Contract Amount: $350,000.00 7-99 to Standby Contract Amount: $120,720.00 4-99 to 5-99 Description: Construct reinforced concrete and concreted riprap drop structure and appurtenance work. McLaughlin Engineering & Mining, Inc. 41934 Main St., #107, Temecula, CA 92590-2701 Phone: 909-699-7957 -Fax: 909-699-5208 Eastern Municipal Water District P.O. Box 8300 Perris, CA 92572 Phone: 909-928-3777 ext. 4414 Contact: Tom Damotte Project: Soboba Tank II Grading Contract Amount: $311,416.00 3-99 to 6-99 Description: Site grading, construction of a paved access road, steel pipe gates, concrete brow ditch and concrete interlocking crib walls. State of California Parks and Recreation 43779 15th Street Lancaster, CA 93535-4754 Phone: 661-726-1672 Contact: Bill Verdery Project: Red Rock Canyon State Park Contract Amount: $430,050.00 4-99 to 6-99 Description: Construction of curbing, pavement, concrete, installation of fencing, utilities, construction of gabions, grading. City of Temecula 43200 Business Park Drive Temecula, CA 92589-9030 Phone: 909-694-6411 Contact: Mike Wolff Project: Rancho California Road and 1-15 Ramp Improvements Description: Lane widening and ramp improvements Hecla Mine Company 6500 Mineral Drive Coeur d'Alene, ID 83815 Phone: 208-769-4100 Fax: 208-769-4182 Contact: Chris Gypton Project: Shumake Mine Reclamation Description: Mine Reclamation Primadonna Casino Resorts P.O.Box19119 Primm, NV 89019-9119 Phone: 702-382-1212 Contact: Brian Baggett Project: Primadonna Additions & Renovations Description: Grading and infrastructure for convention center. PRMA Land Development Company P.O. Box 19119 Primm, NV 89109-9119 Phone: 702-386-7867 Contact: Mike Shollian Project: Primm Valley Golf Course Contract Amount: $756,965.00 7-98 to 11-98 Contract Amount: $652,750.00 8-98 to 12-99 Contract Amount: $576,000.00 2-97 to 7-97 Contract Amount: $1,100,000.00 7-96 to 2-97 Description: Grading, infrastructure, chemical mix and load of golf course. Trizec Hahn Developers, Inc. 4350 La Jolla Village Drive, Suite 400 San Diego, CA 92122-0123 Contract Amount: $3,400,000.00 7-97 to 7-98 McLaughlin Engineering & Mining, Inc. 41934 Main St., #107, Temecula, CA 92590-2701 Phone: 909.699-7957 -Fax: 909.699-5208 Phone; 619-404-0715 Contact: Tom Adams Project: Fashion Outlet Mall of Las Vegas Description: Grading, water, sewer, storm drain, curb, gutter, paving concrete. Kerr-McGee Corporation P.O. Box. 25861 Oklahoma City, OK 73125 Phone: 405-240-2665 Fax: 405-270-3123 Contact: Russell Jones Project: Boiler Ash Closure Contract Amount: $657,653.00 12-95 to 5/96 Description: Closure with 22 acres of hazardous material site, including excavation, material processing. Geogrid installation, final cover and appurtenance work. 11/29/01 Date Wayne White, Vice President BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) Contract No. 3603 El Camino Real and Orion Street 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: 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 wlth 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 <>ffered 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 Special 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. Os,,1,00 Contract No. 3603 Page 31 of 112 Pages I I I I I I I I I I I I I I I I A.CORD,. CERTIFICATE OF LIABILITY INSURANCl;ciifr~~ A~ DATE (MM/DD/YY} 02/07/02 PFIODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Strachota Insurance Agency Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE J:<,lifornia License #0249673 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ;oo Ridge Park Drive #203 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. .~mecula CA 92590 INSURERS AFFORDING COVERAGE Phone:909-676•2229 Fax:909-676•7391 INSURED INSURER A: Greenwich Insurance Comoanv INSURER 9: American Guarantee & Liability M~L~ughlin Engineering & INSURER C: Mercu~ Casualty Company M1.ning1 Inc. 41934 Main St. Ste 107 INSURER D: Temecula CA 92590-2701 ' INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 1NDlCATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDlT!ON OF ANY CONTRACT OR OTHER DOCUMENT Wl!H RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAlf't THE INSURANCE AFFORDED BY Tl1E POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE IERMS, EXCLUSIONS AND CONDITIONS OF SOCli POLICIES AGGREGATE LIMITS SHOWN ~AY HAVE BEEN REOUCEO SY PAIO CLAIMS 1rr1r1 TYPE OF INSURANCE POLICY NUMBER b~ikciM~DBW.:.YE-Pa>k¾e T1MM.1plior1,;,r .. u..-rs : , GeNERAl LiA.BtLITY EACH OCCURRENCE is 5000000 r-10/16/01 10/16/02 i S 100000 B.X COMMERCIAL GENERAL LIABILITY GL0522174l-OO FIRE DAMAGE (Any one rire) 1 CLAlMS W.DE 0 OCCUR j MEDEXPlAnym1eper.;or) : s 5000 X XC&U incl l PERSONAL & ADV INJURY s 5000000 "-! GENERAL AGGREGATE •"" X:Contractual Liab INCLUDED s 5000000 -GEN'L AGGREGATE LIMIT APPi.JES PER: i PRODUCTS • COMP/OP AGG s 5000000 -----, n PRO. i POLICY JECT ni.oc AUTOMOBILE LIABILITY I c* ~ ANYAUTO COMBINED SINGLE LIMIT S 1000000 AC11047145 06/02/01 06/02/02 {Ea accident} - ALL OWNED AUTOS BODILY INJURY : -{Per oerson) $ SCHEDULED AUTOS 1-- HlREOAUTOS : 1--, BODILY INJURY s -NON-OWNED AUTOS i {Per accident} ~ •·f-PROPERTY DAMAGE • ! (Per accident} GARAGE LIABILITY AUTO ONLY -EA ACCIDENT s RANYAUTO • OTHER THAN EAACC ' AUTO ONLY: AGG ' : excess LIABILITY EACH OCCURRENCE ' OCCUR • CLAIMS MAOE AGGR!:GATt ' ' R OEOOCTIBLE ' RETENT10N ' ' WORKERS COMPENSATION AND I TO-Ry uMlls l l"t:R - EMPLOYERS' LIABILITY ! E.L. EACH ACCIDENT :s : E,L. OISE.ASE· EA EMPLOYEEi S EL DISEASE· POUCY LIMIT $ OTHER !',. . Business Pres Prop ! 2453140 06/01/01 06/01/02 Ded $500 $180,000 ' ' ' Rented/Leased Eaui SHCJ:AL. FORM INCLO TY.E~T 05/31/01 06/01/02 Ded $1000 $150,000 ,, CESCrt!P'TlON OF OPEA.ATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDEO BY ENOOR$EMENT/$PECIAL PROVISIONS C~rtificate holder named as additional insured regarding general liability policy, per attached end.orsemen t. Re: Job #01-45. ••This coverage is for the benefit of the certificate holder only11 *Except for nonpay then 10 days. CERTIFICATE HOLDER I y I ADDITIONAL INSURED; INSURER LETTER: A CANCELLATION -CITY CA SHOULD A.'tY OF THE ABOVE DESCRlBED ?OUClES BE CANCELLED BEFORE THE EXf'IRATtON DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAii.. _l~ OAYS WRITTEN NOTICE TO THE CERTIACATE HOLDER NA.MEO TO THE LEFT, BUT FAll. JRE TO DO SO SHALL City Of Carlsbad IMPOSE NO OBLIGATION OR LIABILITY OF At('( k:INO UPON THE INSURER. ITS AGENTS OR 1635 Faraday Avenue REPRESENTATI\IES, - Carlsbad CA 92008-7314 I' ,tlL. ~~.: -: ----__,,. I ACORD 25-S 7197 r 1!:iACORD CORPORATION 1988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL f'.\SURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) McLaughlin Engineering & GL05221741-00 10/16/01 -10/16/02 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization City Of Carlsbad (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 INSlJRED (Section U) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work" for that insured by or for you. STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPEN&AT·IO.N INSURANC'E F=UND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE DECEMBER 7, 2001 ' CHY OF CARLSBAD 1635 FARADAY AVE CARLSBAD CA 92008-7314 L. POLICY NUMBER: CERTIFICATE EXPIRES: JOB: 1!01-45 1297785 -:J1 6-1-02 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. 30 This policy is not subject to cancellation by the Fund except upon)(E)tl days' advance written notice to the employer. 30 We will also give you)fj:N days' advance notice should this policy be cancelled prior to its normal expiration. This certific;;ite of.,1nsurance is not an insuran_ce policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any .requirement, term, or condition of any contract or other document _'N_i_th respect to· which this certificate ·of insuranqe may be issued or may pertain, the· insurance afforded by the poli,:::ies described he_rein is subject to al! the terms, exclusions:and conditions of such policies. ;7~ef~ AUTHORJZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCL.UDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT 1!2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 06/01/01 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER ' MC LAUGHLIN ENGINEERING & MINING INC .--'11934 MAIN ST 11107 TEMECULA CA 92590 THIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND sc1F 102s2 (REV s-011 BIDDER'S STATEMENT REFERENCE DEBARMENT (To Accompany Proposal) Contract No. 3603 El Camino Real and Orlon Street 1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another jurisdiction in the State of California? X yes no 2. If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of debarment(s)? Attach additional copies of this page to accommodate more than two debarments. party debarred agency period of debarment BY CONTRACTOR: McLaughlin Engineering & Mining, Inc. (name of Con actor) Wayne White, Vice President (print name/title) party debarred agency period of debarment Page ..1. of _1 pages of this Re Debarment Form ft "'9/11/00 Contract No. 3603 Page 32 of 112 Pages BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (To Accompany Proposal) Contract No. 3603 El Camino Real and Orlon Street 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. 1. Have you ever had your contractor's license suspended or revoked by the California Contractors' State license Board two or more times within an eight-year period? X yes no 2. Has the suspension or revocation of your contractors license ever been stayed? X yes no 3. 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 withih an eight year period? X yes no 4. Has the suspension or revocation of the license of any subcontractors that you prop,,se to perform any portion of the Work ever been stayed? X yes no 5. If the answer to either of 1. or 3. above is yes, fully identify, in each and every case, thei party disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the violation and the disciplinary action taken therefor. (If needed, attach additional sheets to provide full disclosure) ft Q9/11/00 Page ..!... of_!_ pages of this Disclosure of Discipline Form Contract No. 3603 Page 33 of 112 Pages I I I I I I I I I I I I BIDDER'S DISCLOSURE OF DISCIPLINE RECORD (CONTINUED) (To Accompany Proposal) Contract No. 3603 El Camino Real and Orion Street 6. If the answer to either of 2. or 4. above is yes, fully identify, in each and every case, the party whose 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. . (Attach additional sheets if necessary) BY: CONTRACTOR McLaughlin Engineering & Mining, Inc. (name of Contractor) By: .lulof«Wll ( 1gn ere) Wayne White, Vice President (print name/title) Page ...!:.. of _l pages of this Disclosure of Discipline Form Os,1,,00 Contract No. 3603 Page 34 of 112 Pages • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 Contract No. 3603 El Camino Real and Orion Street State of California ) County of Riverside ) ss. ) __ w_ay"-n_e_Wh_it_e __ __,,::-:----=-=,..,...,.--,---------, being first duly sworn, deposes (Name of Bidder) and says that he or she is __ V_ic_e_P_r_es_i ... d ... e ... n ..... t_, ... A.s ..... s ..... t.--=s,,_e.,..c ..... re~t-a=r~y _________ , (Title) of McLaughlin Engineering & Mining, Inc. (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, 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 to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the 29 day of November , 20..Ql_. Subscribed and sworn to before me on the _~2,..9.__ __ day of November , 20.Q.L. 09/11/00 Contract No. 3603 Page 35 of 112 Pagas J I I I I I I I I I I I I I I I I I I CONTRACT PUBLIC WORKS This agreement is made this IS-ru day of F@~ , 20 0.:2.., by and between the City of Carlsbad, Califomia, a municipal corporation.{heinafler called "City"), and McLaughlin Engineering & Mining, Inc. whose principal place of busines~, is --,::---,,-,Tc:e,...m_ec,...u_l..,.a-'-,-::c,...A _______________________ (hereinafter called "Contractor''). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract doc:uments for: (hereinafter called "project") El Camino Real and Orion Street Contract No. 3603 2. Provisions of Labor and Materials. Contractor shall provide all labor, materiali;, tools, equipment, and personnel lo 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 E~1rience, Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, addendum(s) to said Plans and Specifications and Special 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 hnrein 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 complianc,,. 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, and supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special 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. 09/11100 Contract No. 3603 Page 36 of 1 12 Pages 5. Independent Investigation. Contractor has made an independent investigation of the job site, the soil conditions at the job site, 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. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contrac1or shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous: waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class Ill 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 1Jnusual 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 lime 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 c:ontract 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 the Immigration Reform and Control Act of 1986 (8 USC Sections 1101-1525) and has c,omplied 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. 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. Contrac1or shall post copies of all applicable prevailing wages on the job site. !ft!. \rJs111100 Contract No. 3603 Page 37 of 1 ·12 Pages 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers 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 fa1ilure of Contractor to comply with any applicable law, rules or regulations including those relating tc, safety and health; and from any and all claims, loss, damages, injury and liability, howsoever th•! same may be caused, resulting directly or indirectly from the nature of the work covered by the C•ontract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. 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. 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 ciefense costs for the City. Defense costs include the cost of separate counsel for City, if City re:quests 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 coni,ection 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 slated in Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimurn 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 1mparate aggregate in the amounts specified shall be established for the risks for which the City or its 13gents, 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. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile l.iability Insurance contain, or are endorsed to contain, the following provisions. a. 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; produ,::ts and • 09/11/00 Contract No. 3603 Page 38 of 11 2 Pages 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 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 cumpany affording general liability and employers' liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by 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 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 receipt requested. (0) Deduc:tlbles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, eit1'1er: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as resl)Eicts the City, 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 or any of its officials or employees. (Fl 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 evidenc:ed 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 insura"1ce 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 approve::! 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. Os,,,100 Contract No. 3603 Page 39 of 112 Pages 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, A11icle 1.5 (commencing with Section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Special 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 c:ontract, 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 ~>rovisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to th13 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 subject the Contractor to an administrative debarment proceeding wherein the Contrac1or 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 juri11diction for resolution of any disputes between the parties arising out of this agreement is San ;>i o County, California. ' f , I have read and understand all provisions of Section 11 above. W J . (Initial) (I I • 12. Maintenance of Records. Contractor shall maintain and make available at no 1 to the City, upon request, records in accordance with Sections 1776 and 1 B 12 of Part 7, hapter 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. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the Labor Code are incorporated herein by reference. ft \.Js,11100 Contract No. 3603 Page 40 of 1 1:! Pages 14. 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. 15. 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, c,r is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. ft ~,9/11100 Contract No. 3603 Page 41 of 112 Pages - 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED ' (CORPORATE SEAL) CONTRACTOR: By: ATTEST: ~ .• Qiµ Pc;b.~-raine M. Wood, City Clerk / By: Wayne White, V. Pres/Asst. Sec. (print name and title) 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 By: ~ IC. H cH A.)inV' Deputy City Attorney 09111/00 Contract No. 3603 Page 42 of 11 :1 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I• ,. I I I I· I· ,. I . . I . I I I I ,. I I I· State of Califo--rn::.:i:::ac:..::.c..:::=.::_---------} ss. County of Riverside On ---'l'-'/-'l'-'l'-'/-'0'-'2=-----~ before me, _...,C,,a,_,r...,o"'l'c--"M'-'.--"S='c"'h""l'?i~t..,z.,_,_,,N,,_o-"'t~a,,_ry,_,,.P._u,..b'!-l"e1.,· c,.__~ Date Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared --=J...,e'-'r'-'r"'y'---'D'-'a"'l"'r,.ym=p"-l"e=-, --"W.,,a"y.,,no,;e'---'-Wh~ic-'tc'e=---~----------~ Name(s) of Signer(s) Place Notary Seat Above []:personally known to me CI proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTTONAL---------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fra4dulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Contract -El Camino/Orion Project Document Date: __________________ Number of Pages: ______ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer Signer's Name: Jerry Dalrymple, Wayne White D Individual IX] CorporateOfficer-Title(s): Pres/Sec/Tres, V. Pres/Asst. Sec. D Partner -D Limited D General • Attorney in Fact • Trustee • Guardian or Conservator • Other: ________________________ _ Signer Is Representing: McLaughlin Engineering & Mining Inc. RIGHT THUMBPRINT OF SIGNER Top of thumb here I ·I I I I © 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-fP6-6627 - BOND #103684949 PREMIUM INCLUDED IN PERFORMANCE LABOR AND MATERIALS BONcf0ND WHEREAS, the City Council of the City of Carlsbad, State of California, by Re:,olution No. 2002-013 . adopted 8 JANUARY 2002 has awarded to McLAUGHLIN ENGINEERING & MINING INC, (hereinafter designated as the "Principal"), a Contract for: El Camino Real and Orion Streei, Contract Number 3603. in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors sha1II fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE. WE, ..c.Mc.cc.ccLcc.AU_H"-G_L_I_N_EN_G_I_N_E_E_R_I_NG __ &_M_I_N_IN_G--.I-N,,_C-. ~~~~~..,,.,,"'"Tnn-...,.,-mA as Principal, (hereinafter TRAVELERS CASOAL1r AND SDKETY designated as the "Contractor''), and COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Carlsbad in the sum of ________________ _ SEVEN HUNDRED EIGHTY-SIX THOUSAND NINE HUNDRED FIFTY-ONE AND 05/ 100 -----Dollars 786,951.05 ($. _________ ___,, said sum being an amount equal to: One hundred percent (100%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000) or, Fifty percent (50%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000) or, Twenty-five percent (25%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract if the contract exceeds ten million dollars ($10,000,000) and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or aibout the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to. be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit ii; brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 of the California Civil Code. r. ... ;;, 9111100 Contract No. 3603 Page 43 of "I 1 2 Pages This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3'J82). Surety stipulates and agrees that no change, extension of time, alteration or addition to the t,~rms of the Contract, or to the work to be performed thereunder or the specifications accompan~'ing the same shall affect its obligations on this bond, and it does hereby waive notice of any c:hange, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this __ 1_4T_H_ day of ___ J_AN_UAR_Y ______ , 20B_. CONTRACTOR: McLAUGHLIN ENGINEERING & MINING INC. (name of Contractor) 4! By: Ookfs½~ Wayne White -~~-----------(print name here) Pres/Sec/Treasurer (title and organization of signatory) Executed by SURETY this ___ 1_4_TH __ day of __ __:::J..:.:AN::=UA:.:;R;.:;Y:.._ _____ _, 20_0_2_. ¥hl..1iiITRs CASUALTY AND SURETY COMPANY OF AMERICA (name of Surety) 9325 SKY PARK CT #220 SAN DIEGO CA 92123 (address of Surety) 858-616-6240 INGRID EIRKA CROSBY (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledge of execution by CONTRACTOR 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.) APPROVED AS TO FORM RONALD R. BALL City Attorney By: Deputy City Attorney .. , ~~9/11/00 Contract No. 3603 Page 44 of 1 I 2 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r .. 'c<ZX!i:&!)<X.-'X&!:&£-'X.-'X=««=<'X<'X.-'½XK:..-'X.-C<'.¢<:-c<-~-<x.«-'X<'X.-«.-<;;:..,--,:;,,--,:;;,:;;,:,o<:,o<:¢.¢.-«.-<.-f:¢..g~-i>,"'. I I- I· I• I I• I• I I· I· ,. I [, ,_ I· I· I· I I I ,, I State of California County of Riverside On __ l/'---1_7_/'---0_2 ____ , before me, Carol M. Schlitz, Notary Public Date Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared Jerry Dalrymple, Wayne White Name(s) of Signer(s) Place Notary Seal Above ~ personally known to me ~ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS 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 ntle or Type of Document: Labor and Material Bond El Camino Real Document Date: __________________ Number of Pages: ______ _ Signer(s) Other Than Named Above: ______________________ _ Capacity(ies) Claimed by Signer Signer's Name: Jerry Dalrymple, Wayne White • Individual ~ Corporate Officer-Title(s): Pres/Sec/Treasurer • Partner -D Limited D General • Attorney in Fact • Trustee D Guardian or Conservator RIGHT THUMBPRINT OF SIGNER Top of thumb here & V. Pres/Asst. Sc D Other: _______________________ _ Signer Is Representing: McLaughlin Engineering & Mining, Inc. I I L~==""':,-.;,<""")"".""'""'0000""'~""'"°'"°'""'===""'0,::,J<:1,;<,l'><;;,;<CZ;<'<,""'CZ,~'G(,X:.Z:.'¢{;.'U,,,t(,'G{,t{,'C{,,CZ,'G{,'G<)<. ;,)':, © 1997 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-8"'6-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO On __ 1_4_J_A_N_U_A_RY_2_0_0_2 __ before me, WENDY H. DOWNS, NOTARY PUBLIC DATE NAME, TTTl.E OF OFACER • E.G., "JANE DOE, NOTARY PUBLIC" personally appeared INGRID ERIKA CROSBY NAME(S) OF SIGNER($) [!] personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they exec:uted the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ----------OPTIONAL---------- Though the data below Is not required by law, It may prove valuable to persons relying on the document and coukl prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER D INDIVIDUAL 0 CORPORATE OFFICER D PARTNER($) l!J ATTORNEY-IN-FACT D TRUSTEE($) Tiru(S) D LIMITED D GENERAL D GUARDIAN/CONSERVATOR D OTHER: __________ _ SIGNER IS REPRESENTING: NAME OF PERSON(S) Oft ENTTTY(IES) SURETY DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER($) OTHER THAN NAMED ABOVE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint Brooke Lafrenz, Ingrid Erika Crosby, Larry D. Cogdill, Michael W. Thomas, Wendy H. Downs, of San Diego, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signaturn and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to th,: same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions arc now in full force and effect: V01ED: That the Chairman, the President. any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint At:omeys,in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond. recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, VOTED: That the Chainnan, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate al! or any part of the foregoing authority lo one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. JTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional ~,dcrtaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed w:ith the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in ills or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AM:ERICA, TRAVELERS CA/,UALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the follo\\<ing officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by focsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or AttoI11eys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and 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 in the future with respect :o any bond or undertaking to which it is attached. ( I l -00 S!Andard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS -r:ASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instmment to be ,,gned by their Senior Vice President and their corporate seals to be hereto affixed this 9th day of February 200 I. STA TE OF CONNECTICUT ) SS. Hartford COUNTY OF HARTFORD TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERSCASUALTYANDSURETYCOMPANY FARMINGTON CASUALTY COMPANY ~>~~~;:..;..._-. - By _____________________ _ George W. Thompson Senior Vice President On this 9th day of February, 200 I before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof 4Fft'Hoi~. /y ,"0-j.\ fl-, ,.._n n n.'1'1~. L"'\./\J"r..... !" ""'"' \ ~ '--"--~~,,,...,,..,....,,, t~• ~"'f., "' My commission expires December 31, 2002 Notary Public e.~ .. ~ Carol A. Thompson CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock o,rporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 14TH dayof JANUARY , 20 02· =r')M-IK~ By ____________ _ Kori M. Johanson Assistant Secretary, Bond Bmm NO. FAITHFUL PERFORMANCE/WARRANTY BOND 103584949 PRE'IIUM: $9 697 .oo WHEREAS, the City Council of the City of Carlsbad, State of California, by R1~solution No. 2002-013 , adopted ___ 8_J_AN_u_AR_Y_20_0_2 _________ , has awarded to ____ .;:;M;.;;c.:=LA;;.:.U::..;11;.;.;G;;;;;L;.;;1;.;.;N_E;::_N:....G::..;1:.:.N.:.E_E_R_IN_G_&_M_I_N_IN_G_I_N_C_. -----------· (he,relnafter designated as the ''Principal"), a Contract for: El Camino Real and Orion Street, Contract N<>. 3603. in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW' THEREFORE, WE, __ _:cM~c"'L"'AU,;:.G;;cH:=L::..;I:.:.N;....;;:E:c.NG.:..I::.;N:....E:.::E:....R_I_NG_&_M_I_N_IN_'G_I_N_G_. __ _, as Principal, (hereinafter designated as the "Contractor"), and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , as Suretv, are held and firmly bound unto the City of Gartsbad, SEVEN HUNDRED EIGHTY-SIX TROUSAND in the sum of l{INE HUNDRED FIFI'Y--<:NE & 0S/HllJollars ($ 786 ,951.0S }, said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns: for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and ,severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and 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 therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specifiec therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract. or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications in the event that Contractor is an individual, it is agreed that !he death of any such Contractor shall not exonerate the Surety from its obligations under this bond. if\ •+'9111100 Contract No. 3603 Page 45 o1 112 Pages Executed by CONTRACTOR this 14TH day of __ JAN_U_AR_Y ____ . 20~. CONTRACTOR: McLAUHGLIN ENGINEERING & MINING INC. (name of Contractor) By: _...,,M-a.11.-AIL-4"""/Jl.-l~----y (sign here) Wayne White (print name here) Vice President, Asst. Secretary (Title and Organization of Signatory) By: ym le (print name here) Pres/Sec/Treasurer (Title and Organization of signatory) Executed by SURElY this 14TH . day of __ __.::J_::AN:.:.U::.:Ac::R~Y'--______ , 20..Ql__. SURETY: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (name of Surety) 9325 SKY PARK CT #220 SAN PIEGO CA 92)23 (address of Surety) 858-616-6240 INGRID ERIKA CROSBY (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporation;. 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.) APPROVED AS TO FORM RONALD R BALL City Attorney By ti;nd-{~1 ~ Deputy City Attorney .!'. ,+;-9/11 /00 Contract No. 3603 Page 46 of 112 Pages CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ""=-<::<'~«w=,,x;.;:<)/X&<)<;£-<x&'f'&'U½!«~==-==,;,;:,o5:&5:~<;<-&S:_.:X,of:~~QJ:&~;;1:.,;,;,· ,, I ,, I I I· I I State of California County of Riverside On --=1"-/-'1"'-7_,,/-=0-=2'---~ before me, Carol M. Schlitz I Notary Public Oale Na~ Md Title of OffiC8f (e.g., 'J;;ine Doo, Notar; Putmcj personally appeared Jerry Dalrymple, Wayne White Name(s) of S!gner(s) Place, Notary Seal AbQIII) rn personally known to me rn proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s} on the instrument the person(s}, or the entity upon behalf of which the person(s} acted, executed the instrument ----------OPTIONAL---------- Though the information below is not required by law, it may prove valuable to persons retying on the document and could prevent frat.Jduient removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Per'formance/Warra.nty Bond -El Gamino Real Document Date: _________________ Number of Pages: ______ _ Signer(s) Other Than Named Above: _____________________ _ Capacity(ies) Claimed by Signer Signer's Name: Jerry Dalrymple, Wayne White • Individual IX] Corporate Officer Titie(s): Pres/ Sec/Treas, V. Pres/Asst. Sec C Partner -D Limited D General . -Attorney in Fact D Trustee • Guardian or Conservator 0 Other: __________________________ _ RIGHT THUMBPRINT Of SIGNER Top of thumb here 'I Pi I'.•' . Signer Is Representing: McLaughlin Engineering & Mining, Inc. :,,,~=~~=1=~======,J @ 1997 NQ!lona! Notary Association• 9350 Oe Solo Ave., P.O. Box 2402 • Chatswot1'1, CA 91313-2402 CAUFORNIA ALL.PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO On __ 14_JAN_U_A_RY_2_00_2 __ before me, WENDY H. DOWNS, NOTARY PUBLIC OlffE NAME, Tffl..E OF OFACER-E.G .. "JANE DOE, NOTARY PU8llC" personally appeared INGRID ERIKA CROSBY NAME(S) OF S!GNEA(S) [!I personally known to me -OR -D proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. • / SIGNA11JAE Of' NOTARY ----------OPTIONAL---------- Though the data below is not required by law, It may prove valuable to persons relying on lhe document and coukl prevent fraudulent reattachment of this foon. CAPACITY CLAIMED BY SIGNER 0 INDMDUAL 0 CORPORATE OFFICER 0 PARTNER($) !!J ATTORNEY-IN-FACT 0 TRUSTEE($) 0 GUARDIAN/CONSERVATOR 0 OTHER: _________ _ SIGNER IS REPRESENTING: NAMEOF PEASON(lS;OA l!NTll\'(lES) SURETY DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER($) OTHER THAN NAMED AB()VE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut On183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint Brooke Lafrenz, Ingrid Erika Crosby, Larry D. Cogdill, Michael W. Thomas, Wendy H. Downs, of San Diego, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conforred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to th" same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fao:, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which R(:solutions are now in full force and effect: VOTED: That the Chairman. the President, any Vice Chairman. any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the pmver given him or her, VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. 1TED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional ,.,,dcrtaking shalt be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate St:cretary or any Assistant Secretary and duly attested and sealed "'th the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certifieates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate or Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUAL TY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON •CASUALTY COMP ANY, which Resolution is now in full force and effect: VOIBD: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by f.Lcslmite to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and 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 in the future with respect to any bond or undertaking to which it is altached. ( l 1-00 StartdMd) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS ,-rASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be gned by their Senior Vice President and their corporate seals to be hereto affixed this 9th day of February 200 l. STATE OF CONNECTICUT ) SS Hartford COUNTY OF HARTFORD TRA\IRLERS CASUALTY AND SURETY COMPANY OF AMJtRICA TRAVELERS CASUALTY AND SURETY COMPANY FARML'IGTON CASUALTY COMPANY ~~---By ___________ =--------- George W. Thompson Senior Vice President On this 9th day of February, 2001 before me personally came GEORGE W. THOMPSON to me known, who, bein1; by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPA,>iY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said mstrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. CERTIFICATE My commission expires December 31 , 2002 Notary Public Carol A. Thompson l, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate, of Authority remains m full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut Dated this 14TH day of JANUARY , 20 0 2 By_~ __ ;u_·_,u..._~------- Kori M. Johanson Assistant Secretary, Bond - OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and _..;;M.;..c;.;:;L;.;:;au.;.g"'h.;;;;l"'i.;;;;n_E;;;.;n;c,g,::i.;;;;n..;;.ee.;;.;r.;..i;;.;;n;;,agc...;..&..;;M.;;;;i;;.;;n;.;:;i.;;;;ng,,_,,_;;I.;;;;n.:;.c.;... ____________ whose address Is _4_1_9_3_4_Ma_i_n_s_t_._,_lf_l 0_7_,_r_em_e_c_u_l_a_, _c_A_9_2_5_9_0_-2_7_0_1 _______ ~hereinafter called "Contractor" and California Bank & Trust whose address is _4_1_6_1_s_w_i_n_c_he_s_t_e_r_R_o_a_d_,_re_m_e_c_u_1a_,_c_A_9_2_5_9_0-_2_7_0_l__________ hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to Sections 22300 and 10263 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for El Camino Real and Orion Street, Contract No. 3603 in the amount of $786 951.05 dated ftee, lsJ ,il,Qo;i (he,reinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the City shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omi1,sions of the escrow agent in connection with the handling of retentions under these sections in ar, amount not less than $100,000 per contract. The market value of the securities at the tim,:1 of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be he,ld in the name of the California Bank & Trust and shall designate the Contract:>r as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the~ Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract ls terminated. The contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibiliti<H of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses Incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be i,ubject to withdrawal by Contractor at any time and from time to time without notice to the City. 09/11/00 Contract No. 3603 Page 47 of 112 Pages ·~ .. '' 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructec; by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and e<>mplete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on depcisit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the co11tractor pursuant to Sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: For Contractor: For Escrow Agent: Signature +,,,q.t,6',11::1!.'1:t'!;..ft;'.:f-:=i,;.:-,'v':'~h!:-i::~•:-:::,-- Address --=..:.;.;.==..:::;.:.;:a;;.<--=.:....:....;:;..::.::...:...:c..------ Title __ V_i_c __ e_P_r_es .... i .... • d .... e_n_t _________ _ Name Wa~e White Signature ~if~~ 4 in S ., 1 7 Address Temecula, CA 92590-2701 Title Vice President ---------------- Name Ken McNiel~ ~ Signature ~ 1iJZl/WIJl0 41615 incester Road Address Temecula, CA 92590-2701 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. ft (.19/11/00 Contract No. 3603 Page 48 of 112 Pages ..... IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Signature For Contractor: Title ___ V""'i"'ce.::e:....:.P.o;.r;=.es:,cio.,d00e::;n,..,,t ______ _ Name ___ w_a~n_e_Wh_i_t_e __ .,... ____ _ Signature __,f1'ri'~~~•A5~~~14'"""7F-£'9f*.-----'ITT1ili-iat.<st7 ~ Address __ T_e_m_e_c_u_l_a_, _c_A __ 9_2_59_0_-_2_7_0_1 __ _ For Escrow Agent: Title Vice President Name __ K_e_n_M_c_N~ie~l _______ _,,,.,_, Signature _ _,~'-=""";...;;....um'--"-"'kil---="""' +· -'-'/jJ __ 41615 Winchester Road Address __ T_em_e_c_u_l_a~, _C_A __ 9_2_5_90_-_2_7_0_1 __ _ 09/11100 Contract No. 3603 Page 49 of 112 Pages ' I I I I I I I I I I I I I I I I 1 I SPECIAL PROVISIONS FOR El Camino Real and Orion Street Contract No. 3603 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 --TERMS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS 1-1 TEF<MS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to thE, plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "Selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the EnE1ineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. (\ • .,9/11 /00 Contract No. 3603 Page 50 of 1 12 Pages Agency -The City of Carlsbad, California. City Council -The City Council of the City of Carlsbad. City Manager -The City Manager of the City of Carlsbad or his/her approved representative. Dispute Board -Persons designated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer -The Public Works Director of the City of Carlsbad or his/her approved represe,ntative. The City Engineer is the third level of appeal for informal dispute resolution. Minor Bid. Item -A single contract item constituting less than 10 percent (10%} of the original Contract Price bid. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who am hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, Sta1te and Federal income ta::"'s paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with Section 2-3.1 of the Standard Specifications and these Special Provisions. Owner Operator/Lessor -Any person who provides equipment or tools with an operator prnvided who is employed by neither the Contractor nor a subcontractor and is neither. an agent or employee of the Agency or a .. public utility. Public Wo.rks Manager for Construction and ·Inspection -The Construction Manager's immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector -The Engineer's designated representative for inspection, contract administration and first level for informal dispute resolution. Construction Manager -The Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts ...................................... Apartment and Apartments Bldg ...................................... Building band Buildings CMWD .................................. Carlsbad Municipal Water District CSSD ................................... Carlsbad Supplemental Standard Drawings cfs ......................................... Cubic Feet per Second Comm ................................... Commercial DR ........................................ Dimension Ratio E ........................................... Electric G .......................................... Gas ft ~,9/11/00 Contract No. 3603 Page 51 of 11 :2 Pages gal ........................................ Gallon and Gallons Gar ....................................... Garage and Garages GNV ...................................... Ground Not Visible gpm ...................................... gallons per minute IE .......................................... Invert Elevation LCWD ................................... Leucadia County Water District MSL ...................................... Mean Sea Level (see Regional Standard Drawing M-12) MTBM ................................... Microtunneling Boring Machine NCTD ................................... North County Transit District OHE ...................................... Overhead Electric OMWD .................................. Olivenhain Municipal Water District ROW .................................... Right-of-Way S ........................................... Sewer or Slope, as applicable SONR ................................... San Diego Northern Railway SDRSD ................................. San Diego Regional Standard Drawing SFM ...................................... Sewer Force Main T ........................................... Telephone UE ........................................ Underground Electric W .......................................... Water, Wider or Width, as applicable VWD ..................................... Val!ecitos Water District SECTION 2 -SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General. Add the following: Should the Contractor fail to adhere to the provisions mquiring the Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the contract price by other than the Contractor's own organization. The City Council shall be the sole body for determinatic,n of a violation of these provisions. In any proceedings under this section, the prime contractor 11hall be entitled to a public hearing before the City Council and shall be notified ten (10) days in advance of the time and location of said hearing. The determination ofthe City Council shall be final. 2-4 CONTRACT BONDS. Modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest revision of U.S. Department of Treasury Circular 570." Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contrac:t. The faithful performance/warranty bond shall be in the amount of 100 percent of the contract pric:e. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract exceeds ten million dollars ($10,000,000}. Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. ft f.19111100 Contract No. 3603 Page 52 of 112 Pages The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the EnginE1er. The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30 days after recordation of the Notice of Completion if all claims have been paid. Add the following: 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 contain the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as d1~fined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. Add the following: The specifications for the work indude the Standard Specifications for Public Works Construction, (SSPWC), 2000 Edition, hereinafter designated "SSPWC," as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California , and as amended by the Special Provisions section of this contract. The construction plans consist of one set of drawings designated as City of Carlsbad Drawing No. 380-9 and consists of eleven sheets. The standard drawings used for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDHSD, as issued by the San Diego County Department of Public Works, together with the most recent editions of the City of Carlsbad ·standards for Design and Construction of Public Works Improvements", hereinafter designated as CSSD, as issued by the City of Carlsbad and the Carlsbad Municipal Water District Standard Plans hereinafter designated as CMWDSD, as issued by the Carlsbad Municipal Water District. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. The existence and location of utility structures and facilities shown on the construction plans were obtained by a search of the available records. Attention is called to the possible existence of other utility facilities or structures not shown or in a location different from that shown on the plans. The contractor is required to take due precautionary measures to protect the utilities shown on the plans and any other existing facilities or structures not shown. The contractor shall verify the location of all existing facilities (aboveground and underground) within the project site sufficiently ahead of the construction to permit the revisions of the constructicin plans if it is found that the actual locations are in conflict with the proposed work. 2-5.2 Precedence of Contract Documents. Add the following: Where CAL TRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CAL TRANS specifications shall have precedence only in reference to the materials and construction Contract No. 3603 Paae 53 of 112 Pages materials referred to in the CAL TRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Special Provisions and Part 1 of the SSPWC, in the order of precedence in Section 2-5.2 of the SSPWC, shall prevail over the CAL TRANS specifications in all other matters. 2-5.3.3 Submittals. Add the following: Each submittal shall be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal followed by an ascending alphabetical designation (e.g. The label '4-C' would indicate the third instance that th1~ fourth submittal had been given to the Engineer). Each sheet of each submittal shall be conse,cutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the followinu: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval. By: ---------------Title: Date: Company Name: Add the following: 2·5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete •,is-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact •as-built" locations, sizes and kinds of equ,pment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and i;hall be used only as a record set and shall be delivered to the Engineer within ten ( 10) days of completion of the work. Payment for performing the work required by Section 2-5.4 shall be includecl in the various bid items and no additional payment will be made therefor. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. Delete Sections 2-9.1 and replace with the followin9: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California. hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after ft ~,9/11100 Contract No. 3603 PaQe 54 of 11 :2 Paqes construction at the site of the replacement is completed. The Surveyor shall file comer record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within seven days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. 2-9.2 Survey Service. Delete Sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor, to perform all work necei,sary for establishing control, construction staking, records research and all other surveying work nEicessary to construct the work, provide surveying services as required herein and provide surveying, drafting and other professional services required to satisfy the requirements of the Land Surveyors Act. Su,veyor shall be resident on the site during all surveying operations and shall personally s Jpervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the requirements of Section 2-5.3.3, "Submittals," herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81/," by 11") paper. The field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, field crew members and preparer of the field notes or calculalion,s. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer pr0f1ram or documentation for any computer program. The field notes shall be prepared in conformance with the CAL TRANS "Surveys Manual." The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of Galifomia Busin,3ss and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-·10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and all monuments and marks that are at, or accessory to, property corners and street centerlines are permanent survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to detem1ine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.2.2 Survey Requirements. Stakes shall be set at offsets approved by the EngineE1r at no greater intervals than specified in Table 2-9.2.2(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and inspected and approved by the Engineer before the start of construction in the OA111,on r.nntr;:,ir.t No, '.lfi:0'.l P;,oe 55 of 112 Paoes area marked. Centerline monument shall have the disk stamped with the date the monurr,ent was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the plans shall be staked and flagged prior to the start of any other activities within the limits of the work. When curb and gutter does not exist and is not being installed as a part of the project the location of adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical location of such adjacent utility vaults, poles or other facilities that are being installed as parts of, or adjunct to, the project 11ither by the Contractor and/or those noted on the plans as to be installed by others. ---··Fpture Street Centerline Clearing Slope Fence Rough Grade Cuts. or Fills;, 10 m (33') Final Grade Oncludes top of: Basement soil, subbaseand basal Asphalt Pavement Finish Course Drainage Structures, Pipes & similar Facilities(]), <iJ Curb T raffle Signal (]) Signal Poles & Controller m Junction Box <D Conduit m A l.19/11/00 TABLE 2•9.2.2(A) f Survev Reauirements or Construction Stakina Sjake --') :: ,-. < ----: ' -Centerline orParallelto'i:entet1lne Laterel O<\llcriptlo!I I." ' ,, , (i_i,."---©, -11> -_-. -. <·_-_·,. Sn=Jnn'~, Ii) SDRSM-10 $300m (1000'), Street lnteraectlons, Begin on street Monument and end of curves, only when shown on the centerline clans Lath in soil, lath -lntervisible,;; 15m (50') on tangents at clearing line painted line & ;; 7 .5m (25') on curves, Painted line - on PCC&AC continuous surfaces RP+ Marker lntervlslble and;; 15m (50') Gracie Breaks Stake & ;;7 .5 m (25') RP+ Marker ;; 60 m (200') on tangents, ;; 15m (50') on NIA Stake curves when R.: 300m (1000') & 7.5m (25') on ( constant curves when R,; 300m (10001 offset) RP+ Marker ;; 15m (50') N/A Stake RP+ Marker ;; 15 m (50') on tangents & curves when R;, g;_7 m (22') Stake, Blue-300m (1000') & $ 7 .Sm (25') on curves when top in grading Rs 300m (1000') area RP, paint on ;; 7.5m (25') or as per the intersection grid edge of previous points shown on the plan whichever provides pavement, course the denser information paving pass width; crown line& grade breaks RP+ Marker intervisible & ,; 7.5m (25'), beginning and end, as appropriate Stake BC & EC of facilities, Grade breaks. Alignment breaks, Junctions. Inlets & similar facilities, Risers & similar facilities (except olumbina \. Skewed cut-off lines RP+ Marker ,: 7.5m (25'), BC & EC, at ¼A, Y,t; & ¼A on ( constant Slake curb returns & at beainnina & end offset) Vertical locations shall be based on the ultimate elevation of curb and sidewalk RP+ Marker. at each pole & controller location as appropriate Slake RP+ Marker at each junction box location as appropriate Slake RP+ Marker s 15 m (50') on tangents & curves when ~ as appropriate Slake 300m (1000') & s 7.5m (25') on curves when R;;300m (1000')orwheregrade;; 0.30% -- -Settt?a,Jf/!Fce ' 7 mm (0.02') Horizontal, alSo see section 2-9.2.1 herein 0.3 m (1') Horizontal 30 mm (0.1 ') Vertical & Horizontal 30 mm {0.1') Horizontal 30 mm (0.1 ') '✓ertlcal & Horizontal 10 mm ('1,") Horizontal & 7 mm ('1;) Verlical 10 mm ('1,") Horizontal & 7 mm ('1.") Vertical 1 O mm ('1,") Horizontal & 7 mm ('1.") Vertlcal 10 mm ('1,") Horizontal & 7 mm ('1.") Verlical 10 mm ('1,") Horizontal & 7 mm ('1."l Vertlcal 10 mm ('1,') HJrizontat & 7 mm ('I.') Verlical 10 mm ('1;') H-Jrlzonlal & when depth cannot be measured from existing pavement 7 mm {'1."l Vertical Contract No. 3603 Page 56 of 11 2 Pages I '$tilkf · .. , •· •.,•··. .. , .. , D'tscriptiol'I Centerline or Par_all11I to Centerline Lateral Setting Tolerance Fe"'ure.Staked _··, ,'· ® ,,•·•,' , , · Si:iacln""' Ii> SoacJnn <l>. Ii> , IWit!ll'l'II , Minor Structure <D RP+ Marker for catch basins: at centerline of box, ends of as appropriate 1 O mm ('1,") Horizontal Stake+ Line box & wings & at each end of the local & 7 mm ('I,"J Vertical Stake depression (l) (when vertk:al data needed) Abutment Fill RP+ Marker ,; 15 m (50') & along end slopes & conic as appropriate 30 mm (0.1 ') Vertical & Slake+ Line transitions Horizontal Stake Wall (l) RP+ Marker ,; 15 m (50') and at beginning & end of: each as appropriate 7 mm (•,;) Horizontal & Stake+ Line wall, BC & EC, layout line angle points, 7 mm ('1.") Vertical Point +Guard changes in fooling dimensions &/or elevation Stake & wall heioht Maior Structure (l) Footings, Bents, RP+ Marker 3 m to 10 m (10' to 33') as required by the as appropriate 10 mm ('1,") Horizontal Abutments & Stake+ Line Engineer, BC & EC, transition points & at & 7 mm ('1,") Vertical Wingwalls Point +Guard beginning & end. Elevation points on footings Stake at bottom of columns Superstructures RP 3 m to 10 m (10' to 33') sufficient to use string as appropriate 10 mm ('1,") Horizontal lines, BC & EC, transition points & at & 7 mm ('1.") Vertical beginning & end. Elevation points on footings at bottom of columns Miscellaneous GJ Contour Grading RP+ Marker ,; 15 m (50') along contour 30 mm (0.1 ') Vertical & (l) Stake line Horizontal Utilities <D. @ RP+ Marker ,; 15 m (50') on tangents & curves when R2: as appropriate 10 mm ('1,") Horizontal Stake 300m (1000') & ,; 7.5m (25') on curves when & 7 mm ('I.") Vertical R < 300m 11000') or where grade< 0.30% Channels, Dikes RP+ Marker intervisible & ,; 30 m (100'), BC & EC of as appropriate 30 mm (0.1 ') Horizontal & Ditches <D Stake facilities, Grade breaks, Alignment breaks, & 7 mm ('!,") Vertical Junctions, Inlets & similar facilities Signs© RP+ Marker At sign location Line point 30 mm (0.1 ') Vertical & Stake+ Line Horizontal Point +Guard Stake Subsurface RP+ Marker intervisible & ,; 15m (50'), BC & EC of as appropriate 30 mm (0.1 ') Horizontal Drains© Stake facilities, Grade breaks, Alignment breaks, & 7 mm (•,;) Vertical Junctions, Inlets & similar facilities, Risers & similar facilities Overside Drains RP+ Marker longitudinal location Al beginning & 30 mm (0.1 ') Horizontal (D Stake end & 7 mm I•I."I Vertical Markers <D RP+ Marker for asphalt street surfacing ,; 15 m (50') on At marker 7 mm ('1.") Horizontal Stake tangents & curves when R2: 300m (1000') & ,; location(s) 7.5m 125'1 on curves when R,; 300m 11000'1. Railings & RP+ Marker At beginning & end and ,; 15 m (50') on at railing & 10 mm('!,") Horizontal Barriers <D Stake tangents & curves when R 2: 300m (1000') & ,; barrier & Vertical 7.5m 125') on curves when R,; 300m 11000'1 location(s) AC Dikes <D RP+ Marker At beginning & end as appropriate 30 mm (0.1 ') Horizontal Stake & Vertical Box Culverts 3 m to 10 m (10' to 33') as required by the as appropriate 10 mm ('1,") Horizontal Engineer, BC & EC, transition points & at & 7 mm ('1,") Vertical beginning & end. Elevation points on footings & at invert Pavement RP 60 m (200') on tangents, 15m (50') on curves at pavement 7 mm ('1,") Horizontal Markers<D when R 2: 300m (1000') & 7.5m (25') on marker curves when R,; 300m (1000') For PCC location(s) surfaced streets lane cold ioinls will suffice <D Staking for feature may be omitted when adJacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature @ Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation & inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table ® Perpendicular to centerline. © Some features are not necessarily parallel to centerline but are referenced thereto CSJ Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature @ ;,; means greater than, or equal to, the number following the symbol. ,; means less than, or equal to, th13 number following the symbol. (J) The cut datum for storm drainage & sanitary sewer pipes & similar structures shall be their invert. The cut datum for all other utilities shall be the lop of their pipe or conduit. All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Eni~ineer flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(6). TABLE 2-9.2.2(8) Surve Stake Color Code for Construction Stakin r=-.-,_;;..;;;;;;.;;,;;-.-,--,,,...""l'l/l'I! Vertical Control White/Oran e Clearin Yellow/Black Grading Yellow Structure White Drainage, Sewer, Curb Blue Ri ht-of-Wa White/1' ellow Miscellaneous Oran 13 • Flagging and marking cards, if used. Add the following section: 2-9.2.3 Payment for Survey. Payment for work performed to satisfy the requirem1mts of Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the surve,y work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following section: 2-10.1 Availability of Records. The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. Add the following section: 2-10.2 Audit And Inspection. Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and it subcontrnctors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and inte,rviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, aind all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and othor data relating to all matters covered by this Contract. However, any such activities shall be carried out in ft t.19/11 /00 Contract No. 3603 Page 5 8 of 1 n Pages a manner so as to not unreasonably interfere with Contractor's ongoing business op11rations. Contractor and all subcontractors to this contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 --CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit Prices. Add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 25 percent of the original quantity bid the adjustment of contract unit price for such items will be limited to that portion of the change in excess of 25 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 25 percent may, at the option of the Engineer, be paid pursuant to Section 3-:3, Extra Work. 3-3 EXTRA WORK 3-3.2.2 (c) Tool and Equipment Rental. Second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge & Equipment Rental Rates" published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any, The labor rates published therein are not a part of this contract. 3-3.2.3 Markup. Delete Section 3-3.2.3(a) and (b) and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ................................... 20 2) Materials . . . .. . . . . . . . . . . . . . . . . . . . . . . . . 15 3) Equipment Rental ................... 15 4) Other Items and Expenditures .. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's. actual cost of such work. A markup of 1 O percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. Add the following after the second sentence: Payment far extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the ., ... ., !l/11 /00 r.nntr~rJ__Nn ::lfiO::t PROA !,~ of 11 :') PRnA~ Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the lime that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all cairns in connection therewith. The Contractor shall provide the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within 20 working days of the date of service of the written notice of potential claim for changed conditions. Verbel notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. •The undersigned certifies that the above statements are made in full cognizance of the California False Claims Act, Government Code Sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in respons,, to the City's proposed final estimate in order for it to be further considered.• By: ------------- Date: Company Name: Title: The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days aller the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written n,:itice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with i:lispute resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution ci1ain of command: 1. Project Inspector 2. Construction Manager 3. Public Works Manager for Construction and Inspection 4. Public Works Director/City Engineer 5. City Manager ft Q9/11/00 Contract No. 3603 Page 60 of 11 :1 Pages The Contractor shall submit a complete report within 20 working days after completio,1 of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a moating is requested the City will provide its position within 10 working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commenc:ing with Section 20104) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the stato or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of. the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of !his article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply; (a) The claim shall be in writing and include the documents necessary to substantiate th,3 claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writinEI, within 30 days of receipt of the claim, any additional documentation supporting the claim or rel a ting to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is ~Ireater. ft \.J ,11111nn f:ontrnr.t Nn. 3A03 Paae 61 of 112 Paaes (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of lime no greater than that taken by the claimant in producing the additional information or re<Iuested documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency's response or within 15 days of the local agency's fi:1ilure to respond within the time prescribed, respectively, and demand an informal conference to m13et and confer for settlement of the issues in dispute. Upon a demand, the local agency shall smsdule a meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must 1,e filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any p,3riod of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the lime periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions flied to resolve claims subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both par1ies. If the parties fail to select a mediator within the 15-day period, any party may petition the c:ourt to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 ( commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Jlrticle 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil proc:edure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators apf)Ointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pa)' not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de nova but does ft t;.J 9/11 /00 Contract No. 3603 Page 62 of 112 Pages ---··- not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is ·llled in a court of law. SECTION 4 -CONTROL OF MATERIALS 4·1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General. Add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, TIiie 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progmss and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials. Delete the phrase, "and a reasonable amount of retesting," from the third sentence of the first paragraph. Add the following: Except as specified in these Special Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Suppli~mental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or !listed at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved dci not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper i,torage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exc1!ed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade Names or Equals. Add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is detern:iined to be unsatisfactory in performance, appearance, durability, compatibility with " • .,!'!111 ,nn C:nntr;:ir.t Nn .1Fi0.1 PPinA R3 nf 11? P~•A~ associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, con11rm the quantity and quality received, prepare storage area(s), store, handle, protect, move, r,9locate, remove and dispose excess of all materials used to accomplish the Work. Materials !ihall be delivered to the site of the work only during working hours, as defined in Section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consigno1• and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to bH stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pEirtain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 --UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with Section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Co11tractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfa~tion of the utility agency or company. Such temporary omission shall be for the Contractor's convEmience and no additional compensation will be allowed therefor or for additional work, materials c,r delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise dire,;ted by the Engineer. Contract No. 3603 Page 64 of 11 2 Pages SECTION 6 -PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add the following section: 6•1.1 Measurement and Payment of Construction Schedule. The Contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no ~,eparate payment will be made therefor. 6·2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Project Meetings. Each Project Meeting shall be attended by the Contractor's Representative. The Project Representative shall be the individual determined under Section 7-6, "The Con·:ractor's Representative," SSPWC. No separate payment for attendance of the Contractor, the Comractor's representative, or any other employee or subcontractor or subcontractor's employee sit these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written nolic1~s shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the celay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim{s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 120 working days after the starting date specified in the Notice to Proce,ed. 6•7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engin•~er, the hours of work shall be between the hours of 7:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineor if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, suc;h work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. ft V 9/11 /O~L··~· CnntrAr:t No 3603. PAoA fl5 of 1.1.? Pao es Add a new Section 6-7.2.1, titled "Closure of Orion Street at South Exit of Coast Waste Management (Phase Two Traffic Control)" as follows: The work in this phase of construction will be limited to 3 calendar days or less so as not to impede the operation of Coast Waste Mana~1ement. This work activity shall be coordinated with Coast Waste Management. Contact Conrad Pawelski, Site Manager at (760) 754-4157. Work activities, so limited, shall be paid for per the lump sum prices quoted in the Contractor's Proposal for traffic control and no separate compensation will be made. A new Section 6-7.2.2, titled "Lane Closure Times for El Camino Real" should be added as follows: Allowable lane closure times on El Camino Real will be limited to 8:30 am to 3:30 pm Monday through Friday. Work activities, so limited, shall be paid for per the lump sum prices quoted in the Contractor's Proposal for traffic control and no separate compensation will be made. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, m,3et the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of compl13tion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All work shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be n3tained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of Nine Hundred Dollars ($900.00) per calendar day. Execution of the Contract shall constitute agreement by the Agency and Contractor that Nine Hundred Dollars ($900.00) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7 --RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California ~ind are ,, •+Ps111100 Contract No. 3603 Page 66 of 11 :1 Pages ~-- listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency, and building permits necessary to perform work for this contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights,-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the proje,ct. The cost of said permit(s) shall be included in the price bid for the appropriate bid item and no additional compensation will be allowed therefor. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies during the relocation or construction of their lines. The Contractor may be granted a time eidension if, in the opinion of the Engineer, a delay is caused by the utility company. No aclditional compensation will be made to the Contractor for any such delay. Add the following section: 7-7.2 Coordination With North County Transit District. The Contractor shall coordinate and cooperate with North County Transit District during construction activities that may imp.~ct their service or bus stop locations. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to pres,~rve the health safety or welfare of the public. The Contractor shall conduct effective cleanup ~ind dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole cliscretion, are necessary to preserve the health, safety and welfare of the public. Cleanup ancl dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall 1Jbtain a construction meter for water used for the construction, plant establishment, maintenance, ,;leanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs ,shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the Ci1y Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. ft ... , 9/11 /00 C::nntr;;ir.t Nn. 3603 Paae 67 of 112 Paaes Add the following section: 7-8.9 Vernal Pool Protection. Throughout all phases of construction, including suspension of work, and until the final acceptance, the Contractor shall protect the vernal pools identified in the plans. A certified biologist shall stake the limits of the vernal pools. Protection to include, but not be limited to, construction of a silt fence around the perimeter of the vernal pools, erosion control, and drainage control. The silt fence shall be constructed per the plans, and be maintained throughout all phases of construction. The biologist shall monitor the vernal pools once every two weeks throughout all phases of construction. If additional measures are required to adequately protect the vernal pools, Contractor will provide them at no additional compensation. Payment shall be included as part of clearing and grubbing and no additional compensation shall be ~•llowed. Contractor shall removed the silt fence immediately upon final acceptance. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work E:o as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at (760) 929-9417. During overlay operations, the Contractors schedule for overlay application shall be designated to provide residents and business owners whose streets are to be overlaid sufficient paved parking within an 800 foot distance from their homes or businesses. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directiy affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called t<> obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering rnachine shall not be connected to either number. The notification shall also give a brief descriptio11 of the work and simple instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failul'li of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or rescheduled the no parking signs shall be r,9moved and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7•10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, Chapter 5 of .the California Department of Transportation "Manual of Traffic Controls." 1996 edition and these Special Provisions. If any component in the traffic: control 09/11100 Contract No. 3603 Page 68 of 1 ·1 2 Pages system is damaged, displaced, or ceases to operate or function as specified, from any causei, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to Its original locatlon. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs. markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, Install the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or device, or the actual cost of providing such traffi(; control facility, whichever is the greater. Modify the second paragraph as follows: After obtaining the Engineer's approval and at least 5 working days before closing, detouring, partially closing or reopening any street, alley or other public thoroughfare the Contractor shall notify the following: 1) The Engineer ........................................................................................................ (760) 602-2720 2) Carlsbad Fire Department Dispatch ...................................................................... (760) 931-2197 3) Carlsbad Police Department Dispatch ................................................................... (760) 931-2197 4) North County Transit District ................................................................................. (760) 743-9346 5) Coast Waste Management. ................................................................................... (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 5) above. The Contractor shall obtain the written approval no less than five working days prior to placing any traffic control that affects bus stops. Add the following section: 7•10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1 et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq. Alf paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of Section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to Section 210-1.6 for materials and Section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be s1ationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable si11ns shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in Section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone sleeves as spe,cified in CAL TRANS "Standard Specifications," except the sleeves shall be 180 mm (7"} long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 1.8 m (6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 7.6 m (25') intervals to a point not less than 7.6 m Contract No. 3603 Page 69 of 112 Pages (25') past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall not work closer than six (6) feet, nor operate equipment within two (2) feet from any traffic lane occupied by traffic .. For equipment the two (2) feet shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered in performing the work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver when such reduction is shown on the traffic contml plans included in these contract documents, when such reduction is shown on the traffic contml plans prepared by the Contractor and approved by the Engineer or for the work of installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close the 61djacent traffic lane or provide barriers. Personal vehicles of the Contractor's employees shall not be parked within the travelEid way, including any section closed to public traffic. Whenever vehicles or equipment are parked on the shoulder within six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engin,aer. All construction traffic control devices shall be maintained in good order and according to t,e plan throughout the duration of work. During the entire construction, a minimum of two paved traffic lanes, not less than twelve (12) feet wide, shall be open for use by public traffic in each direction of travel. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, CAL TRANS "Manual of Traffic Control." 1996 edition and provisions under "Maintaining Traffic" elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, alt components of the traffic control system. except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects. said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Lane closure limes on El Camino Real are from 8:30 am to 3:30 pm. Add the following section: 7•10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic: control plan proposed by the Contractor and approved by the Engineer. The Contractor shall riot start ft Q9/11/00 Contract No. 3603 Page 70 of 11 2 Pages traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received the Engineer's written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in Cl1apter 5 of the "Traffic Manual," 1996 edition published by CAL TRANS. Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for traveled ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation :.hall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engin,~er, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to e,stablish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of New, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects lo modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of Section 2-5.3, et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20 day review period specified in Section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be sl1own in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation vertical curves must also be shown. The Contractor may choose to modify, add to or supplement the TCP shown on sheets 8-1 0 of Drawing 380-9 of the ,::on tract documents or substitute TCP to further its own interests. Such substitution shall be prepared in type and kind as sheets 8-10 of Drawing 380-9. The level of detail, format, and graphic shall be of quality and size no less than on sheets 8-1 0 of Drawing 380-9. Such modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the "MANUAL OF TRAFFIC CONTROLS," 1996 Edition as published by the State of California Department of Transportation. Such modification, addition, supplement, and/or new design of TCP shall be •prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modifications, r. • .,Q/11 /1111 rnntr~~t Nn ~,::;n~ P~nA 71 nf 11 ? P;,n,~~ supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement, and/or new design shall not be implemented and no w<>rk shall be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall confonn to the requirements of Section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to tl,e work being perfomied and no additional payment will be made therefor. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progres,, of the work, all necessary safeguards for the protection of workers and public, and shall use dang er signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. Contract No. 3603 Page 72 of 11 2 Pages SECTION 8 --FACILITIES FOR AGENCY PERSONNEL Section Not Used ~ .... 9111 /00 Contract No. 3603 Paoe 7 3 of 1 ·1 2 Paoes SECTION 9 -MEASUREMENT & PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.015 Final Pay Quantities. When the estimated quantity for a specific portion of the work is designated on the plans or specifications as a final pay quantity, the estimated quantity shall be the final quantity for which payment for the specific portion of the work will be made, unl,sss the dimensions of the portion of the work shown on the plans are revised by the Engineer, or unless the portion of the work is eliminated. If the dimensions of the specific portion of the work are revised, and the revisions result in an increase or decrease in the estimated quantity of the portion of the work, the final quantity for payment will be revised in the amount represented by the changes in the dimE~nsions. If the specific portion of the work is eliminated, the final pay quantity designated for the specific: portion of the work will be eliminated. The estimated quantity for each specific portion of the work designated on the plans or specifications as a final pay quantity shall be considered as approximate only and no guarantee is made that the quantities which can be determined by computations, based on the details and dimensions shown on the plans, will equal the estimated quantities. No allowance will be made in the event that the quantities based on computations do not equal the estimated quantities. When portions of an item have been designated on the plans or specifications as final pay quantities, portions not so designated will be measured and paid for in accordance with the applicable provisions of these specifications and the special provisions. In case of a discrepancy between the quantities shown on the plans as final pay quantities and the quantity of the same Item shown in the Engineer's Estimate, payment will be based on the final pay quantities shown on the plans or specifications. 9-1.4 Units of Measurement, modify as follows: The system of measure for this contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion." 9•3,2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be b,1sed on contract unit prices, completed change order work and as provided for in Section 9-2· of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of suppt,emental payment request. Upon receipt of the supplemental payment request, the Engineer shall. ,as soon as practicable after receipt, determine whether the supplemental payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in ft Q9/11/00 Contract No. 3603 Page 74 of 1 ·12 Pages writing the reasons why the supplemental payment request was not proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receipt of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) dc1ys after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the le1gal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall bi~ for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall Bhow all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days. from receipt of the Final Payment Estimate to make written statement disputing any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than 30 days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this contract including Sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor'B claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient c.1use for denying the claims. Contract No. 3603 PaQe 75 of 112 PaQes Payment for claims shall be processed within 30 calendar days of their resolution for thos,3 claims approved by the Engineer. The Contractor shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for those claims remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. · Add the following section: 9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory Work will be made at the stipulated lump-sum price bid therefor in the bid schedule and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities. tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project :,ite and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various contract items on or off the project site, excepting those specifically paid for under separate sections ,Jf these specifications. The Contractor hereby agrees that the stipulated lump sum amount is suffi,:ient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization And Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatc,ry work will be allowed therefor. 09/11100 Contract No. 3603 Page 76 of 112 Pages El Camino Real and Orion Street SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-1 ROCK PRODUCTS Add the following section: 200-1.2.2 Permeable Material. Permeable material shall consist of hard, durable, cle~1n sand, gravel, or crushed stone, and shall be free from organic material, clay balls, or other deleterious substances. Class 1 and Class 2 permeable material shall have a Durability Index of not less than 40. Class 2 permeable material shall have a Sand Equivalent value of not less than 75. Class 1 permeable material shall conform to the requirements in this section and Table 200-1.2(A). Class 2 permeable material shall conform to the requirements in this section and Table 200-1.2(8). When permeable material is required and the class or kind is not specified, Class 1 permeable material shall be used. The alternative gradings within Class 1 permeable materials are identified by types. Unless otheiwise shown on the plans, the Contractor will be permitted to furnish and place any one of the types provided for this class. The percentage composition by mass of permeable material in place shall conform to the gradings in Tables 200-1.2.2(A) and 200-1.2.2(8). Sieve Sizes 50 mm (2"l 37.5 mm (1½") 19 mm/¾") 12.5 mm/½") 9.5 mm (D"l 4.75 mm /No. 4) 2.36 mm (No. 8) 75 µ,m (No. 200) ft t.19/11/00 TABLE 200-1.2.2(A) CLASS 1 PERMEABLE MATERIAL Percentati ii Passina' . Type A ·.·· · 'f'lin.,A. ---100 ---95-100 100 50-100 95-100 - 70-100 15-55 0-55 0-25 0-10 0-5 0-3 0-3 Contract No. 3603 Page 77 of 112 Pages TABLE 200-1.2.2(8) CLASS 2 PERMEABLE MATERIAL . i' ... s1eviSfzifs< .. /' ···· · :ea .. tffa1;,1~:1, , .• • · •.·. 25mm 11") 100 19 mm(¾") 90-100 9.5 mm(•") 40-100 4.75 mm (No. 4) 25-40 2.36 mm /No. 8) 18-33 600 µm (No. 30) 5-15 300 µm (No. 50) 0-7 75 µm (No. 200) 0-3 200-2 UNTREATED BASE MATERIALS Delete this subsection and add the following: 200-2.1 General. Materials for use as untreated base shall be either Crushed Miscellaneous Base (CMS) pursuant to subsection 200-2.4 SSPWC, or Class II base pursuant to subsection 200-2. 7 herein or recycled Class II base pursuant to subsection 200-2.8 herein. Contractor shall provide material suitable for the intended type and source of untreated base at least 20 days prior to use. All processing or blending of materials to meet the grading requirement will be performed at the plant or source. The materials shall compact to a hard, firm, unyielding surface and shall remain stable when saturated with water. Add the following section: 200-2.7 Class II Base. Class II Base shall consist of aggregate rock materials free from asphalt concrete, portland cement concrete, organic matter and other non-rock substances conforming to the requirements set forth in subsection 26-1.02A of the Caltrans Standard Specifications except that all references to Contract Compliance shall be deleted from the Aggregate Grading Requirements table and the Quality Requirements table which shall be modified to incorporate a minimum R-value of 78 and a minimum durability Index of 35 within the Operating Range column. Paragraphs 4 through 9 of subsection 26-1.02A shall be deleted. Add the following section: 200-2.8 Recycled Class II Base. Recycled Class II Base shall consist of broken and crushed asphalt concrete or portland cement concrete and may contain crushed aggregate base or other rock. The material shall be free of any detrimental quantity of deleterious material as defined in subsection 200-1.1 of the SSPWC. Gradation and Quality requirements shall be as set forth in subsection 200-2.7 herein except that the Sand Equivalent shall be 35 minimum. Contract No. 3603 Page 78 of 112 Pages SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS Table 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) <3l Portland Cement Concrete Concrete Tvoe of Construction Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) <1l Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250l Traffic Signal Foundations 350-C-27 (590-C-3750) Concreted-Rock Erosion Protection 310-C-17 /520-C-2500P\ Except as noted herein. Maxirnum SlumD mm !Inches) ,-, 200 (8") 100 (4") 100 (4") per Table 300-11.3.1 (1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table. 201-1.2.4 Chemical Admixtures. (e) Air-entraining Admixtures. Substitute the following: The air content shall not deviate from the percentage specified or permitted by more than 1-1/2 percentage points. The air content of freshly mixed concrete will be determined California Test Method No. 504. SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 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 and D2-AR 4000 for leveling course. 203-6.6.1, Batch Plant Method, modify as follows: Third paragraph, last sentence, delete "and from the Engineer's field laboratory". Last paragraph, add after D 2172: "method A or B." 203-6.7 Asphalt Concrete Storage, add the following: Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work. Contract No. 3603 Page 79 of 112 Pages SECTION 204 -LUMBER AND TREATMENT WITH PRESERVATIVES Table 204-1.2(A) add the following: TABLE 204-1.2(AI U$eS Grades Headers for bituminous pavement up to 50 mm x Construction grade Redwood 100 mm I2"x4·i construction crade Douolas Fir Headers for bituminous pavement larger than Number 1 grade Redwood, 50 mm x 100 mm 12"x4"l number 1 orade Doualas Fir SECTION 206 • MISCELLANEOUS METAL ITEMS Add the following section: 206-7 TRAFFIC SIGNS. Add the following section: or or treated treated 206-7.1 Permar.~nt Traffic Sign$. Permanent traffic signs shall consist of 10-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless otherwise shown on the plans. Add the following section: 206-7.1.1 General. Materials, legend, proportion, size, and fabrication of all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993•, Sheets 1 through 5 that accompany 'SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHART", dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where the 'SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7,1.2 Sign Identification. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993" as follows: Sign identification shall be as per "SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993', except that the notation shall be 'PROPERTY OF THE CITY OF CARLSBAD". Add the following section: . 206-7.1,3 Drawings, Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Standard signs shall be as per the most recently approved "Approved Sign Specification Sheets· of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed' of this contract, whichever is most recent. 09/11/00 Contract No. 3603 Page BO of 11 2 Pages Add the following section: 206-7.1.4 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All warning signs and all regulatory signs, excepting only those hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.1.5 Substrate. Modify the "Specifications for Reflective Sheeting Signs, October 1993" as follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate. Add the following section: 206-7.1.6 Mounting traffic Signs. Traffic signs shall be installed on 10-gage or 12-gage cold- rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the sign area exceeds the maximum area allowed for on that drawing, on multiple 10-gage or 12-gage cold-rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in SDRS drawing M-45 or as approved by the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of 10-gage or 12-gage cold-rolled steel perforated tubing when multiple posts are used. Add the following section: 206-7.1.6 Traffic Sign Posts. Posts shalt be constructed of 10-gage or 12-gage cold-rolled steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45. Add the following section: 206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of al! signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the Contractor's performance of the Work. Temporary traffic signs include both stationary and portable signs. Add the following section: 206-7 .2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to the requirements of ·specifications For Reflective Sheeting Signs, October 1993", Sheets 1 through 5 that accompany "Specifications For Reflective Sheeting Signs, October 1993" of dimensions and details, dated April 1987, and "OPAQUE COLOR CHARr, dated February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The "Specification For Reflective Sheeting Signs, October 1993" require the Contractor or supplier to notify the Department of Transportation or to certify compliance to said "Specifications For Reflective Sheeting Signs, October 1993", to provide a quality control program or to allow testing, approval, observation of manufacturing or assembly operations by the State of California, Department of Transportation and/or its employees or officials, such rights shall be vested in the Engineer. Add the following section: 206-7.2.2 Drawings. Modify the •specifications For Reflective Sheeting Signs, October 1993" as follows: Standard temporary traffic signs shall be as per the most recently approved • Approved Sign Specification Sheets" of the State of California, Department of Transportation. The date of approval shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the "Notice to Proceed" of this contract, whichever is most recent. ft \.19/11/00 Contract No. 3603 Page 81 of 112 Pages Add the following section: 206-7.2.3 Reflective Sheeting. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: All advisory signs, warning signs and all regulatory signs, excepting only those hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conforming to the requirements of this specification. Add the following section: 206-7.2.4 Substrate. Modify the "Specifications For Reflective Sheeting Signs, October 1993" as follows: Excepting only construction warning signs used at a single location during daylight hours for not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate. Add the following section: 206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs shall be installed on 10-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner shown on the State of California, Department of Transportation "Standard Plans" 1995 edition standard plans numbers RS1, RS2, RS3 and RS4 for installation of roadside signs, except as follows: a) Wood posts shall not be used. b) Back braces and blocks for sign panels will not be required. c} The height to the bottom of the sign panel above the edge of traveled way shall be at least 2.1 m (7'). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 ft2)of sign area, or the signs may be installed on existing lighting standards when approved by the Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements specified for aluminum signs in the 'Specifications For Reflective Sheeting Signs, October 1993." Add the following section: 206-7.2.6 Temporary Traffic Sign Posts. Posts shall be 10-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post size and number of posts shall be as shown on the plans, except that when stationary mounted signs are installed and the type of sign installation is not shown on the plans, post size and the number of posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of reflective sheeting applied to a sign substrate. Add the following section: 206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the requirements of sign panels for stationary mounted signs in the 'Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend requirements for portable signs shall be as described for stationary mounted sign panels in section 206-7.2 of these Special Provisions. The height to the bottom of the sign panel above the edge of traveled way shall be at least 0.3-m (12"). All parts of the sign standard or framework shall be finished with two applications of an orange enamel which will match the color of the sign panel background. Testing of paint will not be required. ft t.19/11 /00 Contract No. 3603 Page 82 of 112 Pages Add the following section: 206-7.2.6 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of being marked by graffiti. Add the following section: 206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS. Add the following section: 206-8.1 General. This Section pertains to 10-gage and 12-gage cold-rolled steel perforated tubing used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade A Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11mm (7/16") holes on 25 mm (1") centers. Add the following section: 206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+0.011", 0.005"). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of +0.25 mm (+0.010") applied to the specific size determined at the comer. Straightness tolerance variation shall not exceed 1.6 mm in 1 m (1/16 • in 3'). Tolerance for comer radius is 4.0 mm (5/32"), plus or minus 0.40 mm (1/64"). Weld flash on comer-welded square tubing shall permit 3.60 mm (9/64") radius gage to be placed in the corner. Using 10-gage or 12-gage square tube, consecutive size tubes shall telescope freely for 3.1 m (1 O'). Tolerance on hole size is plus or minus 0.40 mm (1/64"} on a size. Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (1/8" in 20'). In addition, for the following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables 206-8.2 (A) and 206-8.2(8}. TABLE 206-8.2(A) Li1Jht Ga1Je Steel Tubln" Size Tl o erance Nominal Outside Dimension Outside Tolerance for all Sides at Comers mm lnchesl mm nnchesl 25 x25 (1 X 1 \ 0.13 0.005 32x32 ,1'/,x1'/4 0.15 0.006 38 X 38 1'/• X 1'/. / 0.15 0.006 44 x44 1 '/4 X 1°/4 0.20 0.008 51 X 51 (2 X 2) 0.20 0.008 56 X 56 (23/1e X 2'/,el 0.25 0.010 57 X 57 121/4 X 21/4\ 0.25 0.010 64 x64 12'/. X 2'/.\ 0.25 0.010 51 X 76 (2 X 3\ 0.25 0.010 Contract No. 3603 Page 83 of 11 2 Pages TABLE 206-8.2(6) Liaht Gaae Steel Tubina Sauareness Of Sides And Twist Nominal Outside Dimension Sauareness 1'1 Twist Permissible in 900 mm 13"1 mm llnchesl mm tlnches\ mm1•1 llnchesl1•1 25x25 11 X 1\ 0.15 0.006 1.3 0.050 32x32 1-~/4 X 1-1/4 0.18 0.007 1.3 0.050 38x38 1-1/2 X 1-1/2 0.20 0.009 1.3 0.050 44x44 1---.-/4 X 1:/4 0.25 0.010 1.6 0.062 51 X 51 /2 X 21 0.30 0.012 1.6 0.062 56x56 /2-3/,e X 2~3/,el 0.36 0.014 1.6 0.062 57 x57 -12-1/4 x 2-'f.l 0.36 1.014 1.6 0.062 64x64 /2-1/, x 2-1/,l 0.38 0.015 1.9 0.075 51 X 76 /2 X 3) 0.46 0.018 1.9 0.075 ('I Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed. (21 Twist is measured by holding down the edge of one end of a square tube on a surface plate with the bottom side of the tube parallel to the surface plate, and noting the height that either corner on the opposite end of the bottom side is above the surface plate. Add the following section: 206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel "pull-through" electrogalvanized rivets with 9.5 mm (3/8") diameter shank, 22 mm (7/8") diameter head, and a grip range of from 5 mm (0.200") to 0.90 mm (0.356"). The fasteners shall confonn to ASTM B-633, Type Ill SCI. Add the following section: 206-9 PORTABLE CHANGEABLE MESSAGE SIGN Add the following section: 206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be assembled to form a complete self-contained portable changeable message sign which can be delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be capable of operating in an ambient air temperature range of -20"C (-4°F) to + 70°C ( 158°F) and shall not be affected by unauthorized mobile radio transmissions. The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with the bottom of the sign at least 2.1 m (7') above the ground and the top no more than 4.4 m (14.5') above the ground. After initial placement, PCMS shall be moved from location to location as directed by the Engineer Add the following section: 206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of 460 m (1500') and shall be legible from a distance of 230 m (750'), at noon on a cloudless day, by persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The sign face shall be flat black and shall be protected from glare of the sun by a method which does not interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection. -l' • ., 9/11 /00 Contract No. 3603 Page 84 of 112 Pages Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting conditions. The sign shall have manual dimming operation modes of 3 or more different lamp intensities. Matrix signs not utilizing lamps shall be either internally or externally illuminated at night. The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator to perform all functions from one position. A keyboard entry system shall be provided to allow an operator to generate an infinite number of additional messages over the pre-programmed stored messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created messages in memory during periods when the power is not activated. The controller shall provide for a variable message display rate which allows the operator to match the information display to the speed of the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet. Add the following section: 206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the manufacturer's recommendations. Add the following section: 206-9.4 Measurement and Payment. The contract lump sum price PCMS shall be included in the bid amount for construction traffic control and include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining, repairing, replacing, and transporting from location to location, as directed by the Engineer, and no other compensation will be made. SECTION 207 -PIPE 207-2 REINFORCED CONCRETE PIPE. 207-2.1 General. Add the following: 48" RCP, which is being stored along Orion Street, shall be furnished to the Contractor and shall be installed by Contractor. Once the Contractor begins mobilizing to the job site, the contractor shall be responsible for theft or vandalism of the 48" RCP. 207-2.5 Joints. Add the following: When watertight joints are indicated on the plans they shall be of the rubber-gasketed type meeting the requirements of ASTM Standard Specification designations C 361-95 and C 443-94. Delete Section 207-10 Steel Pipe and replace with the following section: 207-10 STEEL PIPE. 207-10.1 General. These specifications apply to steel pipe for the transmission and distribution of water under pressure. Steel pipe shall be of the size, type, and cylinder wall thickness or pressure class shown on the Plans or in the Specifications. 207-10.2 Fabricated Steel Pipe 207-10.2.1 General. Fabricated steel pipe shall consist of butt or offset butt electrically welded straight or spiral-seam steel cylinders, shop fabricated from plates or sheets in accordance with AWWAC200. Steel pipe to be cement-mortar lined may also be fabricated to the requirements of Federal Specification SS-P-385 a. 100 mm (4 inch) pipe, when required, shall conform to the requirements of AWWA C 200. Prior to fabrication of pipe, the Contractor shall in accordance with 2-5.3, submit complete shop fabrication drawings of all pipe, pipe specials and joint details. the Contractor shall also submit a schedule of pipe marks accompanied by a plan showing the field location of each mark. Steel plates or sheets used in the manufacture of fabricated steel pipe shall comply with the physical and chemical requirements of ASTM A 570, Grades 30 or 33, for steel sheets or strip, or to ASTM A 283 Grades C or D, of A 36 for steel plates, or be of other steel of equal quality if approved by the Engineer. The Contractor shall submit to the Engineer a certified laboratory report stating the type of steel, and the physical and chemical properties for each heat number of the steel used in the fabrication of the pipe. After fabrication, but prior to the application of the specified lining and coating, straight pipe cylinders of all sizes shall be successfully hydrostatically tested to 75 percent of the specified minimum yield point of the steel sheets or plates used in the manufacture of the pipe in accordance with Section 3.5 of AWWA C 200. 207-10.2.5 Joints. Joints for fabricated steel pipe shall be one of the following types as specified on the Plans or in the Specifications and shall comply with the requirements of Section 3. 7 of AWWAC200. 1) Bell-and-spigot ends with rubber gaskets. 2) Lap joints for field welding. 3) Plain ends fitted with butt straps for field welding. 4) Ends prepared for mechanical coupled field joints. 5) Plain ends fitted with flanges. Joint tolerances shall be as specified in Section 3.7.9 of AWWA C200. For pipe less than 675 mm (27 inches) in nominal diameter, butt straps for butt strap joints shall be furnished with a 100 mm (4 inch) diameter hand hole, complete with screw cap or plug, suitable for use in "pointing" the interior joint lining after field installation of the joint. All joints, except flanged and mechanical coupling joints, shall be designed for a maximum interior pipe lining gap joint of 13 mm (1/2 inch) after joint assembly, measured from the ends of the lining of the two pipe sections being joined. The laying of bell-and-spigot, rubber-gasket-joint pipe on curved alignment by means of unsymmetrical closure of spigot into bell will be permitted. The amount of "pull" and the method of achieving the "pull" shall be in accordance with the manufacturer's recommendation, but the deviation from the normal lining gap at the joint shall not exceed a 19 mm (3/4 inch) "pull" on the outside of the curve, and a 6 mm (1 /4 inch) "push" on the inside of the cure, with no "push" to be permitted until the full 19 mm (3/4 inch) "pull" has been used. Where the allowable deflection of the pipe by means of unsymmetrical closure of joints is not sufficient to fit the curved alignment of the pipe, as shown on the Plans, special sections consisting of beveled ends or multiple-piece bends shall be fabricated. In no case shall the pipe bell or spigot composing the joint between sections of pipe be cut or altered in any manner. 207-10.2.7 Special Sections. Special sections, including curves, tees, branches, manifolds, outlets, reducers, and enlargers shall be fabricated as shown on the Plans or in the Specifications. Special sections shall be fabricated from sections of previously lined and coated straight pipe, of the kind being furnished under the contract or of specially rolled, lined, and coated pipe for fittings to meet job conditions shown in the Plans or in the Specifications. Contract No. 3603 Page 86 of 112 Paqes Bends shall be required on curves which have a shorter radius than can be accommodated by beveled pipe ends or by pushing and pulling the joint. Bends, tees, crosses, and wyes shall be fabricated and dimensioned in accordance with AWWA C 208. The courses of special sections shall be joined by butt welding after which the pipe protective lining and coating shall be repaired to a like condition as existed of the previously lined and coated straight pipe section from which the special section was fabricated. Bends, angles, reducers, enlargers, and other special pipe sections made by certified welding operations from previously tested pipe sections need not be subjected to a hydrostatic test. All special pipe sections not fabricated from tested pipe shall be hydrostatically tested after fabrication as specified in 207-10.3.2 for straight pipe. Sections that cannot be tested in a testing machine may be prepared for testing by welding a head on the open ends, or as may otherwise be approved by the Engineer. After testing, the ends shall be reconditioned. Any welds which have not been subject to a hydrostatic test shall be tested by the air-soap or dye- check method. 207-10.3 Mill-type Steel Water Pipe. Delete this section. 207-10.4.2 Cement-Mortar Lining and Coating. Cement mortar lining and coating shall comply with the requirements of AWWA C 205, or shall be fabricated, lined, and coated to the requirements of Federal Specification SS-P-385a. The interior and exterior surfaces of all pipe to which cement mortar will be applied shall be thoroughly cleaned prior to the application of the cement mortar. Loose scale, rust, and all accumulations of dirt or debris shall be removed. Oil and grease shall be removed by a volatile solvent. When a curing compound is used to facilitate curing of the cement mortar lining, it shall be applied to the cement mortar within 1 hour after placing the mortar. The curing time of cement-mortar so cured shall be 7 days. Sealing compound used shall be in conformance with Section 2.5 of AW\NA C 205. The results of cleaning, lining and coating of special sections shall be equivalent to the results of similar work on straight pipe sections and shall conform to the requirements of Sections 4.5 and 5.7 of AWWA C 205. Add the following section: 207-25 UNDERGROUND UTILITY MARKING TAPE. Add the following section: 207-25.1 Detectable Underground Utility Marking Tape. Detectable Underground Utility Marking Tape shall have a minimum 0.13 mm (0.005") overall thickness, with no less than a 35 gauge (AWG), 0.14 mm aluminum foil core. The foil must be visible from both sides. The layers shall be laminated together with the extrusion lamination process, not adhesives. No inks or printing shall extend lo the edges of the tape, All printing shall be encased to avoid ink rub-off. Detectable Underground Utility Marking Tape shall conform to the properties listed in Tables 207-25(A) and 207-25 (B). TABLE 207-25.1(A) Detectable Under round Utilitv Marklna Ta= Pronerties -. . -,-';' ,, ~ ' ···· ·ia . Value" .. . Thickness ASTM D2103 I 0114 mm 10.0056") Tensile strength ASTMD882 4500g/cm (25 lbs/inch) (5,500 PSI) Elonnation ASTM 0882-88 <50 =rcent at break Printabilitv ASTM 02578 i >50 ctvnes/sauare centimeter Flexibilltv ASTM 0671-81 Pliable hand Inks Manufacturino s=cifications I Heat-set Mvlex 09/11/00 Contract No. 3603 Paoe 87 of 112 Paaes Yellow Oran e Blue Green otable. Brown Pur le Add the following section: 207-25.2 Materials Approvals. Detectable Underground Utility Marking Tape shall meet the requirements of each of the following agency/association publications. A. Department of Transportation, Materials Transportation Bureau, Office of Pipeline Safety. USAS code for pressure piping 831.8, paragraph 192.321(e). B. National Transportation Safety Board, Washington, DC, Special Study Prevention of Damage to Pipelines. Adopted June 7, 197 4. Report NTSB-PSS-73-1. C. American Petroleum Institute (API). Recommended practice for marking buried liquid petroleum pipelines -APR RP 1109. D. General Services Administration, Washington, DC, Public Buildings Service Guide Specification for Mechanical and Electrical Equipment -PBS 4-1501, Amendment 2, Page 501-14, Paragraph 18, Subparagraph 18.1, Clause 18.1.1. E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC, National Electrical Safety Code for Underground Construction for remote and immediate hazards. Add the following section: 207-26 GATE VALVES. 207-26.1 ALL GATE VALVES required by the plans and specifications and furnished by the contractor shall be put into operation before acceptance of the work. Such operation shall be in accordance with every detail of operation and such valves shall show no sign of leakage. Glands and other appurtenances shall be in first class working order. Gate valves shall be furnished by the contractor and installed, complete with piping, fittings, valve boxes, extensions and covers at the locations indicated on the plans and in accordance with these specifications. Unless otherwise shown on the plans, all gate valves shall have non-rising stems, "O" -ring seals and machine surface flange face. 207-26.2 3"-12" Gate Valves. These specifications cover iron-body resilient-seated gate valves with non-rising stems with a design working pressure of 200 psi. All valves shall comply with AWWA Standard C509.87 or its latest revision. All internal and external ferrous metal surfaces shall ft t.19/11/00 Contract No. 3603 Paoe 88 of 11 2 Paces be factory epoxy coated, holiday free and to a minimum thickness of 4 mils and meet AWWA Standard C550.90 latest revision. The resilient gate shall be fully encapsulated. Valve stems shall be NDZ-S bronze Copper Development Association (CDA) Alloy No. C99500 with a maximum of 2% zinc and 2% aluminum and a minimum tensile strength of 70,000 psi and a maximum yield strength of 40,000 psi. All valves to be constructed per Carlsbad Rules and Regulations for Construction of Public Potable Water Mains by Carlsbad Municipal Water District, 10/1/93 Rev. (per Drawing No. W-16). Add the following section: 207-27 GATE VALVE BOXES. Gate Valve Boxes shall be Brooks 4TT Series or J&R 4T, normally closed gate valve boxes shall be Brooks Series 3RT. All gate valve box covers shall be marked "Water". All Complete in place (per Drawing No. W-13). 207-28. POLYVINYL CHLORIDE (PVC) PRESSURE PIPE. PVC pipe shall be DR21 Class 200 plain end and meet the requirements of AWWA C900. Pipe outer diameters shall be capable of being connected directly into PVC joint adapters without complicated procedures. Fittings shall be ductile iron. No PVC fittings shall be allowed. For buried piping, trenching configuration pipe zone material, backfill, and compaction shall be performed in accordance with the manufacturer's instructions, and in compliance with the Contract Documents. Piping identification shall be in compliance with the Contract Documents. Field testing of piping system for leakage shall be in compliance with Special Provisions Section 306-1.4.5. Thrust blocks and end caps shall comply with CMWD standard drawings W15 and W19. SECTION 209 -SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 209-2.05 Conduit All conductors shall be run in conduit, except overhead and temporary installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the Contractor's expense, use conduit of a larger size than that shown or specified, provided the larger size is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. New conduit shall not pass through foundations for standards. 209-2.0SA Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the following: 1) Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL 6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A 239. 2) Type 2. Hot-dip galvanized rigid steel conduit conforming to Type 1 above and coated with polyvinyl chloride or polyethylene. The exterior thermoplastic coating shall have a minimum thickness of 0.9 mm (35 mils). 3) Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non-Metallic Conduit (Publication UL 651 ). Type 3 conduit shall be installed at all underground locations. 4) Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non- metallic, sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use as the grounding conductor. 5) Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242 for Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified. Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Type 3 conduit shall be installed at underground locations only. ft '-19/11/00 Contract No. 3603 Paae 89 of 112 Paoes 209-2.05B Use. Exposed conduit installed on a painted structure shall be painted the same color as the structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be: 1) From an electrolier to the adjacent pull box shall be Size 41 (1 1 // dia). 2) From a pedestrian push liutton post to the adjacent pull box shall be Size 27 (1 • dia). 3) From a signal standard to the adjacent pull box shall be Size 53 (2"dia). 4) From a controller cabinet to the adjacent pull box shall be Size 78 (3" dia). 5) For detector runs shall be Size 41 (1 1 I{ dia)- 6) Not otherwise specified shall be Size 41 (1 // dia). 209-2.0SC lnsta.llation. Conduit shall be installed in conformance with the codes and regulations listed in Section 209-1.02, "Regulations and Code." Conduit runs shown on the plans may be changed to avoid underground obstructions with written approval by the Engineer. The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded union coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and damaged surfaces on metal conduit shall be painted with 2 applications of approved unlhinned zinc-rich primer (organic vehicle type) conforming to the requirements in Section 210-3.6, 'Galvanizing for Traffic Signal Facilities.• Aerosol cans shall not be used. The ends of conduit shall be threaded and shall be capped with standard pipe caps or "pennies• to protect the raceway against dirt and concrete until wiring is started. When caps or "pennies" are removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit terminating in pull boxes or foundations shall be provided with insulated bonding bushings. Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter of the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening, using the longest radius practicable. A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2') of pull wire or rope shall be doubled back into the conduit at each termination. Existing underground conduit to be incorporated into a new system shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. Conduit shall be laid to a depth of not less than 460 mm (18"} below grade in portland cement concrete sidewalk areas and curbed paved median areas, and not less than 750 mm (30") below finished grade in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm (6") from face of foundation. Unless "Trenching In Pavement Method" is specifically allowed or required on the plans or in these special provisions, conduit shall be placed under existing pavement by jacking or drilling methods. Pavement shall not be disturbed without permission from the Engineer. In the event obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate or remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2') clear of the edge of any type of pavement wherever possible. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. Conduit to be placed as part of the completed work shall not be used for drilling or jacking. When "Trenching in Pavement Method" is specifically allowed or required on the plans or in these special provisions, installation of conduit under pavement shall conform to the following: 1) Conduit shall be placed under existing pavement in a trench approximately 50 mm (2") wider than the outside diameter of the conduit to be installed. 2) Trench shall not exceed 150 mm (6") in width. Contract No. 3603 Paoe 90 of 11 2 Paces 3) Trench depth shall not exceed 300 mm (12") or conduit metric trade size plus 250 mm (10"), whichever is greater, except that at pull boxes the trench may be hand dug to required depth. 4) The top of the installed conduit shall be a minimum of 230 mm (9") below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the final pavement layer. 5) The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3") with a rock cutting excavator specifically designed for this purpose. 6) Cuts shall be neat and true with no shatter outside the removal area. 7) The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with trench backfill slurry concrete. 8) Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt concrete pavement and additional pavement is not being placed, the top 30 mm (0.1 0') of the trench shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates. Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302-5.4, "Tack Coat." Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. All excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.1 O'), by the end of each work period. The top 30 mm (0.1 0') shall be placed within 3 calendar days after trenching. Conduit to be placed beneath railroad tracks shall comply with the following: 1) The conduit shall be Size 41 (1 1/2 dia.) minimum, and shall be placed to a minimum depth of 900 mm (3') below bottom of tie. The near side of each conduit jacking pit shall be constructed not less than 4 m (12') from the centerline of track. When the jacking pit is to be left overnight, it shall be covered with substantial planking. 2) Conduit terminating in standards or pedestals shall extend not more than 50 mm (2") vertically above the foundation and shall be sloped towards the handhole opening. 3) Conduit entering through the side of non-metallic pull boxes shall terminate not more than 50 mm (2") inside the box wall and not less than 50 mm (2") above the bottom, and shall be sloped toward top of box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall terminate 50 mm (2") above the bottom and shall be located near the end walls to leave the major portion of the box clear. 4) At all outlets, conduits shall enter from the direction of the run. Conduit runs from underground, including under sidewalks, which are adjacent to gasoline service stations or other installations of underground gasoline or diesel storage, piping, or pumps, and which lead to a controller cabinet, circuit breaker panel, service, or any enclosure where an arc may occur during normal operations, shall be sealed if the conduit is within the limits specified in the National Electrical Code for Class 1, Division 1, Hazardous Locations. Type 1 or Type 2 conduit shall be used for these runs. Conduit for future use in structures shall be threaded and capped. Conduit leading to soffit, wall or other lights or fixtures below the grade of the pull box shall be sealed by means of a sealing fitting and sealing compound, except that sealing fitting and sealing compound will not be required where conduit terminates in a No. 9 or No. 9A pull box. Conduits in or on walls or bridge superstructures shall be supported as shown on the plans, in conformance with the following: 1) Steel hangers, steel brackets, and other fittings shall conform to the materials and construction methods provisions in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts", for materials and 304-1, "Structural Steel" for construction methods. 2) Cast-in-place metal inserts for hangers or brackets shall be capable of developing 135 Mpa (20,000 pounds per square inch) in tension on the net section of the bolt or threaded rod. A Us,11,00 Contrar.t Nn. ::!RO::! 3) Precast concrete conduit cradles shall conform to the dimensions shown on the plans and shall be constructed of commercial quality concrete containing not less than 350 kg of portland cement per cubic meter (564 lbs. per cubic yard) and commercial quality welded wire fabric. The cradles shall be moist cured for not less than 3 days. 4) Precast concrete cradles shall be bonded to the structure with epoxy adhesive conforming to the provisions in Section 214-6.2.2, "Standard Set Epoxy Adhesive for. Pavement Markers," or Section 214-6.2.1, "Rapid Set Epoxy Adhesive for Pavement Markers" or conforming to State of California specification 8040-21M-08, Type I when cure temperatures are above 15.,..C (59-F) or to State of California specification 6040--21M-08, Type I when cure temperatures are below 15.,..C (59.,..F). 5) Openings for conduits through bridge superstructure concrete shall be formed or may consist of pipe sleeves. 6) Where conduits pass through the abutment concrete, the conduits shall be wrapped with 2 layers of asphalt-felt building paper, securely taped or wired in place. 7) The space around conduits through bridge abutment walls shall be filled with portland cement mortar conforming to the provisions in Section 201-5, "Cement Mortar," except that the proportion of cement to sand shall be one to 3. 8) When the bridge superstructure is to be prestressed, the space around conduits through abutments shall not be filled until the prestressing has been completed. 9) Conduit which is surface mounted shall be run straight and true, horizontal or vertical on the walls and parallel to walls on ceilings or other similar surfaces. Conduit shall be supported at intervals of not more than 1.5 m (5'), and closer where necessary to prevent vibration or unsightly deflection. The supports shall consist of galvanized malleable iron conduit clamps and clamp backs secured with expansion anchorage devices conforming to the requiremen1s for concrete anchorage devices in Sections 206-1, "Structural Steel, Rivets, Bolts, pins and Anchor Bolts•, for materials and 304-1, "Structural Steel' for construction methods. Threaded studs shall be galvanized and shall be of the largest diameter that will pass through the mounting hole in conduit clamp. Attention is directed to Section 209-2.10, "Bonding and Grounding." Where pull boxes are placed in conduit runs, the conduit shall be fitted with threaded bushings and bonded. The location of ends of all conduits in structures, or terminating at curbs, shall be marked by a "Y" at least 75 mm (3") high cut into the face of curb, gutter, or wall, directly above the conduit and above grade line, 209-2.050 Expansion Fittings. Expansion fittings shall be installed where the conduit crosses any expansion joint in the structure. Each expansion fitting for metal conduit shall be provided with a copper bonding jumper having the ampacity required by the Code. Each expansion-deflection fitting for expansion joints of 38 mm (1 1//) movement rating shall be watertight and shall consist of a molded neoprene sleeve, a bonding jumper and 2 silicon bronze or zinc-plated iron hubs. Each fitting shall permit a minimum of 19 mm (3ft) expansion and contraction and a minimum of 19 mm (31/) lateral deflection. Details of expansion-deflection fittings for joints of movement rating of more than 38 mm (1 1/2") shall be as shown on the plans and specified in these special provisions. 209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans or as specified. The Contractor may, as an option, at the Contractor's expense, use pull boxes of a larger standard size than that shown or specified. 209-2.06A Materials. Pull boxes, covers and extensions for installation in the ground or in sidewalk areas shall be of the sizes and details shown on the plans and shall be precast of reinforced portland cement concrete (PCC) or of non-PCC material. Non-PCC material shall be fire resistant and shall not burn at a rate greater than 8 mm (0.3") per minute per 2.5 mm (0.1") of thickness when tested in accordance with ASTM Designation: D 635. The non-PCC material shall show no appreciable change in physical properties with exposure to the weather. Non-PCC material ft Q 9111/-=0-:cO ______ ~---~C=on!ract No. 3'"-'6=-=0=3 __ Paoe 92 of 112 Panes shall be dense and free of voids or porosity, and shall be a gray or brown color. Top dimensions of non-PCC pull boxes shall not exceed the bottom dimensions by more than 25 mm (1 "). Extensions for non-PCC pull boxes shall be of the same material as the pull boxes, and shall be attached to the pull boxes in a manner that will maintain the minimum combined depths shown on the plans. Non- PCC pull boxes shall be of sufficient rigidity that when a designated concentrated force is applied perpendicularly to the midpoint of one of the long sides at the top while the opposite long side is supported by a rigid surface, it shall be possible to remove the cover without the use of tools. The designated concentrated force shall be 650 N (150 lbs.) for a No. 31t2 pull box and shall be 450 N (100 lbs.) for a No. 5 or No. 6 pull box. When a vertical force of 6500 N (1,500 lbs.) is applied, through a 13 mm C//2") x 75 mm (3") x 150 mm (6") steel plate, to a non-PCC cover in place on a pull box, the cover shall not fail and shall not deflect more than 6 mm Ct/). The steel plate shall be centered on the cover with its longitudinal axis coinciding with the longitudinal axis of the cover. Where a ballast or transformer or other device is to be placed in a non-metallic pull box, the box shall be provided with recesses for a hanger. Pull boxes and covers for installation in structures shall be of the sizes and details shown on the plans. Each No. 7 ceiling pull box located near a flush soffit fixture and to be used to house the ballast for the fixture shall be provided with mounting brackets for the ballast and any required capacitors. Covers, except covers for ceiling pull boxes, shall be secured with 9 mm (3/a") bolts, cap screws, or studs, and nuts which shall be of brass, stainless steel or other non-corroding metal material. Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a chromium content of not less than 18 percent and a nickel content of not less than 8 percent. All ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6, "Galvanizing for Traffic Signal Facilities." 209-2.06B Cover Marking. Covers for pull boxes, except covers for ceiling pull boxes, shall be marked as shown on the plans. Marking shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides of the cover. Marking letters shall be between 25 mm (1 ") and 75 mm (3") high. Marking shall be applied to each steel or cast iron cover prior to galvanizing by one of the following methods: (a) Cast iron strips, at least 6 mm (1t4") thick, with the letters raised a minimum of 1.5 mm (1t16"). Strips shall be fastened to covers with 6 mm (1t4") flathead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm ('t16) above the surrounding surface of the strips. Strips shall be fastened to covers by SP,Ot welding, tack welding or brazing, with 6 mm Ct/) stainless steel rivets, or with 6 mm ( /4) roundhead stainless steel machine bolts and nuts. Bolts shall be peened after tightening. (c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/s/). 209-2.0&C Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m(200'), shall be spaced at not over 60 m (200') intervals. The Contractor may, at the Contractor's expense, install additional pull boxes to facilitate the work. The bottoms of pull boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock as shown on the plans. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed. Contract No. 3603 PaoA 93 of 11 ? P:=1nP~ SECTION 210 -PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following Table 210-1.5(A) . Temporary Railing type (K) . Abrasive blast cleaning to a roughened, textured a earance None Two coats white acrylic emulsion paint11l (1) Acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tined by using "universal" or "all purpose' concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. 8010-91 D-30. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. 8010-21 C-19. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material shall conform to the requirements of CAL TRANS Specification No. 8010-21 C-22 (Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CAL TRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 227-7000. Add the following section: 210-1.8 Preformed Thermoplastic Pavement Markings. Preformed Thermoplastic Pavement Markings shall be Premark brand manufactured by Flint Trading Company, 115 Todd Court, Thomasville, NC 27360. Premark 20/20 Flex brand manufactured by Flint Trading Company, 115 Todd Court, Thomasville, NC 27360, Pavemark brand manufactured by Stimsonite Corporation, 6565 West Howard Street, Niles, IL 60714 or approved equal. SECTION 212 -LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS. Add the following section: 212-1.6 Erosion Control Matting. Erosion control matting shall be made of 100-percent- biodegradable, weed-free wheat straw of thickness and density yielding 270 grams per square meter (0.50 LB./SY) with photodegradable polypropylene netting with a density of 0.89 grams per square meter (1.64 LB/1000SY) having an approximate mesh interval of 50 mm x 50 mm (2" x 2") on each face of the straw mat. The straw mat shall be sewn together with unidirectional lines of cotton or polypropylene thread spaced approximately 50 mm (2") apart. Erosion control matting shall be "North American Green, 0S150", "BonTerra S2", or approved equal. Add the following section: 212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 25 mm x 150 mm (1" x 6"), LI-shaped 11-gauge mild steel staples. Contn::ii~t Nn. ~00::l P;::inA Q4 of 11 ? P=in,i:,c Add the following section: 212-1.8 Root Barriers. Root barriers shall be no less than 1m (39") in width. Root barriers shall be "Biobarrier'', as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 615-847-7000, no substitutes will be accepted. Root barrier shall be placed adjacent to sidewalks, curbs, and hardscaping wherever trees exist or shall be planted to within 10 feet. Material shall be buried to a vertical depth of 39 inches and extend 10 feet from the center of the tree trunk. SECTION 213-ENGINEERING FABRICS 213-2 GEOTEXTILES. 213-2.1 General. Add the following: Geotextile types shall be used for the applications listed in Table 213-2.1(A). Reinforcement of Street Structural Section Remediation and Se aration of Soil Reinforcement of Soil Draina e at the Interface of Soil Structures Rock Slo e Protection Fabric for Rock Sizes Below 225 k ¼ Ton Rock Slope Protection Fabric for Rock Sizes Including & Above 225 k ¼Ton Plant Protection Coverin Erosion Control Fence with 14 AWG -150 mm x 150 mm (6"x6") Wire & 3 m 1 O' Post S acin Erosion Control Fence with 1.8 m (6') Post Spacing & No Wire Fencin Add the following section: 213-3 EROSION CONTROL SPECIALTIES. 90N 90WS 200WS 213-3 Gravel bags. Gravel bags for the use of temporary erosion control shall be burlap type, filled with no less than 23kg (50 lbs) of 19 mm (3/4") crushed rock and securely tied closed. Plastic bags are not acceptable. SECTION 214 -PAVEMENT MARKERS 214-5 REFLECTIVE PAVEMENT MARKERS Add the following section: 214-5.1 Temporary Reflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1A, or equal thereto. Contract No. 3603 Page 95 of 112 Pages TABLE 214..S.1A Reflective Pavement Markers Stimsonite Chip SealfTemporary Overlay Marker (Models 300 and 301) TFPM Add the following section: DAPCO Davidson Plastics Company, 18726 East Valley Highway, Kent, Washington 98032, Tele hone 206 251-8140. 214-5.2 Permanent and Temporary Reflective Channelizer. Reflective Channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Reflective channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high beam headlights, by persons with vision of or correc:ted to 20/20. Reflective channelizer shall be one of the types shown in Table 214-5.2(A), or equal thereto. Safe-Hit SH236MA Carsonite "Super Duck" SDF-436 Repo "The Replaceable Post" TABLE 214-5.2(A) Reflective Channelizer Safe-Hit Corporation 1930 West Winton Avenue, Building #11 · Hayward, CA 94545 Tele hone 415 783-6550 Carsonite International Corporation 2900 Lockheed Way Carson Engineer, NV 89701 Tele hone 702 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 Tele hone 800 422-4420 The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of Section 2-5.3.3 "Submittals•. Said certificate shall certify that the permanent reflective channelizer comply with the plans and specifications and conform to the prequalified design and material requirements approved by the engineer and were manufactured in accordance with the approved quality control program. A Ue111,oo Contract No. 3603 Paoe 96 of 112 Paoes SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 300 -EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following to the third paragraph: During surface clearing operations, the Contractor shall not cover or bury any plant growth or other objectionable materials. If the Contractor cannot successfully separate the plant growth from the surface soil and advertently or inadvertently mixes organic or other objectionable materials with the soil, the soil so contaminated shall be removed from the site by the Contractor. All costs, if any, associated with removing the soil mixed with organic or other objectionable materials and importing soil to replace said contaminated soil shall be borne by the Contractor and no additional payment therefor shall be made to the Contractor. 300-1.3 Removal and Disposal of Materials. Add the following: Also included in clearing and grubbing shall be removal and disposal of existing street poles and lights, metal guard rail, fences, asphalt concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate, existing abandoned underground pipes and conduits, existing headwalls, rip-rap, traffic signs, and other existing features which interfere with the work. Whether or not such items are shown on the plans they shall be removed as a part of clearing and. grubbing. Existing underground pipes and conduits that are shown on the plans and designated to be removed shall be removed by the Contractor as a part of clearing and grubbing. 300-1.4 Payment. modify as follows: Payment for clearing and grubbing shall be made at the contract lump sum price for clearing and grubbing within the project limits and no other payments will be made. Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. 300-2 UNCLASSIFIED EXCAVATION. 300-2.1 General. Add the following: Unclassified excavation shall include removal and stockpile of suitable material, recompaction, mixing, grading for mitigation work, trenching and backfilling of storm drains, sewers, other utilities, disposal of unsuitable materials not included in the bid item for clearing and grubbing, all cut and fill including removal and recompaction of unsuitable soil, salvaging clean excavated material and filling areas to the required grades and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the plans. Unclassified excavation shall also include scarification and moisture adjustment and compaction of the top 300 mm (1 ') of subgrade in the roadway prism in cut areas to 95 percent relative compaction, wetland mitigation grading and attendant work, export of remaining excess material to a disposal site or spoil area acquired by the Contractor and pumping and disposal of storm and ground water. Contract No. 3603 Page 97 of 11 2 Pages 300-2.2.1 General. Add the following: Alluvial and colluvial removal and recompaction shall consist of excavating, blending and recompacting loose soils in areas that are designated to receive fills. The existing loose soils shall be removed by the contractor until a firm unyielding surface is exposed or to a depth determined by the Engineer. If the excavated material contains 4%, or more, water than the optimum moisture content the Contractor shall blend the wet soil with soils having a lower moisture content and/or spread the excavated material in a manner that enables the material to dry to optimum moisture content. The cost of spreading and/or drying shall be included in the contract unit price for unclassified excavation. The excavated material shall be placed and compacted in accordance with Section 300-4 of the specifications except that Section 300-4.9, Measurement and Payment, shall not apply. All excess material shall be removed and legally disposed of offsite. 300-2.2.2 General. Add the following to the first paragraph: Such direction may include, but is not limited to, directing the Contractor to blend, adjust moisture content of, rework, and place unsuitable soils at specific locations or elevations on the site. Add the following section: 300-2.2.3 Compressible Soil. Compressible soils such as existing uncontrolled or unacceptable fill, alluvium, and colluvium may exist within portions of the Project site. Where required by the Engineer, the Contractor shall remove such compressible soils from areas to receive fill or from areas upon which surface improvements are to be placed. The removal and disposal of such compressible soils shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it may be paid for in accordance with Section 300-2.2.1. 300-2.2.4 Instability of Cuts. Add the following: The Contractor shall remove additional material as directed by the Engineer to improve the stability of excavated cuts. The removal of such excavated material shall be paid for at the Contract Unit Price for unclassified excavation unless it is considered otherwise unsuitable by the Engineer, in which case it will be paid for in accordance with Subsection 300-2.2.1. 300-2.5 Slopes. Add the following: The hinge points (the top and bottom) of slopes shall be located within 75 mm (0.25') of the locations shown on the plans. 300-2.5 Slopes. Add the following: after the first sentence of the first paragraph: A slope shall be defined as any area steeper than three horizontal lo one vertical. 300-2.6 Surplus Material. Add the following: The Contractor shall haul and dispose of all surplus material from the project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the contractor. No earth moving equipment or special construction equipment, as defined in section 565 of the California Vehicle Code, will be allowed for hauling material on public streets. 300-2.8 Measurement Delete paragraphs 1 and 2. 300-2.9 Payment Substitute the following: Payment for all unclassified excavation is final pay and will be made at the contract unit price bid for unclassified excavation per Section 9-1.015 and shall include compensation for excavation, sloping, rounding tops and ends of excavation, matching existing graded slopes, loading, exporting and disposing of surplus material and unsuitable material shown on the plans or specified herein to be removed, stockpiling, hauling to designated sites, placing and compacting, mixing, grading of mitigation site, salvaging clean and suitable material and filling areas to the required grades and cross-sections. Unclassified fill, slope rounding, all work incidental to Section 300-4.8 and construction of transitions will be paid for as a part of unclassified excavation, and no additional payment will be made therefor. Contract No. 3603 Page 98 of 112 Pages Add the following section: 300-2.10 Grading Tolerance. Subgrade tolerances shall conform to the requirements of Sections 301-1.4 SSPWC. Additional excavated areas, other than slopes and subgrade below structures within the roadway and sidewalk areas, shall be finished within 30 mm (0.1 ') of the grades shown on the plans. 300·3 STRUCTURE EXCAVATION AND BACKFILL 300-3.1 General. Add the following: The Contractor shall excavate to the lines and levels required and/or shown on the Drawings. The Contractor shall provide all shoring, bracing, cribbing, pumping, and planking required. The Contractor shall excavate and maintain the bottom of all trenches in a condition that is level, firm, clean and free from all debris or foreign matter. Excavations shall be kept free from water at all times. The Contractor shall remove any unsuitable material encountered below grade as directed by the Engineer 300-3.6 Payment. Add the following: Dewatering shall be paid for as an incidental to structure excavation and backfill and no additional compensation will be made. 300-4 UNCLASSIFIED FILL 300-4.2 Preparation of Fill Areas. Add the following: Except as provided in section 300-4.7, "Compaction," areas proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted by the Contractor to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test Procedure D1557-91. 300-4.4 Benching. Add the following: Benching shall conform to the details shown on the plans. 300-4.5 Placing Materials for Fills. Add the foliowing: Grading shall be performed such that the upper 900 mm (3') of fill placed in the roadway pavement area is composed of properly compacted low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas and properly compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC Standard 18-2 as published by the International Conference of Building Officials. Should insufficient soils meeting the requirement of an expansion index of 50 or less be present within the limits of work, soils of the least expansion index that are available within the limits of work shall be incorporated in the upper 900 mm (3') of fill placed in the roadway. The Contractor shall break rock encountered in the excavation into particles of less than 75 mm (3"). Particles with dimensions greater than 75 mm (3") shall be uniformly distributed over the area to be filled so that construction equipment can be operated in such a manner that the larger pieces will be broken into smaller particles and become incorporated with the other materials in the layer. This requirement for particle size reduction does not apply to cobbles, small boulders, and small hard rocks found within the surface soils and formational materials. Rocks having any dimension greater than 460 mm (18") shall not be incorporated into the fill. Rock exceeding 150 mm (6") in diameter shall not be placed in the upper 900 mm (3') of any fill. When there are large quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with sufficient room between them so that intervening voids can be adequately filled with fine material to form a dense, compact mass. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be broken to acceptable sizes or removed from the site by the Contractor. If disposed of within the City of Carlsbad, a separate grading permit will be required for disposal of rock. Contract No. 3603 Page 99 of 11 2 Pages 300-4.6 Application of Water. Add the following: The Contractor shall place all fill soil at a moisture content no less than one (1) percent below optimum moisture as determined by ASTM test D-1557-91. 300-4. 7 Compaction. Add the following: The Contractor shall compact all fill soils placed within the top 1 m (3') of roadway subgrade to a minimum of 95 percent relative compaction. On all areas to receive planting, the top 150 mm (6") shall be compacted to 85%, +2% -5%, to allow for plant growth. 300-4.8 Slopes. Add the following: Feathering of fill over the tops of slopes will not be permitted. The Contractor shall compact the faces of fill slopes with a sheep's foot roller at vertical intervals no greater than 600 mm (2') or shall be built and cut back to finish grade. In addition, if not over built and cut back, the face of the slope shall be track walked upon completion. 300-4.9 Measurement and Payment. Delete this subsection and substitute the following: The unit price bid for Unclassified Excavation shall be final pay and shall include full compensation for all Unclassified Fill including all grading, shaping, compacting or other work that is required by the plans and specifications and no other payments will be made therefore. 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows: 300-9 GRADING AND GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. Add the following section: 300-9.2 General. The Contractor shall perform erosion control and water pollution control conforming to the requirements shown on the plans as specified herein, and as elsewhere required by the Contract Documents. Erosion control and water pollution control shall include the work specified herein, and such additional measures, as may be directed by the Engineer, to meet Best Management Practices, as defined herein, and to properly control erosion and storm water damage of the limits of work and construction impacts upon areas receiving drainage flows from within the limits of work. Add the following section: 300-9.2.1 Grading Controls. The Contractor shall protect all areas that have been graded and/or cleared and grubbed as well as areas that have not been graded and/or cleared and grubbed within the limits of erosion. The Contractor shall provide temporary earth berms, gravel bags, silt fence, stabilized construction entrance and similar measures, coordinated with tts construction procedures, as necessary and as shown on the plans to control on site and off site erosion during the construction period. The Contractor will be required to protect areas which have been cleared and grubbed prior to excavation or embankment operations, and which are subject to runoff during the duration of the contract. The criteria used to determine the appropriate erosion control measures shall be the "Best Management Practices•, hereinafter BMP, defined and described in the, "California Storm Water Best Management Handbook, Construction Activity", March 1993 edition as published by the Storm Water Quality Task Force. The Contractor shall maintain a copy of the "California Storm Water Best Management Handbook, Construction Activity", March 1993 edition on the project site and shall conduct its operations in conformity to said Handbook. Temporary erosion control measures provided by the Contractor shall include, but not be limited to, the following: a) Embankment areas, while being brought up to grade and during periods of completion prior to final roadbed construction, shall be graded so as to direct runoff into impoundment areas within the limits of work where such runoff shall have pollutants removed by BMP methods. b) The Contractor shall provide protection by BMP measures to eliminate erosion and the siltation of downstream facilities and adjacent areas. These measures shall include, but shall not be limited to: temporary down drains, either in the form of pipes or paved ditches ~, \i.., 6/7/99 Contract No. 3603 Page 1 00 of 11 2 Pages with protected outfall berms; graded berms around areas to eliminate erosion of embankment slopes by surface runoff; confined ponding areas to desilt runoff; and to desilt runoff. c) Excavation areas, while being brought to grade, shall be protected from erosion and the resulting siltation of downstream facilities and adjacent areas by the use of BMP measures. These measures shall include, but shall not be limited to, methods shown on the plans and described herein. Add the following section: 300-9.2.2 Payment Full compensation for performing erosion control and water pollution control, conforming to the operational requirements herein, of the BMP and conforming to the requirements of the Federal Water Pollution Control Act, including the latest amendments thereto, which is not a part of the planned permanent work or included as a separate bid item shall be considered as included in the contract price bid for unclassified excavation, and no additional compensation will be allowed therefor. SECTION 301-TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION, 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading '150mm (6 inches)" to '300 mm (12")." 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them shall be compacted to no less than 95 percent maximum dry density as determined by ASTM test D-1557-91. 301-1. 7 Payment Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. 301-5 LIME TREATED SOIL. 301-5.1 General. Add 6% of lime mixture within the limits shown on plans and specified herein. SECTION 302-ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. Add the following: The Contractor shall treat all vegetation within the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least 2 (two) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per Section 6~1. 302-5.2.5 Pavement Transitions. Add the following: The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in Section 306-1.5.1. Ramps ., t.., 6/7/99 Contract No. 3603 Page 101 of 112 Pages shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. Add the following: The Contractor shall place a tack coat between the successive interfaces of existing pavement and new pavement, when in the opinion of the engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt. 302-5.5 Distribution and Spreading. Modify as follows After second sentence of sixth paragraph, add: The Contractor shall provide the spreading and finishing machine used to construct the asphalt concrete surface course with an automatic screed control for surface course paving. The automatic screed control shall be 9 m (30') minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The Contractor shall provide an on- site backup paving machine during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will be required at all times when a ASPWP is used. Additionally, a front end loader will be required during all ASPWP paving. The surface course shall be 50 mm (2") thick. Leveling courses will be required in a variable thickness pavement section. 302-5.6.1 General. Modify as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. Modify as follows: After last paragraph, add: Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this Section. 302-5.9 Measurement and Payment. add the following: Payment for asphalt concrete shall be at the unit price bid per ton. No additional payment shall be made for any tack coat. SECTION 303 -CONCRETE AND MASONRY CONSTRUCTION. 303-1 CONCRETE STRUCTURES 303-1.6.2 Falsework Design. Add the following: The Contractor shall provide all temporary bracing, as necessary, to withstand all imposed loads during erection, construction, and removal of any falsework. The Contractor shall provide falsework drawings and calculations prepared by a registered professional engineer, civil or structural, that show provisions for resolution of all loads that may be imposed upon the falsework. Such plans and calculations shall include: 1. Resolution of all live, dead, wind, construction and impact loads that may be imposed on the falsework. 2. Temporary bracing or methods to be used during each phase of erection and removal of the falsework. 3. Concrete placement sequence. 4. Erection and removal sequence. 5. Deflection values for the falsework that include recommended methods to compensate for falsework deflections, vertical alignment, and anticipated falsework deflection. Add the following section: 303-1.9.5 Surface Finish for Concrete Spillway. The Contractor shall provide a surface finish for concrete spillway to prevent the use of rollerblades, skateboards, and other rolling devices. Surface finish shall be a rough rake finish approved by the Engineer. r. .;;' 6/7 /99 Contract No, 3603 Page 1 02 of 11 2 Pages 303-2 AIR-PL.ACED CONCRETE. 303-2.1.1 General. Add the following: Modify Regional Standard Drawing D-75 as follows: replace stucco netting with 150mm x 150mm (6• x 6") by No. 10 by No. 10 welded wire mesh. Add the following section: 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.5.2 Curb. Add the following: The Contractor shall stamp the curb face with 75 mm (3') high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A). urb ace arkinas TABLE 303-5.5.2(A) C F M Tvne of Underaround Facilities Water Service Lateral Sewer Service Lateral lrrioation Water Lateral or Sleeve Markina w s RW 303-5.5.5 Alley Intersections, Access Ramps and Driveways. Add the following: Wheelchair ramps shall be installed per requirements of Title 24, California Administrative Code. 303-5.9 Measurement and Payment. Add the following: Curb and gutter, and curb, shall be considered as continuing across driveways and access ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. SECTION 306 -UNDERGROUND CONDUIT CONSTRUCTION 306-1 OPEN TRENCH OPERATIONS Add the following section: 306-1.1. 7 Steel Plate Bridging • With a Non-Skid Surface, This section covers the use of steel plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that does not meet the requirements of this subsection both in application and circumstance of use. Add the following section: 306-1.1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors: 1. Traffic volume and composition. 2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation. 4. Weather conditions_ ~ ,.., 617199 Contract No. 3603 Page 1 03 of 112 Pages --~--------- The following formula shall be used to score the permitted use of steel plate bridging: PS= [ADT + EWL +DAYS+ 10X WEEKEND+ 5X NIGHTS+ 20XWEATHER + SPEED (kmhl + SLOPEX 100JX LANES 1000 B PS= [ ADT + EWL +DAYS+ 10 X WEEKEND+ 5 X NIGHTS+ 20 X WEATHER+ SPEED (mph)+ SLOPE X 100] X LANES 1000 5 where: PS ADT EWL DAYS WEEKEND NIGHTS WEATHER SPEED SLOPE LANES = = = = = = = = = = plate score. average daily traffic as defined in the CAL TRANS Traffic Manual. equivalent wheel loads as defined in the CAL TRANS Traffic Manual. total number of 24 hour periods that the plates will be utilized at the site being considered. total number of Saturdays, Sundays and holidays that the plates will be utilized at the site being considered. total number of overnight periods that the plates will be in place, exclusive of Saturday, Sunday and holiday nights. total number of 24-hour periods that the plates will be utilized at the site being considered when the possibility of rain exceeds 40 percent. the design speed in kilometers per hour or miles per hour, as applicable in the formulae above, of the street where the plates are to be installed: This number shall not be reduced for construction zone speed reductions. the quotient of the vertical differential divided by the horizontal distance. The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50') up and downstream of the position of the . proposed steel plate bridging. the number of lanes where plates will be used. When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of .the Engineer, the Engineer determines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineer's approval, the use of steel plate bridging at each location so approved shall not exceed four ( 4) consecutive working days in any given week. Add the following section: 306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety regulations require or the Engineer determines that shoring is necessary to protect the health or safety of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the Standard Specifications. The trench shoring shall be designed and installed to support the steel plate bridging and traffic loads. All approvals for design, substitution of materials or methods shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-1.5. Add the following section: 306-1.1.7.3 Installation. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot e property completed within a work day, steel plate bridging with a non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply: a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole discretion of the Engineer, it is approved as specified hereinbefore. ~ .... 6/7/99 Contract No, 3603 Page 1 04 of 11 2 Pages b) Steel plates used for bridging must extend a minimum of 610 mm (2') beyond the edges of the trench. c) Steel plate bridging shall be installed to operate with minimum noise. When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall install using either Method (1) or (2) depending on the design speed of the portion of the street where the steel plate bridging is proposed for use. Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1") and shall be filled with elastomeric sealant material which may, at the contractor's option, be mixed with no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(8) and 203-5.3(A) . Method 2 {For speeds 70 Km/hr (45 MPH) or lessJ: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two adjustable cleats that are no less than 50 mm (2") shorter than the width of the trench bolted to the underside of each plate and located within 150 mm (6") of the beginning and end of the trench for plates at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12" x ¾") steel bolts placed through the plate and driven into holes drilled 300 mm (12") into the pavement section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum 300 mm (12") taper to cover all edges of the steel plates. When steel plates are removed, the dowel holes in the pavement section shall be completely filled with elastomeric sealant material, concrete mix, concrete slurry, or an equivalent slurry satisfactory to the Engineer. At the Contractor's option, the methods required for Method 1 may be used. If the Contractor so elects, all requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps and maintain and restore the street surface during and after their use. Add the following section: 306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-1.1. 7.4(A). TABLE 306-1.1.7.4(A) R . d Pl t Th' k F AG' T eau,re ae Ic ness or 1ven renc h Width Maximum Trench Width Minimum Plate Thickness 0.3m 10· 13mm 1/2") 0.6 m 23' 19mm 3/4") 0.8m 31' 22mm 7/8') 1.0m 41" 25 mm /1"\ 1.6 m 63" 32 mm /1 ¼"\ Note: For spans greater than 1.2 m (4'), a structural design shall be prepared by a registered civil engineer and submitted to the Engineer's review and approved in accordance with section 2-5. 3. Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CAL TRANS Bridge Design Specifications Manual. The Contractor shaH maintain a non-skid surface on the steel plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. lf a different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CAL TRANS District 11 Materials Engineer to correlate skid resistance results to California Test Method 342. ft ~,617199 Contract No. 3603 Page 105 of 112 Pages In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate bridging. Add the following section: 306-1.1.7.5 Measurement and Payment. Steel plate bridge materials including, but not limited to: steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding, signage, placing, installation, removal, relocation, preparation and processing of shop drawings and submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead of any type or description will be paid for as an incidental to the work that the bridging is installed to facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will be allowed for, or because of, the use of steel plate bridging. 306-1.2.4 Field Jointing of Reinforced Concrete Pipe. Add the following: The Contractor shall provide gasket-type joints for reinforced concrete pipe (watertight joints) where indicated on plans. 306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x 75 mm (9" x 3") above each or, in the case of bundled underground conduit of the same type, the upper underground conduit being installed by the open trench method. The type and color of detectable underground utility marking tape shall conform to the requirements of section 207-25 et seq. 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The Contractor shall density trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mm (12") of the street right-of-way, compaction shall be 95 percent. 306-1.4.5 Water Pressure Test. Preparatory to testing, the section of the pipeline to be tested shall be filled with water and placed under a slight pressure for at least 48 hours. The pipeline shall then be brought up to the test pressure specified and maintained on the section under test for a period of not less than 4 hours. Accurate means shall be provided for measuring the quantity of water required to maintain full pressure on the line for the test period, which volume shall not exceed: For SI Units: L51 = [CND(P112)]/32,600. For U.S. Standard Measure: Lus = [CND(P112)]/ 1,850. Where: L51 (Lus) = Maximum allowable leakage in liters (gallons) per hour for section of pipeline tested. N = Number of joints in length tested. D = Diameter of pipe in mm (inches). P = Test pressure in kPa (psi). C = 1.0 for reinforced concrete pressure pipe with ·rubber joints, cylinder type. C = 3.0 for reinforced concrete pressure pipe with rubber joints, noncylinder type. C = 0.50 for cast iron pipe with mechanical or rubber gasket joints and asbestos- cement pipe. C = 1. 0 for other type of cast iron joints ( caulked and other types of pipe). No leakage is allowed for welded steel pipe with welded joints. 306-1.5 Trench Resurfacing. Add the following to Subsection 306-1.5: Payment for trench resurfacing shall be taken to be included within the related item of work, and no separate payment will be made therefor. 306-1.5 Trench Resurfacing. 306-1.5.1 Temporary Resurfacing. Delete the fourth paragraph and substitute the following: Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall l' •+-16/7 /99 Contract No. 3603 Page 1 06 of 11 2 Pages be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous resurfacing materials. The price bid for the associated conduit or structure shall include full compensation for furnishing, placing, maintaining, removing, and disposing of such temporary resurfacing materials. 306-1.5.2 Permanent Resurfacing. Add the following: Except as provided In Section 306-1.5.1, "Temporary Resurfacing; the Contractor shall perform permanent trench resurfacing within 24 hours after the completion of backfill and densification of backfill and aggregate base materials. 306-1.6 Basis of Payment for Open Trench Installation. Add the following: Payment for utilities undergrounding which includes the utility trench for CATV and SDG&E and conduit for SDG&E's electric conversion shall be made on the basis of contract lump sum price for utilities undergrounding and no other payments will be made. Cox Cable will supply and deliver conduits and fittings to be installed by the contractor. Cox Cable will install enclosures. The contractor will furnish and install 6.4 mm {¼") nylon pull ropes In all conduit. 306-5 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless otherwise noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type, or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work, and shall replace said pipelines with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no additional payment will be made. SECTION 310 -PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragraph as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may contuse the public. When temporary detour striping or markings are no \onger required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment.. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all exiSting or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm (118") in 3 m (10') when measured parallel to the centerline of the street or more than 6 mm (11.') in 3 m {10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surface shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are Contract No. 3603 Page 107 of 112 Pages to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain or water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jelling and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of · the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.10') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement striping and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish an traffic striping between these points by string line or other method to provide striping that will vary less than 80 mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 100mm (1/ 2 inch in 50 feet) by wet grinding, and then correcting the markings. Toe Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. Ten days shall elapse between the application of a bituminous seal coat and the permanent traffic marking. The paint shall not bleed, curl or discolor when applied to bituminous surfaces. If bleeding or discoloring occurs, the unsatisfactory areas shall be given an additional coat of paint This additional painting will be paid for as work incidental to the preparation of final and temporary pavement striping and marking shall be applied in two coats, a minimum of seven days apart, and all streets shall include raised pavement markers. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. 310-5.6.10 Measurement and Payment Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefor, Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefor. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. ft ~,617/99 Contract No. 3603 Page 1 08 of 1 12 Pages Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefor shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing 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. SECTION 312 -PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than 14 days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignme>nt to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313 -TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing {type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing {type K) and appurtenances to public traffic. 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, except epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than 30 days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placing the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Contract No. 3603 Page 109 of 11 2 Pages Add the following section: 313-1.3 Channelizers. Channelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300 m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install .ill temporary traffic control signs, markers, marking~, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. Add the following section: 313-3 TEMPORARY RAILING (TYPE K) AND CRASH CUSHIONS. Add the following section: 313-3.1 Temporary Railing and Crash Cushions. Temporary railing (Type K) shall consist of interconnected new or undamaged used precast concrete barrier units as shown on the plans. Temporary sand-filled crash cushions shall consist of new or undamaged used temporary sand- filled crash cushions units as shown on the plans. 313-3.1.1 Appearance. Exposed surfaces of new and used units of Temporary railing (Type K) shall be freshly coated with a white color paint prior to their first use on the project. The paint shall conform to the provisions in sections 210-1.5 "Paint Systems" and 310 "Painting". Contractor shall be responsible for the removal and cleanup or painting over the graffiti from the K-Rails within 48 hours. The Contractor Shall replace or repaint units of Temporary railing (Type K) or shall remove graffiti, tire or vehicle marks, dirt or any and all materials such that said marks or ft \..,617/99 Contract No. 3603 Page 110 of 112 Pages discoloration mar the appearance of said units when ordered by the Engineer after the units are in place. Add the following section. 313-3.1.2 Manufacture of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be manufactured per CAL TRANS Standard Drawing T3. Concrete used to manufacture Temporary railing (Type K) shall conform to the provisions in sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures"." Load tickets and a Certificate of Compliance will not be required. Reinforcing steel shall conform to the provisions sections 201-1, "Portland Cement Concrete" and 303-1 "Concrete Structures". Steel bars to receive bolts at ends of concrete panels shall conform to ASTM Designation: A 36/A 36M. The bolts shall conform to ASTM Designation: A 307. A round bar of the same diameter may be substituted for the end- connecting bolt shown on the plans. The bar shall conform to ASTM Designation: A 36/A 36M, shall have a minimum length of 660 mm and shall have a 75 mm (3") diameter by 9 mm (318") thick plate welded on the upper end with a 5-mm (31,6") fillet weld. The final surface finish of temporary railings (Type K) shall conform to the provisions in section 303-1.9.2 'Ordinary Surface Finish." Exposed surfaces of concrete elements shall be cured by the water method, the forms-in-place method, or the pigmented curing compound method. The pigmented curing compound shall be type 2 curing compound. Temporary railing (Type K) may have the Contractor's name or logo on each panel. The name or logo shall not be more than 100 mm in height and shall be located not more than 300 mm above the bottom of the rail panel. Add the following section. 313-3.1.3 Installation of Temporary Railing. In addition to the requirements herein the temporary railing (Type K) shall be installed per CAL TRANS Standard Drawing T3. Temporary railing (Type K) shall be set on firm, stable foundation. The foundation shall be graded to provide a uniform bearing throughout the entire length of the railing. Abutting ends of precast concrete temporary railing (Type K) units shall be placed and maintained in alignment without substa.ntial offset to each other. The precast concrete temporary railing (Type K) units shall be positioned straight on tangent alignment and on a true arc on curved alignment Each temporary railing (Type K) unit placed within 3 m (1 O') of a traffic lane shall have a reflector installed on top of the rail as directed by the Engineer. Reflectors and adhesive will be furnished by the Contractor. A Type P marker panel conforming to the requirements of the CAL TRANS Traffic Manual shall also be installed at each end of temporary railing (Type K) installed adjacent to a two-lane, two-way highway and at the end facing traffic of temporary railing (Type K) installed adjacent to a one-way roadbed. The Contractor shall repaint each temporary railing (Type K) unit when it has been marked by graffiti, stained or marked by the Contractor's operations or when their paint is scraped, discolored or marked by public traffic. If the temporary railing (Type K) is placed on a skew, the marker shall be installed at the end of the skew nearest the traveled way. Type P marker panels shall conform to the provisions of section 206-7.2, "Temporary Traffic Signs". Where shown on the plans, threaded rods or dowels shall be bonded in holes drilled in existing concrete. When temporary railings (Type K) are removed, any area where temporary excavation or embankment was used to accommodate the temporary railing (Type K) shall be restored to its previous condition, or constructed to its planned condition. Add the following section: 313-3.2 Temporary Sand-Filled Crash Cushions. Temporary sand-filled crash cushion units shall be "Energite Ill" manufactured by Energy Absorption Systems, "Fitch Inertial Barrier System Modules" manufactured by Roadway Safety Service, or equal. Features required to determine equivalence of any other temporary sand-filled crash cushion units shall be approval of the system by CAL TRANS and that the temporary sand-filled crash cushion units meet NCHRP 350 standards. Other features will be suitability to application, operational characteristics, durability and other such characteristics that the Engineer shall determine. Temporary sand-filled crash cushions (TSFCC) ~ • ., 617 /99 Contract No. 3603 Page 111 of 11 2 Pages shall be of the type and array configurations shown on plans, and installed at every end of, or gap in, the temporary railing (Type K) whenever the closest point of approach of traffic, regardless of direction, is 4.6 m (15') or less to the end of the temporary railing (Type K) being considered. The TSFCC shall be installed per CAL TRANS Standard Drawings T1 and T2 for approach speeds no less than the posted speed of the street prior to construction or 55 kilometers per hour (35 mph), whichever is the greater. The TSFCC array shall be appropriate to the application as shown on said standard drawings. A Type J and/or P marker panel conforming to the requirements of the CAL TRANS Traffic Manual shall also be installed at each TSFCC array as shown in CAL TRANS Standard Drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installed with the soil supporting them and the adjacent soil leveled to match the elevation of the bottom of the temporary railing immediately adjacent to the crash cushion. All routes of approach to the TSCFF array shall be graded such that any vehicle diverging from the travelled way to strike the TSCFF will travel on a vertical alignment parallel to the segment of the travel lane that it departed from. Add the following section: 313-4 MEASUREMENT AND PAYMENT. Temporary traffic pavement markers, temporary channelizers, temporary signing, temporary railing (type K), temporary crash cushions and temporary appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for traffic control and payment therefor 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, channelizers, signing, railing (type K), 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, concrete barriers and the signs and reflectors marking them shall include the installation, grading for installation, grading for the approach path, maintenance, painting and re-painting, replacement of damaged units and removal and shall also be included in the lump-sum price bid for traffic control. Payment for relocation of K-rails and crash cushions when not shown on the plans and requested by the Engineer shall be made per Section 3-3, Extra Work, SSPWC. Contract No. 3603 Page 11 2 of 11 2 Pages APPENDIX A STANDARD DRAWINGS 'REV 5' 2.5 CURB INLET 5' 5' 1c------J1 ~v~1 1 ·.~ t ·~ CONTINUOUS PLANM£ET EXISTING PAVEMENT GRADE OR STREET GRADE FLOW -- 6" CURB FACE (TYP) 10" CURB FACE (TYP) 5' TOP OF CURB .SECTION 5.5' CURB INLET r-------, I I L _J GUTTER 5.5' FLOW NOTE CURB FACE TRANSITIONS AND WARP AREAS SHALL NOT EXTEND INTO CURB RETURNS, DRIVEWAYS, ALLEY ENTRANCES, OR ANY OTHER CURB OPENING. DEPRESSION SHALL BE 4". 5' ~V ¢I t .-~1~1 5.5' FLOW 6" 10" _ CURB . FAC0 CURB (TYP FACE (TYP) APPR V DATE PLAN ~MEET EXISTING PAVEMENT OR STREET GRADE TOP OF CURB ~ FLOW f GUTTER L_ .J ~:-- --·~ 6 . ... 6 SECTION CITY OF CARLSBAD LOCAL DEPRESSION SUMP CONDITION tu- DATE SUPPLEMENTAL DS-1 STANDARD NO. I z ::I . N -~ ' "' 1/2" MIN. LIP314• MAX. ' ) ' I I .,, SECTION A-A I /8.' EDGE TAPER PRECAST . .,,._ ___ REINFORCED ----- CONCRETE FINISHED GRADE SECTION 8-8 ~B MOLDED LETTERS 1/8" DEEP ISEE NOTE 21 L 3/S"f DEF. STEEL BARS COVER TYPE EDGE THICKNESS 31/2 I 3/4" 5 2· B PLAN MIN.DEPTH aox ANO EXTENSION NO EXTENSION 22" * TOP O IMENS ION REV. APPROVED DATE L• 15 3/8" 23 I /4" W• R 10 1/8" I 1/8" 13 3/4" I 1 /4" R COVER REINFORCING PLAN NOTES: II. USE STEEL COVER WHEN SUBJECTED TO TRAFFIC LOADS. 21. PULL BOX COVER SHALL BE MARKED "STREET LIGHTING" WHERE PULL BOX CONTAINS STREET LIGHTING CONDUCTORS ONLY. "HIGH VOLTAGE" SHALL BE ADDED WHERE VOLTAGE IS ABOVE 600 VOLTS. 3). THE LAND W DIMENSIONS OF THE COVER SEAT SHALL BE 1/8" GREATER THAN THE COVER DIMENSIONS. 4). COMPACT EARTH UNDER AND AROUND PULL BOX. ' CITY OF CARLSBAD 'fj/HiffJ J ; rt lf-lrl~ PULL BOX· FOR c'riY' OONEER DATE TRAFFIC SIGNAL AND SUPPLEMENTAL GS-21 STREET LIGHTING STANDARD NO. I Drivewa Width 24 Minimum)• Roll Down Curb Face Unless Joining '\ Onsite Curb (Typical) ,-,+--------4...-----+,-,-;,, 6" P.C.C Curb R=J.O' "----Sidewalk Romp----/ (No Lip) 6.0 Ft. for 5.0 Ft. Sidewalk 8.0 Ft. for 6.0 Ft. Sidewalk (or greater} 1.$' 1/2" Radius 1 1;2· TYPICAL PLAN Vories 7 1/2" P.C.C. '---6" AGG. Bose (Min.) I ,.., 'ii., 8-1·= ~,-' a., I CENTERLINE X-SECTION NOTES Vories Vertical Face Curb (Height Varies) See Note 1 6 Ft. and 8 Ft., See Note 4 4• A.C. (Minimum) -J.3% Sloe 4• AGG Bose (Minimum) t. The romp shall hove o 12• wide border with 1/4" deep score lines and 1/8" radius. The spacing shall be opproximotely 3/4'' O.C. 2. • = Elevation shown on plans (top of curb, and gutter elevation}. 3. All concrete shall be 560-C-3250 4. Transition from full height curb to no curb. • or os required by the City Engineer REV. APPROV DATE CITY OF CARLSBAD ALLEY-TYPE DRIVEWAY SUPPLEMENTAL STANDARD NO. GS-20 I I I I I I I I I I I I I I I • ~ ll E fellSION DIST. VARI Jo++----<5 JS . NOTES: l . SEE SPECIFICATDIIS FOR SOl.DERING REQUIREMENTS. 2. SEE SPECIFICATIO'S FOR LIO A:\INTING REQUIREMENTS. 3. SEE IMPROVEMENT PLANS FOR ASSEM8LY SIZE. 4. POSITION AN00E MIDWAY BETWEEN PIPfLINE AND VALVE BOX. CARLSBAD MUNICIPAL WATER DISTRICT ARR ooe: 21 BLOW-ITT/ MANUAL AIR RELEASE STD. owa Na ASSEMBLIES AOOU"fr~993 Manhole frame and caver see rawing M-2 i,, c. C u, I I I I I # 4 n around opening r-e I I -----, I I I I I -----..L --~ T ~" 11dius ------'--------,-.------,------~ '-A 1-e 4" radius J I --Is" PLAN L Leng~ shown on plans Transition to normal curb height in 10 ft. on both side, unlm otherwise noted Sae note 7 Galv. steel angle continuous and protection bar. G Sae drawing D· 12 #4 @6" L~ c:n ,-.:, ... -_ . rr--,---~ ..... ,., . # 4@ 12" i;:::::.::;__j l'-O" j 11 .. s .. 1 L s··~r SECTION B-B Edge of Gunar ll-1• · O" SECTION C-C NOTES: Slope floor 12:1 towards outlet 1. See Standard Drawings D-11 & D-12 for additional notes and details. 2. Types are designated as follows: (no wingl ~. (one wing) B·l, (two wings) B-2. 3. Exposad edges of concrete shall be rounded with a radius of 1/2". 4. When V exceeds 4' steps shall be installed. See Standard Drawing D-11 for details. 5. Con_cret, gutter to match adjacent gutters. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin. Elev shown an plans 12 :1 J: -•--.•., 4•.a.. I L i------,T SECTION A-A LEGEND ON PLANS 15' Type B-1 inlet 7. Provide 1/4" tooled groove in top slab in line with back of adjacent curb. 8. Surface of top slab shall be sidewalk finished to drain toward street at a slope of 1/4" per loot. 9. Maintain 1 1/2" claar spacing betwem reinforcing and surface unless otherwise noted. :::J 15' !.- AECOMM£NDED IV TH'E SAN DIEGO IIEGIDNAl STANOAIIDS COMMITTEE C1lt./,? ;-,,_t../1 ./Jk. ms Colll'di"'tGI' R.C.E. 19101 0th SAN DIEGO REGIONAL STANDARD DRAWING Revision Notes Reference By Approved .as. 1/1.t,, Date 7-79 /4·/Z CURB INLET -. TYPE B Rebar zr.a ~ DRAWING NUMBER D-2 Dash line d. /-f. 7-88 3'-0". EL.EVATION NOTES 1. S.. Starnllnl o,-. D-11 for 1dditionll notes and details. 2. Whon V m:nds 4', Slips lhaH be inslllllad. See Standlnl Drawing D-11 for details. 3. Maintain 1 1/'r' clear $1)1Cing be-• reinfcm:ing and surfacl. 4. lncreae in allowable dtl,th m,ject to approval by Agney. 5. Section A-A shows 3 sizu and shall not imply that an inllrior wall il to bl built for the itruetllrBS with daub!;! or triplt frame and grata. 11. Expoad adgu of com:me shall bt rounded with • 11diua of 1/'r. 7. Ouifnata types as followo: Singla G-1, Double G-2 and Triple G·3. 8. Only tnd bearing gratas shall ba us,d. Set Std. o .... ,., 0-15. ____ For frame and grate details, a ----_/--::::=~~ /--Jrr dwgL 0-13, 0.15. r · 11" sing1t I t IUCOMMlNOEIJ IV TM£ SAN OU:GO M:IUON,t.t. STJNOAll:0$ COhlTlU trtt../ d &..4./' ./Jk. 1,y Cw.>~m It f:,E 1111l1 6111 DRAWING D-8 NUM8ER 5' • O" double 7' • O" triole SECTION A-A SAN DIEGO REGIONAL STANDARD DRAWING CATCH BASIN~ TYPE G LEGEND ON PLANS • Revision By Appro111d !late Relerena flO 1'(. If. i ,_ TYPE PIPE DIA X y A4 up to 39" 4' 4' A5 42" to 411" 5' 4' AS 51" to llO" 6' 4' A7 &3ff to 12--r 4' A8 75" to 84,. 8' 4' PLAN t Bend o-. 15" (Typ} lltnllolt framt and c..., •d""'"'OM-3 DillfOnal Ban 2-#4bart Elov. shown on plans -....::i::-......!Q..Jll.( -:;;::... .. , .. ~ ,_ __ x _____ ~_.--,~-L,_ f SECTION A-A NOTES I. See Standard Drawing D· 11 for additional notes and datllils. 2. Concrtta ba shall ba 560-C-3250 3. All P""Qt componants shall be ,.,nlori:ed witll 1/4" diameter steal, .....lid llriflllv on 4" centen. 4. All joi,IU shall be 11t in Class C morllf. 5. Maintain I 1/2"clnr spacing b,_ rainlorcing and surfaca unlass otllerwise noted. 6. Exposed edges of contllte shall be rounded with a radius of 112", For step dttails. • drawing D· 11 4 • I 4 Around pi.., Slope floor 12:1 lr!Wlnls ""11et LEGEND 011 PLANS --· •• ..r,::;i. •••••• -------L!:!1-· .... --- z 6' 8' II' 1' 8' SAN DIEGO REGIONAL STANDARD DRAWING fffCOMMUIIIJfll IY TME SM DIEGO "fGIONAl STANO.f.11:0S. CIJMlttTTE:£ STORM DRAIN CLEANOUT -TYPE A tl'/'t./,? ,IJ..£.._/ .Jk. lf1:t c:;m .:u. 11111 11., DRAWING NUMBER D-9 w -j B"l-j .. , ___ _:V,::an;;;;.·es=------l U TYPE DIA. OF PIPE 42" 48" 54" 60" 66" 84" NOTES PLAN .-1-B B ELEVATION. DIMENSIONS L E [;l 1 1/2" . Cl SECTION B-B F 1. Skewed Pif,es: OimtnSion W to bt increased to take care of increased width or ltngth due ta sl<lw of muldpkl pipeL 2. Tops of hllldwllls, on gradt culwrts, shall be placed parallel to profile grade when the grades are 3% or more. 3. Contrell shall bt 560.C-3250 4. Exposed Clltlllrt shall bt dlamfmd 3/4". 5. Multir,lt pipes !hall bt di a distance of 0/2, with • l' minimum, between outside ditmetm of pipeL 6. For pipe Witt thickne.is greaw than 3" use Alttrnat• Detai~C. I 5 0 12· ReYmon SAN DIEGO REGIONAL STANDARD DRAWING Com:. WING AND U TYPE HEADWALLS FOR 42" T9 84" PIPES 2 • I 5 # 5@ 12" . WING WALL REINFORCING I I : ' I . · .. -::-·'·,....,. t0 -r-'S""'-\1.•• Te~ 1 ALT. DETAIL C LEGEND ON PLANS :::fC ==«: A£t:011MENOEO 9V TME $A,. Ot£GG IIEGIOffAL $fAJrrl:DAJtOS COMMnru: DRAWING NUMBER D-35 I 6" i-- lo t A ELEVATION 3• Muioom 9•P .. • l~ II" • I I 6" Minimum ovorlap Overlap • . on each pipe ·.•· .•.• ::: C .... ··1 ·•··• t• ·: = ·e Finish smoolf! with Clan C monar lf-o--Cut pipe end . . ~~ : ... ',,:.::; SECTION A-A NOTES: ReCOMM!NOEO BY nu: SAN ll'llGO il:fQIIJNAl. S'l'ANDARDS COMMITTEE at&./,? ,fJ.,4./' a;.,,_ ✓-1$ Coo1~ ltC,E. 19801 0111 DRAWING D-62 NUMBER 1. Pipe collard ... not hm to be finished it covered, 2. Concrete shall be 560-C-3250. 3. Where g•p uc11ds 3" but is not mart than II" an illltmaf form shall be und. SAN DIEGO REGIONAL STANDARD DRAWING PIPE COLl:.AR Revision Cone. LEGEND ON PLANS _JL_ ---tt--- Date 6"' I .··.,;··.:.~-·, ... :. / ~ ·.• .. 1ri·it ,.. 1 ..:.-·=---. .... : \ • ·\ I t t·;-;, a t. l \ . , r 1• R I -rl 1/2" axcept whore elevations shown indicate othorwisa. \ :l. ✓ :I • ....... -,-..-,,- -r--l-----~ .. " · ..• 1 /2" A_;. .... if \ ·•.·.:.:_ .. :·. ~.;,.•·" _ _....:·• .. :· '-,...•••' ----...... ---·:.~ ia ... ·• ~-~ -~ . .. .,: .. . _,.:· .. •• .J/0:.·•:: ._:: ~-: .... --1-,t ... ~·:_. :_·~_.:_: •_.:_ ... _ . .-_ .. _. ------"'w~----"'------•--1' 1-112· TYPE G & H CURB NOTES: 1. Concreta shall be 520.C-2500. 2. Sit Standonl Drewing G· 10 for joint detailL 3. Slope top of curb 114 .. per loot ,.,_d street •AREA TYPE W SQ. FT. G 24" 1.34 H ;!!!• 1.61 • with 6" Curb Fa LEGEND ON PLANS JIECO~ l't THE $AN OlEGO AHK»IAL ST.vtOAIUlS C'OtN1TTEE SAN DIEGO REGIONAL STANDARD DRAWING Rmsion By Approved Date Cone. re 7,1!'.,!!l. 5-,%, alt.It? l;..J:,.../ "'1.,. ms &ii,;i;iw ltU. 1Nii b.c. DRAWING NUMSER G-2 CURB AND GUTTER.-COMBINED '1.0_.__,-~-3" I , , .. I TYPE A-SECTION -j 5• I-~~:I. ·~ 2H + 6" TYPE C-SECTION R=,· I .,• ,,R=.r ' CXJ Height 6", a", or g" as indicated on plans 4'" 13" TYPE 8-SECTION TYPE O-SECTION 1'-8"' R=1" J_~ (.Level j TI ,._4.. I 1----'-; -=-2·_-:::..2" ___ -1I I TYPE E-SECTION Slope end of dike 1: 1 when not joining other improvements ALL TYPES -SIDE VIEW NOTES: 1. Dike is to be placed on o minimum 2" of A.C. road surfacing, extending throughout the width of the dike. 2. AR-8000 grade asphalt to be used for oil dikes. TYF'E F-SECTION APPROX. DIKE QUANTITIES TYPE TONS/UN. FT. A 0.0250 8 0.0375 c-s· 0.0375 c-a· 0.0583 C-9'" 0.0702 D 0.0062 E 0.0194 F 0.0452 3. A.C. dikes may be equipment capable cross section. shaped and compacted with an extrusion machine or other of shaping end compacting the materiel to the required SAN DIEGO REGIONAL STANDARD DRAWING DIKES -ASPHALT CONCRETE LEGEND ON PLANS Type A Dike AECDMMENOED av THE SAN DIEGO AEGJONAL STANDARDS COMMITTEE er&../ t? ,!t..,(,.../1 ,:ru,, ,~,,, C..rdb111ar A.C.E. 19107 0111 DRAWING NUMBER G-5 Width as shaWn on plan I' ,,,. . -,,... ~. • ,,,., ·•'-·•.'-: 1 1·--_1__:;_~~=I=~}!-~3-F"-_-= --~--.. _-~--·~ ~ Wnbnad Plane Joint / I r-------------1 I I I I I I l I __________________ J NON-CONTIGUOUS Width as -on plan 1/2" R -1/4" par ft. r-.... 1 :?,.::• ... · •. // : •.';~ --~--.. I • •• • I I / I Wukenad Plana Joint J ·1 ------I I ----! L l -------------I -----J CONTIGUOUS NOTES 1. Com:1111 ahall ht 5211-C-2500. • 2. s., Standard On,wlng G.S and 8-10 for joint det11IL SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK -TYPICAL SECTIONS 1/2" R ~EGEND ON PLANS ,;,·,,,, :::.J',•. IIEl:Qb!MDED l't THE SAN omu, IU:GIOJCAL STMIOAROS COMMtTTU t14r./t?~ .,_,,. ms &or..'" 1-.C.£. 1no1 om DRAWING NUMBER 6·7 X y Curb Ramp Haight length 1" o·. 6" 2" r -s" 3" 2' -6" 4'' 3' • 6" 5" 4'. 6" 6" 5' • 6" r· 5' • 6" 8" 5' . 6" z Side Slope 1· • 6" I' · 6" 1' • 8" 2' • 4" 3'. O'' 3' • O" 3'. O'' 3'. ()'' CT Curb Transition O' • O" o·. o-· O' • O" O'. O" O' • O" O' . O" 1' · O" 2' • O" ./1 Curb if / I •~cified Transition .,.. TYPE A CONSTRUCTION NOTES Prop. line ::::,. 1. Set false header fllf back of ,amp at curb height above g:utter grade to maximum 6". 2, Where shown on the plans, construct monolithic curb tor retention of street drainage or to meet adjacent improvements. , Top of curb TYPE B Curb •t specifi~d ~- ~"j'Of~ .• <::•t. See note 1 y SECTION A-A NOTE See Slerldard Drawing G-32 for generel notn. Revision By Approved Notn I.U. SAN DIEGO REGIONAL STANDARD DRAWING PEDESTRIAN RAMP TYPES A AND B NEW CONSTRUCTION llECOMMEf.10£0 B'!' THE SAH DIEGO RE!.ilOIIAl STANOAIIO.S COMMITTEE Qn '.o.~ '.'J 4-t<-I• COUf(ii!!fl!U ft c,e C21!ll Oi-ft DRAWING G-27 NUMBER