HomeMy WebLinkAboutRetaining Walls Inc; 1995-02-21; 31561
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
*
Recording requested by: ) 1
)
1
City Clerk 1 City of Carlsbad )
Carlsbad, CA92008 1
CITY OF CARLSBAD ) 783
When recorded mail to: )
1200 Carlsbad Village Dr. )
Space above for Recorder's Use
NOTICE OF COMPLET!ON
Notice is hereby given that:
1.
2. 3.
4. 5.
6.
7.
The undersigned is owner of the interest or estate stated below in the property hE
described. The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, C 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was compl September 26, 1995.
The name of the contractor, if any, for such work of improvement is Retaining N The property on which said work of improvement was completed is in the
Carlsbad, County of San Diego, State of California, and is described as follows: t
Street between 1-5 and Marron Road. The street address of said property is within the limits of the City of Carlsbad. 8.
CITY OF CARLSBAD
@LLLOYD 8. I%JBBS City Engineer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, (
California, 92008; the City Council of said City on November 7 , 1995, accc
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 January 4 , 19 96 at Carlsbad, California.
--
By: KAREN R. KUNUTZ
Assistant City Clerk
E I
- e 6
75 7
Recording requested by: )
1
CITY OF CARLSBAD 1 1
)
City Clerk )
City of Carlsbad 1
Carlsbad, CA 92008 )
When recorded mail to: )
1200 Carlsbad Village Dr. )
Space above for Recorder's Use
NOiiCE OF COMPLETlOM
Notice is hereby given that:
1.
2.
3.
4.
5.
6. 7.
The undersigned is owner of the interest or estate stated below in the property described. The full name of the undersigned is City of Carlsbad, a municipal corporatior The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, 92008.
The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was cor
September 26, 1995. The name of the contractor, if any, for such work of improvement is Retaining
The property on which said work of improvement was completed is in t
Carlsbad, County of San Diego, State of California, and is described as follows:
Street between 1-5 and Marron Road. The street address of said property is within the limits of the City of Carlsbad 8.
CITY OF CARLSBAD DJL PonlLOYD 8. HWBBS City Engineer
VER!FICATIC!N GF C!T CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, California, 92008; the City Council of said City on No vGnG't5fl 7 , 19sTaci above described work as completed and ordered that a Notice of Completion be filt
I declare under penalty of perjury that the foregoing is true and correct.
Executed on y\- F , 19 7.j -at Carlsbad, Califor
CITY OF CARLSBA
CITY OF CARLSBAD
PROJECT: Jefferson Street Bike Lanes
CONTRACT CHANGE ORDER NO. 4
CONTRACT NO. 3156 P.O. NO. 19114 ACCOUNT NO. 300-820-1840-3156
CONTRACTOR: Retaining Walls Company
ADDRESS: __ 1-'-'5=-=3'---'1 ...... , --=G=r=-an'--'-d"'--'-A'--'-v~en""'u"""e"""",--=S'"""a=-n~M~a""""'rc~o~s_C~A~9=20~6~9~-----------
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, 1994, perform the following:
Item 1: Modify traffic signal at southwest corner of Jefferson Street and Marron Road. The
modifications include relocation of the Number 5 box, extend conduit to new box
location, and pull new wire as needed. Reinstall advance loop and conduit, wire,
and pull box. Reinstall 9 detector loops. All work to be done for the lump sum
price of $8,000.00.
Increase to contract cost ................................ $8,000.00
TOTAL INCREASE TO CONTRACT COST ............................. $8,000.00
H:\UBRARY\ENG\WPDA TA\INSPECT\3156\CHNGORDR\3156-4.CHN
Change Order No. 4
3156 -Jefferson Street Bike Lanes
Page: 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
p
. O~b
Al,:hw17 CITY ENGINEER
~r.~
FINANCEIRECTOR
--_j -~-y:)
(DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING fN/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECT\3156\CHNGORDR\3156-4.CHN
APPROVED BY:
CITY OF CARLSBAD
PROJECT: Jefferson Street Bike Lanes
CONTRACT CHANGE ORDER NO. 3
CONTRACT NO. 3156 P.O. NO. 19114 ACCOUNT NO. 300-820-1840-3156
CONTRACTOR: Retaining Walls Company
ADDRESS: __ 1.:....:5:;....:3:;__:1...1..., -=G=r=an""-d""--'-A""-v"""'en"""u=e"-'-1-=Sa..aa-'-'-n'--'M'-'-'-=a"--'rc'"""o-=-s-'C"""A~9=20"'--6;c...c9'--__________ _
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 3-2.2.1, Contract Unit Prices, SSPWC, 1994, perform the following:
Item 1: Increase Bid Item 16, Spillways from 2 each to 5 each; 3 @ $450.00/each =
$1,350.00.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,350.00
TOTAL INCREASE TO CONTRACT COST ............................. $1,350.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3156\CHNGORDR\3156-3.CHN
Change Order No. 3
3156 -Jefferson Street Bike Lanes
Page: 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
L.·,ts z ebL
p'RINCIPAL !SPECTOR
4c-t,.;1 CITY ENGINEER
~~-aL4_) r--FINANCEIRECTOR
DISTRIBUTION:
7 (DATE)
(DATE)
s-1-'i )-
(DATE)
INSPECTION FILE (ORIGINAL)
PURCHASING r,N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPEC"T\3156\CHNGORDR\3156-3.CHN
APPROVED BY:
CONTRACTOR (DATE)
CITY OF CARLSBAD
PROJECT: Jefferson Street Bike Lanes
CONTRACT CHANGE ORDER NO. 2
CONTRACT NO. 3156 P.O. NO. 19114 ACCOUNT NO. 300-820-1840-3156
CONTRACTOR: Retaining Walls Company
ADDRESS: __ 1-'--'5'--'3'-'-1_,__, ---"G=r=an'--'-d~A~ve~n""""u~e~,~S~a~n~M_a--"rc~o~s_C~A~9_20_6~9~-----------
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 3-2.2.1, Contract Unit Prices, SSPWC, 1994, perform the following:
Item 1:
Item 2:
Item 3:
Increase Bid Item 6, Asphalt Concrete Pavement, from 409 tons to approximately
650 tons; 241 tons @ $50.00/ton = $12,050.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $12,050.00
Increase Bid Item 7, Class II Aggregate Base, from 602 tons to 908 tons; 306 tons
@ $25.00/ton = $7,650.00
Increase to contract cost ................................ $7,650.00
Increase bid Item 10, Double Yellow Centerline Striping}rom 1,732 LF to 2,432 LF;
700 LF @ 1.00/LF = $700.00
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $700.00
Pursuant to Subsection 3-3, Extra Work, SSPWC, 1994, perform the following as directed by the
Engineer:
Item 4: Remove approximately 700 LF of existing double yellow centerline striping by
sandblasting method.
Estimated Increase to contract cost ......................... $500.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST .................. $20,900.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3156\CHNGORDR\3156-2.CHN
Change Order No. 2
3156 -Jefferson Street Bike Lanes
Page: 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
~/ . , ,.; /_)/'\ (/ ,I ,'):\--l4. L'-.., f-1,~~ t;\J . (_j--L/('.'1/1s-·
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING f'N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\UBRARY\ENG\WPDATA\INSPECl\3156\CHNGORDR\3156-2.CHN
APPROVED BY:
CITY OF CARLSBAD
PROJECT: Jefferson Street Bike Lanes
CONTRACT CHANGE ORDER NO. 1
CONTRACT NO. 3156 P.O. NO. 19114 ACCOUNT NO. 300-820-1840-3156
CONTRACTOR: Retaining Walls Company
ADDRESS: __ 1~5~3_1~, _G~ra~n~d_A_ve~n~u_e~1 _S_a~n~M~ar~c_o~s~C~A~92~0~6~9 ___________ _
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 3-3, Extra Work, SSPWC, 1994, perform the following as directed by the
Engineer:
Item 1: Perform additional survey to define and delineate private property boundaries on
the north side of Jefferson Street between approximate stations 29+00 to 35+00.
Increase to contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $500.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . $500.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3156\3156-1.CHN
Change Order No. 1
3156 -Jefferson Street Bike Lanes
Page: 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
i!~t&
PRINCIPAL INSPECTO
c¼t. IC.~~ ,j/43/9s-
F1NANCWD1REcToR ~ 7(DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (Yv/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECl\3156\3156-1.CHN
APPROVED BY:
CONTRACTOR (DATE)
B&mvEDuCT I
+r 1 . *‘
w
October 26, 1994
ADDENDUM NO. 1
BID/PROJECT N0.3156-JEFFERSON STREET BICYCLE LANES REBID
Please include the attached addendum in the Notice to Bidder/Request for Bids you ha
for the above project.
This addendum-receipt acknowledged-must be attached to your Proposal Form/[
when your bid is submitted.
T?LTLi ’ \ 3 @/p’&
RUTH FLETCHER
Purchasing Officer
RF:jk
Attach rn ent
1 ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
Bidd et’s Signature
*
1200 Carlsbad Village Drive - Carlsbad, CA 92008-1 989 (619) 434-2803 FAX (619) 434 L
a
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
FOR
RE-BIDDING OF
JEFFERSON STREET BICYCLE LANES
FEDERAL PROJECT NUMBER
0
11-SD-0-Cbd
STPLE-5308- (00 1)
CONTRACT NO. 3156
oyl
e
a
DBE REQUIREMENTS
e FOR THIS PROJECT
MUST BE MET
a
TABLE OF CONTENTS - Item
NOTICEINVITINGBIDS ........................................
CONTRACTORS PROPOSAL .....................................
BIDDERS BOND TO ACCOMPANY PROPOSAL .......................
DESIGNATION OF SUBCONTRACTORS ............................
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ...............
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
0
.....
BY BIDDER AND SUBhilITTED WITH BID ............................
CONTRACT . PUBLIC WORKS .....................................
LABOR AND MATERIALS BOND ...................................
PERFORMANCEBOh'D ...........................................
REPRESENTATION AND CERTIFI CAT1 ON ...........................
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION ................................
RELEASEFORM ................................................
a
SPECIAL PROVISIONS
SUPPLEMEhTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIC
FOR PUBLIC WORKS CONSTRUCTION ...........................
11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUI
WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS
I.
........
111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUI
WORKS CONSTRUCTION FOR CONSTRUCTION METHODS .........
APPENDIX A: STANDARD DRAWINGS
APPENDIX B: ENVIRONMENTAL PERMITS
0 1 @ oy
F
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Car
Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 2nd d
November, 1994, at which time they will be opened and read, for performing the wo
follows:
a
JEFFERSON STREET BICYCLE LANES
CONTRACT NO. 3156
The work shall be performed in strict conformity with the specifications as approved by the
Council of the City of Carlsbad on file with the Engineering Department. The specificatioi
the work include the Standard SDecifications of Public Works Construction, (SSPWC),
Edition, hereinafter designated "SSPWC", as issued by the Southern California Chapter (
American Public Works Association and as amended by the special provisions sections o
contract. Reference is hereby made to the specifications for full particulars and descripti
the work.
The City of Carlsbad encourages the participation of minority and women-owned busine
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contri
to utilize recycled and recyclable materials when available and where appropriate.
No bid will be received unless it is made on a proposal form furnished by the Purch
Department. Each bid must be accompanied by security in a form and amount required b)
The bidder's security of the second and third next lowest responsive bidders may be wit1
until the Contract has been fully executed. The security submitted by all other unsuccl
bidders shall be returned to them, or deemed void, within ten (10) days after the Contr
awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appro1
securities may be substituted for any obligation required by this notice or for any m
withheld by the City to ensure performance under this Contract. Section 22300 of the F
Contract Code requires monies or securities to be deposited with the City or a state or fed1
chartered bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
a
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
0 2 @
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantiti
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estirr
$234,000.
No bid shall be accepted from a contractor who is not licensed in accordance with the pro\
of California state law. The contractor shall state their license number, expiration dat
classification in the proposal, under penalty of perjury. The following classificatior
acceptable for this contract:
If the Contractor intends to utilize the escrow agreement included in the contract docume
lieu of the usual 10% retention from each payment, these documents must be complete1
submitted with the signed contract. The escrow agreement may not be substituted at i
date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purck
Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, Califc
for a non-refundable fee of $15.00 per set. If plans and specifications are to be mailed, thl
for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any r
irregularity or informality in such bids. The award of contract, if it be awarded, will be t
lowest responsible bidder whose proposal complies with all the requirements, and who ha
the goal for DB participation or has demonstrated, to the satisfaction of the City of Carlsbal
Caltrans, good faith effort to do so.
The general prevailing rate of wages for each craft or type of worker needed to execut
Contract shall be those as determined by the Director of Industrial Relations pursuant tc
Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the I
Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City (
The Contractor to whom the Contract is awarded shall not pay less than the said spet
prevailing rates of wages to all workers employed by him or her in the execution of the Con
The Prime Contractor shall be responsible for insuring compliance with provisions of Se
1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Sublt
and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720
apply to the Contract for work.
A pre-bid meeting and tour of the project site will be held on October 12, 1994, at 1O:OO
at City offices located at 2075 Las Palmas Drive, Community Development Conference Roo
a
Class "A", in accordance with the provisions of state law.
a
2/
@ a
All bids are to be computed on the basis of the given estimated quantities of work, as indi
in this proposal, times the unit price as submitted by the bidder. In case of a discre1
between words and figures, the words shall prevail. In case of an error in the extension of:
price, the corrected extension shall be calculated and the bids will be computed as in&
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
or written in with ink and must be initialed in ink by a person authorized to sign fc
Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day pri
bidding. Submission of bids without acknowledgment of addenda may be cause of rejecti
bid.
Bonds to secure faithful performance and warranty of the work and payment of laborer!
materials suppliers, in an amount equal to one hundred percent (100*/0) and fifty percent (E
respectively, of the Contract price will be required for work on this project. These bonds
be kept in full force and effect during the course of this project, and shall extend in full forcc
effect and be retained by the City until they are released as stated in the Special F'roVj
section of this contract. All bonds are to be placed with a surety insurance carrier admittec
authorized to transact the business of insurance in California and whose assets exceed
liabilities in an amount equal to or in excess of the amount of the bond. The bonds a
contain the following documents:
1)
e
An original, or a certified copy, of the unrevoked appointment, power of attorne
laws, or other instrument entitling or authorizing the person who executed the bo1 e do so.
2) A certified copy of the certificate of authority of the insurer issued by the insur
commissioner.
If the bid is accepted, the City may require a financial statement of the assets and liabiliti
the insurer at the end of the quarter calendar year prior to 30 days next preceding the da
the execution of the bond. The financial statement shall be made by an officer's certifica
defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the fina
statement may be verified by the oath of the principal officer or manager residing withir
United States.
Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Key R;
Guide of at least A-:V, and (2) are authorized to transact the business of insurance in the !
of California by the Insurance Commissioner. Auto policies offered to meet the specificatic
this contract must: (1) meet the conditions stated above for all insurance companies and (2) c
any vehicle used in the performance of the contract, used onsite or offsite, whether owned,
owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate I
state the coverage is for "any auto'' and cannot be limited in any manner.
3;
bB 0
Workers' compensation insurance required under this contract must be offered by a corn
meeting the above standards with the exception that the Best's rating condition is waived.
City does accept poIicies issued by the State Compensation Fund meeting the requiremer
workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract.
additional cost of said insurance shall be included in the bid price.
The prime contractor and all subcontractors are required to have and maintain a valid C
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution
0
No. 94-262 , adopted on the mh day of September 9 1994
L&.&&kL
Aletha L. Rautenkranz, City Clerk
9h3/9r
Date
e
3:
@ e
,. 7 .
CITY OF CARLSBAD
JEFFERSON STREET BICYCLE LANES
CONTRACT NO. 3156
CONTRACTOR'S PROPOSAL
,jr
0
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares heishe has carefully examined the location of the work, read thc
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish al
labor, materials, equipment, transportation, and services required to do all the work to completc
Contract No. 3156 in accordance with the Plans and Specifications of the City of Carlsbad, an(
the Special Provisions and that he/she will take in full payment therefor the following unit price
for each item complete, to wit: c_c_ _- - ----
Approximate
Iten1 Quantity Unit
Price Total - - No. Description and Unit -
1 I Traffic Control at 1 LS IT, om 8", OcrO
I 0
~ollars "(~urnp Sum)
2 L Clearing & Grubbing at 1 LS 12; 800 j 2; 000
TWdM 7h+w&$g
Dollars (Lump Sum)
3 iRelocate Existing Sign at 1EA AS0 2670
4
Dollars Each
4 kernove Existing sign at 1EA --&E- 100
r4 #w
Dollars Each
2/16/94
@ *
Appromate
and Unit
Quantity Unit Item
No. Descnption
-4t
Total - - Price -
Roadway Excavation at , 1,800 CY 12 @ 2 1; bod a 5~
p.4&
Dollars per Cublc Yard
6 hphalt Concrete Pavement at 409 TON SO e 2q4so
~ollars per TO^'
7 =lass I1 Aggregate Base at 602TON 2 SJb- ]$05(
EL-e
Dollars per Tdn
8 type "G" Curb at 45 w 25@- y2c
9 /A.C. Dike at 4,370 LF 2% % 740
b EOIrc
Dollars per LiAear Foot
1 0
Dollars per hear Foot
10 "Double-Yellow Centerhe Stnping at 1,732I.f / * 1; 732
1 Dollars per Linear Foot
11 J Pavement Marlungs (Bike Lane) at 198 SF -4- w JpK
Sm
Dollars per Square Foot
dg.
12 L, Roadway Signs at 28 EA !OO 2po
Dollars Each
* YW a9
.-
Approximate \d
\\ Item Quantity Unit - No. Description and Unit - Price - Total e 13 "Type "L" Reflector (Object Marker) at 1EA !eoook !a0
L
6+?4 Hd
Dollars Ea&
14 uTrafEc Dehneators (Type F-1) at 46 EA soo9 2;3oc
c,
DollarsEach l
15 \Crib Wall at 1,620 SF 2g9 YqSQ
ne
Dofiars per Squ(ue Foot
9@
16 "A.C. Spillway at 2EA ysbq68
L Dollars Each I
17 116" White Bike Lane Striping at 5,644 LF e70 3951 e 7c
Dollars per Lihear Foot
18 L Metal Beam Guard Rail at 1,134LF 20* 22; br
Dollars per Linear Foht
88' 19 I. Rip-Rap at 1.1 CY 50 55-
6 cfvy
Dollars per Cubic Yard
EXOTIC PLANT PRUNING/REMOVAL ee
20 L Palm Trees Removed (Specialty Item) 15 EX 2,000 3Q 001
/
'rLuD %-a cad2
Dollars Each
0 Yl
bB
>A Appromate
Item Quantity Unit *x - No. Description and Unit - Price - Total 0 21 L/ Eucalyptus Trees Pruned (Spgaalty Item) 6EA 333,33 2;aoo
22 ., Eucalyptus Tree Removed (Specialty Item) 1EX 780 70c
23 JTamarisk/Myoporum Trees Removed 5EA Yo0 a;ObL
YW Hd7hl %nY~f~
?!bus Each mty'b *V*.CC
e Dollars Each
(Specialty Item) /
Hwrzdd
Dollars Each
24 -'Castor Bean Removed (Specialty Item) 9,000 SF p ~0-m
d Dollars per Square Foot
25 J'ndo Dona Removed (Specialty Item) 4,850 SF /, 50 7; 2 7 0
&?ddIIb/ m%rd
Dollars per Square Foot
-4- 163 26 d Ice Plant Removal (Specialty Item) 7,500 SF
~
Dollars per Square Foot
FJCNCING
27 'Chain Link Fence - 6' ht. 75 LF 20@- ISO~
1
Dollars per Lines Foot
2
@
..
Approximate
Item Quantity Unit Total - No. Description and Unit - Price -
PLANTING
28 /Soil Preparation (Specialty Item) 12,420 SF Y g 6; 000
A mded
MCA
D~UXS pef Square?oot
29 JFine Grading (Specialty Item) 12,420 SF 62C 3,105
30 JTrees: 1 Gallon Size (Specialty Item) 21 EA loW 210
31 flrees: 15 Gallon Size (Specialty Item) 4EA l$suu ab
32 "Shrubs: Lmers (Specialty Item) 187 EA Z2Ls
33 >Shrubs: 1 Gallon (Specialty Item) 279 EA !De 2;79
34 c Hydroseed - Mix (Specialty Item) 15sO SF 030 y.$a
Dollars per square Foot
7-
Dollars Each
dcr EM
%-e
Dollars Eachf
Dollars Each
Tm
Dodars Each
Dollars per'square Foot
IRRIGATION
35 J Irrigation System (Specialty Item) at 1 LS 4,530 6) $6(
Y
@
Appromate
Item Quantity Unit - No. Description and Unit - Price - Total
36 12,420 SF -* JMaintenance: 90 days (Speqalty Item) @
GLc4 c&
Dollars per !Square Foot
37 "Type "B" Brow Ditch 268.5 LF 20% 5s
7dv
~ollars per &ear ~oot
Tot amount of bid in words: 7 ccrt, #& G& sibc 'thsusol$ -tzcoh
SA-* Total amount of bid in numbers: $ ZS6; 271 @
Price@) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). 1 has/have been received and idare included ir;
proposal.
The Undersigned has checked carefully all of the above figures and understands that the Civ
not be responsible for any error or omission on the part of the Undersigned in preparing thi2
The Undersigned agrees that in case of default in executing the required Contract with nece
bonds and insurance policies within twenty (20) days from the date of award of Contract b
City Council of the City of Carlsbad, the proceeds of the check or bond accompanying thi
shall become the property of the City of Carlsbad.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensi
do business or act in the capacity of a contractor within the State of California, validly lice
under license number 47209 3 , classification 3 which expires on -
, and that this statement is true and correct and has the legal effect of an affidab
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant t
Business and Professions Code shall be considered nonresponsive and shall be rejected b
City. 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted sh;
invalidated by the failure of the bidder to be licensed in accordance with California 1
However, at the time the contract is awarded, the contractor shall be properly licensed. P
Contract Code 5 20 104.
The Undersigned bidder hereby represents as follows:
0
&Aj Li?Lfg74&.4 f? c*d <,WW?4-LP
21 c( @ f&/V/ &e= QZ +
1. That no Council member, officer agent, or employee of the City of Carlsbad is person;
interested, directly or indirectly, in this Contract, or the compensation to be p(
hereunder; that no representation, oral or in writing, of the City Council, its oficc
agents, or employees hasinducted him/her to enter into this Contract, excepting o
those contained in this form of Contract and the papers made a part hereof by its ten
and
0
2. That this bid is made without connection'with any person, firm, or corporation mak
a bid for the same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is k'cdd
(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 requ
every employer to be insured against liability for workers' compensation or to undertake f
insurance in accordance with the provisions of that code, and agrees to comply with I
provisions before commencing the performance of the work of this Contract and continu
comply until the contract is complete.
.... - OUR PROPOSAL Is CONTINGENT Qra THE FQLLQWING ITEMS:
....
11 The retaining wall material will be CRIBLOCK.
2) We have NOT included excavation and replacement
0 ....
.... of soil below the base of the cribwall.
3) On site soil that is excavated for the cribwall
will be used to backfill inside and behind the
wall. No import.
4) The 120 day plant establishment time may extend
beyond the allowed construction time for this
job.
5) No wood header with the asphalt.
%
c A
@
a
0
0
Ex &.2 ’r ‘CribwP11 Corpmian c9 LICENSE MRO93
Criblock -
1531 GRAND AVENUE, SAN MARCOS, CALlFORNlA 92069
(619) 471-2500 (800) FORV’UL FAX: (619 471-9128
VIA FAX 438-0894 AND U.S. MAIL
November 22, 1994
Engineering Department Community Development Services
City of Carlsbad 2075 Las Palmas Drive Carlsbad, CA 92009
Attn: Al Virgilio
RE: City of Carlsbad Jefferson Street Bicycle Lanes Contract No. 3156
Dear Sirs:
The Retaining Walls Company wishes to clarify its bl November 10, 1994 by removing conditions 1, 2, 3, 4 and 5 on
11 of the bid package. There are no contingencies on this bit
If further clarification is necessary, please feel frE contact the undersigned,
Sincerely,
Cribwall Carpohtion Retaining Walls Company
By: /L&- Ip Van Davis, CFO
c:\ltra\earhbdz.itr
Page 1 of 1
c
TPe Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic
relative to the general prevailing rate of wages for each craft or type of worker needed to exe
the Contract and agrees to comply with its provisions. 0 i
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1)
(2)
(3) Place of Business
Name under which business is conducted
Signature (given and surname) of proprietor
(Street and Number)
City and State
(4) Zip Code Telephone No.
IF A PARTNERSHIP, STGN HERE:
(1)
(2)
Name under which business is conducted
Signature (given and surname and character of partner) (Note: Signature mu
made by a general partner)
(3) Place of Business
(Street and Number)
City and State
Zip Code Telephone No.
3
@
i
- - " -- v..". ..- 314". .19.
CAPACiTY CLAIMED BY SIGNER
a CORPORATE PP-2 L> d <,'\ L
0 PARTNER(S) LIMITED
*AMFtS#Or SIC,*EP~SI personally appeared
t$persona\\y known to me - OR - 0 pr
0 OUAROIAN~COI~SERVATOR
SIGNER IS REPRESENTING:
I991 NATIONAL NOTARV ASSOClArlON. E730 R.mm.1 A*. P 0 Bo. 718a * Can-. Pi.l CA 91304 7184
>-= ~-
t IF A CORPORATION. SIGN HERE:
(1)
\\
Name under which business is conducted Cr i bwal 1 Corporation dba
0
(2)
Pres i dent
Title
Impress Corporate Seal 1
(3)
(4) Place of Business 1531 Grand Avenue
Incorporated under the laws of the State of Cal i fornia
(Street and Number)
City and State San Marcos, Ca
(5) Zip Code 92069 Telephone No. (619) 471 -2500
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES hn
BE ATTACHED
0
List below names of president, vice president, secretary and assistant secretary, if a corporat
if a partnership, list names of all general partners, and managing partners:
Pres i dent
S ec re ta r y /T r ea sur e r
Pa u 1 W i n ter
Van Davis
0 Yl
@
7 - -- - - .p Y- 7 - Y .a- -- -- rw.rUV A.-A 4YWA VV-
r 1
KNOW ALL FERSQNS BY THESE PRESENTS:
That we, RETA ININ G WALLS COMPANY 4 Surety are held and firmly bound unm the City of Carfsbad, CaIifornia, in m amount as fob
(must bt at least ten percent la*/,> of the bid amount
for which payment, well and truly made, we bind oursdvcs, our heirs, executors a
administrators, successors or ar;sips, jointly and everally, firmly by these presents.
THE CONDI?TON OF THE FORECOINC OBLIGATION IS SUCH that jf the prop d the above-bounden Principal for:
CRIBWALL CORP. dba INSURANCE COMPANY , as Principal, and OF THFaST
Ten percent (10;) I of the amount bi d .........................
JEFT'ERSQN SlXlXT BXCYCJX LANES
CONTRACT NO. 3156
in the City of Carisbad, is accepted by thc City Council, and if &e Pikipal shall duly enier in
and execute a Contract including required hnds and insurance policies within twenty (20) d3
from the date of award of Contract by die Ciy Council of the City of Carlsba4 being d~
notified of said award, then &is obligation shaH becume nu31 and void; otherwise, it shall be ai
remain in fufi force and &ect, atid the mount specified herein shall be forfetitd to the said Cir
.I. I
.... I
I
I
I
1
CL **-- ....
-...
$, ....
-.. --..
....
....
____
.-..
YWP
@
0
AL j u u iux Y b~ LulVlA-fiLY I ur 4 IIKL w CD I
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
F'
,\
POWER OF ATTQRNEY @ NOW ALL MEN BY THESE PRESENTS: That the Insurance Company of the West, a Corporation duly organized and existing ur
the State of California and having its principal office in the City of San Diego, California, does hereby nominate, constitute ant
its true and lawful Attorney(s1-in-Fact, with full power and authority hereby conferred in its name, placo and stead, to execute, se:
and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution
Board of Directors of the Insurance Company of the West at a meeting duly callod and held on the 6th day of February, 1'
Resolution has not been amended or rescinded and of which the following is a true. full, and completo copy:
Sioux Munyon
"RESOLVED: That the President or Secretary may from time to time appoint Attorneys-in-Fact to represent and act for and
Company, and either the President or Secretary, the Board of Directors or Executive Committee may nt any time remove such A
and rovoke the Powor of Attorney given him or her; and be it further
"RESOLVED: That the Attorney-in-Fact may be given full power to execute for and in the name of and on behalf of tho Comi
bonds and undertakings as tho businoss of the Company may require, and any such bonds or undertakings executed by any s
Fact shall be as binding upon tho Company as if signed by the Presidont and sealed and attested by the Secretary."
IN WITNESS WHEREOF, Insurance Company of the West has caused its official seal to be hereunto affixed and thoso presents
its duly authorized officers this Thirteenth day of May , 19x.
IN URANCE PANY OF THE WEST qJ) (/AJ
5 *4,9(H QL/FORNb ,*,# - /,///L Presidbnt
.STATE OF CALIFORNIA ss:
COUNTY OF SAN DIEGO
..: On this Thirteenth day of May A.D., 1980, bafore.the subscriber, a Notary Public of the State of Californi
County of San Diego, duly commissioned and qualified, came KARL W. KOCH President, of INSURANCE COMPANY OF TI.
personally known to be tho individual and officer described In and who executed the preceding instrument. and he acknowledg
of the same, and being by me duly sworn, deposeth and saith, that ha is the said officor of the Corporation aforesaid, and that t
the preceding instrument is the Corporato Seal of the said Corporation, and that the said Corporate Seal and his signaturo as !
duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation.
. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year fir
CAROLYN STONE
Prlnclpal Olllce in San Diego Counly
My Commission Exp. April 15, 1983
NOTARY PUBLIC - CALIFORNIA
-Ybvm%%%%m
STATE OF CALIFORNIA ss:
COUNTY OF SAN DIEGO
1, the undersigned, Richard S. King Secretary of the Insurance Company of the West,
that the original POWER OF ATORNEY, of which tho forogoing is a full, true and correct copy, is in full force and effect, t
revoked.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporato Seal of the Corporal
day of October 1934. 0 w 4 ,*LORPOa4Q0 % +$e- Q a
ICW CAL 37 (REV. Y801
w-6 ’-
CALIFoRNL4 ALL-PURPOSZ ACIIlVOTTZELIG~
Shte of CALIFORNIA
county of SAN DIEW
On 10/28/94 before me, Jocelyn Y. Quirt, Notary Public
personally appeared Sioux Munyon
c] personally known to me - OR - proved to me on the basis of satisfactory evide
to bet the person(s) whose name(s) is/
z subscribed to the within instrument :
acknowledged to me that he/she/t
executed the same in hiskerltheir author;
capacit(ies)y, and that by his/her/t2
signature(s) on the instrument the perso
or the entity upon behalf of which
personk) acted, executed the instrument
WINSS my hand and official. sed
0
DATE NAME. nnE OF OFFICER - E.Q., JANE DOE. NOTARY wauc
W(S) OF SIGNER@)
c -+L, > -,\ ‘7TIJL- 0 SIGNATURE OF NOTARY
-- 0 PTIONAL -- --
Though the data below is not required by law, it may prove valuable to persons relying on
document and prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEN
0 INDIVIDUAL c] CORPORATE Bid Bond
TITLE OR TYPE OF DOCUMENT nnE(s)
0 PARTNER(S) 0 LIMITED
m ATTORNEY-IN-FACT
TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER:
-3- 0 GENERAL
NUMBER OF PAGES
10/28/94
DATE OF DOCUMENT
@ SIGNER IS REPRESENTING:
WE OF PERSON(3) OR ENTlT(IES)Y
INSURANCE COMPANY OF THE WEST
SIGNER@) OTHER THAN NAMED ABOVE
. - _-_ ~
CAPACITY CLAIMEO BY SIGNER
IIlCEift 0 PARTNER(S) 0 LIMITED
personally appeared 0 GENERAL
dpersonally known lo me - OR - 0 pr ATT&NEY.IN-FACT
n hislherltheir authorized
y(ies). and that by hislherltheir
Title or Type of Document c tQ rr +f% C t THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT
CAPACITY CLAIMED BY SIGNER
OFFICER(S)
0 PARTNER(S) 0 LIMITED personally appeared
0 personally known lo me - OR - vpr
1991 NATIONAL NOTARY CSSOClATtON * 0733 Rlmm+l A". P 0 Be. 7184. Clnoga PIIL CA 9130, TlBl
In cht event Principal exccuted this bond as an individual, it is agrecd rhst thc dtach of Ptincipa
shall not exonerate the Surety from irs obllprions under this bond. \\
Executed by PRINCIPAL &his ,78tday rjf Executed by SURETY this 28th day of
A October ,192, Or.tober, 192!L-
PRINcIfa SUREW. a
Cribwall Corp. dba
Retaining Walls Company INSURANCE COMPANY OF THE WEST
(Name of Principal) (Name of Surety)
5725 Kearny Villa Road, Suite R
By: - San Diego. CA 92171
(sign here) (Address of Surety)
Van Davis 619/463-2773
(print name here) (Telephone Number of Surety)
T.hiy.f Fim ial Officer
Sioux Munyon, Attozney-in-F<
5:oc,x j37ti/? yofl - , _I -
printed name OF Attarn&in-Face
(attach corporate resolution showing cum
power of attorney) @tint name here)
LLL c'- 3
1 1 [,---6L\ ?Jc :s+
(title and organization of signatory)
(Pmp notahl a&wmkdg$af cxcclztion by PRINCIPAL and SURETY mwt be atrachd,)
@'mident or vicc-pmadent ad smctaryor auirtant s~~6-cm-y mast sign for corporarionr Ifonly one ofticrr .;lr
cb;o corporaon mqst attach a rtsohtion cestificd by *C scactary or assistant xcrctary undcr corporatc..r
crnpowc~-hig tha~ osccr to bind the corporalion.)
APPROVED AS TO FORM;
RONALD R. BALL I City Attorney
By;
D. RICHAkD RUDOLF
hsktant City Attorney I
s: Q)'
4
2414
DESIGNATION OF SUBCONTRACTORS
The Contractor certifies he/she has used the sub-bids of the following listed Contract0
making up hidher bid and that the sub-contractors listed will be used for the work for w
they bid, subject to the approval of the City Engineer, and in accordance with applic
provisions of the specifications and Section 4100 et seq. of the Public Contracts Co
"Subletting and Subcontracting Fair Practices Act." No changes may be made in t
following information is required for each sub-contractor. Additional pages can be attach
required:
I subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad.
Items of Complete Address Phone No. - Work Full ComDanv Name with Zip Code with Area Co
bj -Ij
PO*- @OX 4237
4 arb Lcnh ~~i~t~~~ ck, 61 9) 433
.
68
* .. %\
b
AMOUNT OF SUBCONTRACTORSq BIDS
The bidder is to provide the following information on the subbids of all the listed subcontract
as part of the sealed bid submission. Additional pages can be attached, if required. @
Type of State
Contracting Carlsbad Business Amount of Bid
Full ComDanv Name License & No. License No.* i$ or "10)
)/b*6*GWi*v~~i~?ir. Geow't &%%-e- YKpO@
* Iicenses are renewable annually. If no valid license, indicate "NONE." Valid license m
be obtained prior to submission of signed Contracts. 0
Y 49 e
l
\
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ..
.i
0 Bidder submits herewith a statement of financial responsibility.
CRIBWALL CBRP. d.b.a. RETAINING WALLS COmh Ty is a verv sou
financially stable company that has been doing business in
San Diego for over 16 years. We have completed over
$7,000,000 sf retaining wall related contracts in this past
year. Our net worth is in excess of $1,508,800. We have
over $500 9 000 of cash working capital and over $'t,000,000
1 :-. -c 1: 6 *AT 1 1 Zldl'ir UI mIL WIL11 vu1 UdPlK.
ne^‘ 1013. WJ th nilr hcanilinp rvnv.
Complete audited financial statements are available upon
request.
3
@
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to that included in the pro€
Contract he/she has successfully performed and give references, with telephone numbers, H
will enable the City to judge hidher responsibility, experience and skill. An attachment c;
used.
2
43
.r-
*, I 4
NON-COLLUSION AFFIDAVIT TO BE EXECUTED 1. e BY BIDDER AND SUBMITTED WITH BID
State of California 1
County of 1
) ss.
%L o/d7Lc
(Name of Bidder)
, being first duly sworn, deposes a
and says that he or she is p&& jo 6.~7 - (Ti de)
A of C/2/&Ufi!>L GR-? d.b& /YErnA/d/dc- dJ!LLLi GJ/ a (Name of firm)
the party making the foregoing bid; that the bid is not made in the interest of, or on behi
any undisclosed person, partnership, company, association, organization, or corporation; th;
bid is genuine and not collusive or sham; that the bidder has not directly or indirectly inc
or solicited any other bidder to put in a false or sham bid, and has not directly or indii
colluded, conspired, connived, or agreed with any bidder or anyone shall refrain from bic
that the bidder has not in any manner, directly or indirectly, sought by agree
communication, or conference with anyone to fix the bid price, or of that of any other bi
or to fix any overhead, profit, or cost element of advantage against the public body awardin
contract of anyone interested in the proposed contract; that all statements contained in th
are true; and further, that the bidder has not, directIy or indirectly submitted his or her bid
or any breakdown thereof, or the contents thereof, or divulged information or data re1
thereto, or paid, and will not pay, any fee to any corporation, partnership, company associi
organization, bid depository, or to any member or agent thereof to effectuate a collusive or !
bid.
I declare under penalty of perjury that the foregoing is true and correct an
was executed on the 3/ day of
q
4
?a
a
1
3
a
a
ga
>
(X:
Signature of Bidder
r ,l& * Subscribed and sworn to before me on the 31 day of rcl--&jab~
(NOTARY SEAL)
'II
c 21
booymg fr.r OCOCQO a 2
Certification for Federal Aid Contracts
The ;rosp.xzive pankipant ccrScs. by signing and submizing his bid or pmpoSd, 10 the best
0) No Fed& appropri3ted funds have be& paid or will be paid by or on behalf of the undersi penon for innrrcndng or aotmpring to influence an officu or trnpioytt of any Fed& agenc of Cangrcss, an offictr or empioytt of Congnss. or an anptoyct of a Mtakr of Conpss i
wih he awarding of any Fed& conaact rhe rn*g of any faid grant the nuking oizny
L!!: :nL+g into of any coopcraivc agrttmenr, md the txrcnsion, ton!hauon, rmtwal, Y
rnc4.ihricn of any fdtd ccnrq E;~J~L, laan, or cooprive agtrmtnr
(2) Lf my funds ozfier hn Ftdtral appropriartd funds have been paid or will be paid to u inxlutnting or aucmpring to influtnct an officer or employee of any Fedcd agency, ; Congrts. M offictr or ciapioyet of Congress, or M tmpbyet of a Member of Conprss
wit? rhis Fedc-1 concact 8ylf lm, tx coopedvt agrczmennf he Imdtcsignned shU cornpic
Smhd Fom-UL. ‘DMcsurc ofhbbying Asrivirits.’ in acrrrrdvlte wirfi irs inStxc5ons. - t:-i!!cjnon is a maLcd rtp:cs&i?rrrion of fact upon which rciianre was plactd whtn his z
mi: cr ec=z-,d into. Submission Of rhiz ct~fkauon iS a prtrquisirr for making or cntcing inso ri
LT~s::! by Secrion 1352. Title 31. US. CodE: Any pasan who fails LD We xht rtquircd ced’k subjct: 3 a na penalry of not less W SlO,~ and not more rtw 51W.OOO for tlch such fdur:.
D.: ;=spct3ve pankipmt dm ay-t by submiuing his or her bid or propod ahat he or she :h
L?= L.ygc cf rhis ccd1won be intiuded in ali lower utr sukcnrxcrs, which cxcd SIN.033 1:
k.awicd,oe znd bdief, IbC
e
%2FL::::x s?d Et* 2nd Li!c!Cs= =-Cdhgly.
*! __
a bityoffarftpplkauon ' b.ini&awud
c WSt-aWd
a. GW
a. sruu
g. =RU*O aprmmm!:
8.-
4. m? twm1.r
1. kanyuutaw
.D & inul a. mavnr~==w
For Material Change C
Y.W-pvuu aauotutrepon-
4. Name and Adres of Repartlng &.?le: a %Tl6 CJ Subawardee * Tar , ifknown
C--c ,,,,rarsianaI Diatrir., if known:
w ' 6. Fwsral DspannenYAgency:
t
5. If Repontng Entlty in No. 4 Is Subawardi Name and Addrrru of Prime:
bnprestiona1 Dltula, ifknown:
7. Federal Program Namo/Doscrfpilon:
CR)A Numbur, if appfr'C;;bls
10. 2. Name and Address of bbbylng E.?tRy {d izcvicd, lasr C~R, IIK~ fama, Ail): a h. fndlviduals Parforming Servfcss (ir,c'uch difforcnt fmm NR loa) (ksr name, hr nme,.MI):
17. Axun; cf Payment (c.cledc Y L%a @y): 13. Type of Payment (check all t*%i q;&)
L noinof t JJ cull n piannod
b. o~efm
L ammution a ctntngrnt fer
e. Qfrrrsd
12 k:m cf Payment (Ctrecir ail tfiu wlyl: . E a esn fzi b in-kki; specify: nature
i
.I
due
14. End Descri ilon of Senricos Performed or to be porformrd and Date(s) of Sanrffe, hctudlng ofifc smpioyea(s[ or mambar(s) contanad, for Paymmt fndfutrd In llem 11:
/ana& Cmhuation SbeeffsI if neressaarv)
15. Ctz:!nita!fon Shoot(a) attached: D Yu 17 No
16. karmumrrgrrrr~cl~*rmL.-en(L.Ot~ Slgnatura:
Lnmn ra ma- rC- mmm 4-
c.~-urn~hn~rn*~--rvrre~u~rrm PI*n* Warn*:
n:I-nmu-.reha h-*-mM
-ioai Ut$= Tkl*H-*m~b~U~~~
--UT m mn b 41- IU~PL~C~~OCIII ~nvp*unw tu. to $ha m m - mu- -y * - rclmyum cu nurs;oooouummu~ Slw Iw*muh- Talephone No.: Oat8
TWO:
in:fnding rime for =viewing insrrxtion. swrhing &hg d~a tern. gahciqg =,-j m~cmg znrl rc)mpIe~g 2nd =viewing the toiiccrion of infm&r,)n. Sad commas rcgx&qE: ~e burdtn c~kr -2 of lhis colkcrion Of hfonnafion, indoding suggesrions for ndutmg this budtn, Mzxiremenr and Budre!. koCrWOrk Rtduaion Pmiur 10348M)dCn. Wahinpton. D C. 20503.
a CONTRACT - PUBLIC WORKS
This agreement is made thisdyday of h J 19z by and between the Ci
Carlsbad, California, a municipal corporation, (her&&ter called 'City'), and
RETAINING WALLS, INC. whose principal place of bus is 1531 GRAND AVENUE, SAN MARCOS, CA 92069
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Descrbtion of Work. Contractor shall perform all work specified in the Cor
documents for:
JEFFERSON STREET BICYCLE LANES
CONTRACT NO. 3156
(hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor, materials,
equipment, and personnel to perform the work specified by the Contract Docun
Contract Documents. The Contract Documents consist of this Contract, h
Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontra
Bidder's Statements of Financial Responsibility and Technical Ability, Non-coll
Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the SI
Provisions, and all proper amendments and changes made thereto in accordance
this Contract or the Plans and Specifications, and all bonds for the project;
which are incorporated herein by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and insti
work as indicated, specified, and implied by the Contract Documents. Any ite
work not indicated or specified, but which are essential to the completion of the
shall be provided at the Contractor's expense to fulfill the intent of said docun
In all instances through the life of the Contract, the City will be the interpreter 1
intent of the Contract Documents, and the City's decision relative to said inter
be final and binding. Failure of the Contractor to apprise subcontractors and mal
suppliers of this condition of the Contract will not relieve responsibility of compli
2.
3. a
1
@
0
4. Pavment. For all compensation for Contractor's performance of work undei
Contract, City shall make payment to the Contractor per Section 9-3 of the Star
SDecifications for Public Works Construction (SSPWC) 1991 Edition, and the
supplement, hereinafter designated "SSPWC", as issued by the Southern Calif
Chapter of the American Public Works Association, and as amended by the SI
Provisions section of this contract. The closure date for each monthly invoice \n
the 30th of each month. Invoices from the Contractor shall be submitted acco
to the required City format to the City's assigned project manager no later tha
5th day of each month. Payments will be delayed if invoices are received after tk
of each month. The final retention amount shall not be released until the expii
of thirty-five (35) days following the recording of the Notice of Completion pur
to California Civil Code Section 3184.
Public Contract Code section 20104.50 requires a summary of its contents to 1
forth in the terms of the contract. Below is such a summary. However, conti
should refer to Public Contract Code section 20104.50 for a complete statement I
law.
The city shall make progress payments within 30 days after receipt of an undis
and properly submitted payment request from a contractor on a construction cor
If payment is not made within 30 days after receipt of an undisputed and pr<
submitted payment request, then the city shall pay interest to the contractor equii
to the legal rate set forth in subdivision (a) of section 685.010 of the Code of
Procedure.
Upon receipt of a payment request, the city shall, as soon as practicable after re
determine whether the payment request is a proper payment request. If th
determines that the payment request is not proper, then the request shall be ret
to the contractor as soon as practicable but not later than seven (7) days after re
The returned request shall be accompanied by a document setting forth in writir
reasons why the payment request was not proper.
If the city fails to return the denied request within the seven (7) day time limit
the number of days available to the city to make payment without incurring ir:
shall be reduced by the number of days by which the city exceeds the seven ('
return requirement.
"Progress payment'' includes all payments due contractors except that portion
final payment designated by the contract as "retention earnings".
e
a
'
@ rl)
5. IndeDendent Investigation. Contractor has made an independent investigation c
jobsite, the soil conditions at the jeite, and all other conditions that might affec
progress of the work, and is aware of those conditions. The Contract price inc
payment for all work that may be done by Contractor, whether anticipated or nc
order to overcome underground conditions. Any information that may have
furnished to Contractor by City about underground conditions or otherjob con&
is for Contractor's convenience only, and City does not warrant that the conditior
as thus indicated. Contractor is satisfied with all job conditions, inch
underground conditions and has not relied on information furnished by City.
0
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be respox
for all loss or damage arising out of the nature of the work or from the action <:
elements or from any unforeseen difficulties which may arise or be encountered i
prosecution of the work until its acceptance by the City. Contractor shall al!
responsible for expenses incurred in the suspension or discontinuance of the 1
However, Contractor shall not be responsible for reasonable delays in the compl
of the work caused by acts of God, stormy weather, extra work, or matters whic
specifications expressly stipulate will be borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves di
trenches or other excavations that extend deeper than four feet below the SL
Contractor shall promptly, and b&eLhe following -__ conditions . are disturbed, I
City, in writing, of any:
A.
7.
0
Material that Contractor believes may be material that is hazardous was
defined in Section 251 17 of the Health and Safety Code, that is required
removed to a Class I, Class 11, or Class I11 disposal site in accordance
provisions of existing law.
Subsurface or latent physical conditions at the site differing from those indic
Unknown physical conditions at the site of any unusual nature, difl
materially from those ordinarily encountered and generally recognizc
inherent in work of the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the cond
do materially so differ, or do involve hazardous waste, and cause a decrei
increase in contractor's costs of, or the time required for, performance c
part of the work shall issue a change order under the procedures descrik
this contract.
B.
C.
1
@
m
In the event that a dispute arises between City and Contractor whether the coni
materially differ, or involve hazardous waste, or cause a decrease or increase
contractor's cost of, or time required for, performance of any part of the
contractor shall not be excused from any scheduled completion date provided
the contract, but shall proceed with all work to be performed under the co
Contractor shall retain any and all rights provided either by contract or by law
pertain to the resolution of disputes and protests between the contracting parti
Chance Orders. City may, without affecting the validity of the Contract,
changes, modifications and extra work by issuance of written change (
Contractor shall make no change in the work without the issuance of a written c
order, and Contractor shall not be entitled to compensation for any extra
performed unless the City has issued a written change order designating in ac
the amount of additional compensation to be paid for the work. If a change
deletes any work, the Contract price shall be reduced by a fair and reasonable an
If the parties are unable to agree on the amount of reduction, the work
nevertheless proceed and the amount shall be determined by litigation. Thl
person authorized to order changes or extra work is the Engineer. The written cl
order must be executed by the City Manager or the City Council pursuant to Ca
Municipal Code Section 3.28.172.
a
8.
9. Immigration Reform and Control Act. Contractor certifies he is aware c
requirements of the Immigration Reform and Control Act of 1986 (8 USC Se
1101-1525) and has complied and will comply with these requirements, includin
not limited to, verifying the eligibility for employment of all agents, empl,
subcontractors, and consultants that are included in this Contract.
Prevailing Wage. Pursuant to the California Labor Code, the director c
Department of Industrial Relations has determined the general prevailing rate (
diem wages in accordance with California Labor Code, Section 1773 and a co
a schedule of said general prevailing wage rates is on file in the office of the Car
City Clerk, and is incorporated by reference herein. Pursuant to California 1
Code, Section 1775, Contractor shall pay prevailing wages. Contractor shall
copies of all applicable prevailing wages on the job site.
Indemnification. Contractor shall assume the defense of, pay dl expenses of del
and indemnify and hold harmless the City, and its officers and employees, fro
claims, loss, damage, injury and liability of every kind, nature and description, di
or indirectly arising from or in connection with the performance of the Contracl
work; or from any failure or alleged failure of
a
10.
11.
21
@ *
Contractor to comply with any applicable law, rules or regulations including 1
relating to safety and health; except for loss or damage which was caused solely b
active negligence of the City; and from any and all claims, loss, damages, injur)
liability, howsoever the same may be caused, resulting directly or indirectly fron
nature of the work covered by the Contract, unless the loss or damage was ci
solely by the active negligence of the City. The expenses of defense include all
and expenses including attorneys fees for litigation, arbitration, or other di
resolution method.
Insurance. Contractor shall procure and maintain for the duration of the cor
insurance against claims for injuries to persons or damage to property which may
from or in connection with the performance of the work hereunder by the Contr;
his agents, representatives, employees or subcontractors. Said insurance shall met
City's policy for insurance as stated in Resolution No. 91-403.
(A)
0
12.
COVERAGES AND LIMITS - Contractor shall maintain the types of cove
and minimum limits indicted herein:
1. Comprehensive General Liabilitv Insurance:
$1,000,000 combined single limit per occurrence for bodily injur]
property damage, If the policy has an aggregate limit, a seF
aggregate in the amounts specified shall be established for the risl
which the City or its agents, officers or employees are
additional insured. e
2. Automobile Liabilitv Insurance:
$1,000,000 combined single limit per accident for bodily injur)
property damage. In addition, the auto policy must cover anv v(
used in the performance of the contract, used onsite or offsite, wh
owned, non-owned or hired, and whether scheduled or non-schec
The auto insurance certificate must state the coverage is for "any
and cannot be limited in any manner.
Workers' ComDensation and EmDlovers' Liabilitv Insurance:
Workers' compensation limits as required by the Labor Code c
State of California and Employers' Liability limits of $1,000,00
incident. Workers' compensation offered by the State Compen!
Insurance Fund is acceptable to the City.
3.
L
@ a
(B) ADDITIONAL, PROVISIONS - Contractor shall ensure that the polic;
insurance required under this agreement contain, or are endorsed to contail
following provisions. General Liability and Automobile Liability Coverq
1. The City, its officials, employees and volunteers are to be cover
additional insured as respects: liability arising out of acti
performed by or on behalf of the Contractor; products and coml
operations of the contractor; premises owned, leased, hired or borr
by the contractor. The coverage shall contain no special limitatio
the scope of protection afforded to the City, its officials, employc
volunteers.
The Contractor's insurance coverage shall be primary insuran
respects the City, its officials, employees and volunteers. Any insu
or self-insurance maintained by the City, its officials, employe
volunteers shall be in excess of the contractor's insurance and sha
contribute with it.
Any failure to comply with reporting provisions of the policies sha
affect coverage provided to the City, its officials, employec
volunteers.
*
2.
3.
4. Coverage shall state that the contractor's insurance shall
separately to each insured against whom claim is made or s
brought, except with respect to the limits of the insurer's liabilitj
"CLAIMS MADE" POLICIES - If the insurance is provided on a "claims n
basis, coverage shall be maintained for a period of three years following thc
of completion of the work.
NOTICE OF CANCELLATION - Each insurance policy required b!
agreement shall be endorsed to state that coverage shall not be nonrenc
suspended, voided, canceled, or reduced in coverage or limits except after
(30) days' prior written notice has been given to the City by certified mail, r
receipt requested.
(C)
a
(D)
(E) DEDUCTIBLES AND SEW-INSURED RETENTION (S.I.R.) LEVELS
deductibles or self-insured retention levels must be declared to and approv
the City. At the option of the City, either: the insurer shall reduce or elin
such deductibles or self-insured retention levels as respects the City, its of
and employees; or the contractor shall procure a bond guaranteeing paymc
losses and related investigation, claim administration and defense expensf
2
49 .L
0 WAIVER OF SUBROGATION - All policies of insurance required under
agreement shall contain a waiver of all rights of subrogation the insurer
have or may acquire against the City or any of its officials or employees.
SUBCONTRACTORS - Contractor shall include all subcontractors as ins1
under its policies or shall furnish separate certificates and endorsements for f
subcontractor. Coverages for subcontractors shall be subject to all of
requirements stated herein.
ACCEPTABILITY OF INSURERS - Insurance is to be placed With ins1
that have a rating in Best's Key Rating Guide of at least A-:V, and
authorized to transact the business of insurance by the Insurance Commissii
under the standards specified in by the City Council in Resolution No. 91
(G)
a
(H>
(I) VERIFICATION OF COVERAGE - Contractor shall furnish the City
certificates of insurance and original endorsements affecting coverage reqi
by this clause. The certificates and endorsements for each insurance polic
to be signed by a person authorized by that insurer to bind coverage o
behalf. The certificates and endorsements are to be in forms approved b:
City and are to be received and approved by the City before work comme
COST OF INSURANCE - The Cost of all insurance required under
agreement shall be included in the Contractor's bid. 0)
13. Claims and Lawsuits. Contractor shall comply with the Government Tort Claim
(Section 900 et seq of the California Government Code) for any claim or cau
action for money or damages prior to filing any lawsuit for breach of this agreer
Maintenance of Records. Contractor shall maintain and make available at no c(
the City, upon request, records in accordance with Sections 1776 and 1812 of Pi
Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintail
records at Contractor's principal place of business as specified above, Contractor
so inform the City by certified letter accompanying the return of this Con
Contractor shall notify the City by certified mail of any change of address of
records.
Labor Code Provisions.
Section 1720 of the Labor Code are incorporated herein by reference.
0
14.
15. The provisions of Part 7, Chapter I, commencing
f
@ e
16. Security. Securities in the form of cash, cashier's check, or certified check IT-
substituted for any monies withheld by the City to secure performance of this cc
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 rn
witheld to ensure performance under this Contract.
Provisions Required by Law Deemed Inserted. Each and every provision of la
clause required by law to be inserted in this Contract shall be deemed to be in
herein and included herein, and if, through mistake or otherwise, any such pro
is not inserted, or is not correctly inserted, then upon application of either partt
Contract shall forthwith be physically amended to make such insertion or corre
*
17.
a
* Y
bB
- -_- ..)- *.. 'Y.'.... Cn.II,".-i,B.
CAPACITY CLAIMED BY SIGNER
&CORPORATE /"l-~.~,~d b+ 1-
0 PARTNER(S) 0 LIMITED Personally appeared
personally known 10 me - OR - 0 pr 0 ATT~RNEY-IN-FACT
d that by hislherltheir
instrument the person(s).
(991 NAllONAL NOlARY ASSOCIAllON. 8738 RI-oI A". P 0 Bo. 718&. Canbps Pa-h. CA 99301.:(aa
.. . ...- ___ .. . .,= mfi
18. Additional Provisions. Any additional provisions of this agreement are set forth ir
"General Provisions" or "Special Provisions" attached hereto and made a part he a
NOTARIAL ACKNOWLEDGEMENT
OF EXECUTION BY ALL
SIGNATORIES MUST BE ATTACHED
(CORPORATE SEAL)
Print Name of Signatory
Signature of Signatory
APPROVED TO AS TO FORM:
RONALD R. BALL
City Attorney
By:
Title /L--ge-
D CA- 6 2. v D. RICHARD RUDOLF
Assistant City Attorney
a
ATTEST:
2
@ 0
* < Bond NO. 135 38 34
premium: Included W/ Per:
3
;LABOR AND MA'FERZALS BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.
&hereinafter designated as the "Principd"), a Contrac
a
B
4
1
E
1
I
1
3
I
I
t
94-333 , adopted December 20, 1994 has awS&=.d to RETAINING WALLS
COMPANY
for:
JEPFERsON SmT BICYCLE "ES
CONTRACT NO. 3156
in the City of Carlsbad, in strict conformity with the drawings and specifications, and othci
Contract Documents now on file in the Ofice of the City Clerk of the City -of Carlsbad and al
of which are incoporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms there0
require the furnishing of a bond, providing that if Principal or any of their subcontractors shal
f~l to pay for any materials, provisions, provender or other supplies or teams used in, upon 01
about the performance of the work agreed to be done, or fur any work or Iabot done thereor,
of any kind, the Surety on this bond wiIl pay the sme to the extent hereinafter set forth.
Now, THEREFORE, WE, RETAINING WALLS COMPANY ,as
Principal, (hereinafter designated as the "Contractor"), and LNSURANCE cornmy OF THE
WEST as Surcty, are held firm1 bound unto the Cit of Cdsbad in the syn of nm
HUNDRED TWENTY EIGHT THOUSdD ONE HUNDRED TJIRTY FIVE and 50 100--~~1~~
(~128,135.50~~~****~***~**~ , said SUM being fifty percent (So0> of the estimatcd aI'nOUnt
payable by the City of Carisbad under the terns of the Contract, for which payment well and
truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns,
jointly and severalIy, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hidher
subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in,
upon, for, or about the performance of the wrk conrracted to be done, or for any other work
or labor thereon of my 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 sme, not to exceed the sum
specified in the bond, and, also, in case suit is 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.
This bond shall inure to the benefit of any and all persons, companies and corporations entided
to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing Witb Section
3082).
I
I
we% @ e
-_ m .'
Surety stipulates and agrees chat no change, extension of time, alteration or addition to the
of the Contract, or to the work to be performed thereunder or the spe&fications accompa
the same shall affect its obligations on this bond, and it does hereby waive notice of any el
extension of time, alterations or addition to the terms of the contract or to the work or 0
cI( specifications.
..,
...
...
...
...
...
..*
...
.. .
...
...
...
...
...
... a I ...
b I r I._
q
...
...
2
1 a @
L
i.
Insurance Company of the West
HOME OFFICE: SAN DIEGO, CALIFORNIA
a POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized a
under the laws of the State 01 CALIFORNIA end having Its principal office In the Clty of San Dlego. California. does hereby conttltute and appoint: Anne Burdeau
Ita true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, piece and stead, to exe
acknowledge and deliver any end all bonds, undertakings, recognizances or othe? written obligations in the nature therc
Thla Power of Attorney Is granted and io signed and sealed by facsimile under and by the authority of the following f
adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the
of AUGUST, 1991. whlch said Resolution has not been amended or rescinded and of which the following is a true. full, and
copy:
"RESOLVED, that the Chairman of the Board, the President, an Executlve Vlce Presldent or a Senior Vice Presld
Company. bo, and that each or sny of them It, authorized to execute Powers of Attorney qualifying the attorney narr
pivon Power of Attorney to execute on behalf of the Company, bonds, undertakinpa, and all contracts of suretyship: a
Vice President, an Adstant Vlce President, a Secretary or an Assistant Secretary be, and that each or any of them
authorlred to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED. that the signatures of such officers and the seal of the Company may be nffixed to any at
of Attorney or to any certificate relating thereto by facsimile, nnd any such Power of Attorney or certlficate bearing suct
signatures or facsimile ¶sal shall be vaild and binding upon the Company when SO afflxed snd In the future with respc
bond, undertaking or contract of suretyshlp to which it is attached.
FURTHER RESOLVED, that the Attorney-in-Fact may be given full power to execute for and in the name of and on
the Company any arid all bonds and undertakings as the business of the Company may require, and any such bonds or uni
executed by any such Attorney-In-Fact shall be as binding upon the Company as if signed by an authorized olficer of the C
IN WITNESS WHEREOF. INSURANCE COMPANY OF THE WEST has caused its official sen1 to be hereunto nfflxed E
presents to be signed by its duly authorized officers this 22nd day Of November t 199 1 0 0 ," +GO~~OW~~ 2
*4w t * & STATE OF CALIFORNIA COUNTY OF SAN DIEGO tis' QL x0 mm\b
On this 22nd Of November, 19 9 1 before the subscriber, a Nota
the County of Sen Dlego, duly commisslonad and qualified, came John L. Hannurn, Senior Vlce President of INSURANCE Cr
OF THE WEST, to me personally known to be the individual and officer described in and who executed the precedlng In:
end he acknowledged the execution of the same. and being by me duly sworn, deposelh and snith. that he is the said
the Corporatlon afornsaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corpora
that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrumer
authority end direction of the said Corporation.
IN WITNESS WHEREOF. I have hereunto set my hand and affixed my Official Seal, at lhe City of Snn Diago, the day I
firat abovo written.
FRANCIS FAFAUL NOTARY PUQLIC-CALIFORNIA SAN DIEGO COUNTY MY COMMISSION EXPIRES &[2flL&Y \%h / STATE OF CALIFORNIA ss:
COUNTY OF SAN DIEGO
1, the undersigned. E. Harned Davis, Vlce President of INSURANCE COMPANY OF THE WEST, do hereby certify
original POWER OF ATTORNEY. of which the foregoing is a full. true and correct copy, is in full lorce and effect, snd
been revoked.
Notary Publlc L'
IN WITNESS WHEREOF, I have hereunto subscribed my name ns Vice President, and alilxed the Corporate See 0 INSURANCE COMPANY OF THE
4l#oW!L E. Harned Davis
Corporation, this 17 th day of January 19 95
2 ,c,a~'o~~~ #A
a
*4C" 1, @ F&z[d(L(~&
Vice President
ICW CAL 37
personally known to me (or 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 acknowl-
edged 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.
Signature This nrenfor Off2ciuf Notarial Sed
m
OPTIONAL -
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could,
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUM
0 INDIVIDUAL 0 CORPORATIE OFFICER Labor and Material Payment Bond
TITLE(S) TITLE OR TYPE OF DOCUMENT
0 PARTNER(S) 0 LIMITED
A’ITORNEY-IN-FACT NUMBER OF PAGES
TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER.
three GENERAL
1/17/95
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES none INSURANCE COMPANk OF THE WEST
SIGNER(S) OTHER THAN NAMED ABO\
ID-OS1 Rev 6/94
* b Bond No.: 135 38 34 .* Premium: $4,844.00 , 3
FAITHFUL PERFORMANCE/WAIURANTY BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. , has awarded to RETAINW WAT,T,S COkltAK December 20, 1994 94-333 J adopted , (hereinafter designated as the "Principal"), a Contract for:
4
m
JEFFE%SON S'lXEET BICYCLE LANES
CONTRACT NO. 3156
in the City of Cdsbad, in strict conformity with the contract, the drawing; and specification:
and other Contract Documents now on file in fie Offw of the City Clerk of the City c
Carlsbad, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms them
require the furnishing of a bund for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, RETAINING WALLS COMPANY , as Principa
, as Suretytare held and firmly bound unto the City of Carlsbad, in the sur X THOUSAND TWO HUNDRED SEVENTY ONE and N0/100----
L)ollars($ 256 Y 271 -oo'*), said sum being qual to one hundred percent (100%) of th
estimated amount of the Contract, to be paid to City or its certain attorney, its succe~sors iv~
assigns; for which payment, welt and truly to be made, we bind ourselves, our heirs, executoi
and administrators, successors or assigns, joindy and severalty, fimly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contracto
their heirs, executors, administrators, successors or assigns, shall in all things stand to and abid
by, and well and truly keep and perform the covenants, conditions, and agreements in th
Contract and any alteration thereof made as therein provided on their part, to be kept an
performed at the time and in the manner therein specified, and in all respects according ta the1
true intenlt and meaning, and shall indemnify and save harmless the City of CwJsbad, its offreer
employees and agents, as therein stipulated, then this obligation shall become null and voic
otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefoi
there shall1 be included costs and reasonable expenses and fees, including reasonable attorney
fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs an
included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the tern
of the Contract, or to the work to be performed thereunder or the specifications accompanyin
the same shall affect its obligations on this bond, and it does hereby waive notice of any hang1
extension of time, alterations or addition to the terms of the contract or to the work or to th
specifications.
0
8
9
R
a (hereinafter designated as the "Contractor"), and
of-
INSURANCE COMPANY OF THE WEST -
TWO HUNDRED FIFTY ---
d
a
4
U
1
t
I @
I VI95 'h
i
- __ " C-~'.*-.'-3.d"..*"-
CAPACITY CLAIMED 8Y SIGNER
0 PAATNER(S) r] LIMITED
personally appeared
THIS CERTIFICATE
,991 NATIONAL NOTARY ASSOCIA~UJN* 8736 Rimrnol he P 0 Bor 7304. Cinbpa ParR CA 9130* 7184
>_
CAPACITY CLAIMED BY SIGNER
IllLEcSI n PAATNER(S) 0 LIMITED a GENERAL
0 personally known to me - OR - e on the basis of satisfactory evidence
'g9' NA'1ONAL NOTARY *SSOCI*rION. 0736 R~mmtt A". P n mew ,,sa. .. .____ ". . ... _.__. - -
a-
0 day of - ,19-. January 2 19 95.
In the event that Contractor is an individual, it is agreed that the death of my such Contract(
shall not exonerate the Surety from its obligations under this'bond.
Executed by CONTRACTOR this Ekecuted by SURETY this day of
17th dl
CONTRACTOR SURETY I RETAINING WALLS U"ANy INSURANCE COMPANY OF THE WEST
(muame of Contractor) (Name of Smew)
5725 Kearny Villa Road "R"
1
a
n
0
II
I
$I
I
1
I * I
(Address of Surety] San Diego, -. CA 92
CI
619/279-3800 I (print name here} Felephone of Surety)
'3 AF
r51(<>>d *: ' 1 I 1 I L &.- By:
(tide and organization bf signatoq)
3y: b(- 6 s?><.- Anne Burdeau
i*
//-
(sign here) Printed name of Attorney-in-Fact
(attach corporate resohion showing curreni
power of attorney)
1%
'.4 -'- > a. < , 't
(print name here)
,: ,: f,
(title and drganization of signatory)
(Propcr notarial acknowledge of catcution by CONTRACTOR and SURETY must bt actachcd.)
(President or vie-president znd sccrc'ary M assistant wcmm-y must sign foI. corporations. Honly one oficer Ggns,
the corporation must attach a resolution certified by thc smy-etary or assistant sccrctary mdcr corporate xal
empowering ithat oficer to bind the carporation.}
APPROVED AS TO FOIUM:
RONALD Ti. BALL
d
- 3'
i-- I! ! :-
II City Attorney
By: F- &- D' c e@. a. WX€ARD OLF
hsj s Cant City Attorney
1 2/16/94 I 68
i
d . Insurance Company of the West
HOME OFFICE: SAN DIEGO, CALIFORNIA
0 POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized ar
under the laws of the State of CALIFORNIA and having Its prlncipal'oftlce In the Clty of San Dlego. California. does hereby
constitute and appoint: Anne Burdeau
Its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to exec
acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature there
Thls Power of Attornley Is granted and Is signed and sealed by facsimile under and by the authority of the following I
adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the
of AUGUST, 1991, whlch sald Resolution has not been amended or rescinded and of which the following is a true, full, anc
copy:
'RESOLVED. that the Chairman of the Board, the President, an Executive Vlce Presldent or E Senior Vlce Preslc
Company, be. and that each or any of them Is, authorized to execute Powers of Attorney qualifying the sttorney nar
given Power of Attorney to execute on behalf of the Company, bonds, undertakings, and all contracts of suretyship;
Vice President. an Aaislstant Vlce President, a Secretary or an Assistant Secretary be, and that each or any of them
authorlzed to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any s
of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing suc
signatures or facsimilo seal shall be valid and binding upon the Company when so affixed and in the future with resF
bond, undertaking or contract of suretyship to which it is attached.
FURTHER RESOLVED, that the Attorney-in-Fact may be given full power to execute for and in the name of and o
the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or ur
executed by any such Attorney-In-Fact shall be as binding upon the Company as if signed by an authorized officer of the
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be hereunto affixed
presents to be signed by its duly authorized officers this 2 2nd day Of November I 19 9 1
0 0 P *GQ'"urfO 2
%n 1. (*I. STATE OF CALIFORNIA COUNTY OF SAN DIEGO ": %ironu\b
On this 2 2nd of November, 19 9 1 before the subscriber, a Nota
the County of San Diego, duly commissioned and qualified. came John L Hannum, Senior Vice President of INSURANCE
OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding
and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith. thnt he is the sa)
the Corporatlon aforesdd. and that the seal affixed to the preceding instrument Is the Corporate Seal of the said Corpc
that the said Corporato Seal and his signature as such officer were duly affixed and subscribed to the said instrun
authority and direction of the sald Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the dr
flrst abovo written.
STATE OF CALIFORNIA &2flL&> \%!
Fjg - , i2L& (4
COUNTY OF SAN DIEGO ss: Notory Public
I, the undersigned, E. Harned Davis, Vlce President of INSURANCE COMPANY OF THE WEST, do hereby cef
original POWER OF ATTORNEY, of which the foregoing is a full. true and correct copy, is in full force and effect, I
been revoked.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Vice President, and affixed the Corporate
Corporation, this 17th day of January 19 95 0 INSURANCE COMPANY OF 1
$ \*to~~~r~~ 4
%C" ,,I&
0
%a+ E. Harned Oavis
Vice President
ICW CAL 37
personally known to me (or 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 acknowl-
edged to me thai 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.
Signature
COMV. &X34865
This area for Officia! Notarial Sea!
*
OPTIONAL I
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could PI
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUME m INDIVIDUAL 0 CORPORATE OFFICER Performance Bond - City of Carls
TITLE OR TYPE OF DOCUMENT TITLE(S)
PARTNER(S) 0 LIMITED
m ATTORNEY-IN-FACT
TRUSTEE(S) 0 GUARDIAN/CONSERVATOR
OTHER:-
two 0 GENERAL
NUMBER OF PAGES
1 / 17 /95
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES) none
Insurance Company of the West SIGNER(S) OTHER THAN NAMED ABOVE
ID-081 Rev 6/94
2850 Pi0 Pico, Suite A
bad CA 92018 COMPANIES AFFORD1 NG COVERAGE
COMPANY LmER A Agricultural Insurance Company
COMPANY
LETIER '
COMPANY
LETTER c
COMPANY LETTER D
LlMITS POLICY EFFECTIVE POLICY EXPIRATION
DATE (MMlDDm) DATE (MMIDDIYY) POLICY NUMBER
GENERAL AGGREGATE $2
GENERAL LlABlLlTl ~~~8815617 02/14/95 02/16/96 PRODUCTS-COMP/OP AGG $ 1
PERSONAL&ADV INJURY $ 1,
$ 1, OWNERS &CONTRACTORS PROT EACHOCCURRENCE
FIRE DAMAGE (Any one fire) $
MED EXPENSE (Any one person) $
$ COMBINED SINGLE
LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
GARAGE LlABlLllY
$
PROPERTY DAMAGE $
EMPLOYERS' LIABILITY DISEASE-EACH EMPLOYEE $
HOLDER IS ADDITIONAL INSURED, PRIMARY ENDORSEMENT, WAIVER OF
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFOF
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED
LEFT,&&%(ll%%8I~-W CITY OF CARLSBAD IT'S OFFICERS
1200 CARLSBAD VILLAGE DRIVE
CARLSBAD CA 92008
EMPLOYEES AND VOLUNTEERS xlx#m#~m~~xm~xBxmmm~~
c 0 &{ M E. HC I A I, G fi N E I;
-rkils ENUO~~SEME~~-~ CI~ANC;ES *rI.{E POLICY. PLEASE READ I*[ CAREFU
P i Pol.IC'r'f.IUh(EER: GLP881 561 7
1
a I\ [j n I -T" I (2, N 11, I, 1 N s IJ R E.[> ----. 0 W N E R S j 1. E s s E E 5 c ccs"rR/c\CTOKS (F0,RM B)
6 L Tiiis cndorscmcnt mottilies insurance provit~etr wdcr [tie fo[Ibwiing:
C Oh1 hS E HCIAL, Q E E4 E FiAL LI A0 I LJTY COVE RAG E PART.
, SCHEDULE
I'.I~r'rio uI Por:roit or Ovganlratlon:
City of Carlsbad, it's Officers, Employees and Volunteers
1200 Carlsbad Village Drive
Carlsbad, CA 92008
. t. (If no cntry'appears abwm, inforrnatiun required to cbrrtplett? this endorsement will be shown in the
as ayglicabla to this errdatsamcnt.)
'fW0 1s AN II'WJRED (Soctlarr I!) is arnanded to include as an insuiecl the persorl Of organizs tlocl Sc!?ci:lult~, b~l urriy wIIII rrjspect to li;il)iII[y xisirti; out of "your ~vor*k" for. that Inztmd by or !of YO[.
.
The City, it's officials, employees and volunteers are to be c as additional insured as respects: liability arising out of ac
performed by or on behalf of the Contractor; products and comr operations of the contrator; premises owned, leased, hired or
by the contractor. The coverage shall contain no 'special limi
on the scope of protection afforded to the City, its officials employees or volunt.eers.
Any failure to comply with reporting provisions of the .policy
not affect coverage provided to the City, its officials, 'emplc or volunteers i .,
Cribwall Corporation DBA: Retain'i'ng Walls Company insurance (I!
tural Insurance Company) shall apply .separately to eac.h insure
whom claim is made or suit'is brought, except with respect to
Agricultural Insurance' Company hereby waives' a12 rights of .sub
that it may have or may acquire against the City of Carlsbad o
of its officials or employees.
The Contractor's insurance coverage shall be Primary insurance i
respects the City, its Officials, emplOYe~S and volunteers- Anl insurance or self-insurance maintained by the City, its official
employees or volunteers shall be in excess of the COntraCtor'S
insurance and shall not contribute with it-
0
..
I ..
+ limits of the insurer's liability..
..
..
a
CG 20 10 11 85 Chpyrigli t, Insurance services Office. Inc., 1984
.....I ... . ..-_. ,_____. ,.,
2850 PI0 PICO, SUITE A
POST OFFICE BOX 429
CARLSBAD, CALIFORNIA 92018
0
Telephone (619) 729-1 143 STEVEN M TAGUE
JAMES L BRUBAKER
LESLIE A BRUBAKER
STEPHEN GIBBS
STEPHEN D WEBBER FPX (619) 729-861 7
February 15, 1995
City of Carlsbad Ms. Karen Hirata
1200 Carlsbad Village Blvd. Carlsbad, CA 92008
Re: Insurance Certificate issued to the City of Carlsbad for Retaining Walls Co. / Contract # 3156
@ Dear Ms. Hirata:
As per our telephone conversation on today's date, we ai altering the certificate and related documents for Retaini~ Walls Company. The change is as follows:
The Primary Insurance Endorsement is eliminated and
replaced by an additional provision added to the additional insured endorsement.
Please let me know if you have any questions or conceri regarding the revised documentation.
Sincerely,
ak 1%
Steven Tague
0
STATE
CO M PEN SAT ION INSURANCE
P.O. BOX 420807, SAN FRANCISCO, CA 941 42-0807 * FUN D CERTIFICATE OF WORKERS' COMPENSATION INSURANKE
POLICY NUMBER 1 19736
05/01/! CERTIFICATE EXPIRES
0 1/26/,/95
r
CITY OF CARLSB,LUD ms CORRECTS AND SUI
ATTN: PmC€€ASNG/ma7m CERTEICATE ISS'LiEIi ON
1200 CARLSBAD VILLAGE DR
CARLSBAD, CA 92008
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Californ
Insurance Commissioner to the employer named below for the policy period indicated
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by tl
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document wi
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the polici
described herein is subject to all the terms, exclusions and conditions of such policies.
__
M~
PRESIDENT
JOB: JEFFERSON STREET BIKE LANE
ENDORSEMENT #0015 ENTITLED ADDITIONAL, INSURED EMPLOYER EFFECTIVE 011
ATTACHED TO AND FORMS A PART OF THIS POLICY
NAME? OF ADDITIONAL INSURED: CITY OF CAFU,SBBD
EMPLOYER'S IWm IS $3,000,000 PER OCCURRENCE
EhDORSEMENT #2065 ENTITLED CERTlFICATE HOLDER'S NOTICE EFFECTI?% 01/26
ATTACHED TO AND FOW4S A PART OF THIS POLICY
0
v
EMPLOYER
r
RETrnG WALLS co
1531 GRAND AVE
SANMARCOS, CA 92069 'MR
*
L
SClF 10262 (REV. 10-86)
rids@ Zn8~llbl~~e Sa-immsrr: 5 Vista Soxrente Pkvy 8300 Dfego CA 92121
C0WA)sY m B Safeco lhs* tompamy of AmttrbciA
c sotnr~7 LETm .....
. . . . . . ,
... .. . , , . . . , . . . EXCLUS1ONS AND
COMMEXIAI. GWPIRZPL LIWW
msowdm-w~w 9
EMx4 0CCU-E d
$
..
FIRE Dm*GE (Ay one i& ,... ...
B roc COMBftdNB) SWC?E
a4307144 . 01/26/95 01/26/96 l’?lr, x ALLOWNEDAUT~B 80DllY WURY tw PlNstxl)
8QOU.Y IWWY
* SCHEDrrLSS AWW
8 x NOU-OWNED Avos IPM Uedmcl
-am un$m
BWkOYEK5’ USdlUTT
EXPIRAFION DATE THEREOF, W€ ISSUlHG COMPANY #I&
MAIL.!!&& DAYS VmlTTpI NOTICE TO THE CERTIRCATE I.iCiLD€R NAMB
CITY OF C.4dUSsBAh)
Am? Kfe”/Fm-- 2300 CaKI;sRnn VrLraCs DR+vp CARLSBAD, M 920Q8 4uPndALLsOREpmmam
--I rn 7
*rHl$ ENOOWSEMENr GHBkNCEs F”HE p6LGy. $LE#@+8E READ IT CAREFULLY
Poiic
WUM
LICY CHANGES
0
SAFECO INSURANCE
COMPANY OF PAMERSCA
‘I--
DBA: RG’L’ALNXNG WALLS COMPANY# PACIFIC RIM CRPBWALXS, IHC,
SA” RSCGO, CA 92121
AU’I!OMOBX&E LfAIEIEL;X$Y
4
TXE FOLLOWING IS YAM~D AS AN A~~DXTIGNAL ENSURED FOR AuTmoBrm LIABtLETY XNSCRANC$ OELX TO THY$ EXTENT UF COVERAGE PROVIDED BY THE POLICY PROVfSlONb:
SCWEDULE:NWPIE OF PENSOM OR ORGNAIBATZUN1ADD3Tfo~A~ INSURED):
a@
‘~&i$ CXTY OF CARX,GBAD, TTS QFPICPALS @ EMPLOYEES
AND VOLUNTEERS 1 4
1 I
.- L-+.“----,”.--- ---I”L---L1--IW.*I--~..- ., , e
It 12 01 11 85 Cawright, fnswance? Sewices Office, !PC, 1483 G~pyright, iSd Cummetcia! Risk Services, I~G, 1983
.Y
LU t:;
:-I <
0
,? xx
%J! L;[ z c
LX ct- 0 ir! LLI u
=La zeo i!
0
lei ox* -3- Qua
clc <>e
z Yl m n
LTiO -03
hJ V > ci; z
0
City of Carlsbad
Purchasing Department le Representation and Certification
d
#
TIX following reprEsentatican and certificztion are to be completed, signed ;and returned with props
REPRESENTAVDQNS: Mark all applicable blanks.
This offeror represents as pari of this offer that:
(Check appropriate Ethnic Business Type)
I am cunently csmied by:
Cestificaticn #:
CERTlFtCATlON OF BUSINESS I REPA ESEPdTATIO N [S):
Mark all; applkable blanks. This offeror represt part of this offer that:
a mi Thb firm Is 1 is not business.
This firm is , is not
cwned business.
a wo
a
P
~OIMAIV-OWNED BUSINESS: A wamaa bushes is 8 business of which at ieast 51 pe
ownod, sontrdled and operated by a woman or'
Canbofiod is dBfined m exercisfng *e power t Policy desisioas. Operatien Es &fined Bs invotved in ths day-to-day managsment.
-: 8 MINORITY BUSiNESS ENTERPRISC "Minority Business" is defined 8s a business, st least 51 percent of wfiich is owned, operated and controlled by minority roup members, or h the CaSe of publicly owned
operated and controtted by minority group members. The Small Business Administration defines the sodaHy fl and ecanornicatly disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e, American Indian, Eskimos, Aleuts and Native Hawaiians), and AsbPacific Americans @.e., US. Citizens wtiose I origins are from Japan, China, the Philippines, Vietnam, Korea, Samea, Guam, the US. Trust Territories of the Pac%c, Northem Marianas, Laos, Cambodia and Taiwan), ' CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. 1 Cribwall Corp., dba Retaining Walls Co. Paul Winter
COMPANY NAME NAME 1 AbSg3R:i;;and Ave.
I CIM,STATE AND ZIP
619-471 -2500 1 ~ELEPHONE NUMBER DATE
4s businesses, at least 51 percent oi which b owned,
San Marcos , Caf . 92069
Januarv 27. I995
YW4 I. @
OPTIONAL
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION e
This Escrow Agreement is made and entered into by and between the City of Carlsbad \
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City
whose address is -
hereir
called "Contractor" and
whose address is
hereinafter called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agr
follows:
I. Pursuant to Section 22300 of the Public Contract Code of the State of Californiz
contractor has the option to deposit securities with the Escrow Agent as a subsi
for retention earnings required to be withheld by the City pursuant to
Construction Contract entered into between the City and Contractor for -
in the amount of date
(hereinafter referred to as the "Contract"). Alternatively, on written rec
of the contractor, the owner shall make payments of the retention earnings direct
the escrow agent. When the Contractor deposits the securities as a substitutc
Contract earnings, the Escrow Agent shall notify the City within 10 days of
deposit. The market value of the securities at the time of the substitution shall
least equal to the cash amount then required to be withheld as retention undei
terms of the contract between the City and Contractor. Securities shall be held ir
name of the , and shall designate the Contractor as the bene
owner.
The City shall make progress payments to the Contractor for such funds w
otherwise would be withheld from progress payments pursuant to the Coni
provisions, provided that the Escrow Agent holds securities in the form and am(
specified above.
When the City makes payment of retentions earned directly to the escrow agent,
escrow agent shall hold them for the benefit of the contractor until such time as
escrow created under this contract is terminated. The contractor may direct
investment of the payments into securities. All terms and conditions of this agreen
and the rights and responsibilities of the parties shall be equally applicable
binding when the City pays the escrow agent directly.
m
2.
3.
31 a
bB
4. The contractor shall be responsible for paying all fees for the expenses incurred b
Escrow Agent in administering the Escrow Account and all expenses of the o
City. These expenses and payment terms shall be determined by the City, Contr,
and Escrow Agent.
The interest earned on the securities or the money market accounts held in escroH
dl interest earned on that interest shall be for the sole account of Contractor and
be subject to withdrawal by Contractor at any time and from time to time wit
notice to the City.
Contractor shall have the right to withdraw all or any part of the principal it
Escrow Account only by written notice to Escrow Agent accompanied by wr
authorization from City to the Escrow Agent that City consents to the withdraw
the amount sought to be withdrawn by Contractor.
The City shall have a right to draw upon the securities in the event of default b!
contractor. Upon seven days' written notice to the Escrow Agent from the City o
default, the Escrow Agent shall immediately convert the securities to cash and
distribute the cash as instructed by the City.
Upon receipt of written notification from the City certifying that the Contract is
and complete and that the Contractor has complied with all requirements
procedures applicable to the Contract, the Escrow Agent shall release to Contr;
all securities and interest on deposit less escrow fees and charges of the ESI
Account. The escrow shall be closed immediately upon disbursement of all mo
and securities on deposit and payments of fees and charges.
The Escrow Agent shall rely on the written notifications from the City and
contractor pursuant to Sections (4) to (6), inclusive, of this agreement and the City
Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conver
and disbursement of the securities and interest as set forth above.
a
5.
6.
7.
8.
0
9.
....
....
....
....
....
....
....
m Yl
blb
10. The names of the persons who are authorized to give written notices or to re
written notice on behalf of the City and on behalf of Contractor in connection
the foregoing, and exemplars of their respective signatures are as follows:
For City: Title
a
Name
Signature
Address
For Con tractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name
Signature
Address
a
2/
43 0
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Es
Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper of
on the date first set forth above.
a
For City: Title
Name
Signature
Address
For Con tractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name
Signature
Address
a
2
@
e
RELEASE FORM
THIS FORM SHALL BE SUBMITTED AND APPROVED PRIOR TO APPROVA
MONTHLY PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges upon payment in the full amount spc
all compensation of whatever nature due the Contractor for all labor and materials furnishe
for all work performed on the above-referenced project for the period specified above wii
exception of contract retention amounts and disputed work or claims specifically shown t
RETENTION AMOUNT FOR THIS PERIOD: $
0
DISPUTED WORK/CLAIMS
DESCRIPTION OF DISPUTED WORWCLATM AMOUNT CLAIMED
[OR ESTIMATE)
The Contractor further expressly waives and releases any claim the Contractor may ha1
whatever type or nature, for the period specified which is not shown as disputed work/cla.i
this form. This release and waiver has been made voluntarily by Contractor without any f
duress or undue influence by any person or entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials, and
due Subcontractors for the specified period will be paid according to Public Contract
Section 201 04.50 and Business and Professions Code Section 7 108.5 and that the parties si
below on behalf of Contractor have express authority to execute this release.
DATED:
e
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
By:
Title:
By:
Title:
a Z
@
SPECIAL PROVISIONS
I. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION a
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar im]
are used, it shall be understood that reference is made to the plans accompanying tl
provisions, unless stated otherwise.
B. Directions:
Where words "directed," "designated," "selected," or words of similar import are used, it shal
understood that the direction, designation or selection of the Engineer is intended, unless stz
otherwise. The word ''required'' and words of similar import shall be understood to mean
%required to properly complete the work as required and as approved by the City Engine
unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar import
used, it shall be understood such words are followed by the expression 'Yn the opinion of
Engineer," unless otherwise stated. Where the words "approved," "approval," "acceptance,'
words of similar import are used, it shall be understood that the approval, acceptance, or sin-
import of the Engineer is intended.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expense, s
perform all operations, labor, tools and equipment, and further, including the furnishing :
installing of materials that are indicated, specified or required to mean that the Contractor
her/his expense, shall furnish and install the work, complete in place and ready to use, includ
furnishing of necessary labor, materials, tools, equipment, and transportation.
0
e Yl'
@
42
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency or Local Agency - the City of Carlsbad, California as to all issues of this document
Engineer - the City Engineer for the City of Carlsbad
Own Organization - When used in Section 2-3.1 - Employees of the Contractor who are
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, State
and Federal income taxes paid and administered, as applicable, by the Contractor. When used
in Section 2-3.1 - Construction equipment that the Contractor owns or leases and uses to
accomplish the Work. Equipment that is owned operated 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 these
contract documents.
Owner Operator - Any person who operates equipment or tools used in completing the work
who is employed by neither the Contractor nor a subcontractor and is neither an agent or
employee of the Agency or a public utility.
SECTION 2 - SCOPE AND CONTROL OF THE WORK: Modify Section 2 of SSPWC
as follows:
2-3.1 GENERAL, eighth paragraph
Except as specified in this section, the Contractor shall perform, with its own organization,
Contract work amounting to at least 50 percent of the Contract price. Within the meaning of
this section, Contract work shall include all of the elements used to complete the construction of
discrete portions of the Work. A discrete portion of the work is a single bid item and all of the
costs associated with the labor, equipment, and materials used to contruct or install the bid item.
The individual components of labor, equipment, or materials that are used to construct or install
a bid item are not severable. For determining the percentage of work performed, the value of
a bid item shall be the contract unit price extended by the quantity of units completed. The
performance of the actual labor involved in the installation or construction of an item is the
principal indicator of what force the work is performed by. As an example, the individual cost
of a material can not be
separated from the cost of the labor necessary to construct or install the material when computing
the percentage of Contract work performed by the Contractor's own forces.
Add the following:
2-3.3 SUBCONTRACTOR ITEMS OF WORK
Where a bid item or any portion of a bid item of the Work is subcontracted in the amount of
the subcontract shall include all labor, materials, and equipment required to complete the
2/16/94
€B
subcontracted bid item or portion of the item designated. Where only a portion of a bid i
is subcontracted, the Bidder shall stipulate in the bid documents what portion of the M
required to complete the bid item is to be performed by subcontract and what portion the Bic
proposes to perform. The value of material incorporated in any subcontracted bid item th;
supplied by the Contractor shall not be included as any part of the portion of the Work that
Contractor is required to perform with its own forces.
Add the following:
0
2-3.4 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
SPECIAL NOTICE
The bidder's attention is directed to the section entitled "Required Listing of Subcontractors
Section 2 of the special provisions of the Caltrans Standard Specifications, July 1992, regarc
the requirement that proposed subcontractors be listed in the bidder's proposal. Instead of lis1
only subcontractors for signal and lighting work as in the past, all subcontractors are now tc
listed in the bid proposal for items of work or portions thereof to be subcontracted in exces.
Gone-half of one percent of the total bid or $10,000, whichever is greater.
In the case where a bidder claims an inadvertent clerical error in listing subcontractors, a noi
of the claim must be submitted to the City of Carlsbad Purchasing Offices, in writing, within t
working days after the time of the bid opening, and copies sent to the subcontractors involv
In addition to the above requirement, all DB subcontractors shall be listed in the bid prop(
as set forth in Section 3 of the special provisions.
NOTE:
0
Certified DB bidders are now required to meet the DB goal or have a good fi
effort. They receive no credit toward the goal for their own DB status.
Y14 6B a
44
SUBMISSION OF DB INFORMATION, AWARD, AND
EXECUTION OF CONTRACT
Add the following to Section 2-3.4, Disadvantaged Business Enterprise ]program:
GENERAL
This Federal Aid Project includes goals for Disadvantaged Business (DB) participation. DB goal
commitments and good faith efforts must be made PRIOR TO BIDDING. DB commitments
and good faith efforts made after the bid opening will not be considered for award of the
con tract.
The bidder's attention is directed to Caltrans Standard Specifications, July 1992, Section 2,
"Proposal Requirements and Conditions," and Section 3, "Submission of DB Information, Award,
and Execution of Contract."
The names of certified DB subcontractors and suppliers whom the bidder is using to meet the
contract DB goal, shall be submitted with the bid on the "BIDDER'S DB INFORMATION"
form included in the Proposal. When less than an entire item is to be performed or furnished
by the DB, list the exact portion and location of the work the DB will do. All second tier DB
subcontractors and suppIiers shall be listed if used to meet the project DB goal.
It is the bidder's responsibility to meet the goal for DB participation, or to provide information
to establish that the bidder made good faith efforts to do so. DB goal Commitments and good
faith efforts must be made prior to bidding. DB commitments and good faith efforts made after
the bid opening will not be considered for award of the contract. Good faith efforts are outlined
in Section 3-1.01A, "DB INFORMATION", of these Special Provisions.
It is the bidder's responsibility to offer a sufficient portion of the work to DB subcontractors and
suppliers; and to select those portions consistent with the available DB subcontractors and
suppliers, so as to assure meeting the above listed project goal.
Caltrans has contracted with the following organization to assist DB's in preparing bids and to
aid bidders in finding certified DB subcontractors and suppliers to meet the project goal:
Triaxial Management Services, Inc.
2120 San Diego Avenue, Suite 102
San Diego, CA 921 10
Triaxial Management Services, Inc.
2594 Industry Way, Suite 101-A
Lynwood, CA 90262
(6 19) 543-5 109
FAX (6 19) 543-5 108
(3 10) 537-6677
FAX (310) 637-0128
Kimberly Johnson Jorge Guzman
Bidders, DB's, and Local Agencies may utilize the services of this organization at no cost. For
services, 48 hours notice will be required.
2/16/94
43
Add the following:
Caltrans DB Enterprise Requirement and Criteria section numbers are from Caltrans Stanc
Specifications through page 49, herein. @
2-1.015 FEDERAL LOBBYING RESTRICTIONS
Section 1352, Title 31, United States Code prohibits Federal funds from being expended b)
recipient or any lower tier subrecipient of a Federal-aid contract to pay for any persor
influencing or attempting to influence a Federal agency or Congress in connection with
awarding of any Federal-aid contract, the making of any Federal grant or loan, or the ente
into of any cooperative agreement.
If any funds other than Federal funds have been paid for the same purposes in connection Y
this Federal-aid contract, the recipient shall submit an executed certification and, if requi
submit a completed disclosure form as part of the bid documents.
A certification for Federal-aid contracts regarding payment of funds to lobby Congress t
Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobb:
Activities," with instructions for completion of the Standard Form is also included in
Proposal. Signing the Proposal shall constitute signature of the Certification.
"The above-referenced certification and disclosure of lobbying activities shall be included in c
subcontract and any lower-tier contracts exceeding $1 00,000. All disclosure forms, but
certifications, shall be forwarded from tier to tier until received by the Engineer.
The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at
end of each calendar quarter in which there occurs any event that requires disclosure or I
materially affects the accuracy of the information contained in any disclosure form previously f
by the Contractor, subcontractors and any lower-tier contractors. An event that materially aff
the accuracy of the information reported includes:
A.
@
A cumulative increase of $25,000 or more in the amount paid or expected to be I
for influencing or attempting to influence a covered Federal action; or,
A change in the person@) or individual(s) influencing or attempting to influenc
covered Federal action; or,
A change in the officer(s), employee(s), or member(s) contacted to influence or attei
to influence a covered Federal action.
B.
C.
2-1.02 DISADVANTAGED BUSINESS
This project is subject to Part 23, Title 49, Code of Federal Regulations (CFR) enti1
"Participation by Minority Business Enterprise In Department of Transportation Programs". 7
Regulations in their entirety are incorporated herein by this reference.
Yl'
@ @
40
Bidders shall be fully informed regarding the requirements of the Regulations and the
CALTRANS Disadvantaged Business (DB) Program developed pursuant to the Regulations.
Particular attention is directed to the following matters:
A. A DB must be a small business concern as defined in Section 3 of U.S. Small Business
Act and relevant regulations published pursuant thereto;
A DB bidder, not bidding as a joint venture with a non-DB, will be required to meet
the DB goal through subcontracting or material purchases or make a good faith effort
to do so. The DB bidders will not receive credit toward the DB goal because of their
own DB status;
For credit toward the DB goal, a DB may participate as a subcontractor, or joint
venture partner with a prime or subcontractor, or as a vendor of materials or supplies;
A DB joint venture partner must be responsible for a clearly defined portion of the
work to be performed, in addition to satisfying requirements for ownership and
control. The DB joint-venturer must submit either Schedule B of the Regulations,
OR, California Department of Transportation Form CR5A, for consideration of
eligibility;
A DB must perform a commercially useful function, Le., must be responsible for the
actually performing, managing, and supervising the work;
Credit for a DB vendor of materials or supplies is limited to 60 percent of the amount
to be paid to the vendor for the material unless the vendor manufactures or
substantially alters the goods;
Credit for trucking by DB's will be as follows:
-
B.
C.
D.
- E. - execution of a distinct element of the work and must carry out its responsibility by
F.
G.
Credit for trucking by DB truckers will be for the amount to be paid to the DB
truckers.
In the case of DB trucking brokers, on Local Agency administered contracts, 100
percent credit will be given for the amount to be paid to the DB broker
regardless of the DB status of the truckers used.
-
H. A DB must be a certified DB with the California Department of Transportation on
the date bids for the project are opened, before credit may be allowed toward the DB
goal. The CALTRANS Department's DB Directory may be obtained from the
Department of Transportation, Material Operations Branch, Publication Distribution
Unit, 1900 Royal Oaks Drive, Sacramento, CA 95815 (Phone (916) 445-3520). It is
also available for viewing at the ofice of the Department of Transportation in the
District in which the work is located, and at the Agency which is administering this
project;
Y16/94
@
I. Noncompliance by the Contractor with the requirements of the regulations constit
a breach of this contract and may result in termination of the contract or 01
appropriate remedy;
Bidders are encouraged to utilize services offered by banks owned and controllec
DB's. ' J,
2-1-03 DB GOAL FOR THIS PROJECT
The Department has established the following goal for Disadvantaged Business participation
this project:
Sixteen percent (1 6%)
2-1.04 REQUIRED LISTING OF PROPOSED SUBCONTRACTORS
Subcontractors shall be listed in accordance with the provisions in Section 2-1.054 of
Standard Specifications.
A sheet for listing subcontractors, as required herein, is included in the Proposal.
Bidders are cautioned that this listing requirement is in addition to the requirement to sub
a list of all DB subcontractors and suppliers with the proposal regardless of the amount of
subcontract (or quote). See Section 3-1.01, "GENERAL", of these special provisions.
2-1.056 CITY OF CARLSBAD EMPLOYEES AND DESIGN ENGINEER MAY Nc
BID ON CONSTRUCTION CONTRACT 0
Bidders are advised of the provisions in Section 2-1.056, "City of Carlsbad Employees and Des
Engineers May Not Bid on Construction Contract".
3-1.01A DB INFORMATION
The apparent successful bidder (low bidder), the second low bidder, and the third low bidc
shall submit good faith effort information to the ofice at which bids were taken, so that
material is received by the City no later than close of business on the fourth day (not includ
Saturday, Sunday, or legal holidays) following the bid opening. Except that, information sent
certified mail and postmarked on or before the third day (not including Saturday, Sunday,
legal holidays) following bid opening, will be accepted even if it is received late.
Failure to submit the required DB information by the time specified, will be grounds for find
the bid or the proposal nonresponsive.
2/16
@ 0
48
Other bidders need not submit DB good faith effort information unless requested to do so by the
City. When such request is made, the information shall be submitted so it is received by the
third day (not including Saturday, Sunday, or legal holidays) after notification, unless a later time
is authorized by the City.
The bidder shall submit information to establish that good faith efforts were made prior to the
bid opening. Failure to submit data that substantiates that goals were met, or that a good faith
effort was made, prior to bidding, will be grounds for rejecting a bidder's proposal.
Bidders are cautioned that even though their proposal shows they will meet the stated DB goal,
they should also submit their good faith effort Information. This will protect their eligibility for
award of the contract in the event that the City, in its review, finds that the goal has not been
. met.
Good Faith Ef€ort: The following will be considered as efforts the bidder should include to
establish good faith to meet the DB goal:
A. Submittals: Was the list of Db subs/suppliers submitted with the bid proposal? Did
the low bidder and second low bidder submit their good faith effort information within
the time limit specified, and was the good faith effort made prior to the bid opening?
Prebid: Attendance at the prebid meeting; OR, if unable to attend, did the bidder
request any DB information that was available at the prebid?
Advertisement: The names, and dates of advertisement, of each newspaper, trade
paper, and minority-focus paper in which a request for DB participation for this
project was placed by the bidder. The date of advertisement will show if a DB had
reasonable time to prepare a subbid or quote.
Written Notices: The names, and dates of notices, of dl certified DB's solicited by
direct mail for this project; and, the dates and methods used for following up initial
solicitations to determine, with certainty, whether the DB's were interested. The date
of notice will show if the DB had reasonable time to prepare a subbid or quote. A
telephonic facsimile (FAX) will be considered as a written notice.
Notices should list the specific item(s) and quantity for which the particular DB is
asked for a quote. Special conditions (if any), the bonding requirements, and a point
of contact should be included.
Work Made Available: The items of work for which the bidder requested subbids
or material quotes by DB's. The information furnished interested DB's in the way of
plans, specifications, and work requirements. A breakdown of items into economically
feasible units to aid DB participation may be necessary. Where there are DB's
available for doing some of the work normally performed by the bidder's own forces,
the bidder will be expected to make portions of such work available for DB subbids,
if needed to meet the project goal.
B.
C.
D.
E.
YW94 @
F. Negotiation: The names of DB's who submitted bids which were not accepte
summary of the bidder's discussionshegotiations with them; the name of
subcontractor or supplier who was selected for that portion of work; and the re;
for the bidder's choice. If the DB subbid was rejected for price, give that price
the price bid by the selected non-DB subcontractor or supplier. Since the utiliza
of available DB's is expected, only significant price differences (as determined by
Agency) will be considered as proper cause for rejecting such DB bids, if the goal is
met.
Assistance: Assistance that the bidder has extended to DB's identified in E., ab
to remedy the deficiency of their subbids.
Additiond Data: Any additional data to support a demonstration of good f
effort, such as use of DB assistance agencies.
a
G.
€3.
Add the following sections to Green Book Standard Specifications:
NOTE: THE FOLLOWING PARAGRAPHS ARE
OUT OF SEQUENCE DUE TO ITS
CONTENT.
-7-2.3 DB RECORDS
The Contractor shall maintain records of all subcontractors entered into with certified
subcontractors and records of materials purchased from certified DB suppliers. Such records I
show the name and business address of each DB subcontractor or vendor and the total dc
amount actually paid each DB subcontractor or vendor.
Upon completion of the contract, a summary of these records shall be prepared on Caltr
Form HC-43 and certified correct by the Contractor or his authorized representative, and s
be furnished to the Engineer.
a
7-2.3.1 PERFORMANCE OF DB SUBCONTRACTORS AND SUPPLIERS
The DB's listed by the Contractor in the bid documents as required in the section of these spe
provisions entitled "Submission of DBE Information, Award, and Execution of Contract", wk
are determined by the City to be certified DB's, shall perform the work and supply the mate]
for whi'ch they are listed unless the Contractor has received prior written authorizatior
perform the work with other forces or to obtain the materials from other sources.
Authorization to utilize other forces or sources of materials may be requested for the follow
reasons:
Ylc
@
*
50
1. The listed DB, after having had a reasonable opportunity to do so, fails or
refuses to execute a written contract, when such written contract, based upon the
general terms, conditions, plans, and specifications for the project, or on the
terms of such subcontractor's or supplier's written bid, is presented by the
Con tractor.
The listed DB becomes bankrupt or insolvent.
The listed DB fails or refuses to perform his subcontract or furnish the listed
materials.
The Contractor stipulated that a bond was a condition of executing a
subcontract and the listed DB subcontractor fails or refuses to meet the bond
requirements of the Contractor.
The work performed by the listed subcontractor is substantially unsatisfactory
and is not in substantial accordance with the plans and specifications, or the
subcontractor is substantially delaying or disrupting the progress of the work.
It would be in the best interest of the City of Carlsbad.
2.
3.
4.
5.
6.
The Contractor shall not be entitled to any payment for such work or material unless it is
-performed or supplied by the listed DB or by other forces (including those of the Contractor)
pursuant to prior written authorization of the Engineer.
2-3.1.1 SUBCONTRACTING
The requirement in the third paragraph of said Section 8-1.01 of the CALTRANS Standard
Specifications that the Contractor shall perform with his own organization contract work
amounting to not less than 50 percent of the original contract price is not changed by the Federal
Aid requirement specified under "Required Contract Provisions Federal-Aid Construction
Contracts" that the Contractor perform not less than 30 percent of the original contract work
with his own organization.
Each subcontract and any lower tier subcontract that may in turn be made shall include the
"Required Contract Provisions Federal-Aid Construction Contracts". This requirement shall be
enforced as follows:
Noncompliance shall be corrected. Payment for subcontracted work
involved will be withheld from progress payments due, or to become due,
until correction is made. Failure to comply may result in termination of the
contract .
a16194
@
The DB information furnished is in addition to the subcontractor information required tc
furnished under "Designation of Subcontractors" of these special provisions.
In accordance with Federal regulations, Section 23.45(f)(2) Part 23, Title 49 Code of Fed
Regulations:
1.
a
No substitution of a DB subcontractor shall be made at any time without
written consent of the Department, and;
If a DB subcontractor is unable to perform successfully and is to be replaced,
Contractor will be required to replace the original DB subcontractor 1
another DB subcontractor, or to make a good faith effort to do so.
2.
The requirement in "Disadvantaged Business", of these special provisions that DB's musi
certified on the date bids are opened does not apply to DB substitutions after award of
contract. However, DB substitutes must be certified with both Caltrans and the Citj
Carlsbad.
Add the following:
2-3.3 SUBCONTRACTOR ITEMS OF WORK
*Mere a bid item or any portion of a bid item of the Work is subcontracted, in the amoun
y the subcontract shall include all labor, materials, and equipment required to complete
subcontracted bid item or portion of the item designated. Where only a portion of a bid ii
is subcontracted, the Bidder shall stipulate in the bid documents what portion of the w
required to complete the bid item is to be performed by subcontract and what portion the Bid
proposes to perform. The value of material incorporated in any subcontracted bid item th:
supplied by the Contractor shall not be included as any part of the poriion of the Work that
Contractor is required to perform with its own forces.
0
2-3.5 PENALTIES AND REMEDIES
Should the Contractor fail to adhere to the provisions of Sections 2-3.3 or 2-3.4, the City m
at its sole option, elect to cancel the contract or to deduct an amount equal to 10 percent of
value of the work performed in contravention of said sections from payments that wo
otherwise be due to the Contractor all in accordance with Section 41 10 of the California Pul
Contracts Code.
2-4 CONTRACT BONDS
Delete the third sentence of the first paragraph having to do with a surety being listed in
latest revision of U.S. Department of Treasury Circular 570.
2/16 @ a
52
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 contract. The faithful perfomance/warranty bond shall be in the
amount of 100 percent of the contract price and the payment bond shall be in the amount of 50
percent of the contract price. Both bonds shall extend in full force and effect and be retained
by the city during the course of this project until they are released according to the provisions
of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount
35 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 City Engineer.
The payment bond shall be released six months plus 35 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.
A certified copy of the certificate of authority of the insurer issued by the insurance
commissioner. 2)
If the bid is accepted, the City 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
defined 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
To Section 2-5.1, General, add:
The specifications for the work include the Standard Specifications for Public Works
Construction, (SSPWC), 1994 Edition, 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 and the California Department of Transportation
Standard Specifications, dated July 1992.
316194
@
The Construction PIans consist of twelve (12) sheet@) designated as City of Carlsbad Dra!
Nos. 328-1. The standard drawings utilized for this project are the latest edition of the
Dieco Area Reeional Standard Drawines, hereinafter designated SDRS, as issued by the
Diego County Department of Public Works, together with the City of Carlsbad Suppleme
Standard Drawings. Copies of pertinent standard drawings are enclosed with these documc
To Section 2-5.2, Add:
"For Items Designated with a Caltrans Standard Drawing, designation or specification sha
provided and constructed in accordance with the 1992 edition of the Standard Specificatioi
issued by the California Department of Transportation and those specifications shall prevai
said designated items."
2-5.3 Shon Drawinvs:
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with the product manufacturer's direct
the Contractor shall obtain and distribute the necessary copies of such instruction, including
(2) copies to the City and, when the bid item that they pertain to are part of bid schedule 2
(6) copies to Carlsbad Municipal Water District.
The additional Drawings and instruction thus supplied will become a part of the Cont
Documents. The Contractor shall carry out the Work in accordance with the additional dl
Drawings and instructions.
Adding the following to Section 2-5.3.3;
When submitted for the Engineer's review, Shop Drawings shall bear the Contract
certification that he has reviewed, checked and approved the Shop Drawings and that they
in conformance with the requirements of the Contract Documents. The following Contract
certification shall appear on all submittals:
a
a
"It is hereby certified that the (equipment, material) shown and marked in
submittal is that proposed to be incorporated into this Project, is in compliance \
the Contract Documents, can be installed in the allocated spaces, and is submitted
approval.
Certified by:
Date
'I
a 2/1(
a9
The following procedures will apply to Shop Drawing submittals:
a. All Shop Drawings or submittals shall be complete, certified by the Contractor,
and shall contain all required information in detail. The Contractor shall make
all necessary corrections to the submittals required by the Engineer.
When approved by the Engineer, each copy of the submittals will be stamped
approved, signed, and dated by the Engineer.
Three (3) sets of said approved Drawings will be returned to the Contractors.
The approval of the Drawings shall not be construed as a complete check, but
will indicate only that the general method of construction and detailing is
satisfactory.
Upon the Contractor's receipt of approved Shop Drawings, he shall furnish to
the Engineer instruction and maintenance manuals and parts lists of all major
equipment furnished. Data in these manuals shall cover completely all items as
specified and as supplied.
b.
c.
d.
e.
2-5.4 Record Drawinps:
The Contractor shall provide and keep up-to-date a complete "as-built" record set of transparent
sepias, which shall be corrected daily and show every change from the original drawings and
specifications and the exact "as-built" locations, sizes and kinds of equipment, underground
piping, valves, and all other work not visible at surface grade. Prints for this purpose may be
obtained from the City at cost. This set of drawings shall be kept on the job and shall be used
only as a record set and shall be delivered to the Engineer upon completion of the work.
2-6 Work to be Done:
2-6, Add the following paragraphs to Section 2-6:
Materials, supplies or equipment to be incorporated into the work shall not be purchased by the
Contractor or the Subcontractor subject to a chattel mortgage or under a conditional sale
contract or other agreement by which an interest is retained by the seller.
Whenever under this Agreement it is provided that the Contractor shall furnish materials or
manufactured articles, or shall do Work for which no detailed specifications are set forth, the
materials or manufactured articles shall be of the best grade in quality and workmanship
obtainable in the market from firms of established good reputation, or, if not ordinarily carried
in stock, shall conform to the usual standards for first class materials or articles of the kind
required, with due consideration of the use to which they are to be put. In general, the work
performed shall be in full conformity and harmony with the intent to secure the best standard
of construction and equipment of the Work as a whole or in part. All equipment, materials, and
supplies to be incorporated in the Work shall be new, unless otherwise specified.
YWH
@
2-9 SURVEYING
Contractor shall employ a licensed land surveyor or registered civil engineer to perform neces
surveying for this project as directed by the Engineer. Contractor shall include cost of survel
service within appropriate items of proposal. No separate payment will be made.
Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 50' intervals
intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, st
drains, and structures (4 corners minimum). Rough grades as required to satisfy cut of fi
finished grade (or flowline) as indicated on a grade sheet.
Contractor shall transfer grade hubs for construction and inspection purposes to crown line t
grade of streets as required by Engineer.
Contractor shall protect in place or replace all obliterated survey monuments as per Section 8
of the Business and Professional Code.
Contractor shall provide Engineer with two (2) copies of survey cut sheets prior to commenc
construction of surveyed item.
0
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1 -3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or his appointed representative. 1
Engineer shall have free access to any or all parts of work at any time. Contractor shall furr
Engineer with such information as may be necessary to keep her/him fully informed regard
progress and manner of work and character of materials. Inspection of work shall not reli
Contractor from any obligation to fulfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testing materj
and/or workmanship where the results of such tests meet or exceed the requirements indica
in the Standard Specifications and the Special Provisions. The cost of all other tests shall
borne by the Contractors.
At the option of the Engineer, the source of supply of each of he materials shall be approved
him before the delivery is started. All materials proposed for use may be inspected or tested
any time during their preparation and use. If, after trial, it is found that sources of supply wh
have been approved do not furnish a uniform product, or if the product from any source pro
unacceptable at any time, the Contractor shall furnish approved material from other appro\
sources. After improper storage, handling or any other reason shall be rejected.
All backfill and subgrade shall be compacted in accordance with the notes on the plans and t
SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exce
the requirements of the specifications shall be borne by the City.
a
a 2/16,
@
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.
5-1 LOCATION
Add the following:
The City of Carlsbad 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 of completeness of the utilities indicated on the Plans is not
guaranteed.
Vallecitos Water District 744-0460
San Diego Gas & Electric 438-6200
Pacific Telephone 489-344 1
Underground Service Alert 1-800-422-41 33
Daniels Cable Vision 438-5241
Carlsbad Municipal Water District 438-3367
Santa Fe Pacific Pipelines, Inc. 283-65 1 1
City of Carlsbad Inspection Department 438-389 1
5-4 RELOCATION
Add:
The temporary or permanent relocation or alteration of utili ties, including service connection,
desired by the Contractor for hidher own convenience shall be the Contractor's own
responsibility, and he/she shall make all arrangements regarding such work at no cost to the City.
If delays occur due to utilities relocations which were not shown on the Plans, it will be solely
the City's option to extend the completion date.
In order to minimize delays to the Contractor caused by the failure of other parties to relocate
utilities which interfere with the construction, the Contractor, upon request to the City, may be
permitted to temporarily omit the portion of work affected by the utility. The portion thus
omitted shall be constructed by the Contractor immediately following the relocation of the utility
involved unless otherwise directed by the City.
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per the following:
2/ 16/94
@
1. The prime contractor is required to prepare in advance and
submit at the time of the project preconstruction meeting a
detailed critical path method (CPM) project schedule. This
schedule is subject to the review and approval of the City.
The schedule shall show a complete sequence of construction
activities, identifying work for the complete project in addition
to work requiring separate stages, as well as any other logically
grouped activities. The schedule shall indicate the early and late
start, early and late finish, 50% and 90% completion, and any
other major construction milestones, materials and equipment
manufacture and delivery, logic ties, float dates, and duration.
The prime contractor shall revise and resubmit for approval the
schedule as required by City when progress is not in compliance
with the original schedule. The prime contractor shall submit
revised project schedules with each and every application for
monthly progress payment identifying changes since the previous
version of the schedule.
The schedule shall indicate estimated percentage of completion
for each item of work at each and every submission.
The failure of the prime contractor to submit, maintain, or
revise the aforementioned schedule (s) shall enable City, at its
sole election, to withhold up to 10% of the monthly progress
payment otherwise due and payable to the contractor until the
schedule has been submitted by the prime contractor and
approved by City as to completeness and conformance with the
aforementioned provisions.
a
2.
3.
4.
i:
5. e
No changes shall be made to the construction schedule without the prior written approval of
Engineer. Any progress payments made after the scheduled completion date shall not consti
a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflicting utili
shall be requirements prior to commencement of work by the Contractor.
6-5 TERMINATION OF CONTRACT
Grounds for termination of the contract by the City include failure of the City or Contract01
obtain necessary permits from other governmental agencies, or unreasonable delay caused
enforcement of laws and regulations by other public agencies, including but not limited
enforcement of the Endangered Species Act and other similar laws.
YlC e
@
6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR
The City shall not be liable for delay caused by the enforcement of laws and regulations by other
public agencies, including but not limited to, enforcement of the Endangered Species Act and
other similar laws.
6-7 TIME OF COMPLETION
The Contractor shall begin work within fifteen (15) calendar days after receipt of the "Notice to
Proceed" and shall diligently prosecute the work to completion within one-hundred twenty (1 20)
work days after the date of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO a.m. and 3:30
p.m., from Mondays through Fridays. The contractor shall obtain the approval of the Engineer
to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission of the
Engineer. This written permission must be obtained at least 48 hours prior to such work. The
Contractor shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any
faulty work or materials discovered during the guarantee period shall be repaired or replaced by
the Contractor, at his expense. Twenty-five percent of the faithful performance bond shall be
retained as a warranty bond for the one year warranty period.
6-9 LIOUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assessed the sum of 5425.00 per day for
each day beyond the completion date as liquidated damages for the delay. Any progress
payments made after the specified completion date shall not constitute a waiver of this paragraph
or of any damages.
7-3 LIABILITY INSURANCE
Add the following:
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 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.
a16194
@
7-4 WORKERS' COMPENSATION INSURANCE
Add the following:
All insurance is to be placed with insurers that are authorized to conduct business in the I
of California and are listed in the official publication of the Department of Insurance of the E
of California. Policies issued by the State Compensation Fund meet the requirement for worl
compensation insurance.
a
7-5 PERMITS
Modi& the first sentence to read:
The agency will obtain, at no cost to the Contractor? all encroachment? right-of-way, grad
and building permits necessary to perform work for this contract on City property, in strc
highways (except State highway right-of-way), railways or other rights-of-way.
Add the i'obllowing:
Contractor shall not begin work until all permits incidental to the work are obtained.
7-8 PRO-JECT AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends and other non-working day
the City's request.
To Section 7-85, Light Power Water, modify as follows:
The Contractor shall obtain a construction meter for water utilized during construction un
this contract. The Contractor shall contact the appropriate water agency for requirements. r
Contractor shall include the cost of water and meter rental within the appropriate items of
proposal. No separate payment will be made.
To Section 7-8.8, Noise Control, add the following,
All internal combustion engines used in the construction shall be equipped with mumers in g
repair when in use on the project with special attention to City Noise Control Ordinance
3 109, Carlsbad Municipal Code, Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY
7-18.1 Traflic and Access
Modify the seventh paragraph of this section:
@
e YlC
@
Authorization is provided to close Jefferson Street to traffic within limits as determined
appropriate by the Engineer. Access for fire and police vehicles will be maintained at all times.
Work will be allowed to be staged on Jefferson Street within the enclosed street area. The work
so staged will not be considered an attractive nuisance. The Contractor shall obtain the Engineer
approval in advance on all matters regarding the street closure, the work to be staged, barricades,
and traffic control.
7-10.3 Street Closures, Detours, Barricades
Trflic controls shall be in accordance with the plans, Chapter 5 of the California Department
of Transportation "Traffic Manual", and these Special Provisions. In the event that the
Conrractcz fails to install barricades or such other warning devices as may be required by the
Engineer, the City may, at its sole option, install the warning devices and charge the Contractor
$ZO/day/warning device.
Traffic Control Plans FCP) shall be submitted to the City for approval for any construction
activities which do not fall within the Traffic Control Staging Plans for this project. These TCPs
shall be furnished installed and removed for the lump sum price for temporary traffic control.
Unless otherwise approved in writing by the Engineer, the hours of work shall be between the
hours of 7:OO a.m. and 4:OO p.m. from Mondays through Fridays. The contractor shall obtain
the written approval of the Engineer if it desires to work outside the hours state herein, excluding
City holidays. Written permission must be obtained at least 48 hours prior to such work.
Add the following to Section 7-10.4, Public Safety:
7-10.3.1 Construction Area Signs
The Contractor shall provide two (2) construction signs, 4' x 8' in dimension, made of CDX 1 /2"
plywood. The language for the sign will be provided by the Engineer. The cost of both signs
will be included in the bid price.
7-10.4.4 Safetv 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. He/she shall erect and properly maintain at all time, as
required by the conditions and progress of the work, all necessary safeguards for the protection
of workers and public, and shall use danger 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 which affect this work include Chapter 11.06. Excavation and Grading.
Y16/94
@
If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for
in the proposed construction project which would be subject to Section 1601 or Section 160:
the Fish and Game Code, such conditions or modifications established pursuant to Section 1
of the fish and Game Code shall become conditions of the contract.
8 FACILITIES FOR AGENCY PERSONNEL
Delete this section.
@
9-3 PAYMENT
Modify Section 9-3.2, Partial and End Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions in amoun
retention.
a
* YlC
@
VL
11. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
FOR CONSTRUCTION MATElRIALs
This Section shall conform to Part 2 of the Standard Specifications for Public Works
Construction except for the following changes and/or additions:
SECTION 200 ROCK MATERIALS
200-1.6 Stone for RiD-Rae, Add:
Stone for rip-rap shall be No. 3 Backing, conforming to Section 72-2.01 of the Caltrans
Specifications for Rock Slope Protection.
200-2 UNTREATED BASE MATERIALS
Aggregate base shall be Class 2 conforming to Section 26- 1.02 of the CALTRANS specifications
for Class 2 aggregate base.
201-1 PORTLAND CEMENT CONCRETE
Concrete for drainage ditch shall be Class 520-C-2500.
Modify Section 20 1 - 1.2.1, Portland Cement, as follows:
First paragraph, first sentence amend to read: "All cement to be used or furnished shall be low
alkali and shall be Type I1 Portland Cement conforming to ASTM C 150, or Type IP (MS)
Portland Pozzolan Cement conforming to ASTM C 595, unless otherwise specified."
Modify Section 201-1.2.3, Water, as follows:
@) Air-en trai ninq Admix tu res
Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is allowed. The air
content of freshly mixed concrete will be determined California Test Method No. 504."
Modify Section 201-1.3.3, Concrete Consistency, as follows:
Second paragraph delete: "and shall not exceed amounts shown in following table:" Also delete
table.
Modify Section 201- 1.4.3, Transit Mixers, as follows:
Add after listing of information for weighmaster's certificate: "Transit mixed concrete may be
certified by mix design number, provided a copy of the mix proportions are kept on file at the
plant location for a period of 4 years after the use of the mix."
2/16/94
@
SECTION 203 BITUMINOUS MATERIALS
203-6 AND 400-4 ASPHALT CONCRETE @ Asphalt concrete shall be Type 111, D-AR-4000 for leveling course, Type 111, B-AR-4000 for t
courses, and Type 111, C2-AR-4000 for surface courses. AR-8000 paving grade asphalt shal
used for asphalt concrete berms and spillways.
204-1 LUMBER AND PLYWOOD
Header for bituminous pavement shall be construction grade Redwood, or treated construcl
grade Douglas Fir.
SECTION 210 PAINT AND PROTECTIVE COATINGS
210-1 PAINT
Paint for traffic stripes, pavement markings, and curb markings, shall be rapid dry water bo
in accordance with State Specification No. 80 10-9 1 D-30.
SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS
212-1.2 SOIL FERTILIZING AND CONDITIONING MATERBALS
@ 212-1.2.3 COMMERICAL FERTILIZER
Add:
a. Gypsum shall be a commerically processed and packaged gypsum (CaSo2H20) M
minimum 80% grade containing 14% combined sulfur.
Post-plant Fertilizer (commercial) shall be a combination of natural organic i
inorganic granular fertilizers, free-flowing, suitable for application with appro.
equipment, and shall contain the following minimum available percentages by weii
with the following minimum available percentages by weight:
b.
Nitrogen 14% min.
Phosphoric Acid 7.0% min.
Potash 3.0% min.
c. Planing Tablets shall be commercial grade, tightly compressed tablets with 1
following availabe percentages by weight:
Nitrogen 20%
Phosphoric Acid 10%
Potash 5%
2/16
a
@
212-1.2.4 Orpanic Soil Amendment, Add the following:
Organic Soil Amendment shall be derived from wood with the following properties: It shall be
a wood residual product derived from the bark of pine, white firland red fir, cedar shavings or
redwood shavings. Amendment upon analysis shall contain at least 0.5% nitrogen (on a dry
weight basis) with an ash content not to exceed 10%. A commercial grade product shall be used.
Contractor shall supply the Engineer a sample of the proposed amendment accompanied by
laboratory analytical analysis from an approved Iaboratory illustrating degree of compliance.
Guarantee - Wt./Cu./Yd. - 560# - 820 #. Nitrogen (organic or ammoniac 0.5%. pH (Less than
6.5. Salinity (EC8 x 103 at 25 degrees C.) - 2.5. Iron (FE) expressed as metallic 0.01%. Density - approximately 25 Ibs./cu. ft. organic matter - 85%. A non-ionic wetting agent should be used.
Properties: Screen analysis: '/o retained on stacked screens - 1 mesh - 0.2'/0, 5 mesh - 36.6%;
8 mesh - 25.7%; 12 mesh - 30.7%; 32 mesh - 5.9%; remainder 0.9%. (Shall be similar or equal
to: Wil-Gro Life, Loamex, or Forest Humus).
212-1.2.6 Herbicides and Pesticides
Shall be used in their appropriate applications with strict adherence to manufacturer's
specifications and instructions. Post emergent herbicide for all areas shall be Roundup, Diquat,
Montar, or approved equal. Pre-emergent herbicide for shrubs and ground cover areas (planted
from flats), shall be Treflan, Surflan, Eptan, or approved equal.
212-1.3 Seed, Add the following:
All brand name, patented seed must be received by contractor in original manufacturer's bag.
Seed shall be received by contractor in separate containers specifying kind, quantity, purity and
germination. Contractor shall provide Engineer with copies of the labels and invoices for
approval prior to installation.
Add the following section:
212-1.3.1 Hvdroseed Mix
2/ 16/94
@
212-1.4.1 General, Add the following:
Contractor shall notify the Engineer 48 hours before each plant delivery so that the Engineer
inspect them. The scientific and common names of plants herein specified conform to
approved names given in "A Checklist of Woody Ornamental Plants in California, Oregon
Washington" published by the University of California, Division of Agriculture Scier:
Publication 4091 (1979). (See list of plant materials on drawings). Each group of plant mate
delivered on site shall be labeled clearly as to species and variety. All patented plants (cultii
required by the plant list shall be delivered with a proper plant patent attached. Plants sha
in accordance with the California State Department of Agriculture Regulations for Nur
Inspection, Rules and Grading. The Engineer is the sole judge as to acceptability of each pl
Vigorous, healthy, well-proportioned plants are the intent of this specification. Plants which
even moderately ttovergrown," or are showing signs of decline or lack of vigor are subject t
rejection. The size of the plants will correspond with that normally expected for species
variety of commercially available nursery stock, or as specified in the special conditions
drawings. Plants larger in size than specified may be used with the approval of the Engineer,
the use of larger plants will make no change in contract price. If the use of larger plan
approved, the ball of earth and spread of roots for each plant shall be increased proportional
All plants not conforming to the requirements herein specified shall be considered defective
such plants, whether in place or not, shall be marked as rejected and immediately removed fi
the site and replaced with new plants by the Contractor at the Contractor's expense. '
Engineer reserves the right to change the species, variety, and/or sizes of plant material t<
furnished, provided that the cost of such plant changes do not exceed the cost of plants in
original bid, and with the provision that the contractor shall be notified in writing, at least s
(60) days before the planting operation has commenced.
212-1.5 Headers, Stakes and Ties
212-1.5.3 Tree Stakes, Add the following:
Tree stakes shall be two (2) inch diameter lodge pole pine of lengths required, pointed on e
Tree ties shall be commercially manufactured ties made from black tire casings, cut t
minimum ten (1 0) inch length and held in place by 12 gauge galvanized wire; or split plastic h
with a minimum length of twenty (20) inches.
21 2-2.1.1 General, Add the following:
212-2.1.3 Plastic Pioe for Use with SoIvent Weld Socket or Threaded Fittinm
Polyvinyl chloride pipe:
All buried piping in the irrigation system shall be installed with waming tape identifying il
reclaimed water with the exception of intermittent pressure lines. Intermittent pressure li
(lines on the downstream side of a controller valve that will not be subject to constant press1
will not require warning tape. Stenciled pipe, as specified below, will be accepted in conjunct
with warning tape. Pressure mainline piping for sizes 2" and larger shall be PVC P.R. 315 F
S.D.R. 13.5 and shall be "Alertline by Brownline, Reclaimed Pipe by Johns-Manville", or eqi
Ylt
0
@
a
@
AI1 pipe shall have stenciling appearing on both sides of the pipe with the marking "Reclaimed
Water" in 5/8" letters repeated every 12 inches. PVC non-pressure buried lateral line piping
shall be PVC Schedule 40 and shall be "Alertline, Reclaimed Pipe", or equal. The plastic
warning tape shall be prepared with silver printing on a purple field having the words, "Caution:
Reclaimed water line below". The overall width shall be 3 inches. Warning (Caution) tape shall
be Alarm-Tape, Thortec, or equal. Warning tapes shall be installed directly on top of the pipe
longitudinally and shall be centered. The warning tape shall be installed continuously for the
entire length of the pipe and shall be fastened to each pipe length by plastic tape banded around
the pipe with fasteners no more than 5 feet apart. Taping attached to the sections of pipe before
laying in the trench shall have flaps sufficient for continuous coverage. All risers between the
mainline and control valves shall be installed with warning tape. A second warning tape running
continuously above piping to be installed 12 inches above reclaimed water line.
212-2.1.7 Brass Pipe shall be IPS standard weieht 125 pounds. 85% red brass.
Brass pipe fittings and connections:
connections.
212-2.2 Valves and Valve Boxes, Add following:
212-2.2.8 Ball Valves
Ball valves shall have bottom loaded pressure retaining stems, glass reinforced seats and
reinforced TFE stem packing seals. Valves shall be pressure rated at 600 PSI WOG 1/2" to 2"
and 150 PSI saturated steam. Each valve shall be tested, air under water, in the opened and
closed position by the manufacturer. Valve must conform to Federal Specification WW-V-35B,
Type 11 Class A, Style 3, end connection A or C. Ball valves shall be NIBCO #T-l13 two piece
bronze ball valve, Stockham B-103 (threaded), or approved equal.
212-2.2.7 Valve Boxes, Add the following:
All valve boxes shall be marked "RCV", "BV" or "QC", "PB" respectively. Remote control
valves shall be marked with station numbers embossed on the valve cover with a brass tag. (RCV
boxes shall have locking covers). Other boxes such as pull boxes, etc., shall be marked with
appropriate identification. All valve boxes and covers shall be plastic.
212-2.2.9 Pressure Rendator Valve, Add the following:
Pressure regulator valve shall be bronze body with screw fitting. See details and drawing.
21 2-2.4 Sprinkler Eauipment, Add the following:
All sprinkler heads are to have factory built-in check valves or a check valve under each head.
Check valves shall be King Bros., Flow Control, or approved equal.
Standard 125 pound class 85% red brass fittings and
2/ 16/94
@
Contractor shall provide to the City of Carlsbad:
Two (2) control valve keys.
Two (2) wrenches for removing each different type of sprinkler head.
Two (2) quick coupler keys. The keys and hose ells shall be of the same manufacturer as
coupling valve.
Five (5) keys for opening and locking each automatic controller and enclosure.
21 2-3.1.1 Irrigation Electrical Service Eauiument and Enclosures
Electrical service equipment shall consist of the following:
A 100 amp, 120/240 volt, single phase load center;
A 100 amp rated commercial meter socket with provision for test block bypass having a
listing and E.U.S.E.R.C. approval;
One I5 amp circuit breaker for each irrigation controller energized by the service;
One 20 amp circuit breaker for the duplex receptacle.
The design, assembly, grounding, wiring and components of the Irrigation Electrical Sen
Equipment and Enclosure shall meet the requirements of the 1990 edition of the Natic
Electrical Code. Electrical service equipment shall be enclosed in a cabinet constructed enti,
of 14 gage, or heavier,304 stainless steel. The cabinet shall be of welded construction wit
brushed finish, anchoring points shall be inside the enclosure. The cabinet shall be of design ;
manufacture that is approved for the proposed application by San Diego Gas & Electric. r
cabinet shall have an interior bulkhead separating the 120/240 volt electrical service sect
from the irrigation controller section. Each section of the cabinet shall have full front opec
doors with piano hinges, integral keylock and hasp and staple, or other provision, for padlc
The cabinet shall be provided with cross flow ventilation. Ventilation openings shall be loca
and designed to preclude rain, irrigation splash, vermin and insects from entering the cabii
The controller side door shall have provision for mounting control schematics without the
of adhesives or fasteners. The service side door shall have a clear acrylic plastic window to all
the electrical meter to be read. The cabinet shall have a duplex 15 amp 120 volt receptacle M
ground fault interrupter protection mounted on the interior service side.
212-3.2.2 Automatic Control Wire, Add the following:
Electric wiring running from controller to the automatic control valves shall be No. 14 so
single conductor, copper wire, 4/64 inch insulation, 4/64 inch neoprene jacket, style UF (Dir
Burial), or equal, color code wires to each valve, common wire shall be white No. 12 solid, sin
conductor wire, 4/64 inch insulation, 4/64 inch neoprene jacket, style UF (Direct Burial)
equal.
a
0
we
e
@
__
All controllers shall be grounded by one 10 foot long copper clad grounding rod and Lightning
Arrestor (50 ohms resistance required).
Concrete footings shall be 560-C-3250.
YW94
@
111. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION FOR CONSTRUCTION METHODS
This Section shall conform to Part 3 of the Standard SpecificaItions for Public Wc
Construction except for the following changes and/or additions:
SECTION 300 EARTHWORK
300-1.3 Removal and Disposal of Materials, Add:
"Sawcutting" is required at the limits of all pavement and A.C. berm removals.
SECTION 301 TREATED SOILS, SUBGRADE PREPARATION ANI) PLACEMEI
OF BASE MATERIALS
Add the following sections:
a
301-6 RIP-RAP
301-6.1 Placement of Rip-Rap
Stam Par riprap shall be placed in conformance with Method A of Section 72-2.03 of
CALTRANS Specifications. 0 SECTION 302 ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
A prime coat is not required for this contract. A seal coat is required and shall conform
Section 302-5.10 of these supplemental provisions.
Modify Section 302-5.6.1, Rolling General, as follows:
Second paragraph, Part (2)) add:
"Vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer.:
After last paragraph, add: "Unless directed by otherwise the Engineer, the initial breakdo1
rolling shall be followed by a pneumatic-tired roller as described in this Section."
3161
0
@
.-
Add the following Section:
303-7 CRIBWALL/RETAINING WALL
The cribwall/retaining wall may be either the Caltrans cribwall as shown on the plans or an
alternative, as long as each system will provide materials and process that:
(a) Complies with current acceptable engineering practice.
Provide, as a minimum, the same durability as the Caltrans cribwall as shown on the
plans. @>
(4 Has been designed within the parameters of the soils report, which is available for
review from the Engineer.
Will fit within the same limit of work line as shown on the plans. (4
The work shall also include doing remedial work to the road and surrounding area caused by a
maximum road deflection of one inch. The work will include crack sealing, truing of asphalt
surface, associated grading of adjoining areas, and other incidental work as directed by the
Engineer during the warranty period.
303-7.1 Pavment for the CribwaWRetainine Wall.
The payment will be based upon the planar area of the vertical projection of the west face. The
price shall include full compensation for furnishing all labor, materials, tools, equipment, and
incidentals and for doing all the work involved in installing the cribwall. The work will include
excavation and removal of unsuitable material, dewatering, and providing suitable backfill
material for inside, outside, and under the cribwalVretaining wall structure.
SECTION 308 LANDSCAPING AND IRRIGATION INSTALLATION
308-1 GENERAL
308-1.01 Permits
The Contractor shall conform to the permits received from the following agencies:
1.
2. California State Coastal Commission
3.
Copies of said permits are included as Appendix "B" of these specifications.
California State Department of Fish and Game
United States Department of the Army Corps of Engineers
2/16/94
@
ADD: 308-1.1 SUBMITTALS
308-1.1.1 LANDSCAPING SUBMITTALS
Upon being awarded the project, Contractor shall submit a list of soil amendments, fertili;
plant materials, with quantities of each within 15 days from award of contract.
a
308-2 EARTHWORK AND TOPSOIL PLACEMENT
308-2.2 TRENCH EXCAVATION AND BACKFILL
ADD: No rocks, clods, or debris over 1/2" shall be permitted in the backfill.
308-2.3 TOPSOIL PREPARATION AND CONDITIONING
308-2.3.1 DELETE first paragraph and ADD: Topsoil shall be existing onsite topsoil.
308-2.3.2 ADD:
a. The following soil amendments shall be evenly spread on topsoil after the topso
scarified to a depth of six inches (6").
Gypsum
Naiad 1 oz.
Water-In
200 lbs. per 1,000 sq. ft.
1 qt. or equal per 1,000 sq. ft.
Cultivation. The entire planted areas except slopes steeper than 3-1/2:1 shall be plowed, dis
in two directions to a depth of 12", then dragged with a fine tooth harrow.
Chemical and physical correction. After cultivation, the following correctives shall be intima
blended 6" deep in all planted areas.
300 lbs. agricultural gypsum per 1,000 sq. ft.
10 lbs. iron sulfate per 1,000 sq. ft.
100 lbs. calcium carbonate lime (CAC03) per 1,000 sq. ft.
5 cu. yds. soil amendment - Type A.
Rate of application is for bidding purposes only - soil test may reduce or increase total
amendment yardage. Adjustments @lus or minus) may be necessary. Contractor shall obr
at least two soil tests of final grade at site and submit results to Engineer for interpretation B
recommendation.
308-2.3.3 Deer, Water Leaching
) either or equal e
a. After complete installation and testing of the irrigation system, all areas shall be dc
water leached and compacted and settled by continuous application of irrigation wa
until the soil has received a minimum of six inches of water.
we
e
@
.L
b. After leaching operation, three soil samples shall be taken by Contractor and provided
to the Engineer. Soil test shall meet the following requirements:
EC - Maximum 4.0 x 10.3
pHe - Maximum 7.5
Re-application of soil amendment and leaching operation shall be repeated by
Contractor if tests show a negative result. Expense of test, re-application of a soil
amendment and leaching operation shall be borne by Contractor.
c.
308-2.4 FINISH GRADING
ADD: All rock, clods, and debris over 3/4" shall be removed
308-4.5 TREE AND SHRUB PLANTING
ADD:
All planting backfill shall consist of the following:
Existing site soil 75%
Gypsum
Naiad
Water-In
PLANTING TABLETS - Planting Tablets shall be placed in each tree and shrub
planting hole at the following rates:
1.
2.
3.
4.
10 Ibs. per cu. yd.
1 02. per cu. yd.
1 qt. per cu. yd. 1 either or equal
1-5 gram tablet per liner or rootstock
1-21 gram tablet per I gal. container
2-21 gram tablets per 5 gal. container
4-21 gram tablets per 15 gal. container
308-4.6 PLANT STAKING AND GUYING
308-4.6.2 Method B Tree Staking - DELETE 1st sentence only. ADD: The tree shall be
staked with two - 2" diameter lodgepole pine stakes driven 24" into the ground
as shown on plans, Tree Planting/Staking Detail.
308-4.8.2b). ADD:
In addition to applicable provisions contained in the Standard Specifications for Public Works
Construction, hydroseeding shall conform to the following requirements:
Y16/94
@
Hvdroseed hpfication:
1. Apply the hydroseed in the form of a slurry consisting of organic soil amendme
commercial fertilizer, and any other chemicals that are called out. When hydraulic
sprayed onto the soil, the mulch shall form a blotter-like material. Direct the SF
operation so that the slurry spray will also penetrate the soil surface and mix the slt
components into the soil.
Do not leave the hydroseed slurry components in the hydroseeding machine for IT
than two (2) hours. If slurry components are left for more than two hours in
machine, add 50% more of the originally specified seed mix to any slurry mixt
which has not been applied. All mixtures more than four (4) hours old, must
disposed, offsi te, at the contractor's expense.
Spray the area with a uniform visible coat in accordance with Section 308-4.8.2
The slurry shall be applied in a downward drilling motion via a fan stream nozzle.
is important to ensure that all of the slurry components enter and mix uniformly v
the soil.
Hydroseed will be applied to achieve 100% coverage of all areas. Additional ful
partial applications will be required as determined by the Engineer to assure 10(
coverage and 95% germination.
a
2.
3.
4.
Hydroseed Establishment Period
Upon completion of hydroseeding operations, water all hydroseeded areas for a per
of ninety (90) calendar days as follows:
a. Germination stage irrigation: Approximately 25 hours after hydroseeding
a 1.
planting areas, initiate the watering sequence. Water long enough to mois
the soil thoroughly to the depth of the slurry mulch taking care not to SUI
saturate or wash away the slurry and seed. Perform frequent, light irrigati
until seed has germinated. Repair all seed washings and erosion.
b. Establishment stage irrigation: After germination, reduce the irrigati
frequency while increasing the duration of each watering. The specific wa
program shall be approved by the Engineer, but should approximate wateri
once a day for ninety (90) days.
2. Areas of poor germination will be re-hydroseeded until such time as uniform covera
has been attained.
All planting and hydroseeded areas which are damaged by construction or maintenance shall
repaired by the Contractor within ten (IO) days following completion of construction in SUI
areas, unless otherwise approved. Repair shall consist of bringing the damaged area back to fir
grade, replanting the area with the same vegetation as originally specified, and maintaining t,
area to achieve acceptable plant establishment.
Y16/
e
619
l't
308-4.9 EROSION CONTROL PLANTING
308-4.9.3 SEEDING AND MULCHING
DELETE entire paragraph and ADD:
Seed, fertilizer, mulch, and other specified materials shall be applied on slopes by Method B
described in Subsection 308-4.8.2.
308-5 IRRIGATION SYSTEM INSTALLATION
308-6 MAINTENANCE AND PLANT ESTABLISHMENT
Modify Section 308-6 as follows:
The Contractor shall work in accordance with the special conditions of the permits from the
Regulatory Agencies enclosed.
The plant establishment period shall be for a period of one-hundred twenty (120) working days
and plus an additional day for each day that establishment and maintenance operations are not
satisfactorily performed, thereafter as determined by the Engineer. Apply post-plant fertilizer,
.once, at a rate of 20 Ibs. per 1,000 sq. ft. 45 days after planting and thereafter as directed by the
Engineer. This application rate is for bidding purposes only; final fertilizer application amounts
shall be approved by the Engineer.
Commercial fertilizer for planting (non-hydroseeded areas) shall be applied to trees, shrubs, vines,
and ground cover areas, as specified, and shall be watered into the soil after each application.
The Contractor shall notify the Engineer at least five (5) days prior to applying commercial
fertilizer for plantings.
The Contractor will notify the Engineer in writing when landscape and irrigation work is
complete. The Engineer will inspect the work to ensure it is complete. When the work is
accepted by the Engineer as complete, the establishment period will commence. The time
required for plant establishment work shall be considered as included in the total time limit
specified for the Contract. During the plant establishment period, damage caused by erosion
shall be repaired at Contractor's expense.
The Contractor will be required to adequately water plants; replace unsuitable plants; do weed,
rodent, and other pest control; maintain the irrigation system, and perform other work as
determined necessary by the Engineer, twice weekly during the plant establishment period. Prior
to the start of the maintenance period, a plant maintenance schedule shall be submitted to the
Engineer for approval.
Working days will not be credited as plant establishment working days when the Contractor fails
to adequately perform plant establishment work, including, but not limited to, watering plants,
replacing unsuitable plants, repairing erosion damage, and doing weed, rodent, and other pest
control work as determined by the Engineer to be necessary.
Y16/94
@
Plant growth which extends onto sidewalks, curbs or dikes, or within two (2) feet of shoulders
fences, unless otherwise shown on the plans, shall be removed. Ground cover shall also be kc
removed from within the tree basins, including the basin walls and from planting areas wit1 a header boards.
Plants shall be kept watered, as provided in Section 308-4.9.5, "Watering". It is noted that wa
is not available on the south side of - Tefferson Street. The watering shall be at Contract(
expense.
During the plant establishment period, electric automatic irrigation systems shall be operated
the automatic mode, unless otherwise permitted by the Engineer. When any electric autom;
irrigation component is operated manually on a working day, the day will not be credited a
plant establishment working day unless such manual operation has been permitted, in writi
by the Engineer.
As part of the plant establishment work, thirty (30) days prior to completion of the pl,
establishment period, instructions shall be given to the Engineer by a qualified person from
Contractor's personnel on the use and adjustment of the irrigation controllers installed.
Control all weeds as follows: Prior to any seeding, irrigate all planting areas for approximat
two weeks to encourage weed seed germination. Allow weeds to grow until they read
maximum height of two or three inches and then thoroughly spray with either "Round 7
BVeed-B-Gone", or equal, for perennial weeds, or "Weed Boomer", "Phytar", or equal, for ann
weeds. Remove all weeds prior to seeding. Do not use any pre-emergent herbicides.
During the plant establishment period, trees, shrubs, vines, and ground cover plants, plantec
part of the contract, shall be pruned or headed back by the Contractor at his expense.
For hydroseeded areas, the establishment period shall be one-hundred twenty (1 20) working d4
The Contractor shall provide complete landscape maintenance of all planting areas during
establishment period. The work shall include, but not be limited to, watering, fertilization,
seeding, litter control, weed control, cultivating, and control of diseases and pests.
All developments of weed growth appearing in the seed mix planting areas during
maintenance period shall be removed at 2-week intervals. The Contractor may elect to rem
such concentrations of weeds manually or by an approved herbicide program.
Contractor is required to take all precautionary measures to protect the native vegetation ir
areas outside the limits of grading.
308-8.1 Payment for hieation
The irrigation system work will be paid for at the contract lump sum.
@
Yl
*
@
7b
When irrigation system work is to be paid for at a contract lump sum price for irrigation system,
such price shall include full compensation for furnishing all labor, materials, tools, equipment,
and incidentals, and for doing all the work involved in installing the irrigation system, complete
in place, including excavation and backfill, replacing subbase, base, and pavement where water
lines and conduits are installed through paved areas, testing and checking the irrigation system,
and maintaining existing water supply, as shown on the plans, as specified in these specifications
and as directed by the Engineer.
There are no contract items for master remote control valves, said valves will be paid for as part
of irrigation system.
SECTION 310 PAINTING
310-5 PAINTING VARIOUS SURFACES
Modify Section 3 10-5.6.10, Painting Traffic Striping, Pavement Markings and Curb Markings,
as follows:
Payment for all pavement marking shall be a lump sum as proposed in the bid documents.
3 10-5.6 Paintinp Traffic Stripes. Pavement Markinps. and Curb MarkinPs, Add:
Double yellow centerline striping shall be installed per Detail 22 of the CALTRANS Standard
Plan A20-A.
Bike lane striping shall be installed per Detail 39 of the CALTRANS Standard Plan A20-D.
"Bike Lane" pavement markings shall be installed per CALTRANS Traffic Manual Figure 6-41.
2/16j94
@
a
APPrnHX A
STANJlARD DRAWINGS e
e
!P -
0 ibr 0 bir 7- ,,
m$ yo Of I' lk; 0 ;$+ ; c - 0
:5 a -'[I t 11: i
'I I
- m *
:z zr '1 bi ~ py I --
j 1.2 pv t
a?
z
dl= $1 /bOT
m
a
usaul*m3T&-Gr---
*
n
e
4
STD. PLAN A20C
4
c 1
a
0
5
STD. PLAN A24D
P
10
+"
?
.I "
I
- , t
I i i
I
" 4. w
-1 w
z
W
d q -. Lo
I
-0s $1 Mv E1 I .I
j 2! rt -- 2%
w a 2% a=
El I >.
i
0
0" q
=i Ht YC BL 1 f:d
- - ?if
HB elH c W' X L?! c 5: Y!* 9 is; bg rja ---- : '.@
b; gl
gp
$E * .,2p
g -It-
i2
? 2 J
N t.3; wI i ;: -- ,012 K ?gS
$
Lb ,/
?-I!
g
I. =!3 3 : &--d
....e i-
C'
ml zs 'I ...*
m El!; ~;.ozT;ati -I og
i 1 $!j 4 ;& ~~~ -L I- *
nlFiM Y %la 01 01 0
I// ij
ma c I!
f $ in 1:
- 1 ',
;-I; !
;r as=
I z
I
g c & -f
- Li tgL5
-1
f
gtf~i ;r CI
-EN n
2:-
3;ozg; i$ = ri!\j; '.i; ,('
ip"
- 82 'E
i
5- i- qi
- 2'
0 a: Qh g 92; n' 9 =- 2;:s 0- i Is z g
i :: :;g (Dv)(D E
24 -- 3- LO kp g 8 2 2 ; L 2 b g E if, 80" LJZ ,st! g f
2 uoo ;$ Q* 3 :: ::!I ,os2 c o 1 P
1: ,"g gb $ ilg @ if p E! is ,. fit p
d a
:a
p Pep
W
B *' ;E ;os a= b; g -0 = $g $$ ," 2,
5 2s Qh ts :f z!? r"E 2 Z6 b P :$au iu gQ -:
ui 9t g. :: j :i 5 ii ?I a f ZEa z at 4L "- UP f p asQ 111
.B $ C':w st 5 S; 8z 0 - do-
E/ - ss? :T----fES z--- ; $! - O,_, -r
# <: +,A>='- zg 8: 58 . .y,c --..y 4; 1 gl g
-- P' -$ g' ,% p" 2% F
0
=&x - oli-0-c o_s:--m Lw .tq%uz > ?a=: -0
e:*? ~2 1
IF= pa;-: E73 ,$S -8 w rc,"Ea,
gg :?*.E?
d :sgs:_Si ob-
a
;
B
D *
L
a
:
11 a I- 3 &*- gb ~~~~~ ki -; z B
25 .x v) w
I: --- YG-
0
&
27
~IY. rLn~ AII~
&-.5 -
E
-
I
#-
N
0
a
28
a
iridid 6 65
e
a
29
STD. PLAN A77H
V
w
33
STD. PLAN c7c
0
cc
a
0
51
STD. PLAN C7E
LC
ZC
+rid< &o;p. - tuu a3
5
w u 4 LL
53
e
g -5 !: s;
88 L!E
a
e
RL~D~~EWOED IY TnE SAW OIEGO REIlOWlL 21ANOAlCS COI*(TTEE
WGki &u 197s
DRAWING NUMBER D-22
CuutUmalDl R C L 1317 7
Rantion 8v( Appmvcd I SAN DIEGO REGIONAL STANDARD DRAWING Ran =b.f I 1 '
ASPHALT CONCRETE SPlLLWAY
REWNY€MDEO BY TMf SAN OIEGO
REGIONAL SlAllOAROS COYNITTEE
&d~$,&~ &./T7s - .. L,~~~..,Iw H r L 1w07 Ovr
OflAWlNG NIIMREa 0-411
RWon By Appi
. Siil, filter w *tld
SAN DIEGO REGIONAL STANDARD DRAWING
’
RIP RAP
ENERGY DlSSiPATOR
3" 470-C-2000 concrete or 3" 2500 psi, air placed concreb
with 1W"xlK" 17 gage mcca be roundad at the option
of the contractor.
BROW DITCH rYPE B
z e
3" 470-C-2000 concrete or 3" 2500 psi, air placed conerats
with 1X"xlX" 17 gaga mcco
bottom may be rounded at
the option of the contractor.
lYPE c TERRACE DITCH TYPE D
1. Longitudinal dope of lined dit& shall be 296 minimum.
2 Owr slope down ditches shall employ 6" thickened edge section
at both id& of ditch.
LEGEND ON P --
SAN DIEGO REGIONAL STANDARD DRAWING ;:~p$~~~~"~E~
a%&/&' -
"W A.C.E. 19101 -
DRAWING NUMBER 0-1
DRAINAGE DITCHES
'Ir/PE E-SECTION Height 6". a", or 9" as indicated
a
lYPE A-SECTION
TYPE C-SECTION VYPE D-SECTION
a
TYPE E-SECTION 'WE F-SECTION.
Slope end of dike 1: 1
when not joining
other improvements
A 0.025r 0 0.037!
C-6' 0.037L
c-8' 0.058: c- 9' 0.070:
D 0.006:
surfacing, extending throughout the width of the dike. E 0.040; F 0.062:
AU lYP€S - SOE MEW
1. Dike is to be placed on a minimum 2" of A.C. road
2. AR-8000 grade asphalt to 'be used for ail dikes.
3. A.C. dikes may be shaped and compacted with an extrusion machine or
-
equipment capable of shaping and compacting the material to the requirc
LEGEND ON cross section.
e
DIKES * ASPHALT CONCRETE
APPENDIX B
ENVIRONMENTAL PERhrIITS:
CALIFORNIA COASTAL COMMISSION #6-92-115
u DEPARTMENT OF THE ARMY PERMIT #92-411-EW
u CALIFORNIA STATE DEPARTMENT OF FISH & GAME #5-343-92
STATE OF CALIFORNIA-THE RESOURCES AGENCY
CALIFORNIA CDASTAL COMMISSION
PETE
N DIEGO COAST AREA COASTAL DEVELOPMENT PERMIT NO. 6-92-11 11 CAMINO DEL RIO NORTH, SUITE 200 Page 1 of 4 a SAN DIEGO, CA 92108-1725
(619) 521-8036
On February 16, 1993 , the California Coastal Commission granted City of Carlsbad this permit for the development described below, subject to the attached Standard and Special Conditions.
Description: Installation of east and west-bound bike lanes, including
widening of Jefferson Street to 32 foot paved section betwe Marron Road and Interstate 5.
Site: Jefferson Street, between Interstate 5 and Marron Road, SOU side of Buena Vista Lagoon, Carlsbad, San Diego County.
Issued on behalf of the California Coastal Commission by
PETER DOUGLAS Executive Di rector and
RiL4 p& e
IMPORTANT: THIS PERMIT IS NOT VALID UNLESS AND UNTIL A COPY OF THE PERM WITH THE SIGNED ACKNOWLEDGEMENT HAS BEEN RETURNED TO THE COMMISSION OFFIC
ACKNOWLEDGEMENT
The undersigned permittee acknowle receipt of this permit and agrees abide by all terms and conditions thereof.
/&/2-- 4 3
Date
a
COASTAL DEVELOPMENT PERMIT NO. 6-92-115 Page 2 of 4
STANDARD CONDITIONS:
1. Notice of ReceiDt and Acknowledqement. The permit is not valid and development shall not commence until a copy of the permit, signed by the
permittee or authorized agent, acknowledging receipt of the permit and
acceptance sf the terms and conditions, is returned to the Commission
off ice.
2. Expiration. If development has not commenced, the permit will expire two
years from the date on which the Commission voted on the application.
Development shall be pursued in a diligent manner and completed in a
reasonable period of time.
be made prior to the expiration date.
proposal as set forth below. Any deviation from the approved plans must
be reviewed and approved by the staff and may require Commission approval.
4. Interpretation. Any questions of intent or interpretation of any condition will be resolved by the Executive Director or the Commission.
5. Inspections. The Commission staff shall be allowed to inspect the site and the development during construction, subject to 24-hour advance notice
6. Assiqnment. The permit may be assigned to any qualified person, provided
assignee files with the Commission an affidavit accepting all terms and
conditions of the permit.
7. Terms and Conditions Run with the Land. These terms and conditions shall
be perpetual,, and it is the intention of the Commission and the permittee
to bind all future owners and possessors of the subject property to the
terms and conditions.
Application for extension of the permit must
3. Compliance. All development must occur in strict compliance with the
SPECIAL CONDITIOEJS:
The permit is subject to the following conditions:
7. Wetland Mitigation/Restoration Program. Prior to the issuance of the
coastal development permit, the applicant shall submit for the review and
approval in writing of the Executive Director, in consultation with the
Department of Fish and Game, a detailed mitigation/restoration plan for the
0.1 acres of impacts to wetland vegetation associated with the proposed
project. The mitigation plan must identify and quantify the extent of
proposed mitigation site(s) and provide details of the program for the
restoration of wetland habitat values at the site(s), including the type and
COASTAL DEVELOPMENT PERMIT NO. 6-92-115 Page 3 of 4
SPECIAL CONDITIONS, continued:
location of the replacement habitat. This plan shall be used as an exhibi for the wetland mitigation/restoration program. In addition to the requir
plan, the wetland mitigation/restoration plan shall incorporate the follow
a. The wetland habitat which is removed by the proposed project, 0.1 acres, shall be replaced with wetland habitat at a ratio of not less t
four-to-one (replacement area to impacted area). Therefore, 0.4 acres
mitigation is required.
b. Of the total 0.4 acres, a minimum of -04 acres shall be restored freshwater marsh habitat. Restoration shall be accomplished by gradin
convert existing upland areas to wetland; the grading provides an appropriate elevation for temporary inundation of water required to establish wetland species.
c. The remaining .36 acres of mitigation area may be accomplished by
removal of non-native vegetation, re-grading, if necessary, and
replacement with wetland vegetation, of existing disturbed and transitional areas containing resource values comparable to those contained in the .09 acres of disturbed wetland proposed for fill.
d. Mitigation may occur on-site at the Buena Vista Lagoon Preserve u
written concurrence from the Department of Fish and Game. Mitigation r
occur off-site at the Hosp Grove mitigation site established in CDP
#6-92-110. Mitigation on other than the above identified sites shall
require an amendment to this permit, prior to the issuance of the perm.
2. Mitisation Monitoring. Prior to the issuance of the coastal development permit, the applicant shall submit to the Executive Director, 1
review and written approval in consultation with the Department of Fish an( Game, a detailed monitoring program designed by a qualified wetland biologist. Said monitoring program shall include information regarding thc extent of coverage, rate of growth and species composition of all mitigatic areas. The monitoring program shall include provisions for augmentation ai maintenance of the restoration efforts, including specific performance
standards, to assure 75% coverage after three years and 90% coverage in a 1
year period. Monitoring reports shall be submitted on an annual basis
following project completion. Said monitoring reports shall be made to tht
Executive Director. If after 5 years the report indicates that the
restoration/mitigation has been, in part, or in whole, unsuccessful, the
applicant shall be required to submit a revised or supplemental program to compensate for those portions of the original program which were not
successful. Any revisions or modifications to the mitigation program requi
as remedial efforts to promote the long-term biological productivity of the
mitigation site shall be processed as an amendment to this coastal developn
permit.
e
0
a
COASTAL DEVELOPMENT PERMIT NO. 6-92-115 Page 4 of 4
SPECIAL CONDITIONS, contunued:
3. Stagins Areas/Access Corridors. Prior to the issuance of the coasta' development permit, the applicant shall submit to the Executive Director for review and written approval, detailed plans incorporated into the constructio bid documents for the location of access corridors to the construction sites
and staging areas. Access corridors and staging areas shall not be allowed t occur in any environmentally sensitive habitat areas, including vegetated or
non-vegetated wetlands or buffers. Use of public parking areas for
staging/storage areas shall not be permitted. To ensure there are no impacts to wetland vegetation, no staging of materials is permitted within 50 feet of the water's edge.
4. Dept. of Fish and Game Approval. Prior to the issuance of the coasta development permit, the applicant shall submit evidence, suitable in form and content and approved in writing by the Executive Director, indicating that thc applicant has received permission to perform the approved mitigation program on properties under ownership of the Dept. of Fish and Game. A copy of any
required 1601 Aglreement shall also be submitted.
(21? 5P)
- -. . C.e;:al-.y,:ne:-:y, :?: 2 15): ,lr-lj :3zme THE SEBOUBCE3 .AEkT!C'!
?:ti t:c,:,jen 2j-lr.l-e 3y.e. t\j
L31-4 C'C$C.;c,. .:,z; ;f, '2Lli:.!,l-
-.
r WCE?aD
.1 .
ii
...-.-
.. I- ' -- . rq'
,A, 1
,:.::,r >I;? .'sr!si;a.-i
--, L:-!jl nter 1 nq 2e.F': .
'il-75 ias rzima-; zr.
::SF i 5 had, ?+, $~':,I:I$- !:,?E
t { 1 ,--I . :i . - . - - ,.d. . - .L.
e
f' - _--
-, ! I ciiy OF CAi7iSaA3 I <-:xl(=:;d\I;EyNC; CEP.&?TF -
T\;ly 2J2 19g3
2:ltJrct : 3tr-sn;.ta>:e Altelzat,:>t> !.icI-:t:=sti:;t-, , .. y-242-sz - .- , .)
f,x- 21,.:a::.2 'li fC,B 'L~QCCT! ' : ::I 8m-i "pic>, Cc.i~,-,y
.. ... Dpsy. 7::- - ./ 12-F 1 1 1 0:
!ie b?x.[e r4v i tire~j ..:c!z rey~csr, 50 smsi-1d 2nd eszend ::-X aqreement re7ar.i ~1-i.;; - .. . 3~ti-.-:r.1+% .~1t,h::? ::I-' ~~j~~e;y:. 72 E:t:e?-:> .I:,:,z~ ia-pc.:? r:? sari Bie3- c:.p--.-.--- -4, . -. .' ,
-. . .- 3.7-e . ,.,- ua~c -,o r1-1!1 2nd :;age rcde 5ecticri LGEIQ et, =;*I!. r,l-iij !e~r,er, :~i-le:-~
::t.u~-;r.e~.~:qned ty ;3c:3~~ arnendz. ,LC:- ag-ce%er-;t,, 50 j:-;c~.c==e ?.he zit :gat:'>;-i ':c ,.:
3z.y"~- ,:,f ~::-~~z:~:~:-: 4r:d afIh3i?c533:-It, as :~C.~CP:L~O 1i.i -,he :-evi.secj ?l:~;g~c;~:~~-~ ,. -. . - ,- -- .u~~~i. Ljsrea .:zr~:\, lye= ? & 3 T+-;----' . ,.-.L1L'i(T\gles.
.. .- Ais;, ~he :jce:-zzp:- .~!:ai I :io+. remcve *.repetjt,lcn ;'lchi;-i ~?IC ctrearr: fi-.;~.~; ?!~;-:~~-; .. rz :Lilt' 1: -- -,(-? ?Iv::;lc! lmguctc c,c nrat>:ny k!lYiS.
,. This ;st.ccr. 3ice n:<ce.nds ?.he perrca ;s*x::q ;rhic:? ac~i~:ti%z at!-;er*>:z,r
a,-ith.r-:ztci b!d t.he zyreemenc nay cantina=. ?;e new $erminatior-i data of the
ag:-~arnerlc, LE :a:-i!.J.ar...r 7 1 - 1385 .
1 !-!i c. snsr:dmect. snd e>:cen= i on zre nst. *ra i id ~:zt 2 1 the Operator submi ts r.j-;*
r-e-~:i::-ec~ fc3.s :,.3 :he 3e;xrtnent .
a
-
%c ..j, -=.2-4 - - - - t.l-;at si i t,r:-.mg of AgrePmt?::. 5-363-$;2 r.t%airi 17, forre t.hrc.r;lghcr:t, 1
:-icw tbrx Q? ck agreement. 4, ccyy :cf said a~~toment ANE THIS APE?IDMENT ACID
EXTLhK31:84 LETTEB cut+, Le kept, on 51 ts and 'be s-'rrown ripon request t~i Z:tpar+- -..de; -..
pe.r~-:n:;e i kr I ng 3 I i per i oda :: f work.
Two ac.r;ies sf :.his istter 3rt bing Bent r,c you. PLEASE BETURN $NE 2IGME3
BX12i;iAL I;C ~he Deparcnent af Fich 2nd Game, 31z 330 Goiden Sfmrs, 8uise 73: --
Loria 2r3C?l, !3k 30802.
if' lJ'z~,.: bve :"t:rc,htr qze9cions: pleare rontact zit ac 1714j 363-7533.
=;re G..~-weiy7 .
463-
Torr i 3 i zkerscrn
3-J i rcnaenta i 2.-c i a 1 i st
.32;f.i(,!_i5BEl*it:E : DATE : 0
CAL I FOBN 1 k DEPARTMENT OF F I SH AND %ME
: 7, 1 . 1 .>L., 2;.,&-,:-+
:.- -, - . ! . .- .3 1 : f,;:-:: ;3
; 4 .I, :. : -= ~ J 3 :I, ; .: ; ; i ;c . c: - :,A I. - .> :
- .. 2 ;-; 1 r. 5- 1, :: -' 1 . - . _. . A ._. - , I .i, : - -
.. -x - L- .- -_
.. - - * .; L ... - - - - y:.>*
AGREEMENT REGARDING PROPO3ED STRLW OR LAKE ALTERAT ION
--.,-, ~ -4- L:? -Ai -..--
'.:I.- -- i&'1 -,.. , :!!.-.?:-5:2 :;-,t.._. !:wjt,;.+e:-; t,h* :25.,3y.e .::f ,:a;; f,;,:-;-iL3, Z.ej:a:-":;;e
.,. .-.-.. .-..
L - i L ZL- _I, 5 -,3:;* ; ';e:-.? 9 't2;- .:.3 1 :e,:! k.i-;e :5J;a:-?iict[-,t, , ji-,;:: 1,: ': ;:-,::;: 1.1 , _-- , -A' . 'i
_,__ .. - .. . - -. , 2 t,.?. < f I. : ._ ,3 1 TL f::.:- ;-! :. 3 , :-;e :- f i ,;a f * ... e, - '- .:3 1 1 +I1 t.!-,* ?* tt..::; .* L : :: - ...-, :-, - .->' i - ...._.._a
c-: I - ._.
I ._ i L -'d; *
--
.- -I 12Jn ._If .;,.I i ; :~:;-i>. i.3, y : 3t-j 3[-;<2 .:,3L*
i;.;,-' -:.- 7 _._-.- +- .:!.x >' ,:, f y.3 '" . * ._._, .... ;y i..~cxl .-..:* :: , :I- f:\-i,3:-L:;e :,!->e !:,c<j , I t-,~~-;!-,e L ,
--
z,:)e<:j 5.: .:,f, r,b,e ;,:,~;:,s.~-''-- l;,'_. "-*. -.:,.+: f. :
% '3 .5 , :+r: c, ; : i-, : : - : a ;-.< '; ,I :: . - .., . --
, :-2r-- I 7 - ..:,L--:'.-.z. y.:-..c ::iri;.3.-cact-,t, : :-~~~i-e:e[?~,+~ !y,, ;e:-:-; si,:;.5t-yt>i-, pi,3,f, :':s<::e 31; :,->Z;IP.::,L,;i-;
1,; 5.:-:::,.3.1t, 3T+3 2:j r.)-,e '-5tl; --.. .-I-.. A.2.: *.,. -5 "?a\". . .1.ri3 , I-ise .:!et.e:-:.:;;.p,:j ::-!.5:, i~:.:!>
.:p+:-.3 -, : ,I.; , :. y.3 y
,;; 1,:;: If? ::- s-!. . , . >- ..
.: ,.!: : 7 3 i., t L 2. i 1 ., 3 ,:.+,*:-%e 1 :L 3 f f+!I t, -I.>: i 3 r i ['iJ f L z, i-( ,=+.!I,.? '2 - : 3 1 ; fe ._ - - - . . . . - . . . : - = .-"-*. - T z .- ;-i,: 1 ,#-L: 1 ;-.;; : . -_ ..- ._.
*L]-"-F - L, .i.ir-r ..- -55 ~ !.,!-.e ?e;:-3t-~.ri;et-~t. ?-;~rei::: i?z-L>p:se5 :fip,3r:r.il-?c !;,I, pt-,;?,~
:-,:A ;;,e3 :.!-ire<, c:>i-,Ci I k. ;::t;<. .f 5 ;;art, .I, f ?,\-it? j:,i-,:,pl
,:!;-:,;-;I-,,;; :,!-;e :I:i:,*r-3T,.:,r ' :. :;i:,~-;; , I?:? ,T:ip;-,y,:'.,:,l-
.- i 1 '. ;-ie -'pei- .j r .I.;' : 1.i. s:!-,.31-i:;~~~, f1-,z>li, :,hat. :,t,.3'.e<i l;-! c ,-,,, 1- r - ;-,lI'~.:.;;;.3f.;,T.r-~ :.&,e,: AfL*.:: -- ,. .. ?;:.I:-.?, ?,hi :. ",:;.-e-tmc;; 15 ::\2 1,3[?1>e1- .,-.3 i i.1 3(?.:-j ,3 :-:e'i :-,#:,I:, i [ ;,;,3 t, 1 :!-,
?.i-lk;;I;t.C.g\:i +:..I ;,:-,e se~:,.?y:,::,p:it, ,,' Fi-z,]-l 3r-,c] i3,3rJiC, F,3il..i:-r t,<I. I,:,i;,r.:."' .. ;i::t, !:f.,t.
[>;(-:::<'; 5 ,,I:-, 5 ,I.f ti-, i { <:,,:b-Gz ..,. .-.- ~crlt .it:t? :,I-; ;r,j-!e:- fr1-c: i:x-:-It :I.:>& SF,: r.; :,;I: , Li;':
!:.:-At. :is::.:. 1 ;iijA 1.tr-j I*;, ?;::; .3r.lid !>.3rfiF EE?i:i ~ FEt5,2, ysl;'?, ,z;-,,~i TJL..::, ::,p.,
:-*f'AL:; :;-; i:,:- :.<*.:
it? !:.:.-iL: A;:-atncr1t, .3I-it.h:rl2e5 t.?W Ji:e!1-,3b21- :.q :~-e~.);,~,~~ :;[: ,3.i;;v'' : ?(-J .::- .. .. mpi ,.st;ce .-A . ,- .-;-LA -.--,- t,., , ;-:i:ii- ,-joe*. I?. r-ellsve t.1-1~. :I!EF.;-.~~,<>T 1.f f-~~.~~~~~-i=l?~,li~~.~ ~CY. - ik.i-! ~;>J:L i :,3t>l+ f.+cj~1-;31, ~~.~3te, I:[- :.I,':.i! L.5.W; ::il- ~>~-t:!~~~~~:2<:e~. A .Ii:,t;.?;-;ms.~i,~,-':
.+..yreeine:-,;. .r16:;~~. ~j\>t. .:~;~i::t.i t.l-1r.i Dtp51-tr.arj-it. .:.f Fi .:.i-i si>::! Samie +f-iji:,l-3emarir. .:,f c,k!+
~:r::~:~:~.se,j ;p:-3t, ;i2ti, .:I- .assrj;-e 6he Sa;,art.natit, ' 3 l~.~i~i~!-~~-~-atl(~~ j;~ c.?~ ixl-;nl t,;
;-+:iGi;-Ki f;.;m *:;:.her .3geJlc- iep ,
i ?! L 5 .A>r-eer,ie:-;t i:,el:.2me
=.I.-,1~.2t.:;~e - ..___ .3r-;\j ~.t:-::ll~-i.~t:.~~. ,;ar-i~~ar;< 31 . 1993 for $>;-:I; jrct, .-~~~i~t,~-~.:~:t.;;i;~, ~:,;-ji-.i . Ti. -1.. ~ ~ .
-
-, :I; 5ffFCt. fir t??.3.Pt t.::x+? :-i+3;:tS:~I''": ?,<> <,.3tl<.f:; <;-:e
. - _. - . .ii -I. Acrr~rmer-it..
-, ,-. - L -, :-?:;e - ...* - -- -
.-.y--<.,jc,?-- 1. --,-.-.p,*, --*!y7.-T -. --r. ,..------ .--:-.- .I? ,..srlp=. . 7- .:,-, -: -.-, -. -- @ -: j__i-. LLLY .-L j tr.+ ; :-I,. ._. .'L.i, L i L .z. ?,.'Z i. ; -T ..1. I :.:. ,.._I ..:-L._.
=,I 7. . , .. y, . f
; fA,:,3r;.2:., ::,e:- 7,; 7; +, 7. _. - :a;?.+ - .,~ - ::,-+ :e 1 7 i I.:.: I
_.- - ..-,7.,-:. 1!i t
,. -1.- _. ~..- -1 :. , I ' I -. 5 6-1. r.- .:i '2.: i' !.: ; ;-;<. i :.;.::e.: ,3,:. t. ; 'd i 7. 1 e.:. 3 :
L ,... L - -. . ,i.-C ._ - ., .4 i--3 L .5 z.3 :..-I? &I Briena vi sea ~.sg(mt
, ~-.. . .. .- 1:. 3rf~f. ,3!.i::j ;.,;t.;~,~~.;.~,i~! :i,e,3:~;-jl-c= 2:-% ~itr..:;
-,.::.,:;,i?y.e,:: ;:;,' ?,;-x? :ir.+.r-.li?,.:.r- .3;:~2 <.;-2,7;: '::.-I- L:;,i:,; f
:: i f : .*:. = ..," ._.I 84 1 '";(' -eI,,era:. *
A. The O~I-.~~GI- ~1131i ~cI 112~ t,ha in~t tt>-?k.it2t? .?rqq1>1-e5 ~3~~<:t-~'t~j L~I 54f'fer~0t>
.I .-
:- c1- > = .- -.,--- . --
-~- ;,..-=I r:,i.,c;i7,i<r: ..... :-,- -;-- ,.fi.--..*..-,. -i CL.& F<G,-7 ,.... -=,..-
::*. - :*e=y,;,;-3.;i,>;: <j-i,3L; ;;-/id& .. -1-2 L <... .-zA.s-2+-- . - - ._ '., - ,...I ... L 3 .-,a. -.- L .- -: I -9.9 I!' 5:..g.:<.y: .3i'*35
I I .,; : <'qFt.,.3 f. I >;-! :;.3 t, i " 6
,. :;l*t-I: <:-,a; 1 ,;<:: k..,? .,i:et'.s?,+:i :;I A;eF;
:q-..3r-;;,e(-iy, .
::. ~~.:~~~.~~-.~~,~.:,:; <j>.3i 1 i:<3 ;lia,fe 53 t.i;..3.:. :-!-::-i::#ff f[-.:,J {'I,*$f:?, e:-,:,::i::e :!Jt-y.?.:*: -ii,
1-1 L -. I t _. I i-,, ;.,FA '_ 1 !t . I - - , , A - : . .-,I ._.: 1 .. L.,- i.-- 1 . I': -. I a., .
,,. c,.
-
e- ._..-, . c, . f i .I ;I i :-.D , l);. ';et, i ,z,-,<j 3~ 5.5 E. . '- I c.i-i~
11
,1 - ::.e .:1ve:-'r.~J ;r-;r.t:m ~.t.sk,ie ,s.rraz; v;t.f; 1 l:.:.:e *r<:,.yi.:j:-j i:,.>r.tnr.;.3: . y:-e.:ii.la:-;t. -d..'.+.t-
s!-bs i 1 ::,e pl,s,:ccj %>[I .jl~-c :-:;,3.,j:. , .:i,c. ~.~-.~i~j,.~. , .I:- ,:,t.i-!e:- u,:,i-I.: ::;-.si i% !.<I.
- 7. 3 * .~.-1p.41- ~:~>:-~~..3~p,~i1t~ GIJ'~, 5i J.t CL- .>t.h.et- i:~l ~!..i~,~t-,~~ f:-.i,fi .3,>:3t-t3;7,3~e a.3shi[:.<; .I.:-
.:?:.!?pr .~~.t.i;~;t.;~~ sk1a11 ni:!t & a!l:r;vecf t,.r: 9nt.t:- 3 lab:? c.1- fl!:bv:rlg st.i-r,3ij! .:,r
r.;i.~t:*:j :I-, :,:*:,3.r, ;.:!-is k\~,s,k may i-% :r.;b-;*::,et:{ k,; ?-i;.;h rt.4:.i-s fl.:,~?.
A.., , 3:.r:>ct.iir.~.~. ar;cj a~.s~~:.;at.eij sat.cr is1 E. i-i~t. .:{e<.Aqiieij t::. ;ii t,h~.-.+,.ani:l ?-,:.;?-,
:rq <.-. =ori.3 - - l fl::,ys .st?.s i 1 I;+ ;-*pAc;-/d f.~; ,3:-+.3c, .3.1:d;:l.c t?-ir \iii>b, .*~,~t,~~- ~.m-i.: be?<:,:-? 5!.ich
* .,.
1L. All planting shall be damr- : -p.-m -we1 IXTtah"
advantage of the winter rainy season'. e
- - Fa..? -. .- .i --
- - - ..- .- . - - .. 7-- :,.-?---- - .CT -.,
I . .L .d- i .: _._. -i i L -iY L,A_lC 1 _' . - . . - .., - zT-.-. .I T-.. ., .,---. 7- '_ I x:-\ ZL- -L .;.5.-. -,
' I ; ', -,y :i+:. _,.I. +t,5;-:iJL;.2e ;; -Le ._. 1 . .- .-',".F:'.tC--. , - - J ._ -. .> .-. - -. -. , , ..- - y
- . _. - . - - . ._ _\I. :.>ki-<t, :--e=: :e< ;.'e.-]:-;i;-?,j ?,:-,,?:, 3i-e 1 I
:i:A:.-!;:.-i::' :;;- -';:.i.! .3:. ',:.:y 4:-;<:: .I.f !:,i-j;-ae 3:,,:: y ;\;e -'ea;-f . If :,;-,e ;;!*;.,iI;,:-:n ;;'.I,>!-:-; Le.
_-
'- - - .- . .. . ... .L. . .-
". .. . :,.:c.y. t..: -:..Fr.: :.:c+:-.4y,,:.1- 5).,,3;; \;,e ;-+=-.-.-..; 4-t-,tiL..1 &,- ':-' &(: . :,:i- - C.Z.~:L;*:~~ ;.!-,e ;3,
-.- ..c..y; 4L:i:-j+!j '::;. 3.1-p3:-~,;;~cr-jt. ~~~~.:-~~~~-,~,,~,~,~.".~,~ . 7:;
. -- . -?.. .
,I -~ i ~. . . .. -. - . __ :.? ..lyz:.,.:;?+ : 1 .J-r----
5 i I; i;,* .- . i - : -;.,-;-.< .- - ;i: :5 f.:.r 3!','.' :.:,=,r, :,:.:!;:-:-*j ,j,-.l-ij-&<; T,j-<<+ :'+.;+.:;t~.,..q:,~ - I.<-; .;;. &;':
.: I,. . ::. =:;,..e;::. : I.;'; e:?, - ,'*- -''+=c %><-"-axe:.
-7- -. .- -- . <LL.?CL L'?"" I* .. - -. L
: .LC;,, :,'a(-.
-,p-- -?.-.
' 'L L- -. :. _u .. _-- --- _-
' . e,= y :, c -. ;{ ea;- I _I .__ - 1:: . \?-T?,!:=
; ::1;: ' '= c- -_ It.. <z ;i
... ,-* .i . I -.
I -- ._ ,.
T -c ,-> . /_. -7 -_ .. .) .- I. -.* - ..:- -:-. .- L
i ... L I.
-- 1 ;6 ... I ..i . -3. L ,. !, L - -.i-!
-.;I ;.. ; I. f :. -\I I ._' .? rr ._. -. i-< 1.1.;, + -. . .. L - .. . i .- _.... ... .L .. - .. _.- ' c' -: -.. . -3.-z -I L ._ _' . 4d . ..'I ,. . -< .- I.* - . I - . - . . .. - .. .- .- , 22 35 -.__
1 .-\I .. . .?.--.>L - .. ::: ,;. .. 3; - :*:: .- :. :.. car st.....?:-r::{. ,=- - _. .-i ,. -
I_ -7. . - +--';.c ' 5 , _, , .-
1 -. At> .aririua 1 rep2t-r. 3h.3 L l !?e 5r.Jhrn 1 t,trd tl: ~he i)e!xi-tmetlt by ;*ti. i ,;f *a(;h
= p,,= ! ! year for 5 yeair si.t,q;y gianting, i:,; -1 ;- ... - ,-,** A;A.-*.-..-,t- :!-e - r . .- - 1 , ,-i .- -
-.
-, - j +!- , .S.i :, -'1 . . L - .._. . -.:.L - .- -. 7 ::,I: 7i-c ?,:-+e <i-,i-:-:i: !::*,I :?e , T:-.e ;-l:.:m+:- !:;j {i:,c;; ;e- : f
-- 5 .+ ~
-_ ._
ACt L. - - _I 1-1 .i :-;:i..5.:?.:;r 3:- : .,-. L.--.. -Ly* -.. <.; e y c'-'+.Ijcr, - -.IC.--!; - - 1 - - e:::.:-:.. .r:-,d
A,-.s .-..-.. -.__-, <)-,,z;: s;.:.,I: \I,? ,:: :y-.: , - __ :-,:. :.!.e?=--=
.: . ??,.:,A; .- :,:; -I :..:I-~c;F ,2:-~.2.:. f;;l-. *q:~ipz,+rit .3f-;;2 zj,3t,er1;1i 5; ~.$-;,31 I !:,e 1 :,~:~~,~~:?
- -.. . __ -;.
.-
~. ; Je - . c .. 0- ..:.e? .- < c:-.+?ci I 1.5j,.e.
:-. _i .-I- . :-'I . -,'" i::.x,e:;c .?I- *"y;i:1.3 ies >j:-;'"'et: 3?.*2 i- 3i:et-3t.e:: 2f ry.i-, ,,L,, ' --' ;I' 3.ri;.3,r:cr-:t. 5.; -:-..e ..
- * .- .. - 1 LA r,3.;;, L 5;..e < :-,,3 I 1 be ,:: i-,ed:d .sfid z.3 ::-!:.a A j-if3:: :&I ; : :#' , =,.:3 cx-.*vcr-jt, Ira
.3c, : f ~:~t~i-~~,j!>,zecl t.:> &'.3r,Ct-. .;c,:;Id !x .jC~t~.*~'iiI'lJ,~ <::> .2$3!-;
: -. - - . ,T,3* .: e[iJ+:-j 'r, ,: .:.:-;<: y+'I F 2I.l" 3.35 h 1 :-;g5 ?,>,cy f 1 9 ~.;:,!-,.3 i t. , pa 11; t, ,:,:-. .:, t, !-ie:- .: I.,? t.
!:,.9f?.:-:3r , : L: :;- :<t.'::e.r- pec.x.le:-;n y1- .>:- .a7y ,:.t.I-!et- 5 v!:=, c,3.:-i<:*: *,:-% 1 .: 1; .I, lif- -- . .. r, I 55;Jit% ::-L:J t'i-,.i:, ;:*I.r'sJrct. :-e!,3t,e:i j<:.C.i'* lc*;e$ , :;-:E; -
:.L..z...c* -e-. - .A;-;, 1.5 e.!;e;_r :;,<3:.+1- i3: z, pi.3.:5:{ :tit:-jir-; .:,I- j.:-ipr+ t.!-lty !La? 5,-1t,py .3 c.;,; .+si;.
.,; - .- ..3i..$, :;I<- .'z:.*;-3.~.>:- ,:;,I- .::',y ::;.~I*?,Y ~,v~;;-i::~g !Jr;.jei- s::;:-,kl-.zi::, , a;!-. i':t,i; y,t:e
I-- 1 ---=.- % .-x= . !,= - .-, , :: C,L, 5 : <, .? c;; ;A r. . .:
':e f-t-4'. +;.,:.+.: ::-,~,rh ,~._~;t:.,~iL~r;;.~';r;;..~ t.t;~ 5':; 1 31-,<:1,':>~ +c;r,*:-it-l<;? tb,e i,3r,+l-s ,;f ~,!-,,e
.- - .-
.- . ..
g+:-c;; ?,f i,:,., -.f *I- - ,-. ._ pr- 3 t.c,:- , 5. h.3 1 1 i::? *-' . rlli:..l - -' - . d . rci - 1 mmrc! 1 d t.e 1 y- ,
-- .- - -. _- - .-
. - _I - - .- - --
- .. _.
... .- . =I--'! . , .,= ; i .- -.-*c -.<,'I:. i:. j :. :.,%:,: L.:y,. IC-:. L.3.t'= . -.- .
t/[-,, 4Li i ;?.I".. :f ,-'..A -.?&,.=.-.-,- -- i,- Z'.. - ... "_ .-;--L .. -I-,) ._I _.,-. I... 5 ..~,~,~~~~.-.~~-.~~~.
. .- _. 7- -7. :.. :'? .. .. .: . - 1- ?,,I ', 1 I' z z.!-:;; t -- . I ,.. . - - . . - - .. .. - - . .. -! ._: 7.- -'1 1. :
81 :.. .. :-? ,-,f:.+ ..e:.- .- . ._
I ,. .: i; ;:&;it:'. f :b> ; ;.: 'T <:I.:-:? d * :. i-,: : I i ;- .- , 1 . .k,-=,- z. i: .- :- i r. f .f . ..A!. I).L._L - : : . :. 17. :-,,e:- i,,:: : : .. . ..
::. -.. -.,- .. ._ - ,,__. ... ;-- 3 to .a 1 1 :xtitr-.xtm-;, provide ,a (mpy ~f %hrs L,j:+*i,+
subc.mtrac%.or-s, arid the Opsat.or.'s project. suyerviscrs. Copies of :.he
. 2 .. - 1 ' shall be readily available .at mrk sit,e.s 3% all times :?tu-iny perids
of act.1 vc. worl.; .I. :;,..if '. t,c I: : et IT, e. *,:i ;:,e!- 5 ,>;.;;.,e i 1 .I.:' : -.
L : c:. -8 -. .I .._ . .it;*
--, .r+ ..!::-: 3b.1:- ..;hall -$.I:: >f-.. t..i-,e rei:.~.:-. t., in w;-it.ing. at. least. five (5)
days grior to in1 bi.at.ion OF cc.nst,ruction reject; .actrvitres and .st. least, F;vi
-
...~-.- -!i*--.. ' ..A~-'- ; , d ._ '....a! ; :: . - I. --., =.- - L !7z.-
-- -, -
ct. 1 act.ivi t.ies. ._ . ._7'2 1 j*(; :?)-&::,I- 5, .?h i 1." 1 ; i
a
.--I.'=;-:?,-.,:: .3<.,.,::: 1;- ,-5.,-:;:+ .I,;. ?:*:.'. +: r.:-<t+ :-: .>'t,r:. .:~:, ,_ . I-
,I
-,y : i ;- ,I ;::[, I, :..3i;,~ e:, .dsi-;- 3
i.I1..:.??5; :..r,.c. 3i-e :;.L'r ii:T,Lr,5:{ ?.:,, :.:-:e
, .-::it-.-;, '&i!l-:-, t,:-,e .,e!' ,<:~:l-,,:i; 1 :.:,;-I< .) f E.[:: 3 .A<<:-~eze:;~, . -- __ = . ? ,,~~-.~ ,- - - ---.__' . . . . .. .. :/ ,
.] :I,:; ?.!-,e T!>cr-at:..,;--- ll-! :,l-;g,i:;:J-;. .:,f t.;-!c
:;;e,:! !>!y. T.~TC 'Geif;.3.rr.;ner:t. t.1. ::,e 1 (1:: :.~i:~>~.~~~. 1:-
.. I :'.a,: : ..:i. f :,e. . ., ... . ... !-'.*:; :-.e'i I;;:.2!-~~,,~.!t1~3('L i:e<:,:Ge? ,31'.3 i :.st>:* t,:, t:.-f-.e E+ps:'tTLte:-.t. . ...-:-,.+ -.__. ~ - = -T~,y.,~:.;~.~, - 5; r.k-iz: ;i,2i n<,t. ~;5-b~,~~r-, ~f:e{-~ 9l-ep3:-;r4~ t,:;? .:,T;.JL:-:~;
r.+.i-T.':i .'.: :.:.,,<:r i :,I-,, *:,' bj-,i:~ A~l-csrnc!;t..
_- .. .
._. : i -- , :-!e CI-:,;?,:.~, 3: .:jt.~:;-it:e.j ~r., ::.!-)e N;r,t.; fi.:a~ i>:,j-k .',+<;:j-.~r~l~:jt. ha=
3n:,:1s*:i, (1,:- <:.:l?tjiy,;j;t-;s ,3;:+:tir:<,7 ;:<I7 ?:...A Wlij! I : :e -' r-eL'::.:.ry.:C% ,:!1<3f-,<p.
---------
LOS ANGELES DISTRICT U.S. ARMY CORPS OF ENGINEERS
DEPARTMENT OF THE ARMY PERMIT
Permittee:
City of Carlsbad
Permit Number:
92-411-EW
Issuing Office:
Los Angeles District
Note: The term rtyo~vl and its derivatives, as used in this permit, me the permittee or any future transferee. The term Itthis office" refer the appropriate district or division office of the Corps of Engineers
having jurisdiction over the permitted activity or the appropriate official acting under the authority of the commanding officer.
You are authorized to perform work in accordance with the terms and
conditions specified below.
Project Description: bicycle lanes as shown on the attached drawings.
Project Location: between Marron Road1 and 1-5 in the City of Carlsbad, San Diego County
California.
To widen Jefferson Street for the addition of ti
The project is located along Buena Vista Lagoon,
Permit Conditions
General Conditions:
1. The time limit for completing the authorized activity ends on November 27, 1995. If you find that you need more time to complete .authorized activity, submit your request for a time extension to th office for consideration at least one month before the above date i reached.
2. You must maintain the activity authorized by this permit in goo condition and in conformance with the terms and conditions of this
permit. You are not relieved of this requirement if you abandon th permitted activity, although you may make a good fait.h transfer to third party in compliance with General Condition 4 below. Should y wish to cease to maintain the authorized activity or should you des abandon it without a good faith transfer, you must obtain a modific from this permit from this office, which may require restoration of area.
3. If you discover any previously unknown historic ar archeologica remains while accomplishing the activity authorized by this permit, must immediately notify this office of what you have found. We wil initiate the Federal and state coordination required to determine i remains warrant a recovery effort or if the site is eligible for li in the National Register of Historic Places.
4, If you sell the property associated with this permit, you must the signature of the new owner in the space provided and forward a of the permit to this office to validate the transfer of this
5. If a conditioned water quality certification has been issued fc project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains conditions.
6. You must allow representatives from this office to inspect the
authorized activity at any time deemed necessary to ensure that it being or has been accomplished with the terms and conditions of yoc permit.
Special Conditions: See attached sheet.
Further Information:
1. Congressional Authorities: You have been authorylzed to undertz activity described above pursuant to:
(X) Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.
403).
(X) Section 404 of the Clean Water Act (33 U.S.C. 1344).
( ) Section 103 of the Marine Protection, Research and Sanctt
@authorization.
a
Act of 1972 (33 U.S.C. 1413).
2. Limits of this authorization.
a. state, or local authorizations required by law.
b. privileges.
c. rights of others.
d. proposed Federal project .
This permit does not obviate the need to obtain other Federa:
This permit does not grant any property rights or exclusive
This permit does not authorize any injury to the property or
This permit does not authorize interference with any existinc
3. Limits of Federal Liability. Government does not assume any liability for the following:
In issuing this permit, the Federal
Damages to the permitted project or uses thereof 9s a result
Damages to the permitted project or uses thereof as a result
a. other permitted or unpermitted activities or from natural causes.
b. current or future activities undertaken by or behalf of the Unite States in the public interest.
c. Damages to persons, property, or to other permitted or unpermitted activities or structures caused by the activity authorized by this permit.
d. Design or construction deficiencies associated with the permitted work.
e. Damage claims associated with any future modification, suspension, or revocation of this permit.
4. Reliance on Applicant's Data: The determination of this office th
issuance of this permit is not contrary to the public interest was mad in reliance on the information you provided.
5. Reevaluation of Permit Decision. This office may reevaluate its decision on this permit at any time the circumstances warrant. Circumstances that could require a reevaluation include, but are not limited to, the fo1,lowing:
a. You fail to comply with the terms and conditions of this perm
b. The information provided by you in support of your permit application proves to have been false, incomplete, or inaccurate (See 4 above).
c. Significant new information surfaces which this office did no
3
consider in reaching the original public interest decision.
Such a reevaluation may result in a determination that it is approp to use the suspension, modification, and revocation procedures cont in 33 CFR 325.7 or enforcement procedures such as those contained i
CFR 326.4 and 326.5. The referenced enforcement procedures provide the issuance of an administrative order requiring you to comply wit terms and conditions of your permit and for the initiation of legal action where appropriate. You will be required to pay for any corr measure ordered by this office, and if you fail to comply with such directive, this office may in certain situations (such as those spe in 33 CFR 209.170) accomplish the corrective measures by contract o otherwise and bill you for the cost.
6. Extensions. General condition 1 establishes a time limit for t completion of the activity authorized by this permit. Unless there circumstances requiring either a prompt completion of the authorize activity or a reevaluation of the public interest decision, the Cor will normally give you favorable consideration to a request for an extension of this time limit.
You signature below, as permittee, indicates that you accept and ag comply with the terms and conditions of this permit.
e
/-/$- 9 3
( DATE )
e
City Engineer This permit becomes effective when the Federal official, designated
act for the Secretary of the Army, has signed below.
/z- Z-?Z &Lm BJ/W A. $ILL (DATE)
Acting Chief, Regulatory Branch (for the District Engineer)
When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new ow of the property. To validate the transfer of this permit and the
m 4
associated liabilities associated with compliance with its terms and
conditions, have the transferee sign and date below.
(TRANSFEREE ) (DATE)
5
SPECIAL CONDITIONS
PERMIT NO. 92-411-EW 0
1. That the permittee shall comply with all aspects of the "Jefferson Street Bicycle Path Mitigation Monitoring And Reporting Program" dated April, 1992, prepared by P&D Technologies for the Cit Carlsbad.
That pile driving shall not occur during the California lea
3. Prior to initiation of construction, the limits of disturba shall be flagged in the field and then surveyed by a qualified biolo to identify all areas in which the limits of impact encroach into
wetland. The crib wall or sheet pile method of construction shall b used in areas of wetland encroachment as identified by the biologist reduce or eliminate direct impact to wetlands.
4. That the permittee shall submit annual monitoring reports t
U.S. Army Corps of Engineers and the U.S. Fish and Wildlife Service.
2.
tern nesting season (March 31- September 15).
_I
m
0 6
urance Agency
Pi0 Pico, Suite A
sbad CA 92018 COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A Mercury Casualty 4+ a u<'
COMPANY B LETTER
COMPANY
LETTER c
Cribwall Corporation COMPANY
DBA: Retaining Walls Company Lf3TER D
1531 Grand Avenue
San Marcos CA 92069
INDICATED, NOTWITHSTANDING ANY REQUIREM
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TYPE OF INSURANCE
PRODUCTS-COMP/OP AGG $
PERSONAL&ADV INJURY $
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
OWNER'S &CONTRACTORS PROT EACH OCCURRENCE $
E DAMAGE (Any one fire)
TBD ANY AUTO
ALL OWNED AUTOS
$ BODILY INJURY x SCHEDULED AUTOS (Per person)
x HIREDAUTOS x NON-OWNED AUTOS (Per accident) $ BODILY INJURY
WORKER'S COMPENSATION
EACH ACCIDENT
DISEASE-POLICY LIMIT EMPLOYERS' LIABILITY
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL
MAIL 30 DAYS WRlnEN NOTICE TO THE CERTIFICATE HOLDER NAMt
CITY OF CARLSBAD IT'S OFFICERS LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATh
EMPLOYEES AND VOLUNTEERS LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESEC 1200 CARLSBAD VILLAGE DRIVE CARLSBAD CA 92008 AUTHORIZED REPRESENTATIVE
c; <) iv\ M E. RC I AI. G E t.1 r: 1 - TBDO a l'(J\,lL 1 ilUiVfi%/t:
2' .r){\$ Igq)(-JF~$EMEr\l"I' Cj,*{/\NC;ES *rJ-{E po(,fcY. PI.ERSE READ I*r CAWL
I.\ [) [I I'?",l(J, Ira p, 1". / pi s Ij n E.[., .*--.' 0 w N E R S) I-. E ss E E s (*
C(] p1 'rat.\ C"r0 I?$? (F 0.R M l3) :, '
..
a
** . I I.\ I s c cid 13 I' :i k! fi-, I? 11 t mi> t I\ f \ I' :; i ri :; 1) I' a ri c: t! p IYW~ cl o (3 II fi tJc: < t I?(! f (i 1 k)w in I! :
1. c: o hi M t.: RCIM, G r.: E{ K rzcI I., I, I mi un c ov ti RAG E PA ru.
, SCHEDULE
t.1 J 1'1 1 i> I> / P o rw 11 o Y Organ kilt1 o r1;
City of Carlsbad, it's Officers, Employees and Votunteers
1200 Carlsbad Village Drive
Carlsbad, CA 92008
. I. (If no et1 try-hppears abova, Inlorrnaltnn taqt~ir~d to cchp~stt! this endor5ernen.t will be shown Ir) Uvi a:3 sppiicablo to Illis onclvtsarnant.)
WHO 15 AN INSURED (Sectlor1 {I) 1s amended to InducJe ai an Inswh?cl tho parsof1 Or ofganka (for1
SCllQdUlt!, hi\ Ui\ly wllli rr!$pect; 10 licil.~i]l(y arlsirltj orit 01 "yovl woi'k'' foi' [hill Ill!;Llf@d by 01 lot' YO\
he City, it's officials, employees and volunteers are to be c
88 acldtkional insured as respects: liability arising out of ac perforinad by or on behalf of thB Contractor; products and comF operations of the contrator; premises owned, leased, hired or
by the qontractor. The coverage shall contain no 'special limj
011 the SCOPO of protection afforded .to .the city, employees or voluntpxs.
Any failure to coinply with 'reporting provisions of the .policy
n0.t affect coverage provided to .the City, its officials, 'o,mplq
0.l: volulltaeru .a .*
CribwaJ-1 Corp,oration DBA: Iietain'i'rig Walls Company insurance (Mc
.
0 its officials
.,
. ..
Casualty Company) shall apkly .separately to each insure) whom claiin is made or suit'is brought, oxcept with respect to
9 limits o$ the insurer's liability..
.a
Mercury Casualty ' * Conipany hereby waives alL rights of sub^ that it may have or may acquirA &gainst the City of Carlsbad 01
of its oEEicials or employoes.
The Contractur's insurance coverage shall be Primary insurance a respeCts the city, its' officials, employees and volunteers. Any
insurance or self-insurance maintained by' the City t its official
employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it.
..
.(:.(> 20 i(3 .(18?j C0pyr;gh t. Insurance services Office, in(;,, 1984
a- .. .."........ .... , .._._ ~
L
I
e Insurance Agency
Pi0 Pico, Suite A
COMPANIES AFFORDING COVERAGE sbad CA 92018
COMPANY LmER A Mercury Casualty 619-729-1 143
COMPANY
LElTER B
COMPANY
LETTER c
COMPANY
LETTER D
OWNERS &CONTRACTORS PROT EACHOCCURRENCE $
$ FIRE DAMAGE (Any one fire)
AC11013159 03/15/95 03/15/96 LlMlT
5 ALL OWNED AUTOS BODILY INJURY (Per person)
BODILY INJURY (Per accident)
x SCHEDULED AUTOS
x HIREDAUTOS
x NON-OWNED AUTOS $
GARAGE LIABILITY
EMPLOYERS LIABILITY
CERTIFICATE HOLDER IS ADDITIONAL INSURED/PRIMARY ENDORSEMENT
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEF
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAM
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLlGATl
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESEI
CITY OF CARLSBAD IT'S OFFICERS
EMPLOYEES AND VOLUNTEERS
1200 CARLSBAD VILLAGE DRIVE
CARLSBAD CA 92008
~~\.J~~~I~l~.I\,,,~,,- .d I, *.-+ 0 ~O\.IC'( iIU+,\Sti<: ACI 1 Ow 59 'P. *
I i .~E{IS ENUOR$E~~E~~*~' CI-(ANc;Es *('!{E fJo(.!cY, P\.E/!SE !?EA/) I*r CAPEFU
/.\[][)['"[(3Npt[", j T\.I$[jRE.[l I--' O\nrNERS, LESSEES c: e :, ' r:(]1\/'1'Rf.\CI"ORS (F0,RM B)
' . '1'pii ya ,? 1'1 J (7~ :; c! cli l: 11 t (r1(> (1 I [i [: 5 if\:: ti I' nrrc: I! 1') I'W id r? d II ndt: ( I I?(: 101 [i'x'l in fl:
c o bit ME I? G IA I, c; c !.I I.: mr\ 1, LI 1: 8 i L I ry c ov E RAG E PA KI'.
. SCHEDULE
f.la 1'1 1 i> 1) I P or so ti E) r 0 t+ga n IZ~I 11 o It:
City of Carlsbad, it's Officers, Employees and Volunteers
1200 Carlsbad Village Drive
Carlsbad, CA 92008
. a. (I[ rio eri try'ilppeors above, informalfan taquitcd to c4r.nptsto this endorseinent wIll be shown in Ihl
8:~ tlppli(!iilslt~ to Ihis errdotsamnnt,)
II'IJ.iC) I:; AN iPtI.jUfiED (Soctjorr 11) IS arnnnctad to tnc~uc~e ai an Insut'ed tha psrgorr 01' organira tIor
Scf?C\:illt?, but wily svllli rr!q>oct Io liiil~illty :~&,icq~ OU\ of "your ivc)i*kO lor thil t h!ilJred by or for Yc
.
'I'l-le city, it' s officials, einpl.oyeos and volunteers are to be
as aclditional insured as respects: liability arising out of a performed by or on behalf of thB Contractor; products and corn operations of the contrator; premises ownofl I leased I hired or
by the Gontractor. The covorage shall contain no 'special lim
011 .I;he scope of protection afforded ,to 'the City, its official @
employees or voluntpers. .* ..
Any failure to comp'ly with 'reporting provisions of the +policy
no,t affect coverage provided to -the City, its officials, 'Frnpi
OX VOJ.LJIl~(3f2~~S : e.
Cribwall Corp.oration DBA: lietain'i'ng Walls Company insurance (I
Casualty Company) sha1.1 apk1y .sQ~arately to ea& insur
whom claim is made or suit'is brought, except: with respect to
Mercury Casualty ' ' Company hereby waives' a1.l rights of .su.
that it may have or may acquirk bgainst the City of Carlsbad , of its officials 0% employees.
The Contractur's insurance coverage shall be primary insurance
respeCts the city, its officials, employees and volunteers- A1
insurance or self-insurance maintained by the City, its officii
employees or volunteers shall be in excess of the contractor's
insurance and shall not contribute with it.
. *.
+ limits o$ the insurer's liability.,
*.
.I
Copytkd1L Instironce ..- Services Ql/icc, /nc;,, 1944 @('X 20 10.1 1 85
.*--*...... ...-, .._.__, ..
4 ,