HomeMy WebLinkAboutSierra Pacific West Inc; 1996-11-20; 3466\
Recording requested by: 1720
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad 1200 Carlsbad Village Dr .
.1 Carlsbad, CA 92008 11111111111 H II U 1111 1998-0337158
Space above this line for Recorder's Use
NOTICE OF COMPLETION
Notice is hereby given that: 1.The undersigned is ownei of tile interest or estate stated beiow in the property hereinafter described.
2.The full name of the undersigned is City of Carlsbad, a municipal corporation.3.The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008.
4.The nature of the title of the undersigned is: In fee.5.A work of improvement on the property hereinafter described was completed on March 27, 1998.
6.The name of the contractor, if any, for such work of improvement is Sierra Pacific West.7.The property on which said work of improvement was completed is in the City of Carlsbad, County of San
Diego, State of California, and is described as the construction of the Olivenhain Road Widening ProjectNo. 3466.
8.The address of said property is Olivenhain Road between El Camino Real and Amargosa Drive.
S, P.E. orks Director/City Engineer
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Council of said City on June 2, 1998 , 1998, accepted the above described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on ...... J..a..u=ne-'---3'--___ , 1998, at Carlsbad, California.
CITY OF CARLSBAD " (\ 11 II _J d' ,___) � � -K Q.;� A.<'L-v--A�ETHA L. RAUTENKRANZ ) City Ciark
Exhibit 3
,
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 26
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
1f!/ero yq/&.z
Sl"So\~o
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Reasons for change:
Item 1: Remedial work to the westbound lanes of Olivenhain Road at Paseo Aliso
was necessary to provide adequate drainage of roadway surface from
median curb to the northerly gutter. The contractor performed this work
under dispute and was later awarded half of his actual costs through the
informal dispute resolution process.
COST ACCOUNTING:
Original contract amount ................................................................. $1,705,364.50
Total amount this c/o ...................................................................... $ 5,218.86
Total amount of previous c/o's ........................................................ $ 136,352.49
Total c/o's to date ............................................................................ $ 141,571.35
New Contract Amount ..................................................................... $1,846,935.85
Total c/o's as% of original contract............................................................. 8.3%
Contingency monies encumbered ..................................................... $ 255,804.00
Contingency increase or decrease .................................................... $ 0
Contingency Subtotal ........................................................................ $ 255,804.00
Total c/o's to date .............................................................................. $ 141,571.35
Contingency Balance ........................................................................ $ 114,232.65
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 26
3o51ooiJ 9Mo0 laif-fo(p/ qoo
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 43170009060/34662900
CONTRACTOR: SIERRA PACIFIC WEST, INC.
ADDRESS: P.O. BOX 231640
ENCINITAS, CA 92023-1640
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 Section 3-5, Disputed Work, SSPWC 1997, the City agrees to compensate
the Contractor as follows:
Item 1: Cold mill existing asphalt, construct a 1.5" asphalt overlay, raise access
hole frames and covers to grade, and replace traffic striping for the lump
sum price of $5,218.86.
Increase to contract cost.. ......................................................... $ 5,218.86
This change order compensates the Contractor for all costs associated with this
disputed work.
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 26
Page 2
TOTAL INCREASE TO CONTRACT COST .................................................... $ 5,218.86
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
... .
C STRUCTION MAN
f. f?~
~KS MANAGER
ffe ... ~. ~v<-sln(vo
FINANCE DIRECTOR (DATE}
DISTRUBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
DEPUTY CITY ENGINEER, DESIGN
APPROVED BY:
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 25
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
;;/·1,r
"3/'-d
)Jc,~
Public Works Director/City Engineer
Engineering Inspection
Finance Director
11~,J
? /L; ~
City Manager/Mayor
Engineering Inspection
Reasons for change:
Item 1: The east and north bound traffic lanes on Leucadia Blvd. are not ready for
through traffic necessitating interim traffic control on north bound
Olivenhain Road.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 1,000.00
Total amount of previous c/o's ..................................................... $ 135,352.49
Total c/o's to date ......................................................................... $ 136,352.49
New Contract Amount .................................................................. $1,841,716.99
Total c/o's as% of original contract............................................................. 8%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
136,352.49
119,451.51
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 25
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: __ ..,_P..:...::.O=·....:::B~O=X.!..-'2=3~1-=6-'-'40><-_______________ _
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC 1994, perform the following as directed by
the Engineer:
Item 1: Provide all labor and materials to install and maintain interim traffic control
per interim traffic control plan.
Estimated Increase to contract cost.. ........................................ $ 1,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................ $ 1,000.00
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 25
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
~{& 3 fff fSRINCIPALCONSTR. INSPECTOR (0 i )
~Ji~,_
FINANCE DIRECTOR
DISTRIBUTION:
3/11/1J
(DATE)
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
3-/t-?6
(DATE)
' ->
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 24
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
"l/n AJ
1}.c; y
":>{ c}r
>ht'
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
"3ho Engineering Inspection -,
Reasons for change:
Item 1: This change order compensates the contractor for several disruptions in
efficiencies due to necessary field changes in constructing the bridge.
The contractor's claim was received February 24, 1998.
#,· .. r-
,cOST•ACCOUN'rlNG: ..
,+
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 1,407.02
Total amount of previous c/o's ..................................................... $ 133,945.47
Total c/o's to date ......................................................................... $ 135,352.49
New Contract Amount .................................................................. $1,839,309.97
Total c/o's as% of original contract.......................................................... 7.9%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
135,352.49
120,451.51
..
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 24
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: ---'-P'"""'.O'-'-. -=B-""O~X~2=3-'-16=-4'--=0 _______________ _
ENCINITAS CA 92023-1640
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 section 3-2.2.3, Agreed Prices, SSPWC 1994, the Bridge subcontractor
shall be compensated for the following work:
Item 1: Time and labor required for necessary field changes.
Increase to contract cost.. ......................................................... $ 1,407.02
TOTAL INCREASE TO CONTRACT COST ................................................. $ 1,407.02
;,,
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 24
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY 1 WORKING DAY.
RECOMMENDED BY: APPROVED BY:
lt-1 t & 3/41~
PRINCIPAL CONSTR. INSPECTOR 7(DATE)
~-/6-~ rCONTRCTO (DA TE)
RKSDIR/CITYE!/~ A~~--~~~t\q~
~ ;f/4,,<.,0_, 3/Jq /c,!f
FINANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
(DATE)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 23
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: The traffic control plans for phase 11 construction were in error. The space
between K-rail and northerly curb and gutter allowed for a 12' west bound
lane and an 11' east bound lane instead of a 17' and 12' respectively
forcing traffic to drive on edge of gutter causing damage to section of curb
and gutter.
Item 2: Existing AC road section is substandard (3" AC on native). This area will
not withstand prolonged traffic.
Item 3: The existing AC at the east end of project should be ground to allow for
smooth transition from new roadway.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 4,500.00
Total amount of previous c/o's ..................................................... $ 129,445.47
Total c/o's to date ......................................................................... $ 133,945.47
New Contract Amount .................................................................. $1,839,309.97
Total c/o's as% of original contract.......................................................... 7.9%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
133,945.47
121,858.53
.. ...
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 23
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: P.O. BOX 231640 ---~~~~~~------------------
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC 1994, perform the following per the
direction of the Engineer:
Item 1:
Item 2:
Item 3:
Provide all necessary labor, equipment and materials to remove and
replace 15' of damaged curb and gutter.
Estimated increase to contract cost ............................................ $ 500.00
Provide all necessary labor, equipment and materials to remove existing AC
and native materials and reconstruct road per contract specifications.
Estimated increase to contract cost ........................................... $ 3,500.00
Provide all labor and equipment to grind areas as marked to provide a
smooth transition from new AC roadway to existing.
Estimated Increase to contract cost.. .......................................... $ 500.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................ $ 4,500.00
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 23
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY 1 WORKING DAY.
RECOMMENDED BY:
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
'
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 22
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director City Manager/Mayor Engineering Inspection
Item 1: A grading plan revision sheet 4 of the project plans of the N.E. corner of Olivenhain Road and El Camino Real was initiated by the City that required additional survey, grading, and export of dirt since unclassified
excavation is a lump sum price.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50 Total amount this c/o ................................................................... $ 5,200.00
Total amount of previous c/o's ..................................................... $ 124,245.47
Total c/o's to date ......................................................................... $ 129,445.47
New Contract Amount .................................................................. $1,834,809.97 Total c/o's as % of original contract .......................................................... 7.6%
Contingency monies encumbered .................................................. $ Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00 0
255,804.00 129,445.47 126,358.53
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 22
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: __ P~·-=O-'--. =-BO-=-'X'--'--=2-=-31'-=6--'-40~---------------
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC 1994, perform the following per the
direction of the Engineer:
Item 1: Provide all labor and equipment to resurvey, grade to revised elevations
and export excess dirt at the northeast corner of Olivenhain Road and El
Camino Real.
Estimated Increase to contract cost ............................................... $ 5,200.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................... $ 5,200.00
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 22
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
(DATE)
J " {/f ~ Ji\U]k~11~1R
RK DIR./ CITY ENG ( ATE) CITY~NAGERfMA'r'O~ (DAT)
~~~
FINANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
3/!~/1f
(DATE)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 21
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor Engineering Inspection
Item 1: Neither the plans nor the special provisions address the requirement for
capacity charges associated with the installation & usage of the 1" median
irrigation meter. Therefore, reimbursement of these cost are appropriate.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 8,996.00 Total amount of previous c/o's ..................................................... $ 115,249.47 Total c/o's to date ......................................................................... $ 124,245.47
New Contract Amount .................................................................. $1,829,609.97
Total c/o's as% of original contract.......................................................... 7.3%
Contingency monies encumbered .................................................. $ Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $ Contingency Balance ..................................................................... $
255,804.00 0
255,804.00
124,245.47 131,558.53
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 21
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: __ P'--'.'-=O-'-. =-BO-=-X"--'--=2=-31.a....;:6'-',.4=-0 ______________ _
ENCINITAS CA 92023-1640
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, the following is agreed to:
Item 1: Reimbursement of contractor for capacity fees associated with the
installation and useage of the 1" median irrigation meter and service.
Increase to contract cost.. .............................................................. $ 8,996.00
TOTAL INCREASE TO CONTRACT COST .................................................... $ 8,996.00
#3466, OLIVENHAIN ROAD WIDENING PROJECT Page 2
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 21
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
i_41t.& ~I PkiNciPAL coNSTR. INSPECTOR TATE)
PUBLIC WORKS DIR./ CITY ENG. (DATE)
FINANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
(DATE)
APPROVED BY:
CONTRACTOR (DATE)
CITY MANAGER/MAYOR (DATE)
-<
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 20
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: The asphalt failed at sta 13+90± from lip of gutter to 11' from face of curb.
The area had to be excavated, rebased with class II aggregate base and
repaired with ¾" AC.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 5,000.00
Total amount of previous c/o's ..................................................... $ 110,249.47
Total c/o's to date ......................................................................... $ 115,249.47
New Contract Amount .................................................................. $1,820,613.97
Total c/o's as% of original contract.......................................................... 6.7%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
115,249.47
140,554.53
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 20
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: ---'-P"-".O;;..:... -=B--=O..a....;X:....=2=3 __ 16;:::;....4.:..;::;0 _______________ _
ENCINITAS CA 92023-1640
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 section 3-3 Extra Work, SSPWC 1994, perform the following per the
direction of the Engineer:
Item 1: Provide all labor, equipment and materials to excavate the failed asphalt
area at± sta. 13+90, and dispose of the saturated material, replace with 20"
of class II AB and base pave with¾" AR4000 asphalt concrete.
Estimated Increase to contract cost.. ............................................. $ 5,000.00
TOT AL ESTIMATED INCREASE TO CONTRACT COST ............................... $ 5,000.00
..... ' "
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 20
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY ..1.. WORKING DAY.
RECOMMENDED BY: APPROVED BY:
PRINCIPAL CONSTR. INSPECTOR c(!ll: (DATE)
~~ ~~/ /q;r
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
,
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 19
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: During trench excavation for the storm drain at sta. 15+02 ± a concrete
encasement was discovered to be in conflict with the installation of the 18"
storm drain. The encasement is not shown on the plans nor was it
marked out. It was ultimately discovered to be an encasement of
SDG&E's primary electrical cable conduits. This prevented the installation
of the S.D. and subsequently the curb and gutter until after the
underground conversion. Consequently, this required additional
mobilization to install the storm drain and to form and pour the curb and
gutter.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 5,000.00
Total amount of previous c/o's ..................................................... $ 105,249.47
Total c/o's to date ......................................................................... $ 110,249.47
New Contract Amount .................................................................. $1,815,613.97
Total c/o's as% of original contract.......................................................... 6.5%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
110,249.47
145,554.53
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 19
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: --'--P=--=.O~. -=B-=O.a....;Xa....=2=3...:...;16=--4:....::c0 _______________ _
ENCINITAS CA 92023-1640
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 section 3-3 Extra Work, SSPWC 1994, perform the following per the
direction of the Engineer:
Item 1: Provide all necessary labor, equipment, and materials for demolition of
concrete encasement and mobilization to install the 18" storm drain at sta.
15+02 and mobilization for curb and gutter. The storm drain pipe
installation and curb and gutter will be paid per contract unit price and is not
part of this change order.
Estimated Increase to contract cost.. ............................................. $ 5,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................... $ 5,000.00
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 19
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY -1._ WORKING DAY.
RECOMMENDED BY:
~{f94L J~flf PR'INCiPALoNSTR. INSPECTOR (DA E)
~.:,ft(~ 0/it/rf'
FINNCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
J-'?-?e
(DATE)
t.
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 18
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: The existing sidewalk along northbound ECR south of the intersection at
Olivenhain was damaged by equipment traversing upon it during
relocation of Pac Bell conduits at sta. 80+02. This work should be
reimbursed by Pacific Bell.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 1,705.38
Total amount of previous c/o's ..................................................... $ 103,544.09
Total c/o's to date ......................................................................... $ 105,249.47
New Contract Amount .................................................................. $1,810,613.97
Total c/o's as% of original contract.......................................................... 6.2%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
105,249.47
150,554.53
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 18
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: __ P:....a•=-=Oc..:..... =B-=O~X-=2=3..:...;16::....4=0 _______________ _
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC 1994, per the direction of the Engineer:
Item 1: Remove and dispose of damaged sidewalk at sta. 80+02 as marked.
Estimated Increase to contract cost.. ............................................. $ 1,000.00
Pursuant to section 3-2.2.1, Contract Unit Prices, SSPWC 1994, perform the following:
Item 2: Replace 433 SF of sidewalk at sta. 80+02 per contract unit prices; 433 SF
@ $1.63/SF = $705.38.
Increase to contract cost.. ............................................................... $ 705.38
TOTAL ESTIMATED INCREASE TO CONTRACT COST .............................. $1,705.38
-
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 18
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY _.1_ WORKING DAY.
RECOMMENDED BY:
P INCIPAL CONSTR. INSPECTOR (
~~~✓7~ FINNCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
,.
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 17
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: Bid items no.'s 28 and 61 were underestimated from the actual quantities
constructed.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 12,627.23
Total amount of previous c/o's ..................................................... $ 90,916.86
Total c/o's to date ......................................................................... $ 103,544.09
New Contract Amount .................................................................. $1,808,908.59
Total c/o's as% of original contract.......................................................... 6.1 %
Contingency monies encumbered .................................................. $ 255,804.00
Contingency increase or decrease ................................................. $ 0
Contingency Subtotal ..................................................................... $ 255,804.00
Total c/o's to date ........................................................................... $ 103,544.09
Contingency Balance ..................................................................... $ 152,259.91
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 17
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: P.O. BOX 231640 --~~~~~~~-----------------
ENCINITAS CA 92023-1640
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:
Extend contract bid item 28, PCC sidewalk quantity by 2,411 SF; 2,411 SF
@ 1.63/SF = $3,929.93.
Increase to contract cost.. .............................................................. $ 3,929.93
Extend contract bid item 61, median sleeving quantity by 530 LF; 530 LF @
$16.41/LF = $8,697.30.
Increase to contract cost.. ............................................................... $ 8,697.30
TOTAL INCREASE TO CONTRACT COST ................................................. $ 12,627.23
"' .
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 17
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
~ t(?c?L ,, k
INCWALONSTR. INSPECTOR (~)
~ ::__ ~ ~11/ ff
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
3 -_)-
(DATE)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 16
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director City Manager/Mayor
Engineering Inspection
Item 1: The City of Encinitas has requested additional work along the existing park from sta. 15+05 to sta. 16+17 which includes the following: relocate (2)
existing survey monuments, removal and disposal of existing curb, gutter,
sidewalk, stampcrete and salvaging of existing irrigation system; Reengineer
and stake for additional C G alignment, reconstruct curb, gutter,
sidewalk/driveway, decorative stampcrete at park entrance, restoration of
irrigation system and landscaping grinding of AC roadway so that overlay will
match new gutter elevation. The cost of this work will be reimbursed by the City of Encinitas in the final accounting for this project.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50 Total amount this c/o ................................................................... $ 11,999.14
Total amount of previous c/o's ..................................................... 78,917.72 Total c/o's to date ......................................................................... 90,916.86
New Contract Amount .................................................................. $1,796,281.36 Total c/o's as % of original contract .......................................................... 5.3%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $ Total c/o's to date ........................................................................... $ Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
90,916.86 164,887.14
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 16
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: __ P'"""'.-=O-'--. =-BO=.aX:....a...=23=-1=--=6.....:...40=-------------------
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, perform the following per the direction of the
Engineer:
Item 1: Provide all labor, equipment and materials to relocate existing survey
monuments, remove and dispose of the existing curb, gutter, sidewalk,
stampcrete, AC, and salvage existing irrigation systems. Reengineer and
stake for new curb and gutter realignment, reconstruct stampcrete park
entrance, restore irrigation system and landscaping, grind AC.
Estimated increase to contract cost ............................................. $ 10,000.00
Pursuant to section 3-2.2.1, Contract Unit Prices, perform the following:
Item 2: Provide all labor, equipment and materials to reconstruct curb, gutter,
sidewalk from sta. 15+05 to sta. 16+17 and driveway at sta. 14+36 per
contract specifications at contract unit prices. 502 SF of sidewalk @
$1.63/SF = $818.26; 104 SF of driveway@ $329.68; and 112 LF of curb
and gutter@ 851.20; totals $1,999.14.
Increase to contract cost .............................................................. $ 1 , 199. 14
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................ $11,999.14
,, '
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 16
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY -3. WORKING DAYS.
RECOMMENDED BY:
~ :___ ~ ~ 3!1t/76
f ~E DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
~3,S·-fd
C~ (DATE)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 15
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: Neither the project plans nor the special provisions identified the necessity of
removing the cone and one section of shaft¼R§' of the sewer A.H. at sta. 3+50
to adjust to FG.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 2,000.00
Total amount of previous c/o's ..................................................... $ 76,917.72
Total c/o's to date ......................................................................... $ 78,917.72
New Contract Amount .................................................................. $1,784,282.22
Total c/o's as% of original contract.......................................................... 4.6%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
78,917.72
176,886.28
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 15
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: --~P.~O~. =B~O~X~2=3 ........ 16"'-'4'-='-0 _______________ _
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC, 1994, perform the following per the
direction of the Engineer:
Item 1: Provide all labor,_ '!l~!~!ials and equipment to remove the existing A.H. >4 a-,J.__
cove~ring~and~ctio~ shaft~. Reconstruct w#R-new
shaft' " existing cone, ~ ~er r~. Adjust to FG with grade ring per
contract 'bid item. A
Estimated increase to contract cost ........................................... $ 2,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST .............................. $ 2,000.00
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 14
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
t.Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: This work was inadvertently omitted from the plans but must be done to
properly construct the street median island. Therefore, the existing AC must
be removed for the construction of this curb.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 2,000.00
Total amount of previous c/o's ..................................................... $ 74,917.72
Total c/o's to date ......................................................................... $ 76,917.72
New Contract Amount .................................................................. $1,782,282.22
Total c/o's as % of original contract.......................................................... 4.5%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
76,917.72
178,886.28
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 14
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: __ ,_P.a...;::O;..;_. -=B-=O..:....;Xa....=2=-3...e.,;16=-4=-=0 _______________ _
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC, 1994, perform the following as directed
by the Engineer:
Item 1: Provide all equipment and materials necessary to remove additional AC
pavement as marked, excavate the existing material below the AC as
necessary and construct the median curb per specification. The curb will be
paid per bid item.
Estimated increase to contract cost ........................................... $ 2,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST .............................. $ 2,000.00
'
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 14
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY ONE (1) WORKING DAY.
RECOMMENDED BY: APPROVED BY:
,~ cf &_ 1-Y'ri
PfoNCIPAL CONSTR. INSPECTOR (DATE)
----1-ze-97
(DATE)
. I-Jt1-9f ~;).\3\<t'b
G. (DATE) CIT~ 7oATE)
FINANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
(DATE)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 13
PROJECT: #3466, OLIVENHAIN ROAD w1o!N1NG
Date Routed:
Reasons for change:
Public Works Director/City Engineer
Engineering Inspection
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: Neither the plans nor special provisions addressed the issue of electrical
service to two (2) irrigation controllers. Therefore, electrical conduit must
be installed from the service drop to the controller.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 2,000.00
Total amount of previous c/o's ..................................................... $ 72,917.72
Total c/o's to date ......................................................................... $ 74,917.72
New Contract Amount .................................................................. $1,780,282.22
Total c/o's as % of original contract.......................................................... 4.4%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
74,917.72
180,886.28
..
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 13
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: --'--P.=--=O;_;_. =B-=O.a-,Xc...=2=3--'-'16=-c4=-=0 _______________ _
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC, 1994, perform the following:
Item 1: Provide all materials, labor and equipment to extend the electrical service
conduit for the irrigation controller at the mitigation site and at sta. 10+00
per attached SDG&E service order. Work to be performed on time and
materials.
Estimated increase to contract cost ........................................... $ 2,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST .............................. $ 2,000.00
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 13
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE NOT
BE AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
co~
~~;,/4~9t
CITY MANAGER/MAYOR '{DAE)
~ -~ lt>/1 t'
~~RECTOR 1 (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
,,~4.
fl,. . ·• f!
•
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 12
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
Reasons for change:
Public Works Director/cff·ty En Engineering Inspection Finance Director City Manager/Mayor Engineering Inspection
Item 1: The initial survey staking was lost due to the relocation of various utilities such as the SDG&E 4" gas main at sta. 10+02 and sta. 13+35 and Pac Bell conduits at sta. 5+45.
Item 2: This activity was originally scheduled to be completed during Phase Ill construction. However, to minimize the affects of run-off of future storms, this activity should be scheduled immediately.
Item 3: Upon excavation for the B-1 curb inlet at Sta. 80+02 it was discovered that the telephone conduits would interfere with the excavation and subsequent construction of the structure. Consequently, the contractor had to demobilize from this activity. Upon remobilization, re-excavation for the B-1 curb inlet was required.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50 Total amount this c/o ................................................................... $ 4,350.83 Total amount of previous c/o's ..................................................... $ 68,566.89 Total c/o's to date ......................................................................... $ 72,917.72 New Contract Amount .................................................................. $1,778,282.22 Total c/o's as % of original contract .......................................................... 4.3%
Contingency monies encumbered .................................................. $ Contingency increase or decrease ................................................. $ Contingency Subtotal ..................................................................... $ Total c/o's to date ........................................................................... $ Contingency Balance ..................................................................... $
255,804.00 0 255,804.00 72,917.72 182,886.28
,I
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 12
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: __ _,_P-=--=.O::....:.•-=B:....::O=X..:....:2=3c....:.1-=64....:....:0::....__ _______________ _
ENCINITAS CA 92023-1640
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 section 3-2.2.3, Agreed Prices and subsection 5-5, Delays, SSPWC 1994,
perform the following:
Item 1:
Item 2:
Item 3:
Replace the survey staking for the 21" Storm Drain at sta. 5+45 and the 8"
sewer laterals and A.H. at sta. 10+02 and sta. 13+35 for the lump sum price
of $396.00.
Increase to contract cost.. ............................................................. $ 396.00
Provide all labor, equipment and materials to immediately install the 24"
Storm Drain at sta. 1 +60. This work will be done at night for the lump sum
price of $3,655.63.
Increase to contract cost ................................................................ $ 3,655.63
Provide all labor, equipment and materials for remobilization and re-
excavation for the B-1 curb inlet at sta. 80+02. Work to be performed for
the lump sum price of $299.20.
Increase to contract cost ................................................................ $ 299.20
TOTAL INCREASE TO CONTRACT COST ................................................... $ 4,350.83
. ,
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 12
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY 3 WORKING DAYS.
RECOMMENDED BY:
p~ofs&rcTOR cilis7
1 -~ ~ ~ fo/lv /Cf 7
FfNANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING ....-
CONTRACTOR I,/
APPROVED BY:
;t-6· 17
(DATE)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 11
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
/~d~-, City Engineer 7fJ3!i:_ Engineering Inspection
Community Development Director
Finance Director
/bh7
[')5 7
di]_
...f..!..lJ..2_
City Manager/Mayor
Engineering Inspection
Reasons for change:
Based upon the results of soils test done at the mitigation site, additional
chemical and physical corrections are necessary to achieve acceptable plant
growth. These soil corrections are recommended by Ogden Environmental and
Energy Services. These adjustments are in addition to the requirements as
stipulated in the special provisions.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 1,497.00
Total amount of previous c/o's ..................................................... $ 67,069.89
Total c/o's to date ......................................................................... $ 68,566.89
New Contract Amount .................................................................. $1,773,931.39
Total c/o's as% of original contract............................................................. 4%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
68,566.89
187,237.11
I
CITY OF CARLSE!t9 ,
<2 OCT 2 2 1997
PROJECT: #3466 OLIVENHAIN ROAD WIDENING ENGINEERING
DEPARTMEJ,ff
CONTRACT CHANGE ORDER NO. 11
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: P.O. BOX 231640 --~~~~~~~------------------
ENCINITAS CA 92023-1640
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 section 3-2.2.3, Agreed Prices, SSPWC 1994, proceed with the following:
Item 1: Provide all labor, materials and equipment to amend to soil at the mitigation
site as recommended by Ogden Environmental and Energy Services.
Increase to contract cost ............................................................... $ 1,497.00
TOTAL INCREASE TO CONTRACT COST ................................................... $ 1,497.00
I
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 11
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
/d. '<f7
(DAT )
~ .:._, ~ I 6/31 / 1 l
!NANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING .,,., /
CONTRACTOR /
APPROVED BY:
I CITY OF CARLSBAD
I
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 10
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
ffi7 r,.
City Engineer
Engineering Inspection
Community Development Director
Finance Director
/., I I
/O~c;: o/7
10(1!41 fol '1'1
City Manager/Mayor
Engineering Inspection
Reasons for change:
Item 1: Upon excavation for the new sewer A.H. at sta. 10+02, it was discovered that
the existing 18" VCP Sewer Main appeared encased in concrete. Leucadia
County Water District was contacted and their representative confirmed the
sewer is indeed encased in concrete. Additionally, groundwater was
encountered. Consequently, extra time in labor, equipment use, and material
costs to over-excavate, remove concrete encasement, dewater and trench
shield the excavation was necessary to accomplish this work.
Furthermore, based upon the discoveries at sta. 10+02, the same situation is
anticipated at new A.H. at sta. 13+35. Exacerbating the situation is the
excavation must occur immediately adjacent to the new west-bound lanes of
Olivenhain Road and due to the proximity to existing utilities and the depth of
the excavation, special shoring will be required.
Item 2: The existing 12" CML&C steel water main, that is either to be abandoned in
place or relocated, is in conflict with the new storm drain installations at sta.
5+45±, sta. 10+30±, and sta. 13+65±. The water main must be cut and
capped at each conflict location.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 50,000.00
Total amount of previous c/o's ..................................................... $ 17,069.89
Total c/o's to date ......................................................................... $ 67,069.89
New Contract Amount .................................................................. $1,772,434.39
Total c/o's as% of original contract.......................................................... 3.9%
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $
Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0
255,804.00
67,069.89
188,734.11
·• ,, .
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 10
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: P.O. BOX 231640 ---~~~~~~------------------
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC 1994, perform the following as directed by
the Engineer:
Item 1:
Item 2:
Provide all labor, equipment and materials necessary to enable construction
of the access hole at sta. 10+02 and sta. 13+35 to proceed, including
special shoring, dewatering and removing of concrete encasement.
Estimated Increase to contract cost.. .......................................... $ 45,000.00
Provide all labor, equipment and materials to cut, cap and dispose of
existing 12" water main.
Estimated Increase to contract cost.. ........................................... $ 5,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................. $50,000.00
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 10
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY 7 WORKING DAYS.
RECOMMENDED BY:
INCIPALcoNSTR. INSPECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
,0/30/'17
(DATE)
APPROVED BY:
•
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O NO. 8
PROJECT: #3466, OLIVENHAIN ROAD WIDENING
Date Routed:
�---to--11
z;-7 71-/t,-'11 c::z---rs-Cj 7 q-'11 7-J'/,'17
Reason for change:
City Engineer
Engineering Inspection
Community Development Director
Finance Director
City Manager/Mayor Engineering Inspection
The following elevation of the B-1 curb inlet at Sta. 80+02.47 is inconsistent with the
flowline of the existing gutter and the flowline of the gutter on the new bridge. Consequently, the flowline at the B-1 C.I. had to be adjusted to allow proper drainage. This will necessitate installation of a protection bar across the throat of the B-1 C.I.
COST ACCOUNTING:
Original contract amount .............................................................. $1,705,364.50
Total amount this c/o ................................................................... $ 412.50
Total amount of previous c/o's ..................................................... $ 16,657.39
Total c/o's to date ......................................................................... $ 17,069.89
New Contract Amount .................................................................. $1,722,434.39 Total c/o's as% of original contract ............................................................. 1 %
Contingency monies encumbered .................................................. $
Contingency increase or decrease ................................................. $ Contingency Subtotal ..................................................................... $
Total c/o's to date ........................................................................... $
Contingency Balance ..................................................................... $
255,804.00
0 255,804.00
17,069.89
238,734.11
CITY OF CARLSBAD
PROJECT: #3466 OLIVENHAIN ROAD WIDENING
CONTRACT CHANGE ORDER NO. 8
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC.
ADDRESS: __ ,:_P;:..;::.O:....:... -=B-=O..:....;X=--=2=3 ..... 16=--4:....:::0 _______________ _
ENCINITAS CA 92023-1640
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:
Provide all labor and materials to adjust gutter flowline of the B-1
C.I. at Sta. 80+02.47 and install a protection bar at throat of inlet
per SDRSD D-12.
Increase to contract cost. ............................................................ $412.50
TOTAL INCREASE TO CONTRACT COST .............................................. $412.50
#3466, OLIVENHAIN ROAD WIDENING PROJECT
Change Order No. 8
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
COMM. DE . IREC (DATE}
~~~ 11r->1~1
FINANEDIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING ~ c;/.,).r /n
CONTRACTOR L..-q/;;r/f 7
APPROVED BY:
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O #7
Project: # 3466, Olivenhain Road Widening
Date Routed:
ef:J/:r
7iE/g,
City Engineer
Engineering Inspection
Community Development Director
Finance Director ~" ?XICZ] I
City Manager/Mayor
Engineering Inspection
Reason for change:
Item 1: SDG&E requested a modification to the retaining wall for the
transformer/vault installation at Sta. 7+10± as shown on sheet 7 (detail
shown on sheet 4) of the plans. Cost to be reimbursed by SDG&E.
COST ACCOUNTING:
Original contract amount ................................................................. $1,705,364.50
Total amount this c/o ...................................................................... $ 1,760.00
Total amount of previous c/o's ........................................................ $ 14,897.39
Total c/o's to date ............................................................................ $ 16,657.39
New Contract Amount ..................................................................... $1,722,021.89
Total c/o's as% of original contract.......................................................... .98 %
Contingency monies encumbered .................................................... $
Contingency increase or decrease ................................................... $
Contingency Subtotal ....................................................................... $
Total c/o's to date ............................................................................. $
Contingency Balance ....................................................................... $
255,804.00
0
255,804.00
16,657.39
239,146.61
CITY OF CARLSBAD L. \.~.:_.~ --.. ; .... , .•' .. _,,
PROJECT: # 3466, Olivenhain Road Widening
I ...
CONTRACT CHANGE ORDER NO. 7 ~---~. l • I , .' , , . I : I
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC
ADDRESS: PO BOX 231640
ENCINITAS CA 92023-1640
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 section 3-2.2.3,Agreed Prices, SSPWC 1994, perform the following:
Item 1: Provide all equipment, labor, and materials necessary to modify the masonry
block retaining wall as depicted on sheet 4 of the grading plans. The work to
include excavation for and placement of footing, construction of a type 4 retaining
wall per SDRSD C-4 and partial demolition of the existing concrete footing.
Increase to Contract Cost.. .............................................................. $ 1,760.00
TOTAL INCREASE TO CONTRACT COST .................................................... $ 1,760.00
# 3466, Olivenhain Road Widening
Change Order No. 7
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED 8 WORKING DAYS.
RECOMMENDED BY:
(DATE)
C DIRECTOR (DTE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING /
CONTRACTOR
APPROVED BY:
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O #6
Project: # 3466, Olivenhain Road Widening
Date Routed:
'ti/,/� ·7raw B/Bl9'1�� 5£/57
Reason for change:
City Engineer Engineering Inspection
Community Development Director
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: Per recommendation of the soils engineer, crushed rock for stabilization
was placed in the northwesterly quadrant of the over-excavated area
beneath the detention basin "D" spillway prior to placement of suitable
soils.
COST ACCOUNTING:
Original contract amount ................................................................. $1,705,364.50
Total amount this c/o ...................................................................... $ 693.00
Total amount of previous c/o's ........................................................ $ 14,204.39 Total c/o's to date ............................................................................ $ 14,897.39
New Contract Amount ..................................................................... $1,720,261.89 Total c/o's as% of original contract............................................................ .9 %
Contingency monies encumbered .................................................... $
Contingency increase or decrease ................................................... $ Contingency Subtotal ....................................................................... $ Total c/o's to date ............................................................................. $
Contingency Balance ....................................................................... $
255,804.00
0
255,804.00 14,897.39
240,906.61
CITY OF CARLSBAD
PROJECT: # 3466, Olivenhain Road Widening
CONTRACT CHANGE ORDER NO. 6
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC
ADDRESS: __ ....:,.P_O=-=B-=O-'-'X:....::2=3~16=-4:..-=0 _______________ _
ENCINITAS CA 92023-1640
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: Provide all equipment, labor and materials to stabilize the excavated area
beneath the detention basin "D" spillway. Work to be performed for the lump
sum of $693.00.
Increase to contract cost.. ................................................................... $ 693.00
TOTAL INCREASE TO CONTRACT COST ...................................................... $ 693.00
# 3466, Olivenhain Road Widening
Change Order No. 6
Page2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
~7 ~)
~?2~ .?~97 FINANCOIRECTOR (DAT
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
ORIGINAL
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O #5
Project: # 3466, Olivenhain Road Widening
Date Routed:
�(17
ft /.;.-1/tn
�7/7 7 1/1]
Reason for change:
City Engineer Engineering Inspection
Community Development Director
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: Conflicting representations of the rip rap rock protection for bridge
abutments 1 and 3 as shown on sheet 5 of the grading plans and sheet
30 of the bridge plans, required redesign of the bridge deck falsework.
COST ACCOUNTING:
Original contract amount ................................................................. $1,705,364.50 Total amount this c/o ...................................................................... $ 4,726.39
Total amount of previous c/o's ........................................................ $ 9,478.00
Total c/o's to date ............................................................................ $ 14,204.39 New Contract Amount ..................................................................... $1,719,568.89 Total c/o's as% of original contract............................................................ .8 %
Contingency monies encumbered .................................................... $ Contingency increase or decrease ................................................... $
Contingency Subtotal ....................................................................... $
Total c/o's to date ............................................................................. $
Contingency Balance ....................................................................... $
255,804.00
0
255,804.00
14,204.39 241,599.61
CITY OF CARLSBAD
PROJECT: # 3466, Olivenhain Road Widening
CONTRACT CHANGE ORDER NO. 5
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC
ADDRESS: ---'-P--'O=--=-BO-'--X""""'-=2 ....... 31.....:6a....:..4 ....... 0 ______________ _
ENCINITAS CA 92023-1640
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: Provide all labor and materials to redesign and modify the bridge deck falsework.
Work to be performed for the lump sum price of $4,726.39.
Increase to contract cost. ................................................................... $4,726.39
TOT AL INCREASE TO CONTRACT COST .................................................... $4,726.39
# 3466, Olivenhain Road Widening
Change Order No. 5
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY 8 WORKING DAYS.
RECOMMENDED BY:
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
CONTRACTOR (DATE)
.---" .. AL
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O #4
Project: # 3466, Olivenhain Road Widening
Date Routed:
Reason for change:
ORIGINAL
City Engineer
Engineering Inspection
Community Development Director
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: Minor survey calculations and slope stakes were required due to the
revision of sheet 4 of the grading and drainage plans.
COST ACCOUNTING:
Original contract amount ................................................................. $1,705,364.50
Total amount this c/o ...................................................................... $ 693.00
Total amount of previous c/o's ........................................................ $ 8,785.00
Total c/o's to date ............................................................................ $ 9,478.00
New Contract Amount ..................................................................... $1,714,842.50
Total c/o's as% of original contract............................................................ .6 %
Contingency monies encumbered .................................................... $
Contingency increase or decrease ................................................... $
Contingency Subtotal ....................................................................... $
Total c/o's to date ............................................................................. $
Contingency Balance ....................................................................... $
255,804.00
0
255,804.00
9,478.00
246,326.00
,
CITY OF CARLSBAD
PROJECT: # 3466, Olivenhain Road Widening
CONTRACT CHANGE ORDER NO. 4
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC
ADDRESS: __ ....a..P_O=-=B-=O..a....;X:....=2=3-=-16::c..4:...:0 _______________ _
ENCINITAS CA 92023-1640
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 Provide the necessary recalculations and staking to facilitate the grading of the
N.E. corner of El Camino Real and Olivenhain Road per revised grading and
drainage plan as shown on sheet 4R. Work to be performed for the lump sum
price of $693.00.
Increase to contract cost. ...................................................................... $693.00
TOTAL INCREASE TO CONTRACT COST ....................................................... $693.00
# 3466, Olivenhain Road Widening
Change Order No. 4
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
z, ?
RINCIPA INSPECTOR (D TE
~0tJ)
~Z-/-t:,T c6 .~ROR7(DATE)
~~~ i).},/~l
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION Fll.).E (ORIGINAL)
PURCHASING J
CONTRACTOR j
APPROVED BY:
5-J7-1-?
CONTRACTOR (DATE)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O #3
Project: # 3466, Olivenhain Road Widening
Date Routed:
Reason for change:
City Engineer Engineering Inspection
Community Development Director
Finance Director
City Manager/Mayor
Engineering Inspection
Item 1: The eastbound lane of existing Olivenhain Road between Sta. 9+ 75± and
Sta. 14+00± is disintegrating, and therefore, requires some remedial
paving which is not covered in the original scope of work.
COST ACCOUNTING:
Original contract amount ................................................................. $1,705,364.50 Total amount this c/o ...................................................................... $ 5,000.00
Total amount of previous c/o's ........................................................ $ 3,785.00
Total c/o's to date ............................................................................ $ 8,785.00
New Contract Amount ..................................................................... $1,714, 149.50
Total c/o's as % of original contract . ... .... .... .. . . ... . . ........ .. . . . . . .. . . . ......... ... . . . . . .. .5 %
Contingency monies encumbered .................................................... $ Contingency increase or decrease ................................................... $
Contingency Subtotal ....................................................................... $
Total c/o's to date ............................................................................. $ Contingency Balance ....................................................................... $
255,804.00
0 255,804.00
8,785.00
247,019.00
'
CITY OF CARLSBAD
PROJECT: # 3466, Olivenhain Road Widening
CONTRACT CHANGE ORDER NO. 3
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC
ADDRESS: ----=-P_O=---=B-=O..:....;X:....=2=3-=-16=--4;..;::;0 _______________ _
ENCINITAS CA 92023-1640
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 section 3-3, Extra Work, SSPWC 1994, perform the following as directed by the
Engineer:
Item 1: Provide all equipment, labor, and materials to construct a leveling course of 3/8"
mix AC, Petro-mat, and a 1 ½" cap with 3/8" AC. All work to occur on Saturday,
May 4, 1997.
Estimated increase to contract cost.. ................................................. $5,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............................... $5,000.00
I
# 3466, Olivenhain Road Widening
Change Order No. 3
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
~~ ~ t,/7(17
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING"J
CONTRACTOR
APPROVED BY:
g 11½~----5-J't-17
CONTRACTOR (DATE)
~~)
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O #2
Project: # 3466, Olivenhain Road Widening
Date Routed:
Reason for change:
City Engineer
Engineering Inspection
Community Development Director Finance Director City Manager/Mayor
Engineering Inspection
An existing traffic signal pole, located on the SE corner of El Camino Real and
Olivenhain Road, is in conflict with the installation of the 24" storm drain at Sta.
1 +43±. Although the signal pole is shown on the traffic signal plans, it clearly
indicates there should not be any conflict. Consequently, a temporary signal
must be installed in the interim until the new signal can be constructed.
COST ACCOUNTING:
Original contract amount ................................................................. $1,705,364.50
Total amount this c/o ...................................................................... $ 785.00
Total amount of previous c/o's ........................................................ $ 3,000.00
Total c/o's to date ............................................................................ $ 3,785.00 New Contract Amount ..................................................................... $1,709, 149.50
Total c/o's as% of original contract ............................................................ .2 %
Contingency monies encumbered .................................................... $
Contingency increase or decrease ................................................... $ Contingency Subtotal ....................................................................... $
Total c/o's to date ............................................................................. $
Contingency Balance ....................................................................... $
255,804.00 0
255,804.00
3,785.00
252,019.00
CITY OF CARLSBAD
PROJECT: # 3466, Olivenhain Road Widening
CONTRACT CHANGE ORDER NO. 2
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO. 4317000-9060-34662-900
CONTRACTOR: SIERRA PACIFIC WEST INC
ADDRESS: ---'-P ........ O--=-BO-="'--"X-=2-=-3......a16._.4-=-0 _______________ _
ENCINITAS CA 92023-1640
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 section 5-4, Relocation of Existing Improvements, and subsection 3-2.2.3,
Agreed Prices, perform the following:
Item: Furnish all labor and materials for interim relocation of the existing traffic signal at the
southeast corner of Olivenhain and El Camino Real including any measures
necessary to protect and maintain the relocated signal to ensure continuous
uninterrupted signal operation. Work to be performed for the lump sum price of
$785.00.
Increase to contract cost ............................................................................ $785.00
TOTAL INCREASE TO CONTRACT COST ...................................................... $ 785.00
r •
# 3466, Olivenhain Road Widening
Change Order No. 2
Page 2
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE
AFFECTED BY THIS CHANGE ORDER.
RECOMMENDED BY:
(DATE)
(L;b-: tt,2-,/>?
CITY ENGINEER (DATE)
,mR~C (DATE)
~~ s/13/<n
FANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING ✓
CONTRACTOR v
APPROVED BY:
,
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/O #1
Project: # 3466, Olivenhain Road Widening
Date Routed:
Reason for change:
City Engineer
Engineering Inspection
Community Development Director
Finance Director
-,City Manager/Mayor
Engineering Inspection
Sierra Pacific West, Inc., has requested a delay in the start of this project in order
for the Encinitas Ranch contractor to complete interfacing roadway
improvements in El Camino Real.
COST ACCOUNTING:
Original contract amount ................................................................. $1,705,364.50
Total amount this c/o ...................................................................... $ '!\ooo. 0
Total amount of previous c/o's ........................................................ $ 0
Total c/o's to date ............................................................................ $ 31 ooo. 0
New Contract Amount ..................................................................... $1,708,364.50
Total c/o's as% of original contract............................................................. 0 %
Contingency monies encumbered .................................................... $
Contingency increase or decrease ................................................... $
Contingency Subtotal ....................................................................... $
Total c/o's to date ............................................................................. $
Contingency Balance ....................................................................... $
25~ 804.00
J
255,804.00
3,ow.oo
2G.1,,804.00
CITY OF CARLSBAD
PROJECT: # 3466, Olivenhain Road Widening
CONTRACT CHANGE ORDER NO. 1 43 I '7000 C}o&o1_
ya '-I-<&,f4L qoo
CONTRACT NO. 3466 P.O. NO. 22740 ACCOUNT NO., . _
CONTRACTOR: SIERRA PACIFIC WEST INC
ADDRESS: P O BOX 230564
ENCINITAS CA 92023
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 Section 3-1, Changes Requested by the Contractor, SSPWC 1994, the
following is agreed to:
• That all work within the El Camino Real/Olivenhain Road intersection interfering with
completion of El Camino Real improvements by R. E. Hazard Contracting not commence
until March 31, 1997, or other such date either before or after when R. E. Hazard
Contracting completes said work.
• That the Contractor may perform work outside the above limits concurrently with the R.
E. Hazard work subject to resubmittal and approval of the Contractor's baseline
construction schedule.
• That should R. E. Hazard not complete their work within El Camino Real by March 31,
1997, due to any of the unforeseen events set forth in subsection 6-6.1, General,
SSPWC, the City will grant a time extension commensurate with the subject delay or
delays.
• That for the purposes of this change order only, and the work performed by R. E.
Hazard, the portion of paragraphs one and three which state "except as provided in 6-
6.3" of subsection 6-6.1, General, SSPWC, is deleted.
# 3466, Olivenhain Road Widening
Change Order No. 1
Page 2
• That all work shown on plan sheet 6 will commence immediately and be diligently
prosecuted to completion. The performance of this work will not be considered
"rephasing" of the project as used in this change order and will be subject to sequencing
and durations set forth in the approved baseline construction schedule.
• Contract time accounting will commence with start date specified in the Notice to
Proceed for the remaining work.
• That no reduction in traffic lanes less than those shown in the contract documents may
be made during this period.
• That all costs and impacts associated with any rephasing of the project be borne by the
Contractor.
• That the Contractor will revise the project baseline schedule to incorporate any proposed
phasing changes.
• That all rephasing of the project is subject to approval of the Engineer.
• That all permit conditions remain in full force and effect.
• That approval of the Contractor's baseline construction schedule set forth in Special
Provisions subsection 6-1.2.10, Engineer's Review, as "30 working days after the date of
the preconstruction meeting" be changed to "20 working days after the date of execution
of this change order by the City."
• That the Contractor will perform all coordination with R. E. Hazard Construction in the
performance of this change order.
• That any revisions to the City supplied Traffic Control Plan is subject to submittal and
approval of the Engineer.
• That all costs associated with preparing and submitting a revised baseline construction
schedule due to rephasing of the project are included in the lump sum price of $3,000.00.
TOTAL INCREASE TO CONTRACT COST ........................................... $ 3,000.00
# 3466, Olivenhain Road Widening
Change Order No. 1
Page 3
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
ADJUSTED BASED ON WORKING DAYS APPROVED IN CONTRACTOR'S BASELINE
CONSTRUCTION SCHEDULE.
RECOMMENDED BY:
PRINCIP L INSPECTOR ( ATE)
~
/20-b
M. DEV. DIRE~~
~~ dl~1"1
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
APPROVED BY:
OLIVENHAIN ROAD
WIDENING PROJECT
CONTRACT NO. 3466
0
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND
SPECIAL PROVISIONS
a FOR
OLIVENHAIN ROAD
WIDENING PROJECT
CONTRACT NO. 3466
July 29,1996
0
<B 71231
* September 17, 1996
ADDENDUM NO. 1
BIDIPROJECT NO. OLNENHAIN ROAD AND WIDENING, CONTRACT NO. 3466
Please include the attached addendum in the Notice to Bidder/Request for Bids you for the above project.
This addendum-receipt acknowledged-must be attached to your Proposal FodBid
your bid is submitted.
RUTH &&A FLETCHER
Purchasing Officer
RF:jlk m Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
L
Bidder's Signature
3EC;E?VFC
SEP 1 E 1996
SIERRA PACIFIC: Web 1
4NC. 0
J
1200 Carlsbad Village Drive - Carlsbad, CA 92008-1 989 (61 9) 434-2803 FAX (61 9) 4
ADDENDUM NO. I 0
TO
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
FOR
OLIVENHAIN ROAD AND WIDENING
CONTRACT NO. 3466
CITY OF CARLSBAD, CALIFORNIA 0 NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carl
Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 3r-s!
Of October, 1996, at which time they will be opened and read, for performing the wo
follows:
OLIVENHAIN ROAD WIDENING PROJECT
CONTRACT NO. 3466
The work shall be performed in strict conformity with the specifications as approved by thf
Council of the City of Carlsbad on file with the Engineering Department. The specificatioi
the work include the Standard Specifications for Public Works Construction, (SSPWC), !
Edition, and the 1995 and 1996 supplements thereto,) hereinafter designated "SSPWC
issued by the Southern California Chapter of the American Public Works Association ai
amended by the special provisions sections of this contract. Reference is hereby made
specifications for full particulars and description of the work. .
4
-J
Addendum No. 1 -
0
September 18, 1996
ADDENDUM NO. 2
CONTRACT NO. 3466 - OLIVENHAIN ROAD WIDENING
Please include the attached addendum in the Notice to Bidder/Request for Bids
have for the above project.
This addendum--receipt acknowledged--must be attached to your Proposal Form
when your bid is submitted.
RECEIL
SEF' 2 3 1:
+a/k Purchasing Officer
RF kld
Attachments s!EHRA P,4C\Flc
4P!5.
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO 2
(6-
Bidder's Signature
0
i
1200 Carlsbad Village Drive * Carisbad CA 92008-1 989 (61 9) 434-2803 FAX (61 9) 43'
0 OLIVENHAIN ROAD WIDENING PROJECT
CONTRACT NO. 3466
NOTICE TO BIDDERS
September 18, 1996
The City of Carlsbad hereby issues 'I ADDENDUM NO. 2 'I to the If CONTRA(
DOCUMENTS AND SPECIAL PROVISIONS FOR OLIVENHAIN WIDENING
CONTRACT NO. 3466 'I. This addendum consists of 14 pages, including a cover shc
and this notice. Excepting only pages 140-2 and 147-2, for the convenience of the reac
the changes and additions are shown in 14 point bold text. Regardless of text size and fc
the Bidders are urged to read all portions of the Addendum. The addendum changes t
time of receipt and opening of bids, some bid item quantities and descriptions and so1
portions of the Special Provisions of the contract. The provisions contained in t
addendum are made part of the notice, bid sheets and specifications of the project
though originally bound with them. Bidders must use the bid sheets contained in 1
addendum for submitting their bid for the project. As of this date addendum numbei
contains all changes to the originally issued specifications.
Bidders are advised to verify the issuance of addenda and receipt thereof one day prior
bidding. Submission of your bid without acknowledgment of all addenda may be cause
rejection of the bid.
LLOYD B. HUBBS, P.E.
City Engineer &a@%Eiix+
by Walter H. Brown, P.E.
LBH:whb
e
Addendum No. 2 Page 1 of 14 Pages 09/18/96
0 ADDENDUM ‘NO. 2
TO
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
! FOR
OLIVENHAIN ROAD AND WIDENING
CONTRACT NO. 3466
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 3A da
October, 1996, at which time they will be opened and read, for performing the work as fol
0
OLIVENHAIN ROAD WIDENING PROJECT
CONTRACT NO. 3466
The work shall be performed in strict conformity with the specifications as approved by tht
Council of the City of Carisbad on file with the Engineering Department. The specificatior
the work include the Standard Specifications for Public Works Construction, (SSPWC), !
Edition, and the 1995 and 1996 supdements theretoJ hereinafter designated “SSPWC
issued by the Southern California Chapter of the American Public Works Association ai
amended by the special provisions sections of this contract. Reference- is hereby made 1
specifications for full particulars and description of the work.
0
4
Addendum No. 2 Page 2 of 14 Pages 09/18/96 -
Approximate item Quantity Unit - No DescnDtion and Unit - Price - Total a 30 Commercial concrete 1,600 SF dnveway (G26) at
Dollars per Square Foot
concrete paving at
Dollars per Square Foot
31 4-inch thick median stamped 21,600 SF
i
32 Metal beam guard rail at 90 LF
Dollars per Linear Foot
signs at
Dollars Each
signs at
33 Furnish and install project 2EA
34 Furnish and install funding 2EA
a Dollars Each
35 Furnish and installSDG&E’s 2EA access gate at
Dollars Each
36 18-inch RCP (1350-0) at 365 LF
Dollars per Linear Foot
37 21-inch RCP (2000-D) at 246 LF
Dollars per Linear Foot
4
J
AddendumNo 2 Page 3 of 14 Pages 09/18/96 -
4 Approximate I tern Quantity Unit - No Description and Unit - Price - Total
70 Class "A" topsoil for LS median planters at
Dollars (Lump Sum)
0
71 Field office at 7 Months
Dollars per Month ?
Total amount of bid for Schedule 1 in words-
Total amount of bid for Schedule 1 in numbers. $
Price(s) given above are firm for 90 days after date of bid opening.
0
e
Addendum No. 2 Page 4 of 14 Pages 09/18/96
SCHEDULE 2
BRIDGE CONSTRUCTION
Approximate Quantity Unit - Em Description and Unit Price Total
2-1 Bndge at LS
Dollars (Lump Sum)
at
Dollars per Linear Foot
2-2 Furnish piling (Class 70 C) 264 LF
(PI
2-3 Dnve pile (Class 70 C) at 8 Each
Dollars Each
2-4 Furnish piling (Class 45 C) 293 LF
(PI at
Dollars per Linear Foot
2-5 Drive pile (Class 45 C) at 16 Each
Dollars Each
0
Total amount of bid for Schedule 2 in words.
Total amount of bid for Schedule 2 in numbers. $
Total amount of bid for Schedules 1 and 2 in words.
Total amount of bid for Schedules 1 and 2 in riumbers: $
Price(s) given above are firm for 90 days after date of bid opening.
0
Addendum No 2 Page 5 of 14 Pages 09/18/96
1. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
2-5 PLANS AND SPECIFICATIONS. 0
Delete section 2-5 in the Special Provisions and substitute the
following:
2-5.1 General, add the following: The specifications for the work include the Standard
Specifications for Public Works Construction, (SSPWC), 1994 Edition, and the 1995 and 1996
supplements thereto, hereinafter designated “SSPWC, as issued by the Southern California
Chapter of the American Public Works Association, and as amended by the Special Provisions
section of this contract and the 1992 Edition of “Standard Specifications” as published by
CALTRANS. The Standard Specifications for the Construction of Water
Mains and Facilities, December 1987 and Standard Drawings both as
issued by the Olivenhain Municipal Water District shall apply to the
materials and construction methods for only the 8 inch water main
valves, fittings and appurtenances thereto. The General Standarc
Specifications for the Construction of Sewers and Appurtenances Apri
1995, Sewer Notes and Standard Drawings both as issued by the
Leucadia County Water District shall apply to the materials anc
construction methods for only the 8 inch diameter sewer, sewei
manholes and appurtenances thereto.
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
PART 3, FOR CONSTRUCTION METHODS
0
300 EARTHWORK.
300-2 UNCLASSIFIED EXCAVATION.
Delete section 300-2.1 in the Special Provisions and substitute th
following:
300-2.1 General, add the following: Except as specified herein, UnClaSSifie
excavation shall include all cut and fill including removal and recompaction of unsuitable soil a
salvaging clean excavated material and filling areas to the required grades and cross sectic
removal, stockpile of suitable material, recompaction, mixing and disposal of unsuitable mater
from all portions of the Work, including but not lim’ited to, the street, brid
abutment, detention basin and slopes. Unclassified excavation shall be utilized onsite to make fills shown on the plans. Unclassified excavation shall include scarification and moist1
adjustment and compaction of the top 1 foot of subgrade in the roadway prism to 95 percc relative compaction. Unclassified excavation shall also include delivery of sufficient suital
material to Olivenhain Municipal Water District (OMWD) yard, to provide soils necessary 0 complete the grading shown on the City of Carlsbad Drawing No. 345-7A, exp(
oflemaining excess material to a disposal site or spoil area acquirl
Addendum No. 2 Page 6 of 14 Pages 09/18/96
by the Contractor and dewatering and disposal of pumped watt
Wetland mitigation grading shall be included in the bid item
wetland mitigation. Excavation, placement and compaction of the
in the spillway and bridge abutment and dewatering and disposal
pumped water and attendant work as shown on Sheet 37 of the CiQ
Carlsbad Drawing NO. 336-5 shall be included in the bid item
Detention basin “D” spillway. Grading shown on the City of Carlsl
Drawing No. 345-7A is not part of the Contract, information shc
thereon is for the purpose of quantifying the deposit of soil from
Olivenhain Road grading and to show the extent of the grad
operation by the Olivenhain Municipal Water District, or its contrac
that the Contractor shall coordinate its operations with.
300-2.2.1 General. Add the following:
The Bump sum price bid for Unclassified Excavation does not incl
removal and disposal of unsuitable material encountered in future
areas or in unstable cut areas nor back filling such areas to exisi
grade. If such areas are encountered during the course of work,
Engineer shall be immediately notified and direction requested on t
to proceed..
Delete section 300-2.2.3 in the Special Provisions and substitute
following:
300-2.2.3 Unsuitable Soils Within Right-of-way, Mitigation Area i
Detention Basin “D” Spillway, Grading operations in the mitigat
area and in the area of the detention basin spillway will be conduc
in soils that have high moisture content. The Contractor SI
conduct said grading operations to accommodate the wet conditio
Other than materials removed as a part of clearing and grubbing
additional payment will be made for any wet soils removed from
mitigation and detention basin spillway areas. No remedial grading
any portion of the Work shall be performed until the extent of SI
remedial grading has been reviewed and approved by the Engine
The cost of dewatering shall be an incidental to the work associa
with it and no further payment will be made therefor. The Contrac
shall conduct all grading operations so that the site is protected fr
surface drainage water. The Contractor shall divert such water fr
excavations or, where diversion is not possible, shall constr
temporary sumps and pump such water so as to preclude surf
water from entering excavated areas.
Wet soils from excavation shall have their moisture content adjus
by blending or aeration or shall be disposed offsite. Wet soils
Add the following section:
’
-4
Addendum No 2 Page 7 of 14 Pages 09/18/96
defined as having moisture content in excess of 3 percent of optimum.
Delete section 300-2.9 in the Special Provisions and substitute the
following:
300-2.9 Payment, modify as follows: Payment for all unclassified excavation will be made at the Contract Lump Sum price for unclassified excavation and shall include compensation for
excavation, sloping, rounding tops and ends of excavation, matching the existing graded slopes,
loading, disposing of surplus and unsuitable material, stockpilling, hauling to designated sites,
placing and compacting, mixing, salvaging clean and suitable material filling areas to the
required grades and cross sections. Slope rounding and construction of transitions will be paid for as work incidental to Section 300-4.8, and no additional payment will be made therefor.
When required by the plans or specifications or where directed by the Engineer, the excavation
and stockpiling of selected material will be paid for at the Contract Lump Sum price for
Unclassified excavation. Removing such selected material from the stockpile and placing it in its final position will also be paid for at the Contract Lump Sump Price for unclassified excavation.
No additional payment will be made for blending, adjusting the moisture content of selected
material, stockpiling of selected material or removing such selected material from the stockpile
and placing it in its final position. When removal, disposal, and backfilling in
areas of unsuitable material is pre-approved by the Engineer payment
for such work will be made pursuant to subsection 3-3, Extra Work.
Delete section 300-2.10 in the Special Provisions and substitute th
following: Add the following section:
300-2.10 Grading Tolerance, All areas of grading not covered under sectior
301-1.4, Subgrade Tolerances, shall be graded to within 0.10 foot o
the grades shown on the plans.
Delete section 300-4.8 in the Special Provisions and substitute th
following:
300-4.8 Slopes, add the following: Compaction density tests shall be taken upon completior
of grading to verify that 90 percent relative compaction has been achieved at 6 inches below tht
surface of the face of slope. Feathering of fill over the tops of slopes will not be permitted. Thc
tops of slopes shall be rounded as detailed on City of Cadsbad Supplemental Standard Drawin!
0
GS-14.
Delete section 300-4.9 in the Special Provisions and substitute th
following:
300-4.9 Measurement and Payment, delete and substitute the following: Payment for th
uncalssified fill shall be included in the lump sum bid price for unclassified excavation and n
other payments will be made.
300-6 EARTHWORK FOR DEBRIS DAMS AND BASINS.
Delete section 300-6.6 in the Special Provisions and substitute tt
following :
300-6.6 Payment, modify as follows: The lump sum price bid f9r Detentic
Basin “D” Spillway shall. include full payment for providing i
equipment, labor, and materials to remove and dispose of unsuitab
the plans, placing geotextile, and making fills with clean suitab
o mgterial offsite within the limits shown on sheet 6, drawing 336-5,
Addendum No. 2 Page 8 of 14 Pages 09/18/96
material to lines and grades shown. Olivenhain Municipal W;
District property is not to be used for stockpiling or disposal
unsuitable material.
0 300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows.
GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. 300-9 GRADING P
Delete section 300-9.2.2 in the Special Provisions and substitute
following:
Add the following section.
300-9.2.2 Payment. Full compensation for performing erosion control and water pollu
control which is not a part of the planned permanent work or included as a separate bid I
shall be considered as included in the contract pnce bid for Erosion and Wa
Pollution Control, and no additional compensation will be allowed therefor
300-1 1 STONEWORK FOR EROSION CONTROL.
Delete section 300-11.4 in the Special Provisions and substitute
following:
300-11.4 Payment, delete and replace as follows: The lump sum price bid
Rock Protection for Erosion Control shall include full payment foi
materials, equipment and labor to construct the rock protection
channel bottom grading shown on sheet 5, drawing 336-5, Bri
Grading plan on sheet 5 and shall include fabric and rock SI
protection fabric, bedding rock and sand. All other installation of
Rap and/or stonework for Erosion Control shall be included a
portion of the lump sum or unit price bid and no additic
compensation will be allowed therefor.
Delete section 301 -1.7 in the Special Provisions and substitute
following:
301-1.7 Payment, add the following: Excepting only for subgrade preparal
for the Detention basin “D” spillway, payment for subgrade preparation sh:
included in the contract bid pnce for unclassified excavation and shall include all 1;
materials; including water, operations and equipment to scarify, adjust moisture, cornpal
recompact all subgrades, both in cut areas and in fill areas, to no less than 95 pel
maximum dry density (ASTM-1557), and no further compensation will be allowed. Paym
for subgrade preparation for the Detention basin “D” spillway shal
made at the lump sum price bid for the Detention basin “D” spill\
and shall include all labor, materials; including water, operations
equipment to scarify, adjust moisture, compact or recompact
subgrades, both in cut areas and in fill areas, to no ness t
95 percent maximum dry density (ASTM-1557), and no furl
compensation will be allowed.
Delete section 302-5.9 in the Special Provisions and substitute
0
0
J
Addendum No 2 Page 9 of 14 Pages 09/18/96
following:
302-5.9 Measurement and Payment add the following: Excepting only for asphalt concrete pavement for the Detention bas
“Dl’ Spillway payment for asphalt concrete shall be at the unit price bld per ton, and
additional payment shall be made for any tack coat. Payment for asphalt Concrc
pavement for the Detention basin “D” spillway shall be made at t
lump sum price bid for the Detention basin “D” spillway and sh
include all labor and materials and no further compensation will
allowed.
Delete section 303-1.11 in the Special Provisions and substitute
following:
303-1.11 Payment, add the following: The lump sum price bid for
Detention Basin “D” Spillway shall include full payment for
providing all materials, equipment and labor to construct all
improvements shown on sheet 6, drawing 336-5, of the plans. No
separate payment will be made for any item of work shown on
this plan sheet.
The lump sum price bid for Bridge shall include full payment for
providing all materials, equipment and labor to modify and widen
the existing bridge as shown on sheets 27 through 35, drawing
336-5, of the plans including structure excavation and backfill.
Furnishing and driving piles will be paid under separate unit
prices bid.
Delete Special Provisions section 51-1.23.
Delete section 304-3.4 in the Special Provisions and substitute
following :
304-3.4 Measurement and Payment, modify as follows: Chain link fence, gates and
associated materials are included as a portion of the detention basin “D” spil
item and no additional payment will be made therefor.
i
Delete section 306-1 .I in the Special Provisions and substitute
following. Section 306-1.1 of SSPWC is not altered.
Add the following section.
306-1 .I .I General: Utility trench for electrical overhead conversion shall be per SC
plans, Construction Order No. 2510030, Project No. 40891&060. utility trench
CATV overhead conversion shall be per Cox Cable plans
Engineering Standards and Practices for Project number T7619-00‘
Delete section 306-1.2.2 in the Special Provisions and substitute 0
A following:
Addendum No 2 Page 10 of 14 Pages 09/18/96
306-1.2.2 Pipe Laying, add the following: Electrical conduit and appurtenances si
be installed per the SDG&E plans, construction orders and specificatiol
for Construction Order No. 2510030, Project No. 408918060. CATV conduit a1
appurtenances shall be installed per Cox Cable plans and Engineeril
Standards and Practices for Project number T7619-001.
Delete section 306-1.6 in the Special Provisions and substitute '
following:
306-1.6 Basis of Payment for Open Trench Installation, add the following: Payment
CATV and SDG&E undergrounding conversion shown on the plans a
described, as specified in Parts 1, 2 and 3 of the SSPWC and the
Special Provisions and as specified in pages 134 through 192 of the
Special Provisions shall be made on the basis of contract lump sum prices for UtiIiti
Undergrounding and Furnish and Install vaults and Pullboxes 1
SDG&E and no other payments will be made.
Cox Cable will supply and deliver conduits and fittings to be installed by the contractor, d
Cable will install enclosures. The contractor will furnish and install 1/11 nylon pull ropes ir
conduit.
308-9 WETLAND MITIGATION
Delete section 308-9.1 in the Special Provisions and substitute
Add the following section:
308-9.1 General. Wetland mitigation includes all work shown on Sheets 37 i
~-i through L-4 of drawing number 336-5, including clearing and grubbi
grading, excavation, compaction, fill, disposal of excess soil and
protection and restoration of all vegetation within the limits of Wl
that is not in areas to be cleared and grubbed for the express purpc
of constructing improvements over said areas.
All marsh vegetation within the limits of Work that is not covered u
permanent improvements constructed under this contract shall
protected by laying geotextile and adding a 12 inch layer of soil over the cloth. The lirn
work are shown on Various sheets of Drawing 336-5. The willow scrub within the lim
work to be SO protected shall be cut down to just above soil height. The cut matt
shall be mulched back onto the site and 90N geOteXtik shall then be placed ove
wetland and a 12 inch thick layer of soil shall then be laid over
geOteXtik. Prior to construction and'placernent of geotextile, the outer boundary of lirn
work shall be staked and flagged with fluorescent tape at 25 feet on center to avoid addii
wetland impacts. The Contractor shall take cafe to keep the soil within the lim
work and to prevent the release of sediments from the soil c
geotextile cover or from other excavated or disturbed soils into
0 following:
0
.A
Addendum No. 2 Page 11 of 14 Pages 09/18/96
waters discharged from the limits of work.After the completion of i
construction adjacent to areas protected by the soil over geotexti
the contractor shall remove the soil and geotextile. The removal shi
be conducted so as to not disturb the plant materials or otherwi!
break the surface of the ground beneath the geotextile.
Delete section 308-9.2 in the Special Provisions and substitute 1
following:
Add the following section:
308-9.2 Payment. Temporary marsh protection shown on Sheets 37 and L-1 through L-4 1
be paid for at the contract lump sum price for temporary marsh protection and shall include
compensation for grading, protection and restoration of vegetation, fumishi
marking, installing and removing of geotextile and soil cover, planting, irrigation, and eros
control measures therefor.
e
0
e
A
Addendum No. 2 Page 12 of 14 Pages 09/18/96
u
; !ll~~l~~~l jI I I I IN* m I I I IPI I'I I 138 IIII~ IC1 I ),cl
io
I!
-!; ; 1'1
1; i {Y! ; !O! : I
I I; ;-J 2 9i-i i '3j ;a# i ; Ij IIyj t* ;i
1 "' i I 1-1 I:
1111 m:oq ? '-3 .. (u . 0 y? ?? "8 I I I 1 Il-p;
**I I 111
a. :,41 I ;3;
I , ; ;si--* ,-----.---------------------.--------I
I : : !~iZS,we N 3-r~ rJ --
IlllI
4
I !I I I I I~-IQ>III
1 I I rml IO I INiO 1
I I I IUIdOl
I 101<PI
I 1 t I I 1 III~ClOO t~lc--+----- 3 (~~-,__-,,,,,-___-----1
I I I I iur
I *a +k :g hla
1z; 1 1 ..:3w:.7 e.' R -c c': -* '1
I2 I zu I i -+<22 p.. (90 z ?;;x :? rr) ?c. m +C
<* ,. \
1:
-, rr I t v) i , -_ ________-^_-.___&-- --- ------- ------- I 4: I 5;zb 1 i ia:cn,o v c L (1 2 o o v 0 u IO I ol<, l ! ':ZE$ --_---..-
:;" -= cr - -- 2 2RrnOt c -1 ij ; 1Z81 I XI
JICII
I llQ1 I2 I1
...---~---___-- -c ---- I <7 I I I: I
wl-l I
I zr<z aa c +ahmi
1 ;zI )wI f I ! I I I--+ 3,u* _____-_.-._..-.-_-___----------- $5 25 :5 :c 5: 52 ;j bJkJ --------I LL LLlJ).1o-l! 1: QbIZl 1 I 8 4 - ", c c c - *.- I\
S8:bI~l 1 lag:
c -&I I I
=I I 2: : II
II t I t
~WIPIJIOI~I I I 4
I I
I I I I I I I
I
I I
Yrl :ci I I--~--------------L'--------------- :
2=: '+l-i>l I<!:*<; iwr l
lo%igis! &; $ g r t 5 qg w L AI
OW*&l I+: 3: & WL
-2iii l-iai ZiQt- +o Eo ds -0 >
at9 gq 2 h LL 02; OS! ! %x!: aldl & 7- TF r? -
*I . dfiiicLg: ; :e I *I
&: .$I IUIWI CI Q
1 la- -- !E= 4J -
-= - 2x1 I
'2 w *--o I
01 2 -X?>!
2 2: OE -r <WYI Oom 1 " *I
!iJ z .c: awwa !
1 -0 $9 wI * dd 2 ddlY: ITIWIUI I aie I ~atoi I -I-* 01 i 1-1 I i atnr c i% i% x' Xu -x
loll(ul ,s;;; Orb- Y +S c3 ca L
I I I I I I I
181Gl i=iaizig! I I IO ia'i
5 - =,- :159ou I '* lzlm IC I 1-1 I<tcnl lQlalU1-l
IWIZI~IQI u 171x1 I I--+------------------------------( IOIWI I I -1 3 e. *In- I
101 I w1 a o- -2 -x
I 0- I SI
tzr I
CJ
0 -3
- I;; $5 2 x -- - 6
CJ x- m- .I LLI -*I ,5
- - - -+ ,e 3l*S 2: * -\ 1% cn a3
g ;yz 52 8z 8: 52 ~~ 2"
0 Id! I
WOIFI IZI I l'dd z 0
ZWI I IS1 I I-tu z -2 -z -a wa < ro~rlWI..l GI> cnb I *.
a.L u.3
;I q --i: F ea- -*t@ I r-9 161 13:ytj ei d Q< f 0 3 v) 53 r-3 *. 87 dl8ioi -la izi '.io;
$;0llxf
LI IOlVl
I lW1V)lf;ll OlOW - 5'3 zg z* e* "5 'f ex,z: NI E2 0 *IOU b 2 =: :z: Z:Pt g? <a %E aa 29 pa Ke uw XU P CO -u I .oz 3W f 1,323: L x1
Y PL rYUJ! 2 i :*;&:si I-lolal :# 5 z4y3 ?2 I 5s 59 52 $g d iZ8 58 28 00 LO x= Prr, -
I"= ')" ?5" $" u" 2s 3" 2 fj 5 y I
u \g x> r II I IYIUt C1X.c I\~I~IOI-I b13
I I $r&?1YI ;a1 v5 89 yj yj ofi g8 =* s
I La u
0I-c Jaw ::"x $2 gz Zz'5? g2 om "2 w= 6 (L a+ - w Zlbh481 Csb.1 t I I
u 3 cova; w I
9:
0 < *OOWl x I
I i
I
I I
! I
I I
! j
I I
I
I I
hoe 1 * rr) rqD* t r- .*+3Q t
rs"1 81
2: 7 X 3 YJ -* I s -: is I IZCE u I-IZI~I I Prr,,,%: i-olib-t 101 i a1Z A w w gar;"; I 101 '2." < CT L
W3I'*l IWIOl I 'J tow r:
I IWIOl(l.rl GI z 0 rZ8 QI
IO ; "gIS:..I3:8: 3: ?
:x5 -: ;r(L ; 8a:6 :81 z I8 ;el: II
ial>i 1-1 xi 0 $ E 6 g '$ 2 h
a1 tl
Ih1-1 101 N nNmn ((VI t g; 2 9 m m 83 2 0 - 1 I1 lb!OLl AI s ;2 c; t; x 0s g Y1 --Jw I g ;cY;..;a;$;--+ -------------_-__----_______c____ -1 tu I. m =
I w SI
I I I
I p hl
II p, :g:Y:#!5! ?!& A i i w\c-*
is
l&lol-- ---------------------------------I
1 I I
P-IY 1- I z I
IOI~I 1-1 XI L 1 IOIOlrI--+-----------.----------------------l~U I
I I I 7 ff IXI-I2I<IYUlL Z~~""' -- - - --o--- OOIL[~I~ I~I-----------------------.--------------
I I I
1 I I
j I
I
1
1
I I
I~ILI~I a1 I I I 101 ni I
I Pa gDIB:N;,-:-: 0 I '.I ..I 1 11
I-II-IOIQ I I
IP-lr-lZl\tl I
iaiai IU I I
TABLE OF CONTENTS Item
NOTICE INVITING BIDS ......................................................................................................................
CONTRACTORS PROPOSAL
BID SECURITY FORM .................................................................................................................................
BIDDER'S BOND TO ACCOMPANY PROPOSAL ....................................................................................
GUIDELINES FOR COMPLETING THE 'DESIGNATION OF SUBCONTRACTOR AMOUNT
OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR &
AMOUNT OF OWNER OPERATOWLESSOR WORK" FORMS ....................................................
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID ....................
DESIGNATION OF OWNER OPERATOWLESSOR 8 AMOUNT OF OWNER OPERATOWLESSO WORK ..........................................................................................................................................................
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY ..................................................................
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ..............................................
BIDDER'S CERTIFICATE OF INSURANCE ...........................................................................................
-
0
....................................................................................................................
BIDDER' S STATEMENT OF RE-DEBARMENT ......................................................................................
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER ANF SUBMITTED WITH BID ............................................................................................... 0 CONTRACT PUBLIC WORKS ...................................................................................................................
LABOR AND MATERIALS BOND ..............................................................................................................
FAITHFUL PERFORMANCENVARRANN BOND ..................................................................................
REPRESENTATION AND CERTIFICATION ............................................................................................
, ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION (OPTIONAL) ................................................................................
I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPEClFlCATtONS FOR PUB1
WORKS CONSTRUCTION ................................................................................................................
SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK!
CONSTRUCTION FOR CONSTRUCTION MATERIALS ................................................................
Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORK CONSTRUCTION FOR CONSTRUCTION METHODS ...................................................................
IV. SAN DIEGO GAS & ELECTRlQJNDERGROUNDlNG SPEClFlCATlONS ...................................
V. COX CABLE SPECIFICATIONS .......................................................................................................
II.
i
0
*
-7 G
.-
TABLE OF CONTENTS
Pi - Item -
NOTICE INVITING BIDS ...........................................................................................................................
CONTRACTOR'S PROPOSAL
BID SECURITY FORM ....................................................................................................................................
BIDDER'S BOND TO ACCOMPANY PROPOSAL ..........................................................
GUIDELINES FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AMOUNT
OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR &
AMOUNT OF OWNER OPERATOR/LESSOR WORK" FORMS.. ..........................................
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR'S BID ...........................
DESIGNATION OF OWNER OPERATOFULESSOR & AMOUNT OF OWNER OPERATOFULESSOR WORK .............................................................................................................................................................
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .....................................................................
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .................................................
BIDDER' S CERTIFICATE OF INSURANCE ...............................................................................................
e
...........................................................................................
BIDDER' S STATEMENT OF RE-DEBARMENT .........................................................................................
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID ................................................................................................... 4B CONTRACT PUBLIC WORKS ......................................................................................................................
LABOR AND MATERIALS BOND .................................................................................................................
FAITHFUL PERFORMANCEWARRANTY BOND .......................................................
REPRESENTATION AND CERTl FI CAT1 ON.. .............................................................................................
ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) ...........
I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC
WORKS CONSTRUCTION ...................................................................................................................
II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION FOR CONSTRUCTION MATERIALS ...................................................................
Ill. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION FOR CONSTRUCTION METHODS.. ....................................................................
IV. SAN DIEGO GAS & ELECTRlaJNDERGROUNDING SPECIFICATIONS ......................................
V. COX CABLE SPECIFICATIONS ...........................................................................................................
e i (3 712
e
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carl:
Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the lgth dz
September, 1996, at which time they will be opened and read, for performing the work as folic
e
OLIVENHAIN ROAD WIDENING PROJECT
CONTRACT NO. 3466
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 specification:
the work include the Standard Specifications for Public Works Construction, (SSPWC), c
Edition, and the 1995 and 1996 supplements thereto,) hereinafter designated "SSPWC"
issued by the Southern California Chapter of the American Public Works Association anc
amended by the special provisions sections of this contract. Reference is hereby made tc
specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owned business€
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators
contractors to utilize recycled and recyclable materials when available and where appropria
The City of Carlsbad may disqualify a contractor or subcontractor from participating in bid
when a contractor or subcontractor has been debarred by another jurisdiction in California a
No bid will be received unless it is made on a proposal form furnished by the PurchE
Department. Each bid must be accompanied by security in a form and amount required by I
The bidder's security of the second and third next lowest responsive bidders may be witt
until the Contract has been fully executed. The security submitted by all other unsucce
bidders shall be returned to them, or deemed void, within ten (IO) days after the Contra
awarded. Pursuant to the provisions of law (Public Contract Code Section 10263), approp
securities may be substituted for any obligation required by this notice or for any monies witt
by the City to ensure performance under this Contract. Section 10263 of the Public Con
Code requires monies or securities to be deposited with the City or a state or federally chart
bank in California as the escrow agent. The escrow agent shall maintain insurance to c
negligent acts and omissions of the agent in connection with the handling of retentions undei
section in an amount not less than $100,000 per contract.
* irresponsible bidder.
0
43 712
The documents which must be completed, properly executed, and notarized are:
1. Contractor's Proposal 8. Bidder's Statement of Technical 2. Bidder's Bond Ability and Experience 3. Non-Collusion Affidavit 9. Certificate of Insurance 4. Contract IO. Bidder' s Statement of Debarment 5. Designation of Subcontractors 11. Purchasing Department
6. Designation of Owner 12. Escrow Agreement for Security
7. Bidder's Statement of Financial
a
and Amount of Subcontractor Bid
Operator/Lessors & Amount Deposits (optional)
of Owner Operator/Lessor Work
Responsibility
Representation and Certification
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimz is $2,500,000.
No bid shall be accepted from a contractor who is not licensed in accordance with
provisions of California state law. The contractor shall state their license number, expirat
date and classification in the proposal, under penalty of perjury. The following classificatic
are acceptable for this contract: General Contractor's License "A in accordance with provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contract documents
lieu of the usual 10% retention from each payment, these documents must be completed i
submitted with the signed contract. The escrow agreement may not be substituted at a I:
date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purchas
Department, City Hall, 1200 Carlsbad Village Drive (former!y Elm Avenue), Carlsbad, Califori
for a non-refundable fee of $35.00 per set. If plans and spe3cations are to be mailed, the c for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any mi
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute
Contract shall be those as determined by the Director of Industrial Relations pursuant to
Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the La
Code, a current copy of applicable wage rates is on file in the Office of the City Engineer. -
Contractor to whom the Contract is awarded shall not pay less than the said specified prevai
rates of wages to all workers employed by him or her in the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of Sec
1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Sublet
and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized off~c
for the purposes of Section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 s
apply to the Contract for work.
A pre-bid meeting and tour of the project site will not be held.
a
e
4- %$ 712
All bids are to be computed on the basis of the given estimated quantities of work, as indica
in this proposal, times the unit price as submitted by the bidder. In case of a discrepai
between words and figures, the words shall prevail. In case of an error in the extension of a L price, the corrected extension shall be calculated and the bids will be computed as indica
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 tyi
or written in with ink and must be initialed in ink by a person authorized to sign for
Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prioi
bidding. Submission of bids without acknowledgment of addenda may be cause of rejectior
bid.
Bonds to secure faithful performance and warranty of the work and payment of laborers i materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50 respectively, of the Contract price will be required for work on this project. These bonds shall
kept in full force and effect during the course of this project, and shall extend in full force i
effect and be retained by the City until they are released as stated in the Special Provisic
section of this contract. All bonds are to be placed with a surety insurance carrier admitted i
authorized to transact the business of insurance in California and whose assets exceed tl
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are
contain the following documents:
a
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, laws, or other instrument entitling or authorizing the person who executed the bond tc
so.
2) A certified copy of the certificate of authority of the insurer issued by the insura commissioner.
If the bid is accepted, the City may require copies of the insurer's most recent annual stater
and quarterly statement filed with the Department of Insurance pursuant to Article
(commencing with Section 900) of Chapter 1 of Part 2 of Division I of the Insurance Cc
within IO calendar days of the insurer's receipt of a request to submit the statements.
Insurance is to be placed with insurers that have (1) a rating in the most recent Best's
Rating Guide of at least A-:V, and (2) are admitted and authorized to transact the businesi
insurance in the State of California by the Insurance Commissioner. Auto policies offerec
meet the specification of this contract must: (1) meet the conditions stated above for
insurance companies and (2) cover any vehicle used in the performance of the contract, u
onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-schedu The auto insurance certificate must state the coverage is for "any auto" and cannot be limite
any manner.
Workers' compensation insurance required under this contract must be offered by a comp
meeting the above standards with the exception that the Best's rating condition is waived.
City does accept policies issued by the State Compensation Fund meeting the requiremenl
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.
*
e
4- fc+ 7i2
The award of the contract by the City Council is contingent upon the Contractor submitting 1
required bonds and insurance, as described in the contract, within twenty days. If the Contrac
fails to comply with these requirements, the City may award the contract to the second or tt lowest bidder and the bid security of the lowest bidder may be forfeited.
The prime contractor and all subcontractors are required to have and maintain a valid City
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 96-2
adopted on the 2Sd day of July, 1996.
*
A& 3/ /776 %a
&ha L&utsd kra@City Clerk
e
a
c3 712
-cc-r hG
CITY OF CARLSBAD
OLIVENHAIN ROAD WlDENING PROJECT
CONTRACT NO. 3466
CONTRACTOR'S PROPOSAL
a
City Council
City of Carisbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnisl
labor, materials, equipment, transportation, and services required to do all the work to comF
Contract No. 3466 in accordance with the Plans and Specifications of the City of Carlsbad,
the Special Provisions and that he/she will take in full payment therefor the following unit pr
for each item complete, to wit:
SCHEDULE 1: STREET IMPROVEMENTS
i
Approximate Item Quantity Unit
1 Mobilization and preparatory LS $50,000 $50,000
No. Descripi,,n and Unit - Price Totai
work at the stipulated lump sum amount of Fifty Thousand
Dollars (Lump Sum)
2 Clearing and grubbing LS ZY:Cf, ;: z9!+zv:
3 Unclassified excavation LS 39,cifl 94. +q T-
y: 4 Furnish and install erosion LS 78,&6+ 99 bCrL1-!
- 4Y/&
d- Dollars (Lump Sum)
at
Dollars (Lump Sum)
and water pollution control at
fw,- -
hA# W&
75-
~ - Dollars (Lump Sum) 0
2
7 c3 71
4
Approximate Item Quantity Unit No. Description and Unit - Price - Total
5 Rock protection as shown LS 9; 3WZL 39: 37Y zl m-
on bridge grading plan on Sheet 5 including fabric,
Dollars (Lump Sum)
li ting system at
Dollars (Lump Sum)
valve and survey monument frames to grade at -
Dollars Each
base at
Dollars :r Ton
at
Dollars per Ton
1 /131 6 Furnish and install street LS 8,&9 - P,Zo+- -%-- a
1- - q*
P
7 Adjustment of existing water LS ?-I,&- 2,97q '- - qho
93 8 Class It aggregate 8,777 TON 1 I - 101 ; i- br
w.r;,
0
9 Asphalt concrete pavement 4,617 TON 31 L I ~9, gg 7z 0
10 6-inch Type "A" AC dike at 73 LF /z-- p7P
11 Wing headwall (035) and 1EA \!W204 1S41"'
Dollars per Linear Foot
rip-rap energy dissipater
type 2 (D-40) at
Dollars Each
0
7 a 71
-
Approximate
1 tem Quantity Unit
No. DescriDtion and Unit - Price Total 0-
12 Curb inlet Type 'W (D-2) 7E3 a341 E \4%%$I;_L
13 Catch basin Type "F (0-7) 3EA 2s r?OL l!S3Oz.
at
Dollars Each
at
Dollars Each
~44Li~-o &w,,o" T-MUWbNd --ob4 bo 2
nW-5h-D F-.I&--dLCeQ%b Tkil&T Fa w 4 t/l db
~-wdCLShLys e iuc,ckrccc?/G&
14 S.D. cleanout Type A-5 (D-9) 2EA ZSO3'Z 5,00635
T#DFA u 0 17 id 00 Dollars Each
at
Dollars Each
and ri~ -I energy dissipator type2 4O)at
Dollars Each
(D-39) at
Dollars Each
FAL6 +
Dollars Each
15 S. D. cleanout Type A-4 (D-9) 5EA zs4-37k MB!?
Tw(,/ccczx4 5- ~rn5-et44Ym &Y-TrCN cx.)fLLD 7b/tOO
16 Wing headwall (D-34) 2EA LC \%*A __c__ 3037%
WtWhAo FLd fl HdHD (29
MWiYd u f dl 06
e
17 Concrete inlet apron 1EA 7636_e 763kf
18 Concrete lug (0-63) at 2EA GTjZz \ED%
+5*4- um59 bqllur
*/uE-AThT+i Zp,,
+,*!' - x-
19 Detention basin "D" spillway at LS l4s,335% M-513
Qufc-MiAMtXf 4 mKY-mLJc -+*D 7kdVx-M u4m Ti4@6% Ftdz &bd +I& Dollars (Lump Sum)
3 feet wide (075) at
Dollars per Linear Foot
20 Concrete brow ditch Type "B" 960 LF II Zk ILZ70 4:
6-1 FA ah 03 J4 u
a
-1 c3 71
Approximate item Quantity Unit Price Total No. DescriDtion and Unit
21 Concrete brow ditch Type "D" 480 LF 117e gs34-e
22 8 inch (G-I) median curb t 2,722 LF La IL~Yls't
23 6-inch (G-2)Type "G" curb 2,721 LF 7@ %.&qG-O
24 Concrete curb outlet (D-25) 1EA I- 5 ILE (3 l2E
(D75) 5 feet wide at
Dollars per Linear Foot
5fi&Y5 3tl c*
yf-
&&
Dollars per Linear Foot
Dollars per Linear Foot
w Type A
t b-
Dollars Each
andt;$ilL /
Dollars per Square Foot
c
4Q 25 4-inch P?C pedestrian 9,360 SF I6 Ksrt3-
La,& 0
26 Concrete sewer manhole (S-2) 3EA 3+2W4z q.& Lwb c
27 Concrete cutoff wall (S-10) 2EA 3238% L47 ba
at 4 7- w tu
Dollak Each
Type B c{d .
Dollars Each v
28 4-in h thick PCC sidewalk at 7,019SF )6_'7 \ ),b@'L Auk. php 6 7/0- I
Dollars per Square Foot
29 P C pedestrian ramps at 2EA 219% 437 G
A#---. /Myl 61 I,&
Dollars Each '
I)
T c3
--
Approximate
I tern Quantity Unit 0 No. Description and Unit Price Total
30 Commercial concrete 1,600 SF 3 E S-.?L5?
31 4-inch thick median stamped 21,600 SF 3 35- 7LI144°2
90 LF 4z)L 33% gE
driveway (G26) at
Dollars per Square Foot
concrete paving at
Dollars per Square Foot
Metal beam guard rail at
Dollars per Linear Foot
signs at
Dollars Eact-6 y
signs at
Dollars Each
access gate at
Dollars Each
- - /A!-
w--* -
vua [Vk 1 32
33 Furnish and install project 2EA 7B7T &75%
SF- - %/, cr,
34 Furnish and install funding 2EA L4EL 1,323841 -- 34- e
m7 52 3ms‘E 7 35 Furnish and installSDG&E’s 2EA --
36 18-inch RCP (1350-D at 365 LF LSD.\+ 21,qsj E %my hb {cl I 100
Dollars per Linear Foot
37 21-inch RCP (2000-D) at 246 LF 123.04- 1~73’78p- 5\\n-y- FdUT kcr 0 0‘1 (100
Dollars per Linear Foot
*
-! G 71
Approximate
I tern Quantity Unit No. Description and Unit Price Total
38 24-inch RCP(2000-D) 143 LF (4 \q- qm.3 I dr in at
Dollars per Linear Foot
&m-c-lcM)c- (roc,
39 Inlet apron (D-20) at 1 EA "63_de 2l2LL4- / , 5k*4 4uucss- cu ,*oe
40 30-inch RCP (1350-D) at 104 LF 100.89 IO, 442%
41 36-inch RCP (1350-D) at 28 LF m -2LAIiLLqL
3trc?.Y4i wd Dollars Each
_O&-UUc-rWLO
-0 H! 100 Dollars per Linear Foot
cvc- MU g&-cfice*&mwo 5/(Uo
%74T%*rJi ho%
Dollars per Linear Foot
42 42-inch RCP (1350-D) at 95 LF 17-l E j\,<$d? -
o 43 8-inch PVC sewerSDRS-35 143 LF 70L .10,(25 E!!
44 Sewer stub and Plug 2EA Li? \di (3LidZA
-l=4LlbAi?rJiD
Dollars Linear Foot
main at
Dollars per Linear Foot
-TYbdo
%l ha0
ai%ccrb4crNaA&b Fi w- w 114u Dollars Each
to grade at
Dollars Each
CL-150 at
Dollars per Linear Foot
45 Adjust sewer manhole 4EA &4b68 \flLZZ
Ufl-~Ub40~Lo w - a
46 8-inch PVC water main 67 LF S?% 3,SD72
a
0
2
7 G 7
4
Approximate
I tem Quantity Unit No. Description and Unit Price - Total
47 2-inch blow-off assembly 1EA w 9.5&?% c
48 8-inch gate valve at 1 EA s864A 5Sb4-1
at
Dollars Each
1%- t- W,&
ab-----
*I /L * Dollars Each
(Trench & conduit insta Hat ion)
Dollars (Lump Sum)
pullboxes forSDG&E at
Dollars (Lump Sum)
traffic s a1 equipment at
Dollars (Lump Sum)
signal system at ElCamino Real and Olivenhain Road (including signal loops
and interconnect) at
0- -
Dollars (Lump Sum)
traffic control, signing & striping pavement markings, pavement markers, temporary railing (Type K) and crash cushion assemblies
Dollars (Lump Sum)
1
49 Utilities undergrounding LS 147,MS 5,8 141,67 S SI
r7 TX/l to
--
50 Furnish and install vaults & LS 4-z_cls3s cIrCr47,s
51 Remov id salvage existing LS ZI&%OS. 2,1%$"
52 Furnish & install Traffic LS l4LkDlS \&,bo
7- ?5/-
0 /iLuJc
OS/LrCl
- 6..;,/(V
53 Furnish & install temporary LS ?W- 4s 73 ZL
- 56-L -
0
--3 G3 7,
Approximate
Item Quantity Unit 0 No. Description and Unit Price Total
LS lq,m BE m91 %E -
Dollars (Lump Sum) '
traffic signal detector loops operational and complete in place at
Dollars (Lump Sum)
amendments including soil conditioners a d site preparation at
Dollars per Square Foot
55 Furnish & install temporary 10 EA 720z1 32.82'5 - - h */&
56 Furnish and install median soil 1,960 SF 27* 5-370 4:
L 7-+
57 Bark mulch for median at 18 CY $PO? 1476%- -*z
Dollars per ubic Yar
58 Mediar, ub: 5 gallon t 98 EA \qk!3 M?+L
59 Median tree: 24 inch box 7EA 24-b 'h IJZ. ,L
60 Hydroseed, erosion control LS 35%%% 3sm
0 -&k?Eudb+
Dollars Each
at
Dollars Each
matting and temporary
irrigation of disturbed areas
excluding mitigation areas at
Dollars (Lump Sum) '
4 p----/ rn W!l(C,
fw- __e_eL___
...
-
0
J
7 43 7,
_-
Approximate I tern Quantity Unit e No. Description and Unit Price Total
61 Median landscape sleeve 420 LF \la% L@?Z2 at
Dollars per Linear Foot (Specialty item)
trees at
Dollars per Linear Foot
for median imgation at
Dollars (Lump Sum)
for mitigation area at
Dollars (Lmp Sum)
p- h %!&
I ! 62 39 root Bamer for median 1,960 LF lo zt 20 4L4a-'
y/ clo Gw- &/
63 1" water meter and service LS 15365 IS~LO~ -4
64 2" water meter and service LS 231L0Z L31LU
%h
65 Furnish ! install median LS Z!82f83 ?L,B 0 imgatiofi ,istern at
,
1- )i */& DollaTs (Lump Sum) '
monument at
Dollars Each
66 Furnish & install street survey 5 EA 3?3* w3x~
67 Record of survey at LS lo9ltoas l04v+
Qw-- 6-A .Icr r-
Dollars (Lump Sum)
68 Wetland Mitigation at L LS 75771;7% 75C;n69 -- - Y)L Dollars (Lump Sum)
stipulated lump sum of Ten Thousand
Dollars (Lump Sum)
69 Construction scheduleat the LS $10.000 $1 0,000 -
0
2
7 43 71:
-
Approximate Item Quantity I Unit a No. Description and Unit - Price Total
70 Class “A” topsoil for LS 3lLX 31Ld71
MOfg 4~2772
median planters at
Dollars (Lump Sum)
7 MONTHS 71 Field office at 1
Dollars PER MONTH
Total amount of bid for Schedule 1 in words: b& - HIUUG 1 I%-& - MGda
FwTY-3+7iw Wd-MUb-wM! hrn -m&h
Total amount of bid for Schedule 1 in numbers: $ /! 96, 7 ’./3.0/
Price(s) given above are firm for 90 days after date of bid opening.
e
4’
2
0
4
I c3 7/21
--*
SCHEDULE 2 0 BRIDGE CONSTRUCTION
Approximate I tern Quantity Unit No, Descrigtion and Unit Price Total
2-1 Bridge at LS 9//79'Zz& RL( b%@-
4L5[%
Dollars (Lump Sum) 3*
2-2 Furnish piling (Class 70 C) 264 LF
at
(P)
Dollars per Linear Foot IyPL
2-3 Drive pile (Class 70 C) at 8 EACH @W2 ISraS1
(S
2-4 Furnish piling (Class 45 C) 293 LF @& - lol_.tszJ Dollars Each
(PI at
Dollars ,inear Foot 10359L
2-5 Drive pile (Class 45 C) at
Dollars Each
16 EACH ?bM 1 (o:s?4,7 e
Total amount of bid for Schedule 2 in words: ooU -MU rd DNA Bh-TUa 03
d31cwJ) - , Z4y-WdD~50 2nLL4 * Lou
Total amount of bid for Schedule 2 in numbers: $ %t /qt 6/1-
FCd 7-w us-. crlullLJi~LJcihw&b 51 &Ty Ado 01/1 113
Price(s) given above are firm for 90 days after date of bid opening.
Total amount of bid for Schedules 1 and 2 in words: 0@0 4MILUod. s%ad-
Total amount of bid for Schedules 1 and 2 in numbers: $ /, 70F, %d.b I
Addendum (a) No( s). q G hadhave been received and islare included if
proposal.
The Undersigned has checked carefully all of the above figures and understands that the
will not be responsible for any error or omission on the part of the Under gned in preparin!
7 7
0 bid. J
.d g7&
10- j-%
43 e-
The Undersigned agrees that in case of default in executing the required Contract
necessary bonds and insurance policies within twenty (20) days from the date of awa
Contract by the City Council of the City of Carlsbad, the City may administratively autt
award of the contract to the second or third lowest bidder and the bid security of the IC bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licens
ntractor within the State of California, validly lice
, and that this statement is true and correct and ha legal effect of an affidsvit.
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 t
City §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 I:
However, at the time the contract is awarded, the contractor shall be properly licensed. F
Contract Code S20104.
The Undersigned bidder hereby represents as follows:
a
, classification AJ \
1
1. That no Council member, officer agent, or employee of the City of Carlsbad is persc
interested, directly or indirectly, in this Contract, or the compensation to be hereunder; that no representation, oral or in writing, of the City Council, its off
agents, or employees has inducted him/her to enter into this Contract, exceptin(
those contained in this form of Contract and the papers made a part hereof by its ti
and
2. That th d is made without connection with any person, firm, or corporation mal
B,Ws &d (Cash, Certified C Accompanying this proposal is
Bond or Cashiefs Check) for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code which re(
every employer to be insured against liability for workers' compensation or to undertake
insurance in accordance with the provisions of that code, and agrees to comply with
provisions before commencing the performance of the work of this Contract and contin
comply until the contract is complete.
bid for tr,,; same work, and is in all respects fair and without collusion or fraud. e
....
....
....
....
... . -
... .
.... e ....
4- -. %@ I
CITY OF CARLSBAD
OLIVENHAIN ROAD WIDENING PROJECT
CONTRACT NO. 3466
CONTRACTOR'S PROPOSAL
a
City Council City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish
labor, materials, equipment, transportation, and services required to do all the work to compl
Contract No. 3466 in accordance with the Plans and Specifications of the City of Carlsbad, i
the Special Provisions and that he/she will take in full payment therefor the following unit pric
for each item complete, to wit:
SCHEDULE 1: STREET IMPROVEMENTS
Approximate Item Quantity Unit
1 Mobilization and preparatory LS $50,000 $50,000
a No. Description and Unit Price Total
work at the stipulated lump sum amount of
Fifty Thousand
Dollars (Lump Sum)
lump sum at
Dollars (Lump Sum)
at
Dollars (Lump Sum)
and water pollution control at
Dollars (Lump Sum)
2 Clearing and grubbing LS
3 Unclassified excavation LS
4 Furnish and install erosion LS
e-
e
%$ 71231
Approximate Item Quantity Unit a No. DescriDtion and Unit Price Total
5 Rock protection as shown LS on bridge grading plan on Sheet 5 including fabric, bedding rock and sand at
Dollars (Lump Sum)
lighting system at
Dollars (Lump Sum)
valve and survey monument frames to grade at
Dollars Each
base at
Dollars per Ton
at
Dollars per Ton
6 Furnish and install street LS
7 Adjustment of existing water LS
8 Class I1 aggregate 8,777 TON
9 Asphalt concrete pavement 4,617 TON
4D
10 6-inch Type "A" AC dike at 73 LF
Dollars per Linear Foot
rip-rap energy dissipater type 2 (D-40) at
Dollars Each
11 Wing headwall (D35) and 1EA
e <- 712:
Approximate Item Quantity Unit e No. Description and Unit Price Total
12 Curb inlet Type "B" (D-2) 7EA at
Dollars Each
at
Dollars Each
13 Catch basin Type 'IF" (D-7) 3EA
14 S.D. cleanout Type A-5 (D-9) 2 EA
Dollars Each
at
Dollars Each
and rip-rap energy dissipator
15 S.D. cleanout Type A-4 (D-9) 5EA
16 Wing headwall (D-34) 2EA dB type 2 (D-40) at
Dollars Each
(D-39) at
Dollars Each
17 Concrete inlet apron 1 EA
18 Concrete lug (0-63) at 2 EA
Dollars Each
19 Detention basin "D" spillway at LS
Dollars (Lump Sum)
3 feet wide (075) at
Dollars per Linear Foot
20 Concrete brow ditch Type "B" 960 LF
ab <a 712
Approximate I tern Quantity Unit
21 Concrete brow ditch Type "D" 480 LF
@ No. Description and Unit Price Total
(D75) 5 feet wide at
Dollars per Linear Foot
22 8 inch (G-I) median curb at 2,722 LF
Dollars per Linear Foot
and gutter at
Dollars per Linear Foot
23 6-inch (G-2)Type "G" curb 2,721 LF
24 Concrete curb outlet (D-25) 1 EA
Type A
Dollars Each
and bike trail at
Dollars per Square Foot
at
Dollars Each
25 4-inch PCC pedestrian 9,360 SF 0
26 Concrete sewer manhole (S-2) 3 EA
27 Concrete cutoff wall (S-10) 2 EA
Type B
Dollars Each
28 4-inch thick PCC sidewalk at 7,019 SF
Dollars per Square Foot
29 PCC pedestrian ramps at 2 EA
Dollars Each a
*- +9 712 1
Approximate Item Quantity Unit
30 Commercial concrete 1,600 SF
@ No. Description and Unit Price Total
driveway (G26) at
Dollars per Square Foot
concrete paving at
Dollars per Square Foot
31 4-inch thick median stamped 21,600 SF
32 Metal beam guard rail at 60 LF
Dollars per Linear Foot
signs at
Dollars Each
signs at
Dollars Each
access gate at
Dollars Each
33 Furnish and install project 2EA
34 Furnish and install funding 2EA 0
35 Furnish and installSDG&E’s 2 EA
36 18-inch RCP (1350-D) at 365 LF
Dollars per Linear Foot
37 21-inch RCP (2000-D) at 246 LF
Dollars per Linear Foot
em
0
%# 712
Approximate I tem Quantity Unit @ No. Description and Unit Price Total
38 24-inch RCP(2000-D) 143 LF
drain at
Dollars per Linear Foot
39 Inlet apron (D-20) at 1 EA
Dollars Each
40 30-inch RCP (1350-D) at 104 LF
Dollars per Linear Foot
41 36-inch RCP (1350-D) at 28 LF
Dollars per Linear Foot
42 42-inch RCP (1350-D) at 95 LF
Dollars per Linear Foot
main at
Dollars per Linear Foot
43 8-inch PVC sewerSDRS-35 143 LF a
44 Sewer stub and Plug 2 EA
Dollars Each
to grade at
Dollars Each
CL-150 at
Dollars per Linear Foot
45 Adjust sewer manhole 4EA
46 8-inch PVC water main 67 LF
a
0- 6$ 712
Approximate Item Quantity Unit
47 2-inch blow-off assembly 1 EA
e No. Description and Unit Price Total
at
Dollars Each
48 8-inch gate valve at 1 EA
Dollars Each
(Trench & conduit installation)
Dollars (Lump Sum)
pullboxes forSDG&E at
Dollars (Lump Sum)
traffic signal equipment at
Dollars (Lump Sum)
signal system at ElCamino
Real and Olivenhain Road (including signal loops and interconnect) at
Dollars (Lump Sum)
traffic control, signing & striping pavement markings, pavement markers, temporary railing (Type K) and crash cushion assemblies
Dollars (Lump Sum)
49 Utilities undergrounding LS
50 Furnish and install vaults & LS
51 Remove and salvage existing LS m
52 Furnish & install Traffic LS
53 Furnish & install temporary LS
e-
*
t# 112
Approximate I tem Quantity Unit @ No. Description and Unit Price Total
54 Final signing and striping at LS
Dollars (Lump Sum)
traffic signal detector loops operational and complete in place at
Dollars (Lump Sum)
amendments including soil conditioners and site preparation at
Dollars per Square Foot
55 Furnish & install temporary 10 EA
56 Furnish and install median soil 1,960 SF
57 Bark mulch for median at 18 CY
Dollars per Cubic Yard
@ 58 Median shrub: 5 gallon at 98 EA
Dollars Each
at
Dollars Each
matting and temporary irrigation of disturbed areas excluding mitigation areas at
Dollars (Lump Sum)
59 Median tree: 24 inch box 7 EA
60 Hydroseed, erosion control LS
0
4% %$ 712
Approximate I tem Quantity Unit
61 Median landscape sleeve 420 LF
0 No. Description and Unit Price Total
at
Dollars per Linear Foot
(Specialty Item)
trees at
Dollars per Linear Foot
for median irrigation at
Dollars (Lump Sum)
for mitigation area at
Dollars (Lump Sum)
0 irrigation system at
62 39” root Barrier for median 1,960 LF
63 1” water meter and service LS
64 2” water meter and service LS
65 Furnish and install median LS
Dollars (Lump Sum)
monument at
Dollars Each
66 Furnish & install street survey 5 EA
67 Record of survey at LS
Dollars (Lump Sum)
68 Wetland Mitigation at LS
Dollars (Lump Sum)
stipulated lump sum of TenThousand
Dollars (Lump Sum)
69 Construction scheduleat the LS $1 0,000 $1 0,000
0
e- t# 712
Approximate I tem Quantity Unit @ & Description and Unit Price Total
70 Class “A” topsoil for LS median planters at
Dollars (Lump Sum)
71 Field office at LS
Dollars (Lump Sum)
Total amount of bid for Schedule 1 in words:
Total amount of bid for Schedule 1 in numbers: $
Price(s) given above are firm for 90 days after date of bid opening.
0
0
43 7f2
SCHEDULE 2
BRIDGE CONSTRUCTION
Approximate
*
I tem Quantity Unit No. Description and Unit Price Total
2-1 Bridge at LS
Dollars (Lump Sum)
at
Dollars per Linear Foot
2-2 Furnish piling (Class 70 C) 264 LF
(P)
2-3 Drive pile (Class 70 C) at 264 LF
Dollars Each
2-4 Furnish piling (Class 45 C) 293 LF
(PI at
Dollars per Linear Foot * 2-5 Drive pile (Class 45 C) at 293 LF
Dollars Each
Total amount of bid for Schedule 2 in words:
Total amount of bid for Schedule 2 in numbers: $
Price(s) given above are firm for 90 days after date of bid opening.
Total amount of bid for Schedules 1 and 2 in words:
Total amount of bid for Schedules 1 and 2 in numbers: $
Addendum(a) No(s).
proposal.
The Undersigned has checked carefully all of the above figures and understands that the
will not be responsible for any error or omission on the part of the Undersigned in preparing
hadhave been received and is/are included in
m bid.
e- %cl+ 712
The Undersigned agrees that in case of default in executing the required Contract w
necessary bonds and insurance policies within twenty (20) days from the date of award
Contract by the City Council of the City of Carlsbad, the City may administratively authori award of the contract to the second or third lowest bidder and the bid security of the IOWE
bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed
do business or act in the capacity of a contractor within the State of California, validly licens
under license number , classification whi
expires on , and that this statement is true and correct and has t legal effect of an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to t
Business and Professions Code shall be considered nonresponsive and shall be rejected by t
City §7028.15(e). In all contracts where federal funds are involved, no bid submitted shall
invalidated by the failure of the bidder to be licensed in accordance with California law.
However, at the time the contract is awarded, the contractor shall be properly licensed. Put
Contract Code §20104.
The Undersigned bidder hereby represents as follows:
@
1. That no Council member, officer agent, or employee of the City of Carlsbad is 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 offic~
agents, or employees has inducted him/her to enter into this Contract, excepting c
those contained in this form of Contract and the papers made a part hereof by its terr
and
2. That this bid is made without connection with any person, firm, or corporation makinl
bid for the same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is (Cash, Certified Che
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 requi
every employer to be insured against liability for workers' compensation or to undertake s insurance in accordance with the provisions of that code, and agrees to comply with SI
provisions before commencing the performance of the work of this Contract and continue
comply until the contract is complete.
0
....
....
....
....
... .
....
.... a ....
e- a# 712
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article
relative to the general prevailing rate of wages for each craft or type of worker needed
execute the Contract and agrees to comply with its provisions.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE
0
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business
City and State
(Street and Number)
(4) Zip Code Telephone No.
IF A PARTNERSHIP, SIGN HERE
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be mE
by a general partner)
e
(3) Place of Business
City and State
(Street and Number)
(4) Zip Code Telephone No.
a
t3 71;
IF A CORPORATION, SIGN HERE
(1) Name under which business is conducted c SiercaPEGL Ises + k.
L-9 L kfLU% ,-, w
Sgnbture -dcccc L. Bmon (2)
- Title j
Impress Corporate Seal
(3) Incorporated under the laws of the State of CLrnLd
(4) Place of Business &wsnlk!!, (Street and Number)
City and State &A
(5) Zip Code c)wz4+ Telephone No. (% Is\ bs c 030u
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST 0 ATTACHED
List below names of president, vice president, secretary and assistant secretary,
corporation; if a partnership, list names of all general partners, and managing partners:
m L, hQ&+&s *I Bcen4"
exlrb 0 KkdL SUiu
&phL L. 8-n m Y CJ?,7
e
4-
-7 %#
0
1 !
c 0
J
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT L
State of California
county of San Dieao
On September 23, 1996 before me, Michelle Burrier, Notarv Public
personally appeared Sandra L. Brown
)!(personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the per
whose name is subscribed to the within instrumel
acknowledged to me that she executed the same
authorized capacity and that by her signature
instrument the person, or the entity upon behalf oi
the person acted, executed the instrument
WITNESS my hand and official seal.
Dale Name and Tltle of OPTcer (e g "Jane Doe, Notary Publlc")
Name(s) of Signer(s)
Signature of Notary Public
OPTIONAL
fraudulent removal and reattachment of this form to another document.
Though the infomatron below IS not required by law, R may prove valuable to persons relying on the document and could pf
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:-
Signer(s) Other Than Named Above:
Capacity Claimed by Signer
Signer's Name: Sandra L. Brown Signer's Name:
0 Individual 0 Individual
gcorporate Officer 0 Corporate Officer
Title(s): CEO Title(s):
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General
Attorney-in-Fact 0 Attorney-in-Fact
0 Trustee 0 Trustee
Comoration Status - Bid Document
0 Guardian or Conservator RIGHT THUMBPRINT 0 Guardian or Conservator RIGHT TH1
0 Other: OF SIGNER U Other: OF I
Top of It Top of thumb here
Signer is Representing: Signer is Representing:
Sierra Pacific West. Inc.
SPW 6/96 I Ibc
BID SECURITY FORM
(Check to Accompany Bid) 0
(NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of C
OF CARLSBAD, in the sum of 1
dollars ($ )I
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this ct
shall become the property of the City provided this proposal shall be accepted by the
through action of its legally constituted contracting authorities and the undersigned shall fa
execute a contract and furnish the required Performance, Warranty and Payment Bonds
proof of insurance coverage within the stipulated time; otherwise, the check shall be return6
the undersigned. The proceeds of this check shall also become the property of the City ii
undersigned shall withdraw his bid within the period of fifteen (15) days after the date set fo
opening thereof, unless othenrvise required by law, and notwithstanding the award of
contract to another bidder.
0-
BIDDER
'Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following page:
be e=cuted--the sum of this bond shall be not less than ten percent (1 a%) of the total amount of the
-
d
-
0,
7 e 7
3
SEP -A 1-7- W3 Z 1J rl.1 L-.. . -._ _-__ _..-.
20
BIDDER'S BOND TO ACCOMPANY PROPOSAL a
KNOW ALL PERSONS BY THESE PRESENTS:
That we, SIERRA PACIFIC WEST, INC. , as Principal, and DEVELOPERS INSURANCE COP4
a5 Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) THREE HUNDRED THOUSAND DOLL1
for which payment, well and truly made, we bind ourselves, our heirs, executors and
administrators. successors or assigns, jointly and severally, firmly by these presents.
THE CONOlTiON OF THE FOREGOING OBtJGATlON IS SUCH that if the proposal of the
above-bounden Principal for:
OLIVENHAIN ROAD WlDENiNG PROJECT
CONTRACT NO- 3466
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into
and execute a Contract including required bonds and insurance policies within twenty (20j days
from the date of award of Contract by the City Council of the City of Carfsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain
in full force and effect, and the amount specified heren shall be forfei!ed to the said City
. .. *
. .. . 0 ....
....
...I
....
. .. .
....
....
....
....
....
....
7/23/96 e*
0
ac'
-- - _- ---- -
I 2
* In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond.
Executed by PRlNClPAL this 23- I day of 5fParkrf 'x. day of SEPTEMBER
PRINCIPAL' SURETY
Executed by SURETY this d 6
SIERRA PACIFIC WEST, INC. DEVELOPERS INSURANCE COMPANY (name of Principal) (name of Surety)
I
!I
I
I
I
I
I
I
I
I
I ,
n
17780 FITCH, IRVINE, CA 92614 (address Of Surety)
BY* ~p&#fPam-
(sign here)
714-263-3300
(telephone number of Surety) - fl (pnnt name here)
(sgnature of Attorn - b By:
(Tdle and Orsanzairon of Sgnatory)
STEVEN R. BONILLA
(printed name of Attorney-in-Fact)
By: #W
(srgn here)
& m. LJh;kA b (,re (Attach corporate resolution showing curten power of attorney.) 5-u
(trtle and organization of &natGry)
(Proper notanal acknowledge of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations If one offcer signs, the corporation must attach a resolution certified by the Secretary or assir
secretary under corporate seal ernpowenng that officer tc bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
Clty Attmey
t
JANE MOBALDI BY*
Deputy City Attorney
e
43 7/25/9 IJ
7
u
0
1
0
I)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Dieao
On September 23, 1996 before me, Michelle Burrier, Notarv Public
personally appeared Sandra L. Brown
$personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the pel
whose name is subscribed to the within instrume
acknowledged to me that she executed the same
authorized capacity and that by her signature
instrument the person, or the entity upon behalf 01
the person acted, executed the instrument
WITNESS my hand and official seal.
Date Name and Tile of Officer (e.g. “Jane Doe, Notary Public”)
Name(s) of Signer(s)
----------c \“?i&j& Signature of Notary Publlc -
OPTIONAL
frauduhnt removal and reatfachment of this form to another document.
Though the informafron below is not required by law, it may prove valuable to persons m@ng on the document and could PI
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:-
Signer(s) Other Than Named Above:
Capacity Claimed by Signer
Signer’s Name: Sandra L. Brown Signer’s Name:
Bidders Bond
g individual 0 Individual
Corporate Officer 0 Corporate Officer
Title@): CEO Title@):
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General
0 Attomey-in-Fact 0 Attomey-in-Fact
0 Trustee R Trustee
0 Guardian or Conservator RIGHT THUMBPRINT Cl Guardian or Conservator RIGHT TH
U Other: OF SIGNER 0 Other: OF :
Top of 11 Top of thumb here
Signer is Representing: Signer is Representing:
Sierra Pacific West. lnc.
t SPW 6/96 / Ibc
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name@)
isjare subscribed to the within instrument and ncknowl-
edged to me that he/she/they executed the same in his/
her/their authorized capacity(ies), and that by his/hcr/
their signature(s) on the instrument the person@), or the
entity upon behalf of which the person(s) acted, executed
the instrumcnt.
WITNESS my hand and official seal.
I' I
Signature D?& I I
This nren for O/licinl Notnrinl Sen1
POWER OF ATTORNEY OF
INDEMNITY COMPANY OF CALIFORNIA
AND DEVELOPERS INSURANCE COMPANY NZ 2
EO. BOX 19725, IRVINE, CA 92713 (714) 263-3300
)E '
I
2
3
4
AII oower and authonty herein granted mall in any event terminate on the 31s cay of Marm 19%
This Power of Attorney is void if altered or if any portion IS erased
This Power of Attorney is void UnleSS the Seal IS readable. the text is in brown ink tne signatures are in biLd 17~ a-c! ti s -31 ce is in red in<
This Power of Attorney should not be returned to tne Attorney@)-In-Fact but mould rema n a pemanenr oa? of tne obiigee s rec3rds
- 0-
KNOW ALL MEN BY THESE PRESENTS. that except as expressly IimRed, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMR . severally, but not jointly, hereby make, constitute and appolnt
***STEVEN R. BONILLA, JO ANN PARKER, D. KOHL, JOINTLY OR SEVERALLY"'
the true and lawful Attomey(s)-ln-Fact, to make. execute, del- and acknowledge, for and on behalf of said corporations as sureties. bonds. undertakings an( . in an amount not exceeding Two Million Fnm Hundred Thousand Dollars ($2.sOa.OOO) in any single undertaking, giving and granting unto said Attorney(s)-In-Fact to do and to paform every act necessary. requisite or pmPw to be done in connection therewith as each of said corporations could do, but mserving to each power of substmctnx, and revccatm; and aII of the acts of wd AttMey(s)-ln-Fact, pursuant to these presents. are hereby ratlfied and confined
This Power of Attorney is granted and is slgned by facsimile under and by authonty of the following resolutions adopted by the respective Board of D
I COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effectwe as of September 24.1986
RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is. authonz - Attorney, qualifying the attomey(s) named in the Powers of Attorney to execute. on behalf of the corporation, bonds, undertakings and contracts of suretyshi or any Assistant Secretary of the copxatm be. and each Of them hereby is. authonred to attest the execution of any such Power of Attorney,
RESOLVED. FURTHER, that the signatures of such officers may be aflixed to any such Power of Attorney or to any certificate relating thereto b) Power of Attorney or ceNficate beanng such facsimile scgnatunrs shall be valld and bnding upon the corporation when so affixed and in the future wtth respect . or contract of suretyship to whlch it IS attached.
~ IN WNESS WHERMF. INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severalty caused these presents to be : Presidents and attested by their respechve Secretaries the 14th day of June. 1995
A INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY
1
1
id BY Q&f 0 B
J 2'WTs O$I AmST
% (IF *\'8 &:[#
BY BY Walter cro-Wef
Mretary secretary
~ STATE OF CALIFORNIA )
COUNTY OF ORANGE )
1 ss.
On June 14,1995, before me, C.V. Bnnk. personally appeamd Dante F Wncenti. Jr and Walter Crowell. personally known to me (or proved to me I
J evidence) to be the person(s) whose name(@ dam subscnbed to the whin instrument and acknowledged to me that he/she/they executed the same in hid
capacrty(ies). and that by his/her/thetr sgnature(s) on the instrument the person(s), or the entrty upon behalf of whffih the person(s) acted, executed the instn
WlTNESsmyhand andofticdseaf. '?
Signature )(oTARywBt#;-CALFOFl
ii
CERTIFICATE
The undersgned, as Senw Vm Pmsdent of INDEMNrrY COMPANY OF CALIFORNIA. and Senw Vice Pesdent of DEVELOPERS INSURANC p certify that the foregong and attached Power of Attorney ramaim in full force and has not been revoked; and furthemnore. that the ~wscons of the resolut~i
3
iP
1 By *
Boards of Directors of sard corporations set forth v) the Power of Attorney, are in fcfce as of the date of this Certificate.
his CerMicate is executed in the crty of ~rvine, -ifomla. this Day of SEPTEMBERIBL. - EMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY
OCTS On By APZ-499 0 IF *'a .r Senm LC Vice Fiebiger President LC FW seow VI Resrdeof
J
tn-iqn PEV fwam
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, , as Principal, and
as Surety are held and firmly bound unto the City of Carlsbad, California, in an amoun
follows: (must be at least ten percent (10%) of the bid amount)
for which payment, well and truly made, we bind ourselves, our heirs, executors
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of above-bounden Principal for.
0
1
OLlVENHAlN ROAD WIDENING PROJECT
CONTRACT NO. 3466
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter and execute a Contract including required bonds and insurance policies within twenty (20)
from the date of award of Contract by the City Council of the City of Carlsbad. being duly no
of said award, then this obligation shall become null and void; otherwise, it shall be and re
in full force and effect, and the amount specified herein shall be forfeited to the said City.
....
....
@ ....
....
....
....
....
....
....
....
....
- ....
- ....
e
-*
L 7 a l
-a
In the event Principal executed this bond as an individual, it is agreed that the death of Prin
shall not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this Executed by SURETY this
day of 9 1 9,-: day of , 19-
P RI NC I PA L: SURETY:
(name of Principal)
By:
(name of Surety)
!
(sgn here) (address of Surety)
(print name here) (telephone number of Surety)
By:
(Title and Organization of Signatory)
By:
(signature of Attorney-n-Fact)
(sig n here) (printed name of Attorney-in-Fact)
(print name here) (Attach corporate resolution showing c 0 power of attorney.)
(title and organization of signatory)
(Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attache
(President or vice-president and secretary or assistant secretary must sign for corporation
one officer signs, the corporation must attach a resolution certified by the secretary or
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
JANE MOBALDI
Deputy City Attorney
e
--I <a
GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRAC'
& AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION C
OWNER OPERATOWLESSOR & AMOUNT OF OWNER
OPERATOFULESSOR WORK" FORMS
0
REFERENCES Prior to preparation of the following Subcontractor and
Operator/Lessor disclosure forms Bidders are urged to review the del
in Section 1-2 of the SSPWC and of the Special Provisions to this C
especially, "Bid", "Bidder", "Contract", "Contractor", "Contract
"Contract Unit Price", "Engineer", "Subcontractor" and "Work" a
definitions in Section 1-2 of the Special Provisions especially
Organization" and "Owner Operator/Lessor." Bidders are further UI
review Sections 2-3 SUBCONTRACTS of the SSPWC and Section :
these Special Provisions.
Bidders are cautioned that failure to provide complete and correct info may result in rejection of the bid as non-responsive. Any bid that p
performance of more than 50 percent of the work by other tt
Contractor's own organization will be rejected as non-responsive.
Bidders shall use separate disclosure forms for each Subcontractor o
Operator/Lessor (O+O) of manpower and equipment that is proposc used to complete the Work.
All items of information must be completely filled out.
Where the bid item will be installed by more than one Subcontr
Owner OperatorlLessor the percentage of the bid item installed
Subcontractor or Owner Operator/Lessor being listed in the line of 1
must be entered under the column "O/O of Item by Sub1 or "O/O of
0+0 as applicable. If a Subcontractor or Owner Operator/Lessor in
constructs any portion of a bid item the entire amount of the Contr
Price shall be multiplied by the Quantity of the bid item that the Subcc
or Owner Operator/Lessor installed.
Suppliers of materials from sources outside the limits of work
subcontractors. The value of materials and transport for materi:
sources outside the limits of work, as shown on the plans, shall be I
to the Contractor, the Subcontractor, or the Owner OperatorILessc
case may be, installing them. The value of material incorporatec Subcontracted or Owner Operator/Lessor installed bid item that is
by the Contractor shall not be included as any part of the portion of
that the Contractor is required to perform with its own organization.
The item number from the "CONTRACTORS PROPOSAL" (Bid She
be entered in the "Bid item No." column.
When a Subcontractor or Owner Operator/Lessor has a Cartsbad
license the number must be entered on the form. If the Subcontrac
not have a valid business license enter "NONE in the appropriate 5
CAUTIONS
INSTRUCTIONS
0
(r
- 7 <a 7
Bidders shall make any additional copies of the disclosure forms as
necessary to provide the required information. The number of additio
pages shall be entered on the first form page of each type so duplic
Bidder may, at its option, combine bid items on a single row in the ( the disclosure forms. If using this option the Bidder must indicate the
numbers to which the information in the row pertains. This option ma
used where the subcontractor or Owner Operator/Lessors constn
installing less than 100 percent of a bid item. The percentages ar
amounts may be the sums of the bid items listed in that row.
When the Bidder proposes using a subcontractor or owner operator/L
construct or install less than 100 percent of a bid item the Bidder mu:
an explanation sheet to the designation of subcontractor or desigr
Owner Operator/Lessor forms as applicable. The explanation she
clearly apprise the Agency of the specific tasks, materials and/or ec
that are proposed to be so supplied.
Determination of the subcontract and Owner Operator/Lessor amc
purposes of award of the contract shall determined by the City Ci
conformance with the provisions of the contract documents an
Special Provisions. The decision of the City Council shall be final.
0
0
0
-7 <3 I
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF 0 SUBCONTRACTOR'S BID
The Bidder MUST complete each information field on this form for each subcontractor ' proposes to use. Additional copies of this form may be attached if required. This form mi submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct iriforr may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in pre this bid for the Work and that the listed subcontractors will be used to perform the portions Work as designated in the list in accordance with applicable provisions of the specificatior Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontractor Fair Prz Act." The Bidder further certifies that no additional subcontractor will be allowed to perfon portion of the Work and that no changes in the subcontractors listed work will be made f upon the prior approval of the Agency.
Full Company Name of Subcontractor:
Complete Address: 607 . ts - 62. *ax -
Street
i em 9aao City State Zip
Telephone Number plus Area Code: br9-%95 L e55 0 California State Contractors License No. & Classification:
Carfsbad Business License No.:
Page of pages of this form e
7t:
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF 0 SUBCONTRACTOR’S Bl D
The Bidder MUST complete each information field on this form for each subcontracto proposes to use. Additional copies of this form may be attached if required. This form I submitted as a part of the Bidder‘s sealed bid. Failure to provide complete and correct inf may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in I: this bid for the Work and that the listed subcontractors will be used to perform the portio1 Work as designated in the list in accordance with applicable provisions of the specificat Section 4100 et seq. of the Public Contracts Code “Subletting and Subcontractor Fair I Act.” The Bidder further certifies that no additional subcontractor will be allowed to ped portion of the Work and that no changes in the subcontractors listed work will be mad upon the prior approval of the Agency.
Full Company Name of Subcontractor:
Complete Address: PO * 1m8
Street
ar8
State Zip
-
City
Telephone Number plus Area Code: 14 -+w-/w a California State Contractors License No. ti cksiiication:
Carlsbad Business License No.:
Page of pages of this form e
i
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF
SUBCONTRACTOR’S BID 0
The Bidder MUST complete each information field on this form for each subcontractor tl proposes to use. Additional copies of this form may be attached if required. This form mu submitted as a part of the Bidder‘s sealed bid. Failure to provide complete and correct infom may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in prel this bid for the Work and that the listed subcontractors will be used to perform the portions 1 Work as designated in the list in accordance with applicable provisions of the specification Section 4100 et seq. of the Public Contracts Code “Subletting and Subcontractor Fair Pra Act.” The Bidder further certifies that no additional subcontractor will be allowed to perforr portion of the Work and that no changes in the subcontractors listed work will be made E upon the prior approval of the Agency.
Full Company Name of Subcontractor: Ui-2 *dm .%.
Street
Complete Address: I ns W,aA\e=bn W
L)ar 09
Zip 0 City State
Telephone Number plus Area Code: c 3 4us e California State Contractors License No. & CkifZatio?
Carlsbad Business License No.:
Page of pages of this form -.
71
DEStGNATION OF SUBCONTRACTOR &.AMOUNT OF 0 SUBCONTRACTOR’S BID
The Bidder MUST complete each information field on this form for each subcontractor t- proposes to use. Additional copies of this form may be attached if required. This form mu submitted as a part of the Bidder‘s sealed bid. Failure to provide complete and correct inforn may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preF this bid for the Work and that the listed subcontractors will be used to perform the portions f Work as designated in the list in accordance with applicable provisions of the specification: Section 4100 et seq. of the Public Contracts Code “Subletting and Subcontractor Fair Pra Act.” The Bidder further certifies that no additional subcontractor will be allowed to perforr
portion of the Work and that no changes in the subcontractors listed work will be made f upon the prior approval of the Agency.
Full Company Name of Subcontractor: J&s FkPU%C.
j
Complete Address: 1310 mPr c1
a Street I
3 8 I %30 State Zip City
Telephone Number plus Area Code:
California State Contractors License NO. & Classification:
Carlsbad Business License No.:
b lqd 4&7 -76b I 0
Page of pages of this form
Q
7,
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF 0 SUBCONTRACTOR'S BID
The Bidder MUST complete each information field on this form for each subcontractor t proposes to use. Additional copies of this form may be attached if required. This form mu submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct inforn may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in pref this bid for the Work and that the listed subcontractors will be used to perform the portions ( Work as designated in the list in accordance with applicable provisions of the specification Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontractor Fair Prz Act." The Bidder further certifies that no additional subcontractor will be allowed to perfon portion of the Work and that no changes in the subcontractors listed work will be made t upon the prior approval of the Agency.
Full Company Name of Subcontractor:
Complete Address: laob7~ R;3us& nr.
missten fi~cni+c 'zl~ #
e
Street
L l City State Zip
Telephone Number plus Area Code:
California State Contractors License NO. ti Classification:
Carlsbad Business License No.:
b 19 c 3%- ?LC64
Page of pages of this form
0
71;
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF 0 SUBCONTRACTOR'S BID
The Bidder MUST complete each information field on this form for each subcontractor t' proposes to use. Additional copies of this form may be attached if required. This form mu submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct inforn may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in prer this bid for the Work and that the listed subcontractors will be used to perform the portions 4 Work as designated in the list in accordance with applicable provisions of the specification. Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontractor Fair Pra Act." The Bidder further certifies that no additional subcontractor will be allowed to perforr portion of the Work and that no changes in the subcontractors listed work will be made c upon the prior approval of the Agency. . Full Company Name of Subcontractor: mcr! cum
Street
Complete Address: 1 AUeh-
-7 I
Zip
CA
City State
b 14 4q Lkb - 4/ A! Telephone Number plus Area Code:
Carlsbad Business License No.:
0 California State Contractors License NO. & Classification:
Page of pages of this form
0
71
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF
SUBCONTRACTOR'S BID 0
The Bidder MUST complete each information field on this form for each subcontractor ti proposes to use. Additional copies of this form may be attached if required. This form mu submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct inform may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in preF this bid for the Work and that the listed subcontractors will be used to perform the portions ( Work as designated in the list in accordance with applicable provisions of the specification! Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontractor Fair Prai Act." The Bidder further certifies that no additional subcontractor will be allowed to perfom portion of the Work and that no changes in the subcontractors listed work will be made E upon the prior approval of the Agency.
Full Company Name of Subcontractor: AT_. T Md
Complete Address: Po 1sW13m-l
Street
c7n ' c
State Zip
5um Dw
City
0 California State Contractors License NO. & Classification:
Telephone Number plus Area Code: birj @ 3s- 67a7
Carlsbad Business License No.:
Page of pages of this form 0
71
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF 0 SUBCONTRACTOR'S Bl D
The Bidder MUST complete each information field on this form for each subcontractor t proposes to use. Additional copies of this form may be attached if required. This form mu submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct inforn may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in prel this bid for the Work and that the listed subcontractors will be used to perform the portions Work as designated in the list in accordance with applicable provisions of the specification Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontractor Fair Pra Act." The Bidder further certifies that no additional subcontractor will be allowed to perfon portion of the Work and that no changes in the subcontractors listed work will be made f upon the prior approval of the Agency.
Full Company Name of Subcontractor: Ads 4 -
Complete Address:
Street
City State Zip
Telephone Number plus Area Code: L/P 6?~- &I
California State Contractors License NO. & Classification:
Carlsbad Business License No.:
pages of this form Page of e
71
__ ---- ~ ~~~ ~~
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
Copies of the latest Annual Report, audited financial statements or Balance Sheets IY
submitted under separate cover marked CONFIDENTIAL.
e
e
*
4- 6$ 7/2
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPEROEWC
(To Accompany Proposal) 0
The Bidder is required to state what work of a similar character to that included in the pr
Contract he/she has successfully performed and give references, with telephone numbers will enable the City to judge hidher responsibility, experience and skill. An attachment can
Name and Phone
I Name and Address No. of Person
0
e
'7 c3 7
-_
I ::::ridge Insurance Services
10525 Vista Sorrento Pkwy #300 San Diego CA 92121
ald B. Guy
Phone No.
INSURED
619 -452 -22 00 Fax No. 619 - 452 - 6 0 04 I.
I
Sierra Pacific West, Inc.
Encinitas CA 92023 P. 0. Box 230564
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFC ONLY AND CONFERS NO RIGHTS UPON THE CERTlFll
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EX7
ALTER THE COVERAGE AFFORDED BY THE POLICIES
COMPANIES AFFORDING COVERAGE
COMPANY A CNA/Transcontinental Ins. C
CNA/Transportation Ins. Co. COMPANY
lB
COMPANY C CNA/Valley Forge Ins. Co.
D Republic Indem. Co. of Amer COMPANY
POLICY EFFECTIVE
DATE (MMIDDNY) TYPE OF INSURANCE POLICY NUMBER co LTR
FERAL LIABILITY
A l X I COMMERCIAL GENERAL LIABILITY 13 0 9 6 8 6 6 9 10/15/95
CLAIMS MADE IXI OCCUR
OWNER'S & CONTRACTORS PROT
LIMITS POUCY EXPIRATION
DATE lMMIDD/YYl
GENERAL AGGREGATE
10/15/96 PRODUCTS COMP/OPAGG
PERSONAL & AOV INJURY
EACH OCCURRENCE IF y
AUTOMOBILE LIABILITY
30957011
ALL OWNED AUTOS
1 GARAGE LIABILITY
ANY AUTO
I! I
FIRE DAMAGE (Any one fire) w MED EXP (Any one person)
COMBINED SINGLE LIMtT 1 'Ti BODILY (Per person) INJURY
(Per accident) I
i
10/15/95 10/15/96 I
BODILY INJURY
I
PROPERTY DAMAGE
AUTO ONLY - EA ACCIDENT
OTHER THAN AUTO ONLY
EACH ACCIDENT
I AGGREGATE 1 1
I
CERTIFICATE MAY BE ISSUED OR
I EXCESS LIABILITY
B x UMBRELLAFORM
OTHER THAN UMBRELLA FORM lfl
11
I WORKERS COMPENSATION AND 1 EMPLOYERS' LlABlUTY
D I THE PROPRIETOR/ INCL
I OFFICERS ARE EXCL
I PARTNERSEXECUTIVE
j OTHER
I
DESCRIPTION OF OPERATlONS~~OCATlONSNEHlC~/SPE~~
THE CERTIFICATE HOLDER
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUWECT TO ALL THE 1
EACH OCCURRENCE
30957025 10/ 15 / 9 5 10 / 15 / 9 6 AGGREGATE
WC STATU- IOTH- 1 TORY LIMITS I ER
EL EACH ACCiDENT
3518824 1 03/01/96 03/01/97 ELDISEASE-POLICY LIMIT
I 1 EL DISEASE EA EMPLOYEE
ITEMS
IS ADDITIONAL INSURED AND SHOULD READ: CITY OF
-LO 09
CITY OF CARLSBAD, OFFICE OF
THE PURCHASING OFFICER
CITY HALL 1200 CARLSBAD VILLAGE DRIVE
CARLSBAD, CA 92008 I 0
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLEI
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDU 9 DAYS WRITEN NOTICE TO THE CERTIFICATE HOLDER NA
BUT FAILURE TO MAIL SUCH NOTICE SHAU IMPOSE NO OBLIGAT
OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRESENT)
Wk AUTHORIZED REPRESENTATIVE
Ronald B. Guy
CNA INSURANCE COMPANIES 0 THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFUI
AMENDATORY ENDORSEMENT - ADDITIONAL INSURED
This endorsement modifies the insurance provided under the following: Commercial General Liability Coverage Part
It is agreed that the insurance afforded to the Additional Insured is primary insurance.
If, however, the Additional Insured has other insurance which : applicable to the loss, the said other insurance is excess ovei any other valid and collectible insurance providing coverage.
The Company’s limits of liability under this policy shall not I reduced by the existence of such other insurance.
Additional Premium Charge:
Additional Insured: CITY OF CARLSBAD, ITS OFFICERS, EMPLOYEES AND VOLUNTEERS
Address: 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008
Job: OLIVENHAIN ROAD WIDENING PROJECT;
0
CONTRACT #3466
This endorsement is a part of your policy and takes effect on
the effective date of your policy, unless another effective da
is shown below.
Must Be Completed Complete Only When This Endorsement
Not Prepared with the Policy Or Is N to be Effective with the Policy
ENDT. NO. POLICY NO. ISSUED TO EFFECTIVE DATE OF T
ENDORSEMENT: 10/01/ 130968669 SIERRA PACIFIC WEST, INC.
Countersigned by /?€m&ld b. L
Authorized Represedat G-3 9543-A
UGL397 EN7 6 Z10 CNA e
J
BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILI'
EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKER
COMPENSATION
(To Accompany Proposal)
0
0-
e
7 <3
-
BIDDER'S STATEMENT RE DEBARMENT
(To Accompany Proposal)
1. Have you or any of your subcontractors ever been debarred as an irresponsible bid another jurisdiction in the State of California?
0
L Yes no
2. If yes, what was the name of the agency and what was the period of debarment?
party debarred
agency
penod of debarment
BY CONTRACTOR:
-_s\ernL plir;-F;c, ut%+
(name of Contractor)
/?
0
By 'f
7 mn
c& " Q?L*?!A& d- (sign here)
(print narnehitle)
a
em
'7 $9 7/
CONTRACT PUBLIC WORKS
This agreement is made this A* day of 19%
dikcnk (
0
between the City of Carlsbad, California, a municipal/erei~a~er called "City":
and 5uCp P&GC LA%+. = I whose principal place of businc
I j called "Contractor".)
City and Contractor agree as follows:
1. Description czf Work. Contractor shall perform all work specified in the Contract dol
for:
OLIVENHAIN ROAD WIDENING PROJECT
CONTRACT NO. 3466
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor, materia
equipment, and personnel to perform the work specified by the Contract Documents:
3. Contract Documents. The Contract Documents consist of this Contract, Notice
Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Desigr
Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical A
Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the P Specifications, the Special Provisions, and all proper amendments and changes mad
in accordance with this Contract or the Plans and Specifications, and all bonds for thc
all of which are incorporated herein by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the
indicated, specified, and implied by the Contract Documents. Any items of work not inc
specified, but which are essential to the completion of the work, shall be provide
Contractots expense to fulfill the intent of said documents. In all instances through 1
the Contract, the City will be the interpreter of the intent of the Contract Documents
City's decision relative to said intent will be final and binding. Failure of the Con
apprise subcontractors and materials suppliers of this condition of the Contract will n
4. Payment. For all compensation for Contractor's performance of work under this Con'
shall make payment to the Contractor per Section 9-3 PAYMENT of the Standard Spel
for Public Works Construction (SSPWC) 1994 Edition, and the 1995 and 1996 sur thereto, hereinafter designated "SSPWC", as issued by the Southern California Chap
American Public Works Association, and as amended by the Special Provisions secti
contract. The Engineer will close the estimate of work completed for progress paymer
last working day of each month.
0
_- responsibility of compliance.
&
r
jt
- '
.A .'
7 (3
4
5. Independent Investigation. Contractor has made an independent investigation I
jobsite, the soil conditions at the jobsite, and all other conditions that might affect the prc
of the work, and is aware of those conditions. The Contract price includes payment for al
that may be done by Contractor, whether anticipated or not, in order to overcome underg
conditions. Any information that may have been furnished to Contractor by City underground conditions or other job conditions is for Contractor's convenience only, an
does not warrant that the conditions are as thus indicated. Contractor is satisfied with
conditions, including underground conditions and has not relied on information furnist-
City.
e
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be respc
for all loss or damage arising out of the nature of the work or from the action of the elemc
from any unforeseen difficulties which may arise or be encountered in the prosecution
work until its acceptance by the City. Contractor shall also be responsible for exp
incurred in the suspension or discontinuance of the work. However, Contractor shall I
responsible for reasonable delays in the completion of the work caused by acts of God, :
weather, extra work, or matters which the specifications expressly stipulate will be boi
City.
t
7. Hazardous Waste or Other Unusual Conditions. If the contract involves (
trenches or other excavations that extend deeper than four feet below the surface Cor;
shall promptly, and before the following conditions are disturbed, notify City, in writing,
A. Hazardous Waste. Material that Contractor believes may be material that is haz
waste, as defined in Section 25117 of the Health and Safety Code, that is requirec
removed to a Class I, Class 11, or Class Ill disposal site in accordance with provisi
existing law.
B. Differing Conditions. Subsurface or latent physical conditions at the site differin
those indicated.
e
C. Unknown Physical Conditions. Unknown physical conditions at the site of any u
nature, different materially from those ordinarily encountered and generally recogni
inherent in work of the character provided for in the contract.
City shall promptly investigate the conditions, and if it finds that the conditions do mater
differ, or do involve hazardous waste, and cause a decrease or increase in contractor? of, or the time required for, performance of any part of the work shall issue a change
under the procedures described in this contract.
In the event that a dispute arises between City and Contractor whether the COI
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 work, contract1
not be excused from any scheduled completion date provided for by the contract, bl
proceed with all work to be performed under the contract. Contractor shall retain any
rights provided either by contract or by law which pertain to the resolution of disput
protests between the contracting parties.
Change Orders. City may, without affecting the validity of the Contract, order ct
modifications and extra work by issuance of written change orders. Contractor shall r~
change in the work without the issuance of a written change order, and Contractor shall
entitled to compensation for any extra work performed unless the City has issued a
change order designating in advance the amount of additional compensation to be paid work. If a change order deletes any work, the Contract price shall be reduced by a 1
8.
a
$3 112
reasonable amount. If the parties are unable to agree on the amount of reduction, thc
shall nevertheless proceed and the amount shall be determined by litigation. The 1 change order must be executed by the City Manager or the City Council pursuant to Cz
9. Immigration Reform and Control Act. Contractor certifies he is aware 1
requirements of the Immigration Reform and Control Act of 1986 (8 USC Sections 1101
and has complied and will comply with these requirements, including, but not limil
verifying the eligibility for employment of all agents, employees, subcontractors
consultants that are included in this Contract.
40. Prevailing Wage. Pursuant to the California Labor Code, the director of the Departn
Industrial Relations has determined the general prevailing rate of per diem wa! accordance with California Labor Code, Section 1773 and a copy of a schedule of said E prevailing wage rates is on file in the office of the City Engineer, and is incorpora reference herein. Pursuant to California Labor Code, Section 1775, Contractor sh( prevailing wages. Contractor shall post copies of all applicable prevailing wages on 1
site.
e Municipal Code Section 3.28.172.
11. Indemnification. Contractor shall assume the defense of, pay all expenses of defen:
indemnify and hold harmless the City, and its officers and employees, from all claim:
damage, injury and liability of every kind, nature and description, directly or indirectly
from or in connection with the performance of the Contractor or work; or from any fa
alleged failure of Contractor to comply with any applicable law, rules or regulations in
those relating to safety and health; and from any and all claims, loss, damages, injk
liability, howsoever the same may be caused, resulting directly or indirectly from the n:
the work covered by the Contract, except for loss or damage caused by the sole 01
negligence or willful misconduct of the City. The expenses of defense include all co!
expenses including attorneys' fees for litigation, arbitration, or other dispute resolution
Contractor shall also defend and indemnify the City against any challenges to the awarc contract to Contractor, and Contractor will pay all costs, including defense costs for tt
Defense costs include the cost of separate counsel for City, if City requests separate c
12. Insurance. Contractor shall procure and maintain for the duration of the contract in:
against claims for injuries to persons or damage to property which may arise fror
connection with the performance of the work hereunder by the Contractor, his representatives, employees or subcontractors. Said insurance shall meet the City's pc
insurance as stated in Resolution No. 91-403.
(A) Coverages And Limits Contractor shall maintain the types of coverages and IT limits indicted herein:
a. Comprehensive General Liability Insurance: $1,000,000 combined single I1 occurrence for bodily injury and property damage. If the policy has an aggreg2
a separate aggregate in the amounts specified shall be established for the I
which the City or its agents, officers or employees are additional insured.
0
em
a
+9 71;
b. Automobile Liabilitv Insurance: $1,000,000 combined single limit per accide
bodily injury and property damage. In addition, the auto policy must cover any v used in the performance of the contract, used onsite or offsite, whether owned
owned or hired, and whether scheduled or non-scheduled. The auto insL
certificate must state the coverage is for "any auto" and cannot be limited i
manner.
c. Workers' Compensation and Emplovers' Liabilitv Insurance: Workers' compen limits as required by the Labor Code of the State of California and Employers' L
limits of $1,000,000 per incident. Workers' compensation offered by the
Compensation Insurance Fund is acceptable to the City.
a
(B) Additional Provisions - Contractor shall ensure that the policies of insurance re under this agreement contain, or are endorsed to contain, the following provis
General Liability, Employers' Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers are to be covered as adc
insured as respects: liability arising out of activities performed by or on behalf
Contractor; products and completed operations of the contractor; premises c
leased, hired or borrowed by the contractor. The coverage shall contain no :
limitations on the scope of protection afforded to the City, its officials, employ
volunteers. All additional insured endorsements must be evidenced using se
documents attached to the certificate of insurance; one for each company afl
general liability, employers' liability and auto liability coverage.
b. The Contractor's insurance coverage shall be primary insurance as respects th
its officials, employees and volunteers. Any insurance or self-insurance maintai
the City, its officials, employees or volunteers shall be in excess of the contr insurance and shall not contribute with it.
c. Any failure to comply with reporting provisions of the policies shall not affect co
provided to the City, its officials, employees or volunteers.
d. Coverage shall state that the contractor's insurance shall apply separately tc
insured against whom claim is made or suit is brought, except with respect to thc
of the insurer's liability.
e
(C) "Claims Made" Policies If the insurance is provided on a "claims made" basis, co shall be maintained for a period of three years following the date of completion of
(D) Notice Of Cancellation Each insurance policy required by this agreement SI
endorsed to state that coverage shall not be nonrenewed, suspended, voided, ca
or reduced in coverage or limits except after thirty (30) days' prior written notice hz
given to the City by certified mail, return receipt requested.
(E) Deductibles And Self-Insured Retention (S.I.R.) Levels Any deductibles or self- retention levels must be declared to and approved by the City. At the option of tl
either: the insurer shall reduce or eliminate such deductibles or self-insured rc
levels as respects the City, its officials and employees; or the contractor shall prc
bond guaranteeing payment of losses and related investigation, claim administrat]
defense expenses. a
rf% 712
(F) Waiver Of Subrogation All policies of insurance required under this agreemen contain a waiver of all rights of subrogation the insurer may have or may acquire 2
the City or any of its officials or employees.
(G) Subcontractors Contractor shall include all subcontractors as insured under its polic
shall furnish separate certificates and endorsements for each subcontractor. Covt for subcontractors shall be subject to all of the requirements stated herein.
(H) Acceptability Of Insurers Insurance is to be placed with insurers that have a ra
Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to trans:
business of insurance by the State of California Insurance Commissioner as ac
carriers as evidenced by a listing in the official publication of the Department of lnsi of the State of California and/or under the standards specified by the City Cou
Resolution No. 91-403.
(I) Verification Of Coverage Contractor shall furnish the City with certificates of ins1 and original endorsements affecting coverage required by this clause. The certificatl
endorsements for each insurance policy are to be signed by a person authorized I
insurer to bind coverage on its behalf. The certificates and endorsements are tc
forms approved by the City and are to be received and approved by the City beforl
com m en ces.
(J) Cost Of Insurance The Cost of all insurance required under this agreement SI included in the Contractor's bid.
e
13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be reso
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Cha
Article 1.5 (commencing with section 20104) which are incorporated by reference. A (
Article 1.5 is included in the Special Provisions I section. The contractor shall initially SUI
claims over $375,000 to the City using the informal dispute resolution process descr
Public Contract Code subsections 201 04.2(a), (c), (d). Notwithstanding the provisions
section of the contract, all claims shall comply with the Government Tort Claim Act (r
900 et seq., of the California Government Code) for any claim or cause of action for mc
damages prior to filing any lawsuit for breach of this agreement.
(A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted
City must be asserted as part of the contract process as set forth in this agreeme
not in anticipation of litigation or in conjunction with litigation.
(B) False Claims. Contractor acknowledges that if a false claim is submitted to the
may be considered fraud and the Contractor may be subject to criminal prosecutic
(C) Government Code. Contractor acknowledges that California Government Code s
12650 et seq., the False Claims Act, provides for civil penalties where a person knc
submits a false claim to a public entity. These provisions include false claims ma(
deliberate ignorance of the false information or in reckless disregard of the truth o
of the information.
(D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant
False Claims Act, it is entitled to recover its litigation costs, including attorney's fet
ab
e-
Ilt
%$ 712
(E) Debarment for False Claims. Contractor hereby acknowledges that the filing of claim may subject the Contractor to an administrative debarment proceeding wher Contractor may be prevented from further bidding on public contracts for a period c
(F) Carlsbad Municipal Code. The provisions of Carisbad Municipal Code sections 3.: 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated he1
ref e rence.
(G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that deb
0 five years.
L by another jurisdiction is grounds for the City of Carisbad to disqualify the Contra
subcontractor from participating in contract bidding.
I have read and understand all provisions of Section 13 above. %
14. Maintenance of Records. Contractor shall maintain and make available at no cos
City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Ch
Article 2, of the Labor Code. If the Contractor does not maintain the records at Coni
principal place of business as specified above, Contractor shall so inform the City by letter accompanying the return of this Contract. Contractor shall notify the City by certif
of any change of address of such records.
15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with
initial
1720 of the Labor Code are incorporated herein by reference.
16. Security. Securities in the form of cash, cashier's check, or certified check I
substituted for any monies withheld by the City to secure performance of this contract
obligation established by this contract. Any other security that is mutually agreed tc
Contractor and the City may be substituted for monies withheld to ensure performanc
this Contract.
17. Provisions Required by Law Deemed Inserted. Each and every provision of
clause required by law to be inserted in this Contract shall be deemed to be inserted he
included herein, and if, through mistake or otherwise, any such provision is not insert
not correctly inserted, then upon application of either party, the Contract shall fort1
physically amended to make such insertion or correction.
0
...
...
...
- ... -
...
'C
... -
...
0 e.t
-7 63 7
rl
u
18. Additional Provisions. Any additional provisions of this agreement are set forth
"General Provisions" or "Special Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MU!
ATTACHED
0
(CORPORATE SEAL) .f
CONTRACTOR:
-s\uca, R&hL 'b &+. "cnc *.
(name of Contractor
(s@ here) ATTEST:
By: -Jla/lh5.t 2 A&vL
L %I. Bcbt3n . &A !5is&<
(print name and tile)
By: (sQ n here)
(print name and tile)
President or vice-president and secretary or assistant secretary must sign for corporatioi
only one officer signs, the corporation must attach a resolution certified by the secreta
assistant secretary under the corporate seal empowering that officer to bind the corporatic
APPROVED AS TO FORM:
0
RONALD R. BALL
City Attorney
By: -
c
J
-
0
3
7 a
.J
RESOLUTIONS AND UNANIMOUS WRITTEN CONSENT 0 OF
BOARD OF DIRECTORS OF
SIERRA PACIFIC WEST, INC.
A California Corporation
TO BOARD ACTION WITHOUT A MEETING
Pursuant to Section 307 (b) of the Corporations Code of the State of Cdifornia, and the Bylaws of this
Corporations Code of the State of California, and the Bylaws of this Corporation, the undersigned,
constituting all of the directors of SIERRA PACIFIC WEST, INC., a California corporation, HEREBY
unanimously consent to the actions taken by the Board of Directors of said Corporation as January 16
1995, by the following resolutions of the Board of Directors of said Corporation made without a meeting of
said Board of Directors:
RESOLVED, that the President , CEO, and Secretary/CFO, shall be and hereby are, authorized and
empowered, in the name and on behalf of this Corporation, to take whatever action and execute whatever
documents are needed to put said resolution into effect.
We, the undersigned, unanimously consent to the foregoing resolutions, which shall relate back to the
e
date first above written in the foregoing consent. *
SANDRA BROWN, CEO
BARBARA WHITED, SECRETARY/CFO
THOMA~L. #WJ&-N , PRESIDENT
e
a
a
i
a’
CAllFORNlA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Dieso
On November 14, 1996 before me, Michelle Burrier, Notaw Public
personally appeared Sandra L. Brown
Date Name and Title of Officer (e g “Jane Doe, Notary Public?
Name@) of Signer(s)
personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the per
whose name is subscribed to the within instrumel
acknowledged to me that she executed the same
authorized capacity and that by her signature (
instrument the person, or the entity upon behalf of
the person acted, executed the instrument
WITNESS my hand and official seal.
4
+ f SignaGof Notary Public
OPTIONAL
Though the informatron below IS not required by law, rt may prove valuable to persons relying on the document and could pn fraudulent removal and reattachment of fhrs form to another document
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer($ Other Than Named Above:
Capacity Claimed by Signer
Signer’s Name: Sandra L. Brown Signer’s Name:
0 ndividual 0 Individual
Corporate Officer 3 Corporate Officer
Title(s): CEO Title(s):
Contract Documents
C Partner- C Limited I? General
a
0 Partner - 0 Limited 0 General
0 Attorney-in-Fact 0 Attorney-in-Fact
0 Trustee 0 Trustee
0 Guardian or Conservator RIGKT THUMBPRINT 0 Guardian or Conservator RIGHT THL
0 Other: OF SIGNER 0 Other: OF SI
Top of thc Top of thumb here
Signer is Representing: Signer is Representing:
Sierra Pacific West, Inc.
SPW 6/96 / Ibc
~
BOND NUMBER: 429260P PREMIUM: INCL W/ PERF BOND
LABOR AND MATERIALS BOND
WHEREAS, the city Council of the City of Carlsbad, State of California, by Resolui NO. 96-372 , adopted NOVEMBER 5, 1996 , has awarc
to SIERRA PACIFIC WEST, INC.
(hereinafter designated as the "Principal"), a Contract for:
0
OLIVENHAIN ROAD WIDENING PROJECT
I CONTRACT NO. 3466
-1
in the City of Carlsbad, in strict conformity with the drawings and specifications, and 01
Contract Documents now on file in the Office of the City Clerk of the City of Carisbad and a
which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms the
require the furnishing of a bond, providing that if Principal or any of their subcontractors shal
to pay for any materials, provisions, provender or other supplies or teams used in, upon or a1
the performance of the work agreed to be done, or for any work or labor done thereon of
kind, the Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, SIERRA PACIFIC WEST INC. , as Principal, al%qIgg.?8R@ L %s8&@!@? CALIFORNIA bs
Eight Hundred Fifty Two Thousand Six Hundred Eighty Two DOLLARS ($852,682.00 . said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsba 0 under the terms of the Contract, for which payment well and truly to be made we bind ours
our heirs, executors and administrators, successors, or assigns, jointly and severally, firm1
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hidher subcontra1
fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, fc
about the performance of the work contracted to be done, or for any other work or labor the
of any kind, or for amounts due under the Unemployment Insurance Code with respect to
work or labor, or for any amounts required to be deducted, withheld, and paid over tc
Employment Development Department from the wages of employees of the contractor
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respc
such work and labor that the Surety will pay for the same, not to exceed the sum specified ii
bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses
fees, including reasonable attorneys fees, to be fixed by the court, as required by the provi!
of Section 3248 of the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporations en
to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Se
Surety stipulates and agrees that no change, extension of time, alteration or addition t terms of the Contract, or to the work to be performed thereunder or the specific;
accompanying the same shall affect its obligations on this bond, and it does hereby waive I
of any change, extension of time, alterations or addition to the terms of the contract or 1
work or to the specifications.
are e firmy ound unto e ity of Carlsbad, in the sum of INS
-
... 3082).
A
-
0
c1 c3 7
I4
w
In the event that Contractor is an individual, it is agreed that the death of any such Contrac
shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 12th day Executed by SURETY this 8TH daj of November
CONTRACTOR: SURETY:
, 19 96 . NOVEMBER -I 19%
INDEMNITY COMPANY OF CAL1:FORNIA
SIERRA PACIFIC WEST, INC. INSURANCE COMPANY JOINTLY & SEVE (name of Contractor) (name of Surety)
4
17780 FITCH, IRVINE, CA 92614
(address of Surety)
CA /diPh-&&* 1
By:
(sign here)
Sandra L. Brown 714-263-3300
(telephone number of Surety) 4 (print name here)
CMef Executive Officer By:
(title and organization of signatory) (signature of Attorney-&Fa&)
By: STEVEN R. BONILLA
(sign here) (printed name of Attorney-in-Fact)
(attach corporate resolution showing CUI
power of attorney)
(print name here)
(tile and organization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attac
(President or vice-president and secretary or assistant secretary must sign for corporation
only one officer signs, the corporation must attach a resolution certified by the secreta1
assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
.'
Y ,-
f
A -
"
0
1
7 $3 I
d
RESOLUTIONS AND UNANIMOUS WRITTEN CONSENT 0 OF
BOARD OF DIRECTORS OF
SERRA PACIFIC WEST, INC.
A California Corporation
TO BOARD ACTION WITHOUT A MEETING
Pursuant to Section 307 (b) of the Corporations Code of the State of California, and the Bylaws of this
Corporations Code of the State of California, and the Bylaws of this Corporation, the undersigned,
constituting all of the directors of SIERRA PACIFIC WEST, MC , a California corporation, HEREBY
unanimously consent to the actions taken by the Board ofDirectors of said Corporation as January 16
1995, by the following resolutions of the Board of Directors of said Corporation made without a meeting of
said Board of Directors:
RESOLVED, that the President, CEO, and SecretaryKFO, shall be and hereby are, authorized and
empowered, in the name and on behalf of this Corporation, to take whatever action and execute whatever
documents are needed to put said resolution into effect. e
We, the undersigned, unanimously consent to the foregoing resoiutions, which shall relate back to the
date first above written in the foregoing consent. *
SANDRA BROWN, CEO
(&)Li-GA P
BARBARA WHITED, SECRETARYKFO
THOMASTL k” , PRESIDENT
0
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 capaci ty(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 instrurncnt.
WITNESS my hand and official seal..
I
Signahre t2DMJ
I r r
This nrcnfor O/i;ccinr Notorin! Senl
0
0
d
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Dieqo
On November 12, 1996 before me, Michelle Burrier, Notary Public
personally appeared Sandra L. Brown
)(personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the per
whose name IS subscribed to the within instrumer
acknowledged to me that she executed the same
authorized capacity and that by her signature (
instrument the person, or the entity upon behalf of
the person acted, executed the instrument
WITNESS my hand and official seal.
Date Name and Title of Officer (e g "Jane Doe. Notary Public?
Name@) of Signer@)
Signature of Notary hblic
OPTIONAL
Though the infornabon below is not required by law, rt may prove valuable to persons relying on the document and could pn
fraudulent removal and reattachment of this form to another dOCUm8nt.
Description of Attached Document
Title or Type of Document: Labor and Materials Bond
Document Date: Number of Pages:
Signer@) Other Than Named Above:
Capacity Claimed by Signer
Signer's Name: Sandra L. Brown Signer's Name:
C Individual c! Individual
Rcorporate Officer 0 Corporate Officer
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General
0 Attorney-in-Fact 13 Attorney-in-Fact
0 Trustee 0 Trustee
Title($: CEO Title@): ,
0 Guardian or Conservator RIGHT THUMBPRINT 0 Guardian or Conservator RIGHT THUF
0 Other: OF SIGNER 0 Other: OF SI
Top of thr Top of thumb here
Signer is Representing: Signer is Representing'
Sierra Pacific West, Inc.
SPW 6/96 I Ibc
PREMIUM IS FOR CONTRACT XR AND IS SUBJECT TO ADJUSTMEN PREMIUM : $14 9 040 - 00 BASED ON F,NAl CONTRACT PR BOND NUMBER: 429260P
FAITHFUL PERFORMANCUWARRANW BOND o WHEREAS, the City Council of the City of Cartsbad, State of California, by Resolutic NO. 96-372 , adopted NOVEMBER 5, 1996 , has awardec
(hereinafter designated as the "Principal"), a Contract for:
SIERRA PACIFIC WEST, INC.
OLIVENHAIN ROAD WIDENING PROJECT
CONTRACT NO. 3466
in the City of Cartsbad, in strict conformity with the contract, the drawings and specificatic
and other Contract Documents now on file in the Office of the City Clerk of the City of Carist
all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms the
require the furnishing of a bond for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, SIERRA PACIFIC WEST, INC. , as Princ
(hereinafter designated as the "Contr 1NDE;MNITY COMPANY OF CALIFORN
DEVELOPERS INSURANCE COMPANY JOINTLY, % *,%e held and firmly bound unto the Cit
Carlsbad, in the sum of One Million Seven Hundred Five Thousand Three Hundre
Doliars($l, 705,364), said sum being equal to one hundred percent (lOOo/~) of the estim
amount of the Contract, to be paid to City or its certain attorney, its successors and assign5
which payment, well and truly to be made, we bind ourselves, our heirs, executors
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor,
heirs, executors, administrators, successors or assigns, shall in all things stand to and abidc
and well and truly keep and perform the covenants, conditions, and agreements in the Cor
and any alteration thereof made as therein provided on their part, to be kept and perform1
the time and in the manner therein specified, and in all respects according to their true i
and meaning, and shall indemnify and save harmless the City of Carlsbad, its ofFi
employees and agents, as therein stipulated, then this obligation shall become null and 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 the1
there shall be included costs and reasonable expenses and fees, including reasoi
attorney's fees, incurred by the City in successfully enforcing such obligation, all to be tax(
costs and included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition t
accompanying the same shall affect its obligations on this bond, and it does hereby waive I
of any change, extension of time, alterations or addition to the terms of the contract or 1
work or to the specifications.
f
-
' 0
-? terms of the Contract, or to the work to be performed thereunder or the specific;
.&
'6. 2
U
e
7 r=r) II
3
In the event that Contractor is an individual, it is agreed that the death of any such Contrac
shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 12th day Executed by SURETY this 8TH (
of November , 19 96 . Of NOVEMBER 8 19-
CONTRACTOR: SURETY:
SIERRA PACIFIC WEST, INC. INSURANCE COMPANY JOINTLY & SEVE
INDEMNITY COMPANY OF CALIFORNIA
(name of Contractor) (name of Surety)
,i ’1
17780 FITCH, IRVINE, CA 92614
(address of Surety)
(telephone number of Surety)
By: fA&Wh4YVW ’.
Gig n here)
Sandra L. Brown 714 263-3300
(print name here)
Chief Executive Officer By:
(Title and Organization of Signatory) (signature of Attorn’ey-in-Fact) -
By: STEVEN R. BONILLA
(sign here) (printed name of Attorney-in-Fact)
(Attach corporate resolution showing cu (print name here)
(Title and Organization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attac
(President or vice-president and secretary or assistant secretary must sign for corporation
only one officer signs, the corporation must attach a resolution certified by the secreta1
assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
e power of attorney.)
d
- *
-4
”? <$ 7
j.
RESOLUTIONS AND UNANIMOUS WRITTEN CONSENT 0 OF
BOARD OF DIRECTORS OF
SIERRA PACIFIC WEST, INC.
A California Corporation
TO BOARD ACTION WITHOUT A MEETING
Pursuant to Section 307 (b) of the Corporations Code of the State of California, and the Bylaws of this
Corporations Code of the State of California, and the Bylaws of this Corporation, the undersigned,
constituting all of the directors of SIERRA PACIFIC WEST. MC., a California corporation, HEREBY
unanimously consent to the actions taken by the Board ofDirectors of said Corporation as January 16
1995, by the following resolutions of the Board of Directors of said Corporation made without a meeting of
said Board of Directors:
RESOLVED, that the President , CEO, and Secretary/CFO, shall be and hereby are, authorized and
empowered, in the name and on behalf of this Corporation, to take whatever action and execute whatever
documents are needed to put said resolution into effect.
We, the undersigned, unanimously consent to the foregoing resolutions, which shall relate back to the
date first above written in the foregoing consent. *
SANDRA BROWN, CEO
' BARBARA WHITED, SECRETARY/CFO
c
THOMA~L. hgyh '. PRESIDENT
1
d
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 hc/she/they executed the same in his/
her/their authorized capacity(ies), and that by his/hcr/
their signature(s) on the instrument the person(s), or the
entity upon behaIf of which the person(s) acted, executed
the instrumcnt.
WITNESS my hand and official seal.
1 I
Signaturc mw I r
This nrenjor Oficinf Nolnrinl Scnl
1
*
0
*
3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
California
San Dieqo
State Of
County of
On November 12, 1996 before me, Michelle Burrier, Notary Public
personally appeared Sandra L. Brown
%personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the persc
whose name is subscribed to the within instrument
acknowledged to me that she executed the same i
authorized capacity and that by her signature 01
instrument the person, or the entity upon behalf of \
the person acted, executed the instrument
WITNESS my hand and official seal.
Date Name and Title of Wtcer (e g "Jane Doe. Notary Public?
Name(s) of Signer(s)
v ma& Signature of Nolary Public -
OPTIONAL
fraudulent removal and reattachment of this form to another document. Though the information below is not required by law, R may prove valuable to persons relying on the document and could preb
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer@) Other Than Named Above:
Capacity Claimed by Signer
Signer's Name: Sandra L. Brown Signer's Name:
0 Individual 0 Individual x Corporate Officer
Title(s): CEO Title@):
0 Partner - 0 Limited 0 General 0 Partner - U Limited 0 General
0 Attorney-in-Fact 0 Attorney-in-Fact
D Trustee 0 Trustee
Faithful PerformanceMlarrantv Bond
0 Corporate Officer
0 Guardian or Conservator RIGHT THUMBPRINT 0 Guardian or Conservator RIGHT THUL
0 Other: OF SIGNER 0 Other: OF SIC
Top of thur Top of thumb here
Signer is Representing: Signer is Representing:
Sierra Pacific West, Inc.
sPw:6/96 I Ibc
. - .~-.. __ ___ - ____.-. __
INDEMNITY COMPANY OF CALIFORNIA
AND DEVELOPERS INSURANCE COMPANY N! 2
P.O. BOX 19725, IRVINE, CA 9271 3 (71 4) 263-3300
"E: 1. All power and authority herein granted shall in any event terminate on the 31st day of March, 1999.
2. This Power of Attorney is void if altered or if any portion is erased.
3. This Power of Attorney is void UnleSS the seal is readable. the text is in brown ink, the signatures am in blue ink and thls notice is in red Ink.
4. This Power of Attorney should not be returned to the Attorney(s)-In-Fact. but should rematn a permanent part of the obligee's records.
.c
KNOW ALL MEN BY THESE PRESEKTS. that except as expmssiy limited. INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPA
severalty. but not jointly, hereby make, constiie and appoint
"*STEVEN R. BONILLA, JO ANN PARKER, D. KOHL, JOINTLY OR SEVERALLY'**
the true and lawful Attorney@)-In-Fact. to make. execute, deliver and acknowledge, for and on behan of said corporations as sureti. bonds. undertakings and t
in an amount not exceeding Two Million Five Hundred Thousand Dollars ($2.5oo,ooO) in any single undectaking; giving and granting unto said Attomey(stln-Fact f to do and to perfm evecy act necassary, requisite or proper to be done in connection therewith as each of said corporetloM ' coulddo,kRreservingtoeacho
power of substiion and revocation; and all of the acts of said Attorney@)-In-Fact, pursuant to these presen*l. are hereby ratill& and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Din COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986:
RESOLED, that the Chairman of the Board, the President and any Vice President of the mrpuatm ' be. and that each ofthem hereby is. authorizec
Attorney, qualifying the attomey(s) named in the Powers of Attorney to execute, on behalf of the mrpomtm ' , bands. undwtakiigs and conttacts of suretyship;
or any Assistant Secretafy of the corporation be. and each of them hereby is. authorized to attest the ex- of any such Power of Attorney;
RESOLED. FURTHER, that the signatures of such officen may be affixed to any such Power of Attorney or to any certificate relating thereto by 1
Power of Attorney or cectite beating such facsimile signatures shall be valid and binding upon the m ' when so affuted and in the future with respect tc
OT contract of suretyship to which it is attached.
IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severalty caused these presents to be %
Pedents and attested by their respedve .SecreW this 14th day of June, 1995.
INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY
r,u Ud*, I!!* QBY $3 OCT.5 G% A~ST
% (IF &'* &Itfl
BY BY Walter cr-w~el~'
secretary secretary
STATE OF CALIFORNIA 1
* COUNlYOFORANGE 1 ) SS.
On June 14.1995. before me. C.V. Brink. personally appeared Dante F. Wncenti, Jr. and Walter CmWl. personally known to me (or proved to me on evidence) to be the person(@ whose MmB(s) is/m subscribed to the within instrument and acknowledged to me Mat WshMhey executed the same in hishe capaclty(ies). and that by his/her/their signature@) on me inmment the person(s). or the entity upon behalf of which the person(s) acted, executed the instrum
WITNESS my hand andoffkiaJseal.
Signature
CERTIFICATE
The undersigned. as Senior Vrx President of INDEMNITY COMPANY OF CALIFORNIA, and Senior Wce Rssident of DEvnOPERs INSURANCE
certify that the foregoing and attached Power of Attorney mains in full force and has not bean revoked; and furlhmOIB. Mat the prwisionS Of ths rssOlUtiOn! Boards of Directors of said cqmatmn . s set forth in the Power of Atlomey, are in force as of ths date of this cectificate.
.+NiTY CoMPw OF CwmRNw
This CWiTicate is executed in the Ci of Itvine, California, this 8TH day of NOVEMBER, 199 6 .
DEVELOPERS INSURANCE COMPANY fFJJ z' mT.5 0% By Y -
LC. Fiebiger L.C. Fiabiger 5 (IF n#$ Senior VKe Presidmt
BY &!5%49+
Senior Wce President *
ID-310 RN. W96)
HCIUKU ~tn I IrItH I c ur LIHLSIL
FOR THE POLICY
RESPECT TO WHI
T TO ALL THE TEI
LAMS MADE
C130957011
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
EMPLOYERS' LIABILITY
revised***
CITY OF CARLSBAD, OFFICE OF EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL mbe*yb
THE PURCHASING OFFICER *3o DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMEI CITY HALL 1200 CARLSBAD VILLAGE DRIVE
Mrrn Be Cornpiemf
wum NQ
C130957011
Compiete Ouiy Whm 7hp trdorsanenr Is NOI w wtth the w
Qr Is Nor to &e 4fm wrrh the mfe
ISSUED x3 EFFECRVE m1
SIERRA PACIFIC WEST INC. 10/15/9
TWI B(ooRsE
CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive
REPRESENTATION AND CERTIFICATION
a Carlsbad CA 92008
The following representation and certification should be completed, signed and returned to City of Cartsbad.
REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the ownership, YES NO x operation and control of the business, in accordance
Are you currently certified by CALTRANS?
Certification #:
CERTIFICATION OF REPRESENTATION(S1:
Mark all applicable blanks. This offeror rep1 part of this offer that:
This firm is , is notz a minority busine This firm is=, is not- a woman-owned
WOMAN-OWNED BUSINESS: A woman-c ness is a business of which at least 51 perce controlled and operated by a woman Controlled is defined as exercising the POH policy decisions. Operation is defined involved in the day-today management.
FIRM'S PRIMARY PRODUCTS OR SERVI
0
J with the specific definitions listed below is:
DEFINITIONS:
a \M &d NORITY BUSINESS ENTERPRISE: "Minority Busi- RE4 w ss" is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned,
The Small Business Administration defines the socially
American, Hispanic American, Native Americans (Le.
Hawaiians), and Asian-Pacific Americans (Le., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Mananas, Laos, Cambodia and Taiwan).
CERTIFICATION The information furnished is certified to be factual and correct as of the date submitted.
- operated and controlled by minority group members. CONSTRUCTION CONTRACTOR:
- and economically disadvantaged (minorities) as Black CLASSIFICATION(S): A
- American Indian, Eskimos, Aleuts and Native LICENSE NUMBER: 591 85a
TAXPAYERS I.D. NO. 33 e 0443
~ -
*
TEEPHOIUE NUMBER ?
.2
8J ea
-j 43 7/23/96
OPTIONAL
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION *
This Escrow Agreement is made and entered into by and between the City of Carlsbad who address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "Ci
and whose addre
is hereinaf
called "Contractor" and whc address is
hereinafter called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree
follows:
1. Pursuant to Sections 22300 and 10263 of the Public Contract Code of the State California, the contractor has the option to deposit securities with the Escrow Agent as
substitute for retention earnings required to be withheld by the City pursuant to the Construct1
Contract entered into between the City and Contractor for the Olivenhain Road Widen1 Project, Contract No. 3466 in the amount of
dated (hereinafter referred to as the "Contract"). Alternatively, on writ1
request of the contractor, the City shall make payments of the retention earnings directly to I
escrow agent. When the Contractor deposits the securities as a substitute for Contri earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agc shall maintain insurance to cover negligent acts and omissions of the escrow agent
connection with the handling of retentions under these sections in an amount not less th
$100,000 per contract. The market value of the securities at the time of the substitution shall
a least equal to the cash amount then required to be withheld as retention under the terms
the contract between the City and Contractor. Securities shall be held in the name of I
, and shall designate the Contractor as t
beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otherw
would be withheld from progress payments pursuant to the Contract provisions, provid
that the Escrow Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the escrow agent, the escrl
agent shall hold them for the benefit of the contractor until such time as the escrow creai
under this contract is terminated. The contractor may direct the investment of the paymei
into securities. All terms and conditions of this agreement and the rights and responsibilit
of the parties shall be equally applicable and binding when the City pays the escrow agc
directly.
4. The contractor shall be responsible for paying all fees for the expenses incurred by 1
Escrow Agent in administering the Escrow Account and all expenses of the City. The
expenses and payment terms shall be determined by the City, Contractor and Escrow A
5. The interest earned on the securities or the money market accounts held in escrow and
interest earned on that interest shall be for the sole account of Contractor and shall
subject to withdrawal by Contractor at any time and from time to time without notice to 1
City.
@
4b
e- %$ 712 3
6. Contractor shall have the right to withdraw all or any part of the principal in the Escr Account only by written notice to Escrow Agent accompanied by written authorization frc City to the Escrow Agent that City consents to the withdrawal of the amount sought to a withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by 1
Contractor. Upon seven days' written notice to the Escrow Agent from the City of 1 default, the Escrow Agent shall immediately convert the securities to cash and st
distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final a complete and that the Contractor has complied with all requirements and procedui applicable to the Contract, the Escrow Agent shall release to Contractor all securities i! interest on deposit less escrow fees and charges of the Escrow Account. The escrow st be closed immediately upon disbursement of all moneys and securities on deposit B
payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the contrac
pursuant to Sections (1) to (8),, inclusive, of this agreement and the City and Contractor st hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement the securities and interest as set forth above.
10. The names of the persons who are authorized to give written notices or to receive writ1 notice on behalf of the City and on behalf of Contractor in connection with the foregoii
and exemplars of their respective signatures are as follows:
For City: Title
Name
Signature
Address
e
For Contractor: Title
Name
Sign at u re
Address
For Escrow Agent: Title
Name
Sign at u re
Add res s
0
43 712 3
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrl
Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers
the date first set forth above.
e
For City: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name
Signa tu re
Address
e
a=
a
k$ 7/23]
TABLE OF CONTENTS
SPECIAL PROVISIONS
Section Description Paa
a
PART 7
49 1-1 Terms ................................................................................................... 49 2-3 Subcontracts .......................................................................................... 50 2-4 Contract Bonds ..................................................................................... 50 2-5 Plans and Specifications. ..................................................................... 51 2-5.3 Submittals .............................................................................................. 51 2-5.4 Record Drawings .................................................................................... 52 2-9 Surveying .............................................................................................. 52 3-5 Disputed Work ...................................................................................... 55 4-1 Materials and Workmanship ................................................................ 57 6-1 Construction Schedule ........................................................................ 58 6-2.1 Order of Work ....................................................................... Time of Completion ............................................................. 6-7
6-9 Liquidated Damages ............................................................................. 65 7-3 Liability Insurance ................................................................................ 65 7-5 Permits .................................................................................................. 65
7-10.3 Street Closures, Detours, Barricades ................... 66 7-1 0.3.1 Construction Area Signs .............................. .............................. 66 7-10.3.2 Maintaining Traffic .................................................................................. 66 7-10.3.3 Traffic Control System for Lane Closure ................................................ 67 9-3.4.1 Mobilization and Preparatory Work .............................. ...................... 71
SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ..............
..
..........
SUPPLEMENTARY PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS 73
200-2 Untreated Base Material ...................................................................... 74 207-21 Undergrounding utility marking tape ................................................. 78 21 0-1.6 Paint for traffic striping ....................................................................... 79 207-22 Utility Opening Duct ............................................................................ 79 21 2-1 2.3 Commercial fertilizer. ........................................................................... 79 212-1.8 Root Barriers ......................................................................................... 84 2 12-2.1.3 84
212-2.4 Sprinkler Equipment .............................................................................. 84 212-3.4 Irrigation Electrical Service Equipment and Enclosures ........................ 85 21 3 Geotextile ............................................................................................. 86
a PART2 .........................................................................................
Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings ....
e 43 7/23
..
Section Description Paae
PART 3 SUPPLEMENTAL PROVISIONS TO STANDARD
SPECIFICA TlONS FOR PUBLIC WORKS CONSTRUCTION
FOR CONSTRUCTION METHODS ..................................................... 87
300 Earthwork ............................................................................................ 87
300-1.4 Payment ......................................................... .............................. 87
300-2 Unclassified Excavation ............................... .............................. 87
300-2.2.3 87 300-2.9 Payment ............................................................................................... 88
300-3 Structure Excavation and Backfill (Bridge) ....................................... 88
300-4.7 Compaction .......................................................................................... 89
300-1 0 Geotextile for Separation ................................................................... 91
Unsuitable Soils Within Right-of-way and Dike Earth Embankment .....
301 -1 Subgrade Preparation ........................................................................ 92
302-5 Asphalt Concrete Pavement .............................................................. 92
303 Concrete and Masonry Construction ................................................ 93 303-1.9 Surface Finishes .................................................................................. 96
303-5
97
303-6 Stamped Concrete .............................................................................. 97
304-2 Metal Railings ..................................................................................... 98
304-3 Chain-Link Fence ............................................................................... 98
304-3.2 Fence Construction .............................................................................. 98
304-3.3 Installation of Gates ............................................................................. 98
305 Pile Driving and Timber Construction ............................................... 98
306 Underground Conduit Construction .................................................. 98
306-1.5 Trench Resurfacing .............................................................................. 101
306-1.6 Basis of Payment for Open Trench Installation ..................................... 101
307-3 Streetlighting Construction ............................................................... 102
307-4 Traffic Signals Construction .............................................................. 104
308 Landscape and Irrigation Installation ................................................ 120
308-4 Planting .............................................................................................. 121
308-4.2 Protection and Storage ........................................................................ 121
Concrete Curbs, Walks, Gutters, Cross Gutters,
Alley Intersections, Access Ramps, and Drivewag ...........................
306-5 Abandonment of Conduits and Structures ........................................ 102
308-4.5.1 Root Barriers .............................................................
308-4.10
308-5 Irrigation System Installation .............................................................. 123
308-5.2 Irrigation Pipeline Installation .................................. ......................... 124
Erosion Control Matting Installation ..............
308-5.2.3 Plastic Pipeline ...................................................................................... 124
308-5.5 Remote Control Wiring .......................................................................... 125
<3 7/23/96
Pac Section Description .
125
308-7 Guarantee ............................................................................................ 126
308-7.1 Record Drawings ................................................................................... 127
308-7.2 Controller Chart ..................................................................................... 128
Maintenance and Plant Establishment ............................................... 308-6
308-7.3 Operations and Maintenance Manuals .................................................. 128
308-7.5 Final Acceptance ................................................................................... 129
308-9 Wetland Mitigation ............................................................................... 129
31 0-5.6 130
31 0-6 Temporary Traffic Signing, Striping, Pavement Markings
130
Painting, Traffic Striping, Pavement Markings, and Curb Markings .......
and Pavement Markers, and Temporary Railing (Type K) ................ 310-6.4 Temporary Railing and CrashCusions ................................................... 133
0
<3 712 3
49
SPECIAL PROVISIONS
1. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
1-1 TERMS.
Add the following section:
1-1.1 Reference to Drawings, Where words "shown", "indicated", "detailed", "noted",
"scheduled", or words of similar import are used, it shall be understood that reference is made to
the plans accompanying these provisions, unless stated otherwise.
Add the following section:
1-1.2 Directions, Where words "directed", "designated", "selected, or words of similar import
are used, it shall be understood that the direction, designation or selection of the Engineer is
intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by
the Engineer," unless stated otherwise.
Add the following section:
1-1.3 Equals and Approvals, Where the words "equal", "approved equal", "equivalent", and
such words of similar import are used, it shall be understood such words are followed by the
expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended.
Add the following section:
1-1.4 Perform, The word "perform" shall be understood to mean that the Contractor, at her/his
expense, shall perform all operations, labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicated, specified or required to mean that the
Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to
use, including furnishing of necessary labor, materials, tools, equipment, and transportation.
1-2 DEFINITIONS. Modify as follows:
Agency -- the City of Carlsbad, California.
City Council -- the City Council of the City of Carlsbad.
City Manager -- the City Manager of the City of Carlsbad or his approved representative.
Bridge - Items covered on sheets 27-35 of the plans, excluding asphalt concrete paving.
Engineer -- the City Engineer of the City of Carlsbad or his approved representative.
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 e-, r,# 7/23/96
used in Section 2-3.1 ”own organization” means construction equipment that the Contractor o\
or leases and uses to accomplish the Work. Equipment that is owner operated or lea
equipment with an operator is not part of the Contractor‘s Own Organization and will not included for the purpose of compliance with section 2-3.1 of the Standard Specifications
these Special Provisions.
Owner OperatorlLessor - Any person who provides equipment or tools with an oper(
provided who is employed by neither the Contractor nor a subcontractor and is neither an as or employee of the Agency or a public utility.
0
2-3 SUBCONTRACTS.
2-3.1 General, add the following:
Should the Contractor fail to adhere to the provisions requiring the Contractor to complete percent of the contract price with its own organization, the Agency may at its sole discretion e
to cancel the contract or to deduct an amount equal to 10 percent of the value of the v
performed in excess of 50 percent of the contract price by other than the Contractor’s (
organization. The City Council shall be the sole body for determination of a violation of th
provisions. In any proceedings under this section, the prime contractor shall be entitled 1 public hearing before the City Council and shall be notified ten (10) days in advance of the 1
and location of said hearing. The determination of the City Council shall be final.
2-4 CONTRACT BONDS, modify as follows: Delete the third sentence of the first paragr
having to do with a surety being listed in the latest revision of U.S. Department of Trea:
Circular 570.
Modify Paragraphs three and four to read: The Contractor shall provide a fail
performance/warranty bond and payment bond (labor and materials bond) for this contract.
faithful performancehvarranty bond shall be in the amount of 100 percent of the contract I:
and the payment bond shall be in the amount of 50 percent of the contract price. Both bc
shall extend in full force and effect and be retained by the Agency during this project until 1
are released according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amoun
days after recordation of the Notice of Completion and will remain in full force and effect for
one year warranty period and until all warranty repairs are completed to the satisfaction of
Engineer.
The payment bond shall be released six months plus 30 days after recordation of the Notic
Completion if all claims have been paid.
Add the following: All bonds are to be placed with a surety insurance camer admitted
authorized to transact the business of insurance in California and whose assets exceed 1
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to cor
the following documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by I: or other instrument entitling or authorizing the person who executed the bond to do so.
e*
a
Eg 712:
dI
2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner.
If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of
the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the
execution of the bond. The financial statement shall be made by an officer's certificate as
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.
2-5.1 General, add the following: The specifications for the work include the Standard
Specifications for Public Works Construction, (SSPWC), 1994 Edition, and the 1995 and 1996
supplements thereto, hereinafter designated "SSPWC", as issued by the Southern California
Chapter of the American Public Works Association, and as amended by the Special Provisions
section of this contract and the 1992 Edition of "Standard Specifications" as published by
CA LTRA N S .
The construction plans consist of 4 sets. The first set is designated as City of Carlsbad Drawing
No. 336-5 and consists 37 sheets. The second set is designated as City of Carlsbad Drawing No. 336-5 and consists of 4 sheets, L-A through L-4. The third set is designated as San Diego
Gas & Electric Undergrounding Plans and consists of 4 sheets, Project No. 408918-60. The
fourth set designated as Cox Cablevision plan and consists of 1 sheet, Project No. T7619-001.
The standard drawings used for this project are the latest edition of the San Diego Area Regional
Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County
Department of Public Works, together with the City of Carlsbad Supplemental Standard
Drawings. Copies of some of the pertinent standard drawings are enclosed as an appendix to
these Special Provisions.
2-5.2 Precedence of Contract documents
Add the following:
Where CALTRANS Specifications are given precedence in these specifications, the precedence
refers only to materials and construction methods. The Invitation to Bid, Contract Public Works
and Part 1 of these Special Provisions, and SSPWC in the order of precedence in section 2-5.2
of the SSPWC shall prevail over the Callrans specifications.
2-5.3.3 Submittals, add the following: When submitted for the Engineer's review, Shop
Drawings shall bear the Contractor's certification that he has reviewed, checked, and approved
the Shop Drawings and that they are in conformance with the requirements of the Contract
Documents. The Contractor shall subscribe to and shall place the following certification on all
submittals:
"I hereby certify that the (equipment, material) shown and marked in this submittal is that
proposed to be incorporated into this Project, is in compliance with the Contract Documents, can
be installed in the allocated spaces, and is submitted for approval.
By: Title:
Date:
Company Name: '
43 7/23/96
Add the following section:
2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete ”as-bi
record set of blue-line prints, which shall be corrected in red daily and show every change fr the original drawings and specifications and the exact “as-built” locations, sizes and kinds
equipment, underground piping, valves, and all other work not visible at surface grade. Prints this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on
job and shall be used only as a record set and shall be delivered to the Engineer UI
completion of the work. Payment for Section 2-5.4 shall be included in various bid items and
additional payment will be made.
0
2-9 SURVEYING.
2-9.1 Permanent Survey Markers, substitute the following: The Contractor shall not dist
permanent survey monuments or benchmarks without the consent of the Engineer. Where
Engineer concurs, in writing, with the Contractor that protecting an existing monument in plac
impractical, the Contractor shall employ a licensed land surveyor to establish the location of
monument before it is disturbed. The Contractor shall have the monument replaced b
licensed land surveyor no later than thirty (30) days after construction at the site of
replacement is completed. The Licensed Land Surveyor shall file corner record(s) as requirec sections 8772 and 8773, et seq. of the California Business and Professions Code.
When a change is made in the finished elevation of the pavement of any roadway in whic
permanent survey monument is located, the Contractor shall adjust the monument frame
cover to the new grade. Monument frames and covers shall be protected during street sealin
painting projects or be cleaned to the satisfaction of the Engineer.
2-9.3 Survey Service, substitute the following: The Contractor shall hire and pay for
services of a land surveyor licensed in the State of California, hereinafter Surveyor, to perforr
work necessary for establishing control, construction staking, records research and all o
surveying work necessary to construct the work, provide surveying services as required he
and provide surveying, drafting and other professional services as required to satisfy
requirements of the Land Surveyors Act. Surveyor shall be resident on the site during
surveying operations and shall personally supervise and certify the surveying work
Add the following section:
2-9.3.1 Submittal of Surveying Data, The contractor shall submit grade sheets to the Engir
before commencing work in the area affected by the grade sheets. The Contractor shall SUI
field notes for all surveying required herein to the Engineer within ten days of performing
survey. All surveying field notes, grade sheets and survey calculations shall be submitte
bound form on 8’/*” by 11” paper. The field notes, calculations and data shall be clear
complete with name of field party chief, field crew members, preparer, date of observatic
calculation, consecutive page numbers and shall be readable without resort to any electronic computer program or documentation for any computer program. The field notes shal
prepared in conformance with the CALTRANS “Surveys Manual”. The Record of Survey sha
submitted for the Engineer’s review and approval before submittal to the County Surveyor
before submittal to the County Recorder. All submittals shall conform to the requiremeni
section 2-5.3 Shop Drawings and Submittals. The Contractor shall have a Record of SL
prepared and filed showing all SDRS M-10 monuments set. The Record of Survey shall I
the location and justification of location of all permanent monuments that are set.
Add the following section:
2-9.3.2 Survey Requirements, Stakes shall be set at 50 foot intervals as measured alons project stationing unless a lesser interval is specified herein. Rough sub-grade stakes on SIC
shall be set at top of cuts, toe of fills, or slope catch points and street crown lines wherl
43 712
o
@
JJ
median exists. Large slopes shall have line point set to aid in construction of the slope. Rough
sub-grade stakes for roadway section shall be set at edge of pavement and top of curbs. Finish
sub-grade stakes prior to placing subbase for the roadway section shall be set at edge of
pavement and top of curbs. Finish sub-grade stakes for the aggregate base for the roadway
section shall be at 25foot intervals at edge of pavement and top of curb and crown line where no
median exists. Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot intervals by the surveyor. Finish aggregate subbase and aggregate base grade stakes shall be at 25foot intervals at top of curb, edge of pavement, and all crown lines and grade
breaks. Intermediate stakes between edge of pavement and top of curb shall be set at 15foot
intervals. Storm drain staking shall be done at 25foot intervals. Catch basins shall be staked at
centerline and each end of the local depression. Curbs/curbs and gutter shall be staked at 25
foot intervals, center line of driveways, and 114, 112, 3/4 delta on returns. Fills to finish grade at
25-foot intervals by the paving pass width shall be painted on the pavement prior to the first and
last lift of asphalt on variable thickness pavement overlays requiring leveling courses.
Intersections showing specific finished asphalt grids shall be painted per the grid. Staking shall
be done to show the location and grade for any traffic signal locations not currently being built to
ultimate design (e.g., no PCC curb returns). Surveyor shall mark the removal limits and limits of
work line shown on the plans. The markings shall consist of continuous painted lines on asphalt
and concrete surfaces and red flagged or painted laths spaced on centers no more than twenty-
five feet on unimproved areas. The markings shall be completed by Surveyor and inspected and
approved by the Engineer before the start of construction in the area marked. Centerline monuments shall be laid out, their disk stamped, and a Record of Survey satisfactory to the
Engineer filed with the County in accordance with the Professional Land Surveyors Act. Water
and sewer line stakes shall be set at offsets referencing the top and centerline of pipe on main
line and laterals at 25foot intervals. For all pipeline work the pipe and each access hole, pipe
material change, lateral connection, fitting, appurtenance, or hydrant location with elevations
shall be staked and provided with grade stakes designating the offset of the reference point,
station, elevation of reference point, cut (or fill) and feature of pipe that is referenced. Habitat,
mitigation and other areas to be preserved that are shown on the plans shall be staked and
flagged at 25 foot intervals prior to the start of work.
Add the following section:
2-9.3.2 Payment for Survey, Payment for work performed to satisfy the requirements of
Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the survey work
and no additional payment will be made. Extension of unit prices for extra work shall include full
compensation for attendant survey work and no additional payment will be made therefor.
3-3 EXTRA WORK.
3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of
ownership, the rates and right-of-way delay factors to be used in determining rental and delay
costs shall be the edition of the, “Labor Surcharge & Equipment Rental Rates” published by
CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay
factors therein shall be used as multipliers of the rental rates for determining the value of costs
for delay to the Contractor and subcontractors, if any, The labor rates published therein are not a
part of this contract.
4- rrg 7/23/96
3-3.2.3 Markup, Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSP\
and replace with the following: (a) Work by Contractor. The following percentages shall added to the Contractor‘s costs and shall constitute the markup for all overhead and profits:
1) Labor ................................... 20
2) Materials ............................. 15
3) Equipment Rental ................... 15
4) Other Items and Expenditures .. 15
To the sum of the costs and markups provided for in this section, 1 percent shall be added
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is performed b! Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor‘s act
cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontrac
portion of the extra work may be added by the Contractor.
3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment
extra work will not be made until such time that the Contractor submits completed daily rep(
and all supporting documents to the Engineer.
3-4 CHANGED CONDITIONS. delete paragraphs four (4) and five (5) and add the followi
The Contractor shall not be entitled to the payment of any additional compensation for any act
failure to act, by the Engineer, including failure or refusal to issue a change order, or for
happening of any event, thing, occurrence, or other cause, unless he shall have given
Engineer due written notice of potential claim as hereinafter specified. Compliance with 1
section shall not be a prerequisite to notice provisions in Section 6-7.3 Contract Ti
Accounting, nor to any claim that is based on differences in measurement or errors
computation as to contract quantities. The written notice of potential claim shall be submitted
the Contractor to the Engineer prior to the time that the Contractor performs the work giving I
to the potential claim for additional compensation, if based on an act or failure to act by
Engineer, or in all other cases within 15 days after the happening of the event, thing, occurren or other cause, giving rise to the potential claim.
The written notice shall include a description of the particular circumstances giving rise to
potential claim, the reasons for which the contractor believes additional compensation may
due and nature of any and all of the costs involved and the amount of the potential claim.
The potential claim shall include the following certification relative to the California False Clai
Act, Government Code Sections 12650-1 2655.
“The undersigned certifies that the above statements are made in full cognizance of
California False Claims Act, Government Code sections 12650-1 2655. The undersigned furt
understands and agrees that this potential claim, unless resolved, must be restated as a clain
response to the City’s proposed final estimate in order for it to be further considered.”
The Contractor’s estimate of costs and/or time may be changed or updated by the Contra(
when conditions have changed. The Contractor shall submit substantiation of his actual cost!
the Engineer within 20 working days after the affected work is completed. Failure to do so s
be sufficient cause for denial of any claim subsequently filed on the basis of said notice
potential claim.
0
4-
a
%# 71231
JJ
It is the intention of this section that differences between the parties arising under and by virtue
of the contract be brought to the attention of the Engineer at the earliest possible time in order
that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim
that may be based on any such act, failure to act, event, thing or occurrence for which no written
notice of potential claim was filed as required herein.
3-5 DISPUTED WORK. Delete all after the first sentence and substitute the following: All
claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures
in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section
20104) which is set forth below:
Article 1.5 Resolution of Construction Claims
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five
thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contractor and a
public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1
(commencing with Section 10240) of Chapter 1 of Part 2.
(b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code,
except that "public work" does not include any work or improvement contracted for by the state or
the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of
money or damages arising from work done by, or on behalf of, the contractor pursuant to the
contract for a public work and payment of which is not otherwise expressly provided for or the
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the
local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans or
specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991.
20104.2 For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim.
Claims must be filed on or before the date of final payment. Nothing in this subdivision is
intended to extend the time limit or supersede notice requirements otherwise provided by
contract for the filing of claims.
(b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in
writing to any written claim within 45 days of receipt of the claim, or may request, in writing,
within 30 days of receipt of the claim, any additional documentation supporting the claim or
relating to defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency's written response to the claim, as further documented, shall be submitted
to the claimant within 15 days after receipt of the further documentation or within a period of time
no greater than that taken by the claimant in producing the additional information, whichever is
greater.
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written
claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt
of the claim, any additional documentation supporting the claim or relating to defenses to the
claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to
this subdivision, upon mutual agreement of the local agency and the claimant.
{3 7/23/96
(3) The local agency’s written response to the claim, as further documented, shall be submit
to the claimant within 30 days after receipt of the further documentation, or within a period of ti
no greater than that taken by the claimant in producing the additional information or reques documentation, whichever is greater.
(d) If the claimant disputes the local agency’s written response, or the local agency fails
respond within the time prescribed, the claimant may so notify the local agency, in writing, eit
within 15 days of receipt of the local agency’s response or within 15 days of the local agent
failure to respond within the time prescribed, respectively, and demand an informal conference
meet and confer for settlement of the issues in dispute. Upon a demand, the local agency SI schedule a meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute,
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chaptc
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code.
purposes of those provisions, the running of the period of time within which a claim must be f
shall be tolled from the time the claimant submits his or her written claim pursuant to subdivis
(a) until the time that claim is denied as a result of the meet and confer process, including period of time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shall
construed to change the time periods for filing tort claims or actions specified by Chapte
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part C
Division 3.6 of Title 1 of the Government Code.
20104.4. The following procedures are established for all civil actions filed to resolve cla
subject to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings,
court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of t
parties. The mediation process shall provide for the selection within 15 days by both parties (
disinterested third person as mediator, shall be commenced within 30 days of the submittal, d
shall be concluded within 15 days from the commencement of the mediation unless a t
requirement is extended upon a good cause showing to the court or by stipulation of both part
If the parties fail to select a mediator within the 15-day period, any party may petition the COUI
appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursL
to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of (
Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Ad
3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of (
procedure) shall apply to any proceeding brought under the subdivision consistent with the rt
pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitra
appointed for purposes of this article shall be experienced in construction law, and, u
stipulation of the parties, mediators and arbitrators shall be paid necessary and reason:
hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be r
equally by the parties, except in the case of arbitration where the arbitrator, for good cat determines a different division. In no event shall these fees or expenses be paid by statf
county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Cod
Civil Procedure, any party who after receiving an arbitration award requests a trial de novo does not obtain a more favorable judgment shall, in addition to payment of costs and fees ur
that chapter, pay the attorney’s fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the media
or arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim whic
undisputed except as otherwise provided in the contract.
0
em
0
kg 7/23
JI
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law.
4-1 MATERIALS AND WORKMANSHIP.
4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe
access to any and all parts of work at any time. Contractor shall furnish Engineer with such
information as may be necessary to keep the Engineer fully informed regarding progress and
manner of work and character of materials. Inspection or testing of the whole or any portion of
the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract.
4-1.4 Test of Materials, add the following: Except as specified in these Special Provisions, the
Agency will bear the cost of testing materials and/or workmanship where the results of such tests
meet or exceed the requirements indicated in the Standard Specifications and the Special
Provisions. The cost of all other tests shall be borne by the Contractor.
At the option of the Engineer, the source of supply of each of the materials shall be approved by
him before the delivery is started. All materials proposed for use may be inspected or tested at
any time during their preparation and use. If, after incorporating such materials into the Work, it
is found that sources of supply that have been approved do not furnish a uniform product, or if
the product from any source proves unacceptable at any time, the Contractor shall furnish
approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor’s expense.
All backfill and subgrade shall be compacted in accordance with the notes on the plans and the
SSPWC. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency.
Said tests may be made at any place along the work as deemed necessary by the Engineer. The
costs of any retests made necessary by noncompliance with the specifications shall be borne by
the Contractor.
4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the
satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, durability, compatibility with
associated items, availability of repair parts and suitability of application the Contractor shall
remove the substituted item and replace it with the originally specified item at no cost to the
Agency.
5-1 LOCATION. Add the following: The Agency and affected utility companies have, by a
search of known records, endeavored to locate and indicate on the Plans, all utilities which exist
within the limits of the work. However, the accuracy of completeness of the utilities indicated on
the Plans is not guaranteed.
5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor caused by
the failure of other parties to relocate utilities that interfere with the construction, the Contractor,
upon request to the Engineer, 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 Engineer.
43 7/23/96
5-6 COOPERATION. Add the following: San Diego Gas & Electric (SDG&E) will remove power poles after the undergrounding work on the north side of the road is complete
Contractor shall coordinate with SDG&E for the removal of the poles upon completion of
wiring and powering of the new undergrounding. Contractor shall protect the existing PO\ poles during all phases of the contract. Contractor shall also coordinate with the following ut
Companies: Coordinate with Santa Fe Pipeline, during the installation of a 10 fuel line by Sa
Fe Pipeline. Coordinate with Olivenhain Municipal Water District for the installation of water1
and water meters. Coordinate with Leucadia County Water District for the installation of
sewerline stub outs. The Contractor shall coordinate all the utility activity on the project.
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection
and substitute the following: The Contractor shall begin work within ten (IO) working days a the start date specified in the “Notice to Proceed”.
The Construction Schedule is a substantial and an integral part of the work. Failure of
Contractor to comply with the provisions of this section constitutes failure of the Contractoi
satisfactorily complete any and all portions of the work performed during the time period(s,
such n on com p I ian ce.
Add the following section:
6-1.1 Pre-Construction Meeting, After, or upon, notification of contract award, the Engineer
set the time and location for the Preconstruction Meeting. Attendance of the Contract1
management personnel responsible for the management, administration, and execution of
project is mandatory for the meeting to be convened. Failure of the Contractor to have
Contractor’s responsible project personnel attend the Preconstruction Meeting will be grounds
default by Contractor per section 6-4. No separate payment will be made for the Contract1
attendance at the meeting. The notice to proceed will only be issued on or after the comple
of the preconstruction meeting.
Add the following section:
6-1.1.1 Baseline Construction Schedule Submittal: The Contractor shall submit the Base
Construction Schedule per the submittal requirements of section 2-53, The submittal of
Baseline Construction Schedule shall include each item and element of sections 6-1.2 thro
6-1 2.9 and shall be on hard (paper) copy and electronic media conforming to section 6-1 .: Electronic Media.
Add the following section:
6-1.2 Preparation and Review of the Baseline Construction Schedule, The Contractor s
prepare the Baseline Construction Schedule as a Critical Path Method (CPM) Schedule in precedence diagram method (activity-on-node) format. The Baseline Construction Schec
shall depict a workable plan showing the sequence, duration, and interdependence of activities required to represent the complete performance of all project work. The Base
Construction Schedule shall begin with the projected date of issuance of the notice to proc
and conclude with the date of final completion per the contract duration. The Base
Construction Schedule shall include detail of all project phasing, staging, and sequenc
including all milestones necessary to define beginning and ending of each phase or stage.
Add the following section:
6-1.2.1 Time-Scaled Network Diagram, As a part of the Baseline Construction Schedule
Contractor shall prepare and submit to the Engineer a complete time-scaled network diag
showing all of the activities, logic relationships, and milestones comprising the schedule.
4-
a
%# 7/23
-_
Add the following section:
6-1.2.2 Tabular Listing, As a part of the Baseline Construction Schedule the Contractor shall
prepare and submit to the Engineer a tabular listing of all of the activities, showing for each
activity the identification number, the description, the duration, the early start, the early finish, the
late start, the late finish, the total float, and all predecessor and successor activities for the
activity described.
Add the following section:
6-1.2.3 Bar Chart, As a part of the Baseline Construction Schedule the Contractor shall prepare
and submit to the Engineer a chart showing individual tasks and their durations arranged with the
tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing
texture patterns or distinctive line types to show the critical path.
Add the following section:
6-1.2.4 Schedule Software, The Contractor shall use commercially available software equal to
the Suretrak program by Primavera to prepare the Baseline Construction Schedule and all
updates thereto. The Contractor shall submit to the Agency a 3.5 data disk with all network
information contained thereon, in a format readable by a DOS system. The Agency will use a
Suretrak or equal software program for review of the Contractor’s schedule. Should the Contractor elect to use a scheduling program other than the Suretrak program by Primavera the
Contractor shall provide the Engineer three copies of the substituted program that are fully
licensed to the Agency and 32 class hours of on-site training by the program publisher for up to
eight Agency staff members. The on-site training shall be held at 2075 Las Palmas Drive,
Carlsbad, California.
Add the following section:
6-1.2.5 Schedule Activities, Except for submittal activities, activity durations shall not be shorter
than 1 working day nor longer than 15 working days, unless specifically and individually allowed
by the Engineer. The Baseline Construction Schedule shall include between 100 and 500
activities, including submittals, interfaces between utility companies and other agencies, project
milestones and equipment and material deliveries. The number of activities will be sufficient, in
the judgment of the Engineer, to communicate the Contractor’s plan for project execution, to
accurately describe the project work, and to allow monitoring and evaluation of progress and of
time impacts. Each activity’s description shall accurately define the work planned for the activity
and each activity shall have recognizable beginning and end points.
Add the following section:
6-1.2.6 Float, Float or slack time within the schedule is available without charge or compensation
to whatever party or contingency first exhausts it.
Add the following section:
6-1.2.7 Restraints to Activities, Any submittals, utility interfaces, or any furnishing of Agency
supplied materials, equipment, or services, which may impact any activity’s construction shall be
shown as a restraint to those activities. Time periods to accommodate the review and correction
of submittals shall be included in the schedule.
Add the following section:
6-1.2.8 Late Completion, A Baseline Construction Schedule showing a project duration longer
than the specified contract duration will not be acceptable and will be grounds for default by
Contractor, per section 6-4.
43 7/23/96
Add the following section:
6-1 -2.9 Early Completion, The Baseline Construction Schedule will show the Contractor’s 1
to support and maintain the project for the entire contractual timespan of the project. Should
Contractor propose a project duration shorter than contract duration, a complete Bas€
Construction Schedule must be submitted, reflecting the shorter duration, in comc
accordance with all schedule requirements of section 6-1. The Engineer may choose to act
the Contractor’s proposal of a project duration shorter than the duration specified; provided
Agency is satisfied the shortened Baseline Construction Schedule is reasonable and the Agc
and all other entities, public and private, which interface with the project are able to support
provisions of the shortened Baseline Construction Schedule. The Agency’s acceptance 1
shortened duration project will be confirmed through the execution of a contract change o
revising the project duration and implementing all contractual requirements including liquid;
damages in accordance with the revised duration.
Add the following section:
6-1.2.1 0 Engineer’s Review, The Construction Schedule is subject to the review of the Engir
The Engineer’s determination that the Baseline Construction Schedule proposed by
Contractor complies with the requirements of these special provisions shall be a cond precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines
the Construction Schedule does not meet the requirements of these specifications the Contn
shall correct the Construction Schedule to meet these specifications and resubmit it to
Engineer. Failure of the Contractor to obtain the Engineer’s determination that the ii
Construction Schedule proposed by the Contractor complies with the requirements of tt
special provisions within thirty (30) working days after the date of the preconstruction mec
shall be grounds for termination of the contract per section 6-4. Days used by the Enginet
review the initial Construction Schedule will not be included in the 30 working days.
The Engineer will review and return to the Contractor, with any comments, the Basc
Construction Schedule within 15 working days of submittal. The Baseline Construction Sche
will be returned marked as per sections 6-1.2.10.1 through 6-1.2.10.3.
Add the following section:
6-1.2.10.1 “Accepted”, The Contractor may proceed with the project work upon issuance o
Notice to Proceed, and will receive payment for the schedule in accordance with section 6-1 .t
Add the following section:
6-1.2.1 0.2 “Accepted with Comments”, The Contractor may proceed with the project \
upon issuance of the Notice to Proceed. The Contractor must resubmit the sche
incorporating the comments prior to receipt of payment per section 6-1.8.1.
Add the following section:
6-1.2.10.3 “Not Accepted”, The Contractor must resubmit the schedule incorporating
corrections and changes of the comments prior to receipt of payment per section 6-1.8.1.
Notice to Proceed will not be issued by the Engineer if the changes of the comments are
submitted as required hereinbefore and marked “Accepted” or “Accepted with Comments” b) Engineer. The Contractor, at the sole option of the Engineer, may be considered as hE
defaulted the contract under the provisions of section 6-4 DEFAULT BY CONTRACTOR il
changes of the comments are not submitted as required hereinbefore and marked “Acceptec
the Engineer.
*= S# 712
0
VI
Add the following section:
6-1.3 Preparation of Schedule Updates and Revisions, The Contractor shall meet with the
Engineer during the last week of each month to agree upon each activity’s schedule status and
shall submit monthly updates of the Baseline Construction Schedule confirming the agreements
no later than the fifth working day of the following month. The monthly update will be submitted
on hard (paper) copy and electronic media conforming to section 6-1.3.3 Electronic Media per the
submittal requirements of section 2-5.3 and will include each item and element of sections 6-1.2
through 6-1.2.9 and 6-1.3.1 through 6-1.3.7.
Add the following section:
6-1.3.1 Actual Activity Dates, The actual dates each activity was started and/or completed
during the month. After first reporting an actual date, the Contractor shall not change that actual
date in later updates without specific notification to the Engineer with the update.
Add the following section:
6-1.3.2 Activity Percent Complete, For each activity underway at the end of the month, the
Contractor shall report the percentage determined by the Engineer as complete for the activity.
Add the following section:
6-1.3.3 Electronic Media, The schedule data disk shall be a 31/2’’ high density diskette, labelled
with the project name and number, the Contractor’s name and the date of preparation of the schedule data disk. The schedule data disk shall be readable by the software specified in section
6-1.2.2 Schedule Software and shall be free of file locking, encryption or any other protocol that would impede full access of all data stored on it.
Add the following section:
6-1.3.4 List of Changes, A list of all changes made to the activities or to the interconnecting
logic, with an explanation for each change.
Add the following section:
6-1.3.5 Change Orders, Each monthly update will include the addition of the network revisions
reflecting the change orders approved in the previous month. The network revisions will be as
agreed upon during the review and acceptance of the Contractor’s change orders.
Add the following section:
6-1.3.6 Bar Chart, Each monthly update will include a chart showing individual tasks and their
durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The
bar chart shall use differing texture patterns or distinctive line types to show the critical path.
Add the following section:
6-1. 4 Engineer’s Review of Updated Construction Schedule, The Engineer will review and
return the Updated Construction Schedule to the Contractor, with any comments, within 5
working days of submittal. The Updated Construction Schedule will be returned marked as per sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked “Accepted with
Comments” or “Not Accepted by the Engineer will be returned to the Contractor for correction.
Upon resubmittal the Engineer will review and return the resubmitted Updated Construction
Schedule to the Contractor, with any comments, within 5 working days. Failure of the Contractor
to submit a monthly updated construction schedule will invoke the same consequences as the
Engineer returning a monthly updated construction schedule marked “Not Accepted”.
Add the following section:
6-1.4.1 “Accepted”, The Contractor may proceed with the project work, and will receive payment
for the schedule in accordance with section 6-1.8.2.
%$ 7/23/96
4-
Add the following section:
6-1.4.2 “Accepted with Comments”, The Contractor may proceed with the project work.
Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating corrections and changes noted in the Engineer’s comments prior to receipt of payment
section 6-1.8.2.
Add the following section:
6-1.4.3 “Not Accepted”, The Contractor must resubmit the Updated Construction Schedul the Engineer incorporating the corrections and changes noted in the Engineer’s comments I
to receipt of payment per section 6-1.8.2. The Contractor, at the sole option of the Engin
may be considered as having defaulted the contract under the provisions of section
DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and mal
“Accepted by the Engineer before the last day of the month in which the Updated Construc
Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schel
as required herein the Contractor may elect to proceed with the project at its own risk. Shi the Contractor elect not to proceed with the project, any resulting delay, impact, or disruptio the project will be the Contractor’s responsibility.
Add the following section:
6-1.5 Late Completion or Milestone Dates, Should the Schedule Update indicate a compk
or contractually required milestone date later than the properly adjusted contract or milesi
duration, the Agency may withhold Liquidated Damages for the number of days late. Shou subsequent “Accepted” Schedule Update remove all or a portion of the delay, all or the allot<
portion of the previously held Liquidated Damages shall be released in the monthly paymer
the Contractor immediately following the “Accepted” schedule.
Add the following section:
6-1.6 Interim Revisions, Should the actual or projected progress of the work becl
substantially different from that depicted in the Project Schedule, independently of and pric
the next monthly update, the Contractor will submit a revised Baseline Construction Schec
with a list and explanation of each change made to the schedule. The Revised Construc
Schedule will be submitted per the submittal requirements of section 2-5.3 and per the sche
review and acceptance requirements of section 6-1, including but not limited to the accept;
and payment provisions.
Add the following section:
6-1. 7 Final Schedule Update, The Contractor shall prepare and submit a final schedule up
when one hundred percent of the construction work is completed. The Contractor’s f
Schedule Update must accurately represent the actual dates for all activities. The final sche
update shall be prepared and reviewed per sections 6-1.3 Preparation of Schedule Updates
Revisions and 6-1. 4 Engineer’s Review of Updated Construction Schedule. Acceptance 0’
final schedule update is required for completion of the project and release of any and all ft
retained per section 9-32
Add the following section:
6-1.8 Measurement And Payment, Construction Schedule will be paid for at the stipulated I
sum price of ten thousand dollars ($10,000). The stipulated lump sum price paid for Construc
Schedule shall include full compensation for furnishing all labor, materials including, but
limited to, the computer hardware and software, tools, equipment, and incidentals; and for d
all the work involved in attending meetings, preparing, furnishing, updating, revising the tab
bar and flow chart Construction Schedules and narrative reports required by these sp
em
0
S# 112
63
provisions and as directed by the Engineer. The Engineer’s determination that each and any
construction schedule proposed by the Contractor complies with the requirements of these
special provisions shall be precedent to each and any payment for the Construction Schedule.
Payments for Construction Schedule will be made as per sections 6-1.8.1 through 6-1.8.3.
Add the following section:
6-1.8.1 Initial Payment, 30% of the stipulated lump sum bid for the Construction Schedule will
be made when the Engineer has accepted a Construction Schedule for this project
Add the following section:
6-1.8.2 Monthly Updated Construction Schedule Payments, Monthly Report Payments of
10% lump sum price for schedule will be made subsequent to the initial payment for the
Construction Schedule, updated as required herein, that the Engineer has accepted as sufficient within the month that the monthly progress payment pertains. No payment shall be made, nor
shall any payment accrue, for any monthly updated construction schedule that is not marked
“Accepted by the Engineer on or before the twentieth working day of the month such monthly
updated construction schedule is due per section 6-1.3 Preparation of Schedule Updates and
Revisions. The sum of the amounts paid for Construction Schedule during the initial and subsequent payment periods, or extensions to the contract, shall not exceed the stipulated lump sum price for Construction Schedule.
Add the following section:
6-1.8.3 Concluding Payment, Any remaining monies of the stipulated lump sum bid for the
Construction Schedule will be made when both one hundred percent of the contract work is
completed and the Engineer has accepted a final construction schedule update prepared and
submitted by the Contractor as required herein that shows the actual beginning and ending dates
and all other data that is required for baseline and update schedules for each activity shown on
the baseline construction schedule and updates thereto that the Engineer accepted for this
project.
Add the following section:
6-1.1 Measurement And Payment Of Construction Schedule, The Contractor’s preparation,
revision and maintenance of the Construction Schedule are incidental to the work and no
separate payment will be made therefor.
6-2 PROSECUTION OF WORK.
Add the following section:
6-2.1 Order of Work, The work to be done shall consist of furnishing all labor, equipment and
materials, and performing all operations necessary to complete the Project Work as shown on
the Project Plans and as specified in the Specifications. The order of work are provided for the
Contractor’s review and information. The descriptions for Phase 1 through 4 are overviews only
and shall not relieve the Contractor from its responsibilities to perform the coordination and work
in accordance with the plans and specifications. Some portions of phases may overlap each
other and/or occur during the same time period for work on Olivenhain Road and El Camino
Real.
Add the following section:
6-2.2 Olivenhain Road Construction Phasing
(3 7/23/96
Add the following section:
6-2.2.1 Phase I, Phase I consists of leaving traffic on the existing pavement and perforn
grading, drainage improvements, coordination with SDG&E and Cox Cable for the uti1
undergrounding; the median and road improvements on the north side of Olivenhain Road;
construction of the bridge extension on the south side (as shown on Plan Sheets 4, 5, 7, 8, 1
15). Install "K Rail" to separate construction area from travel lanes and haul excess so
Olivenhain Municipal Water District yard, construct detention basin, and disposal site. Fin2 A.C. surface course shall not be placed in this phase.
Add the following section:
6-2.2.2 Phase II, Phase II consists of routing east and westbound traffic onto the nortt
paving which was constructed in Phase I and performing grading and installation improvements on the south side of the road including pedestrian path , shall be performed to
maximum practical limits of the work designated in Phase II. Final 2" A.C. surface course s
not be placed in this phase.
Add the following section:
6-2.2.3 Phase Ill, Phase Ill consists of routing east and westbound traffic onto the nc
constructed southerly half of Olivenhain Road, constructing north east corner of El Camino I
and Olivenhain Road, and performing north side final grading and final improvements 1
station 10+20 to station 15+50 removal of existing traffic signal at the intersection of Oliven
Road and El Camino Real and installation of the new signal. Final 2" A.C. surface course :
not be placed in this phase.
Add the following section:
6-2.2.4 Phase IV, Phase IV consists of performing the remainder of work not completed in
previous phases including, but not limited to, the 2 A.C. surface course and final striping
signing.
Add the following section:
6-2.2.5 Weekend Work, Weekend work will be necessary during the reconstruction within
remove and reconstruct areas of El Camino Real. Removal work may be conducted dl
hours of darkness. Installation of materials shall be performed only during the hours of \
specified in section 6-7.
0
0
6-6 DELAYS AND EXTENSIONS OF TIME.
6-6.4 Written Notice and Report, modify as follows: The Contractor shall provide wr
notice the Engineer within two hours of the beginning of any period that the Contractor
placed any workers or equipment on standby for any reason that the Contractor has determ
to be caused by the Agency or by any organization that the Agency may otherwise be oblig
by. The Contractor shall provide continuing daily written notice to the Engineer, each working throughout the duration of such period of delay. The initial and continuing written notices :
include the classification of each workman and supervisor and the make and model of t
piece of equipment placed on standby, the cumulative duration of the standby, the Contrac
opinion of the cause of the delay and a cogent explanation of why the Contractor could not a
the delay by reasonable means. Should the Contractor fail to provide the notice(s) require
this section the Contractor agrees that no delay has occurred and that it will not submit
claim(s) therefor.
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute
work to completion within one hundred thirty (130) working days after the date of the Noticc 0 Proceed.
43 7/21
03
6-7.2 Working Day, add the following: 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, excluding Agency holidays. The Contractor shall obtain the written approval of the
Engineer if it desires to work outside the Contractor may work during Saturdays and holidays.
This written permission must be obtained at least 48 hours prior to such work. Such written
approval of the Engineer must be obtained at least 48 hours prior to such work. The Engineer may approve work outside the hours and/or days stated herein when, in his sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency, The
Contractor shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE. Add the following: All work shall be warranted for one
(1) year after recordation of a "Notice of Completion" and any faulty work or materials discovered
during the warranty 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 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first
sentence of the second paragraph and add the following: For each consecutive calendar day in
excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the
Contractor shall pay the Agency, or have withheld monies due it, the sum of fifteen hundred
dollars ($1,500).
Execution of the Contract shall constitute agreement by the Agency and Contractor that $1,500
per day is the minimum value of costs and actual damages caused by the Contractor to complete
the Work within the allotted time. Any progress payments made after the specified completion
date shall not constitute a waiver of this paragraph or of any damages.
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 admitted and authorized to
conduct business in the state of California and are listed in the official publication of the
Department of Insurance of the State of California.
74 WORKERS COMPENSATION INSURANCE. Add the following: All insurance is to be
placed with insurers that are admitted and authorized to conduct business in the state of
California and are listed in the official publication of the Department of Insurance of the State of
California. Policies issued by the State Compensation Fund meet the requirement for workers'
compensation insurance.
7-5 PERMITS. Modify the first sentence to read: Except as specified herein, the agency will
obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits
necessary to perform work for this contract on Agency property, in streets, highways (except
State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all
permits for the disposal of surplus material that is the product of excavation.
7-7 COOPERATION AND COLLATERAL WORK.
Add the following section:
7-7.1 Coordination, The Contractor shall coordinate and cooperate with all the utility companies
during the relocation or construction of their lines. The Contractor may be granted a time
extension if, in the opinion of the Engineer, a delay is caused by the utility company. No
additional compensation will be made to the Contractor for any such delay.
43 7/23/96
7-8 PROJECT SITE MAINTENANCE. 0 7-8.1 Cleanup and Dust Control, add the following:
executed on weekends and other non-working days when needed to preserve the health safl
or welfare of the public. The Contractor shall conduct effective cleanup and dust coni
throughout the duration of the Contract. The Engineer may require increased levels of clear and dust control that, in his sole discretion, are necessary to preserve the health, safety E
welfare of the public. Cleanup and dust control shall be considered incidental to the items
work that they are associated with and no additional payment will be made therefor.
7-8.5 Temporary Light, Power and Water, add the following: The Contractor shall obta
construction meter for water used for the construction, plant establishment, maintenance peri
and all other work related to this contract. The Contractor shall contact the appropriate w
agency for requirements. The Contractor shall include the cost of water and meter rental wi
the appropriate items of the proposal. No separate payment will be made.
Add the following section:
7-8.8 Noise Control, All internal combustion engines used in the construction shall be equip
with mufflers in good repair when in use on the project with special attention to the City Nc
Control Ordinance, Carlsbad Municipal Code Chapter 8.48.
Cleanup and dust control shall
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-1 0.3 Street Closures, Detours, Barricades, add the following: Traffic controls shall b
accordance with the plans, Chapter 5 of the California Department of Transportation "Manu:
Traffic Controls," 1996 edition and these Special Provisions. In the event that the Contractor q
to install barricades or such other traffic signs, markings, delineation or devices as may
required by the Engineer, the Engineer may, at his sole option, install the traffic signs, markir
delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic I
or device, or the actual cost of providing such per traffic facility, whichever is the greater.
Add the following section:
7-1 0.3.1 Construction Area Signs, Construction area signs shall be furnished, instal
maintained and removed when no longer required. All excavation required to install construc
area signs shall be performed by hand methods without the use of power equipment. Care s be used in performing excavation for signs in order to protect underground facilities.
Add the following section:
7-10.3.2 Maintaining Traffic, Attention is directed to Sections 7-10 SSPWC "PL
Convenience and Safety." Nothing in these Special Provisions shall be construed as relie\
the Contractor from his responsibility as provided in said Section 7-10. If illuminated traffic cc
rather than post-type delineators are used during the hours of darkness, they shall be affixel
covered with reflective cone sleeves as specified in CALTRANS "Standard Specificatio
except the sleeves shall be seven (7) inches long.
The Contractor's personnel shall not work closer than six (6) feet, nor operate equipment wi two (2) feet from any traffic lane occupied by traffic. For equipment the two (2) feet shal
measured from the closest approach of any part of the equipment as it is operated an
maneuvered in performing the work. This requirement is waived only when the Engineer
given specific written authorization to the contrary or for the work of installing, maintaining
removing traffic control devices. When, in the course of the work and authorized by
Engineer, it is necessary for workers or equipment to work closer than the six (6) and two (2)
0
4- r,# 7/23
a
VI
respectively the Contractor shall detour traffic, adjust the width of, or realign the adjacent traffic
lane, close the adjacent traffic lane or provide barriers all as approved by the Engineer as
required by section 7-10.3.6 herein.
Personal vehicles of the Contractor's employees shall not be parked within the traveled way,
including any section closed to public traffic. Whenever vehicles or equipment are parked on the
shoulder within six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescent
traffic cones or portable delineators placed on a taper in advance of the parked vehicles or
equipment and along the edge of the pavement at %-foot intervals to a point not less than 25
feet past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable
delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work
Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed
where directed by the Engineer. All construction traffic control devices shall be maintained in
good order and according to the plan throughout the duration of work. During the entire
construction, a minimum of two paved traffic lanes, not less than twelve (12) feet wide, shall be
open for use by public traffic in each direction of travel.
Add the following section:
7-10.3.3 Traffic Control System for Lane Closure, A traffic control system consists of closing
traffic lanes in accordance with the details shown on the plans, CALTRANS "Manual of Traffic
Control", 1996 edition and provisions under "Maintaining Traffic" elsewhere in these Special
Provisions. The provisions in this section will not relieve the Contractor from his responsibility to
provide such additional devices or take such measures as may be necessary to maintain public
safety.
During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle Code, portable
signs shown on the plans to be illuminated shall be, at the option of the Contractor, either
illuminated signs in conformance with the provisions in Section 12-3.06B, "Portable Signs", of the
CALTRANS Standard Specifications; or Reflexite vinyl microprism reflective sheeting signs; or
3M high intensity reflectorized sheeting on aluminum substrate signs of Seibulite Brand Ultralite
Grade Series, encapsulated lens retroreflective sheeting signs; or equal.
If any component in the traffic control system is displaced, or ceases to operate or function as
specified, from any cause, during the progress of the work, the Contractor shall immediately
repair said component to its original condition or replace said component and shall restore the
component to its original location.
When lanes are closed for only the duration of work periods, all components of the traffic control
system, except portable delineators placed along open trenches or excavation adjacent to the
traveled way, shall be removed from the traveled way and shoulder at the end work period. If the
Contractor so elects, said components may be stored at selected central locations, approved by
the Engineer, within the limits of the right-of-way.
Add the following section:
7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping, During traffic stripe
operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control
System for Lane Closure" of these Special Provisions or by use of an alternative traffic control
plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start
traffic striping operations using an alternative plan until he has submitted his plan to the Engineer
and has received the Engineer's written approval of said plan.
em %$ 7/23/96
Add the following section:
7-10.3.5 Temporary Pavement Delineation, Temporary pavement delineation shall be furnish
placed, maintained and removed in accordance with the minimum standards specified in Char
5 of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever the work cau!
obliteration of pavement delineation, temporary or permanent pavement delineation shall be
place prior to opening the traveled way to public traffic. Lane line or centerline pavem
delineation shall be provided at all times for traveled ways open to public traffic. All w necessary, including any required lines or marks, to establish the alignment of tempor pavement delineation shall be performed by the Contractor. When temporary pavem
delineation is removed, all lines and marks used to establish the alignment of the tempor
pavement delineation shall be removed by grinding.
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and lod
material. Temporary pavement delineation shall not be applied over existing paverr
delineation or other temporary pavement delineation. Temporary pavement delineation shall
maintained until superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engineer,
temporary pavement delineation conflicts with the permanent pavement delineation or with a i
traffic pattern for the area and is no longer required for the direction of public traffic. W
temporary pavement delineation is required to be removed, all lines and marks used to estat
the alignment of the temporary pavement delineation shall be removed.
Add the following section:
7-10.3.6 Modifications and Additions to Traffic Control Plan Sheets, The Contractor s
submit new Traffic Control Plans (TCP) for the Engineer’s review for any construction activi
that do not fall within the Traffic Control Staging plans that may be included in the plans for
project, The Contractor must obtain the Engineer’s approval of the new TCP prior
implementing them. The Contractor may choose to modify, add to or supplement the tr
control plan shown on sheets 13-19 of Drawing No. 336-5 of the contract document!
substitute traffic control schemes to further its own interests. Such substitution shall be prep;
in type and kind as sheets 13-19 of Drawing No. 336-5. The level of detail, format, and grap
shall be of quality and size no less than shown on sheets 13-19 of Drawing No. 336-5
expenses and time to prepare and review such modifications, additions, supplements and/or
designs shall be included in the lump sum bid for traffic control or, in the absence of a tr
control bid item, borne by the Contractor and no additional payment will be made therefor. I
modifications, supplements and/or new design shall meet the requirements of the “MANUAL
TRAFFIC CONTROLS’, 1996 Edition as published by the State of California Departmer
Transportation and of the Engineer. Such modification, addition, supplement, and/or new de
shall be prepared by a professional engineer appropriately registered in the State of Califori
The Engineer shall be the sole judge of the suitability and quality of any such modificati
supplements, and/or new designs. The Engineer may approve any such modificati
supplements, and/or new designs to the traffic control plans when, in his sole opinion, !
modifications, supplements, and/or new designs to the traffic control plans prepared by
registered engineer retained by the Contractor will be beneficial to the best interests 0-
Agency. Such modification, addition, supplement, and/or new design shall not be impleme and no work shall be commenced that is contingent on such approval until the changed t control plans are approved by the Engineer. The preparation of such modification, add
supplement, and/or new designs shall not presuppose their approval or obligate the Agenl any fashion. Submittal and review requirements for such modifications, supplements, ai
new designs shall conform to the requirements of section 2-5.3 Shop Drawings and Submittz
’
0
0
q 712
VY
Add the following section:
7-10.3.7 Payment, The Contractor shall provide traffic control at the contract Bump sum price
bid. The contract lump sum price paid for "traffic control" shall include full compensation for
furnishing all labor (including flagging costs), materials (including signs), tools, equipment and
incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic
control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the
components of the traffic control system as shown on the plans and approved additions and
modifications, as specified in these special provisions, and as directed by the Engineer. Flagging
costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." When included as
a bid item the cost of labor and material for portable concrete barriers will be paid for at the price
bid. When there is no bid item the cost of labor and material for portable concrete barriers will be
paid as an incidental to the work being performed and no additional payment will be made
therefor. Progress payment for "traffic control" will be based on the percentage of the
improvement work completed.
Add the following section:
7-10.4.4 Safety and Protection of Workers and Public, The Contractor shall take all necessary
precautions for the safety of employees on the work and shall comply with all applicable
provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or
injury to persons on, about, or adjacent to the premises where the work is being performed. The
Contractor shall erect and properly maintain at all times, as required by the conditions and
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 that affect this work
include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible
materials, such as borrow pits or gravel beds, for use in the proposed construction project which
would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions
established pursuant to Section 1601 et seq. of the Fish and Game Code shall become
conditions of the contract.
8-1 GENERAL Add the following: Contractor shall furnish the Engineer a "Class A" Field Office.
The field office shall be for the exclusive use of the Engineer and such other individuals that he may
designate. The Contractor shall maintain the field office throughout the entire duration of the contract
unless the Engineer shall otherwise direct.
8-2.1 Class "A" Field Wice, add the following: Additionally the "Class A Field Office shall be
provided with: one (1) additional standard five foot double pedestal desk with two chairs, one
electrostatic copier and supplies, copier shall be Xerox Model 501 8, or equal, and one additional plan
rack shall be provided. Water cooler to have hot and chilled water. The integral sanitary facilities may
be separate enclosed toilets per Section 7-8.4. Furnishings are subject to agency approval. The field office shall be located at a site satisfactory to the Engineer and within the limits of work Access and
three parking spaces for the exclusive use of the Engineer and his designees that are convenient and
satisfactory to the Engineer shall be provided by the Contractor.
43 7/23/96
The field office shall have a 24‘ x 36” sign affixed near the entry door. The sign text shall proportioned as shown below, and shall have a City seal affixed to it at a centered location by
Contractor. The City seal will be supplied by the Engineer. 0
CITY OF CARLSBAD
ENGINEERING INSPECTION
8-6 BASIS OF PAYMENT. Add the following: Payment for field office will be made at t monthly price bid and will include full compensation for installing and removing the field offic
relocating it as may be necessary to facilitate the project, providing utilities including, but r
limited to, electrical, telephone, potable water and sanitary facilities, and maintenance. T
monthly rate will be paid for each full calendar month throughout the duration of the contract tl
the field office, complete with all facilities and utilities, is available to the Engineer and on 1
project excepting when the Engineer has ordered that the field office be removed from 1
project.
9-3 PAYMENT.
9-3.2 Partial and Final Payment, modify the third paragraph as follows: The Agency st
retain 10 percent of such estimated value of the work done and 10 percent of the value
materials so estimated to have been furnished and delivered and unused or furnished a
stored as aforesaid as part security for the fulfillment of the contract by the Contractor, excc that at any time after 20 percent of the work has been completed, if the Engineer finds tl
satisfactory progress is being made, the Agency may reduce the total amount being retain
from payment pursuant to the above requirements to 5 percent of the total estimated value
said work and materials and may also reduce the amount retained from any of the remain1
partial payments to 5 percent of the estimated value of such work and materials. In addition,
any partial payment made after 95 percent of the work has been completed, the Agency IT
reduce the amount withheld from payment pursuant to the requirements of this Section to SL
lesser amounts as the Engineer determines is adequate security for the fulfillment of 1
balance of the work and other requirements of the contract, but in no event will said amount
reduced to less than 125 percent of the estimated value of the work yet to be completed
determined by the Engineer. Such reduction will only be made upon the written request of
Contractor and shall be approved in writing by the surety on the Performance Bond and by
surety on the Payment Bond. The approval of the surety shall be submitted to the Engineer;
signature of the person executing the approval for the surety shall be properly acknowled! and the power of attorney authorizing him to give such consent must either accompany
document or be on file with the Agency.
9-3.2 Partial and Final Payment, add paragraph 6 as follows: After final inspection,
Engineer will make a proposed final estimate in writing of the total amount payable to
Contractor, including therein an itemization of said amount, segregated as to contract
quantities, extra work and any other basis for payment, and shall also show therein all deduct
made or to be made for prior payments and amounts to be kept or retained under the provis of the contract. All prior estimates and payments shall be subject to correction in the propc
final estimate. VVithin 30 days after said proposed final estimate has been submitted to
0
43 712:
/I
Contractor, it shall submit to the Engineer its written approval of said estimate or a written
statement of all claims it has arising under or by virtue of the contract. No claim will be
considered that was not included in said written statement of claims, nor will any claim be
allowed as to which a notice or protest is required under the provisions in Sections 34 Changed
Conditions or 6-7.3 Contract Time Accounting, unless the Contractor has complied with the
notice or protest requirements in said sections.
On the Contractor’s approval, or if it files no claim within said period of 30 days, the Engineer will
issue a final estimate in writing in accordance with the proposed final estimate submitted to the
Contractor and within 30 days thereafter the Agency will pay the entire sum so found to be due.
Such final estimate and payment thereon shall be conclusive and binding against both parties to
the contract on all questions relating to the amount of work done and the compensation payable
therefor.
If the Contractor within said period of 30 days files claims the Engineer will issue a semifinal
estimate in accordance with the proposed final estimate submitted to the Contractor and within
30 days thereafter the Agency will pay the sum so found to be due. Such semi-final estimate and
payment thereon shall be conclusive and binding against both parties to the contract on all
questions relating to the amount of work done and the compensation payable therefor, except
insofar as affected by the claims filed within the time and in the manner required hereinafter.
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor’s
claims and it will be the responsibility of the Contractor to furnish within a reasonable time such
further information and details as may be required by the Engineer to determine the facts or
contentions involved in its claims. Failure to submit such information and details will be sufficient
cause for denying the claims.
The City Manager will make the final determination of any claims that remain in dispute after
completion of claim review by the Engineer. A board or person designated by the City Manager
will review such claims and make a written recommendation thereon. The Contractor may meet
with the review board or person to make a presentation in support of such claims.
Upon final determination of the claims, the Engineer shall then make and issue his final estimate
in writing and within 30 days thereafter the Agency will pay the entire sum, if any, found due
thereon. Such final estimate shall be conclusive and binding against both parties to the contract
on all questions relating to the amount of work done and the compensation payable therefor.
Add the following section:
9-3.3.1 Delivered Materials, The cost of materials and equipment delivered but not incorporated
into the work will not be included in the progress estimate.
Add the following section:
9-3.4.1 Mobilization and Preparatory Work, Payment for mobilization and preparatory Work will
be made at the lumpsum price bid therefor in the bid schedule. The Contract lumpsum price
paid for mobilization shall not exceed fifty thousand ($50,000) dollars, and includes full
compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory
work and operations, including, but not limited to, those necessary for the movement of
personnel, equipment, supplies, and incidental to preparing to conduct work on and off the
project site and other offsite facilities necessary for work on the project; for all other facilities,
sureties, work and operations which must be performed or costs incurred prior to beginning work
on various contract items on or off the project site, excepting those specifically paid for under
e- a# 7/23/96
separate sections of these specifications. The Contractor hereby agrees that the stipula
lump sum amount is sufficient for Mobilization and Preparatory Work, as described in t
section, and that it shall have no right to additional compensation for Mobilization i
Preparatory Work.
Progress payments for Mobilization and Preparatory Work will be made as follows:
For the first progress payment (after the issuance of the Notice to Proceed), forty percent (4C
of the amount bid for Mobilization And Preparatory Work will be allowed. For the secc
progress payment, an additional sixty percent (60%) of the amount bid for mobilization i
preparatory work will be allowed.
a
a
cp It2
Rock 8Ton 4Ton 2Ton 1Ton 112
Sizes Ton
%Ton 0-6 - I - -
8Ton 50-100 0-5 - - -
4Ton 95-100 50-100 05 I -
2Ton - 95-100 50-100 0-6 -
1Ton - - 95-100 50-100 0-5
112 Ton - -_ - 95-100 50-100
114 - - - - 95-100
Ton
200Lb. - - - - -
75 Lb. - - - - I
25 Lb. -- I - I -
5Lb. - - - I -
1Lb. - - - - -
1 Ton 112 114 Light Facing No. 1 No. 2 No. 3
Ton Ton - - - - - - - I
- -- - - - I - - - - - - - I - - - - - I - 0-5 - -
50-100 0-5 - - I - I I
I 50-100 0-6 - - - I -
95-100 - SO-100 0-6 0-6 - - -
- 95-100 - 50-100 0-6 0-6 - - - 95-100 - 50-100 50-100 0-6 -
I - - 95-100 90-100 90-100 25-75 0-6
-
- - I - - 90-100 25-75 - I I 90-100
- - - - -
Test
Apparent Specific Gravity
Absorption
Durability Index
California Test No. Requirement
206 2.5 rnin.
206 4.2% max*
229 52 min.*
Type of Construction
All Concrete Used Within the Right-of-way (1)
Trench Backfill Slurry
Concreted-Rock Erosion Protection
Concrete Maximur
Class Slump (Inct
560-C-3250 (2) (3)
(3) (3) 520-C-2 500 P per Table 300
USES
Headers for bituminous pavement up to
2"x4
Headers for bituminous pavement larger
than 2" x 4
GRADES
construction grade Redwood or treated
construction grade Douglas Fir
number 1 grade Redwood, or treated number 1 grade Douglas Fir
Add the following section:
206-7.4 Reflective Sheeting. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETIF
SIGNS, October 1993" as follows: All warning signs and all regulatory signs, excepting 01 those hereinafter listed, shall be fabricated with Type Ill encapsulated lens sheeting conformi
to the requirements of this specification. Signs listed below shall be fabricated with Type
encapsulated lens sheeting conforming to the requirements of this specification. Regulatc
signs which shall be fabricated with Type II encapsulated lens sheeting are: R5; R24 throul
and including, R32B; R47 through, and including, R53C; R62A through, and including, R62
R74 through, and including,R96C; and R99 through, and includingj?l05A.
Add the following section:
206-7.5 Substrate. Modify the "SPECIFICATIONS FOR REFLECTIVE SHEETING SlGh
October 1993" as follows: Excepting only construction warning signs used at a single locati
during daylight hours for not more than five (5) consecutive days, all signs used for the directic
warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use alumini
substrate.
Add the following section:
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS.
Add the following section:
206-8.1 General. This section pertains to IO-gage and 12-gage cold-rolled steel perfora
tubing used for the support and stabilization of signs. All shapes shall have a galvanized fin
and shall be cold-roll-formed steel conforming to ASTM Designation A-446, Grade
Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be perform
after all forming and punching operations have been completed. Cold-rolled steel perfora tubing shall be perforated on all four faces with 7/16nch holes on +inch centers. o Add the following section:
206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.011 inch, -0.005 in
Convexity and concavity measured in the center of the flat side shall not exceed a tolerance
+0.010 inch applied to the specific size determined at the comer. Straightness tolerar
variation shall not exceed 1/16 inch in 3 feet. Tolerance for corner radius is 5/32 inch, plus
minus 1/64 inch. Weld flash on corner-welded square tubing shall permit 9/64-inch-radius g:
to be placed in the comer. Using IC-gage (0.135) or 12-gage (0.105) square tube, consecui
size tubes shall telescope freely for 10 feet. Tolerance on hole size is plus or minus '1164 inch
a size. Tolerance on hole spacing is plus or minus 1/18 inch in 20 feet. In addition, for
following specific sizes of light gage steel tubing, dimensional tolerances shall not exceed thc
listed in Tables 208-8.2 (A) and 208-8.2(B)
a
43 1/2
Nominal Outside
Dimension, Inches
1x1
Outside Tolerance for All
Sides at Corners, in Inches
0.005
2l12 x 2’12
2x3
0.010
0.010
Nominal Outside
Dimension, Inches
1x1
1-114 X 1-114
1-112 x 1-112
1-314 x 1-314
2x2
2-311 6 X 2-311 6
2-114 X 2-114
2-112 x 2-112
2x3
Twist Permissible
SquarenesS‘ in 3 Feet, Inch**
0.006 0.050
0.007 0.050
0.009 0.050 0.01 0 0.062 0.012 0.062
0.014 0.062
0.014 0.062
0.01 5 0.075 0.018 0.075
Property
Thickness
Method Value
ASTM D2103 5.0 mils
Adhesives Manufacturing specifications
Bond strength Boiling H20 at 100 degrees Celsius
APWA Code
>30 percent, solid 1.5#/R
Five hours without peel
See Table 212-2.1.8(B)
Color
Safety Red
High-Visibility Safety Yellow
Safety Alert Orange
Safety Precaution Blue
Safety Green
Safety Brown
Alert Purple
Utility Marked
Electric power, distribution, transmission, and munic
electric systems.
Gas and oil distribution and transmission, dange
materials, product and steam.
Telephone and telegraph systems, police and
communications, and cable television.
Water systems.
Sanitary and storm sewer systems,nonpotable.
Force mains.
Reclaimed water lines.
IY
D. General Services Administration, Washington, DC, Public Buildings Service Guide
- PBS 41 501, Amendment 2, Page 50114, Paragraph 18, Subparagraph 18.1, Clause 18.1.1.
E. Rural Electrification Authority (REA), U.S. Department of Agriculture, Washington, DC,
National Electrical Safety Code for Underground Construction for remote and immediate
hazards.
Specification for Mechanical and Electrical Equipment
Add the following section:
207-22 UTILITY OPENING DUCT. For the purposes of bridge items: "Utility Opening Ducts",
Section 6 of the CALTRANS Standard Specifications, July 1992 as modified herein, shall be
considered as the standard specification as set forth in Subsection 2-5.2, "Precedence of
Contract Documents", of the Standard Specifications for Public Works Construction (SSPWC)
and shall be added to Section 207 of the SSPWC for all bridge items except as referenced
herein.
Add the following section:
207-22.1 General. The materials used for the utility opening duct shall be "GEORGE-
INGRAHAM FIBERGLASS DUCTS, PTS77, 4 inch Schedule C TELCO approved, or
Equivalent". The Contractor shall submit samples and specifications to the engineer for
approval prior to installation. The approval of equivalent utility opening ducts by the Engineer of
the material will be contingent upon the material being satisfactory to Pacific Bell.
Add the following section:
207-22.3 Payment. The contract lump sum price for the bridge shall include full compensation
for furnishing all labor, material, including couplings and fittings, tools, equipment, and
incidentals, and for doing all work involved in utility opening duct, complete in place, as shown on the plans, as specified in the standard specifications and these special provisions, and as
directed by the Engineer.
209 ELECTRICAL COMPONENTS. Add the following: For the purposes of electrical
components for street lighting and traffic signals, Section 86 of the CALTRANS Standard
Specifications, July 1992 as modified herein, shall be considered as the standard specification
as set forth in Subsection 2-5.2, "Precedence of Contract Documents", of the Standard
Specifications for Public Works Construction (SSPWC), and shall replace Section 209,
"Electrical Components", of the SSPWC.
All requirements of Parts 1 of the SSPWC and these Special Provisions shall remain in full force
and shall not be superseded by thCALTRANS Standard Specifications.
210-1 PAINT.
210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows:
Paint for traffic striping shall be rapid dry water borne in accordance with CALTRANS
Specification No. 801 091 D30.
21 2-1 LANDSCAPE MATERIALS.
21 2-1 2.3 Commercial Fertilizer. Add the following: Preplant fertilizer shall be granular
commercial fertilizer 7-7-7 or approved equal. Hydroseed fertilizer (commercial) shall be long- lasting, controlled-release, plastic-coated, uniform in composition, free-flowing, suitable for
application with approved equipment, and shall contain the minimum available percentages of
nitrogen, phosphoric acid and potash required by tables 212-1.2.5.1 (A) through 212-1-2-5-3(A)
4- %$ 7/23/96
Property
Dry Weight Nitrogen
Dry Weight Passing 1” Sieve
Dry Weight Passing #4 Sieve
Dry Weight Passing #50 Sieve
Dry Weight Passing #IO0 Sieve
Salinity
Dry Weight Passing #I6 Sieve
Dry Weight Passing #30 Sieve
Iron ( Dilute acid soluble on dry weight basis)
Ash (dry weight basis)
PH 0 Wettability
Minimum Maximur
(1 1 100% 100%
95% 100%
45% 65%
30% 40%
0 Yo 10%
0% 2%
(1) (I)
0% 6.0%
6.0 7.0
(1 1
--- 0.08%
(1) (I)
Component
Virgin Wood Cellulose Fiber Mulch
Binder (1)
Fertilizer (16-20-0) Ammonium Phosphate Sulfate, Plus
15% Soil Sulfur
Wetting Agent
Green Colorant
Application Rate
2000 pounds per acre
60 pounds per acre
300 pounds per acre
Per Mfg. Recommendation
Per Mfg. Recommendation
Component
Virgin Wood Cellulose Fiber Mulch
Binder (1)
Fertilizer (38-0-0) Urea Formaldehyde
Fertilizer 0-45-0) Triple Super Phosphate, Plus 19% Soil Sulfur
Wetting Agent
Green Colorant
Application Rate
2000 pounds per acre
60 pounds per acre
50 pounds per acre
250 pounds per acre
Per Mfg. Recommendation
Per Mfg. Recommendation
Component
Virgin Wood Cellulose Fiber Mulch
Binder (1)
Fertilizer (38-0-0) Urea Formaldehyde
Fertilizer 0-45-0) Triple Super Phosphate, Plus 19% Soil Sulfur
Wetting Agent
Green Colorant
Application Rate
2000 pounds per acre
60 pounds per acre
50 pounds per acre
100 pounds per acre
Per Mfg. Recommendation
Per Mfg. Recommendation
Seed Variety
Rose Clover
Festuca Megalura, Zorro Fescue
Eschscholzia Californica
Alyssum (Carpet Of Snow)
Dimorpholeca
@ Achillea Millefolia
Application Rate
20 pounds per acrql)
20 pounds per acre
3 pounds per acre
4 pounds per acre
3 pounds per acre
2 pound per acre
Seed Variety
Ambrosia Psilostachya
Artemesia Douglasiana
Artemesia Dracunculus
Atriplex Patula SSP, Hastata Halberd Leafsaltbrush
Encelia Californica, California Sunflower
Festuca Megalura, Zorro Fescue
lsocoma Venetus, Coastal Goldenbrush
Leymus Condensatus, Giant Wild Rye
Oenothera Hookerii, Hooker's Primrose
Application Rate
3 pounds per acre
3 pounds per acre
2 pounds per acre
2 pounds per acre
2 pounds per acre
2 pounds per acre
4 pounds per acre
4 pounds per acre
1 pound per acre
Seed Variety
Encelia Californica
Eschscholzia Californica, California Poppy
Festuca Megalura, Zorro Fescue
lsocoma Venetus, Coastal Goldenbrush
Leymus Condensatus, Giant Wild Rye
Lotus Scoparius, Deerweed
Lupinus Succulentus, Arroyo Lupine
Phacelia Tanacetifolia
Application Rate
4 pounds per acre
2 pounds per acre
2 pounds per acre
4 pounds per acre
4 pounds per acre
4 pounds per acre
3 pounds per acre
2 pound per acre
Add the following section:
212-1.7 Erosion Control Mat Staples. Erosion control mat staples shall be 1 inch by 6 in1
U-shaped 1 I-gauge mild steel staples.
Add the following section:
212-1.8 Root Barriers. Root barriers shall be no less than 39 inches in width. Root barric
shall be "Biobarrier", as manufactured by Reemay, Inc., 70 Old Hickory Boulevard, Old Hickc
TN 971 38, Phone 61 5-847-7000, no substitutes will be accepted.
0
212-2 IRRIGATION SYSTEM MATERIALS.
212-2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings, add the follm
Except as provided in this section, all buried piping in the irrigation system shall be installed
underground utility marking tape identifymg it as reclaimed water. Intermittent pressure lines (line!
the downstream side of a controller valve that will not be subject to constant pressure) will not rec
underground utility marking tape. Stenciled pipe is required in addition to underground utility mar
tape. All PVC pipe used for irrigation systems shall be colored purple by the addition of a dye inte
to the PVC. Painted pipe will not be accepted. Pressure mainline piping for sizes 2" and larger 1
be PVC having a pressure rating of 315 PSI, S.D.R. 13.5. All pipe shall have stenciling appearin
both sides of the pipe with the marking "Reclaimed Water" in 5/8' letters repeated every 12 inct
PVC non-pressure buried lateral line piping shall be PVC Schedule 40.
212-2.1.7 Brass Pipe and Fittings. Brass pipe shall be IPS standard weight 125 poui
85 percent copper and 15 percent zinc, trade designation seamless red brass pipe conforrr
to the requirements of ASTM B43-91. Brass pipe fittings and connections shall be Stand
125pound class 85 percent red brass fittings and connections.
212-2.2.7 Valve Boxes. Add the following: All valve boxes shall be marked "RCV", "BV
"QC", "PBI respectively. Remote control valves shall be marked with station numbers embos
on the valve cover with a brass tag. (RCV boxes shall have locking covers.) Other boxes SI
as pull boxes, etc., shall be marked with appropriate identification.
21 2-2.2.8 Ball Valves. Ball valves shall have bottom-loaded pressure-retaining stems, gk
reinforced seats, and reinforced TFE stem packing seals. Valves shall be pressure rated at I
PSI WOG 2 inch to 2 inches and 150-PSI saturated steam. Each valve shall be tested, air un
water, in the opened and closed position by the manufacturer. Ball valve must conforrr
Federal Specification W-35B, Type II, Class A, Style 3, End ConnectionA or C.
21 2-2.2.9 Pressure Regulator Valve. Add the following: Pressure regulator valve shal
bronze body with screw fitting.
212-2.4 Sprinkler Equipment. Add the following: All sprinkler heads are to have fac
built-in check valves or a check valve under each head. Drip assemblies shall meet
following requirements: The drip emitter shall be Pepco Quadra or Rainbird XERI-Bird-l
approved equal as called on drawings, with four ports. Drip tubing for emitter outlets shal
Rainbird (RBT-IGOV), Salco, or approved equal. Drip tubing stakes shall be Rainbird No. RS
Salco, or approved equal. Bug cap for drip tubing shall be manufactured by Rainbird, Pepcc
approved equal. The drip pressure regulator shall be Rainbird, Netafim PVR, or approved ec
Drip emitter filter shall be Amiad, Rainbird, or approved equal. Drip emitter access boxes 5
be Rainbird No. SEB-GX, Salco Subterranean Emitter Box, or approved equal. Check va
shall be of heavy-duty virgin PVC construction with FIP thread inlet and outlet. Internal F
shall be stainless steel and neoprene. Antidrain valves shall be field adjustable against drain
0
e
c3 112
85
from 5 to 40 feet of head. All sprinkler heads that are without valves in the heads are to have an
antidrain valve feature and shall have an excess flow feature, which will automatically stop the
flow of water when it exceeds theGPM preset by the manufacturer.
Check valves shall be King Bros.,Rainbird, or approved equal.
21 2-2.4.1 Additional Equipment. Contractor shall provide the following items to the Engineer: Two control valve keys.
Two wrenches for removing each different type of sprinkler head.
Two quick coupler keys. The keys and hose ells shall be of the same manufacturer as
the coupling valve.
Five keys for opening and locking each automatic controller and enclosure.
21 2-3 ELECTRICAL MATERIALS.
212-3.2.2 Conductors, Add the following: Low voltage electric wiring running from
controller to the automatic control valves shall be No. 14 solid, single conductor, copper wire,
4/64-inch insulation, 4/64-inch neoprene jacket, style UF (Direct Burial), or equal, color code
wires to each valve. Common wire shall be white No. 12 solid, single conductor wire, 4/64-inch
insulation, 4/64inch neoprene jacket, styleUF (Direct Burial) or equal.
212-3.3 Controller Unit, Add the following:
long copper-clad grounding rod and a 5Ebhm resistance lightningarrestor.
Add the following section.
21 2-3.4 Irrigation Electrical Service Equipment and Enclosures, Electrical service
equipment shall incorporate the following elements:
A 1 OO-amp, 120/240volt, single-phase load center, as approved by the Engineer;
A 100-amp rated commercial meter socket suitable for the San Diego Gas and Electric
Company meter, with provision for test block bypass having a UL listing anWSERC approval; One 1 Samp circuit breaker for each irrigation controller energized by the service;
One 20amp circuit breaker for the duplex receptacle.
The design, assembly, grounding, wiring, and components of the irrigation electrical service
equipment and enclosure shall meet the requirements of the 1993 edition of the National
Electrical Code. Electrical service equipment shall be enclosed in a cabinet constructed entirely of 14-gage, or heavier, 304 stainless steel. The cabinet shall be of welded construction with a
brushed finish; anchoring points shall be inside the enclosure. The cabinet shall be
HYDROSAFE Model No. H59, Strong Box, or approved equal. The cabinet shall have a 304
stainless steel interior bulkhead separating the 120/240-volt electrical service section from the
irrigation controller section. No wood components shall be used in the enclosure. Each section
of the cabinet shall have full front opening doors with piano hinges, integral keylock and hasp
and staple, or other provision, for padlock. The cabinet shall be provided with cross-flow
ventilation. Ventilation openings shall be located and designed to preclude rain, irrigation splash,
vermin, and insects from entering the cabinet. The controller side door shall have provision for
mounting control schematics without the use of adhesives or fasteners. The service side door
shall have a clear acrylic plastic window to allow the electrical meter to be read. The cabinet
shall have a duplex 1 Samp, 120-volt receptacle with ground fault interrupter protection mounted
on the interior service side. Concrete footings and pads supporting the Electrical service
equipment shall be 560-C-3250.
All controllers shall be grounded by one 10-foot-
em r,s 7/23/96
213-2 GEOTEXTILES. 0 213-2.1 General. Add the following: Geotextile types shall be used for the applications lisi in Table 213-2.1(A
Add the following section:
21 3-3 EROSION CONTROL SPECIALTIES.
213-3 Gravel Bags. Gravel bags for the use of temporary erosion control shall be burlap
with %inch crushed rock filled and securely tied closed. a
a
43 712
87
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
PART 3, FOR CONSTRUCTION METHODS
300 EARTHWORK.
300-1 CLEARING AND GRUBBING.
300-1.1 General, add the following: During surface clearing operations, the Contractor shall
not cover or bury any plant growth or other objects. If the Contractor cannot successfully
separate the plant growth from the surface soil and advertently or inadvertently mixes plant
growth or other objects with the surface soil, the Contractor shall remove the contaminated soil from the site at its cost. All costs, if any, associated with importing soil to replace said contaminated soil shall be borne by the Contractor and no payment therefor shall be made to
the Contractor.
300-1.3 Removal and Disposal of Materials, add the following: Also included in clearing and
grubbing shall be removal and disposal of existing streetlights, metal guardrail, fences, asphalt
concrete and aggregate base, concrete curb and gutter, concrete sidewalk, existing gate,
existing abandoned underground pipes and conduits, existing headwalls, riprap, traffic signs,
and other existing features which interfere with the roadwork, whether or not such items are
called out on the plans or in the specifications for removal. For the purposes of disposal of
cleared and grubbed materials, slope easements for Olivenhain Road and OMWD properties
shall be considered as right-of-way.
300-1.4 Payment, modify as follows: Payment for Clearing and Grubbing shall be made at the
contract lump sum price for clearing and grubbing and no other payments will be made.
300-2 UNCLASSIFIED EXCAVATION.
300-2.1 General, add the following: Unclassified excavation shall include trenching and
backfilling for storm drains, sewers and other utilities, removal, stockpile of suitable material,
recompaction, mixing, grading of mitigation, trenching and backfilling of storm drains, sewers,
other utilities disposal of unsuitable material and existing riprap from the bridge abuttment,
detention basin and from slopes, all cut and fill including removal and recompaction of
unsuitable soil and salvaging clean excavated material and filling areas to the required grades
and cross section. Unclassified excavation shall be utilized onsite to make all fills shown on the
plans. Unclassified excavation shall include scarification and moisture adjustment and
compaction of the top 1 foot of subgrade in the roadway prism to 95 percent relative
compaction. Unclassified excavation shall also include delivery of sufficient suitable material to
Olivenhain Municipal Water District (OMWD) yard, to provide soils necessary to complete the
grading shown on the City of Carlsbad Drawing No. 3457A, wetland mitigation grading and
attendant work as shown on Sheet 37, export of remaining excess material to a disposal site or
spill area acquired by the Contractor and placement and compaction of the fill in the spillway 8,
bridge abutment anddewatering and disposal of pumped water.
300-2.2.3 Unsuitable Soils Within Right-of-way and Detention Basin “D” Spillway.
Unsuitable soils, such as existing undocumented fill, slope wash, and alluvium, are present
within portions of the Project site. Such unsuitable soils shall be removed and disposed of and
suitable material placed and compacted within the proposed road right-of-way, bridge abutment,
and the detention basin “D spillway area. Except for the detention basin spillway, the bottom of
the excavation shall be scarified, moisture conditioned, and recompacted. The actual depth and
43 7/23/94
extent of removal near the location of existing underground conduits shall be determined in tt
field under the direction of the Engineer. For the detention basin spillway, all remediation
unsuitable soils will require the use of a 270 WS geotextile to stabilize the bottom of tt excavation in accordance with section 300-10. Proposed remedial grading within the uti1 easements should be reviewed and approved by the Engineer prior to start of proposed gradin
Contractor shall be responsible for the costs of dewatering, if necessary.
Wet soils from excavation shall have their moisture content adjusted by blending or aeration
shall be disposed offsite. Wet soils are defined as having moisture content in excess of
percent of optimum.
300-2.5 Slopes, add the following: The hinge points (the top and bottom) of slopes shall I
located within 0.25 feet of the locations shown on the plans.
300-2.6 Surplus Material, add the following: The Contractor shall haul all surplus material
the project. Contractor shall utilize highway legal haul trucks for this exportation of material (
site and to OMWD site, and no earth moving equipment will be allowed for hauling material I
public streets.
300-2.9 Payment, modify as follows: Payment for all unclassified excavation will be made
the Contract Lump Sum price for unclassified excavation and shall include compensation
excavation, sloping, rounding tops and ends of excavation, matching the existing graded slopc
loading, disposing of surplus and unsuitable material, stockpilling, hauling to designated sitc placing and compacting, mixing, grading of mitigation site, removal and placement of existi
riprap around the bridge abuttment, excavation of unsuitable material and placement of suital
material in the detention basin, salvaging clean and suitable material filling areas to the requir
grades and cross sections. Slope rounding and construction of transitions will be paid for
work incidental to Section 300-4.8, and no additional payment will be made therefor.
When required by the plans or specifications or where directed by the Engineer, the excavati
and stockpiling of selected material will be paid for at the Contract Lump Sum price unclassified excavation. Removing such selected material from the stockpile and placing it in
final position will also be paid for at the Contract Lump Sump Price for unclassified excavati
Add the following section:
300-2.10 Grading Tolerance, Excavated areas other than slopes and subgrade bel
structures, within the roadway and sidewalk areas shall be finished within 0.1 feet of the grac shown on the plans. Subgrade tolerances shall conform to the requirements of section 301-
SSPWC.
300-3 STRUCTURE EXCAVATION AND BACKFILL
0
0
300-3.6 Payment, add the following: Payment: Payment for structure excavation, backfill i
dewatering shall be included in the lump sum bid price for bridge and no other compensation
be made.
4-
a
r,g 7/21
89
300-4 UNCLASSIFIED FILL
300-4.5 Placing Materials for Fills, add the following: Grading shall be performed such that
the upper 3 feet of fill placed in the roadway pavement area is composed of properly compacted
low expansive soils. The more highly expansive soils shall be placed in the deeper fill areas
and properly Compacted or exported from the site. Low expansive soils are defined as those soils that have an Expansion Index of 50 or less when tested in accordance with 1994 UBC
Standard 18-2 as published by the International Conference of Building Officials. Should
insufficient soils meeting the requirement of an expansion index of 50 or less be present within
the limits of work, soils of the least expansion index that are available within the limits of work
shall be incorporated in the upper 3 feet of fill placed in the roadway.
Material composed principally of igneous rock encountered in the excavation shall be broken
into particles of less than three inches. Particles with dimensions greater than three inches
shall be uniformly distributed over the area to be filled so that construction equipment can be
operated in such a manner that the larger pieces will be broken into smaller particles and
become incorporated with the other materials in the layer. This requirement for particle size
reduction does not apply to cobbles, small boulders, and small hard rocks found within the
surface soils and formational materials. Rocks with a particle size greater than 18 inches shall
not be incorporated into the fill. Oversize material which cannot be utilized for erosion mitigation or landscaping onsite shall be removed from the site by the Contractor. Rock exceeding 6 inches in diameter shall not be placed in the upper three feet of any fill. When there are large
quantities of rock to be placed in the fill, rocks shall not be nested, but shall be spread with
sufficient room between them so that intervening voids can be adequately filled with fine
material to form a dense, compact mass. If disposed of within the City of Carlsbad, a separate
grading permit will be required for disposal of rock.
300-4.6 Application of Water, add the following: All fill soil shall be placed at a moisture
content no less than one( 1) percent below optimum moisture per ASTM test D-I 557.
3004.7 Compaction, add the following: Fill soils placed within the top 1 foot of roadway
subgrade shall be compacted to a minimum of 95 percent relative compaction. On all slope areas to receive planting, the top 6” shall be compacted to 85% to allow for plant growth.
300-4.8 Slopes, add the following: Compaction density tests shall be taken upon completion
of grading to verify that 90 percent relative compaction has been achieved at 6 inches below the
surface of the face of slope. Feathering of fill over the tops of slopes will not be permitted. The
tops of slopes shall be rounded as detailed on City of Carlsbad Supplemental Standard Drawing
The face of the stability fill slopes shall be compacted with a sheepsfoot roller at vertical
intervals no greater than 2 feet or shall be overbuilt and cut back to finish grade. In addition, if
not overbuilt and cut back, the face of the slope shall betrackwalked upon completion.
3004.9 Measurement and Payment, delete and substitute the following: Payment for the
unclssified fill shall be included in Section 300-2.9 and shall also include the installation of
geotextile and subsurface drains, separation, and all other work necessary to install fill shall be
included in the lump sum bid price for unclassified excavation and no other payments will be
made.
GS-14.
300-6 EARTHWORK FOR DEBRIS DAMS AND BASINS.
300-6.6 Payment, modify as follows: For detention basin spillway pipe, fencing, filter fabric,
rock, and all appurtenances necessary to construct the detention basin shall be included in the
lump sum bid price for basin “D spillway and no other payments will be made. em sg 7/23/96
300-9 GEOTEXTILES FOR EROSION CONTROL. Modify as follows:
GEOTEXTILES FOR EROSION CONTROL AND WATER POLLUTION CONTROL. 300-9 GRADING AI e Add the following section:
300-9.2 General, Erosion control and water pollution control shall conform to the requireme
shown on the plans, specified herein, and as elsewhere required by the Contract Documenl
Erosion control and water pollution control shall include, but not be limited to, the work specif
herein, and shall include such additional measures, as may be directed by the Engineer,
properly control erosion and storm water damage of the limits of work and construction impa
upon areas receiving drainage flows from within the limits of work.
300-9.2.1 Grading Controls. The Contractor shall provide temporary earth berms, gra
bags, silt fence, stabilized construction entrance and similar measures, coordinated with
construction procedures, as necessary and as shown on the plans to control site erosion dur
the construction period. The Contractor will be required to protect areas which have bc
cleared and grubbed prior to excavation or embankment operations, and which are subjecl
runoff during the duration of the contract. Temporary measures shall include, but shall not
limited to: gravel bag chevrons, temporary desilting basins; contour graded ditches; tempor
paved and unpaved ditches; gravel bags, and filter fabric fences to filter silt and sediment fr
runoff. The Contractor shall protect all areas within the limits of work from erosion. S protection shall include areas that have been graded and/or cleared and grubbed as well
areas that have not been graded and/or cleared and grubbed. Temporary erosion con
measures provided by the Contractor shall include, but not be limited to, the following:
a) Embankment areas, while being brought up to grade and during periods of complel prior to final roadbed construction, shall be graded so as to direct runoff into the facilil
enumerated in a), above.
The Contractor shall provide protection by various measures to eliminate erosion and
siltation of downstream facilities and adjacent areas, These measures shall include,
shall not be limited to: temporary downdrains, either in the form of pipes or pa’
ditches with protected outfall reams; graded berms around areas to eliminate erosior
embankment slopes by surface runoff; confined ponding areas to desilt runoff; anc
desilt runoff.
Excavation areas, while being brought to grade, shall be protected from erosion and
resulting siltation of downstream facilities and adjacent areas by the use of varil
temporary erosion control measures. These measures shall include, but shall not
limited to: erosion control matting, and establishment of vigorous growth in hydroseec
areas.
The Contractor shall conduct his operations in such a manner that storm runoff will be contaii
within the project or filtered and channeled into the storm drain system which serves the rui
area.
Storm drain systems, toe of slope drains, and outlet structure shall be constructed and opera
prior to commencing, or concurrently with placing, an embankment. Temporary downdra
drainage structures, and other devices shall be provided to channel storm runoff water into
respective permanent storm drain systems during construction, Mud and silt shall be settled of the storm runoff before said runoff enters the storm drain system.
b) a
c)
II,
<3 7f2
Y1
Add the following section:
300-9.2.2 Payment. Full compensation for performing erosion control and water pollution
control which is not a part of the planned permanent work or included as a separate bid item
shall be considered as included in the contract ? price bid for unclassified excavation, and no
additional compensation will be allowed therefor.
Add the following section:
300-9.3 Temporary Marsh Protection. The marshes in all construction easements shall be
protected by laying geotextile and adding a layer of soil over the cloth, The soil shall come from
the adjacent areas to be disturbed. The willow scrub in the construction easement shall be cut
down to just above soil height. The cut materials shall be mulched placed according to the
revegetation plan. Geotextile shall then be placed over the wetland. Prior to construction and
placement of geotextile, the outer limits of the construction easement shall be flagged with
fluorescent tape to avoid additional wetland impacts. Care must be taken to keep the soil within
the construction easement to avoid sedimentation.
Add the following section:
300-9.3.1 Payment. Temporary marsh protection will be paid for at the contract price bid per
lump sum and shall include full compensation for furnishing and installing planting, irrigation,
and erosion control measures.
300-1 0 GEOTEXTILE FOR SEPARATION
300-10.1.2 Measurement and Payment, modify as follows: The Contractor shall furnish and
install geotextile conforming to Section 213-2.1. Measurement and payment shall be made as a
portion of the lump sum bid for detention basin spillway, in accordance with the details and
requirements of the plans and specifications.
300-1 1 STONEWORK FOR EROSION CONTROL.
300-1 1.4 Payment, delete and replace as follows: Rock protection will be paid for at the lump
sum contract Price Bid for rock protection, complete and in place, in accordance with the details
and requirements of the plans and specifications.
Add the following section:
Add the following section:
300-13.1 Preparation of Subgrade, Prior to placing rock slope protection fabric, the surfaces
upon or against which rock slope protection fabric is to be placed shall be free of loose or
extraneous material and sharp objects that may damage the fabric during installation.
Equipment or vehicles shall not be operated or driven directly on the rock slope protection
fabric. Rock slope protection fabric damaged during placement shall be replaced or repaired, as
directed by the Engineer, by the Contractor at his expense.
Add the following section:
300-13.2 Placement, Rock slope protection fabric shall be placed prior to placing rock slope
protection. Rock slope protection fabric shall conform to the provisions in Section 213-3
GEOTUCTILES and shall be placed in accordance with the details shown on the plans and as
specified in these specifications. Rock slope protection fabric shall be handled and placed in
accordance with the manufacturer's recommendations and as directed by the Engineer. Rock
slope protection fabric shall be placed loosely upon or against the surface to receive the fabric
so that the fabric conforms to the surface without damage when the cover material is placed. Rock slope protection fabrics shall be joined, at the option of the Contractor, either with
300-1 3 ROCK PROTECTION FABRIC.
<3 7/23/96
overlapped joints or stitched seams. When fabric is joined with overlapped joints, all adjacc
borders of the fabric shall be overlapped not less than 24 inches. The fabric shall be plac
such that the fabric being placed shall overlap the adjacent section of fabric in the direction i cover material is being placed. When the fabric is joined by stitched seams, the fabric shall
stitched with yarn of a contrasting color. The size and composition of the yarn shall be
recommended by the fabric manufacturer. The number of stitches per inch of seam shall
approximately 5 to 7. The strength of stitched seams shall be the same as specified for 1 fabric, except when stitched seams are oriented up and down a slope the strength shall bc
minimum of 80 percent of that specified for the fabric. Fabric damaged beyond repair,
determined by the Engineer, shall be replaced. Repairing damaged fabric shall consist
placing new fabric over the damaged area. The minimum fabric overlap from the edge of 1
damaged area shall be 3 feet for overlap joints. If the new fabric joints at the damaged arc are joined by stitching, the stitched joints shall conform to the requirements specified herein
Add the following section:
300.13.3 Measurement and Payment, Payment for rock slope protection fabric will be incluc
in the unit and/or lump sum prices for items which have said fabric in their design and
additional payment will be made therefor.
@
301 -1 SUBGRADE PREPARATION.
301-1.2 Preparation of Subgrade, modify as follows: Scarification and recompac
subgrade 12 inches deep is an integral part of the roadway section (structural section i
typical section) for the entire roadway and the 8 foot wide pedestrian and bicycle trail. 1
upper 12 inches of subgrade beneath the 20 structural section shall be compacted to
percent of its maximum dry density.
301-1.7 Payment, add the following: Payment for subgrade preparation shall be includec
the contract bid price for unclassified excavation and shall include all labor, materials; includ
water, operations and equipment to scarify, adjust moisture, compact or recompact
subgrades, both in cut areas and in fill areas, to no less than 95 percent maximum dry den:
(ASTM-1557), and no further compensation will be allowed.
@
i)
302-5 ASPHALT CONCRETE PAVEMENT.
302-5.5 Distribution and Spreading, modify as follows: After second sentence of SI
paragraph, add:
The spreading and finishing machine used to construct the asphalt concrete surface cou
shall be equipped with an automatic screed control for surface course paving. The automl screed control shall be 30feet minimum length. The paving machine shall be operated by
operator and two full-time screed men during all paving.
The surface course shall be 2 inches thick. Leveling courses will be required in a varii
thickness pavement section. Tack coat will be required between the interface of exisi
pavement and new pavement and when new pavement, in the opinion of the engineer, is c
enough to preclude bonding between successive lifts of asphalt.
302-5.6.1 General modify as follows:
Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited
breakdown, unless otherwise directed by the Engineer.
After last paragraph, add:
Unless directed otherwise by the Engineer, the initial breakdown rolling shall be followed k
pneumatic-tired roller as described in this Section.
Second paragraph, Part (2), add:
0
4% 1/21
72
302-5.9 Measurement and Payment: add the following:
Payment for asphalt concrete shall be at the unit price bid per ton, and no additional payment
shall be made for any tack coat.
303 CONCRETE AND MASONRY CONSTRUCTION.
303-1 Concrete Structures, modify as follows: For the purposes of bridge items: "Structure
Concrete (Bridge)", construction shall conform to Section 51 of the CALTRANS Standard
Specifications, July 1992 as modified herein shall include all work necessary to extend the
existing bridge per the plans and specifications complete in place except as referenced herein.
All requirements of Parts 1 of the SSPWC and these Special Provisions shall remain in full force and shall not be superseded by theCALTRANS Standard Specifications.
51-1.06 Falsework shall be designed and constructed in conformance with the requirements in
Section 51-1 .E, "Falsework", of the CALTRANS Standard Specifications and these special
provisions.
51-1 .EA Falsework Desiqn and Drawinas. Amend the seventeenth paragraph of Section
51-1.06A to read:
Temporary bracing shall be provided, as necessary, to withstand all imposed loads during
erection, construction, and removal of any falsework. The falsework drawings shall show
provisions for such temporary bracing or methods to be used to conform to this requirement
during each phase of erection and removal. Wind loads shall be included in the design of such
bracing or methods.
When reference is made to the National Design Specification for Wood Construction, it shall mean the 1986 Edition.
51-1.06A(2) Amend the second entry under "Timber" in the second paragraph to read:
Compression parallel to the grain ....p si, but not to exceed 1,600psi.
51-1.06B Falsework Construction Amend the eighth paragraph to read:
Camber strips shall be used where directed by the engineer to compensate for falsework
deflections, vertical alignment, and anticipated falsework deflection. The Contractor will furnish
calculations substantiating the amount of camber to be used in constructing thefalsework.
I
4- r,g 7/23/96
51-1.06C Removing Falsework Amend the first paragraph to read:
Falsework supporting any span of a simple span bridge shall not be released before 10 d:
after the last concrete, excluding concrete above the bridge deck, has been placed. Unlc otherwise permitted by the Engineer, falsework supporting any span of a continuous or ric
frame bridge shall not be released before 10 days after the last concrete, excluding concrc
above the bridge deck, has been placed in that span and in the adjacent portions of e2
adjoining span for a length equal to at least half the length of the span where falsework is to
released.
Amend the seventh paragraph to read:
Unless otherwise specified, removing falsework supporting any span of structural membl
subject to bending shall conform to the requirements for removing falsework supporting i
span of a simple span bridge.
83-2.02D(1) Drill and Bond Dowels. Drilling and bonding dowels shall conform to the det;
shown on the plans, the provisions in Section 83-2.02D(I), "General", of the CALTRA
Standard Specifications and these special provisions. Dowels shall conform to the provision5
"Reinforcement" elsewhere in these special provisions.
Full compensation for drilling holes and bonding dowels shall be considered as included in
contract lump sum price for the Bridge and no other compensation will be made.
Refinishing Bridqe Decks. Surfaces of bridge decks at El Camino Real Bridge that are expo:
when existing concrete barriers, railings, curbs, or sidewalks are removed shall be refinishec
the plane of the adjoining deck surface with concrete placed on prepared concrete surfac
over an adhesive, in accordance with the requirements in these special provisions.
The exact area to be refinished will be designated by the Engineer.
Refinished surfaces shall not vary more than 0.02 foot from the lower edge of a 12-1
straightedge.
The concrete in deck areas to be refinished shall be removed to a depth of approxima
%inch below the adjoining deck surface. A X-inch-deep saw cut shall be made along
perimeter of areas prior to removing concrete.
Concrete removal may be done by abrasive blast cutting, abrasive sawing, impact tool cutt
machine rotary abrading, or other methods, all to be approved by the Engineer. Cut areas s
be cleaned free of dust and all other loose and deleterious materials by brooming and hi
pressure air jets. Equipment shall be fitted with suitable traps, filters, drip pans, or other devi
to prevent oil or other deleterious matter from being deposited on the deck.
When work is being performed within 10 feet of a traffic lane, dust and residue from d
preparation and cleaning shall be removed or controlled by vacuum, water spray, or sh
methods approved by the Engineer.
Existing reinforcement, exposed during the removal of concrete, that is to remain in place s
be protected from damage.
a
*
e*
m
p,s 712
95
Existing areas of the deck more than %I inch below the plane of the adjoining deck surface shall
be prepared by the removal of not less than %inch of surface material to expose sound
aggregates.
An epoxy adhesive shall be applied to the surfaces to be refinished before placing portland
cement concrete filling. The area to be covered shall be surface dry and the ambient
temperature shall be 50degrees Fahrenheit or above when the adhesive is applied.
The epoxy adhesive shall be furnished and applied in accordance with the provisions in
Sections 95-1, "General", and 95-2.03, "Epoxy Resin Adhesive for Bonding New Concrete to Old
Concrete", of the CALTRANS Standard Specifications. Whenever the ambient temperature is
below 65 degrees Fahrenheit, Type II epoxy shall be used. The exact rate of applying epoxy
adhesive shall be as ordered by the Engineer. The adhesive shall be worked onto the surface
with stiff brushes or equal.
Portland cement concrete used to fill prepared areas shall conform to the provisions in
Section 90, "Portland Cement Concrete", of the CALTRANS Standard Specifications and the
following:
The concrete shall contain a minimum of 658 pounds of portland cement per cubic yard. The
aggregate shall contain between 50 and 55 percent fine aggregate and the remainder shall be
pea gravel. The grading of pea gravel shall be such that 100 percent passes the %inch screen
and not more than 5 percent passes the No. 16 sieve, unless a larger size is ordered by the
Engineer.
Admixtures shall be furnished and used if ordered by the Engineer.
The penetration of the concrete without admixtures shall be between 0 and W inch.
Immediately after depositing on the newly placed adhesive, the portland cement concrete filling shall be thoroughly consolidated until all voids are filled and free mortar appears on the surface
and then struck off to the required grade.
In advance of curing operations, the surface of the concrete shall be textured by brooming with
a stiff-bristled broom or by other suitable devices which will result in uniform scoring. Brooming
shall be performed transversely. The operation shall be performed at a time and in a manner to
produce a hardened surface having a uniform texture and a coefficient of friction of not less than
0.35 as determined by California Test 342.
Refinished surfaces that are found to have a coefficient of friction less than 0.35 shall be ground
or grooved by the Contractor at his expense in accordance with the applicable requirements in
Section 42, "Groove and Grind Pavement", of theCALTRANS Standard Specifications.
Concrete shall be cured as provided in Section 90-7.03, "Curing Structures", of the Standard
Specifications.
Refinishing isolated high areas in the existing deck may be accomplished by cutting the
concrete down to the plane of the adjoining deck surface by abrasive sawing, grinding, impact
tool cutting, or other methods subject to the approval of the Engineer. When grinding is
performed to bring the deck concrete to the plane of the adjoining deck surface, the resulting
surface shall have a coefficient of friction of not less than 0.35 as determined by California Test
342.
4- %# 1/23/96
Steel dowels exposed in removing existing concrete shall be cut off flush with the existi
concrete or cut off at the bottom of concrete removal, whichever is lower. Patching around
over dowels in sound concrete will not be required. Existing voids around dowels shall
chipped back to sound concrete, an adhesive bonding coat applied, and the hole filled \II portland cement mortar.
Furnishing, placing, and curing portland cement mortar shall conform to the provisions Section 51-1.135, "Mortar", of theCALTRANS Standard Specifications.
No loads of any kind shall be applied to the concrete filling for at least seven days after placii
unless otherwise permitted by the Engineer.
No adjustment of compensation will be made for any increase or decrease in the quantity refinish bridge deck, regardless of the reason for such increase or decrease. The provisions
Section 4-1.03B, "Increased or Decreased Quantities", of the Standard Specifications shall
apply to the contract item of refinish bridge deck
Section 51-1.23, Modify this section as following:
51-1.23 Payment. Payment for the bridge shall be included in the lump sum price for the bric
and shall include all labor and material to construct the bridge complete and in place
described in Section 51 including abutment rock except for furnishing and driving piles which
be paid separately at unit prices for furnishing and driving piles.
303-1.7 Placing Reinforcement, add the following: For the purposes of bridge itc
reinforcement, Section 52 of the CALTRANS Standard Specifications, July 1992 as modif herein shall be considered as the standard specification as set forth in Subsection 2-f "Precedence of Contract Documents", of the Standard Specifications for Public Wo
Construction (SSPWC) and shall replace Section 201-2.1, 303-1.7 through 303-1 .;
"Concrete, Mortar, and Related Materials" and "Concrete and Masonry Construction" of
SSPWC for all bridge items except as referenced herein. All requirements of Parts 1 of
SSPWC and these Special Provisions shall remain in full force and shall not be superseded the CALTRANS Standard Specifications.
Add the following section:
303-1.9.5 Surface Finish for Concrete Spillway, Surface finish for concrete spillway shall
provided to prevent the use of rollerblades, skateboards, and other rolling devices. Surf;
finish shall be a rough rake finish approved by the engineer.
303-1.11 Payment, add the following: Payment for concrete dike spillway and surf(
treatment shall be included in the contract lump sum price bid for detention dike spill\
complete in place including all work shown on Sheet 6 of Drawing 336-5 excepting c
unclassified excavation and no other payments will be made.
*
0
303-2 AIR-PLACED CONCRETE.
303-2.1.1 General, add the following:
replace stucco netting with Ginch by 6inch by No. 10 by No. 10 welded wire mesh.
Modify Regional Standard Drawing D-75 as follo
e=
a
%# 712
97
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS,
ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS.
303-5.1 Requirements, add the following: For the purposes of bridge items only: "Railings
and Barriers", Section 83 of the CALTRANS Standard Specifications, July 1992 as modified
herein shall be considered as the standard specification as set forth in Subsection 2-5.2,
"Precedence of Contract Documents", of the Standard Specifications for Public Works
Construction (SSPWC) and shall replace Section 303-5, "Concrete Curbs, Walks, Gutters,
Driveways, and Alley Intersections", SSPWC for all bridge items except as referenced herein,
except as referenced herein. All requirements of Parts 1 of the SSPWC and these Special
Provisions shall remain in full force and shall not be superseded by the CALTRANS Standard
Specifications.
83-2 BARRIERS
Concrete barriers shall conform to the provisions in the Standard Specifications and these
special provisions.
Type26A modified concrete barriers will be measured and paid for as Concrete Barrier
The contract lump sum price for the bridge, shall include full compensation for furnishing all
labor, materials, tools, equipment, and incidentals and for doing all the work involved in
installing concrete barrier including relocation, conduits, as shown on the plans, as specified in
the Standard Specifications and these special provisions, and as directed by the Engineer.
303-5.5.2 Curb, add the following: Curb face to be stamped with insignia "RW' to indicate the
irrigation sleeve locations.
303-5.9 Measurement and Payment, add the following: Curb and gutter, and curb, shall be
considered as continuing across driveways and access ramps when constructed adjacent
thereto. Neither curb and gutter nor curb will be paid for across the length of local depressions,
except that which occurs in gutter transitions at each side of an inlet.
(Type 26).
303-6 STAMPED CONCRETE.
303-6.3.1 Method A (Dry Shake), add the following: Color shall be Natural Grey ("Bomanite"
or equal).
Color shall match existing color in medians on Rancho Santa Fe Road as approved by the
Engineer.
303-6.4 Pattern, add the following: Pattern shall be random stone "Bomanite" pattern or
equal) to match existing medians in Rancho Santa Fe Road.
Add the following section:
303-6.6 Payment, Payment for stamped concrete shall be made on the basis of the Contract
Price Bid per square foot and shall include full compensation for furnishing all labor, materials,
including sand bed, tools, equipment, and installing complete and in place, and no further
compensation will be allowed.
e- %$ 7/23/96
304-2 METAL RAILINGS. Modify as follows: For the purposes of bridge items: "TubL
Handrailing", Section 83 of the CALTRANS Standard Specifications, July 1992 as modif
herein shall be considered as the standard specification as set forth in Subsection 2-5 "Precedence of Contract Documents", of the Standard Specifications for Public Wo
Construction (SSPWC) and shall replace Section 304-2, "Metal Railings", SSPWC for all bric
items except as referenced herein. All requirements of Parts 1 of the SSPWC and the Special Provisions shall remain in full force and shall not be superseded by the CALTRA
Standard Specifications.
I)
304-3 CHAIN LINK FENCE.
304-3.2 Fence Construction, add the following: Fence shall match height of existing ch
link fence located in the Olivenhain Municipal Water District. Contractor shall install extens
post and three strands of barbed wire along the chain-link fence and shall conform to SD
M-6 and M-20.
304-3.3 Installation of Gates, add the following: Gates shall be double-swing type and SI
accommodate a 15-foot-wide access road. Contractor shall install extension post and th
strands of barbed wire on top of gates and shall conform t6DRS M-5 and M-20.
304-3.4 Measurement and Payment, modify as follows: Chain link fence is included a
portion of the detention basin spillway item and no additional payment will be made therefoi
305 PILE DRIVING AND TIMBER CONSTRUCTION.
Add the following:
For the purposes of bridge item: "Drive Piling", Section 49 of the CALTRANS Stand
Specifications, July 1992 as modified herein shall be considered as the standard specifica
as set forth in Subsection 2-5.2, "Precedence of Contract Documents", of the Stanc
Specifications for Public Works Construction (SSPWC) and shall replace Section 305, I'
Driving and Timber Construction", SSPWC for all bridge items except as referenced herein.
requirements of Parts 1 of the SSPWC and these Special Provisions shall remain in full fc
and shall not be superseded by thCALTRANS Standard Specifications.
49-6.01 Measurement. Measurement for the various types and classes of piles shall confc
to the provisions in Section 49-6.01, "Measurement", of the Standard Specifications and th
special provisions.
Amend Section 49-6.02:
49-6.02 Payment. Payment for the furnishing and driving various types and classes of I:
shall be included in the price bid for respective classes of piles and no other compensation
be made.
306 UNDERGROUND CONDUIT CONSTRUCTION. Modify Section 306 of the SSPWC
follows:
306-1.1 All RCP storm drain pipe shall hav
minimum cover of 2feet below finished grade unless otherwise shown on the plans.
Utility trench for CATV and electrical overhead conversion shall be per SDG&E pl:
Construction Order No. 251 0030, Project No. 40891 8-060.
Add the following section:
a
Trench Excavation, add the following: *
43 712
99
306-1.1.7 Steel Plate Bridging - With a Non-Skid Surface, This section covers the use of steel
plate bridging. No steel plate bridging or trench plate shall be used that does not meet the
requirements of this subsection.
Add the following section:
306-1.1.7.1 Requirements for Use, Alternate construction methods that avoid the use of steel
F.ate bridging shall be used unless otherwise approved by the Engineer. It is recognized that to
accommodate excavation work, steel plate bridging may be necessary. All conditions for use of
steel plate bridging set forth in the following requirements must be fulfilled as conditions of
approval of the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into account the following factors:
1. Traffic volume and composition.
2.
3. Weather conditions.
Duration and size of the proposed excavation.
The following formula shall be used to score the permitted use of steel plate bridging:
PS = [ADT + EML + DAYS + io x WEEKEND + 5 x NIGHTS + 20 x WEATHER + SPEED + SLOPE x 1001 x LANES
loo0 5
where:
plate score.
average daily traffic as defined in theattrans Traffic Manual.
PS ADT -
equivalent wheel loads as defined in theattrans Traffic Manual. EWL -
DAYS - - total number of 24 hour periods that the plates will be utilized at the site
being considered.
WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be
utilized at the site being considered.
NIGHTS - - total number of overnight periods that the plates will be in place,
exclusive of Saturday, Sunday and holiday nights.
WEATHER = total number of 24-hour periods that the plates will be utilized at the site
being considered when the possibility of rain exceeds 40 percent.
the design speed of the street where the plates are to be installed. This SPEED -
number shall not be reduced for construction zone speed reductions.
SLOPE - - the quotient of the vertical differential divided by the horizontal distance.
The vertical and horizontal dimensions shall be measured at the locations spanning a distance of 50 feet up and downstream of the position of the
proposed steel plate bridging.
the number of lanes where plates will be used.
- - - -
-
LANES
When the computed value of the plate score exceeds 50, steel plate bridging shall not be used
unless, and at the sole discretion of the Engineer, the Engineer determines that no alternative
method of construction is possible in lieu of using steel plate bridging or that other overriding
considerations make the use of steel plate bridging acceptable. Alternatives considered to
bridging shall include, but not be limited to, detouring traffic, construction detour routes,
tunneling, boring and other methods of trenchless construction. Unless specifically noted in the
provisions of the Engineer's approval, the use of steel plate bridging at each approved location
shall not exceed four (4) consecutive working days in any given week.
- -
em 6$ 7/23/96
Add the following section:
306-1.1.7.2 Additional Requirements, When the Engineer determines that shoring will bc
part of the Contractor‘s work, the Contractor shall install shoring conforming to Section 7-10.d
of the Standard Specifications. All approvals for design, substitution of materials or methc shall be submitted by the Contractor in accordance with all provisions of section 2-5.3 St
Drawings and Submittals. The Contractor shall backfill and resurface excavations
accordance with section 306-1 5.
Add the following section:
306-1 -1.7.3 Installation, When backfilling operations of an excavation in the traveled w
whether transverse or longitudinal cannot be properly completed within a work day, steel pl,
bridging with a non-skid surface and shoring may be required to preserve unobstructed tra
flow. In such cases, the following conditions shall apply:
1. Steel plate bridging when the plate score exceeds 50 is not allowed except when, at
sole discretion of the Engineer, it is approved as specifiedhereinbefore.
2. Steel plates used for bridging must extend a minimum of 300 mm (12”) beyond
edges of the trench.
3. Steel plate bridging shall be installed to operate with minimum noise.
4. The trench shall be adequately shored, per section 7-10.4.1, to support the bridging i
traffic loads.
5. Temporary paving with cold asphalt concrete shall be used to feather the edges of
plates, if plate installation by Method (2) is used.
6. Bridging shall be secured against displacement by using adjustable cleats, shims, other devices.
When the use of steel plate bridging and shoring is approved by the Engineer, the Contra(
shall install using either Method (1) or (2).
Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed t
depth equal to the thickness of the plate and to a width and length equal to the dimension:
the plate.
Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate
longitudinal placement) shall be attached to the roadway by a minimum of 2 dowels pre-dril
into the corners of the plate and drilled 50 mm (2”) into the pavement. Subsequent plates
butted to each other. Fine graded asphalt concrete shall be compacted to form ram
maximum slope 8.5% with a minimum 300 mm (12) taper to cover all edges of the steel plat
When steel plates are removed, the dowel holes in the pavement shall be backfilled with eit graded fines of asphalt concrete mix, concrete slurry, or an equivalent slurry satisfactory to
Engineer. At the Contractor‘s option, the methods required for Method 1 may be used. If
Contractor so elects, all requirements of Method 1 shall be used.
The Contractor shall maintain the steel plates, shoring, and asphalt concrete ramps i
maintain and restore the street surface during and after their use.
Add the following section:
306-1.1.7.4 Materials, The minimal thickness of steel plate bridging shall be as shown in Tz
@
@
206-1.1.7.4(A)
a
<3 712:
Maximum Trench Width
0.45 m (1.5’)
0.3 m (1.0’)
0.6 m (2.0’)
0.9 m (3.0’)
1.2 m (4.0’)
Minimum Plate Thickness
19 mm (3/4”)
13 mm (1/2”)
22 mm (7/8”)
25 mm (1”) 32 mm (1-1/4”)
306-5 ABANDONMENT OF CONDUITS AND STRUCTURES.
@ Add the following: Unless otherwise noted on plans, all existing abandoned pipelines and conduits of any type use and pipelines and conduits of any type or use that are abandoned during the course of t work are to be removed and replaced with properly compacted soils.
Payment for removal and disposal of abandoned utilities shall be included in the lumpsum t
for Clearing and Grubbing, and no additional payment will be made.
307-3 STREET LIGHTING CONSTRUCTION.
Add the following:
For the purposes of street lighting, Section 86 of the CALTRANS Standard Specifications, Ji
1992 as modified herein, shall be considered as the standard specification as set forth
Subsection 2-52, "Precedence of Contract Documents", of the Standard Specifications
Public Works Construction (SSPWC) and shall replace Section 307-3, "Streetlight Constructio
except as referenced herein, except as referenced herein. All requirements of Parts 1 of < SSPWC and these Special Provisions shall remain in full force and shall not be superseded the CA LTRA N S Standard Specifications .
86-6 LIGHTING
Add the following:
Streetlights shall be (200-watt) 22,000-lumen high-pressure sodium luminaires, Cobra Head i
shall conform to SDRSD No. E-1, with anchor-based foundation and no direct burial wire. Li
standards shall be prestressed concrete round pole. Pull boxes shall be located at e;
streetlight location and shall be spaced at not over 200 feet.
Luminaires shall be manufactured by a manufacturer who is now regularly engaged in
manufacture of street lightingluminaires.
Each luminaire shall consist of a housing, a reflector, a flat lens, a lamp socket, an inte(
ballast, a removal ballast tray, a lamp support, a terminal strip, a capacitor and a slip fitter. 1
reflector may be an integral part of the housing.
The luminaire housing shall be of corrosion-resistant die-cast aluminum, of 0.0625ir
minimum thickness, corrosion-resistant aluminum sheet and plate with concealed continuc
welds, or of acrylonitrile butadiene styrene sheet material (3/32-inch minimum nominal '
thickness), on a cast aluminum frame that provides mounting for all electrical components
the slip fitter. The housing shall be divided into optical and power compartments that
individually accessible for service and maintenance. Position and clamping of the luminain
the pipe tenon shall be accomplished by tightening mounting bolts.
Painted exterior surfaces of the luminaire shall be finished with a fused coating
electrostatically applied polyester powder paint or other ultraviolet-inhibiting film. Color shall
aluminum gray.
A high-temperature neoprene, or approved equal, sealing ring shall be installed in the 1
tenon opening to prevent entry of water and insects in the power and optical compartment!
Access to the power unit assembly shall be through a weathertight hinged cover secured, '
spring-type latches or captive screws, to thduminaire housing.
4-
@
0
t# 712
103
Hardware shall be stainless steel. Machine screws or bolts shall be used to secure removable
components. Sheet metal screw shall not be used.
The lamp socket shall be of high-temperature, flame-retardant thermoset material with self-
wiping contacts or may be of other equally durable material. The socket shall be rated for
660 watts and 1,000 volts.
Position of the lamp socket and the lamp support shall maintain the lamp in correct relationship with reflector and refractor for designed distribution pattern.
Candlepower distribution shall be ANSI Type Ill, short distribution, for cutoffrminaires.
Each luminaire shall, at a mounting height of 34 feet, maintain a minimum of 0.2 footcandle at least 90 feet each side, along the longitudinal roadway line below the luminaires, and a minimum of 0.35 footcandle at a transverse roadway distance from the luminaire location equal to 1.5 times the luminaire mounting height.
Certified luminaire performance data shall be furnished as part of the Equipment List and
Drawings as specified in Section 86-1.03 of the CALTRANS Standard Specifications. This data
shall include complete photometric test data in the form of isolux charts at a scale of 1 inch
equals 20 feet, for the luminaire and lamp sizes indicated on the plans.
Alternate data may be in the form of horizontal footcandle values recorded on a 15foot by
15-foot grid extending 90 feet longitudinally each side of the light source, and 15 feet behind and
90 feet in front of the light source, for the luminaire and lamp sizes and the mounting height
indicated on the plans. The horizontal footcandle levels in the data submitted shall equal or
exceed the levels specified in these Special Provisions. Failure to meet the referenced values
will be justification for disapproval for thduminaires.
The photometric test shall be performed and certified by an independent and recognized testing
laboratory. Subsequent to the Contractor's installation of any luminaires, field checks may be
performed at random by the Engineer and calculated according to the Illuminating Engineering
Society "Guide for Photometric Measurement of Roadway Lighting Installation (LM-50)"
approved in July 1974. Failure to meet or exceed the referenced values during field checks will
be justification for replacement by the Contractor.
Photoelectric Control Unit. The photoelectric control unit shall consist of photoelectric unit in a
weatherproof housing which plugs into an EEI-NEMA Uwist-lock receptacle integral with the
Iu mi nai re.
The photoelectric unit shall provide an output in response to changing light levels and shall have
a minimum built-in time delay of 15 seconds. The response level shall remain stable throughout
the life of the control unit.
The control unit shall contain a solid-state photoelectric cell suitable for operation with 120-volt or 240-volt line supply, as noted on the plans. The unit shall have a minimum rated load
capacity of 1,000volt-amperes.
The control unit shall have an ON/OFF ratio of 1:l-1/4 foot candles.
The control unit shall fail in the "ON" position in the event of photoelectric cell failure.
ern sg 7/23/96
86-6.12 Service Points. Streetlights along the northerly parkway of Olivenhain Road shall serviced from service point at the northeast corner of the El Camino Real and Olivenhain Rc
intersection, as provided by SDG&E plans, Construction Order No. 2510030, Project F
Streetlights along the southerly parkway of Olivenhain Road shall be serviced from the exist
service line provided along the southerly parkway at the existing streetlight. Connect to 1
existing streetlight at approximately Station 13+90.
@ 40891 8-060.
86-8 PAYMENT
Payment for all labor and materials specified and necessary to provide a complete i
operational street lighting system shall be included in the lump sum price bid for street lights E
no additional payment will be made. This item includes relocation of the existing street lighi station 13+00, and all conductors, conduits, junction boxes and all other appurtenances.
307-4 TRAFFIC SIGNALS CONSTRUCTION.
Add the following:
For the purposes of traffic signal items, Section 86 of the CALTRANS Standard Specificatio
July 1992 as modified herein shall be considered as the standard specification as set fortt
Subsection 2-52, "Precedence of Contract Documents", of the Standard Specifications
Public Works Construction (SSPWC) and shall replace Section 307-4, "Traffic Sigr
Construction", SSPWC except as referenced herein. All requirements of Parts 1 of the SSP\ and these Special Provisions shall remain in full force and shall not be superseded by
CALTRANS Standard Specifications. @ 86-1 GENERAL
86-1.03 Equipment List and Drawinqs Modify as follows:
Delete the last sentence of Paragraph 2 and add new sentence as follows:
The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on
cabinet door, shall be combined into one drawing (24 inches by 36 inches), placed in a he;
duty plastic envelope, and attached to the inside of the controller cabinet door so that when
cabinet door is open, the drawing is oriented with the intersection. The mylar transparency
be submitted to and retained by the agency.
Add Paragraph 5 as follows:
The Contractor shall furnish two each maintenance and operation manuals for all new COntrC
units, auxiliary equipment, and vehicle detector sensor units, control units, and amplifiers. .
maintenance and operation manuals may be combined into one manual. The rnaintena
manual or combined maintenance and operation manuals shall be submitted to the enginee
the time of signal turn on. The maintenance manuals shall include, but need not be limited
the following items:
a
q 712
105
Specifications
Design characteristics
(a) General operation theory
(b) Function of all controls
(c) Trouble-sRooting procedure (diagnostic routine)
(d) Block circuit diagram
(e) Geographical layout of components
Schematic diagrams
List of replaceable component parts with stock numbers
Add Paragraph 6 as follows:
As-Built Drawinqs
"As-built" construction plans shall be provided by the Contractor to the Engineer within five
working days after completion of the project. Two redline copies shall be provided with changes
shown in a contrasting color to the original contract work. Details to be shown on the as-built
plans shall include, but not be limited to, location, type and installed depth of conduit runs,
location of loops under overlay, location of pull boxes, changes made to signal and lighting
poles, and any changes made to traffic signal equipment. As-built plans shall be signed and
dated by the Contractor and submitted by the Contractor for the Engineer's review and approval.
861.04 Warrants, Guarantees, and Instruction Sheets. The Contractor shall warrant the work
against defects in materials or workmanship for a period of one year from the date of
recordation of the Notice of Completion for the work.
All units and all component parts shall be guaranteed against all defects in materials and
workmanship for a period of not less than two years (three years for photoelectric control) from
the date of shipment. The supplier will be responsible for return and replacement costs of any
units or component parts found to be defective within the guarantee period, including labor,
freight, shipping, and delivery costs. All units or components returned under the guarantee shall
be replaced within 30days of receipt by the supplier.
86-1.05 Maintaining Existing and Temporary Electrical Systems Delete Paragraphs3 and 4.
Payment for maintaining existing and temporary electrical systems shall be included in the
appropriate bid item.
Remove salvage and deliver all existing traffic signal equipment to City of Encinitas
Maintenance Yard located on Encinitas Boulevard, east of Vulcan. Payment shall be made at
the contract price bid per lump sum.
86-1.06 Scheduling of Work Add the following:
Unless otherwise approved by the Engineer, the Contractor shall not perform subsurface work
consisting of the installation of conduits, foundations, and detectors, prior to receipt of gJ
electrical materials and equipment. Materials shall not be stored onsite unless approved by the
Engineer.
Detector loop installation shall take place immediately after asphalt pavement grinding and/or
base course paving and prior to AC surface course.
All striping, pavement markings, and signing shall be installed the same day as the signal
turnon.
43 7/23/96
Contractor shall coordinate relocation or modification of any utility facilities with the respect
utility company.
All signal operation coordination shall be made with the Engineer three working days prior construction. This includes all signal flash operations, bagging of signal heads, and re1
settings due to cutting of loops, signals modifications, and blocking of lanes.
Unless otherwise approved by the Engineer, a minimum of one lane of traffic shall
maintained in each direction at all times.
*
86-2 MATERIALS AND INSTALLATION
86-2.01 Excavating and Backfill. Delete Paragraph 3; add Section 306-1.3, "Backfill :
Densification", SSPWC.
86-2.02 Removing and Replacing Immovements, Sections 306-1.5 and 7-9 of the SSPWC SI
apply in addition to this Section.
86-2.03 Foundations Delete first paragraph; add the following:
Streetlight foundations shall be anchor base type, in accordance witEDRSD E-1 and E-2.
Concrete for foundations shall be 56C-3250 per Section 20t1, SSPWC.
Delete reference to "Section 4-1.03D' in Paragraph 18 and substitute "Section 3-3, Extra Wc
SSPWC".
To the first sentence of the last paragraph, substitute "3 feet" for "0.5 foot". 8 86-2.05 Conduit
86-2.05A Material Add the following:
Rigid nonmetallic conduit shall be used for all installations.
86-2.0% Installation Add the following:
Location of conduit runs on the plans are diagrammatic only, and the actual run locations
subject to the approval of the Engineer.
Conduit runs other than street crossings will be limited to the right-of-way behind curb
retrofits where no new asphalt overlay will be done as part of the work. Where a new asp1
overlay will be done, conduits may be installed in the street under the future overlay utili2 open-cut methods. Where a new asphalt overlay will be done, trenches in the street utilizing
rock-wheel method shall be backfilled with 190-E-1000 concrete slurry. The Contractor s
place slurry flush with the existing finished AC grade.
Damaged surface improvements shall be replaced by the Contractor at his expense.
Depth of conduit for all installation methods shall be no less than 30 inches in the street i
18 inches behind curb.
em
ab
6c. 712 1
IWI
Conduit shall be installed utilizing the bore and jack method under existing PCC improvements
and under existing AC improvements when no new overlay will be done. After boring the hole
and prior to removal of the boring tool, UL-listed heavy-wall Schedule 40 PVC conduit shall be
pulled back through the bored hole. A suitably sized drill bit for the conduit size being bored and
jacked shall be used as approved by the Engineer.
A 3-inch-minimum conduit shall be utilized for all street crossings when cable is required.
Note is made that each parcel is likely to have water, gas, sewer, and other utility services.
Damages to these facilities will be repaired the same day at no cost to the agency.
After conductors have been installed, the ends of conduits terminating in pull boxes and cabinets shall be sealed with an approved type of sealing compound.
When abandoning an existing conduit in place, the Contractor shall remove all existing
conductors.
86-2.06 Pull Boxes Add the following:
86-2.06A Materials Add the following:
Pull boxes, pull box covers, and pull box extensions shall be Type 5 concrete as shown on
Carlsbad Standard Drawing GS-21.
86-2.06C Installation and Use Add the following:
Pull boxes shall be installed in accordance with Carlsbad Supplemental Standard Drawings
GS-21.
86-2.08 Conductors Add the following:
86-2.08D Signal Cable Signal cable shall be installed in lieu of individual conductors.
Signal cable shall conform to the following:
The cable jacket shall be black polyethylene with an inner polyester binder sheath, and shall be
rated for 600 volts and 75 degrees Celsius. All cables shall have clear, distinctive, and permanent markings on the outer surface throughout the entire length of the cable showing the
manufacturer's name or trademark, insulation designation, number of conductors, conductor
sizes, and the voltage rating of the jacket. Filler material, if used, shall be polyethylene material.
Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall
conform to the requirements in Section 86-2.08, "Conductors", of the Standard Specifications, and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point,
shall be 13 mils for Conductor Sizes No. 14 and No. 12, and 18 mils for Conductor Size No. 10.
The minimum thickness of the nylon jacket shall be 4nils at any point.
Three conductor signal cable shall consist of three No. 14 conductors. The cable jacket shall
have a minimum average thickness of 45 mils and a minimum thickness at any point of 36 mils.
The nominal outside diameter of the cable shall not exceed 0.40 inch. The color code of the
conductors shall be blue/black stripe, blue/orange stripe, and whiteiblack stripe.
The three-conductor cable shall be used for pedestrian push buttons and a spare.
em sg 7/23/96
Five-conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall h:
a minimum average thickness of 45 mils and shall have a minimum thickness at any poini
36 mils. The nominal outside diameter of the cable shall not exceed 0.50 inch. The color codc
the conductors shall be red, yellow, brown, black, and white.
Nine-conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. 1
cable jacket shall have a minimum average thickness of 60 mils and shall have a minim
thickness at any point of 48mils.
The nominal outside diameter of the cable shall not exceed 0.065 inch. The color code
No. 12 conductor shall be white. The color code for N0.14 conductors shall be as follows:
@
red yellow/black stripe
yellow brown/black stripe
brown black
red/black stripe white/black stripe
A 12-conductor signal cable shall consist of 11 No. 14 conductors and one No. 12 conduc
The cable jacket shall have a minimum average thickness of 60 mils and shall have a minirr
thickness at any point of 48 mils. The nominal outside diameter of the cable shall not exci
0.70 inch. The color code for the No. 12 conductor shall be white. The color code and functic
connections for the No. 14 conductors shall be as follows, unless othetwise directed by
Engineer:
e
a
(3 712
COLOR CODE
red
TERMINATION PHASE
vehicle signal red 2, 4, 6 or 8
COLOR CODE
redlblack stripe yellow/black stripe
brown/black stripe
red/orange stripe
yellow/orange stripe
browdorange stripe
TERMINATION PHASE
vehicle signal red 2 or6
vehicle signal yellow 2 or6
vehicle signal green 2 or6
4or8 vehicle signal red
vehicle signal yellow 4or8
vehicle signal green 4or8
I I
vehicle signal red I red/silver stripe
yellow/silver stripe vehicle signal yellow
brown/silver stripe vehicle signal green
1 Or5
1 Or5
1 Or5
I
redlpurple stripe
brown/purple stripe
yellow/purple stripe
3 or 7 vehicle signal red
vehicle signal green 3or7
I I
vehicle signal yellow 30r7
red/2 black stripes
brown/2 black stripes
20r6 ped signal Don't Walk
ped signal Walk 1 2or6
blue/black stripe
bl u e/ora ng e stripe
blue/silver stripe
bluelpurple stripe
2or6 pedpushbutton
ped push button 4or8
ped push button 1 Or5
pedpushbutton 3 Or7
111
Signal Interconnect Cable (SIC) shall consist of 12 No. 20, minimum, stranded tinned copper
conductors as shown on the plans. Each conductor shall be insulated with 0.013-inch minimum
nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs.
Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum polyester
shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the shielded
pair.
The cable jacket shall be black, high-density polyethylene, rated for a minimum of 300 volts and
60 degrees Celsius, and shall have a nominal wall thickness of 40 mils, minimum. The cable
jacket or the moisture-resistant tape directly under the outer jacket shall be marked with the
manufacturer's name, insulation type designation, number of conductors and conductor size,
and voltage and temperature ratings.
Splices shall be made only where shown on the plans or in controller cabinets. A minimum of
3 feet of slack shall be provided at each splice and 6feel at each controller cabinet.
86-2.09 Wiring Add the following:
86-2.09D Splicing Modify as follows:
All splices shall be made using crimptype compression connectors, as shown on ES-13, and
said splices shall be soldered.
The ends of loop detector lead-in cables terminating at the controller cabinet shall have crimped
and soldered loop terminals.
86-2.09E Splice Insulation Add the following:
All splices of conductors shall be insulated with heat-shrink tubing of the appropriate size. The spliced conductors are to be thoroughly painted with electrical insulating coating. Heat-shrink
tubing shall be medium- or heavy-wall thickness, irradiated polyolefin tubing containing an
adhesive mastic inner wall. Minimum wall thickness prior to contraction shall be 0.04 inch.
When heated, the inner wall shall melt and fill all crevices and interstices of the object being
covered, while the outer wall shrinks to form a waterproof insulation. Each end of the heat-
shrink tube or the open end of the end cap of heat-shrink material shall, after contraction,
overlap the conductor insulation at least 1% inches. Heat-shrink material shall conform to
UL Standard E46645, 600 volts, 125 degrees Celsius.
All heat-shrink tubing shall also meet the following requirements:
c3 1/23/96
When three or more conductors are to be enclosed within a single splice using heat-shr material, mastic shall be placed around each conductor, prior to being placed inside the he shrink material. The mastic shall be the type recommended by the manufacturer of the he
After contraction, the ends and seams of heat-shrink material shall be painted with electri
in s u la ti ng coating .
Heat-shrink material shall be heated as recommended by the manufacturer.
86-2.095 Fused Splice Connectors Modify Sentencel, Paragraph 1 as follows:
Install a fused disconnect splice connector in the hand hole of each pole between the line i
the ballast.
86-2.10 Bondinq and Grounding Add the following:
Grounding of streetlights shall conform toSDRSD E-2, Methodl. Ground rod to be in pull bc
86-2.1 1 Services Modify Paragraph12 to read as follows:
The Contractor shall arrange with the servicing utility to complete service connections
permanent installations.
86-2.14 Testing Modify the first paragraph of referenced Section 43.01, General, as follow
Unless otherwise specified, all tests of signals, lighting, and electrical systems' equipment i
materials shall be performed by a qualified agent approved by the Agency by methods appro' by the Agency and at the cost of the Contractor. This refers specifically to the controller and n
be extended to any or all items questioned as to their suitability. Test methods shall
submitted to the Agency for approval.
86-2.14A Materials Testing. Delete second sentence of first paragraph; delete Paragraphs 4
and 6.
86-2.14B Field Testing Add the following:
Field testing shall conform to the provisions in Section 86-2.14B, "Field Testing", of
CALTRANS Standard Specifications and these Special Provisions.
Insulation resistance testing (megger) for traffic signal and lighting conductors shall
performed in the following order:
Signals - After conductors are connected to signal head terminal, and before connec
to controller.
Lighting - Before fuses are installed in fused splice connectors.
Load side conductors in signal heads shall be disconnected from terminal blocks dui
the test.
The full cost for the Contractor performing this field testing in the presence of
Engineer shall be included in the lump-sum price for Traffic Signal and Street Ligh
Installation, and no additional payment will be allowed therefor.
@ shrink material.
0
*m
a
%g 712
113
86-2.14C Functional Testing Add second sentence to ParagrapK3 as follows:
Turns-ons will not be done Mondays, Fridays, or the day prior to a City holiday. The Contractor
shall give the inspector a minimum of three days’ advance notice of turn-on date.
86-3 CONTROLLER ASSEMBLIES
86-3.05 Controller Assembly Testing Modify second sentence of second paragraph as follows:
A Certificate of Compliance, with the approved procedure and test report signed by a
responsible managing employee of the Engineer-approved testing agent, shall accompany each
controller assembly included in the work.
86-3.08 Auxiliary Equipment
86-3.088(2) Modulated Liaht Signal Detection Svstem. Each modulated light signal detection
system shall conform to the details shown on the plans and these special provisions.
General - Each modulated light signal detection system shall consist of an optical emitter
assembly or assemblies located on the appropriate vehicle and an optical detector/discriminator
assembly or assemblies located at the traffic signal.
Each system shall permit detection of Class II emergency vehicles. Class II (emergency)
vehicles shall be capable of being detected at any range up to 1,800 feet from the optical
detector.
The modulation frequency for Clasdl signal emitters shall be 14.035 hertz? 0.250 hertz.
Emitter Assembly- Each emitter assembly shall consist of an emitter unit, an emitter control
unit, and connecting cables, and shall conform to the following:
General - Each emitter assembly, including lamp, shall be designed to operate over an ambient
temperature range of -34 degrees Celsius to 60 degrees Celsius at both modulation frequencies
and to operate continuously at the higher frequency for a minimum of 3,000 hours at 25 degrees
Celsius ambient before failure of lamp or any other component.
Each emitter unit shall be controlled by a single maintained-contact switch on the respective
emitter control unit. The switch shall be capable of being located to be readily accessible to the
vehicle driver. The control unit shall contain a pilot light to indicate that the emitter power circuit
is energized and shall be capable of generating only Class II modulating code.
Functional - Each emitter unit shall transmit optical energy in one direction only.
The signal from each Class II signal emitter unit shall be detectable at a distance of 1,800 feet
when used with a standard optical detection/discriminator assembly.
The standard optical detectioddiscriminator assembly to be used in making the range tests
shall be available from the manufacturer of the system. A certified performance report shall be
furnished by the Contractor with each assembly.
Electrical - Each emitter assembly shall be capable of providing full light output with input voltages of between 12.5 and 17.5 volts DC. An emitter assembly shall not be damaged by
input voltages up to 7.5 volts DC above supply voltage. The emitter assembly shall not generate
voltage transients, on the input supply, which exceed the supply voltage by more than vblts.
4- a9 1/23/96
Each emitter assembly shall consume not more than 100 watts at 17.5 volts DC and shall hz
a power input circuit breaker rated at 10 to 1 amperes, 12 volts DC.
The design and circuitry of each emitter shall permit its use on vehicles with either negative
positive ground without disassembling or rewiring of the unit.
Mechanical - Each emitter unit shall be housed in a weatherproof corrosion-resistant housi
The housing shall be provided with facilities to permit mounting on various types of vehicles i
shall have provision for aligning the emitter unit properly and for locking the emitter unit into t
alignment.
Each emitter control unit shall be provided with hardware to permit its mounting in or on
emergency vehicle or mass transit vehicle. Where required for certain emergency vehicles,
emitter control unit and all exposed controls shall be weatherproof.
Optical DetectiorVDiscriminator Assembly - Optical detection/discriminator assembly SI
conform to the following:
General - Each optical detectioddiscriminator assembly shall consist of one or more opti
detectors, connecting cable, and a discriminator module.
Each such assembly, when used with standard emitters, shall have a range of at le
1,800 feet for Class I1 signals. Standard emitters for Class II signals shall be available from
manufacturer of the system. Range measurements shall be taken with all range adjustments
the discriminator module set to "maximum".
Optical Detector - Each optical detector shall be a waterproof unit capable of receiving opt,
energy from two separately aimable directions. The horizontal angle between the two directic
shall be variable from 180 degrees to 5 degrees.
The reception angle for each photocell assembly shall be a maximum of 8 degrees in directions about the aiming axis of the assembly. Measurements of reception angle will be tal
at a range of 1,800 feet for a TypeII emitter.
All internal circuitry shall be solid state, and electrical power shall be provided by the associa
discriminator module.
Each optical detector shall be contained in a housing, which shall include two rotatable photo
assemblies, an electronic assembly, and a base. The base shall have an opening to permit
mounting on a mast arm or a vertical pipe nipple, or suspension from a span wire.
The mounting opening shall have female threads for %-inch conduit. A cable entrance shall
provided which shall have male threads and gasketing to permit a waterproof cable connecti
Each detector shall weigh not more than 2% pounds and shall present a maximum wind I(
area of 36 square inches. The housing shall be provided with weep holes to permit drainagf
condensed moisture.
Each optical detector shall be installed, wired, and aimed as specified by the manufacturer.
Cable - Optical detector cable shall meet the requirements of IPCEA-S-61-4021NEMA W(
Section 7.4, 60Dvolt control cable, 75degrees Celsius, TypeB and the following:
e
e
4D
4% S# 7/21
115
The cable shall contain three conductors, each of which shall be No. 20 (7 by 28) stranded,
tinned copper w;th low-density polyethylene insulation. Minimum average insulation thickness
shall be 25 miL msulation of individual conductors shall be color coded: 1-yellow, 1-blue, 1-
orang e.
A. The shield shall be either tinned copper braid or aluminized polyester film with a nominal
20 percent overlap. Where the film is used, a No. 20 (7 by 28) standard, tinned, bare
drain wire shall be placed between the insulated conductors and the shield and in
contact with conductive surface of the shield.
The jacket shall be black polyvinyl chloride with minimum ratings of 600 volts and
80 degrees Celsius and a minimum average thickness of 45 mils. The jacket shall be
marked as required bylPCEANEMA.
1.
2.
B.
The finished outside diameter of the cable shall not exceed 0.35 inch.
The capacitance, as measured between any conductor and the other conductors
and the shield, shall not exceed 48 picofarads per foot at 1,000 hertz.
3. The cable run between each detector and the controller cabinet shall be
continuous without splices or shall be spliced only as directed by the detector
manufacturer.
Discriminator Module - Each discriminator module shall be designed to be compatible and
usable with Model 170 controller unit and to be mounted in the input file of a Model 332
controller cabinet, and shall conform to the requirements of Chapter I of the State of California
Department of Transportation "Traffic Signal Control Equipment Specifications", dated April
1978, and to all addenda thereto current at the time of project advertising.
Each discriminator module shall be capable of operating one channel.
A. Each discriminator module, when used with its associated detector, shall be capable of:
Receiving Class II signals at range of up to 1,800 feet.
Decoding the signal on the basis of frequency at 14.035 hertz ~fi 0.255 hertz for Class II
signals.
Establishing the validity of received signals on the basis of frequency and length of time
received. A signal shall be considered valid only when received for more than
0.50 second. No combination of Class I signals shall be recognized as a Class II signal,
regardless of the number of signals being received, up to a maximum of 10 signals.
Once a valid signal has been recognized, its effect shall be held by the module in the
event of temporary loss of the signal for a period adjustable from 4.5 seconds to
11 seconds in at least two steps at 5 seconds f 0.5 second and 10 seconds f
0.5 second.
Providing an output for each channel that will result in a "low" or grounded condition of
the appropriate input of a Model 170 controller unit. For Class II signals the output shall
be steady.
Each discriminator module shall receive electric power from the controller cabinet at
either 24 volts DC or 120 volts AC.
B.
e= %$ 7/23/96
Each channel, together with its associated detectors, shall draw not more tt-
100 milliamperes at 24 volts DC nor more than 100 milliamperes at 120 volts E Electric power, one detector input for each channel and one output for each chanr
shall terminate at the printed circuit board edge connector pins listed below.
Board edge connector pin assignment shall be as follows:
a
ADC P NC
ground B +24 volts DC
C NC D Detector input Channel A R NC
E +24 volts DC to detectors S NC
F Channel A output (C) T NC
NC
H Channel A output (E) NC
J Detector input, Channel B Channel B Output 1
K DC Ground to detectors Channel B Output
L Chassis ground NC
M AC- NC
N AC+ u Slotted for Keying
(NC) purpose.
(C) Collector (E) Emitter
Not connected; cannot be used by manufacturer for
Two auxiliary inputs for each channel shall enter each module through the front pa
connector. Pin assignment for the connector shall be as follows:
Auxiliary Detector 1 input, Channel A
Auxiliary Detector 2 input, Channel A
Auxiliary Detector 1 input, Channel B
Auxiliary Detector 2 input, Channel B
0
Each channel output shall be an optically isolated NPN open collector transistor capa
of sinking 50 milliamperes at 30 volts and shall be compatible with Model 170 contro unit inputs.
Each discriminator module shall be provided with means of preventing transie
received by the detector from affecting the Moden 70 controller assembly.
Each discriminator module shall have a single connector board, shall be capable
being inserted into the input file of a Model 332 cabinet, and shall occupy one slot wi
of the input file. The front panel of each module shall have a handle, to facilit
withdrawal, and the following controls and indicators for each channel:
Three separate range adjustments each for Clasdl signals.
A three-position, center-off, momentary contact switch, one position (down) labeled
test operation of Class I signals, and one position (up) labeled for test operation
Class II signals.
(1) A "signal" indication and a "call" indication for Class I1 signals. The "sigr indication denotes that a signal above the threshold level has been received
"call" indication denotes that a steady, validly coded signal has been receive1 em f9 7/23
e
11 /
These two indications may be accomplished with a single indication lamp;
"signal" being denoted by a flashing indication and "call" with a steady indication.
In addition, the front panel shall be provided with a single circular, bayonet-
captured, multipin connector for two auxiliary detector inputs for each channel.
Connector shall be a mechanical configuration equivalent to a MI L-C-26482 with
10-4 insert arrangement, such as Burndy Trim Trio Bantamate Series, consisting
of:
Wall mounting receptacle,GOBl0-4PNE withSM20M-1 S6 gold-plated pins.
.1 Plug, G6L10-4SNE with SC20M-1 S6 gold-plated sockets, cable clamp,
and strain relief that shall provide for a right-angle turn within 2.5 inches maximum from
the front panel surface of the discriminator module.
Cabinet Wiring - The Model 332 cabinet has provisions for connections between the
optical detectors, the discriminator module, and the Moden 70 controller unit.
Wiring for a Model332 cabinet shall conform to the following:
Slots 12 and 13 of Input File"J" have each been wired to accept a two-channel module.
Field wiring for the primary detectors, except 24-volt DC power, shall terminate on either Terminal Board TB-9 in the controller cabinet or on the rear of Input File "J", depending on cabinet configuration. Where TB-9 is used, position assignments shall be as follows:
POSITION ASSIGNMENT
4
5
6
7
Channel A detector input, 1st module (Slot J-12)
Channel B detector input, 1st module (Slot J-12)
Channel A detector input, 2nd module (Slot J-13)
Channel B detector input, 2nd module (Slot J-13)
The 24-volt cabinet DC power will be available at Position 1 of
Terminal Board TB1 in the controller cabinet.
AI1 field wiring for the auxiliary detectors shall terminate on
Terminal Board TB-0 in the controller cabinet. Position
assignments are as follows:
POSITION ASSIGNMENT
7
8 Detector ground from (J-13K)
9
10
11
12
+24 volts DC from (J-13E)
Channel A auxiliary detector input 1
Channel A auxiliary detector input 2
Channel B auxiliary detector input 1
Channel B auxiliary detector input 2
(D) System Operation - The Contractor shall demonstrate that all of the components of the
system will perform satisfactorily as a system. Satisfactory performance shall be
determined using the following test procedure:
1. Each system to be used for testing shall consist of an optical emitter assembly,
an optical detector, at least 200 feet of optical detector cable, and a discriminator
module.
rf2) 7/23/96
2. The discriminator modules shall be installed in the proper input file slot Model 332 controller cabinet. The controller cabinet, together with a Model 1
controller unit with the appropriate operating program, a Model 210 monitor UI
and 120-volt AC power, will be available as shown on the plans and as indicai
elsewhere in these special provisions.
One test shall be conducted using a Class I1 signal emitter and a distance OB 1,800 fc between the emitter and the detector. All range adjustments on the module shall be
to "Maximum" for each test.
Each test shall be conducted for a period of 1 hour, during which the emitter shall
operated for 30 cycles, each consisting of a 1-minute "on" interval and a 1-minute '7
interval. During the total test period (1) the emitter signal shall cause the pro1
response from the Model 170 controller unit during each "on" interval and (2) there st
be no improper operation of either the Model 170 controller unit or the monitor dur
each "off' interval.
0
(E)
(F)
86-3.1 1 Model 170 Controller Assemblies Add the following:
The controller assembly shall be a Type 170, unless otherwise specified, and shall be equipr
with BI-TRAN Systems 200 program and appurtenances in a Type 332 cabinet. Incluc
Model 400 modem, 412C prom mod, and extra C2 communications port. The Model 332 cabi
shall be aluminum, and equipped with best locks.
86-4 TRAFFIC SIGNAL FACES AND FITTINGS
86-4.01 Vehicle Sign Faces Add the following:
86-4.01 B Siqnal Sections Add the following:
Signal section housing shall be aluminum metal type. All signal faces and all arrow indicatic
shall be provided with 12inch sections and glass lenses.
All lamps for traffic signal units (including programmed visibility type) shall be furnished by
Contractor.
86-4.01 C Electrical Components Modify second and third paragraphs as follows:
Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptac
with white insulation, and a conductor, to the bottom or end terminal of receptacle, with bli
insulation color-coded as follows:
rn
Red signal Yellow signal
Green signal
- solid red insulation - solid yellow insulation - solid blue insulation
These conductors shall, in turn, be connected to a terminal block mounted inside at the bacl
the housing. The terminal block shall have sufficient screw-type terminals to terminate all fi
conductors and lamp conductors independently, with separate screws. The terminals to wt-
field conductors are attached shall be permanently identified, or conductors shall be color co(
to facilitate field wiring.
4-
a
%$ 712:
11Y
86-4.05 Pedestrian Signal Faces Add the following:
Pedestrian signals shall be Type G with international symbols. Each Type G pedestrian signal
shall consist of a housing with front screen, a message plate and two light sources, each
consisting of luminous tubing and power supplies for the luminous tubing.
The message plate shall be l/&inch nominal thickness, ultraviolet-stabilized, prismatic-
patterned polycarbonate plastic; 3/16-inch nominal thickness hammered wire-glass; or 3/16-inch
nominal thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. The message plates
shall have a flat-back surface over the entire projected area, except where the symbols are
located. The material used to mask the message plate shall be hard and durable and shall bond
such that it will not flake nor peel when the message plate is in use or is washed. The symbols
shall be the only illuminated portion of the message plate.
The message plate shall be sealed to a polycarbonate case to form a dust-tight and
weatherproof module. The module shall contain and properly support the luminous tubing and
power supplies.
Each light source shall have a separate power supply. Each power supply shall require less than
30 watts with a power factor of not less than 90 percent over a range of input voltages from 105
to 130, at a frequency of 60 el) hertz.
Each symbol shall not be less than 1 linches high and not less than 7 inches wide.
86-5 DETECTORS
86-5.01 Vehicle Detectors Add the following:
86-5.OlA Inductive Loop Detectors Add the following:
86-5.01A(4) Construction Materials Add the following:
Loop wire shall be Type 2. Loop lead-in cable shall be Type "B'. Conductors for loop detector
lead-in cable shall be two No.16 (19 X 29) stranded, tinned copper.
86-5.01A(5) Installation Details Add the following:
The additional length of conductor for each loop home run shall be twisted together into a pair
before being placed in the slot and conduit to the termination pull box.
Likenumbered detector loops, when shown on the plans, shall be connected to the same
detector lead-in cable.
Residue resulting from slot-cutting operations shall not be permitted to flow across shoulders or
lanes occupied by public traffic and shall be removed from the pavement surface.
The Contractor shall test the detector with a motor-driven cycle, as defined in the California
Vehicle Code, that is licensed for street use by the Depar3ment of Motor Vehicles of the State of
California, or a bicycle. The engine displacement of the vehicle shall not exceed 100 cubic
centimeters. Special features, components, or vehicles designed to activate the detector will not
be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle
through the response or detection area of the detector at no less than 3 miles per hour nor more
than 7 miles per hour.
e- $9 7/23/96
86-8 PAYMENT
Payment for traffic signal system including all labor and materials to provide a complete a
operational system shall be made on the basis of the lump sum price bid for traffic signal systc
including salvaging and delivering existing signal to the City of Encinitas. Payment for 1 temporary loops shall be made at the contract unit price for temporary loops,
308 LANDSCAPE AND IRRIGATION INSTALLATION.
308-2.2 Trench Excavation and Backfill, add the following: Do not backfill until the pi
system has been inspected and subjected to a hydrostatic test as specified. Perform
excavations as required for the installation of the irrigation system. Restore all surfaces, existi
underground installations, etc., damaged or cut as a result of the excavations to their origii
condition, and in a manner satisfactory to the Engineer.
The following minimum covers shall be provided:
*
30-inch minimum cover over mainlines under median paving and
in the street.
1 Sinch minimum cover over lateral lines under median paving.
&inch cover over poly tubing lateral lines.
308-2.3.2 Fertilization and Conditioning ProcedureSadd the following:
A. Rip or scarify surface of areas to be hydroseeded to a depth of six (6) inches, for
slope areas less than a 3:l gradient shown to receive hydroseeding. After ripping 4
areas, they shall be raked to a smooth friable and plantable surface. All excess tr:
and debris shall be removed from, the site.
The ground surface shall be inspected by the City prior to seeding to determine suitabi
for planting. The Contractor shall obtain such approval before seeding.
Prior to the application of the slurry, the surface shall be thoroughly moistened. 7 slurry shall then be applied to all designated areas.
@ B.
C.
Cultivation. The entire planted area, except slopes steeper than 3-1/2: 1, shall be cultivated ti
depth of 12 inches, then raked to a smooth finish.
Chemical and physical correction. After cultivation, the following correctives shall be thoroug
blended 6 inches deep in all planted areas.
1
100 pounds agkultural gypsum per 1,000 square feet
10 pounds iron sulfate per 1,000 square feet
100 pounds calcium carbonate lime (CACQ) per 1,000 square feet
5 cubic yards organic soil amendment per 1,000 square feet
Adjustments (plus or minus) may be necessary. Contractor shall obtain a minimum of 11 I
tests (one from each median planter, at least two from each parkway) of final grade at site i
submit results to Engineer for interpretation and recommendation.
The entire landscape area shall then be irrigated with a deep watering schedule to leach
salts, if required by the soils test. The soil shall then be tested again by the Contractor for
and salts. If soil is found to be in the appropriate range, then nutritional correction may ti place. If the soil is not acceptable to the Engineer, it shall be further leached through dc
irrigation until it is acceptable.
4- 6$ 7/22
a
IL I
Nutritional correction. After soil has been chemically corrected, Contractor shall amend and
rototill 40 pounds of 7-7-7 fertilizer per 1 ,OoD square feet into the top Ginches of soil.
The Contractor shall apply postplant 12-4-6 fertilizer at the rate of 20 pounds per 1,000 square feet, 30 days after planting and every 3Ways through the end of the maintenance period.
308-2.4 Finish Grading., add following: The finish grade in hydroseed slope areas shall have
a moderately rough texture to provide a suitable surface for adherence of the hydroseed
mix.
308-4 PLANTING.
308-4.1 General, add the following: Actual planting shall be performed during those periods
when weather and soil conditions are suitable and in accordance with locally accepted
horticultural practice, as approved by the Engineer. No planting shall be done in any area until it
has been satisfactorily prepared in accordance with these specifications. Soil moisture level
prior to planting shall be no less than 75 percent of field capacity. The determination of
adequate soil moisture for planting shall be the sole judgment of the Engineer, and his decision
shall be final. The Contractor shall obtain approval of planting pits before planting operations
shall begin. If the soil moisture level is found to be insufficient for planting, all planting pits shall
be filled with water and allowed to drain before starting planting operations. No more plants shall
be distributed in the planting area on any day than can be planted and watered on that day. All
plants shall be planted and watered as herein specified immediately after the removal of the
containers. Containers shall not be cut prior to placing the plants in the planting area. It shall be
the responsibility of the Contractor to provide temporary irrigation to the slope and parkway
areas so that the requirement of 1 Owercent growth coverage.
308-4.2 Protection and Storage, add the following: The Contractor's onsite plant storage area shall be approved by the Engineer prior to the delivery of any plant materials. Any plant determined by the Engineer to be wilted, broken, or otherwise damaged shall be rejected at any time during the project, whether in the ground or not. All plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall be rejected. All rejected plants shall be removed from the site immediately.
308-4.3 Layout and Plant Location, modify as follows: Planting areas shall be staked by the Contractor.
308-4.5 Tree and Shrub Planting, add the following: Amend each cubic yard of backfill for planting holes with a mixture of 30 pounds of gypsum, 10 pounds of calcium carbonate lime, 1 pound of iron sulfate, and Z3 cubic yards of organic soil amendment, blended to homogeneous mixture.
Fertilizer planting tablets (21-gram size) shall be placed with each plant at the following rates:
One tablet per 4inch pot container Two tablets per Sgallon container After preparation of the soil in accordance with specifications, the Contractor shall request one tablet per each 2 inches of box-size container.
Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to compensate for loss of roots during transplanting, but never to exceed one-tenth the branching structure. Pruning may be done only with the approval of, and in the presence of, the Engineer. Cuts over s/4 inch shall be painted with an approved tree wound paint.
e-+ a# 7/23/96
Add the following: 308-4.5.1 Root Barriers, Root barriers shall be 39" wide "Biobarrier", as manufactured Reemay, Inc., 70 Old Hickory Boulevard, Old Hickory, TN 97138, Phone 615-847-7000. F
barriers shall be installed continuously at the edges of all median planter areas to a deptl 7 inches below finished grade. Install per the manufacturer recommendation and as Indicate( the plans, eliminating any breaks in the barrier by providing at least 6 inches of overlap spl or damaged areas.
308-4.6 Plant Staking and Guying, add the following: All boxed trees shall be installed the details shown on the plans.
308-4.8.2(b) Method 4 add the following:
A.
@
Slurry preparation shall take place at the job site. Slurry additives shall arrive at the sealed and properly identified by the manufacturer. All specified additives shall be at
rates specified and shall be thoroughly mixed. Seed shall be added to the slurry E
the fiber mulch has been thoroughly incorporated. Seed shall remain in the mixing t
for a period not greater than 60 minutes.
Spray all areas with a uniform, visible coat using the green color of the mulch as a gu
The slurry shall be applied in a sweeping motion, in an arched stream so as to fall
rain allowing the mulch fibers to built on each other until a good coat is achieved and
material is spread at the required rate per acre. The applicator shall use care nc
drag spray hoses over container planted material and shall attempt to spray from edges of the planting areas wherever possible.
Any slurry mixture which has not been applied to the planting areas within four (4) hc
after mixing will be rejected and removed from the project at the Contractor's exper
Any slurry spilled into areas outside the limits of work shall be cleaned up at
Contractor's expense to the satisfaction of the City.
The Contractor shall assure that the site is properly prepared. The Contractor s
repair all tire ruts created by the equipment.
Areas needing grading repair prior to hydroseeding shall be blended and floatec
match surrounding grades. Where less than seed coverage/germination has occun
these areas shall be reseeded, every ten (10) days until filled in to the satisfaction of
Engineer.
Add the following section:
308-4.8.3.1 Weed Eradication, Water all irrigated areas to be hydroseeded for three (3) we
prior to hydroseeding to allow for germination of the weed seeds. Then spray all weeds '
"Round-up" or other approved herbicide. Wait two (2) weeks, then eradicate the weeds pric
the application of the hydroseed mixes. Areas shall be inspected and deemed to be in
acceptable condition by the Engineer prior tchydroseeding.
30841 0 Erosion Control Matting Installation
308-4.10.1 General, Before installation of erosion control matting all soil preparation, '
grading, and hydroseeding of the areas to receive erosion control matting shall be complet6
4B
*
c3 712.
308-4.10.2 Coordination with Hydroseeding, Erosion control matting shall be inst2
immediately after the first application of hydroseed materials. In all cases the erosion cor
matting shall be placed within three days of the first hydroseed material application. Should seed in the hydroseed materials begin to germinate within the three-day period after applica
or before the installa%on of the erosion control matting, the installation of the erosion coI
matting shall be considered as late and the Contractor shall disc the hydroseed materials in
top 4 inches of the underlying soil, condition the soil for hydroseeding, and apply hydrosee1 materials at the rates and of the type specified. No additional payment will be made for sec
or subsequent hydroseed applications resulting from late installation of erosion control mat
3084.1 0.3 Installation, Erosion control matting shall be installed using the folio\
techniques:
Begin at the top of the slope by placing the erosion control matting into a 6-inch-wide by 6-ii
deep trench with the end of the matting laid flat in the bottom of the trench and anchoring
end of the erosion control matting with erosion control mat staples spaced no more
12 inches on centers placed at the intersection of the bottom and the downhill vertical fac
the trench. '
Roll the erosion control matting down the slope.
Staple the erosion control matting on an alternating grid consisting of three across and
across lines of staples in horizontal lines spaced 3 feet on centers. Erosion control mal
stapled shall be spaced such that no less than 1% staples per square yard are providec
anchor the erosion control matting.
Start the adjacent erosion control mat as in Item 1 of this section, overlapping the previo
placed mat by no less than 2 inches. Staple placement may be such as to use the staples L
to secure the adjacent mat to secure both mats along their edges.
3085 IRRIGATION SYSTEM INSTALLATION.
308-5.1 General, add the following: Where appropriate, irrigation water shall be appliec
often and in sufficient amounts, as conditions may require, to germinate and establish the c:
and keep the container plants healthy and growing.
Locate lines, valves, and other underground utilities and receive the approval of the Engii
before digging trenches. Contractor shall be responsible for damages caused by his opera
Connections shall be made at approximately the locations shown on the drawings. Contra
shall be responsible for unapproved changes. Permission to shut off any existing in-use w
lines must be obtained 48 hours in advance, in writing from the Engineer, as to the exact ler
of time of each shut-off. The entire irrigation system shall be under full automatic operation f
period of seven days prior to any planting.
The work shall be accepted in writing when the entire scope of work has been complt
satisfactorily to the Engineer. No allowance for deviation from the original plans
specifications will be made, unless previously approved by the Engineer.
@
@
0
G 712
308-5.2 Irrigation Pipeline Installation, add the following: All pressure main line piping fr the irrigation system shall be installed to maintain 10 feet minimum horizontal separation from
potable water piping. Where reclaimed and potable water pressure mainline piping cross, reclaimed water piping shall be installed below the potable water piping in a P.R. 200 PSI, S
21 “Alertline” PVC sleeve which extends a minimum of 10 feet on either side of the pota
water piping and provide a minimum vertical clearance of 12 inches. Conventional (white) P
pipe Schedule 40 may be used for sleeving material if it is taped with 3 inch wide purple warn
tape which reads “Caution Reclaimed Water”.
For trenching through areas where topsoil has been spread, deposit topsoil on one side trench and subsoil on opposite side. Subsoil shall be free of all rocks %inch in diameter
larger, debris, and litter, prior to use as backfill where so indicated on detail. Repair any le4
and replace all defective pipe or fittings until lines meet test requirements. Do not cover <
lines until they have been inspected and approved by the Engineer for tightness, qualit)
workmanship, and materials. The trenches shall not be backfilled until all required tests i
observations are performed. Observations include sprinkler heads, all fittings, lateral i
mainline pipe, valves, and direct burial wire.
308-5.2.3 Plastic Pipeline, add the following: Pipe and fittings shall be stored under co
until used, and shall be transported in a vehicle with a bed long enough to allow the lengtt-
pipe to lay flat so as not to be subjected to undue bending or concentrated external load at i
point. Pipe ends and fittings shall be wiped with MEK, or equal, before welding solvenl applied. Welded joints shall be given a minimum of 15 minutes to set before moving or handli All field cuts shall be beveled to remove burrs and excess before fitting and gluing togett
Center load pipe with small amount of backfill to prevent arching and slipping under pressi
Leave joints exposed for inspection during testing. Plastic-to-plastic joints shall
solvent-welded, using solvent recommended by pipe manufacturer only.
@
0 Add the following section:
308-5.2.6 Installation of Brass Pipe
Cut brass piping by power hacksaw, circular cutting machine using an abrasive wheel, or hi
hacksaw. Cut no piping with metallic wheel cutter of any description. Ream and remove rot
edges or burrs so that smooth and unobstructed flow is obtained. Place Teflon tape, Tel
dope, or approved equal on male threads only, and tighten to prevent any leakage. Tigh
screwed joints with tongs or wrenches. Caulking is not permitted.
Add the following section:
308-5.3.1 Valves add the following:
Install each control valve in a separate valve box with a minimum of 12-inch separation betwc
valves and 6 inches from any fixed object or structure.
Add the following section
308-5.3.2 Valve Boxes, Install no more than one valve per box. All boxes are to be marked
to the type of valve. Remote control valve boxes shall also indicate control station number.
Add the following section:
308-5.3.3 Backnow Preventer, Backflow preventer assembly shall be installed in accordal with manufacturer‘s specifications and as directed on drawings. Exact location and position
shall be verified on the site by the Engineer. e
(3 712:
308-5.4.4 Sprinkler Head Adjustment., add the following: The Contractor shall flush i adjust all irrigation heads and valves for optimum performance and to prevent ovesspray 01
walks, roadways, buildings, walls, and other structures.
Add the following seaon:
308-5.4.5 Drip Assembly, Drip emitter filter shall be installed prior to electric press
regulating control valve for all emitter systems. Flush valve shall be installed to the downhill c
of the drip lateral as shown on the drawings.
308-5.5 Remote Control Wiring, add the following: Provide one control wire and ( common ground wire to service each valve in system. Control wire splices shall be allowed c
on runs of more than 300feet. Splices shall be performed as follows:
a
(1)
(2)
Strip off minimum of 2Xinches of insulation from each wire.
Connecting and splicing of wire at the valves shall be made using Dura S
crimp splices as manufactured by Raychem Corporation, or approved eqi
Contractor shall refer to Raychem installation procedures using Ultratorc
heating tool. No other splices will be allowed without prior written approval by
Engineer.
308-5.6.3 Sprinkler Coverage Test, add the following:
before any ground cover is planted.
308-6 MAINTENANCE AND PLANT ESTABLISHMENT. Modify as follows: I
hydroseeded, median planters and mitigation area, the maintenance period shall be minim
120 days or until final acceptance of the project. The Contractor shall provide compl
landscape maintenance of all planting areas. The work shall include, but not be limited
watering, litter control, weed control, stake repair, cultivating, repair of irrigation systems, i
control of diseases and pests. All planted areas, except hydroseed areas, shall be treated v
an approved granular preemergent herbicide, according to manufacturer's specifications, at
beginning of the maintenance period and if the product specifies, additional schedu
treatments on a regular schedule, as required through the maintenance period. At the direct
of the Engineer, the Contractor shall control weeds, disease, and pest infestations in
planting areas. The Engineer shall approve all methods and materials for such control. UI
approval, the Contractor shall implement the control measures, exercising extreme cautior
using pesticides and taking all steps to ensure the safety of the public. Only licensed person
will be permitted to perform toxic spraying work. During establishment period, the Contra(
shall furnish sufficient men and equipment on a daily or weekly basis to perform the w
required by this section. Any day when the Contractor fails to adequately carry out specil
maintenance work, as determined necessary by the Engineer, will not be credited as one of '
plant establishment days. All planting areas which are damaged by construction shall
repaired by the Contractor within 30 days following completion of construction in such are
unless otherwise approved. Repair shall consist of bringing the damaged area back to fi
grade: replanting the area with the same vegetation as originally specified, and maintaining '
area to achieve acceptable plant establishment. Contractor is required to take all precaution
measures to protect the native vegetation in all areas outside the limits of grading. lndivid
trees which are to remain should be protected with the placement of an approved barrier at
drip-line of the tree. Protective bamers to be plastic mesh on redwood stakes 36 inches hi
This test shall be accomplist
@
e
<3 712 :
Groups of trees or shrubs which are to remain should be protected with approved barriers firr
anchored to the ground at an adequate distance to protect the planting. No material should
stockpiled; no equipment parked, repaired, or refueled; and no oil, gasoline, paint, or ott
contaminants dumped or stored within 25 feet of the dripline of trees and shrubs which are remain.
Temporary irrigation shall be provided for hydroseeded areas for a minimum of 120 days
ensure adequate plant establishment. Towards the end of the maintenance period, i
Contractor shall gradually reduce the amount of irrigation to allow plant adaptation
nonirrigated conditions. The Engineer shall inspect all hydroseeded areas for adequate pi,
establishment at the end of the maintenance period. Upon the approval of the engineer, '
temporary irrigation system shall be shut off at that time. Prior to the acceptance of
hydroseeded areas by the engineer, a certification report must be submitted by a registei
Engineer, stating that the hydroseeding was done according to the project specification and t
its growth is adequately established, i.e., 80 percent coverage, to prevent erosion. Contrac
shall call for a final inspection two weeks before the end of the 30-day and 120-day maintenar
period. Failure to pass inspection will result in an extension of the maintenance period for SI
period as the engineer deems necessary.
3087 GUARANTEE.
Add following:
All 24-inch box trees installed under the contract shall be guaranteed to live and grow for (
year from the day of final acceptance of the contract work. All other plant material, includ
ground covers, shall be guaranteed to live and grow for a period of 30 days from the day of fi
acceptance of the contract work. Any material found to be dead, missing, or in poor condit
during the maintenance period shall be replaced immediately. The Engineer shall be the s
judge as to the condition of the material. Material found to be dead or in poor condition wit
the guarantee period shall be replaced by the Contractor, at his expense, within 15 days
written notification. Replacements shall be made to the same specifications required for
original plantings.
Submit written inigation guarantee in approved form that all work showing defects in mater
or workmanship will be repaired or replaced at no cost to the Engineer for a period of one y
from the date of acceptance by the Engineer. The Guarantee form shall be retyped on
Contractor's letterhead and contain the following information:
Guarantee for irrigation system (project name): We hereby guarantee that the imgation sysl
we have furnished and installed for (project name) is free from defects in materials i
workmanship, and the work has been completed in accordance with the drawings i
specifications, ordinary wear and tear and unusual abuse or neglect excepted. We agree
repair or replace any defects in material or workmanship which may develop during the perioc
one year from date of acceptance and also to repair or replace any damage resulting from
repairing or replacing of such defects at no additional cost to the Engineer. We shall make st
repairs or replacements within a reasonable time, as determined by the Engineer, after reo
of written notice. In the event of failure to make such repairs or replacements withir
reasonable time after receipt of written notice from the Engineer, we authorize the Enginee
proceed to have said repairs or replacements made at our expense, and we will pay the cc
and charges therefore upon demand.
*
@
*
(3 7/21
Project (Project Name)
Location (Legal Description of Project Property)
Signed Title
Address
0
Telephone
Signature
Date
Add the following section:
308-7.1 Record Drawings, Record drawings shall be prepared and shall show all change
the work constituting departures from the original contract drawings, including those invol!
both constant-pressure and intermittent-pressure lines and appurtenances. All conceptua
major design changes, including any changes that may be affected by the requirements of th
standard specifications, shall be approved before implementing the changes in the construc
contract. Failure to receive prior approval may result in rejection of the work. Record accural
on one set of blue line prints of the irrigation drawings, all changes in work constitu departures from the original contract drawings, including changes in both pressure
nonpressure line. Upon completion of each increment of work, transfer all such information
dimensions to the prints. Record changes and dimensions in a legible and professional man
When the drawings are approved, transfer all information to a set of reproducible photo m
drawings. Dimension from two permanent points of reference (buildings, monuments, sidew;
curbs, pavement). Post information on record drawings day to day as the work is installed
dimensions noted on drawings shall be 1/8 inch in size. Upon completion of each incremer
work, all required information and dimensions shall be transferred to the record drawir
Facilities and items to be located and verified on the record drawings. Show dimensic
location and depth of the following:
Point of connection
Routing of irrigation pressure mainlines (dimension maximum 10 feet along routing anc
directional changes).
0
A. Ball valves
B. Irrigation control valves.
C. Quick coupler valves
D. Routing of control wires
Automatic controllers
Other related equipment (as directed by the Engineer).
e
<3 712
Maintain record drawings on the site at all times. These drawings are subject to inspection any time. Make all changes to reproducible drawings in ink (no ballpoint pen). Use eradicatl fluid when redoing drawings. Changes in dimensions shall be recorded in a legible B
professional manner. Record construction drawings shall be maintained at the job site dur construction. The Contractor shall provide one set of mylar "record" drawings to the Enginc
after submitting blue-line prints of the proposed "record" drawings for, and obtaining tt
approval by, the Engineer.
Add the following section:
308-7.2 Controller Chart, Record drawings shall be approved by the Engineer before ch:
are prepared. Provide one controller chart of the maximum size controller door will allow,
each controller supplied, showing the area covered by that automatic controller. The chart SI
be a reduction of the actual record system drawing with a legend to explain all symbols. If
controller sequence is not legible when the drawing is reduced, enlarge it to a size that will
readable when reduced. Chart shall be photocopied, with a pastel transparent color used
show area of coverage for each station. When completed and approved, hermetically seal
chart between two pieces of plastic, each piece being a minimum 20 mils thick. Charts shall
completed and approved prior to final inspection of the irrigation system.
Add the following section:
308-7.3 Operation and Maintenance Manuals, Prepare and deliver to the Engineer, wii
10 calendar days prior to completion of construction, all required and necessary descrip
material in complete detail and sufficient quantity, properly prepared in four individual boi copies. Describe the material installed in sufficient details to permit qualified operating persor
to understand, operate, and maintain all equipment. Include spare parts list and rela manufacturer information for each equipment item installed. Each manual shall include
following:
@
Index sheet stating Contractor's address and telephone number.
Duration of Guarantee period.
List of equipment, with names and addresses of manufacturer's local representative
Complete operating and maintenance instructions on all major equipment.
In addition to the maintenance manuals, provide the maintenance personnel with instructions
major equipment, and show written evidence to the Engineer at the conclusion of the work 1
this service has been rendered.
Add the following section:
308-7.4 Check List, Complete the following checklist at the end of the project, using the for
shown:
e
Plumbing permits (if none required, so note)
Materials approval
A.
B.
C.
0.
E. F.
Manufacturer warranties (received by, and date)
Written guarantee by Contractor (received by, and date)
Pressure mainline test (by whom, and date)
Record drawings completed (received by, and date)
Controller chart completed (received by, and date)
Materials furnished (received by, and date)
Operation and maintenance manuals furnished (received by, and date)
System and equipment operation instructions (received by, and date)
0
43 712
Forward signed and dated checklist to the Engineer before final acceptance of project.
Add the following section:
308-7.5 Final Acceptance, When all work under this contract has been completed, includ testing adjustments, 'additions or deletions, the Contractor will notify the Engineer for fi
inspection and approval. Final acceptance by the Engineer does not relieve the Contractor of
responsibility of warranty.
308-8 Measurement of Payment add the following:
The lump-sum or unit prices set forth in the contract documents shall include, but not be limi
to, full compensation for furnishing all labor, materials, tools, and equipment and performing
work necessary to complete, maintain, and guarantee the planting and irrigation work descrit
or specified in the contract documents, including soils testing and recommended
amendments, seed and hydroseed slurry, tree stakes, bark mulch, erosion control matting, pl
materials, temporary irrigation and permanent irrigation, including reduced-pressure back-f
preventer, ball valves, drip valve assembly, electric control valves, quick couplers, control wir
pull boxes, valve boxes, all piping and sleeves, electrical conduits, irrigation heads, (
emitters, bubblers, drip irrigation equipment, connection from electrical service to imgai electrical meter, connection from meter to irrigation controller(s), installation of contrc enclosure, concrete pads, and all appurtenances to the aforementioned items, as well 120 days' maintenance and project guarantees. After completion of the project, the City
retain $12,000 of the total contract amount, and will dispurse to the Contractor on a mon
basis of $3,000 per month. The City reserves the right to stop payment until all punch
submitted to the Contractor every month are completed.
The wetland mitigation site revegetation work shown on Drawing 336-5, Sheets L-1 through
is included as landscape and irrigation installation and all labor and materials to install, main
and guarantee pertain to it.
Add the following section:
a
@
308-9 WETLAND MITIGATION
Add the following section:
308-9.1 General All work shown on Sheets L-1 through L-4 336-5 including:
The marshes within the limits of work shall be protected by laying geotextile and addin
12 inch layer of soil over the cloth. The limits of work are shown on Sheet 37 of Drawing 32
and consist of the limits of work on the west, north and east and the limits of grading on southeriy boundary. The willow scrub within the limits of work shall be cut down to just ab
soil height. The cut materials shall be mulched back onto the site and Geotextile shall ther
placed over the wetland. Prior to construction and placement of geotextile, the outer bounc
of limits of work shall be staked and flagged with fluorescent tape at 25 feet on center to ai additional wetland impacts. Care must be taken to keep the soil within the limits of wor
avoid sedimentation.
Add the following section:
308-9.2 Payment. Temporary marsh protection shown on Sheets L-1 through L-4 will be I
for at the contract lump sum price for temporary marsh protection and shall include
compensation for protection, furnishing, marking, installing and removing of geotextile and
cover, planting, irrigation, and erosion control measures. e
43 712
310-1 GENERAL.
@ 310-5.6 Painting, Traffic Striping, Pavement Markings, and Curb Markings. Delete Sect 31 05.6 and substitute as follows:
Traffic signing, stripkg, and pavement marking shall conform to the Plans; the State California Traffic Sign Specifications; the State of California Department of Transportat Standard Specifications, January 1992, Sections 56, 82, 84, and 85; and the State of Califor
Department of Transportation Traffic Manual, all as supplemented and modified herein.
requirements of Parts 1 of the SSPWC and these Special Provisions shall remain in full fo
and shall not be superseded by theCALTRANS Standard Specifications.
Add the following section:
310-5.6.5 Traffic Stripes and Pavement Markings, Traffic stripes and pavement markings
indicated and required shall conform to the requirements specified in CALTRANS Stand
Specifications Section84, except:
The Contractor shall lay out (cat track) immediately behind installation of surface course asp1
and as the work progresses. The first coat of paint shall be done immediately upon approva
striping layout by the Engineer.
The Contractor shall provide all materials required for execution of the work.
Delete all references to measurement and payment.
Paint shall be rapid-dry waterborne in accordance with State Specification No. 801 O-42L-3(
Pavement striping and marking shall be applied in two coats, a minimum of seven days ap
and all streets shall include raised pavement markers; temporary striping shall be applied in I
coat minimum.
Existing pavement markings in conflict with the plans shall be removed by sandblasting by
Contractor.
Paint end of median noses yellow.
31 0-5.6.10 Payment,modify as follows:
Final striping, curb markings, signage, pavement markings and traffic signs as indicated
required shall be included in the lumpsum price bid for final signing and striping, and
additional compensation will be allowed therefor. The lump sum prices bid and shall includt
labor, tools, equipment, materials, and incidentals for doing all Work in installing the tr;
signing and striping.
310-5.8 Markers and Delineators, Markers and delineators shall conform to the materials
installation requirements specified inCALTRANS Standard Specifications Sectior82.
Add the following section:
PAVEMENT MARKERS, AND TEMPORARY RAILING (TYPE K).
e
31 0-6 TEMPORARY TRAFFIC SIGNING, STRIPING, PAVEMENT MARKINGS E
e
c3 712
Add the following section:
31 0-6.1 General, Temporary pavement delineation consisting of temporary traffic strip,
temporary pavement markings, and temporary pavement markers shall be applied at i locations shown on the plans. The temporary traffic stripe, temporary pavement marking, i
temporary pavement markers shall be complete in place at the location shown, prior to open
the traveled way to public traffic. Temporary traffic stripes shall be applied in one cc Temporary traffic stripes shall be maintained by the Contractor so that the stripes are cle:
visible both day and night. Reapplication of the stripes and markings shall be repainted at
Contractor's expense.
Except as otherwise provided below, temporary pavement markers shown on the plans shall
at the option of the Contractor, either of the following removable type temporary reflective rai:
pavement markers or equal:
TFPM, manufactured by DAPCO Davidson Plastics Company, 18726 East Va
Highway, Kent, Washington 98032, Telephone (206) 251-8140.
Stimsonite Chip Sealflemporary Overlay Market (Models 300 and 301), manufacturec
John C. Henberger Co., Traffic Safety and Control, San Diego, California, Telephc
Temporary pavement markers shall be placed in accordance with the manufacturi instructions. Temporary pavement markers shall be cemented to the surfacing with the adhes
recommended by the manufacturer, except epoxy adhesive shall not be used to place tempo1
pavement markers in areas where rema 31 of the markers will be required.
Pavement striping, legends and markers which conflict with any traffic pattern shall be rem0
by grinding as determined by the Engineer.
The Contractor may use reflective pavement markers for temporary pavement markers, exc
when the temporary pavement markers are used to replace patterns of temporary traffic str
Reflective pavement markers used in place of the removable-type pavement markers s
conform to the section entitled "Pavement Markers" of these special provisions, except
14-day waiting period before placing the pavement markers on new asphalt concrete surfac
as specified in Section 851.06, "Placement", of the CALTRANS Standard Specifications s
not apply; and epoxy adhesive shall not be used to place pavement markers in areas wt removal of the markers will be required. Reflective pavement markers used for tempo
pavement markers will be paid for as temporary pavement markers.
Add the following section:
310-6.1.1 Measurement and Payment, Temporary traffic striping and markings shown on
plans will be paid for as a part of the lump-sum cost for traffic control.
The lump-sum contract price paid for traffic striping and markings shall include
compensation for furnishing all labor, materials, tools, equipment, and incidentals and for dc
all the work involved in applying, maintaining, and removing temporary traffic stripes
pavement markings, complete in place, as shown on the plans, as specified in the Stan(
Specification and these special provisions, and as directed by the Engineer.
Full compensation for furnishing, placing, maintaining, and removing the temporary reflec
raised pavement markers, used for the temporary laneline and centerline delineation whic
not shown on the plans, including the signing specified for "no passing" zones; and for provil
equivalent patterns of the permanent traffic lines when required; shall be considered as inclL
in the lump-sum prices paid for that item of work.
43 712
@
(619) 292-5772.
0
0
Add the following section:
31 0-6.2 Channelizers, Channelizers shall be new surface-mounted type and shall be furnish
placed, and maintained at the locations shown on the plans and shall conform to the provisic
in Section 12, "Construction Area Traffic Control Devices", of the CALTRANS Stand
Specifications and thirse special provisions. Channelizers shall be, at the Contractor's opti one of the following types, or equal:
*
me Manufacturer of Distributor
Safe-Hit SH236MA Safe-Hit Corporation
1930 West Winton Avenue, Building #11
Hayward, CA 94545 Telephone (415) 783-6550
Carsonite International Corporation
2900 Lockheed Way
Carson City, NV 89701
Telephone (702) 883-5104
Western Highway Products
P.O. Box 7
Stanton, CA 90680
Telephone (800) 422-4420
Carsonite "Super Duck"SDF-436
Rep0 "The Replaceable Post"
Channelizer shall provide the Engineer with a Certificate of Compliance in accordance with provisions of Section 6-1.07, "Certificates of Compliance", of the CALTRANS Stanc Specifications. Said certificate shall certify that the channelizers comply with the plans
specifications and conform to the prequalified design and material requirements approvec
the engineer and were manufactured in accordance with the approved quality control progi
At the option of the Contractor, channelizer bases may be cemented to the pavement using i
melt bitumen adhesive and in the same manner provided for cementing pavement marker:
pavement in the section of these special provisions entitled "Pavement Markers".
Add the following section:
310-6.2.1 Payment, The price paid for channelizer (surface mounted) shall be included in
lumpsum price for traffic control and include full compensation for furnishing all labor, mater:
tools, equipment, and incidentals, and for doing all the work involved in furnishing and plai
the channelizers as shown on the plans, as specified in the CALTRANS Standard Specificatr
and these special provisions, and as directed by the Engineer.
Add the following section:
310-6.3 Signing, Signing for temporary traffic control shall conform to the follo\c
requirements.
Add the following section:
310-6.3.1 General, The Contractor shall provide and install all temporary traffic control si1
markers, markings, and delineators at locations shown on plans and specified herein.
Add the following section:
310-6.3.4 Payment, All costs for signing for temporary traffic control shall be included in lumpsum price bid for temporary traffic control, and no additional compensation will be allo
therefor.
0
0
<3 71;
I' Ill
~ I1 Ill I1
I1 11
11
Icn I I Icn I I IC I I Im I t IO I I I It I I1 I I1
I- i I I
- - - - - - - - - - - - - - - - - ._ - __ - - - - - - ._ - - - - - -
- - - - - - - - - - - - - - - - - - __ - - - - __ __ - - -. _. __ .-. - - - 1" j !!ti 1
.-- 1, I 1 j I ____________________--------------------
- - .- - +----I 1
+----I I
II I1
- - - - I;0l 11, Irn I I I ir IO
IU I 10
Jy::: I I IO I2 1 Iv)
- - - - - - - -
t 11 N t I1 I I I1 VI I- I I a, tm I I N tu? I I ul IC I I in t I tu I 1 I
I II 2
tm 10 I I 10 10 m 23
11 0 I1 0 I II cn +----I I i I tI I
10 I I Z
1 - - - - - - - -
13) I ir -I
I- I IP .. li I 1-4 I I I- F
I I 10 N I I IZ ul
I Iv) - -_________-
--+--I 1 I II I I1 I II I- I I Iv) I I
Icn I I IC I I Irn I I IO I I I I1 I II I II -+---I 1 I II I I1 I II IO I 1 IW I lr Irn I IO ID I IC, I- I I> li I 1-4 I I I- I I 10 I I I2 ------I IV,
-i I vv) I m I I I 5+ 1 IZO I 10 I I I I< I mm I I xw
I
I2 Icn I w-l I <\ 1% IV
i I I m I I 1 I I I I I I I I I I I
I- I2 lv) I w-c
I <\ 1% 113
i I 1 m I I 1 I I I
I I I I I I I I
1- I2 lrn
I mi
I <\
ID :%
-i I I m I I I I I I I I I I I I I I
I
IZ Iv) 1 w4 I <\
19 I%
-I I I m I I I I I I I I I I I I I I
1- IZ Iv) I w-4 I <\ I% 1-0
I I I I I I
I I I I I 1 I I I I
rn t- I2 tu I m- I -? ll 11
-+ I I m I I I I I 1 I I I I I I I I
I- 12 Iv) I w+
I <--
I?) 1%
-4 I I m IO I I I I I I I
1% IX IO IP I-
I-
IZ Iv) I w-4 I <\
ID I%
I I -4 n IT I
I I I
I I I
IS
I?
IC I1
I-
IZ Iv)
I m+ ; <\ 1% 1-0
I IN w+ v)I w 0 NI I I I DW ID -4 0 I1
I X 1-m OX Z DQ I DDW 00 0 I 12- ZT 0 zm ww ZC 2-1
r
i I v) IUZ 0- I u u XXI 0- uz1 m I +I wr *-I - mm9 c-4 c tu D I 103 ml- f.n w 0 www - -u I m -1 v T-m x -4v iw1w
I D ION r - ro w zow vc OOIW I o ICN IC r TI m -z ro mol- l I -. W z ZD\ C ZIT
II I I .<E CI- IO 4- r- -- I 2 IOU v, m-4 I m IW >A T 01 c -0 z z ZllZ ow- - I\
% I m fWE 00 m WD 0 31sC oz OCI - m
f -4 IP” mv, 0 -z -4 -Om r 10
- I I4vI NW ms 2 ---= 0s CUI+ -
TJ
+ I I m I I I I I I I I I I I I I I
I- IZ Iv, I w-l I <\ 1% 1w
I I
I I I I I I I I I I I I
;;t I I
I- IZ 1m I w-i I <\
ID 1%
Pr- 1 ---- WO I0 I z1)1 lox W 0 t 0x1-+-- I I I ; 2s; 175 CA I II I STI I- I om?): IO
rw I IC 4 wv) ms Om I -+-- I om I Ib I w4 I IC I IO11 I m I I-
0 mo w- I v) I10
1011 W I -+-- I < I Iv) 1 I I I+
I I 10 I I 10 I I IX I/ I I* I I I -+-- I I1 0 II I 0 11 I I 11 IZ m I I IW x 1 I m IN - I1 -i IW v) I I m IN -1 IZIW W IN lolm
lo\ I Iv, la 4 lWl0 I- D lmlW IC o imi- IN I-IV - 101+ I 11 121- I I 2 I IO I m IC12 V I z lZl\
I 1-10 I lit0 I 4 IOIZ
1013) -. r 1w1c I < 1 10 I I 1414 0 1x1- I 0 1-10 1 P Imlz I V I1 I I-- lrlz I m IOIO I -I 101-l I m Iplm I 0 l-4Iv) I I I
I I I
,-
..
-
-
% r
-
g
3s c7-i
I E; ;T;2 mr
1-1
101 IZI I1 I1 I1 11 I1
I1
I?
I IW I I IWD ID+
Iul
; i-I -
I -+-- m 1-4 wm 10 z
0
-
IW I ID< IN I1 0- IS I -+-- IN I IC I mm 13 I 13
I1 0 I-+-- 101
W I v) I 1+0
I ZI I c I-+--
I 0 I lax I -1 I lCnW I - I I-UX I 0 I-+-- I 2 I 1x3 I lcn9 I 2 I 1-3-4 I 0 1-t--
I 41 1 m I ID I v) I10
I I 10 I I 10 I I IC I I 12 I I I4 I I1 I I -+-- I IIU I 11- I I IT>
I I IbZ I I 1nc
I I
I > I -+-- I -1 11- I 1 I12 m
I I1U I I IW- I I I <\
I IID I 11-t I 117 I I -+-- I I1
I I 10 I
I I 1m I I1 I 1 ----
?;
I 2 I IDb
9"
< I + I ;<+
I
I 1 ;mD 0 I I1C ll
I : I3
at, i
I 1 ---- I -C I ZZI 10% r Ro I 25; Ill1 ZV) I ZRI 1O I0 0 W I ox1-+-- 5- I-= 1011 -4 I 071 I- 1 I I I3 I IC
I -+-- mx Om
U
g; I I Dl I IZ I I
/ I m I I- mo I cn I IO
04 I01 I
-< I
I I I I I I I I I I I
I -+-- I Icn I I4
I IO I 10 I IX I la! 1 -+-- I1 11
W
- II
0 11 0 It II IO m I I
-
tu x I I IN - I I
1- cn 1 I
V r m
i IN --I I210 m IN t01m 0 101 I Iv)
1- Id -.I > 1010 lrnllr
11 I 2 I IO
I z ;21\
P- I R ;7;2 AF: 1Z)IC
IC 0 Iml- I-IO 1014 IN
IZI-
1 m IC12
I I -10
I - -
V 9 I410 XI I --I IcnIZ CY+
I I I I I
I
I I I
I I 1 I
I 1st I II I I1 IZ II x- IO I1 I 1s 10 wm 1% z IX 9m
0 If. 0- Irn I IC 5N IO I 13 mm Im o I-+--
W 14 --I I \<--I
1013
I IO 1-414 1st-
.. r <
0 1-10 0 Iv,IZ I1
m I ILIb 1014
5 r
--I Iplm m lllcn
I f0l
r; II 11
0
I -+-- II I 1x0
- m
I I I82 -
II I -+-- 12 rw
ow 130 I 2 I I I IDot.1
-< I4 c I-+-- 12 I- 0 --I I I IPI 1cnw
x
I> VI I 140;
11111
Iv, - I lox I 0 I-+-- lr 2 I IPX IO I lW9 10 z I 19-4 IP 0 I-+-- I4 -i I I
IZ I 10
lo E f fR
I I I I I I I I I I I
I I I I I
I 1 I I
I
I
I
I 1 I I I I I
I IO 1 I IC I I I2 I I I4 I
II I -+--I I I cnl I I il I IOPl I IPZI
I I Zl I I 0' 11 I -+--I
I I -t
0 9 -4 I I ZI 1 1 a1 I IWil I l<\l
I I VI I -+--I II I I IU I I I> I I I+ I I Ifl I 11 I I ---- I
I
I I fzpI
,
m
I I I %I
6f71
I 1r I ---- v,o IO m I 1701 lox co I 0x1-+-- rv1 I IC -i 1011
Om I -+-- I om I 12. I 314 I IC 1 Dl I I m I I- 0 mo I v) I IO O-r
W I -+-- < I Iv) I I+ I IO I 10 - I I IX II I I* I -+--
I 281 IT5 I I !’IC I I 071 I- --A I zg; 1O ww mz
C
1011 I
I
I I I
I 1
I II I 0 II I 0 I1 I II
r I x11 I m - II I WlII
I i IZlU 0 I lolm I
1 I IW I
I -4 ID10 I I 1 IrnlW I
I 0 IWI- I 1-1-0 I - I 101-4 I I/ IZI- I I ZIIOI I m IC12 I
W I E: IZI\ I I 1-10 I
I -4 IVllZ
-
5 I rnll
-4 m
I
I -
I 1-410 I %
3s u-i I g IT;: ~
1017J I mr f. r Inlc I < I I IC)
0 0 I 1-10 I z IcnlZ I W I I! r I ~riz m 1010 --I I lOli m I IPIrn D I-4IV)
I
I I-4l-i I
I
Ill- I
I
I I 1-1 I I01 I IZI I I I1 I
I I1 I I
I
I
3- IZ II 9 II IO II --I- II m wm
I I -+--I
1 IZDI 2 IW 1m IX I 11O-il rn I I IO<I 0 IZ 11 I 0- Irn I -+--I Im I IC I
Im 0 I-+--l IO 0 I I I I 2 I IDPI W I9 VJ I I-iOI < 1-4 --I I I<il I 3JII I 1-4 c I-+--l II 0 I 111x1 I- --I I Iv);ol Iv, - I IWXI I 0 I--+--I
10 I lrn91 IC) z I IW-II I9 0 1-+---I 1-i --I 1 I l- m I
IZ I I0 I I I IO I
I I IC I I I I2 I 1 I 1-4 I I II I I I -+--I I I I wI I I I +I I I IW11 I I ID21 I I l0Dl
I I lngl I I I WI I I I 01 O I II I 2. 3 I -+--I I I I -I i m I I I ZI I I I cnl I I lWil I I l<\l I I I >I I I I WI I I I WI I I -+--I 1 11 I I I IO I I I I> I I I 14 I I I lm I I I1 1
I I ---- 1
II I5 -
;r;k IO I 13 I g”
ir z I inxi
I
IO v) I Ig I
Q5 1
I
1-4 I IC I I IW I Im I I I Iv) I 1m
+ IC m I -ID I 214 I mt-
I mi IO !<\I2 I >I I 910 I WId
'MNn03 0: NI H3N3tFI 3i4YS 3H1 3NlAdfl330 S3llYliln SnOlW/\ N331V338 a3NIVlNlYfi 38 lSnR lV!U 3: alw WdXI Pink'(lNIN 3rcI S3OinOttd ClNY 'Mti3dOUd 3lVNtid CIW (l33tiLS) M/tl allV3la3Cl NI
- 3NfNOtllSOd Mnun OiW
Wwas AE axn ION 3w ) 'NMOHS SY SW3;"IIOllY 333 3% 01 m3as -SXXJY~S XYE 3Ntsn AE .z 'xotitid~
* @ UON NOUnT?'ISNI 01 SHlJ3ti H3lK'AQ IY NlOr S3. V S3. '1~LLH3l
ZL 1 @) - 33LNi3s 31t??3n3 s3
ON 3H.L 3uNr
m3 !"on 3ii~ am sim
55)
-
AlNn03 *a's - 3NINOIlISOd Mllllfl CINV SI ~3~38~ (an) ~oiina iuisia a Nnowti3a N n @f@i$ada
-. .. -t-t xva r. - +66L 3nSSI ' sawarws 3tu3m n3as
. . ,: eroti pahecuo~ uo~:ouuo)u~ UOltpDE ICoiO1 SolOl[PU[ E.*{ 1 .-Obod Y" I P=PW 4Wlduro3 1 1 ..'. ' 'Usm
r. ;:
3
x r
" r
.. -. - _..
.--
'NOU3VdYi03 OW %LM3Va '3NtCPdWS '3m MdOEi ms aw 'a3mm mtlnis uo ~3~3~03 3e UMN nwis 3dtd s13 -3u sa013 'smotl HOW 33~ 01 amumw si H~MU 3~t 3tiom amm 39 Gnn TVIEUW 3Niaws 3~ "JW IX~N 3~l 3qne mi tnn IV auvdAo3 aw ammi 3e isnn m~uvw cwtms 3u -iiumva 3~ NI X3OE 30 lNnOW 3NSS33X3 NV SI 3MHL 'E0133dSNi 3Kl 30 NOtNldO 3H.L NI 31 'a3ElflO38 3e 11 3NlCIWS a33VdY103 30 S3H3Nl ZL j0 8303 WlHiNIW V 'UnaN03 31U.3373 aNV 3dId 9'3 3Hl 308 38 ThMS (NOU3VdiY03 83M S3X3Nt 9) MEIUVW 3NlCIVHS aIL3VdH03 j0 S3H3Nt 9 A0 EM03
: NOUY7lVE
'Sl3X30d NO 'S3VS 'SX308 W(
:Nourn- Mmw 01 H~N~U ~KL do wouoe ~HL NO c3tiin03ti SI mmvii 3m jo S~H~NI c '312mi3 ar
*saxtams 3130s aw s313m3v lVlNi'NNEM03 jo siNmwno3u ~KL miy lws NOUIWI 3~ TVI~LWI ~NI~VHS amvdr(o3 jo S~H~NI 9 30 rmwiNiw v HL~M a3ms 38~ itnaNo3 31timl sw ~HL ii 1yltll~vw ~ijxxa EOA a3sn 3e AVH (xi" X~YS L) 'rit'wns wuw 31~3~0 aw SIZE: 39 aw sahvawis 3~30s aw S~~NV'NI~~O 'szao3 37~~d3ild~d 7lv 40 SIN3iy3W1038 ~FJ ~33~ vw
38 ims saou EO smotl 10 unow 3~l mtluvw mu ~HL moH3notIHi a3mizLsta 173'
~KL 01 amdn 3NtaNIm aw TVIEI~~W ~NIUVHS ~HL ~AOW H~N~U >HI miliijxm god am T
:31E.L3313 tlo/atw ~3' EO+ ME~L'
'unaNo3 ximi3 NO mtlxvti 3Niaws T WE Eo3 a: 3dId SY3 3Hl EO3 G3Sn 38 llYriS (SC-3) SOfL GhYOh7LS sV3 HI1 H3iHM mmwi ~NIW~S aNv 3m ~HL 'H~N~EL 3m 331 NI amvisNi 3tv 31zmm aNy -3
:H~N~U 3iu33x am 9'3 mior EOA lw~ivd 3Nim
TIUX3VE 3Kl 'SRG1 M3 EOA 3NIlS31 We EO3 MOllY OL tlOL33dSNI 3Hl 30 NOlNldO 3HJ.
%%31%4 3sH?'o3 3Hl 'NOlSN3'FIfa A,W N1 S3H3NI 9 NYKL E33E'fI SO013 80 SX3OE 30 33Ej 38 lW-i!
(WS3) lWE31vi14 3NICM-E 31Ei3313
'37s 3fllVU'N ti0 SilIS 'SAY73 (A33OS) 31LMd Alf?31K @iW 7 NOUY3Ut33
3NIClWS (WS3)'StHL U3w 01 'xOi33dSNI 3P3aS 3Hl A0 NOWE3SIa 3H.L 1V a32iR03E'38 Awi SNY E3HlO EO 3NIN33E3SL..3Xt.LXiri 3H.L 30 ZOS W 3tlOW 01 lNnOWV ION 1WS SEA'fd3 '3M1
V H3nOEH.L 3NlSSVd j0 ,316YdV3 38 llWS NOUSOdY(03 3LY33E33Y '30383l-U NOUVNI87103 i ~NLVN z"Sm 'woi Aam 33gj motl '311m3 a3sodflo33a 'ams a3~nl3vinb.m 'at. 'siinrJNo3 a3!mti 133~10 (Ea) EDA mziwm
EO XOnO A6 -.G3U!W3QI '.M>LNO3 '3tNyXO A7H31H j0 SliOS 3tY 37cIld333Y ION
'NOlLY313133dS (YiS3) MElviA 3NlU'v?iS 31213313 :Al?NO H3N3k!!L 312153U EOd 1YlGLW 3NiCY4
'NOIlY313133dS (SC-3) SOfL 3HL S133'N 11 'EOI32c'SNI 3UL j0 NOINlc'O 3% NI 'dl Y lWOfSS3308d lN3ON3d3QNI En AB a3LS71 3E 01 3AW ION S300 EZdO73UO V A5 C3QlAO;
V 3AK4 iSnH lX83iV'r'i 3Hl LYHl S3lA!33c'S (FC-3) SOfL OWChYlS '(S313N33Y 3NlLIflY3~ %LNZYINtlM03 30 SlN3fl38lflO3U N0113YdiY03 HLlM Ald'ri03 11IM 1WL A!Jii:YflO V i0 SI Ch" (
a2LYOdiYl ah7 lV23lW 3dlYN 3NILSIX3 'S3H3NI 8/E hY+L E311'SNS 7lV S3ZiS 373kLWd
cwaNyLs s(3 HL~M s3tidivo3 I! azamogc' iyi~3ivt~ ~NIOWS my 3sys EOA c3sn 38 AWI s: EO 'M~XVA ~NIVN ~NLSIX~ 'ONVS a3t'rwvmwri EO GXYS i%nm 30 3NiisisNo3 WEZLY
:AlNO H3N3k'I SEI &Oj lYlE2LVtY 3SiCYH
'NOIlYkVd2S LnOWUM SLV3?2110lM 33YdS AWCN033S 20 Ak 3ic? OL NN muiwt13d SI 1~3woiiv 33ws sNoiimiNnrtrio33m 3mas - E.;oild33n 3~~3iy: ~33~~6 awwuwti 38 lsnYi unaNo3 ~3n jo 3Nnuwm 01 3NnaLN33 S3H3NI Z/L v NI a3tlino3a Z~Y SLN~WO~W mvds 31zim3 mod NYHL 220~ A! *AEWW 3s AYH t
3m (sunaNo3 331~83s ti0 3n-31~~3313 3iduinvi ION) 'suwtioiiv 33~1s ~IML~~U 33EHl 30 rif3flixdw V 'KOUVWt3ljN03 lVlNOZI8OH V NI Q3llYLSNI N3H!A NOllVbYd3S 1nOHll
'(SNOIlY2301SN03 lYW3HI 315- XyIH3V 01 MO13B a310N S, ld23X3) SlN3i4IOllV 33YdS 30 SE3LN33 N33UB 3NI3VdS rlnflINi?i v 31z~ ims ~316~3 (53. aw aaJ u3n u3tlis arw '33~235 '~waiu033s '~wfl!
cmna3ti 'unaNo3 ~HL jo 301s H~Q NO S~H~NI z aNv ~AOW (wotl a/r ~3% z) ~t(3~03 do
sNournlYishl Ni sNo1imvisNI WWON iv UOA a3Moiio3 33 iiws awoNv'.s SIX NI HMO
'tiOL33dSNI 3PNS aNV lSW33dS lN3W33WA 133fOEd 3Hl HlOB A6 03ri02c'dV 38 1
c v (c) Eo 'S3H3NI SL.0 j0 SS3NM31H.L TlVM Wflr(lNlH V HllM UnON03 3M 08 31nO3H35 80 3M C (Z) EO '1331s (1) :3NIM01103 3Hl j0 3NO S3Wn03ti BZL '0'3 'UW 38 LONbW3 Hld3G H3N3E!
'S3SOdbnd NOIlVlTtllSNI 8011 03Sn 38 01 ION aNV AlNO SNOSU2 1173s 801 SI H3N32l 3Hl 3NlI
'N01130L!LSN03 83/10 N01131C! AZ"3V lVlN3'NNtiJM03 3lWEdOEddV t13KlO AW OhV 'QZ L L QNY 8Zl SkIi3atlO 1'12!3!433 NOISSIW'I
11V ONV 3NLNOIUSOd AUllln 'NOllWn3UN03 H3N381 3HL 'M23dOMd HO 3Jl ti33NYON3 Avid
30 lN3W3AOW: INWtld 01 Q3dOlS UO 'a3H3N3B 'a3tlOHS 38 l1WS lt 't13d33a 80 S3X3NI 09 HW 01 a3tllfI038 SI NOSE3d V 31 -S3H3NI 09 NVHl SS31 Hld30 H3N38L 3Hl d33X 01 3aY'ri 38 alnOH!
mend MNHO~TP/~ 30 3ivis ~HL aw awams stHi 01 vitlojNo3 isnn Nomn2iwo3 a3.
I
+ ' 9H3NL 8; A?Od H3NI + - H3N1 E 93 TI3NIS
S3H3NI ZL H3NI Z Sa3 m3NIS S333NI 9 SSn Oh7 H3NI L 33LQ3s - M 3-3NIS !33
+X!M tYn?iiN!?i 321s ALIlllA
i (-:.
..
.95 I
- -.
$&/gJ$addY MNn03 .a+S - 3NlNO~llSOd Mfllln CINV w- L - L avo S~H~NM (an) Noiin8iaisia ON~OU~U~ON~
.&'% I paAowa~ uo!~ouuo~u~ 1 I 060d YaN I Porprki hotduo? I I uo[ryog p;01 ro;o¶[put lx SotlvaNviS 3[uxi1 B3as - - . . P661 3flSSI '
b
..
c
'(Z
Nouwd3s H~NI 9 v NIW.N~W ms s3unu.n nv -~ms?'3~3 3~1 ~OW ~u33tira c
ms OFUY sunaNo3 3~30s s'd mm 3ws 3i-u iv H~NW 3iii do 3ars ~tizdo~ 3;1? KO =E
LON) swn ~3811s miin N3138Oj 3lEiSSOd Z~NN~HM H~NXL 3ic~ 30 3ais uti3dot;d 3i sun38i3 l>i3n U3US 3'03aS 3iil 'H3N38L iiii 30 :ais U3~s 3iii NO 36 TiiM ~tpr~:t'd
'3QW! S3K3NI 81 38 AW WflTIlNIR 3Hl 3t'lHM 'MMdOtid 3iVAZd NO 1d33X3 3ti2W-33 S3ii3E.I!
WlYtlNYi V 1V 3E Tl'r/HS 'H3N32i V NI 3N01V 03TIVlSNI N3JA 'SUR3tr13 U-311 U3US G3'
'QE3dOk!d 31YX2d N( '33ihz3S 31213313 3ii1
3iVNtid NO H3N381 V NI 33W3S M3 V 'KWN 93 V SV S33h%%13 GkY 8x03 3iW TIWS M83dO8d 3flEnd NO h'3S3EL 33W35 V EO H3N32i K.*r( V NI C3TIYiSNI 33U.23 SY93 i0 NOUVk'Vd3S lVX.83 NYnJYlNIiY V NiVLNWrY TiyFiS 93 3NAlO/WI 3NISSOti3 AW 'Mnllf
3O€Y H3N3U 3kLL 20 WOIM 3% Tv?kWWi 3NICW-S 20 (SO113YdWO3 23Li) Ed H3F;: 9 20 PI1 lTfi-6 CNY 'KIN321 3KL 30 301s Mti3dO2'd 3icL KO 3ff ?Y+S 'G3llYiSNI PM 3'il 36 1THS
'(SzyiCH 20 dnom v ION 'SiWE ZM ,
G3llVlSKl 38 AW 3Nfl M3 -MtlUYX 3?3NIS V 'H3N3E 33W3S 3;IL NI 93 33CS ON S
33Yd NO lW3 335 'H3N3ki.L 33W3S 3HI NO NOUWdIiS 803 '31tiL333 3T93OS TW 3
ME Wzi"r3MN3 W83N03 3waS NI a3TVlSNI 38 ION TWS OW NOIlWd3S Tv?W H3NI
33W3S 93 331 1x1 H31HM 1V "IJY8312Q 01 SI ZOl33dSNI 3P3CS 3s LON ms L'IE '31tii3m zo &nun mwoj s?' ixn 3m-s ~a NO mmmr 3a
OH 3nawaNI hy EOA si siu) 'CZNMLS~~ SI NOILY~X -rmw H~NI zi v ~cinot'd b
I ..",. ..I ...., ~,,. . .. ...X - . 'Y 2AYd UVM-IY TM(S Sm 3 Noimydzs .r(ntvtw hmt zt \d 'SNOU~~~IS %md amws mzd LON ni4v sNouaNc
xoi3z~sxi FWGS aNy mi.4;'nd mrow anoisn3 3~ FLC isnn SIUOU%W~S c33fla38 10 l~~Ot'd& NX! 'SSOLQY~~S 3s~a iiw'3d ION ?iiM SNO:~!
'SLlnCN03 3IEL333 riOW KOI~YCW:S lies azEt.nis:csn io "33 ZXHI PLIM NO!I~Y
V ChY S3Nll2d;d SV3 NO23 NOlL"c'Yd3S 100: SL V N875'YrY 1SS;i S3Nil 13SI;C QSY '3KIlOS
*C?E:noZE SI NOlLYkYd3S lV31iE3A H3NI 9 Y '3NISSOE3 N3%.'A 'SOL%Yd3S 1OOJ S V 3AW SAY.$
C?NYLNM;4 =E lW+S SZH3S32i 3L%Yl3S N33:*SE NO!I%Yd3S S353NI Zl '3lEL33113 EO s13 1311: X+~OE~- 's3ii3~32~ ~32.m~ iios 3,viw cxms:csn 20 ~333~1 ti ism IY KILN szmL1
'o1cr.r 'oxiif 'ami x~,uzd' 's3w wzi 'K%C 'tnx!~es '93 I:.Y=C~'~ 'E- :.v:s %::Y;A 'H3N3E!
K3X?EL z3%b3S Kl
3SlKi N3F./A '3;t'L3113 EO 93 HilM E3%3El 5r't% 3.d Nl C~2~&:~~ 101 ZZY "33 R&YiSy 3EiJ '5
.~IEL~YI EO/G~Y :d:d ~NI~UFEA~O~ C~Y' NYA rizis K~=MSE EXWE 3wImnsx
(210s 2
E33 S 3did AlOd '9'3 r(0b'j YlY
1333 S "13313 WOU
SzH3NI 81 E3tW CkY .C SINITdid ZlEYQl3M-
S3H3NI 9 '13373 K'OW
S3H3NI 2t 'SV3 KO23 xs:!a '3~110~3 710 1
S3H3SI 9 '13313 'SV3 'AL '0312 'S3linllsI 13,H -
'N!W NOIlV2Yd3S Mn:m
(3NISSOti3) W3l183 __. . ~, - I 'NOLLY&YdX IOOJ G V 3AW
SV3 34YndO8d 'a32lfiO32 SI NOLWYd3S PlnYi!NIW H3N! 2 1 V 'SNO!LYCY&S 1311rtVd CEYCNYIS Uv
IYHL sNoiiiaNo3 m3u NO 'Eoi33dsNi 3~3~s OXY E?NN~~ mrow XIWOLS~~ 3%; Hioa vi01 SNOIIY~Y~~S axmazti do ~VAOS~~ NW 'ssouwd3s X?:* 30 A\Y llW3d IO;.^ 11IM ssoli
*sxni3rj 379305 Lvror v NI C3lllN23d ION 3bV SZNn SV3 3iYdOtid 'HiiSM 3~3~8 jo 33kw31~7~ ahy NOILY @3W 'Mt'3dOgd 'NOI13nEiSN03 NI a33Y3N3 SNOSE~~ '3nmd i%a33 331 30 u-nd~ ~HL UOJ NO!
ALNnO3 'CIS --.3NINOUISOd MIlIUl OW
S3H3N38.L (On> NOUnBltIlSIO aNfl0~3kfXlNfl
'NOL~LSNI sNowmnnmo~m OZ~+ OWCNYS 32s c
-H3Ei?tLL 33wx 3icL "I C3MOTiV SNOUWff3ffN03 UflON03 EOJ LZtC QNV '9ZfC 'SZtS 'LZfS '9LSS 33Vd ClkVaNYLS E5 7
'9LEC owaws u 33wat5033v 'NI 38 -ms-wnaNo~-:xmm do u9mmm minis I~~IK~NO~ xo ~~3~03 - Q
mt~ll~n numw wms 203 S~EC 33vd awcws 3s c
~EXW num'/e MLLW uo m~odiY1 t'o~ sgcc 33~d amws 3s 6
-SNOIS~~WO~ aNnoti3tnaNn UOA NOLL~O~ mru H~N~XL uxor x03 CYBEC z3~d amaNyLs L'S *
*smw3wa am mmw mud smus tiow NI sNoumoi ~liw EOA z-wc 33yd ahvcwLs -13s -
-suus goi3mo3 aw mol NI SNOL~O~ umn god t-tgcc XY~ amcNyIs 33s c
:s33N3ti
'SH3N: Zt 38 TIW4S S3tiN3WE8flS 3was nou "3u 83,443s 'smd XUVM miani3Nt-AmLLn N3UtlOd mv do NOUYWCS r(flr(wn
8" ms 33~3s se 'NIW sv3 3u =ON -9m v sgss sawowfi aw awaws SIM NI au133ds M mmwi a3tlinom 3t-u 3awtld ms sNoumsNi mu0 m -omsNi SI nuxm mum03
r(nwiw v 'axvxi WWNO~ 80 a31tine mwto tl3w 'SU~ONO~ 3was NO -sawoms 3~~3~s 853d 36
'3~ 'ua '03~ 'wiuia uod a3~1~n oma EMS o~~n~~o *s*n 3x sv ~3n~ MU 80 UNXIY NY 31 (
*
'NOU3vd'dr(03 ONV flUX3W '3NIUWS '3N 83dOtid 3tU MW TMiS UW GMM &WlS 80 313tf3N03 38
3HL 38OBa SUflaN03 80 lSO'r(83ddfl 3U 830 (3filtlLSNI 38 WS M83LWi 3NIUW.S CEU3VdR03 H3NI 9
TUX3'4 3H.L 803 038nS 3E AW Wt13N03 'JN3W39'3N3 1L383N03 3tlln03tl TWHS 3NIChMS T 3SW
'3U ',031U 'ALV3 a3318.L3313 ttOA =X08 33fldS M H3nS S3LLn13Y1 OW 'SWd LN3fldlflO3 'SLVAUz33tlE
SOUYd 'SltfOdW3 'S3NIOllfl6 M H3tlS '3tllu3ftttLs ANV 83CNfl 03LY301 3 ION lsflt'i SNn S'f3 (
's3H3h'I Zl 39 WS ('3U 'S3lOHQNM-i 'SllflYA) 3XfLL3flttLsBnS N3l3tiOli ANV 01 3dld SY9 Y(0U NOUWd3S WMOZitfOH YIflflINIV( (
LC\
0
.L
I
I i
'3
I SIOE3L 1 . CC662Z I .o 2 €3 I 3 - -
I 8rJtLSZ I -0: i 07;;s *' '
- I s-0% I -
S
.+
NISE? L CZ65ZL ,@ ?:
t4%3 I 6Sij5ZZ .O L €3
S-CEQ t d-EFc3 L f99B'rZ I .oz fa
S-zfat 1 d-zzaL EilZR !
AsS/3IS 1
S-SSG t I 2-sEat I 8ZL6'rZ .CZ €2
d-fEG 1 I 9536fZ I .OL I €3
NE3 L OSSjYZ .OZ =Is
s-tw t
ZE962Z .O z EO 1 .z .
&Y;Wd 2m,a 'S23S03
SLiSn AIEYESM ;= 321s L'flc EZ?(rA >30s ;i. F13.h-3
- - - - - - - - - - - - - - - - - -
SNOU~ LY.L:~~ unaxo3
m3 ~WEE'M (53tin03tl SI inaxn of ZIVGH~S
I NO SNOU~LSNI mn31-1 LEU god msn 38 ms.mr.isn&m-so.u:'~'haso ~ ~.mgm>oai HXI-L yInsTixw swcn 9 si LwnNns oL axom =Nu GhY 'sarn.c,e-'mcsoa sa?'.zlod un"mus 3x -i:ncxo3 cmna a3mv - e3 *U~GNO~ GIY~E mtlia - Ea
'xux ~was NO nwim3~ LO:{ SI (*as 3drd L.~~v.H) mas03 UJ-M -amwa m3as io!( 3w saw U~GNO: =UnQ!i03 SW C3OL!23 3703CS TfSSN! Awl t?dOv,GO/LWfldsl -mmiw CLU 38 m~s ZTXS .G mmi mas03 m 'unaNo3 fi3 80 fia NXLQ w.~ asn 3a OL X,Y €3 GUISM~ sxndno3 ny 't3Z2 UbY3NYl.S GSn083HXISfl 33s 'SY3Sltf 3lOd 3Sn 13fl?USN03 01 SiNOd'll03 CNnOb'3-3\06( 09 31nCJH3S ChY Of 3lnc33U3S EOJ
--lInC!;j.W H3&,,-h~-~-&S.!! 38
TlV4S N0UY;)Ol ISW 3'XL OL 3lOd &XI8 V HOE3 83-2 FSO703 '3lWGZ33Y A7@3V! S?m 580 TXfE
09 nRGliH3S ChY 0: TKICDH3S Sa
- -_
"A~NO sNoLmps/ axnotf3-~0m NI am 36 ms ahy eo a?w e3 st awsw3 3t~ C~YO~VS SHL NI s3su CW L'nCNO3 s'n3m unoso3 ~~nomma~n nnus?io3 OL asn S3:iUU aw unoso3 ~HL S.UOHS abwtns SIHL
.. (: '.:; *a:-..
-r Sniaw ,SZ/~I~MS .Z/L-ZZ
g-3nid g~efts
S-3nld I 9CLttS
+-3n?d fOLffS
E-3flld OOWtS
Z-Wld 1 89LttS Ez slim mEr(nN
S-907tl I Z6CEOZ I ..s i s-903~ I 8gcC'LS .s- .o +-sm O~CCOZ 1 "+ *-SO38 I fBCELf .t - .S
c-tazti QZCEOZ I .c Fc-~azg I OBECLS s- .f
Z-EO38 96ZEOZ .Z z-ca3H SLCCLS 2.- -C
ZOLX ' sum t138'~n~ xis slim ~EWX
A76Pi3SM )1301s UnaN03 Al8rl3SSY X30LS 3215 lInONO3 A72Pi3SSY NoLs
3dOH 7lfld -Ty--p- 3dOti 3NiGl33S-e ?lnd
EO3 EYI KZI.~----J ; 3NWn33S 803 8Yl ---
mid iinaN( 833na3tl -1i3a iinaNo3
E&
dv3 am iinaNo3
r
*/%+ddY
c6-1-1 xva
..--:. P66C 3nssi .. ..
NO iivnvis N i ii n a N o 3 - 117 n w: a sm NI iinaNo3
SamaNvis ~iti?m3 pms
I ;-
_-
'. , ..
0%
poAoua8 uo1puuo;ul =bod Max pos;ho~ Xp;a;dwo3 I uolspaa >ca;oi saIoqpu; I.::;, _.
'M13YdW 31W3 ylni"l!xsN 3NlH3Y 01 SI S3H3NI 'G3NIYLNiW 38 1Wfl lInaN03 H3V3 30 3Nflti3lN33 OL 3Nllti3iN33 S3A3Nl Z/L-L 30 v '~3~381 v NI a?wnmti 3tiy sLinaNo3 tin03 wiii 3~ofl ji -s3Hxi s WAI tiziwis 3Hi a3aiAotid 'Ak!YTiltid 3; AV~ &!no3 HI 30 338~1 do Y.inj*(ix"d'fl v woiiwnwNo3 l~,
~HL 30 viouoe ~AL NO 3ars AE ms 3tiy (s)iinaNo3 30 U~A~I NO N~HM NOlinEit
:Cj3EInG3ti ION 3W Stii3YdS GNY (Xiti -8/E Y3YS-Z) iN3?{3S7'3N3 35E3N03 3ti:dA
'Mol38 NOild23X3 33s * ('E3HiO 3HI 30 d: *EZoIiwfi3:JN03 a3mvLs v NI WlincNo3 m,ws 20 ~ti~a~033s 'AEV" 'Ro!inm
'G~sY~N:! 3s ius isnn in^ (axm i33tiia) EO 80 (axm a:
Nl 03llYiSNI N3W Sti33YdS L!O NOllWVd3S IflOHlIM a3iliWti3d 2W SllnaN03 tin03 01
833113 32 AVi SUflGN03 'NOliY3llddY A8Y'iitid 80j a?CN3L'+l SUnaN03 H3N: S 38
:axnGx 3bp1 SE~~Y~S aNV (XiN B/E X~YS-Z) IN3pi3SY3NZ 3~~3~03 ;83:idi
('SLbi3?432;nG3t! N0!14XYd3S CNY Hld3a ki3N3tiL 'I.;Oii3YdYiO3 'llliM3 ~LCE/'OLEE S~YCNYLS 33s 'NoiimYisNi iincso3-iiinpi GXYJN:! ums03 80: E'SLEC B z'
h3';3k!l 23iAti35 AkWiiEd 23 H3RZEl NiTrY
t6 ! i I- - I z90c * E a2YA tizd sly3 os n3vs ti3d sly3 os
(N!) (xi) sa1 ' smys sa1 ZZIS
Xy'rl N!?i XXYM WLOL 'Wil (SE3 a ms
dfirllS lN3i433 13Ae3
(awA ti3d) xi?( ut!nis 3~83x03 13ys-i 8w simia3tiwi
P c (aA s3d sly3 os) 1 ooz Z 009L 8/f OOQ! . O'SZ -- ~-
(NI) (Ni) SEl SN3'JS SE1 3ZiS
Wti Nlri A0 Y3YS 2Ild (sal)
i
83iVM lViO1 'Wi4 @ NVS
dYirIlS 13Ayti3
(awA 83d) XIW: 3~x3~03 NYS-z EOJ simiax3Ni
v3 "Z$ 1v 91 1 t.' LP 9.S 1 l*,sl 1'9 L
w 9E 1v 80 1 9'0f Z'Z i 8'L! j P'Z L
m &E iv 06 8.CE 8'8 S.8 L'8
v3 .tz it/ ZL O'LZ E'S Z'S S'S
S333Id 9E U 'H13N31 Sal 'lH3I3M SUnal.iO3 siina~03 si1 naNo3
"9 S 3
H3N381 A0 U OOL U2d SatiYA 3!E13 'H3N3tri i0 cot! 3N!3tiOJNI3ti c# u OO! E3d 3ULi3N03
I
HX~ s~oti P nwQ L aNY 331~ sLinaNo3 z ~~YISN! A~-IWWON 3w HNM siinaNc
*SLNW~~I~OXJ 3~~3~03 aw 'S?lO!iVllYISNI llnCN03 a3SV3N3 3UE3N03 2EY NMOHS OSlY 'N011VllViSNI 1lfIaNO:
O3SV3N3 803 SOOH 3N13klOJN13ti HUM 3N01Y 3i4nlXIfl Atitin-iS ONY IN3H33 SMOHS a8YONtr
..
N o iim ?vis N I I I n a NO 3 - I 17 n fl a 3 sm NI
c6-1-1 - Xb
.. t661 . .. 3ns .. ma N 03
.- .. satjyawis mmi3 Iq3as- . . .. .
I : .. .-
~~
/-..
(' ..
1' , .-'
.. .. . . . .. ..
mwawis 3~0s aNv SlN3fl38lnCG8 SMI8oHlnv 3NiN83A03 3Hi E3w nws lVi83iVW ll!AY3V3 H3N;tll 'SLinON03 aNnO8v 33~~03 t1xozd 3tinsN3 01 awwl 33 iw~s 3~3~3~03
'siinaNo3 jo ~N!IVOX aior\v 01 lyfiix!pi ;a 01 SI 1~31~03 38nLsion 'ii3~32~ HI io yiouoa 331 OL iinaNo3 ~HL 20 r;0~108 3~1 ylow ~~~WINIW ~3x1 z Y aw '301s
aw CMO~V a38nod 38 01 si (L'SLCC 33vd NO 2iavi
H3V3 NO rln?ilNIbY H3Nl Z Y 'do1 3HL NO Y.lnW!Nlr( H3NI C
V 30lA38d OlnOHS EEOd 3HL 'SLlnCN03 2Hl 83AO
83d) XiH 31323N03 X3YS-Z 3'4180 ?d013AN3 X383N03 V '3
3Nl3%OJNl38
(. . . '.
'IN3fi33 30 3NlEnOd wizna ~NILVO~~~ KoHj sLlnaNo3 lN3Ggd OL SI S!HI 'auino 3a AWI GOU SNI~O~SI~E N~FU 'a311:siw;o33r
'siinGNo3 XWYG ION s3oa QO~ 3zns ~NIXYH silnaxm
39 NY3 SlYhY3LNI 1003 Sz 1Y Sl!ilCiN03 82AO 3SiEilOd lOdS OW 3'bEnIYAY SI H3N38l 01 SS333Y X3nZ'l N33M
83~0 aoti ssnx3 CN~S '~oii!so-c NI ~isrc3ssr 3 bi I3 E 0: N 13 8 ZOH3KY 01 H3N281 A0 HOLLCCI OLNl N3AIZO 3a 01 SI
OOti 3N1320jNI38 'Sti33YdS 20 S310H 831nO N! (OBZSQ9 83&I*lnN U3OLs) 008 3N13cOjNi38 C 'ON V 17YiSNi '3
I
\- .,
29 \
~6-1-1 xva
/’- .
3NldOlS YO 13Ell
N 0 ILU1 VlS N I lV3 I d Al.
€9 \
H311MS 3SVHd '2 'dNV 009 'AXL 'a31NflOH-aVd BOA
1 * lPPE NOIlVllVlSNI 310HaNVH 9 LEE %' OVd VLPPE/LPPE
sawawls 31~33-13 ~9x1s
paAoura~ uo~~ouo)ul ObDd MaN pocpat( Xpplduo3 uoisvau wP-i saP31pu1 i...
w'q6fa'
E6-1-1 3.
t661 3
soin3 ~JWS
.:
'AlNO SWd lSV33tld 3Sn '33tnd NI a3tlflOd 36 ION AW SWd-
z531c
,-
'XW #66+ LH313M
StlV6 UOddnS 3lEVAON3ti
NOU33S 83(
'WA #OsOt lW313M
NOil33S G
'XW #OOSf W313M
NOLl33S I
'H3UMS 3SWd f 'dWV 009 'MZL 'aXNnOW-Wd V 80J -
- - - a,tm sv @ (.C/C - B/E) '13AW
(13AW3 V3d 8/
XIH X3E-t 80 Z) '3Utl3NO
- - 9L CE a.03tl M @ (XlW X3VS 1) 'W83NO
3Sb383 3N03111
- ZL8 1 E9 90CC a.ow w 3UMH-3LLSFnd 'lNVlV3
09 18PZ 9 LCE 1 38nS013N3 3SVE .Zt 9LE
Wd - Z9 18PZ 9lEC I N01133S NOISN3lX3 .+Z 91f
LX9LEC 80Z9Ef 9 LEE t N01133S NOISN3U3 Jt 91s
Wd - t0898Z IPCS I S8W 18OddflS 30VAOW3 P NOU33S 8303 LCt LftS
SUNn VlttEd 9L6CLS 1HS 1 (H3UMS S HNd 803) OVd VLttI
UndK'03 l+PEdS OLBCLS ItPE L (H3UMS 9-3s 803) OVd LOPI
- a9 - - - a.om sv
- tZt t6C - 0.038 w @
-
V91M '
VlttS .
9 L/M
a8HnN 'ON 39Vd 80 mo1s 'ax '~~03 wno NOUdl83S30 WNn Al8H3SSV
L
',&&6faddv
ZE-L-L ava
P66 I 3flSSl
H311MS 3SVHd E 'dW 009 'AXZL 'Cl3lNnOW-aVd 8Oi -
NOllVllVlSNI 310HQNVH 9 LEE Q ClVd VtPPE/LPPZ i7- 1
So8VaNvlS 31u3373 3mas
UOj'+aa IfOTD1 SolD3lPUI 1::;; , . pohouroy uo~~ouuo)u~ 060d &ON 1 pespou Xpjelduro3 I I mn3 a/---
a
a
99\
: ,-
'S3lOHCNW-I NI 0313 3NlaNnOE13 tiOj OSS? C8VBtWIS 3
'NOIMTVLSNI 3s;aNnom cvd 203 ZLSP C~UGWS 3
'H33MS S HWd 30 NOLVTVISNI H311MS CNV 3?M3 EOJ 9SSE Cb'YCN'JiS 3
'H3iIMS F; HRd G3!"nOW-Wd b'OA SSSC CtWNViS I
'H3LIMS 9-3s 30 NOiL'fl?t/iSNl H3IMS ChY 3EV3 EO3 OSSE CtlVBNViS 1
'li31lMS 9-3s CX&nOfl-CVd 803 6tK CWCNYS 3
.SlW>% m!N;V5t! EO3 iBtC Cb'VCNVS 3
'STVM 3X:NlVLZ% 3W36, ~sw,w NOW s~mwmi3 arn, s~~~~~ino~~ iiv~ ~N:N!vG~! 803 98~ cz'rcwiis 3
'lN3WdlllO3 CI1LNnOR-OVd 30 NOll'Ti7VLSNl CVd 203 PBtE CcVCNVlS 3
'(iN3N33Vld CVd) SlN3N38ln03ti 33WXV373 3N!lW3d0 KnR!NI;*I EO3 EBSE C'dYGWlS 3
'LBPE ClWaNVlS 83d Stl3188fl TlVlSNI '3U-Wi Wf?3iHM 01 i33rEfiS SI H3UMS 3Hl
-N0113310dd tl3i28W lN3WidlflO3 EO3 LBtC CEVCNVE 3
TlAX3Y6 AEUl-iS &IO3 SSCE CWCNVIS 3
*fims 3uSdW-3liSdid 30 NOIiWlVlSNI god GEE ctivahws 3
*3Vl NOIlV33UilN301 30 NOIl~VlSNI ZOj LlZC GWCNVlS 3
3: -
'NOUZI~S 83~03 aw ~0113~ aw ~33~~8 i,ms ~LSNI 7wis aw s-imisNl time
*%W 'SBI/U 0.b "NIN 'SSl/U OC 01 H3N3tlM 3nOtlOl KLIM SllOB NMOB NXH311 'S3111n3133lQ KOIlWTVlSNI WAOW38 33nQ3d 01 StlM03 3Hl 3Nl8fl33S N3HM S1106 MHVlN3d 3HL 01 393'3 3N03nlS Alc
'H3UMS 3SJ 83QNn b 80 C '2 'I SNOlUSOd NI 03TlVlSNI
AiNo ms H~UMS ~KL tloj siinaNo3 tizam wou33E!a 3ms 3~i NOW w03 AYW wnak nv 'is8ij (TWM 01 msoi3) SinomoN~ 3atsino viouoa 331 t)wn sl;naNo3 mi
- .. - _5 .- -- .
-suawmnmi motuaa'd 803 t- P E-LB~C s13v
-dn am mv
-wNn WNOSW~ 3am S~H~NI zi do SI
SV S3H3NI 91 .U33 LNlOr WlAOi4 3KL NI AWlafLU3NOl CnWd 38 TTrMS HS3W tr3aCfv-I 'NMOHS !3 3NU003 3i.L NI ATIVN:Iant13NOl a33Yld 38 TVHS stft*8 C# OML -x=
'lH3l3H TltlM 30 SSTiOW338 'X3078 30 S3SUlO3 8flOA LSW 3H.L 'O3tilfl038 SI II 3d.U
. 3NO
110s NflWIrn 1003
KLOIM 3 I 3d.U 'El
l3 \
. ' -_.,.. .. . .- .'~/ -r ; .. . ., - .-. . . ..- __ .. _. ... 1. . .: .~ -L- , - . . . . . . - -
'NMOHS SV 3NU003 3Hl NI Al7VNIQfUi3NOl (333
ivno3 33wisia v tfo~ urn i3mi ~NINIVEW smM SY a3~3ma 3w 3tl
*3mvA ~NIWC~ 110s t4nwim 1003 3tltlnos t13d 'sa7 0001 NO a3w
'NOUJaN03 9NUIX3 3KL 803 A7lWUI33dS (33N31SXI 3fl lSnt4 3AOW
ION STlVM l7VM 3KL 30 do1 3Hl 01 3N1100d 3Hl 30 do1 3KI t4OtlA a38n
. .-. .
11VM X 3dAL
7lVM m 3d
z7 \
?--
3tiru3nusms H~U avd HLIM k!O i- AWA nM s.LN3munwn
- m 38iN
80 QVd -musans -
@ iw W83N03 -
,I
(. ',' .. 0 ---
'XiYKiOiS EO lNOC3 3XL CbVMOl 3U83N03 3Hl 3.2
XWL! S~H~NI Z/I-E 30 ~nwiwi v :e ims gotiahw EO ~~oiiw~ 'cvd ;HL aNnow wt'v 3~x3~03
'C3trIS30 SI 33WlSISM il 3NI833N13N3 Wf'.L3nt?LS/lL& 13YlNO3
.. 'a3L'ldt403 N338 SYH WOM TlV N3W NOU33dSNI 1WINu f.: - . 'amw SI Tiun3y8 ~lm z8om ul6 '1md NI zw sNma nvM L~EB~U 80 2308 truw cw uwio3 SI 3~~0tr3 83~-
CELL 13LS 3H1'HllM mM' 3KL 30 do1 3Hl 01 dfl albl M36 3AVH SX3018 3H1 833- :manoud 3w SXOH morn3 >~HM
mmow SI
(E '3NUOti3 3056 JIl6 '33Wd NI Al38n33S
..
Ufl tr'1.ddn 3Hl 38038 ME 33Wd NI Al3Ul33S a3U l3XS 3.41 HLlM 'IMM 3HL 30 do1 ?ill 01 dn Crpcl N338 3W SX3018 3H.L 'CB30tl3 AlMdOtld SI Ufl is813 3HL U3M- "'@Nt/ 'a38ClOd SI ln083 3Hl 3tr0338 Ln6 33Wd NI UY 3Hl WM 'B33 S 01 dn SllVM EO3 lH313H ll(u 80 'U3 P 30 lH313H V 01 dfl aM N338 3W SX3016 3Hl 83W- :a3ahoad ION 3w STIOH JJIOMXI 383~~ 'CI3Wld 38 01 U383N03 3Hl trod AM8 SI CINV 'NOlllSOd WNU NI A13Ull33S a3U 1331s 3l-U HUM '03WzIOd N338 9l-I 3NUOOJ 3KL N3HM :WniYIWti H31H 332 E STMM t'OA SMOllOA SY 133dSlr;l ClCOKS h"l'rC38Oj - SNO'ii33(
(z
(1
* dou3ntlls SXHOM mend 803 NOUY~UI~XS atrvawis. XL NI a3iimds sv 36 77~s simn WNOW m - UNO
. . .. . '53 MNnO3 80 MI3 3Hl A8 a3trln03tr N3HM TWM 3HL A0 do1 1V ~3TVlSNI 38 ntRiS 3Nl3N3i CCllzVS - 3N13
'S3NUOO3 NI 11383N03 3N13Vld 01 WOltrd 03Nlldrc*dB 38 olnOHS 110s Ill3 @U3Vd O3AOtfdcW 80 110s TPzIiUW-4 O3BtlfLlSlaNrl OW1 S3H3NI ZL lsdfl 1V QNW(3 7-wS S3NUOO3 TN - '
. '
I L\
1 3tJn3i
@ ‘lN3S3tld ION SI 1YYl
w3LSAS V N3dM 2 OLSV 33Yd QOH13fl 3glM aNnO83 H3N3tll 32VNtl3llY 3Sn ‘lN3S3Yd SI >f
3Hl 803 378iSNOdS3tl SI MtlVd 3nYS 3HL N3HM 03Sfl 33 17VHS 00H13TI SlHl ‘3Nla;m 3alAOtfd 01 03Sn NOILb7lYlSNI 3trlM QNnOk!3 H3N3tlL ( 103E83338d) 3Hl SMOHS OtYaWlS ‘
mawom 20 Noiivisgns v wotlj wtlin3N WLSAS v N~HM aw NoiitmvisNi avd aw itnCi1 .
h add* (3lVNkl3llV)
-. t6-L-LL Iiva ~MIM amom H~N~YI
L5/?55l 3nsst ~ sowawis 31”,13313 >wcs a z.0 I‘
(3lVN8311V a0 I a3dd333tld) 3tllM aNnOY3 H3N3tlL
satfvawis mi3313 3was
2'0 1 str
uO!S!MB 1SalOl SJ131'P'Jl x paAouaU uo!>Dum)ur X a60.j MJN pJS!AJU XlJlJldUO3
*m
$6- 1 -
L6/95
>?IC3
Et\
'NOllVllVlSNI SNIONilO83 lN2ndiG03 EO3 Z Z 152 CitC:;slS
IN383jJ:O N3HM NOIiV-llVlSNI 3NIQNfl08(3 lN3WdlflO3 ( x C3883138d) 203 1 ZLSt 33Vd cI='Sc:vJIj
'NOIlW'4EOdNI 38lM 8Oj Z'ZCOb CaVCNYlS
'lN3Wdln03 OXNnOW-OVd A0 NOIlVllVlSNI GYd 803 L'tQtC G8VGNYlS
'NOll~lY1SNI aYd 0NV l!nCh;O3 3Hl 803 3791SNOd53Y 3tY 5311
- :3
'r::,jcg ~"~.;'I'TlS 3.'
01 ~~~ISSO~WI LON ji iin3ijjia SI 11 ji 313~ NY LY N~>,IEC 33 AW G+L :::K~Z :: Saos CNnO83 S38lnO3d QZl 83080 1Y23N33 SllllaN03 H3n01 lDN 00 ,4341 OS SCO8 C?:?C;k? 3L:
'H3N3Yl >HI 3NlllljX3Y@ 01 EO!Yd 0371VISNI 1GU St.'h
mnOb3 ~3~381 ji i'zts;P 33vd amawis NO ( E a3aa338d) No!iMlYSxi sxicWOs3 is3rk;r,33
'lGV23 1VNIj 10 do1 3Hl 3ASBY (lnO7lYl C3S%X?) 3t!.'A 39 S39,3N! tZ 3
'NOIlV8Vd3S b'd~,?~lNlVd 1603 9 V 3AdH 01 S33d C?l?
:r1< -
'H3N3Ei 33i(IC3j 3ii b3 h=YZ',,C
/A~YWI~~ HI 83~1.13 NI G~~~VISNI 38 aim3 WM aNnGb3 ~3~3~1 3~; '3~~3 8.j- bul 'hi!-? 5'.3=. swnolsn3 3wi SNIVW~~ GNV tl3i"loiSn3 3HI 01 ~3~0138 iinaNo3 aw CY^ 3ri CNY figzjogd ~LY.',
v NO 1~3mjjia SI Noiivniis 341 '~3~381 83~.10isn3 HI NI C~~WLSNI 38 ION alnoHs 321~ cwc NO 3%' 3EV H3N381 33lA83S QNV AklVON033S/A8YWlUd 'lN3k3din03 031NnOn-GYd>L ZY3i;hj So? 91 3'
H3N38l 3Hl '3803383HL 'kl3YrOlSn3 3Hl 01 S3N0136 CNV M83d08d 3lYAltid NO SI P3N3Yl 33!A83S :
:H3N3U 33!N13S Stl:
9 LOOCZ G.038 SV d~v-13 'am Gmm:
- ZLOCG9 G.038 SV ai3,v,ti3dd03 '..0-.8 x ..?is 'GC~ CNT~CC:
i-
3'T :PAC 3 a.ow sv I NMVBa uos '81s L 'z# '83dcC3 3tr3 ':E!,\
- 1 CY! a3aEo n8oM
01 83328
tl3STlnN NllNYnO NOILdIE3539 iiNn AlEH3SSV X3018
- :lvlY3
I 1 'SOSL SL~EI-SV ai313 tio~ ~3~~nc133ot1d 'iv't13~m
saavaws sm 3~0s
Ytii
16-8 i -(
P65
1
'aAii3lU3S3Jd3J
6u!~a3u!6u1 pla!j D 40 a2U?;S!SSo aqi )SanbJ IlOqS Jadd3H OC;[ 'atJ![J3p31
iaqs "(I 13 uo!;o>Ol 3q; pOq0 1qflOp s! ,1341 U3q,$\ .S3JnSOj3 10 Sbu!U3p!~
'W!l LpdOJd 01 aJu3;S!? 40 tiflsaj o so afwq2 pu saop aU![JalU33 pU!b!JO 3ql
IJaJJO Op pUO UO2 SaJnSOl3 JO S5U!UJp!M i33JIS 'SiU3UJ3AOJd'.U! 10 SaU!l A93d3Jd
iUaJO!pO 0) J>UOjS!p J3nba 10 aq IOU pa3U 433J;S 0 JO aU![J3jU3J pa?JOJaJ 10631 a'{l :UO!;no3
*SOU![ &3dOJd
6u!soddo ua3m;aq 'palls aq: )O J3;UaJ p3pJO3aJ 19531 ar(: SU03W .l3aJ;S 10 aU!\Ja;ua3, $*
f-l
'SJ~U.H~ Xyad3Jd
al([ Lq p3U!O;U!OW pU0 p3UMO S! 134: AiJ3d3J: aIJA!Jd UO 133J;S D SU33U .l33JlS 3iJA!JCI,a s
.SPOOJ JQ s3u!gad!d so6 aJC;:! c; so y~ns
'4!;3~3q JO oda;!h!Jd 'am 930s 0; xu3?1UO3 aL([ Eu!~;!;u~ 'C3!idiJJj3Jd JO 133C33:53 'C:i:3U3S3J
'1uo;j o xq pa;oata *J~~;OUO 10 pu31 aq; u! i;a;3y! JO iqj!J '4~323Jd IWJ su?au ~~3'~:3j33.. ?'
'0aJo S!q1 c! p3;13;S:! a13
S3!1!(!>0) ptJnOJ5J3?Un 3990 j )3 A;!JO!OU aril 'S;33J;S PC3 S713.*37!S S3?fliJUi X;/3.2JOU Li>!Li~*
asn qqnd 0; p3;03!?3p S~C!I 4~3dord 6~!:0dd~ u33.*(3q 0315 a;; S203U &c),i\-)J-;;j!; )!iqnd, 5
'S;3!J313cL' FU3 S;'.!3'U3J"S33U a?; 'x;!(!33; a<! 13
'SjOqJxi PC9 53203 lo123 AJsjj333U 113 S3?nl>'J! pu3 s:u>:odUo> 113 j0 UO!;9JOl ai([ S~345 41 {l!nq-S3 Pia!J O UOJ) p2~3d3:d S! lay; Sai)!i!J3; PUnOJ513?U?o 13 d3U F3;3ldGO) D Si ,!l!"-S7 S33- Z
-A ;!I! J3;
al;! U! p3j7l Si5!J3jOU pU3 S;U~'L~JG~S~~'U 'SUOi:33Ol JyL S.W3?S 11 '?31l3ijU! a;2 S3!!!\!39; aq: s3
p[3iJ JYI Ci p3~3l3~d S! +Sql S?!+![!JJi S35 I3JniOU FUnOJSJ3.J'Jn 13 d2'A 0 S! .+[!aa-Sy PfJ!j SCg- 1
'5123;~Xj ~33)~ - pU3 1!3 la:) aq! a?nl>ui 1/3r(S U3;ikS au!jadid 535 13lS13u 3';; C; 3JUOJ3;il A:3 'p:3>'JJ;S Si?; el :!i
Sil3!;!U!
ISpJCJ3g iZJ;UJ3 U3!53JJ3JU LE7'Zel UO!!JJj 'Z{ I J3;)13 /323'J33 3nC3 3
S?JOJag PUO Sd0;Y U3;PkjU cy c3![J3j 'V-85 J374 13J3'J33 3nd3 F
6oi'L uO!l>aj -'19nuofi 6~![)0Ja 533- 3qp3as i
W3~6a~d UO!jU3~?id ajNJc)a- EZ\g
3703 JOJO~ pu3 sloqds PJOPUO~S 6u:ddsn ~39. ESSL
:SDJOpU3)j SO3 33930s
S35U3J1
*S3![!l!J3; SO5 pfJnOldJ31 28.30j 10 S;i!nq-SO pf3i) bu!JOdaJd '0) 8;q!S~f3dSJJ a25 0q.N I3UUOSJ3d 113 0; S3!lddO PJSPUOl5 s
4!i!q~~!l
*s3&![!>0} UO3lj pU9 I!O 13nJ 'SO5 lOJ7l;OU pUnOJ6J32Un 3rJgQj )O Bu!d33? pJ533J pU0 G~~jddou JOJ i
J3jJJO lOJJU39 p'J3 v-85 JJPJO I3JaUag and3 4l!.~ J>UO!ldU3> aJnSU3 01 S! PJO?C31s S!L!i JO )ua;u!
I!
L\ .- S~!:!I!>C; uoa;r P'JJ I!, tmj 's
f31n132 PunJJjJ3?2n J3j S;l!"<-S? p[3!j 6~!J3d,,d J5j s3Jnp330:j F..r> L>ilarf 3.i; v:J>; S;3i pJ32'Jo;j S!
k r(ao :aAm
I 6-8 1-0 I :wa
P66L :3nSSI
.- z s~im-sv aiw 803 s3ana330w iww
I Sa~vaNv'IS sv3 3.9305 a'-
e
5 t\
0
~-
ajod Ala,\ 0 paS!Aaa Xja~a~dwO3 0 uO!S!Aatj Jf3107 S3$03!pU] 0 r
'~aqf~nu osoqd pU0
133qs a>oj aq; 10 Ado3 D y;!~ S~JOJ~~ puo Bu!ddoyl si3 01 pas aq pu3 paiodaid aq lpqs asoqd
papld~03 y>03 10 +l!nq-so pyod o 'sasoqd u! pazibaua puo P~~I~LSU! s! rua;s.(h so6 o ua%n :X(
'JOUUOW L[aLLl!I 0 U! UO!lOrUJOJU! {l!nq-so aq: jo pJOJ3J {S~UDU;~~ D 3sflpoJd L'33 sJa;/DJp aqi 0; U3!;33j S?J0938 pu0 6~!dd0fi
533 aq; 0; +uas si I! W~M J~~JO ~JOM p3;aidwo2 aql AUOdao330 +snw )1!nq9-s3 pia!) aql I\'
'SSEL PJOPU~;~ 533 a3j *umopa!; puo yybuai 'J3i3UYp '(3,fd JO 133;s) 'a&{ 0; 53 p3ddi)a
aq Ij31/S I! 'UO!-taSU! r(l0d J;nln; 13) +!fl?UO9 0 53 p3i[Ol'U! S! al!d 0 U3yM 'UO![9nJ;jC9> M3U U[ [ 1'
'6SSL pJ3pUD)j 533 33s SO pia!) Oql UO p3;OU JC; IlOqS I! 'UO!I3nJ;SSO UO J3,tO U!oW
MO[lOi/S D SJ v3flS 'au!ladid D 10 UO!)OjlO;SU! I3UJJOU aqI U! 00!:3!A3p 0 S3AJ33$3 J3dlsfi 0 U3'.I,$\ O['
*alqijscd )! S;u!gd a>UaJ3)3J
1823U3tUJ3d (E) a3J;fl )9 WflUl!Li!U 0 UOJ) 0.HSp p3!; al I[3<S S3A;C)A h3'J P3jJ.lq A;!J0JOdt113I 117 6'
XOS .ZL .- SO$-311 AN ,.Z Ja AN SO: .I :S~.\I~S' W3;5*(j 1333;s 0
0
0
:S3idUOX]
X32 0s - 8,fXd _f 13 z,\fia -?
X93 ,,f - 8AXd .Z 13 &\no -2
:S3A/OA 353iA;;3,$~2
:j3.\13,1 323:A'4;3.(i02
*l:!n;-s3 aq; ua -x3q ou. ~J~CLI 'xoq o poq:!.w p3!J41q s! a.j13.< alro$qla.$od
-7 D ji .X!.$ pU0 JZ!j J3j padd38~ Jq li3i/S pUnOJ5J3?Un p3!13;SU! S3XOC; a,\l3A p2J S3AlOA llr
83 15 1A '80 Jjfl IOU Og :]LON
S?!jliqi JOJ Hd
O3X3;d JOJ Xd
S'
pdn2 JO~ na
'p3[lO)Su! S! 13?1 od!d au3l1(q:3Ajod aq; )O J3J3;90;fltJ3'3 a?; lI!,lq-S3 p[3:J a?(; 03 a;OH L
. '1.c JJU3J3J38 U! UMOqS Si) DJ0 53953 JO[O> p'J3 SiOqL'k 61J!dd2LU 533
*SJA!i9,iUaS3Jd3y AUOdUo3 Xq P~~~O;SU! S32D)S LUO JOj aiq!SUOdS3J S! 393Q j :UO!I~~YX~
9'
'UM~J? oq u3> sll!nq-s, ~;OJ,?>J~ 0: CO!I>~J~$UO> 63!Jnp
6u!pl!nq pU0 SVJ!~ uo!S!A!pqns 'SJU!~ iuowasoo 'sou![ 101 's3u!l XpadoJd 1~3~ 0; pajn S34S;s
'UJa'J) ~u!u~!s SuOsJ3d aql 13 r(;!l!q!SuOds3J aql ~q Ili)qj il!flq-SO pia!) Jql )3 X33JRJ30 aq~
'SJOpJjS!U!Wpy l>OJ;UO3 pus S3~ioluasaid3y 6u!~aau!6u3 p[3!j 'U3UJ3tOj 'SJOp3dSq 'SJ3ddOjq
S3?n/JU! S!ql *w3y; bu!~odaid suosJ3d 110 Aq pa;o? pu0 paU5!S 39 li3qS S;\!nq-SO pla!J [[v p
J3dOl3AJp aql xq p3U!3)U!OU Jq 119qS X3qi *JadU[aA3? 8q; jO A;!~!~!SU@~S~J aq: aJ0 SJ3UJO3
E'
'pJO2aJ lu3u3UJad
D SO d3UJ IOU!) aql 113~p 01 uo!i>as S?J3>38 pu? 5uLddon 533 341 10 li!l!q!suoodsa~ aqk S! 11
*il!nq-s3 p13!) 0 alodald
01 S3!ir!l!>O) PUO a~!l3d!d ~06 Jq; BU![IO~~U! dflUJ5 uo!;>fi~(SuO> aq( IO Ai!j!q!SuOdSaJ aqi S! }I
1
z
' *dno~6 13ajqns 005~ s!qt u! SPJOPUO;~ 533 aql qi!fi O~UOPJOJ>:, u! uqqiojsu! 10
aW!i oql 15 Il!flq-sO pl?!J 0 U3 p3pJO>3J 3; IlSqS 53!:![!33) PUO S33![3d!d SO5 13Jfl;OU 37305 117 \
A?
I si~ina-sv a-iw ~OA s3tfnaI3.otrd 7~~3~33
SC~UVGNYLS sv3 3was
E'SOSL 1
w
16-81.
P6
e/-
a
*a L 11
*
P' wo :a/iddu
16-8t-01 :3~a siim-sv anid ~OJ smna330tid 1~~33
9661 :31ljSl r sotlv'clN~Is sv9 3vm5
a%,d h;3p~a p3S!r\38 Xl3)aJdLuC13 0 uOjS!~ag 433307 Sa)03!pUl 0 I
'5 3.q ; 3 IfJ 3 ; aid3 y
62!~33U!5Uj plj!j J?j 13 Ab!l!l!SU9dS3J Jqi aJ3 s~!jad!d U3:jj!CS22J; 10) S.(3AJn< U3!;33J:jUO3
*)lr3'3p3da5 p23l a?! Aq p3'2JO)J33
C
a; ll3q; S;u!Od 13Jki133 X3.Uni J33ld J3 p1033J )O 1':3XJn>O? 0 o'203a; Liy!q* s.(auns liy
*{1J3lZ;3C!3g pu31 Jq; )3 A;!1!qiSfdOd53J a;; JJ5 S3u!l3d!d U3!S5!'2lr'J3J[ JS; SX3.Un5 ('d3'33j03
'J3UM3
A;J3d3Jd 3q; GOJ) pJ'Ji9;;S" f'J3'.UJSo3 aq; 13 3U![J3iU32 O?! /3 A;~~Jou S! A3.UnS s!ql *ISa47531
C3 's3.\!;3;~3s3Jd3;! 6u!~a3u!jU3 pI3!j 94; Aq (no p31JJ03 S! h.UflS 94; XY3dOJd Jioh!Jd UO
*U>UJJOj 1313U33 533 O<l 13 }j""b~ 37: 13 S3,1!;9;23S31?3E 6U!J33U!5,3
Pl3ij a';; xq pJqSllq0,lSJ JJO A;!l!33J JO 'aUil A93dsJd '+33J;S a'<! )9 J?O:j 13 JU!iJ3;532 aqL
f
<
z
1
EU!X~AJ~S pi
'SUO!\3[i3liU! [2:;35 &I!.* S1d5!lr3p p3.\3JidY aJ3?'233
0; f4L'31LL.a5JLioy{ +>3!0Jd P'JO 6U!J33U!juj 533 kq pi's3 0513 JJ3 S;l:Zq-S3 F13!; aS3qL C'Z'L
*sl1!nq-s3 /~c!J 53 pasn 29 h3~ 1;3qt ~3id33 p33npa~ :3ii
'a3!;3oJt 13~1~02 D JUO~?~ 01 139 p~3 A;!ZS~I~~ 131~;~
19 [,IO Ai'JO p3Sn '9 01 5: aU01q U6!jJ? JqL '+;!flq-SO Fla!) Jq; d9U' 0; pJSn aq 13U aL'g1q
Cj!j3? aqi 'uj!jap oq; UO~; c'JJJ3l)!p Ai[o!:uslsqtiS p3/lO:Ssf! S! qO! Oql 13 A;!JO!JW J?; I[ Z'Z'L
*aiq3;da3>3
J; Aou s;l!nq-so p13!j UMOJ? puoq ~3jiaus s23!l!pu3> 13nsnun JO S~!YJ~~J~UJ~ JO~ 1.z'~
:;~0!lda3~3 6C!MOllO;
aq\ Vi!M 6U!MOJ? U$S3p pJZ!S-lln) 341 10 Ai03 au0 Eu!sn pJ;3313 Oq 01 919 S;i!nq-S3 Pi3!; I[?' i
*s3sodind ~aq;~ JO) p3sn oq pu llsqs puo qx~s s3 paduuo;s ai3 Sa!dO> a53qi
'I!!nq-So p[J!) Jql 6u!JsdaJd JO) a1q!SUOd53J uos~ed aqi 10 ajn 3ql JOJ ad3 Said03 JAOq3 aqL :fj
(~UO sjup1!nq puo s~aqunu 191 'S3U!l 131 'Sl33JlS 6U!~Oqj) lUO1q u5!53? p3I!j-[ln) 1 0
6U!MOJ,2 Uj!f3? J'dl 13 S3idOJ F31!S-liflJ Z 0
:bu!,wop; J~I SU!O;U~> p'~3 UQ!~~~JIS~O> Ja} J3qUnU J39JO 8JO.H aqi q;!M 6~010 p3.71S! p20 p3J?d3Jc! S! 053335' SJ3dd37( 'c(1 '
~5o3md 6u!d
3dld 3N31AH13AlOd 9NlddW ai313 803 s3~1a330tid ~13~33 60SL SamaNv'Is sv'3 33930s
Y
t6-8 1
Pi
SN1VV-i SV3 9NlddVH
SaavaNvLs SV~ 3was
s1~~3tl1n03tl lima-sv awj €lSL n
wa :m
16-81-01 :5
P65 I :If
0
a50d M~N 0 paS!A32 Xiaiald~uo3 0 ua!S!Aaa 'JS3:O-l S3:03!?Ui fJ
'FUJ p3Jp U!OW aUJlkqlJk[Od IS apOU3 IO OZ!S OlOJ!PUl (
'SOSL p~apuols bu!ddsiy so3 a3~ 'pallolsu! SJAIOA puo s6u!p;j IOJ~C?J oJnSsJJd 10 adA; puo 02;s aq\ 3)03!pUl (
*U!OUr JG Jd,$ pU0 3t!S 'qi5U37
*UGjSUJ;X3 3Jn;flJ JO; UM?? pJ!I 39 1/31jS d32 pUa POap
3q; '6UOi 13J) S UOyl OJ5U S! PUJ POJ? aql I1 ,'d32 pUJ-?33? Oq\ 0; a3!*'J*S )S31 3ql EJ3Jj a3uOlf!a
'a'J!I k93bOJd l33lIS IS3J53U Jql 01 U!OU 1013i31 0 UOJj aJUO)Sia
'p3J!nbaJ S! qJO1C; Jad )':3'113JnS33'a OU3 A123 'U13)!f'O S! )3':3;5!? S!q; JI
(
(
(
( *au!l Ayado~d 13iio~3d ~14; 0; u;m sa5 aq; WCJ; a>uo;s!a
:S~3j[oJ 53 F3Jfls33c! Jq IlOc(P SU!OU S9j '\Zc[ U! ,€!3p!~aJd 53 Id33
372 TIvx3 yi LT "1 X3E.21
zh! @
A?'.< 3if .? O2.E -?
'12 231.2 mL3- c
Q.2 L-Z -
2-3 r
m25 A n
?J . L- o
.G97
?
.L
h
0 ., 0,
2 v "i I
(3xr1 xc::.54 \.^.
':d p - r z
"'7_-
Fi C_?O 3-
4
c z C3 n
n -
cf I-
.5; g ); I c: @ .din@ -2
.7Z t
2 p-
.L .cs
@
'IS HltiON
'Il!nq-s9 la!) aql L'O p3J!nb3J 13'J a13 pU3 A;*J? UO!t9J;:nIl! 13) JJO S~2I-U 3IdS.lf2X3 3q; UO p3rn a. a3!au3j- Pu3 _t*aJLr )O 3'J!l J31G33" '"O'J!l hopUn3q u3!S!.\!?q3Sl '-a*JII IOI. *_aU!] k9339JC!- S?JG.% O'dL :a
'1!!nq-s3 pi3:j o ~3 S'J!~U ss6 I~J~;OIJ d3~ 0; pasn S?OY;3'11 aq: sways PJJ?U~;S siq~ := bL\
1.
Y3\
r
YM :QAd&' S331AY3S SV3 3NlddVW:
L 6-8 I -0 i :31va si~3r(3~nom nim-sv an3
S~YVONVLS sm 3was 966 L :3nSSI
a5od ~a,yO pas!~aa I(la$aldwo3 a uO!s!~aa JSaJ01 Salo3!pul 0
'En3 SO X3q J3;JuJ (
*ad!d io ad4 puo 'JZ!~ 'ql6uai oql bu!loqpu! UMO~S oq lioqs sqnjs ss5 pi3 s33:ua
.J+U~S q>oa 101 P~;OJ!?U! aq 11oqs fqS!aq J~S
'JU!l Apado~d S3SSOJ3 au!] aD!L!as al(l ataq~ iu!od aq) )O JU![ 191 aq) 0) a3!.U3j Jqi UOJ) aJL
-0 J3s 80 Xyadold a)on!Jd SJ3;U3 o3!UaS aq; aJaq~ Ig!od aq; 13 1331)s 3U
aU35 Jql UO JU![ A)JadOJd +33J)S 6U![3aSJJiU! I'aJOJU aqi 0) aU!I 03!N3S 4303 UOJ; aJUO{S!?
'+3SJJO 10 )u!od aq) 10 ~Y!.LJ~S a?: 0) 315~
U! i'J3'1.'3JZs33'd 13x1
*)3s;)3 10 lunouo aq; pu3 U0!;33J!p sajuoq:, r;:,!q~ as!/ a3!.tJ3; 10 q;6u3i q303
COJ; +3S;jO aq; JJni53tA '3;3 'UO!i3nJlSS3 U3 01 Jnp Jp3U J,J i3UU33 @
'@3dOJd 3iOA!Jd U! ail![ a3!N3S 10 iUnOW0 a?(; S.UOqS Si4L 'J3SiJ J<{ 0) JZ!l ,4:J3?OJd Jq; UOJ)
*XD.U ;o {~?I!J ,!iqnd ''4; u! au!l a
i'JnoU-'o aql &O<S li!M S!ql 'aLf!I A93dOJd 13iI3JSd aqi 0; Ui3C S3j Jq; JO a'L![JZ;'J33 aq; UOJ;
:S.wOl[OJ SO p3JnsDaLU aq l[OqS f3U!! S33!.Uar S3j 'IzFL pJOpU3ij SO3 U! papi"
.? ;@ .c ;@
I 1: + i jr c - - 5 v g @ { E.c$-.-.e f -c/ -c ;3 5@ ct@
33 - Y :Js z - n 0 ;I -.cg 1 (3.4r7 ,uY3.'OYd) ? '-zk Itl'
.ZtZ &? - X39 .f L
0 -..I; 1 - e "0 T "/;@ 0 &\Xd.L t
x x
diiXd-2
3ldWVX3 'IS Hltj9S
'11!"q-so Pia!) 91(1 U3 paJ!nbJJ IOU 313 pU3 AluO UO!)oJ;Sn[[! J3j aJo S~~?LI qdu~sx3 a.41 UO paSn
puo -133JLS JO o'J![ J3;U3>- '_OU!l hojYufI3; UCI!S!.~!?<~IS_ '-og!i IOi, '-a'J!l ApXiOJd- S;
'II!nq-SO pia!) 0 UO S3>!AJaS SZJ5 ]3J,?;OU dOW C) pa;n S?3413'.3 aq; SMOqs pJ321
r S>iUVd 3WOH 3718O'N aNV SflnlNII"IOCIN03 3NlddV'W
sawamx sw 3was
L ZSL SIN 3 N 3 tl in 03 8 .iii !7 a - sv .ai 3 I j
naa :OA~
P66 1 :3n' L 6 -8 1 -0 L :3!
a
I
31 d 7IYX 3
(3?i11 13;) I' I
@.! c! .A x 2 ..z I *OT c.9 I
I
O* < $1 A
I
C^ ._- A
I
I c; Ir -------
11 I I 1 r------ rJ ,\: >I 2y-J I I:------; /;-I, -v $ f lI c Y I
I -r[l J VI
- N
c I - 'I -0 2.E -! @ 9 x2. L L: *< I- 5 i -i Tl
I1 o Xd.1 ip Xd,L '..5 ? I
Ij gl
11 I
c I ,tk 03k!.LX..Z L-J 3 F 1
-- 6 *91 L-J --
[I !
(3sii A.uraxno3 ROIS!~::~=,~;)
'11!nC,-S3 pi3!1 aql UO p3J!nbaJ IOU JJ3 pU3 AluO U3!l3J;Snll! 13; JJO Sd3W J~~UJ~X, Jq; UO p3Sn -33!*\13S-
'il!nq-So pi"!) 0 U3 S?J?~ aiuoq ai!qo'.u puO s;>aloJd
pU3 -+a3J;S JO JU!l J31U33- '_JU!l AJO?UnOq UO!S!A!pSflSw '-3Ull 131. '_JU!l A;J3?0Jd,. SPJ3M ay! :3
Ual!U!a3?'JO3 U! S33!AJ3j pur, su!au s,j cjgaa oi p3;n 5?~4;383 aqi su3'qj PJO?UO~S ~1~1 :aii \ &\
.
H 11 0 :(?Ad&
P661 :3nSSl
1 6 -8 1 -0 1 XVO
S133tllS WtlV a3d013A30Nn 3NlddVH SIN~NY~~~I iiina-sv ai313
satlvmns SV~ mas -
I
1.4
I
-1 4
I I I I
:I -I -1 I 56 h.'i
GI
.O! I
- - I I "
-1 L". 51 5 -. x" ?(;si1 s(
tr I
3
iIC? :le 1 $? c! -- .sz .O 9 .ZL -
1' 19
.ES *G? 07 C'-IX --
SA8 331A83S 9NIddVH 6ZSL s~~3fi3atn03a lima-sv mu -. savyawis sa Zwas
Piti:
L6-81-C
P65 I
2-
s.c 0 _.._..* ~ -____._...__.. 33!AY35 33 1003 3SO '33lhk!3S AlOd 33 Sja llflj .c:
-
d 9
E. c ~.-. 'S331AY35 3ZlS IN3,YljlG I 3NIZAOHS Sf3 1YIlWd
.5 *s - ca 9
t'.l if,-. .c 1 '3x17 ALti3d3gd 01 83Sl8 3Hl PI083 Sf3 SI 33lAbi3S
-.:-- j -, .I, .L
N. 0 "8 :I
1:
$,+i -
& 0 0
Xd*Z/L 0"
*s! ,
i
b8 \
.
WCI :QhddY SNOlltl3SNI 331A83S A7Od 3NlddVPi
16-8t-01 ma s1~3rl~uin~3u mw-sv aim
9661 :mssr sativarms sm mas
a50d hla&J 0 paS!Aaa AIaJ3ldt&93 Uo!S!AaZ Jf3301 S3103!?Ul
z e? - ;;z -
L J
,9tl qN cl y " O
c1 9 51 x' p - x1.z .r .c 0x03 1:h.f .2 .9 '1 Xd.Z
-73 .s 7 .03 .os Li .s3 .c .c .s3 c: - \I
\a
0
.ss - ;I s -3AY HIL LT N, 2 -c X
9
.z5 - \
L ; 16 .O
0
n -3 - e- *.<,-i-r?.Z X' L cf - cf 1 L') ... - AI A
.z .oL
7 9 z r'
TI --f
?
S1-!3L .OtN C
0
Pz =e L' ;Cz LT
-6
tn 4 - /J n n -I
5 N Ll
[O;'J3'J!;'JO3 -
Sj3J;S-C:; -
L3!;33;132 -
SJaS!J UO paSn J! SJOid3pV pa33 a>!Ll3j 15) J?
SJ3qU
SUM9p-a!l M3
13j:J 0) pU3 I!
I:a 01 PU3 I!
a31 0) pu3 I!
:uoi; a3!.u3s Aiod )3 UflJ poqs q2oa
*I!npuo:, io adL1
'S3J!.U3S PUO SU!O
'JU!l AjJ3do~d Woij r;)6uai bu!pnl>~! )!n?uO3 )O U0!1335 c(293
5
')l!ncl-SO Flail 0 U3 SQD!)JaSU! a>!AJ3j A[Od d3.u 0; p3Sn S.23'4;3UJ a?; S*3';5 PJ9.230)5
. .06 - SdO8O NiVrl.SV9 9NlddVH
sawmvs sv3 xmas
s 1 N 3 fi 3 8 i no 3 8 11 I n 8 - :;v ai 3 i A LSSL
._ wa :a~<
99-02-90 :3.
P66! :3n
t
dY3 .z 3a.z
@ ? dY3.Z WS
33.Z -to
1H ,Z
SPSL
n
gg-oz-
P6 I SLNW~~D~~ .nina-sv a7313
-- SC~W'ONY'LS sm ,ns3as -
1 /
h\3IA 231
N 9 N 23.2
\E.+@ c4-z -- *-
12.2 .CL 7 -
c? @.q, .G 3
-d 7: -__ Ci.2
L. --
x & 'IS Y @@ ?
SM3!A ,f:S p33 d3l qloq M3qj :a;o,\;
*XOq O,!/OA 10 D>!AJ)S Bu!~s!x~ '13a~;s ssOJ> ISaJOaU 3qi 01 ~u!;!!J )SJ!l oq! uwop-a!l
:iUMOp-a!{ Ma'J 110 akoN
-sjy m/puo PJ~~O~J! sjq;;!) 113 apH
*uworjs aq pqs SJ~S!J au!i-y IIY
-ad!d sjg u3 p3;03!pu! aq ~I!M s35otoo) IIY
-ac'!3 Mag uo p3;32!pu! aq ~I!M sa5oloo) IIY , :SLN3'H3tlll
"e-s'~ ai311 Y ~3 .* 13;133 h'h'A Si030 El'lt'l S73 c!YYI 01 O3jn SG3HL3t.1 j'ii s':,OX: Gb'YgLYlj SIH! 98\
S3N173dld MOl7VHS -t13AO ki3A03 3A1133108d
soYYoNvls sv3 330s
6PSL 3NiddVYi .:SlN3'N3tIln038 lllfl€l-SV a1313
/--
wta :a1\
99-02-90 :3
P65l :3r
s I! 72Yi ?X 3
LO!;9;f Ij3; Li3133,\4 @
XOq ah[O.$ (j?13i,V 0
Jc![ Xp3doJd 133115 53011 li3193i-4 @ - :Su!rnoiloj aql JO 9~3~1 JO ouo 01 una;) p3!! a$ ~loc(; JWO~ a.y:~3;3~d Jq.1 :a;o,y
J';acl3ia aZ!d k!lC!j 1'3;s q;?Y4\ I!flpUOJ 133;j
q,StI.7 q11j a;,J1UO3 - 7 ax:, aCAL
-+l!flq -so pia!^ aq; uo p3;~u aq Isnu ~2~102 ?A!;>a;oJd oq; 10 aZ!i prr3 a1A; aq; 'U!OJ? C19;i 0 J3~0 p3llo)su!
a'J!lad!3 nqlalls b 53 L;3flS au!ga3id 0 IC) uo!;ollolru! 15uJoCI aq; U! U?!;3!.\3? 0 S3Y3S;J J3dj3gi D U34',\
S ; U 3'2 3 J! il5 a 8
-
3aO3 80103 aNV SlO8WAS OtlVaNVlS 9NlddV')ri SV3
sativm'c'is svg ~9-3~ I
CSSL 16-8
P
yL; 3A33lS -23- IlCICiN03
NOllV301 "I.*
zOLvln33Y SE7 01 S91 ? 31dc'lN 331Ati3S - -r
I A! I*
1' . .- I
II
xo,,/, r X?.UlSO?3N3 !WIT 4 AJX3dO'dd
I
L No;;; 6,492
--> / I --
I
mI?
\ I L XO-d L
I
ST nxmuavxmn upzp MOXS ~37~ so3 spue~ asoy-, a03 ada3x3 (2)
*zzadaT anap
eq3 Xq poprAazd aq ffoqs S~uamaAOXdlF a8etfWp h?ssa3aN (I)
?!lVNIVl?Q L’f uoT13aS
I :m?+w
IE8-Z-9 :ma ansq
, -
06e!u UOS
WD3 x03
SaUV0NtlJ.S 9NEl3NI~~ = (MVWLS 3NIWrn13N3
\033xCl WS do 3iLNno3
S33113Wd UNW
1
tr
-
-s;;?nuTu
-aJnssaJd ~UTO~ Kq y3eq-e3.10~ quar,aJd
‘aTqrssrcf ji UJna T z Bursn ‘3amos BT.I~;~~J 03~7 adTd ysn;
51 JOJ paqJnqsrpun ?u~oC shes?: ‘7uama3 ssa3xa $30 adTp, -9
I 03 spuo3as OF: 33e~d UT ploq Lqay30s UT h;TTnj ad-yd uro3qoa ’5
I
I ‘;an ~I’F~S sf luaui~3 aiTqfi %u~?q~j pue ad76 aTqmassy ’3
I *adTd 90 apTauT UnJ 02 quaUa3 MOTTe LON OU I
-Li:i~ qqday: ?ay3os 02 qeor, ‘adTd pua-TTaq uo ‘daAeT uahr“ ‘rrinTpau i?~n ?a3306 EO:, ‘qayaos 53uTaqyJ JO qqda:,
oq TEnba ;ad?d 02 -,t;arnsa 3Ad 30 Jade1 uaha ‘TTnj dldciy *f
* BUK~J 03 incqqTr AEM aqq 30 VIE: c; E\! 7s.e~~ ?e SUT~?TJ oqu~ OB
-an2s?ow pue asex8 ‘~JTP
prnoqs adTd -8crquarrras aJojaq 773 hp Jadwd JOJ q3aqz ‘2
TTE aAauaJ 03 2u;;q:j pue ad?d JO a3ejJns Zurqem ueaT3 -1
2317dS Linaiio3
YO 0-1 Q!’ Q A .;3 i/\ 3-J -@ 3 id
J]
I
06eg UOS
~NIX’Z~S mmo3 elW3 x03
SO~VUNVLS 9Nlt133N19W = , :Uo:s1q
)-zz--(l :ava a=q I S33113VUd UNV
ZO’IT :x-
16?
68-t Z-7 1 :UOTS-
,
- 6B-TZLT1 :a3??a ansq
190TT :fa- -26\
3NIN013ISOd XLITILR lINB SZf'H3N?XL 06e!0 UDS
(an) NoILnsrIaLSIa aNno83X3aNn WD9 x03
s~~tlaNV.LS ONILI33N19N3 - S3311.3VUd UNV
n
1 E e a
l 0 P TI 0 NAL
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carlsbad who:
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called Tit
and Sierra Pacific West, Inc. whose addre
is P.O. Box 230564, Enchitas, CA 92023-0564 hereinafl
called "Contractor" and First Pacific National Bank who address is 11717 Bemardo Plaza Court, San Diego, CA 92128-2474
hereinafter called "Escrow Agent. 'I
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree
follows:
I. Pursuant to Sections 22300 and 10263 of the Public Contract Code of the State
California, the contractor has the option to deposit securities with the Escrow Agent as
substitute for retention earnings required to be withheld by the City pursuant to the Constructi
Contract entered into between the City and Contractor for the Olivenhain Road VVideni
Project, Contract tjo. 3466 in the amount of
dated 11-20-96 (hereinafter referred to as the "Contract"). Alternatively, on writi
request of the contractor, the City shall make payments of the retention earnings directly to 1
escrow agent. When the Contractor deposits the securities as a substitute for Conk
earnings, the Escrow Agent shall notify the City within 10 days of the deposit. The Escrow Agc
shall maintain insurance to cover negligent acts and omissions of the escrow agent
connection with the handling of retentions under these sections in an amount not less tt-
$100,000 per contract. The market value of the securities at the time of the substitution shall
a least equal to the cash amount then required to be withheld as retention under the terms
the contract between the City and Contractor. Securities shall be held in the name of
First Pacific National Bank , and shall designate the Contractor as
beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otheM
would be withheld from progress payments pursuant to the Contract provisions, provi(
that the Escrow Agent holds securities in the form and amount specified above.
$1r705r360-01
3. When the City makes payment of retentions earned directly to the escrow agent, the esci
agent shall hold them for the benefit of the contractor until such time as the escrow creF
under this contract is terminated. The contractor may direct the investment of the paymc
into securities. All terms and conditions of this agreement and the rights and responsibili
of the parties shall be equally applicable and binding when the City pays the escrow a<
direct I y .
4. The contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the Escrow Account and all expenses of the City. Th
expenses and payment terms shall be determined by the City, Contractor and Escrow /
5. The interest earned on the securities or the money market accounts held in escrow anc
interest earned on that interest shall be for !he sole account of Contractor and shal
subject to withdrawal by Contractor at any time and from time to time without notice to
City.
712
-
4 0 0
6. Contractor shall have the right to withdraw all or any part of the principal in the Escro Account only by written notice to Escrow Agent accompanied by written authorization fro
City to the Escrow Agent that City consents to the withdrawal of the amount sought to t
withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by tt
Contractor. Upon seven days' written notice to the Escrow Agent from the City of tt default, the Escrow Agent shall immediately convert the securities to cash and sh;
distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final ar
complete and that the Contractor has complied with all requirements and procedun applicable to the Contract, the Escrow Agent shall release to Contractor all securities ar
interest on deposit less escrow fees and charges of the Escrow Account. The escrow shz
be closed immediately upon disbursement of all moneys and securities on deposit ar
payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the contract(
pursuant to Sections (I) to (8), inclusive, of this agreement and the City and Contractor sh: hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement (
the securities and interest as set forth above.
10. The names of ffie persons who are authorized to give written notices or to receive writte notice on behalf of the City and on behalf of Contractor in connection with the foregoinc and exemplars of their respective signatures are as follows:
For City:
City of Carlsbad
Address 1200 Carlsbad Village Dr, Carlsl:
For Contractor: Title Chief Executive Officer
Sierra Pacific West, Inc.
Address P.O. Box 230564, Encinitas, CA
For Escrow Agent: Title Vice President/Commercial Loan Offi
First Pacific National Bank
Address 11717 Bernard0 Plaza Ct., San D.
(
em pes 7/23/91
. 0 * t
1 i At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrc
Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers (
the date first set forth above.
I
For City: Ti ti e May 0 r
City of Carlsbad
Address 1200 Carlsbad Village Dr., Carl
For Contractor: Title Chief Executive Officer Sierra Pacific West, Inc.
-
Address P.O. Box 230564, Encjnitas, CA
For Escrow Agent: Title Vice President/Commercial Loan Off
First Pacific National Bank
Address 11717 Bemardo Plaza Ct., Sari Di
6
4- a+? 71231s