Loading...
HomeMy WebLinkAboutSpiess Construction Co Inc; 1991-04-24; 33461 1 -e I I I I 8 I I 1 1 1 R I TABLE OF CONTENTS - Item Pane NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 CONTRACTOR’SPROPOSAL ........................................ 4 BIDDER’S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . 20 DESIGNATION OF SUBCONTRACTORS AND METAL FABRICATOR . . . . . . . . . . . 22 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . 24 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . 25 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . b 1 26 I CONTRACT - PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27 LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35 PERFORMANCEBOND ........................................... 37 b ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . 39 RELEASEFORM ............................................... 43 SPECIAL PROVISIONS SECTION B I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION . . . . . . . . . . . . . . . . . . . . . . . . . . . . 44 SECTION C 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS . . . . . . . . . . . . . . . . . . . 57 TRASHENCLOSURE ......................................... 65 i 10/3/90 Rev. I) L TABLE OF CONTENTS (Cont'd.) Itern Page SECTION D 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS .................... 66 I SECTION E TECHNICAL SPECIFICATIONS FOR TRAFFIC SIGNAL ..................... 76 SECTION F FOUNTAIN AND FILTRATION SYSTEM 89 I I 1 I I B I b I 1 1 1 1 1 I I ............................... 10/3/90 Re7 .. 11 t 1 1 CITY OF CARLSBAD, CALIFORNIA NOTICE l"G BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 12OC Carlsbad Village Drive (formally Elm Avenue), Carlsbad, California, until 4:OO P.M. on thc 5th day of February, 1991, at which time they will be opened and read, for performing the work as follows: I 1 I 1 I I I b I I 1 I I 1 il I OCEAN STREET SCULPTURE PARK CONTRACT NO. 3346 The work shall be performed in strict conformity with the specifications as approved by tht Carlsbad Housing and Redevelopment Commission on file with the Municipal Project: Department. The specifications for the work shall consist of the latest edition of thr Standard Specifications of Public Works Construction, hereinafter designated as SSPWC. as issued by the Southern Chapters of the American Public Works Association. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-ownec businesses. No bid will be received unless it is made on a proposal form furnished by the Purchasinz Department. Each bid must be accompanied by security in a form and amount requirec by law. The bidder's security of the second and third next lowest responsive bidders mal be withheld until the Contract has been fully executed. The security submitted by all othe unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days afte the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectior 22300), appropriate securities may be substituted for any obligation required by this noticc or for any monies withheld by the City to ensure performance under this Contract. SectioI 22300 of the Public Contract Code requires monies or securities to be deposited with thc City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit 10/3/90 Re1 t 2 All bids will be compared on the basis of the EngineeJs Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $750,000. No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury, pursuant to Business and Professions Code Section 7028.15. The following classifications are acceptable in accordance with the provisions of state law: 'A' only. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, at no charge. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant tc the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 oj the Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay les: than the said specified prevailing rates of wages to all workers employed by him or her ir the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions o Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 172( shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, a indicated in this proposal, times the unit price as submitted by the bidder. In case of i discrepancy between words and figures, the words shall prevail. In case of an error in thc extension of a unit price, the corrected extension shall be calculated and the bids will bc computed as indicated above and compared on the basis of the corrected totals. 1 1- 1 I I I I 1 I I b 1 1 1 I I .I 10/3/90 Re\ f 3 All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (lOOo/o) and fifty percent (50°/o), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City for a period of one (1) year from the date of formal acceptance of the project by the City. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. Approved by the Carlsbad Housing & Redevelopment Commission, by Resolution No. 162, adopted on the 18th day of December, 1990. I i I 1 1 li I 1 I 1 I 1 1 I I I $. 1 Raymond R. Patchett, Secretary b- Date t 10/3/90 Re\ 4 R (=TTy OF CARLSBAJJ OCEAN STREET SCULPTURE PARK CONTRACT NO. 3346 CONTRACTOR’S PROPOSAL, i II I I 1 1 b- I 1 I 1 I I I I Carlsbad Housing & 1200 Carlsbad Village Drive I Carlsbad, California 92008 Redevelopment Commission The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3346 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Approximate Item Quantity unit No. Item Description and Unit Price Total 13 26’2 1 22Da 1 Remove Existing Asphalt Paving at 600 CY Dollars per Cubic Yard 2 Remove Existing Unreinforced LYLE /,90G:az% Concrete at 40 CY Dollars per Cubic Yard 3 Remove Existing Reinforced 117P) 23% 9 Concrete at 22 CY f---’ Dollars per Cubic Yard 4 Clear & Grub at 1 LS i 1 j8x?m rl,Ho.~ Dollars (Lump Sum) 10/3/90 Re\ t I L c Approximate Item Quantity unit No. Item Description and Unit Price Total 7ap? 7m1y$& EV,?,? a@.d/fl t?b3,Yw g63: "2& 5.L% 32aL187$ 46% q2LP.g i5&??& 12; 160 ??A l+lgk Iljrn% 0 "% l0;58Of~ 5 Remove Existing Trash Enclosure at 1 LS I Dollars (Lump Sum) 1 1 6 Remove Light Pole 1EA 1 8 1 b 9 Unclassified Excavation at 200 CY R I 1 I Dollars Each 7 Remove Ex. Business Sign & Pole at 1 LS Dollars (Lump Sum) 8 Remove 18" CMP Storm Drain at 62 LF Dollars per Lineal Foot Dollars per Cubic Yard 10 Borrow Excavation, Import 800 CY to Site at Dollars per Cubic Yard 1 11 Class "A" Topsoil at 800 CY 1 Dollars per Cubic Yard 12 Cold Mill Asphalt Paving at 23,000 SF II 1 1 Dollars per Square Foot 10/3/90 Rev t 6 I Approximate item Quantity Unit 13 Adjust Access Holes to Grade at 3EA No. Item DescnDtion and Unit Price Total 575% IrE% z?o?A 230,Yd 23032 %aYM In% ho vi2 bo*% 37rnI2 8,YA $&a% 7s*?$ !,?rnJ% 1 Dollars Each M-10 Box Over Exist. Survey Monument at 1EA I 1 I I I 1 b I I 14 Dollars Each Adjust Valve Box to Street Grade at 4 EA 15 Dollars Each Adjust Water Meter Boxes to Grade at 4 EA 16 1 Dollars Each 17 A.C. Paving at 650 TON Dollars per Ton I 18 Class I1 Base at 200 TON I Dollars per Ton 19 Concrete Slurry Backfill at 20 CY I I 1 1 Dollars per Cubic Yard 10/3/90 Re! / t 7 I Approximate Item Quantity Unit No. Item Description and Unit Price Total 20 6" Median Curb, Dwg. G-6, Type B-1 547 LF \2,?xx &4+P?& Iz,"/Xx 30841% l?Lm/H @%-,%/ L @ d90 ??A)! I I 1 Dollars per Lineal Foot 21 6pf Straight Curb per Dwg. G-1 at 257 LF I I 1 1 b I I I Dollars per Lineal Foot It 22 6f Type G-2 Curb & Gutter at 447 LF Dollars per Lineal Foot 23 6" A.C. Berm at 115 LF Dollars per Lineal Foot 7s" 3. A 9j97s3 24 6" Reinforced PCC Paving at 2660 SF Dollars per Square Foot 3jm /jbY/J% 25 4" PCC Flatwork in Median at 547 SF Dollars per Square Foot qF+ L 7000 SF 3 I 26 4" Colored Concrete at I Dollars per Square Foot qY!L /z;Oiio.Bq 27 7.5" Colored Reinf. Concrete at 2150 SF 1 1 1 Dollars per Square Foot 10/3/90 Re- b 8 I Approximate Item Quantity Unit 28 Pedestrian Ramp at 2EA - No. Item Descrbtion and Unit Price Total &fi? mib@?& 1 Dollars Each I I 29 Guardrail Termination at 1 LS 1 I I 1 I 1 I boarn &b,m t Dollars (Lump Sum) /!?7?& &G*% @mi& //,rnbrn4 30 Remove & Reinstall Handrail at 46 LF Dollars per Liineal Foot 31 6’ PVC Drain Pipe at 560 LF Dollars per Lineal Foot ‘ 32 Precast Median Drain Box with ao,% lf~O,B”/Xx Grate & 6’ PVC Stub-out at 4EA4 Dollars Each 33 Trench Drain 43 LF Dollars per Lineal Foot 4” Perforated Drain Pipe System Including Aggregate & Drainage Fabric, Complete & In-place, II per Plans, at 460 LF I Dollars per Lineal Foot 34 5,v;/, aly/yc,% 1L I 10/3/90 Rei t 9 1 Approximate I tem Quantity unit No. Item Description and Unit Price Total 35 6' Dia. Planter Drain & Clean-out at 2EA >3b? 460Y i I I 1 1 1 1 ID 1 I I I D 1 Dollars Each 2,~?OdOzI B7o.Yw 3j9gba 393,~x /q - 7m3& 36 Curb Drain Outlet at 1EA Dollars Each Type B-1 Curb Inlet & 37 Local Depression at 1EA 7 Dollars Each 38 Concrete Trench Backfill per Dwg. S-8 at 50 LF Dollars per Lineal Foot 36P Jjd35% Q2.@ /3,&S7 1 39 Concrete Lug at 3 EA Dollars Each 40 18" RCP Storm Drain at 214 LF 1. Dollars per Lineal Foot 3zzo,m 33wd + 40- lp2. % 41 Trash Enclosure, GS-16 Modified at 1 EA 7 1 Dollars Each 42 A.C. Seal Coat at 1880 SY Dollars per Square Yard 10/3/90 Re. t 10 I Approximate Item Quantity Unit 43 Parking Lot Striping at 1 LS No. Item Description and Unit Price Total b?oYi 87oI?!h 1 Dollars (Lump Sum) I 1 44 4" Dia. Steel Bollards at 3EA 3 1 I I 1 1 I 1 1 I 13Bi%x 4/4t% I Dollars Each /8;4mlrn 18, 4m14 45 Traffic Control at 1 LS Dollars (Lump Sum) 12; 170.76 /Z-/ .Qo,T 46 Road Signs & Striping at 1 LS Dollars (Lump Sum) b 47 PCC Retaining Wall at Bluff-top Z%a/~ 4430, &A per Std. Dwg. C-12 at 670 SF Dollars per Square Foot ART SCULPTURE 48 PCC Planter, Stairs, Benches, Ramp, and Wall at Fish Restaurant at 1 LS yi;BBDBz1 4Y;m.y Dollars (Lump Sum) I/%$ q8b8,7 49 Metal Pipe Low Fence at 262 LF 1 Dollars per Lineal Foot 10/3/90 Re t 11 I 1 II II I 1 I Plans at 1 LS I) M 8 I 1 @ i 56 Trash Receptacles at 4EA Approximate Item Quantity unit Tot a1 No. Item DescriDtion and Unit Price 50 ?- Metal Pipe Tall Fence at Planters at l/5,?zx 24,2&9 211 LF Dollars per Lineal Foot Metal Pipe Tall Fence at Pools at 56 LF 51 ,RaA b,552-. OD Dollars per Lineal Foot 52 Overhead Structure, Columns, & Trellis Complete & In-place per 28m& a,mm lb,50O.%i 16 mi;% I 1 Dollars (Lump Sum) 53 PCC Fountain Construction at 1 LS I Dollars (Lump Sum) Fountain Mechanical & Piping System Including all Conduit & Equipment 54 27,run% Z$brnd?-!A Complete & In-place per Specs at 1 LS Dollars (Lump Sum) 12" x 12" Hardscape Catch Basin at 7 EA 55 m% W,L."U/;o( Dollars Each 5E% 2,07Z$k 1 Dollars Each . 10/3/90 Re r 1 12 1 1 1 li I I 8 per Plans at LS Approximate and Unit Price Total Item Quantity Unit No. Item Description SCULPTURE PARK ELEmcAL 57 Install Underground Electrical r- System, Including Conduit, Conductors, Pull Boxes, Etc., for Service to Site Lighting Features, Complete & In-place, 10; %ill% 10; ci 80 $i, per Plans at LS Dollars (Lump Sum) 58 Install Recessed Pool Light System, Complete & In-place, Fs,bZs,% @25,% 1 Dollars (Lump Sum) b 59 Install Lighting Fixtures, I Dollars (Lump Sum3 6,380~~ 43D, % Complete & In-place, per Plans at LS 60 Install Flood Light on Surf $62- &2!%x 1 Shop at 1 LS Dollars (Lump Sum) 1 I Complete at 1 LS 1 1 E TRAFFIC SIGNAL SYmM, STREET LIGHT 61 Traffic Signal System 57,4m? 5; wo,a f Dollars (Lump Sum) 10/3/90 Re f 1: i 1 i fpo?h& 4yRl >&A 1 Hook-up at 1 LS 5)-7b5?x S7bS. % I Sculpture Park at 1 LS 7>uln% -j%w% b Approximate Item Quantity Unit No. Item Description and Unit Price Total %mYJ 2;820% t- 62 200w HPS Street Light at 1EA Dollars Each 1 IRRIGATION SYSTEM 63 Beach Shower & Water .I Dollars (Lump Sum) 64 Irrigation System in I Dollars (Lump Sum) 65 Irrigation System in Road Median at 1 LS J Dollars (Lump Sum) c I 1/ E SI LANDSCAPE PLANTING 66 lo’ BTH Palm Trees at 10 EA 55D>YW 5,5uoi % Dollars Each 76% qr56,% 67 15’ BTH Palm Trees at 10 EA Dollars Each /iP% Zsia.? 1 68 5-Gal. Shrubs at 200 EA 1 Dollars Each 10/3/90 Re r 1 1 t g 1 I a 1 71 60-Day Landscape Maintenance at 1 LS - 1 b I 1 1 I f B 8 Approximate Item Quantity unit No. Item Description and Unit Price Total 5 mk 5bS? t- 69 1-Gal. Shrubs at 113 FA Dollars Each 70 Groundcover Planting, 12" O.m§ I656 OD 6,6971 DE) O.C. at 7360 SF + Dollars per Square Foot I Dollars (Lump Sum) OAK AVENUE & LINCOLN STRJZET 3a' La f%,@ 2HP s3: 9/3*% /P%& 5LHrn4 72 Remove Existing Wood Planter at 1 LS fl Dollars (Lump Sum) 73 Remove AC Paving at 40 CY Dollars per Square Foot 74 Remove 6" Curb & Gutter at 110 LF I Dollars per Lineal Foot 75 Unclassified Excavation at 40 CY Dollars per Cubic Yard 1013190 Re t 15 i i Q Approximate Item Quantity unit No. Item Description and Unit Price Total 3gT /)7rn'Q t- 76 Class I1 Base at 50 TONS Dollars per Square Foot qa"D 5/+rnJfl 1 77 A.C. Paving at 60 TONS 1 Dollars per Square Foot 1 i3p 3)2t/,% l0i3xL 476yiUx- 78 6' G-2 Curb & Gutter at 247 LF I I I Dollars per Lineal Foot 79 6" Straight Curb (G-1) at 168 LF Dollars per Lineal Foot 2l .77/ L. c/ 32% 2? Z) 7/11 @ b 80 7.5" Concrete Driveway at 850 SF I Dollars per Square Foot 81 4" Concrete Sidewalk at 1235 SF I I I /?I../ yLk243,iQ I 1 3 i 1 Dollars per Square Foot 550? s$Q,O 82 Pedestrian Ramp at 1F.A Dollars Each 83 Type C-1 Masonry Retaining Wall at 260 SF 1 Dollars per Square Foot 10/3/90 Re f 16 1 I 1 I 1 Approximate Item Quantity unit 84 Concrete Steps at 1 LS No. Item Descriution and Unit Price Total /35TLrn 4 t" - Dollars (Lump Sum) Type B-1 Curb Inlet & 85 Local Deprs. at 1EA --3 3;4!5qc Dollars Each 2%" 2332.4 I 86 12" RCP Storm Drain at 62 LF I Dollars per Lineal Foot zo- 1; 2-40, %Y h2 /m3& _d;;-L. k,4/.&&d;c34*e&<'M- /L-J* +/7+ wz-4 &22-( "+5 Total amount of bid in words:- sc- m5anaOvlF wd Total amount of bid in numbers: $ b7 ~ / 9 7 L 0-b 87 Concrete Encasement at 62 LF 3 b 8 1 0 1p I I I Dollars per Lineal Foot - 88 Landscape Drain & 4" PVC Pipe at 1 LS Dollars (Lump Sum) - 89 Parking Lot Striping at 1 LS Dollars (Lump Sum) /trT 97 - b/J2 ,7Y70.'& J Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). proposal. has/have been received and is/are included in th / I//; yo A &yy yy <J'i 74 10/3/90 Re- t- 1 -?A i 17 The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omissions of the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the Carlsbad Housing and Redevelopment Commission, the proceeds of the check or bond accompanying this bid shalI become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that they are licensed to dc business or act in the capacity of a contractor within the State of California and that the3 are validly licensed under license number , classification A~ B~ '- which expires on 5 - 3 1 - 9 2 . This statement is true and correct and has the legal effeci of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuan to the Business and Professions Code shall be considered nonresponsive and shall bc rejected by the City. 5 7028.1S(e). In all contracts where federal funds are involved, nc bid submitted shall be invalidated by the failure of the bidder to be licensed in accordancl with California law. However, at the time the contract is awarded, the contractor shal be properly licensed. Public Contract Code 3 20104. The Undersigned bidder hereby represents as follows: II i J I 1 I It I b 11 I I 1 3 3 3 9 8 9 1. That no Commission member, officer agent, or employee of the City of Carlsbad i personally interested, directly or indirectly, in this Contract, or the compensation tc be paid hereunder; that no representation, oral or in writing, of the Commissior its officers, agents, or employees has inducted him/her to enter into this Contracl excepting only those contained in this form of Contract and the papers made a pax hereof by its terms; and t 2. That this bid is made without connection with any person, firm, or corporatio making a bid for the same work, and is in all respects fair and without collusion o fraud. Accompanqang this proposal is Bidder ' s Bond (Cash, Certified Check, Bond or Cashier's Check) I for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code whic requires every employer to be insured against liability for workers' compensation or 1 undertake self-insurance in accordance with the provisions of that code, and agrees 1 comply with such provisions before commencing the performance of the work of th Contract and continue to comply until the contract is ccmplete. I 10/3/90 Re t I le The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. 4 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: i (1) Name under which business is conducted I I (2) Signature (given and surname) of proprietor 1 (Street and Number) (3) Place of Business City and State (4) Zip Code Telephone No. 8 1( IF A PARTNERSHIP, SIGN HERE: 1 b (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signatur must be made by a general partner) 1 1 8 I I R (3) Place of Business (Street and Number) City and State Zip Code Telephone No. m t 10/3/90 Re 8 19 a IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted Spiess Construction Co., Inc. ; (2) I I 8 I 8 I I t 8 a 1 I 1 Signature Secretary/Treasurer Title Impress Corporate Seal here (3) Incorporated under the laws of the State of California (4) Place OfBusiness 1110 E. Clark, SUj.te u-2 (P.0. BOX 2489 (Street and Number) Santa Maria, CA. City and State b (5) Zip Code 93457 Telephone No. 8 o 5-9 3 7-5 8 5 51 NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BI Al'TACHED List below names of president, vice president, secretary and assistant secretary, if ; corporation; if a partnership, list names of all general partners, and managing partners: Frederick W. Spiess President Marvin B. Carter Vice-president Elena AI-bertoni S e c re t ary / Treasurer n t 10/3/90 Re 20 BIDDEB’S BO ND TO AC COMPANY PRO POSAL 0 LVOW ALL PERSONS BY THESE PRESENTS: -1 we, Spiess Construction Co., Inc. 3 as p&Cipd, ad The American Insurance C as Surery are held and hdy bound unto the City of Carlsbad, California, in an amount as follows: (must be at leas1 ten percent (looh) of the bid amount) for which payment, well and truly made, we bind omelves, ow heirs, executors and administrators, SUCC~SSQ~S or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bsmden Prbxipal for: Ten Percent of the Amount of Bid 1 OCEAN SrREEr SCULPTuliE PARK CONTRACT NO. 33% ir.1 the City of Carlsbad, is accepted by the Carlsbad Housing and Redevelopment Commission, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within ten (10) days from the date of award of Contract by the Hcjusing and Redevelopment Commission of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. ... I ‘1.1 .I.* 1 1v.o li.. ..I* .I.. .I.. ... v ,... 10/3/90 Rev, e -.. -. . > 21 In the event Principal executed this bond as an individual, it is agreed that the death of Principal shall nor exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 24thday of PRINCIPAL: SURETY: (Name of Principal) By: @ Executed by SUREIY this 24th day of January , 19-91 J anu ar y , 199L. Spiess Construction Co., Inc. The her ican Insurance Company 3 I 4 Patricia Golden --- Elena Albertoni , (print name here) printed name of Attorney-in-Fact .( (title and organization of signatory) current power of attorney) Secretary/Treasurer (attach corporate resolution showing D I * v 0 ' i By: (sign here) \ (print name here) (rirle and organization of signatory) (Proper notarial ackaowiedge of execution by PWNCIPAL and SiXElY musl be attached,) (President or vice-president and secrerary or assistant secretary must sign for wrpvrations. lf only one officer signs, the corporation must attach a resolution certified by the secretary or assisrant secretary under I \ 4. 5. 9 r corporate seal empowering that officer to bind the corporation,) * APPROVED AS TO FORM: City Attorney 1 VINCENT F, BIONDO, JR. t By: KAREN J. HIRATA Deputy City Attorney 10/3/90 Rev. e ) ss. STATE OF CALIFORNIA before me, the undersigned, nd State, personally appeared d personally known to me proved to me on the basis of satisfactory evidence to be the President, and gpersonajly known to me 0 proved to me on the basis of satisfactory evidence within Instrument, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of ELEAJA .&.L flEK%z/d/ U \D to be the Tgk?A d>l Secretary of the corporation that executed the MOTA?\ pLsL,c i: .,-OR'?lR A N .- g? g: its board of directors. '2 ' Signature U'CI e.-3 % FOR NOTARY STAl - ATTORNEY-IN-FACT ACKNOWLEDGMENT -&-- ------ .---. - a%- 1 --. 9 ~ Stateof California On this the 24th day of J anu ar v 1991 ) I Countyof ss. before me, the undersigned Notary Public, personally appeared g personally known to me 0 proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as attor (nai In fact of person not appearing before Notary), the principal, and acknowledged to me that A (heishe) subscribed the principal's name thereto an( ker (hisiher) own name as attorney in fact WITNESS my hand and official seal Patricia Golden (name of attorney in -7 Santa Clara $4 The American Insurance Company 0 ;";" >$ Tii 4 p9 7 j p 92 d&d&h gJPd?J fl Notaf$'s Signature ATTENTION NOTARY Although the information requested below IS OPTIONAL it could prevent fraudulent attachment of this certlf~cate to another document Title or Type of Document THIS CERTIFICATE MUST BE ATTACHED Number of Pages Date of Document 1 TO THE DOCUMENT & DESCRIBED AT RIGHT Signer(s) Other Than Named Above f-n -~-~~~~~~&~ ~ P~~2?*~~a~~?P&%~ 0 NATIONAL NOTARY ASSOCIATION * 8236 Remrnet Ave - P 0 Box 7184 * Canoga f I I 22 I I DESIGNATION OF SUBCONTRACI'ORS The Contractor certifies he/she has used the sub-bids of the following listed Contractor: in making up his/her bid and that the sub-contractors listed will be used for the work foi which they bid, subject to the approval of the City Engineer, and in accordance wit1 applicable provisions of the specifications and Section 4100 et seq. of the Public Contract: Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made ir these subcontractors except upon the prior approval of the City Engineer of the City o Carlsbad. The following information is required for each sub-contractor. Additional page: can be attached if required: t II I Work Full Company Name with Zip Code with Area Code Items of Complete Address Phone No. #lEL/CAd 61d P/ar.llfl 9/ MAUtlAe@- PC lbi, +1,12! 33 1/4 u-€Y LFm3 61 9 - ?+-? -m b,Lf -7% -mi 8 If ea, 3 I LC, 5 GI LUD4 fXCAV4TIOd r&q /y"dflW vm p 7B& I fi 17,18 ,&y& Plni h5phI& V3!7(0,73 ;gq EU.idfckj I@ (oiy -?% - ?(pE 1 8 I 4+844j\5,ib R/I w DA~I~ 6 ad /5(&4/ %rn4RDb la,?- L72 -4 I 38,33,40,55 535,%)%7 1 88 I il t e tD %;+ 10g ~&MwE f?k.d Y I 31; 3435 37 I $63-71 p.ie.i\t&/l w1 .e 973 Vda%meo IZ?q ' sfQ& OM-70 V\j+Q w 10/3/90 Re 22 DESIGNATION OF SUBCONTRACTORS The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up his/her bid and that the sub-contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each sub-contractor. Additional pages can be attached if required: e Items of Complete Address Phone No. Work Full Company Name with Zip Code with Area Code 4? +3$bj iQl, 8.4 OmulcjelECb %-@Ll/M& s €RUE 183 ni,fikhy st 7/+ 637 - 435 ++ q~,51j5L &9f?E&#pJ #&T@f?zl!ldJ ppil Lnd&;Li 1.91.c hi9 - 743 - &&-E O&ny<,Scl &&g G50 M id ih , yE qZ&q %,5Y,5-l.3, - &a5 EL;FUQC<TA/L/ lI%i FUEpFP? (014'- 447- 71aIQl fl, be, lQ 1. (CIL GLCA~-oN,~ I 9 x2-a SURVE\;/ hprss @IT &SC. )TAL 3 i I E 1 W4f;tf/WLT&J 6d7- -jw -%to ./ t75@hlD100,~4 I 9Za&- 6 h/43.+$-sIQIY 71 t+g!?$l 5z I'll a 10/3/90 Rev I 23 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. i I I 8 1 I 8 b II Type of State Contracting Carlsbad Business Amount of Bid Full Companv Name License & No. License No.* ($ or Yo) #nqFk2IcAhI QLO YUNINL u c * 5247gY A 16 JUG F(JK VDA i3G%I/ATIN6 d 5Of ZgL- - C-/2 /VOn/E 33. m, u7l p/m A5rmtT # c50)$3 L C-id/ m#u. &M.qG/D :+rip 5EP-rliE .?q( 0845- kif% 0, m &?H t umcpe $;-fiL&M$cc b UJP Ll EK /tJofiiz 5+.5ri, d-7, //&i.c/,5 /zeT&c *w qrgL//o - [ -10 AhJF 79: MO I n (qk?V€Y IIfdE ?,Jm ? c /($ j bVC9 54. .- . 43DLSY c-27 Nw& s, lab8 23pt Dl) %$???+ DLldID bAUi5 f7~N 'LEN6 A @Oh& NdhltF - 92 I * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. DESIGNATION OF METAL FABRICATOR 8 I Company Name The tall and low picket-style pipe fence and associated hardware will be fabricated by: ~ERIC~R~ METALS 1%O Znhr%via/i AN 'c-s;~ .BLTS @i ddre Fabricator's Issued by G?mEh ,(A q a27 License No. (Name of Agency) The pipe fence will consist of: Contractor to select one (1) of three (3) systems: 1 I I I 1 Theck:n2ee1, 3 coat paint system per Section 210 2. Galvanized steel, 2 coat paint system per Section 210. 3. Anodized aluminum per PIan Sheet No. 14. 10/3/00 Re. .f 1 24 BIDDER’S STATEMENT OF FINANCW RESPONSIBILITY Bidder submits herewith a statement of financial responsibility. i A Financial statement will be provieded, upon request, if I I 1 1 1 b I 8 8 I E I I I I apparent low bidder 10/3/90 Re F e SPIESS CONSTRUCTION CO., INC. FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION For the Year Ended October 31, 1990 a a JOHN R. SPOONER CERTIFIEO PUELIC ACCOUNTANT 210 WEST MAIN STREET I POST OFFICE BOX 2593 SANTA MARIA. CALIFORNIA 93455-2593 (805) 925-0539 a March 8, 1991 To the Board of Directors Spiess Construction Co., Inc. Santa Maria, California I have audited the accompanying balance sheet of Spiess Construction Co., Inc.! as of October 31, 1990, and the related statements of income, retained earnings, and cash flows for the year then ended. These financial statements are the responsibility of the Company's management. My responsibility is to express an opinion on these financial statements based-on my audit. I conducted my audit in accordance with generally accepted auditing standards. Those standards require that I plan and perform the audit to obtain reasonabl-e assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the over all financial statement presentation. I believe that my audit provides a reasonable basis for my opinion. In my opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Spiess Construction Co., Inc. as of October 31, 1990, and the results of its operations and its cash flows for the year ended in conformity with generally accepted accounting principles. - FR- hn R. Spooner a Certified Public Accountant e a SPIESS CONSTRUCTION CO., INC. Balance Sheet October 31, 1990 ASSETS CURRENT ASSETS Cash $ 335,118 Marketable securities 1,215 Receivables: Certificates of Deposit 100,000 Current contracts $3,984,839 Retentions, contracts in progress 704,495 Stockholder (Note 2) 231,900 Note 55 , 000 ---------- Total receivables 4,976,234 Costs and estimated earnings in excess of billings 475,099 Prepaid income taxes 245,841 Total current assets $6,133,507 238 , 040 ---------- INVESTMENT 0 Real Estate PROPERTY AND EQUIPMENT (Note 3) Property and equipment, less accumulated depreciation of $1,347,252 572,316 $6,943,863 ---------- _-___----- _-____-_-- Total assets See accompanying’notes to financial statements. a 2 a SPIESS CONSTRUCTION CO., INC. Balance Sheet October 31, 1990 LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES Trade accounts payable $2,816,031 Subcontractor retentions 217 , 837 Accrued expenses 41,110 Billings in excess of costs and estimated earnings 268 , 184 Income taxes payable 482 , 949 Total current liabilities $3,864,495 Current portion of long term liabilities 38 , 384 ---------- LONG TERM LIABILITIES (Note 4) Notes payable, less current portion of $38,384 16 , 421 $3 , 880 , 916 ---------- Total liabilities STOCKHOLDERS' EQUITY Common stock, no par value, 100,000 shares authorized, 724 shares Retained earnings 2 , 952 , 947 Total stockholders' equity $3,062,947 Total liabilities and stockholders' equity $6,943,863 e , issued and outstanding 110,000 ---------- ---------- _______-_- -_-_--_-_- See accompanying'notes to financial statements. a 3 SPIESS CONSTRUCTION CO., INC. Income Statement For the Year Ended October 31, 1990 a REVENUES Contract revenues $24,818,277 Materia 1s 4,760,919 Labor and labor costs 3,735,396 Subcontracts 13,473,252 Equipment 424 , 516 Insurance 144,134 Other job costs 275 , 551 Closed job costs 42 , 777 22,856,545 1,961,732 DIRECT COSTS ----------- Total direct costs of contracts ----------- GROSS PROFIT BEFORE INDIRECT COSTS INDIRECT COSTS Depreciation . 263,887 Shop and maintenance wages 20,677 ' Total indirect costs 284,564 GROSS PROFIT FROM CONTRACTING 1,677,168 72% , 625 INCOME FROM OPERATIONS 948,543 106 , 210 1,054 , 753 Income tax expense 454,441 NET INCOME $ 600,312 Retained earnings, November 1, 1989 2 , 352 , 635 Retained earnings, October 31, 1990 $2,952,947 ---------- ---------- a General and administrative expenses ---------- Other income and expenses ---------- INCOME BEFORE INCOME TAXES ---------- ---------- ---------- ---_------ See accompanying-notes to financial statements. e 4 a SPIESS CONSTRUCTION CO., INC. For the Year Ended October 31, 1990 Statement of Cash Flow CASH FLOWS FROM OPERATING ACTIVITIES Net income $ 600,312 Adjustments to reconcile net income to net Depreciation 270 , 456 Increase in costs and estimated earnings (192 , 249) Increase in accounts receivable (1,152,868) Increase in note from stockholder (115,000) Increase in prepaid income taxes (110 , 457) Increase in accounts payable 1,428,804 Decrease in subcontractor retentions (172,805) Decrease in accrued expenses (65 , 400) Decrease in billings in excess of costs and estimated earnings (335,862) Increase in income taxes payable Total adjustments $ (126,324) cash provided by operations: in excess of billings 319,057 ---------- ---------- Net cash provided by operating activities $ 473,988 ---------- CASH FLOWS FROM INVESTING ACTIVITIES Decrease in investments $ 140,338 Purchase of investment real estate (100,540) Net increase in equipment (320,788) $ (270,990) e Decrease in note receivable 10,000 ---------- Net cash provided by investing activities ---------- CASH FLOWS FROM FINANCING ACTIVITIES Repayment of long term debt (64,776) ---------- Net cash provided by financing activities $ (64,776) ---------- Net increase in cash and cash equivalents $ 138,222 Cash and cash equivalents at beginning of year 196 , 896 $ 335,118 Cash and cash equivalents at end of year ---------- __-____-__ -___-__-_- ,. See accompanying'notes to financial statements. 0 5 SPIESS CONSTRUCTION CO., INC. Notes to Financial Statements For the Year Ended October 31, 1990 a Note 1 Summary of Significant Accounting Policies Background and Organization. Inc. was incorporated in the State of California on March 1, 1977. The Company is a general construction contracting business engaged principally in public works projects, Construction projects consist of water tanks, underground pipelines and sewers, removal and installation,of underground tanks, building construction, and pedestrian bridges. Method of Accounting. of completion method of revenue recognition on its long term construction contracts, completion method, revenues and costs are recognized in proportion to costs incurred on the contract to the estimated total contract cost, Changes in job performance,. job conditions and estimated profitability, including those arising from contract penalty provisions and final contract settlement, may result in revisions to revenue and costs. The effect of a revision to the contract amount or cost estimate-is reflected in the period that the required revision becomes known. A projected loss is recognized in its entirety in the period that the projected loss is discovered. Accounts Receivable. off method of recognizing uncollectible accounts receivable. Following this method, uncollectible accounts are expensed in the period in which they are determined to be worthless. Property and Equipment. recorded at cost and depreciated over various estimated useful lives ranging from 3.to 10 years using the straight-line method. Assets that have useful lives of more than one year and a cost in excess of $1,000 were capitalized. Income Taxes. For income tax purposes, the Company employed the percentage of completion method of revenue recognition, the same method used for financial accounting purposes, Cost of fixed assets are recovered using'the accelerated cost recovery system and modified accelerated cost recovery system. Deferred income taxes arising from the timing differences in depreciation are not material, Spiess Construction Co., The Company uses the percentage Under the percentaqe of 0 The Company uses the direct write- Property and equipment are 0 6 a Note 2 Receivable from Stockholder The note receivable from Frederick Spiess is due October 31, 1991, and accrues interest at the rate of 10% per annum. The note is unsecured. Note 3 Fixed Assets Fixed assets consisted of the following: Office furniture and fixtures $ 50,221 Machinery and equipment 1,869,347 1,919,568 Less: accumulated depreciation 1,347,252 $ 572,316 Net property and equipment ---------- ---------- __--___-_- _______-_- Note 4 Notes Payable The note payable to GEHL Financial in the amount of $12,852 is secured by assets of the business, and personal guarantees by the officers. in monthly installments of $4,283.92. noninterst bearing. The note payable to Mid State Bank in the amount of $7,863 is secured by assets of the business, and personal guarantees by the officers. in monthly installments of $650.89 including principal amortization and interest at 10.89% per annum. The note payable to Mid State Bank in the amount of $24,846 is secured by assets of the business, and personal guarantees by the officers. The loan is repaid in monthly installments of $950.31 including principal amortization and interest at 10.89% per annum. The note payable to Mid State Bank in the amount of $6,395 is secured by assets of the business, and personal guarantees by the officers. The loan is repaid in monthly installments of $677.63 including principal amortization and interest at 10.89% per annum. The note payable to Mid State Bank in the amount of $2,850 is secured by assets of the business, and personal guarantees by the officers. The loan is repaid in monthly installments of $301.98 including principal amortization and interest at 10.89% per annum. The loan is repaid The note is e The loan is repaid e 7 e Note 5 Lease Commitments The company leases equipment, yard and office space under various leases, none of which individually or in the aggregate would result in a material future minimum lease commitment. Note 6 Legal Proceedings The Company is not a party to any legal proceeding the result of which could have a material adverse effect upon the Company or its properties. a tB 8 u 8 1 I b I 8 I i i I - Date Name and Phone Amount Completed of the Employer to Contract Work Contract Contract Name and Address No. of Person Type of of See attached State Contractor's ticens< Tefsphone: (805) 937-5859 iess Construction General Engineering & Building Contractor P.0 BOX 2849 '0 SANTA MARIA, CALIFORNIA 93455 FAX # (805) 934-4432 f=.:pfzF: I E?.JCE S]Jp';lr-,i&L:7'2 0 _... :s I -rE-; I fiF'Rg<JEtqENT?s &[<E L- !. ... . 5 j ..... .. s. . .. ... . . 0 .... .. .. ~... .... ,..: it ..... . ..... .. ... , .... 8 .. .. .. . . .... .. !$ 0 ...... ..... ...... r .. . i-j :i ; .... ..... .-. ... !., 1-I ~ -f ... _..: p-.-.<.. 'i : C?,k ! :.- -.. .- a .... .... .. /.a :; .. .. ......... . T'- 1) .... 0 : <-! . .. - . si ... ... . ... ...I F 0 . ..... ._ .- 1. ..... ..... .. . j ; ;;;> y . .... . .... ..... .... .. .... .. .. _. . ii _... . ... 0 . .- . EXPERIENCE SUMMARY SITE IMPROVEMENTS AND LANDSCAPING PAGE -5- 0 19. Construct Parking Lot #3 -- Carpinteria, CA. City of Carpinteria -- Tom Evans 5775 Carpinteria Ave. Carpinteria, CA. 93013-2698 805-684-5405 Engineer: Martin, Northart & Spencer -- Robert Nisbet 414 East Cota St. Santa Barbara, CA. 93101 805-965-0595 $338,272 3-90 20. Bennett Park Tot-Lot, Westlake Village, CA City of Westlake Village -- John Pavsek 31824 W. Village Center Road Westlake Village, CA 91361 805-653-6597 $66,860 4-90 0 21. Juan Pacific0 Ontiveros School Santa Maria, CA -- Landscaping Santa Maria Bonita School District -- Eric Sonquist 321 North Thornburg Street Santa Maria, CA 93454 Architect: Hall, Hurley, Deutsch -- Brian Hall 1016 E. Main Street Santa Maria, CA 93454 805-925-2421 $342,000 a EXPERIENCE SUMMARY SITE IMPROVEMENTS AND LANDSCAPING PAGE -4- 14. Highway Planting - Valencia (Contract 07-109394) e CA. Dept. of Transportation -- Dale Fujimoto District 7, Construction Branch 15977 Yarnel Street Sylmar, CA 91342 818-362-0349 $247,732 6-89 15. Steckel Park Rehabilitation -- Ventura, CA. (Spec. #CP88-; County of Ventura -- Larry Y. Tanouye, P. E. Public Works Agency 800 South Victoria Avenue Ventura, CA. 93009 805-654-2061 $244,029 11-89 16. Oceano Campground Renovation -- Oceano, Ca. (P5316) County of San Luis Obispo -- Dona16 DeWald Dept. of General Services County Government Center San Luis Obispo, CA. 93408 0 805-549-5200 $208,149 10-89 17. Site Improvements, Forest Cove Park City of Agoura Hills -- Vince Mastroirnone 30101 Agoura Court, Suite 102 Agoura Hills, CA. 91301 818-889-9114 $61,246 10-89 18. El Carro Park Expansion -- Carpinteria, CA. City of Carpinteria -- Jeff Butzlaff 5775 Carpinteria Avenue Carpinteria, CA. 93013-2697 805-684-5405 Architect: Richard E. Taylor & Associates 824 Summit Rd. Santa Barbara, CA. 93108 805-969-4430 a $87,552 12-89 1 I I 8 I 1 1 I 1) I I I I 1 I I I 2t NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITIED WITH BID State of California 1 ) ss. t County of Santa Barbada Elena Albertoni and says that he or she is , being first duly sworn, deposes (Name of Bidder) Secretary/Treasurer (Title) of Spiess Construction Co., inc. (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on beha of, any undisclosed person, partnership, company, association, organization, or corporatior that the bid is genuine and not collusive or sham; that the bidder has not directly c indirectly induced or solicited any other bidder to put in a false or sham bid, and has nc directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyon shall refrain from bidding that the bidder has not in any manner, directly or indirectl! sought by agreement communication, or conference with anyone to fix the bid price, or c that of any other bidder, or to fix any overhead, profit, or cost element of advantag against the public body awarding the contract of anyone interested in the propose contract; that all statements contained in the bid are true; and further, that the bidder hz not, directly or indirectly submitted his or her bid price or any breakdown thereof, or th contents thereof, or divulged information or data relative thereto, or paid, and will not pa! any fee to any corporation, partnership, company association, organization, bid depositor or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that th affidavit was executed on the Atday of Februanl / , 1991. Subscribed and sworn to before me on the (NOTARY SEAL) J s.7 day of FEfl&’bfJq.&y ,192. Signature of Notary 10/3/90 Re P I I I I 27 CONTRACT - PUBLIC WORKS This agreement is made this 2 / day of ckwd , 1991, by and between the Carlsbad Housing and Redevelopment Commis on, a municipal corporation, (hereinafter called "City"), and whose principal place of business is - r SPIFSS CO NSTRUCTION CO.. INC. 1110 E. Clark, Suite U-2, Santa Maria, CA 93457 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. I I documents for: I CONTRACX NO. 3346 Description of Work. Contractor shall perform all work specified in the Contract OCEAN STREET SCULPTURE PARK (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materials. tools, equipment, and personnel to perform the work specified by the Contracl 2. I I I I I II I I b Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractois Proposal, Bidder's Bond, Designation ol Subcontractors, BiddeJs Statements of Financial Responsibility and Technica Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans anc Specifications, the Special Provisions, and all proper amendments and change: made thereto in accordance with this Contract or the Plans and Specifications and all bonds for the project; all of which are incorporated herein by thi: I reference. Contractor, her/his subcontractors, and materials suppliers shall provide anc install the work as indicated, specified, and implied by the Contract Documents Any items of work not indicated or specified, but which are essential to thc completion of the work, shall be provided at the Contractor's expense to fulfil the intent of said documents. In all instances through the life of the Contract the City will be the interpreter of the intent of the Contract Documents, and tht City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition o the Contract will not relieve responsibility of compliance. 10/3/90 Rev r" I 28 Pament. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard SDecifications for Public Works Construction. The closure date for eacl- monthly invoice will be the 30th of each month. Invoices from the Contract01 shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retentior amount shall not be released until the expiration of thirty-five (35) day: folPowing the recording of the Notice of Completion pursuant to California Civi Code Section 3184. IndeDendent Investization. Contractor has made an independent investigation o the jobsite, the soil conditions at the jobsite, and all other conditions that migh affect the progress of the work, and is aware of those conditions. The Contrac price includes payment for all work that may be done by Contractor, whethei anticipated or not, in order to overcome underground conditions. An] information that may have been furnished to Contractor by City abou underground conditions or other job conditions is for Contractor's convenienct only, and City does not warrant that the conditions are as thus indicated Contractor is satisfied with all job conditions, including underground condition: and has not relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shall bf responsible for all loss or damage arising out of the nature of the work or fron the action of the elements or from any unforeseen difficulties which may arise o be encountered in the prosecution of the work until its acceptance by the City Contractor shall also be responsible for expenses incurred in the suspension o discontinuance of the work. However, Contractor shall not be responsible fo reasonable delays in the completion of the work caused by acts of God, storm! weather, extra work, or matters which the specifications expressly stipulate wil be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves diggin; trenches or other excavations that extend deeper than four feet below the surfacc Contractor shall promptly, and before the following conditions are disturbed notify City, in writing, of any: A. 4. I II 8 I 1 II 1 I 1 I I I 8 t 5. n b 6. 7. Material that Contractor believes may be material that is hazardous waste as defined in Section 251 17 of the Health and Safety Code, that is require( to be removed to a Class I, Class 11, or Class I11 disposal site in accordancl with provisions of existing law. 10/3/90 Re\ ? I 25 Subsurface or latent physical conditions at the site differing from those indicated. Unknown physical conditions at the site of any unusual nature, differenl materially from those ordinarily encountered and generally recognized a: inherent in work of the character provided for in the contract. B. C. i I I I I I I 1 I I I I I 1 City shall promptly investigate the conditions, and if it finds that the condition! do materially so differ, or do involve hazardous waste, and cause a decrease 01 increase in contractor's costs of, or the time required for, performance of any par of the work shall issue a change order under the procedures described in thi: contract. In the event that a dispute arises between City and Contractor whether thc conditions materially differ, or involve hazardous waste, or cause a decrease o increase in the contractor's cost of, or time required for, performance of any par of the work, contractor shall not be excused from any scheduled completion datt provided for by the contract, but shall proceed with all work to be performec under the contract. Contractor shall retain any and all rights provided either b! contract or by law which pertain to the resolution of disputes and protest: between the contracting parties. ChanRe Orders. City may, without affecting the validity of the Contract, orde changes, modifications and extra work by issuance of written change orders Contractor shall make no change in the work without the issuance of a writter change order, and Contractor shall not be entitled to compensation for any extri work performed unless the City has issued a written change order designating ir advance the amount of additional compensation to be paid for the work. If i change order deletes any work, the Contract price shall be reduced by a fair an( reasonable amount. If the parties are unable to agree on the amount o reduction, the work shall nevertheless proceed and the amount shall bi determined by litigation. The only person authorized to order changes or extr; work is the Project Manager. The written change order must be executed by thi City Manager or the City Council pursuant to Carlsbad Municipal Code Sectioi 3.28.1 72. a b 8. 9. Idmation - Reform and Control Act. Contractor certifies he is aware of th requirements of the Immigration Reform and Control Act of 1986 (8 US Sections 1101-1525) and has complied and will comply with these requirements including, but not limited to, verifymg the eligibility for employment of a1 agents, employees, subcontractors, and consultants that are included in thi Contract. 10/3/90 Rei -t I 3c Prevailinn Wage. Pursuant to the California Labor Code, the director of thf Department of Industrial Relations has determined the general prevailing rate o per diem wages in accordance with California Labor Code, Section 1773 and i copy of a schedule of said general prevailing wage rates is on file in the office o the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant tc California Labor Code, Section 1775, Contractor shall pay prevailing wages Contractor shall post copies of all applicable prevailing wages on the job site. Indemnification. Contractor shall assume the defense of, pay all expenses o defense, and indemntfy and hold harmless the City, and its officers an( employees, from all claims, loss, damage, injury and liability of every kind, naturc and description, directly or indirectly arising from or in connection with thc performance of the Contractor or work; or from any failure or alleged failure o Contractor to comply with any applicable law, rules or regulations includin; those relating to safety and health; except for loss or damage which was causec solely by the active negligence of the City; and from any and all claims, losz damages, injury and liability, howsoever the same may be caused, resultin, directly or indirectly from the nature of the work covered by the Contract, unles the loss or damage was caused solely by the active negligence of the City. Th expenses of defense include all costs and expenses including attorneys fees fo litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contrac insurance against claims for injuries to persons or damage to property which ma arise from or in connection with the performance of the work hereunder by th Contractor, his agents, representatives, employees or subcontractors. (A) 10. 1 I I I I I 1 b 12. I I 1 I I I I I 11. COVERAGES AND LIMITS - Contractor shall maintain the types c coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injur and property damage. separate aggregate in the amounts specified shall be established fc the risks for which the City or its agents, officers or employees ar additional insureds. If the policy has an aggregate limit, 1013190 Re -d I 31 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury anc property damage. Workers' ComDensation and Emdoyers' Liability Insurance: Workers' compensation limits as required by the Labor Code of tht State of California and Employers' Liability limits of $1,000,000 pel 3. 1 1 I I I I b I I I 1 I I I 1 incident. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies o insurance required under this agreement contain, or are endorsed tc contain, the following provisions. General Liability and Automobilc Liability Coverages: 1. The City, its officials, employees and volunteers are to be coverec as additional insureds as respects: liability arising out of activitie performed by or on behalf of the Contractor; products an( completed operations of the contractor; premises owned, leased hired or borrowed by the contractor. The coverage shall contaii no special limitations on the scope of protection afforded to th City, its officials, employees or volunteers. The Contractor's insurance coverage shall be primary insurance a respects the City, its officials, employees and volunteers. An insurance or self-insurance maintained by the City, its official: employees or volunteers shall be in excess of the contractor' insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies sha not affect coverage provided to the City, its officials, employees c 2. 3. I volunteers. 4. Coverage shall state that the contractor's insurance shall appl separately to each insured against whom claim is made or suit brought, except with respect to the limits of the insurer's liabiliy "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims mad( basis, coverage shall be maintained for a period of three years following tE date of completion of the work. (C) 10/3/90 Re t 1 32 (D) NOTICE OF CANCELLATION - Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be suspended voided, canceled, or reduced in coverage or limits except after thirty (30) days’ prior written notice has been given to the City by certified mail return receipt requested. 1 I 1 I I 1 1 1 1 I 1 1 1 1 I (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - h~ deductibles or self-insured retention levels must be declared to anc approved by the City. At the option of the City, either: the insurer shal reduce or eliminate such deductibles or self-insured retention levels a: respects the City, its officials and employees; or the contractor shall procurt a bond guaranteeing payment of losses and related investigation, clain: administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required under thi agreement shall contain a waiver of all rights of subrogation the insure may have or may acquire against the City or any of its officials o employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements fo each subcontractor. Coverages for subcontractors shall be subject to all o (F) b the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurer that have a rating in Best’s Key Rating Guide of at least A:V, as specified b City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City wit certificates of insurance and original endorsements affecting coverag required by this clause. The certificates and endorsements for eac insurance policy are to be signed by a person authorized by that insurer t bind coverage on its behalf. The certificates and endorsements are to be i forms approved by the City and are to be received and approved by the Cit before work commences. COST OF INSURANCE - The Cost of all insurance required under thj agreement shall be included in the Contractor‘s bid. (I) (J) 10/3/90 Re? f I 33 Claims and Lawsuits. Contractor shall comply with the Government Tort Claim Act (Section 900 et seq of the California Government Code) for any claim ox cause of action for money or damages prior to filing any lawsuit for breach oi this agreement. Maintenance of Records. Contractor shall maintain and make available at no cos1 to the City, upon request, records in accordance with Sections 1776 and 1812 oj Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does no1 maintain the records at Contractofs principal place of business as specifiec above, Contractor shall so inform the City by certified letter accompanying thc return of this Contract. Contractor shall notify the City by certified mail of ani change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit: Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashieJs check, or certified check ma be substituted for any monies withheld by the City to secure performance of thi contract for any obligation established by this contract. Any other security tha is mutually agreed to by the Contractor and the City may be substituted fc monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purchas order awarded by the City of Carlsbad, he will comply with the County of Sa Diego Affirmative Action Program adopted by the Board of Supervisors, includin # 13. 14. I 1 1 I 1 1 b 17. I I I I .... I I II 15. 16. 1 all current amendments. 18. Provisions Required by Law Deemed Inserted. Each and every provision of la\ and clause required by law to be inserted in this Contract shall be deemed to b inserted herein and included herein, and if, through mistake or otherwise, an such provision is not inserted, or is not correctly inserted, then upon applicatio of either party, the Contract shall forthwith be physically amended to make sur insertion or correction. .... .... .... 10/3/90 Re t 1 31 Additional Provisions. Any additional provisions of this agreement are set fort1 in the "General Provisions" or "Special Provisions" attached hereto and made : part hereof. h -3 19. i I E I' b Spiess Construction Co., Inc. NOT- ACKNOWLEDGEMENT OF Contractor EXECUTION BY ALL SIGNATORIES MUST BE ATACHED (CORPORATE SEAL) - Frederick W. Spiess Print Name of Signatory APPROVED TO AS TO FORM: Pres iden t e Title b City Attorney I By: VINCENT F. BIONDO, JR. ATTEST: 1 k 1 I 1 1 Dkputy City Attorne 1 f 10/3/90 Rc P 2 ) SS. before me, the undersigned, a Notp Public in and for sajd C unty and State, personally appeared 0 personally known to me wproved to me on the basis of satisfactory evidence to be the President, and 0 persona,lly known to me m5ved to me on the basis of satisfactory evidence $ ,&!J /j$,4 /y,4f/ &,)e Jfiz i2%9 .. ..... ..... ' -f to be the Secretary of the corporation that executed the a N >\ within Instrument, and acknowledged to me that such corporation .. - FOR NOTARY SI - Montgomery, Fansler, Carbon & Valois Ins. P.O. Drawer 1469 SantaBarbara, CA 93102 Spiess Construction Co. Inc. P.O. Box 2849 Santa Maria, CA 93455 EPA10743715 ALL OWNED AUTOS SCHEDULED AUTOS ECA10743699 HIRED AUTOS NON-OWNED AUTOS WORKER'S COM FORM CG2010. RE: OCEAN STREET SCULPTURE PARK CONTRACT MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER Ni LEFT, vxKdsorW--W-EXn CITY OF CARLSBAD PURCHASING DEPARTMENT 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1989 v ~~~ ~ L)CILILIU LULYU.LL\Vb.LAUAY bU 1 AAYb AYYU-U. \I c MARYLAND CASUALTY INS. : POLICY NUMBER: EPA10743715 8/22/90-91 COMMERCIAL GENERAL LI, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAR 0 ADDITIONAL INSURED - OWNERS, LESS1 OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the followin< COMMERCIAL GENERAL LIABILITY COVERAGE PART. Name of Person or Organization: SCHEDULE CITY OF CARLSBAD RE: OCEAN STREET SCULPTURE PARK PURCHASING DEPARTMENT CONTRACT #3346 1200 CARLSBAD VILLAGE DRIVE JOB #91-15 CARLSBAD, CA 92008-1989 (If no entry appears above, information required to complete endorsement will be shown in the declarations as applicable tc endorsement), WHO IS AN INSURED (Section 11) is amended to include as an insur person or organization shown in the Schedule, but only with resp liability arising out of "your work" for that insured by or for you, a CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 STATE CO M P E N SAT I 0 N INSURANCE FUN D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE P.O. BOX 807, SAN FRANCISCO, CA 94101-0807 CI 1 'T POLICY NUMBER * a CERTIFICATE EXPIRES. r ". :v !5 ;-:g 5 - 4: L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the poli This policy is not subject to cancellation by the Fund except upon We will also give you This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the ins rded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. ritten notice to the employer. days' advance notice should this policy be cancelled prior to its normal expiration. PRES! DENT 4 * "e :1'- ,~ >- - T': 0 EMPLOYER r -c.r 3,. n L SClF 10262 (REV. 10-86) -. . I. * CERTIFICATE HOLDERS' NOTICE ENbaRSEMENT AGREEMENT *I '. . BAN FRANCISCO . ALL f!%f%mVe DATES ARB ' AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATIO AT PACIFIC STANDARD TIME ., ANYTHING IN THIS BOLICY TO THE CdNTRARY NOTWITHSTANDING IS AGREED THAT THIS POLICY SWL NOT BE CANCELLED WNTIL 1 - 3Q DAYS .. AFTER WRITTEN NOTICE OF SUCH CANCELLATION HAS BEEN FLAG THE MAIL BY STATE FUND TO CURRENT HOLDERS OF CERTIFICAT WORKERS' COMBEXSATION INSUWCE. e I t NOTHING IN THIS ENDORSEMENT CQNYAlNEO SHALL BE HfLD TO VARY, ALTER, W.4 09 EXTEND ANY OF THE TERMS, CoNOlT1oNs, AGREEMENTS, OR LlMlTATlQNS OF T WL1CY OTHER THAN AS ABOVE STAYED, NOTHING E FA% # cou n1 I C-SW VCCIL rne~. In.ait 8/88 Bond No. 11127128426 35 LABOR AND MATERIALS BOND WHEREAS, the Carlsbad Housing and Redevelopment Commision of the City of Carlsbac (hereinafter designated "City"), State of California, by Resolution No. , adopted April 2, 1991 , has awarded to SPIESS CONSTRUCTION CO.. INC. (hereinaftet designated as the "Principal"), a Contract for: bm 187 OCEAN STREET SCULPTURE PARK CONTRACT NO. 3346 in the City of Carlsbad, in strict conformity with the drawings and specifications, and othei Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, SPIESS CONSTRUCTION CO., INC. 7 as Principal, (hereinafter designated as the "Contractor"), and The American Insurance Compan as Surety, are held firmly bound unto the City of Carlsbad in the sum of Dollars ($306,473.50 ), said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 of the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3082). 8 three hidred six thousand, four hundred seventythree and 50/100 rl) 10/3/90 Rev. before me, the undersigned, El m NK @&rsonalIy known to me 0 proved to me on the basis of satisfactory evidence W$rsonaJly knownqo me ais of satisfactory evidence .s a N Secretary of the corporation that executed the within Instrument, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of h c2 9,: g; gz % VI: 3 Nc&nry Public in and for said County and State 1 1 9- California On this the ____ 10th day of April Santa Clara SS, before me the undersigned Notary Public, personally appeared XXpersonally known to me proved to me on the basis of satisfactory evidence to be the person whose name IS subscribed to the within Instrument as attor Patricia Golden (name of attorney in The American Insurance Company own name as attorney in fact THIS CERTIFICATE MUST BE ATTACHED Date of Document 3t tn the event that Contractor is an individual, it is agreed that the death of any sucl Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this \Tfif\ Executed by SURETY this 10tUay of II day of Anri1 ,19~. April ,19 91. CONTRACTOR: SURETY: Spiess Construction Co., Inc. The American Insurance Company 1 I 4 I. By: ' 1- I I 1) I I I I?. By: p) i ljzr+ I t I 1 -- (Name of Contractor) (Name of Surety) @-AS By: signature of Attorney- -F t Frederick W. Spiess Patricia Golden printed name of Attorney-in-Fact (attach corporate resolution showinj current power of attorney) (print name here) President, Spiess Const. Co., Inc. (title and organization of signatory) By: (sign here) Elena Albertoni (print name here) Secretary/Treasurer, Spiess Cosnt. Co., Inc. (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) t (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: VINCENT F. BIONDO, JR. City Attorney B. IhEN J-HIRATA v Deputy City Attorney 10/3/90 Rev. t Bond No. 11127128426 Premium: $5,404 3; e PERFORMANCE BOND WHEREAS, the Carlsbad Housing and Redevelopment Commission of the City of Carlsbac (hereinafter designated "City"), State of California, by Resolution No. 187 , adoptec April 2. 1991 , has awarded to SPIESS CONSTRUCTION CO., INC. , (hereinafte designated as the "Principal"), a Contract for: OCEAN STREET SCULPTURE PARK CONTRACX NO. 3346 in the City of Carlsbad, in strict conformity with the contract, the drawings anc specifications, and other Contract Documents now on file in the Office of the City Clerk ol the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tern thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, SPIESS CONSTRUCTION CO.. INC., as Principal, (hereinaftei designated as the Tontractor"), and The American Insurance cpas Surety, are helc and firmly bound unto the City of Carlsbad, in the sum of six hundred twelve thousand nine hundred fortyseven and no/100 Dollars ($ 612,947.00 ), said sum being equal tc one hundred percent (100%) of the estimated amount of the Contract, to be paid to CitJ or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perforrn the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications. 8 e 10/3/90 Rev. ATTORNEY-IN-FACT ACKNOWLEDGMENT --e J&EEg~3zEg&F~~B2Fw~z~~~3- California On thrs the ?$a, of April 1 9- 91 ss. before me the undersigned Notary Public, personally appeared (name of attorney in f a personally known to me 0 proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument as attorr (nar (he/she) subscribed the principal's name thereto an Countyof Santa Clara The American Insurance Company own name as attorney in fact ATENTION NOTARY: Although the information requested below IS OPTIONAL it could prevent fraudulent attachment of thls certlflcate to another document Title or Type of Document THIS CERTIFICATE MUST BE AlTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Date of Document Signer(s) Other Than Named Above me, the undersigned, [7 Proved to me on the basis of satisfactory evidence Proved to me on the basis of satisfactory evidence to be the &? [kkf. 4 ' Secretary of the corporation that executed the with111 Instrument, and acknowledged to me that such cowratlon wa~ted the within instrument pursuant to its by-laws or a remlutlon of -3 N iD - -u? 3: 6;; its board of dipxfok. e? ya 7 r' >a jd2+ ,I - sg j;" signature/ (//+ re.Y /$, 9_ (j: /yAQ,, &,A@-,) NO~Y Public in and for said County and State FOR NOTARY ST L Lx - t 38 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 1 11. Executed by SURETY this 10th day of \fl/ j day of Apri1 ,19-. 91 April , 19 91. k ! 4 B' CONTRACTOR: SURETY: The American Insurance Company Spiess Construction Co., Inc. -- (Name of Contractor) (Name of Surety) 4- By: -, By: / I- (sign here) signature of Atto e - -Fact I (print name here) printed name of Attorney-in-Fact u (title and organization of signatory) current power of attorney) B By: &a (sign here) --- Frederick W. Spiess Patricia Golden President, Spiess Cosnt. Co., Inc. (attach corporate resolution showin; - Elena Albertoni (print name here) I u. t ! I SecretarylTreasurer, Spiess Const. Co., Inc. (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only 01 officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary und corporate seal empowering that officer to bind the corporation.) 1: APPROVED AS TO FORM: VINCENT F. BIONDO, JR. t \' LG2-24 1 Deputy City Attorney 1, 10/3/90 Re I THE AMEIUCAN INSURANCE COMPANY POWER OF XITORNEY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation incorporated unda the laws New Jersey on February 20. 1846, and redomesticated to the State of Nebraska on June I, 1990. and having its principal office in the City of 0 Nebraska, has made. constituted and appointed. and docs by these presents make. constitute and appoint V-LLIM J - P~ICE PRENTICE, PATRICIA GOLDEN, LINDA G. LIPSIUS and SHARON LAIRD, jointly or several: 4 SAii JOSE, CA its tme and lawful Attorney(s>in-Faa. with full power and authority hereby conferred in its name, place and stead, to execute. seal. acknowledgc and all bonds, undertaking. recognizances or other written obligations in the nature thereof ____-_______________________. and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, ded with the corpoi Corporation and duly attested by its Secrcfary, hereby ratifying and confirming ail that the said Xttorncy(s>in-Fact may do in the pranks. This power of attorney is granted pursuant to Article VII. Sections 4S and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now effect. "Ankle VU. Appointment and Antf$ori@ ofRa'deaf SerrrUria, Attoraeys-in-Frd rad Agents to ampt hgd Process snd M.kc Appnn Section 45. Appointment. The Chairman of the Bod of Directors, the President, am Via-President or any other pe?mn authorized Mrmors, the Chairman of the Bod of Mrccton, the President or 8x17 VbPrcsident may, from Ume to the, rppoint Resident Assislurc Attorneys-in-Fact to represent and pet for and on khdf of the Corporation and Agents to rmpt kgd pmeesJ and nuke rpparmea for and Corpontlon. Section 46. AaLbon@. Tbe authority of such Resident Asirtint Seerec.ria, Attornrjs-in-Fsst and Agents shd be is prescribed fn tbe hstm their appointment. Any such appointment and 4 authority -led theby may be moked at any time by the Board of Directors or by any pasc make dnch appointment." This power of attorney is signed and Aed unda and by the authority of the following Resolution adopted by the Board of Directors of TH INSURANCE COMPANY at a mecting duly cailed and held on the 31s day of July. 1984, and said Resolution has not been amended or w "RESOLVED, thar the signature of any Vie-President. Assistant Secretary. and Resident histant Secrerary of this Corporation. and Corporation may be affvred or printed on any power of attorney, on any revocation of any power of attorney, or on any ccrrificate relating there and any power of attorney, any revocation of any power of attorney. or cmificate bearing such facsimiie signature or facsimile seal shall be v: upon the Corporation:' IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused the presents to be signed by its Vice-President, andk I June 90 be hcrcunto affsed this Ist dayof .19-. --....... rc:! ani4S8; ,#.."'.Q., THE AMERICAN INSUWCE COMPANY /e- {.p& ."; '<-gi .. 'e, &yCr+Z Viac-i'readux BY R. D. Farnswor , 19 90. before me pmody came 1 =- STATE OF CALIFORNIA COUNTY OF MARIN Onthis 1st dayof June to me known. who. being by me duly sworn, did depose and say: that he is Vice-President of THE AMERICAN INSURANCE COMPANY, described in and which executed the above instrument: that he knows the seal of said Corporation: that the seal affvred to the said instrument scak that it was so affixed by order of the Board of -on of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto xt my hand and affvred my official seal. the day and year herein first above written. ~llnlDlHIWWI~WIIIII~:l~~~l~In~ w - I - Noq Public .. .- . .. .. ... . .: . .. -. .. . .. .. w ./+ OFFICIAL SEAL - J. M. VANDEVORT i - .. 5 .- i - .'? -. .. . NOTARY PUBliC - CALIFORNIA 3 . Pnncipl Otfice iri.Marin Cqunty . 1 . . . Mv Cqmmnriob Expi*vAuq. 28.t992 a ' . . .. .. . .-. !. .. - . . .. CERTIFICAF . .. . ... ' .... L. ..,.. . )., .... .. :. .. ... . . * .. .. .. .. . I : . ~,,*:,,~~*~,,,,-,,,,,i,",~.~~i,,,,i,,,,i:,i,i~ -. .. ,' ] &...'. , I.,.i .,: .. .. ... I. . .' STA~ZOFCALIFORNIA. :..: : ..:.,' . '. . .. COUNTY OF MARIN I. the undersigned. Resident Assistant SmaaryofTHE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation. DO HEREB the foregoing and attached POWER OF ATTORNEY remains in full force and has not ken revoked; and furthermore that Article VII. Section By-iaws of the Corporation, and the Resolution of the Board o Directors; set forth in the Power of Attorney, are now in force. Signed and scaled 31 the County of Marin. Dated the/O day of ,A $/P /G d p4efi ---....... ' --.:+\ $.$t .,, :* ,>yj .'*I .. '..i a, '* ,,&! Resident AwPm Srnnvy ., i r, .q4+p 36071 I-T.\d-W (REV) 1 3: OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LEU OF RETENTION I This Escrow Agreement is made and entered into by and between the City of Carlsbai whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafte called "City" and whos address is B I I I il 1 b I I I 8 1 1 hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agre as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the optio to deposit securities with Escrow Agent as a substitute for retention earning required to be withheld by City pursuant to the public works contract entere into between the City and Contractor for in th amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attached i Exhibit "A". When Contractor deposits the securities as a substitute for Contrac earnings, the Escrow Agent shall notify the City within ten (10) days of tl- deposit. The market value of the securities at the time of the substitution sha be at least equal to the cash amount then required to be withheld as retentic under the terns of the Contract between the City and Contractor. Securities sha be held in the name of City of Carlsbad and shall designate the Contractor as tf beneficial owner. Prior to any disbursements, Escrow Agent shall verify that tf present cumulative market value of all securities substituted is at least equal 1 the cash amount of all cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor for such funds whic otherwise would be withheld from progress payments pursuant to the Contra provisions, provided that the Escrow Agent holds securities in the form ar amount specified above. Alternatively, the City may make payments directly to Escrow Agent in tl amount of retention for the benefit of the City until such time as the escro I 2. 3. t created hereunder is terminated. t 10/3/90 Re 1 I 4( s 4 1 i 8 b I 1 I II 1 .... 1 1 .... 1 Contractor shall be responsible for paying all fees for the expenses incurred b! Escrow Agent in administering the escrow account. These expenses any paymen terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held ii escrow and all interest earned on that interest shall be for the sole account o Contractor and shall be subject to withdrawal by Contractor at any time and fron time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in th Escrow Account only by written notice to Escrow Agent accompanied by writtei authorization from City to the Escrow Agent that City consents to the withdraw2 of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default b the Contractor. Upon seven (7) days written notice to the Escrow Agent fror the City of the default of the Contractor, the Escrow Agent shall immediate1 convert the securities to cash and shall distribute the cash as instructed by th City. Upon receipt of written notification from the City certifymg that the Contractc has complied with all requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities and interest on deposit les escrow fees and charges of the Escrow Account. The escrow shall be close immediately upon disbursement of all monies and securities on deposit an payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and th Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement an the City and Contractor shall hold Escrow Agent harmless from Escrow Agent release and disbursement of the securities and interest as set forth in Sections thru 8 and 10. t 4. 5. I 6. 7. 8. 9. .... .... .... .... t 10/3/90 Re 4 The names of the persons who are authorized to give written notices or ti receive written notice on behalf of the City and on behalf of Contractor i connection with the foregoing, and exemplars of their respective signatures ar as follows: For City: Title I 10. i Name 4 I I 1 b 1 1 8 8 1 I I 1 1 Signature Address For Contractor: Title I Name Signature Address For Escrow Agent: Title Name Signature Address t 10/3/90 Re 4: At the time the Escrow Account is opened, the City and Contractor shall deliver to thc Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officer on the date first set forth above. I For City: Title I I 1 I I I 1 1 I I 1 II 1 Name Signature I -Address For Contractor: Title Name I Signature Address For Escrow Agent: Title b Name Signature Address t 10/3/90 Re 43 1 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensatior of whatever nature due the Contractor for all labor and materials furnished and for a1 work performed on the above-referenced project for the period specified above with thc exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ 1 I 1 1 8 1 1 b I I I I I 1 DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor hrther expressly waives and releases any claim the Contractor may haw of whatever type or nature, for the period specified which is not shown as a retentio amount of a disputed claim on this form. This release and waiver has been mad voluntarily by Contractor without any fraud, duress or undue influence by any person c li entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, an work due Subcontractors for the specified period have been paid in full and that the partic signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: I Title: By: Title: 10/3/90 Re r 4.f B I II 1 R 8 8 I b I 1 i I I I I I t SECTION B SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCXON 10/3/90 Re t I I 4: I 1 1 1 b I I 1 I I 1 U I SECTION B SPECIAL. PROVISIONS I. SUPF'LEMENTARY GENERAL, PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCIION t 1-1 TERMS I To Section 1-1, add: A. Reference to Drawiiigs: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of simila import are used, it shall be understood that reference is made to the plans accompanyin these provisions, unless state11 otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, shall be understood that the direction, designation or selection of the Engineer is intendec unless stated otherwise. The word "required" and words of similar import shall b understood to mean "as recluired to properly complete the work as required and E approved by the City Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "aplxoved equal," "equivalent," and such words of similar impoi are used, it shall be understood such words are followed by the expression "in the opinio 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 approva of the Engineer is the meaning intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expenst shall perform all operation:,, labor, tools and equipment, and further, including tk furnishing and installing of materials that are indicated, specified or required to mean thi the Contractor, at her/his exFense, shall furnish and install the work, complete in place ar ready to use, including furnishing of necessary labor, materials, tools, equipment, ar transportation. 1 10/3/90 Re r I 4t 1-2 DEFINITIONS Modify Section 1-2 as follows : Agency - the Housing and Reievelopment Agency or City of Carlsbad as appropriate Engineer - the City Engineer :or the City of Carlsbad or his approved representative Project Manager - the City Enlgneer for the City of Carlsbad or his approved representativc i I 1 1 I I, I I I I I I I I 1 SECTION 2 - SCOPE AND CCNROL OF THE WORK To Section 2-4, Contract Bonds, Modify the third paragraph as follows: The Contractor shall provide two (2) good and sufficient surety bonds -- one fo performance and one for payment. The "payment" or "labor and materials" bond shall b for not less than 50% of the contract price to satisfy claims of material suppliers ani laborers on the project. I 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1 , General, add: The work shall be performed in accordance to the following documents: 1. Standard Specifications for Public Works Construction 1988 Edition, Supplement and Amendments. San Diego Area Regional Standard Drawings current edition. City of Carlsbad Supplemental Standard Drawings as shown in the City c Carlsbad's Standard Design Criteria approved 6/19/87. California Department of Transportation Standard Plans and Specificatior Section 86, Signals Lighting, and Electric Systems, 1988 Edition. Construction plans consisting of 27 sheets designated as City of Carlsbad Drawin No. 291-2 and 307-5. State of California Department of Transportation Traffic Manual, and Manual ( Traffic Controls for Construction and Maintenance Work Zones. 2. 3. 4. 5. 6. 10/3/90 Re t I I I I I I I I b I I I I I I I 4; These project spec3 cations supplied herein. t 7- To Section 2-5.2, Precedence of Contract Documents, Replace with: If there is a conflict between different portions of the Contract Documents, then thc instruction that is the more detailed, specific, or applicable to the work shall apply. If thi: test does not resolve the conflict, then the following precedence order shall apply: 1. Change Orders and all revisions to the work issued by the City. 2. Plans 3. Specifications 4. Standard reference plans 5. Standard reference specifications To Section 2-5.3, Shop Draw ngs, add: The Contractor shall submit six (6) blueline or photocopied shop drawings for thl following items: 1. 2. The Contractor shall schedul. construction activities in such a way to allow the City period of up the thirty (30) days in which to review the first complete submittal of th shop drawings. If the City requires the Contractor to resubmit corrections to the initiz complete set of shop drawings, the City may take an additional fifteen (15) days in whic to review them. The Contractor shall receive no extension to the contract completion dat if the City completes its review of the shop drawings and returns them to the Contract0 within the proscribed thirty (30) or fifteen (15) day review periods. To Section 2-5.4, Manufactuxers’ Submittals, add new section: The Contractor shall submit six (6) copies of the product brochures and catalogue sheet for all manufactured items including, but not limited to, paint, sealants, irrigatio hardware, decorative lights, street lights, and trash receptacles. The manufac turei product information shall be sufficiently detailed as to allow the City to determine it suitability for the intended application and equivalence to the make and model specifie in the Contract Documents. The Engineer shall in all cases be the judge of whether th submitted item is functionally and aesthetically equal to the specified item. Structural steel fabrications (or aluminum if substituted for steel) Fountain water pump and circulation system I 10/3/90 Re! r I 4E For bulk materials, the Contractor shall provide the location of the supply site and tes reports to demonstrate the material's conformance to SSPWC requirements. The source o supply of any bulk material shall be approved by the Engineer prior to delivery to tht jobsite. If, during the course of construction, the Engineer determines that the source o supply does not furnish material of uniformly acceptable quality, the Contractor shal supply material from an alternative approved source. i I I I 1 I b I I I 1 1 I I To Section 2-5, add: 2-5.5 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set, whicl shall be corrected daily and show every change from the original drawings an( specifications and the exact "as-built" locations, sizes and kinds of equipment, all othe work not visible at surface grade. Prints for this purpose may be obtained from the Ciq This set of drawings shall be kept on the job to be used as a recorded set and shall b delivered to the Engineer upon completion of the work. To Subsection 2-6, Work to Ele Done, add: The work to be done shall consist of furnishing all labor, equipment and materials, an performing all operations necessary to complete the project work as shown on the projec plans and as specified in the specifications. The Contractor shall perform all wor indicated on the plans. Payment shall be by the schedule of unit and lump sum bid price only; even if an item of work on the plans does not have a matching pay item. To Section 2-6, Existing Conditions, add: Bidders shall be expected to visit the site prior to submitting a bid, and the action ( submitting such bid shall be accepted as an indication that the site has been visited an that the bidder is aware of the existing conditions and site constraints. The bid shall reflec the cost for performing all work shown in the plans and specifications. To Section 2-9.1, Permanent Survey Markers, Replace with: Prior to removing any proper7 line or comer survey markers, or survey monuments of ar kind; the Contractor's surveyor shall tie-off its location for replacement. An approprial corner record shall be recorced and filed with the County Surveyor and a copy return€ to the Project Engineer. Any survey marker or monument that is removed without a tie-a shall be re-established by the Contractor's surveyor and a Record of Survey for the replac€ monument recorded. The Record of Survey must be performed in accordance with Sta law and to the satisfaction of the Project Engineer. The Contractor is responsible for tl 10/3/90 Re I 1 t I 1 4! I I I 1 protection of all survey markers and monuments and shall be responsible for restorin! markers inadvertently des troj red. The cost for the protection or tie-off of existing survey markers or monuments shall bi considered to be included within the bid price of the improvements; no separate paymen shall be made. The Contractor shall install survey monument covers as noted on the plan or as directed by the Project Engineer. Survey monument covers shall be constructel according to SDRSD No. M-10 and paid by the bid item price per cover. To Section 2-9.5, Line and Grade, add: The Contractor shall provide cuts and fills to finish grades for cold planing at 10 feet o center (perpendicular to direction of planing) by 6.5 feet on center (parallel to directio of planing), or as directed by the Inspector in order to provide adequate control fc establishing the street's profile for constructing a smooth 1.5" asphalt overlay. Th Contractor will then provide fills to finish grade for a leveling course of asphalt. Th ContractoJs surveyor will provide topographic information to establish cubic yar quantities for unclassified exc svation and import fill. This information and accompanyin calculations will to submittec. to the Inspector for determination of the cubic yardage t r I I be paid. b 4-1 MATERLALS AND WORKMANSHIP To Section 4-1.4, Test of Maierials, add: The Contractor shall deliver material samples to the Inspector, and shall notify th Inspector at least 48 hours in advance of any required field tests. The City shall schedul and obtain field and laboratoiy tests as it requires. These tests include, but are not limite to, soil, aggregate base, and asphalt field compaction tests; concrete compressive strengtl and agricultural testing for plant top soil. The City shall pay for all conforming tests. Th Contractor shall reimburse tie City for the cost of repeated tests that fail to meet th quality or performance standard specified by the contract documents. To Section 4-2, Project Warrsnty, add: The Contractor shall warran1 all work against defects in materials and workmanship fc a period of one (1) year after project acceptance by the City. This warranty shall be i addition to any concurrent u arranties required from manufacturers or subcontractor. To Section 4-1.3.1, Inspection Requirements, General, add: I I I 1 I I I 1 10/3/90 Re t I 5c All work shall be under the observation of the Engineer or his appointed representative The Engineer shall have free access to any or all parts of work at any time. Contract01 shall furnish Engineer with such information as may be necessary to keep her/him full! informed regarding progress and manner of work and character of materials. Inspecti01 of work shall not relieve Coniractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testinl materials and/or workmanship where the results of such tests meet or exceed thc requirements indicated in the Standard Specifications and the Special Provisions. The cos of all other tests shall be bonie by the Contractors. At the option of the Enginem-, the source of supply of each of he materials shall bl approved by him before the lelivery is started. All materials proposed for use may bl inspected or tested at any time during their preparation and use. If, after trial, it is founc that sources of supply which have been approved do not furnish a uniform product, or i the product from any source proves unacceptable at any time, the Contractor shall furnisl approved material from other approved sources. After improper storage, handling or an other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans ant the SSPWC. Compaction tests may be made by the City and all costs for tests that me€ or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineel The costs of any retests made necessary by noncompliance with the specifications shall b borne by the Contractor. Add the following section: 4-1.7 Nonconfodnz Work The contractor shall remove and replace any work not conforming to the plans c specifications upon written order by the Engineer. Any cost caused by reason of tk nonconforming work shall be borne by the Contractor. I 1 I B I I b I I I I I I I I 1 5-7 GENERAL Utilities for the purpose of these specifications shall be considered as including, but nt limited to, pipe line, conduit.;, transmission lines, and appurtenances of "Public Utilitiei (as defined in the Public Utilities Act of the State of California) or individually solely fc 10/3/90 Re t I 51 their own use or for use of their tenants, and storm drains, sanitary sewer, anc streetlighting. The City of Cilrlsbad and affected utility companies have, by a search ol known records, endeavored to locate and indicate on the plans all utilities which exisr within the limits of the work. However, the accuracy or completeness of the utilitie: indicated on the plans is not guaranteed. Service connections to adjacent property may 01 may not be shown on the plans. It shall be the responsibility of the Contractor tc determine the exact location and elevation of all utilities and their service connections The Contractor shall make hidher own investigation as to the location, type, kind o material, age and condition of existing utilities and their appurtenances and servict connections which may be affected by the contract work, and in addition he/she shal notify the City as to any utiliq; appurtenances, and service connections located which haw been incorrectly shown on or omitted from the plans. The Contractor shall notify 1-he owners of all utilities at least 48 hours in advance c excavating around any of the structures. At the completion of the contract work, th Contractor shall leave all utilities and appurtenances in a condition satisfactory to th owners and the City. In the event of damage to any utility, the Contractor shall notify th owner of the utility immediately. It is the responsibility of the Contractor to compensat for utility damages. The temporary or permanent relocation or alternation of utilities, including servic connections, desired by the Contractor for his/her own convenience shall be th Contractor's own responsibilj ty, and he/she shall make all arrangements regarding SUC work at no cost to the City. If delays occur due to utilities relocations which were nc shown on the plans, it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties t relocate utilities which interfere with the construction, the Contractor, upon request to th City, may be permitted to temporarily omit the portion of work affected by the utility. Th portion thus omitted shall be constructed by the Contractor immediately following th relocation of the utility involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of all utility lines shall be includt in the price bid for various items of work and no additional payment will be made. P fees, work orders and charge: associated with work and inspection to be done by the utili companies will be paid by the City of Carlsbad. It is the Contractofs responsibility to coordinate and provide for the disconnection of i utility service lines and to investigate and verify that those lines have been proper disconnected when necessarjr for the project construction. The Contractor is advised th all necessary coordination required by the serving utility shall be included within tl appropriate items of bid and no additional compensation will be allowed therefore. 1 1 I I 1 i I b 1 I I I 1 1 1 I 10/3/90 Re t I 5: 6-1 CONSIRUCTION SCHEDULE Modify this section as follows : A construction schedule is to be submitted by the Contractor for approval per attachec Page No. 52A at the time of the preconstruction conference. No changes shall be made to the construction schedule without the prior written approval of the Engineer. An progress payments made after the scheduled completion date shall not constitute a waive of this paragraph or any damages. It is the responsibility of the Contractor to know the time required for variou manufacturers to deliver their respective products or materials. The Contractor shall orde products and materials sufficiently ahead of time so that they will be on site by th scheduled installation date. The Contractor will not be allowed extensions on the projec schedule due to delays caused by his/her failure to order products or materials in a timel: manner. I II 1 II 1 I 1 b I I I 1 I 1 I 6-7 TIME OF COMPLETION The Contractor shall begin work within fourteen (14) calendar days after receipt of thi "Notice to Proceed" and shall diligently prosecute the work to completion within eight: (80) consecutive working days after the date of the Notice to Proceed. To Section 6-7.2, Working Dily, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. ant sunset, from Mondays through Fridays. The Contractor shall obtain the approval of th Engineer if he/she desires to work outside the hours stated herein. Contractor may work during Saturdays and holidays only with the written permission c the Engineer. This written permission must be obtained at least forty-eight (48) hour prior to such work and the Contractor shall pay the overtime differential of the inspectiol costs. 6-8 COMPLETION AND ACCIZPTANCE 8 Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion and any faulty work or materials discovered during the guarantee period shall be repairec or replaced by the Contractor, at his expense. 10/3/90 Re\ t I 5 21 6-1 CON!XRUCTION SCHEDULE Modify this section as follow:;: A construction schedule is to be submitted by the Contractor per the following: 1 II I II 1 1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City. 2. The schedule shall show a complete sequence of construction activities, idenhfying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the edy and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shill submit revised project schedules with each and every application for monthly progress payment identifying cnanges since the previous version of the schedule. n I 3. b II I 1 II 1 1 8 4. The schedull? shall indicate estimated percentage of completion fx each item of work at each and every I submission. 5. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress pajment othenvise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and confo~imce with the aforementioned provisions. 10/3/90 R t IE I 5: R 1 I R 1 b I 1 I I 1 1 6-9 UOUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the Contractor will be assessed the sum of $400.00 pe day for each working day beyond the completion date as liquidated damages for the delay Any progress payments madti after the specified completion date shall not constitute i waiver of this paragraph or of any damages. For purposes of this section, completion i "substantial completion" and is defined as safe opening of the sculpture to public USE activation of the traffic signal, planting landscape areas, and putting the fountain anc lighting in operation. Liquidated damages may be withheld from the ContractoJs progres payment of retention money at the discretion of the City. t JI SECTION 7 - RESPONSIBILII'IES OF THE CONTRACTOR Modify the first sentence to read: The Agency will obtain, at no cost to the Contractor, all encroachment, right-of-waq grading, and building permits necessary to perform work for this contract. The Contract0 shall submit a truck haul route for approval by the City Engineer. Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 7-8 PROJECT AND Sm MAINTENANCE To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working daq i at the City's request. To Section 7-8.5, add: The Contractor shall obtain a construction meter for water used in performing th contract. The Contractor shail pay the standard charge for a construction meter at the Cit Finance Department and include its cost within the bid price. No separate payment wi be made. 1 To Section 7-8, add: 10/3/90 Re P I 1 54 7-8.8 Noise Control AU internal combustion engines used in the construction shall be equipped with muffler: in good repair when in use cin the project with special attention to City Noise Contro Ordinance No. 3109, Carlsbatl Municipal Code, Chapter 8.48. t 1 7-10 PUBLIC CONVENIENCE AND SAFETY To Section 7-10.1, Traffic and Access, add: Contractor shall work within 1xoject limits as noted on the drawings and shall, other thai trucks or equipment leaving cir entering the site, do nothing to interfere with traffic flov on adjacent streets. The Contractor shall provide flagmen as may be necessary to facilitati trucks or other equipment leaving or entering the site. Barricading and traffic intemptioi shall be coordinated with the Agency. The Contractor shall provide barriers, guards, lights signs and flagpersons, as required, advising the public of detours and construction. The Contractor shall use signs, delineators, barricades, etc., as per the latest State c California "Manual of Traffic Controls for Construction and Maintenance Work Zones", anr stamped with the owner's naine. The Contractor shall notify the Agency at least two (2) normal working days in advanc of any lane blockages or street closures or implementing any construction detour, an approval is at the Agency's discretion. The Contractor shall notify the owner or occupant (if not owner occupied) of the closur of the driveways to be closed at least three (3) working days prior to the closure. Th Contractor shall minimize the inconvenience and minimize the time period that th driveways will be closed. The Contractor shall fully explain to the owner/occupant hoi long the work will take and TNhen closure is to start. The Contractor shall maintain, whether shown on the plan or not, all existing traffi control signs or signals in their proper location on temporary mounting supports unt permanent signs or signals are restored. All barricades used at night $hall be equipped with properly operating flashing lights. In non-emergency situations, the Contractor shall backfill trenches and restore roadway fc safe night traffic usage. No open trenches shall be allowed overnight unless prior approv; is received from the Enginee-. I I I 1 I b 1 I I I I I I I 10/3/90 Re t I 5: Steel plating or portable concrete barrier (K-rail) may be required when trenching cannol be secured overnight by backfilling. "Open trench' signs shall be placed adjacent to ani moving traffic lane at 100 feet intervals when excavation is in progress. Contractor shal supply steel plating or K-rail where required by the Agency at open excavations. If parking must be restricted (luring construction, the Contractor shall post tow-away/n< parking signs twenty-four (24) hours in advance after receiving approval from thc Engineer. The signs shall contain days/hours information and be posted so as to bc reasonably seen by the public. The Contractor shall assume sole and complete responsibility for the job site condition during the course of the construction of this project including safety of all persons an( property. This requirement shall apply continually and not be limited to normal workin; hours, and that the Contrac3:or shall defend, indemnify, and hold the owner and thc Engineer harmless from any and all liability real or alleged, in connection with tht performance of work on this project, except for liability arising from sole negligence of thl owner or Engineer. Any deviations from the aforementioned traffic requirements or the approved traffic contrc plans shall be approved by the Engineer. The Contractor shall submit three (3) copies c any modified plan to the Agency for approval at least forty-eight (48) hours prior ti construction needs. All costs for maintaining traffic shall be included in the lump sum price for traffic contrc in the bid proposal. The lump sum price bid shall include full compensation for furnishin all labor, materials, tools and equipment and doing all work required for traffic contro These costs include all costs for traffic control devices which may be required by the Ciq setting up of detours, public, convenience, and the handling of existing traffic contrc devices. The Contractor shall provide for a safe four (4) foot wide pedestrian walkway along th Carlsbad Boulevard construct ion area and maintain pedestrian and vehicles ingress/egres to all places of business, residents, etc., during construction. The temporary pedestria walkway shall be covered with 2" of asphalt and separated from the work by temporal chain link fencing, six (6) feet high. The fencing shall enclose the entire triangular wor site, and shall be in-place as directed by the Engineer. The Contractor shall maintain saj pedestrian access between the Surf Shop/Fish House Restaurant, the apartments on Ocea Street, Carlsbad Boulevard, 2nd the ramp down the beach and seawall. The Contractor shall also bi: responsible for compliance with additional public safe1 requirements which may arise during construction. 1 I I I I I 1 b I I 1 1 1 1 I 1 10/3/90 Re t 1 56 7-10.4 Public Safety To Section 7-10.4.1, Safety Orders, add: The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all 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 againsf hazards created by such features of construction as protruding nails, and rebar. i 1 I I I 1 I I I I I 1 le I SECTION 9 - MEASUREMENr AND PAYMENT 9-3 PAYMENT I To Section 9-3.1, General, add: Concrete and base bulk materials delivered to the site shall be accompanied by a weigl mastefs certificate listing the weight or volume, and the mix design or SSPW( identification. Bulk material .xed on the job without correct weight/volume and mate& identification certificates will not be paid by the City. b 10/3/90 Re t I 57 i I 1 c1 f 1 b 1 I I 8 s 1 1 1 1 SECTION C 11. SUPPLEMENTAL. PROVISIONS TO STANDARD SPEC[FICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS f 10/3/00 Rc 58 1 SECTION C II. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSlXUCI?ON MATERIALS SECTION C SHALL CONFORIVI: TO PART 2 OF THE STANDARD SPECIFICATIONS FOF PUBLIC WORKS CONSTRUCXON EXCEPT FOR THE FOLLOWING CHANGES AND/OF ADDITIONS: c I D I 8 1 I b I II I I t 1 I SECTION 201 - CONCRETE, 'MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT (:ONCRETE Concrete Specified by Class, add: The concrete class and maxirnum slump for the various items of concrete work shall b specified in the table under Subsection 201-1.1.2 of the Standard Specifications and wit1 the following additions: ITEMS CONCRETE CLASS MAXIMUM SLUMP (IN) All concrete structures including flatfoot, footings, curb, guttei-, pedestrian ramps, curb outlet , stairs, sidewalk underdrain 560-C-3250 4 inch Pipe collars & encasements 560-C-3000 5 inch II Slurry backfill 190-C-1000 5 inch Admixtures, add: All concrete designated as cclored in the plans or specifications shall contain the propc proportion of integrally colorl?d admixture, L.M. Scofield Company Mesa Beige (C-12) an French Grey (C-14) or approved equal, colonvax and caulked with lithochrome, c approved equal, colorcaulk in the matching color. It shall comply with U.B.C. Standard Nc 26-9. Contractor shall submit co101 mix design and prepare up to three (3) test panels for eac color of concrete specified fcir the project. Appropriate color mix shall be reviewed ar approved by the Engineer in consultation with the project Artist. All colored admixtui shall come from the same lot and sufficient quantities shall be stocked to complete tf entire project. t 10/3/90 Re 55 Prior to starting colored concrete, the Contractor shall submit a pour schedule and plar indicating areas to be poured each work day for approval by the Engineer in consultatior with the Artist. The intent of this plan will be to control the placement of cold joints tc maintain color continuity between pours. The Contractor shall pour a t2st pattern, at least 5' x 5' for each color for the Artist an( Engineer to approve color and finish. All subsequent flatwork shall match the test pattern: in quality and appearance. 1 i I 1 I i b I I I 1 1 I 1 Acrylic Additive, add: In lieu of adding clear water to the grout, add a latex acrylic additive comparable tc Custom's Acrylic Mortar add ]nix. 201-3 EXPANSION JOINT FILLER AND SEALANTS 201 -3.2, 1/2" Preformed Expansion Joint Filler, add: 1/2" preformed expansion joint filler (bituminous type) per ASTM D994 shall be used. 201-3-4, Type "A" Sealant, acd: Sealant: The component sealant shall :omply with Federal Specification TT-S-00227e; use Type (self-leveling) for joints. The cured sealant shall have a Shore A Hardness greater than 35 Back-up strip shall be as flexible and compressible type of closed-cell foam polyethylene o butyl rubber, rounded at surfaces to contact sealant and as recommended by sealan manufacturers. It shall fit neatly into the joint without compacting and to such a heigh to allow a sealant depth of 1/2 the width of the joint. Sealant shall not bond to the back up material. The sealant shd1 be flat black or match the adjacent concrete surface a determined by the Engineer. Submit a color sample for approval. Payment for expansio joint installation shall be included in the price of concrete work concerned. Joint sealant shall be Vulkein 245 two-part polyurethane sealant as manufactured b Mameco International, 4475 East 175th Street, Cleveland, Ohio, 44128, (800) 321 -6412 or Sikaflex-2c polyurethane sf alant as manufactured by Sika Corporation, (213) 941 -0231 or equal. SECITON 206 MISCELLANEOUS METAL ITEMS I 1 c Gray Iron Castings, add: Utility Frames, Boxes, Covers and Grates: t 10/3/90 Rei 60 Utility frame boxes and covers shall be manufactured by Brooks Products, Incorporated, OK equal and installed with new frames and/or covers as shown on the plans and as specified herein. Payment for the utility frames and/or covers shall be as specified in the proposal, and the bid price shall include full compensation for furnishing all labor, materials, tools, and equipment, and for performing all work involved in the installation of the utili9 frames, boxes and covers as shown on the plans. All concrete covers shall be replaced with metal covers. All such covers shall be primed and painted flat black. Utility boxes and covers, to bet replaced shall be of a size and standard as approved by the respective utility or governing; agency. SDG&E specifies: gas meter lioxes, electrical transformers, electric pull boxes. City of Carlsbad Utility Department specifies: traffic signal boxes, streetlight pull boxes Pacific Bell specifies: telephone vaults and telephone pull boxes. Daiels Cablevision specifies: CATV pedestals and CATV pull boxes. Shop Drawings: When the utility frame covers and frames are not standard items, manufacturer shall suppl six (6) copies of all necessazy shop drawings to the Engineer for his approval. Thes drawings shall show all corm xtions, arterial description, etc. SECTION 209 ELECXRICAL COMPONENT I i I 1 1 8 I 1 b 1 1 II 1 I I 209-2.5 Fixture SpecificatiorE 209-2.5.1 Fiber Optic Lighting System: The "Fiber Optic" lighting sy;tems shall be a complete system and equal to the lightin system 201 and 201 light box product manufactured by Fiberstars, Incorporated, 47451 Fremont, California, 94538, (415) 590-0719. Contractor shall contact manufacturer' representative and review the system installation manual prior to submitting bid. I 209-2.5.2 Divine Step Lighting: F610V3 - 60WINC step lighting manufactured by Divine Design, 4645 East 11th Stree Kansas City, Missouri, 641 27, (861) 241 -9440, Contractor shall contact manufacturer representative and review th 2 system installation manual prior to submitting bid. 1 209-2.5.3 Recessed Pool Lights: The pool lights shall be 3OOw recessed lamps in brass boxes, Model #4415-3Q7 i manufactured by Hydrell, 12881 Bradley Avenue, Sylmar, California, (818) 362-9465. t 10/3/90 Re 61 Engineer in consultation with project Artist shall approve rough-in of the pool ligh fixtures. 209-2.5.4 Street Light: The street light pole shall be prestressed concrete, Series 2C2 by heron, or equal, bu with an 8'8" cobra head st).le mast arrn. Anchor bolts shall be as supplied by thi manufacturer and set in a rebar cage and poured concrete footing. A cut-off lens shall bl used over the light fixture. 209-2.5.5 Building Security Jght: Supply and install a security light fixture projecting down on the paved area between th Sculpture and the Surf Shop. The fixture shall contain two (2) 15Ow incandescent lamp and be mounted on a steel pipe attached to the building parapet. Hook-up and control b the building's existing power supply shall be included. SECTION 210 PAINT AND F'ROTECTWE COATINGS 210-1.5, Paint Systems, Replace with: All structural steel shall receive the following coating system: Pretreatment: SSPC-SP-6, Commercial sandblast Primer: DuPont 25P High sclids epoxy mastic, 4 mils dry film thick. Mid coat: same as prime COE~, but 5 mils dry film thickness applic. Finish coat: DuPont Imron 333, High solids aliphatic urethane, 2.5 mils DFT If galvanized steel is used in lieu of bare steel, then the coating system listed below sha be used: Pretreatment: SSPC-SP-7, Brush-off blast cleaning Primer: DuPont 25P, 5 mils DFT Mid coat: None Finish coat: DuPont Imron 2133, 2.5 mils DFT DuPont's technical service information number is 1-800-346-4748. Use of othc manufacturefs paints requires prior approval of the Engineer and may be granted at h sole discretion. The above coating requirements applies to all pipe steel and the supporting brackets, whether exposed or embedded in concrete. This includes the tall an low fences, overhead trellises, railings, and the pedestrian barricade in front of tk Sculpture. All primer, mid, arid finish coats shall be aluminum color with the shade subjei to approval by the City and Artist. If the specified finish paint is not available in a acceptable color, then the Contractor shall submit an equivalent quality paint by a alternative manufacturer for approval by the City. The paint coats shall be shop appliec 10/3/90 Re I 1 I. I I I b I 1 1 1 I 1 1 I I t 8 6: only small areas of touch-up and field connections may be painted at the jobsite. Thc Contractor shall give the Inspector at least two (2) full working days notice prior startin: or restarting shop welding or painting of the Sculpture's steel. Retaining walls shall have a water-proof coating below ground. Use HLM 5000T, S, or I by Sonneborn (2359 Lincoln Avenue, Hayward, CA 94543), or approved equal. The fountain surfaces have a waterproof membrane. Use S-102 sealer by Sinak, (619 231-1771, or approved equal. All exposed vertical concrete surfaces except curbs and the improvements on Oak Avenu and Lincoln Street shall receive a preventative coating against graffiti attack. The coatin shall provide a clear protective coating that allows paint to be removed with ordinar cleaners. Contact Graffiti So dons (George Harb) (619) 466-9766. The cost of all paint and coatings shall be included in the bid item price of the item to b painted or coated. SECTION 211 SOILS AND AGGREGATE TESTS, add: All backfill and subgrade shall be compacted in accordance with the notes on the plans an the SSPWC. Compaction tesi:s may be made by the City and all costs for tests that me€ or exceed the requirements of the specifications shall be borne by the City. The Contractor shall give forty-eight (48) hours advance notice to the Engineer prior t commencement of work requiring soil testing. Said tests may be made at any place alon the work as deemed necessary by the Engineer. The costs of any retests made necessar by non-compliance with the :;pecifications shall be borne by the Contractor. SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS I I i I II 1 1 I b I 1 I I 212-1 LANDSCAPE MATENU Topsoil: Topsoil shall be Class "A" (imported). Agricultural testing, if necessary, will be obtained by the City. The Contractor shall submit a sample to Ci? I General, add: I Agricultural grade gypsum sl-all be a (CAS04.H20) calcium sulfate product - 94.3%, 90' shall pass a 50-mesh screen. Chemical reaction will remove sodium attached to soil 1 1 t 10/3/90 Re 6: particles. Gypsum also looseils heavy clay soils through electrochemical action. Contrc of dust during application is inandatory. (Shall be similar or equal to: U.S. Gypsum, Dolmar, or Bandini). Iron sulfate - iron shall be expressed as metallic - derived from sulfate - deep green (FESo4 H20). A minimum analysis cd 20.0% and 98.3% retained on a 10-mesh screen. (Shall be similar or equal to: Wolson & Geo. Meyer, Wil-gro, or Bandini). Commercial Fertilizer, add: Pre-plant fertilizer shall be granular commercial fertilizer 1-1 0-1 0 or approved equal. Post-plant fertilizer shall be 14-7-3 or approved equal with CA, FE, ZN, and MN and wit the majority of nitrogen in on-ammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets (920-10-5), in 21 gram sizes. Organic Soil Amendment, add: Organic soil amendment shall be derived from wood with the following properties: It sha be a wood residual product derived from the bark of pine, white fir/and red fir, ced; shavings or redwood shavings. Amendment upon analysis shall contain at least OSc nitrogen (on a dry weight basis) with an ash content not to exceed 10%. A commercii grade product shall be used. Contractor shall supply City Engineer or his appointe representative with a sampl? of the proposed amendment accompanied by laborator analytical analysis. Soil conditioner shall contain a special blend of organic fractions to supply several degret of breakdown rate which last:; up to 10 years in the soil, a portion of inorganic amendme1 that resists further breakdown PH of 5.5 to 6.5, salinity (EC8 x 103 AT 25" C) at 3.( organic matter (dry weight basis) more than 90%, non-ionin wetting agent and tot( nitrogen (organic or ammomac) content of 0.5%. Soil conditioner shall be Wil gro Life, Laomex, Forest Humas or an approved equal. Herbicides and Pesticides: Shall be used in their appropriate applications with strict adherence to manufacture1 specifications and instructions. Post emergent herbicide for all areas shall be Roundup, Diquat, Montar, or approved equ: I i I I I I B b 1 1 II I I I I 1 1 t 10/3/90 Re 6~ Pre-emergent herbicide for shrubs and ground cover areas (planted from flats), shall bc Treflan, Surflan, Eptan, or approved equal. Plants: General, add: Nomenclature: The scientific and common names of plants herein specified conform to th approved names given in t'a checklist of woody ornamental plants in California, Oregon an( Washington" published by th: University of California, Division of Agriculture Sciences Publication 4091 (1979). (See list of plant materials on drawings). Quality and size: Plants shall be in accordance with the California State Department c Agriculture regulations for nursery inspection, rules and grading. The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, we proportioned plants are the intent of this specification. Plants which are even moderate1 "overgrown" or are showing signs of decline or lack of vigor are subject to the rejectior The size of the plants will correspond with that normally expected for species and variet of commercially available nursery stock, or as specified in the special conditions c drawings. Plants larger in size than specified may be used with the approval of th Engineer, but the use of larger plants will make no change in contract price. If the use c larger plants is approved, the ball of earth and spread of roots for each plant shall b increased proportionately. Rejection and substitution: All plants not conforming to the requirements herein specifie shall be considered defective and such plants, whether in place or not, shall be marked E rejected and immediately removed from the site and replaced with new plants by th Contractor at his expense. Right to changes: The Engineer reserves the right to change the species. Variety and/c sizes of plant material to be furnished, provided that the cost of such plant material to E furnished, provided that the cost of such plant changes do not exceed the cost of plants i the original bid, and with the provision that the Contractor shall be notified in writing i least sixty (60) days before the planting operation has commenced. Submittals: Manufacturer's specification sheets shall be submitted for all irrigation systei components, fertilizer, and soil amendment. No top soil or plant material shall f delivered to the job site until the Contractor has obtained approval of the material ar source of supply. n 1 II 1 I 1 II R b i I I 1 1 I 1 1 t 10/3/90 Re 65 r-- 1 12"--------------q n MOTAR FiLLEC !+'ALL PEX C:T CARLSBAD :!AS FEIICE DiTAI L I I I I 1 I b li I I I I 1 1 1 I- - LPITYPICAc CONCRETE CURB GATE STOP [TYPI CALI e Material Specifications CMU's - ASTM C90, gr. N,8 x 16 blocks solid grouted MORTAR - Type M, use mix of 1/3.5/0.25 (cement/sand/l ime) REBAR - Grade 40, 1/2" dia. bars at 32" O.C. rior gloss enamel plus anti-graffiti coating TRASH ENCLOSURE SUPPLEMEYTL STArUOA8C h, * x:--- t 6t I 1 1 I I I I I I I I I 1 I I I SECTION D 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIE’ICATIONS FOR PUBLlC WORKS CONSTRUCTION b FOR CON!SRUCTION METHODS -c 10/3/90 Re 6' B SECTION D 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSIRUCIION FOR CONSI'RUCI'XON METHODS SECTION D SHALL CONFORM TO PART 3 OF THE STANDARD SPECIFICATIONS F01 PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGES AND/OI ADDITION§: SECTION 300 EARTHWORK. 300-1.1 Clearing and GrubbinR, add: Clearing and grubbing shall consist of removal of all items as shown on the plans. All c the work performed for ths item shall conform to Section 300-1 of the Standar Specifications, and shall include all incidentals required to construct this contract if nc precisely noted. Demolition, removal, relocation, or salvage work not specifically identifie by a bid item shall be included within clearing and grubbing. The Inspector sha determine the scope of woIk to be included within clearing and grubbing and sha i 1 I I I I b I I 1 I I I m delineate its limits. 300-1.3 Removal and Dispo;al of Materials 300-1.3.1 General, add: The Contractor shall dispose the existing street light standards being removed as a part ( this contract. IC 300-1.3.2 Requirements, adl: The work includes sawcutting, removal, and off-site disposal of existing concrete ar asphalt surfaces. Payment for concrete and asphalt removal will be made at the respecti\ unit bid price with the cubic yardage calculated as an in-place volume. 1 300-2 UNCLASSIFIED EXCAVATION, add: Unclassified excavation shall also include salvaging clean material and selectively using as fill elsewhere on the joh site. Such unclassified fill shall be made to the grad( established on the plans and as directed by the Inspector. Payment shall be by the ur price of unclassified excavation, and no separate payment for unclassified fill will be mad t 10/3/90 Re 6i Unclassified excavation shall be measured by the Contractor's surveyor according to its in place volume. The surveyor shall provide the Inspector with surveyed elevations an( calculations as necessary to establish the quantity of work performed. Excavation worl will not be paid without supporting documentation from the Contractor. 300-5.2 ImDorted Borrow (FilU, add: The borrow site and material delivered therefrom must be approved in advance by th Inspector. The Contractor' j. surveyor shall establish cross-sectional elevations an( measurements of the job site before and after placement of imported fill in order ti determinate the quantity of work performed. The surveyor shall provide the Inspector copy of the calculations supporting the fill quantity, and no payment for imported bono\ will be made without documentation that is verifiable by the Inspector. Payment will b by cubic yard of compacted fill placed. 300-8 BACKFILL AND SJTE LEVELING, add subsection: All excavations shall be backfilled with material and to a level grade, satisfactory to th Engineer. The areas to be backfilled shall be approved by the Inspector prior to th placement of any backfill. Any backfill material placed x compacted without compliance with the requirements c these Special Provisions shall be deemed as unauthorized work and shall be treated i accordance with Subsection 2-6.6 rejected work. Material to be placed as fill for excavations and depressions shall be placed in horizonta uniform layers not to exceed (12) inches in thickness, before compaction; each layer is t be brought to optimum misture content and thoroughly compacted to a relath compaction of not less than 90% relative compaction, in accordance with ASTM 155: i 1 I B 1 I I b I 1 I Method C. I Backfill shall be a well graded material containing no large rock or other deleterioi material. The source and material shall be approved by the Engineer prior to its use. All backfill shall be inspected and tested by the City's soil consultant and approved by tl- Engineer. The Contractor sha schedule for soil testing by prwiding forty-eight (48) hours advance notice to the Engine( prior to commencement of b ~ckfll operations. Soil consultant and tests are provided by the City. 1 I 302-5 ROADWAY SURFACE 1 302-5.1 General, add: The new road section requires a variable thickness leveling course of Dl-AR4000 under I 1.5" surface course of C2-AR4000. A 30-foot minimum length automatic screed contrc t 10/3/90 Re I 6s will be required on the paving machine for the surface course. The crew for the paving machine shall consist of an operator and two screed persons who will work continuouslj during paving operations. F'ayment for asphalt paving will be by the tons placed a: evidenced by delivery tickets with the weighmasteis certification. All such "trip tickets' shall be given to the inspector on each delivery day. 302-5.2 Cold Milling, add: The work generally consists of profile planing the existing asphalt surface to thf approximate limits shown on the plans in order to maintain positive drainage and accep a 1.5" overlay. The depth of the cold ding varies from zero to 1.5". SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-1.1 General, add: Color conditioning concrete shall be batched, placed, finished, cured, and caulked i accordance with Scofield's tec h-data bulletin A-304, and application instructions A-SO3 an 1 i I I I 1 I I b I 1 I 1 I I A-803. L.M. Scofield Company 61533 Bandini Boulevard Los Angeles, CA 90040 (2!13) 723-5285 The bid item prices shall be the full and complete schedule of payment for all concret work and incidentals shown on the plans. Square foot unit prices for retaining wall sha be measured on the outside wall face, exclusive of the footing. 303-1.2 Submade for Concrete Structures, add: The concrete slab for the beilch shower may be poured directly against the rock rip-raI excavation to grade shall consist of removing the beach sand to a sufficient depth to all01 placement of the slab rebar. 303-1 -3 Forms, Change SSPWC requirements to: Forrri plywood shall be not 12ss than .625" thick and may not be reused for architectur applications (i.e. the Sculpture, benches, and fountain). Form plywood shall be complete straight and free from all visible bends or bows. Form material must be approved by tl Inspector prior to construction, and may be rejected if unsatisfactory. The Contractor mu schedule concrete pours to allow inspection of the completed formwork before pourin If the approved formwork installation nevertheless bulges, bows, or slips out under tl weight of the concrete, the Contractor is responsible for replacing the work. t 10/3/90 Rt II I 7c 303-5 CONCRETECURBS. WtW. GUTTERS. CROSSGUTTERS. ALLEYINTERSECTIONS 1 ACCESS RAMPS AND 13RIVEwAYS 303-5.8 Backfillinn and CleailuD, add: No Agent or method shall be used that will adversely effect plants, buildings, or flatwork Cleaning schedule, method and procedures must be approved by the Engineer prior to star of cleaning. The following is the minimum effort that will be acceptable. 1. I 1 1 1 I I b 1 1 1 I I 1 Spray is 1,000 SF sectiim with a nontoxic foam degreaser and allow to sit for threc (3) to five (5) minutes. 2. Spray subject area with steam using 600 psi steam machine. 3. Power wash area with cold water using 2,000 psi wet blasting machine. 4. If necessary, spot clean (remove paint, gum, etc.) with light wet sandblast. Objective is to leave concrete free of dirt, oil, gum paint and other unsightly substances SECTION 304 METAL FABRrCATION AND CONSTRUCTION 304-1 FABRICATIONS: 1. B Verify dimensions on :the and submit shop drawings for approval by the Enghee prior to shop fabrication. I 2. Fabricate items with joints tightly fitted and secured. 3. 4. Fit and shop assemble in largest practical sections, for delivery to site. Grind exposed welds flush and smooth with adjacent finished surface. Ease expose edges to small uniforni radius. 5. Supply components required for anchorage of metal fabrications. Fabricat anchorage and related components of same material and finish metal fabrication except where specific2 lly noted otherwise. Field welds shall only be allowed upon prior approval of the Engineer or i stipulated in the approved shop drawings. I 6. t 10/3/90 Re 7' I Finish: 1. Shop Painting: A. Preparation for painting and painting shall comply with SSPC "Manual" i accordance with SSPC-SP6, commercial sandblast. Pretreatment shall be i accordance with PT2 or PT3. Apply paint to 3 dry film thickness of 2.5 to 5 in coats per Section 210 c 1 1 B. 1 these specificatj om. I C. All primer paint shall be compatible with the finish coatings described i Section 210 of these specifications. 304-3 EXECUTION Preparation: 1. I I Obtain City Inspector approval prior to site cutting or making adjustments nc scheduled. Make provision for erection loads with temporary bracing. Keep work in alignmen Supply items required to be cast into concrete or embedded in masonry with settin I b templates, to appropriate sections. 2. 3. Installations: 1. SECTTON 306 UNDERGROIJND CONDUIT CONSTRUCTTON 306-1.6 Basis of Payment, add: The unit prices for installation of RCP storm drain pipe shall include connections to existir Install items plumb arid level, accurately fitted, free from distortion or defects. I 1 I I 1 I storm drain structures. SECTION 307 STREET LIGI-ITING Attention is directed to Subsection 307-1 and 307-2 of the Standard Specifications a1 Regional Standard Special Provisions - 1.5" min conduct. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-2.3 Weedim Topsoil Preparation and Conditioning, add: 1 t 1013190 Rc I 7: 1 308-2.3.1 General, add: Weed eradication for entire Froject site. After irrigation installation but before plantin; installation, the Contractor sfall irrigate the entire project site three (3) to four (4) time over seven (7) to ten (10) days to germinate existing weed seeds. Allow weed seeds tc grow until they reach a maximum height of two (2) to three (3) inches. Then apply thl post-emergent herbicide per Inanufacturer's specifications and instructions. Weed eradication for shrub areas and ground cover areas (planted from flats). Three (3 to four (4) days after these plants have been installed, the Contractor shall apply the pre emergent herbicide per manufacturer's specifications and instructions. All planting areas shall be backfilled with 6* of Type "A" topsoil. Raised planters shall be backfilled with Type "A" topsoil to within 2" of the top of plantei 308-2.3.2 Fertilizing and Conditioning Procedures, delete and substitute: After the areas have been deep ripped, the following rates of soil conditioning an amendment materials shall be evenly spread over all planting areas and shall be thoroughl scarified to an average depth of six (6) inches by rototilling a minimum of two (2 alternating passes. Amendment must be intimately blended with soil. Soil Conditioner 5 cu. yd. per 1,000 SF Iron Sulphate 20 lbs. per 1,000 SF b Gypsum 250 Ibs. per 1,000 SF i I I I I I 1 I I I 1 1 The entire project shall then 'le irrigated with a deep watering schedule to leach out salt A total of six (6) inches 0' water shall be applied at the rate of one (1) inch pt application. The soils shall lhen be tested again by the agricultural chemist for PH an salts. If soil is found to be in the appropriate range, then nutritional correction may taE place. If the soil is not acceptable to the chemist, it shall be further leached through dee irrigation until it is acceptab e. Nutritional correction: After soil has been chemically corrected, Contractor shall amer and rototill 40 lbs. of 1-10-10 fertilizer per 100 SF into the top 8' of soil. The Contractor shall apply pxt-plant 14-7-3 fertilizer at the rate of 20 lbs, per 1000 S 60 days through the end of 1he maintenance period. 3084 PLANTING 1 308-4.1 General, add: Actual planting shall be perfcmned during those periods when weather and soil conditio] 1 are suitable and in accordan :e with locally accepted horticultural practice and after tht t 10/3/90 Re I 7: irrigation system is complete, as approved by the Engineer. No planting shall be done ir 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% of field capacity. Thf determination of adequate soil moisture for planting shall be the sole judgement of tht Engineer and his decision sha.l be final. The Contractor shall obtain approval of planting pits before planting operations shall begin. If the soil moisture level is found to bt insufficient for planting, all planting pits shall be filled with water and allowed to draiI before starting planting operations. No more plants shall be distributed in the plantinj 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 removal of thc containers. Containers shall not be cut prior to pit preparation and the plants shall bc I I I i I i I b li 1 i 1 1 1 i planted immediately thereafter. 308-4.2 Protection and Stor:= add: The Contractofs on-site plant storage area shall be approved by the Engineer prior to th delivery of any plant materials. Any plant determined by the Engineer to be wilted, broke] or otherwise damaged shall be rejected at any time during the project whether in th ground or not. All rejected plants shall be removed from the site immediately. 308-4.7 Ground Cover Plantb, add: One (1) 5-gram planting tablet shall be placed in each planting hole. 308-5 INSTALLATION OF V4LVES. VALVE BOXES, AND SPECIAL EQUIPMENT Quick coupling valves shall have concrete footings. 308-6 MAINTENANCE AND PLANT ESTABLISHMENT, add: For all areas the maintenance period shall be sixty (60) days after final acceptance. The Contractor shall provide complete landscape maintenance of all planting areas. Th work shall include, but not be limited to, watering, litter control, weed control, stak repair, cultivating, repair of irrigation systems, and control of diseases and pests. All planted areas shall be treated with an approved granular pre-emergent herbicid according to manufacturefs specifications at the beginning of the maintenance period an if the product specifies, additi onal scheduled treatments on a regular schedule, as require through the maintenance period. At the direction of the Engineer, the Contractor shall control weeds, disease, and pe infestations in the planting aleas, the Engineer shall approve all methods and materials fc such control. Upon approva I, the Contractor shall implement the control measures t 10/3/90 Re 1 t 74 exercising extreme caution in using pesticides and taking all steps to ensure the safety of the public. Only licensed personnel will be permitted to perform toxic spraying work. During establishment period the Contractor shall furnish sufficient men and equipment on a daily or weekly basis to perform the work required by this section. any day when the Contractor fails to adequately carry out specified maintenance work, as determined necessary by the Engineer, the day will not be credited as one of the plant establishment days. All planting areas which are damaged by construction shall be repaired by the Contractor within thirty (30) days following construction in such areas, unless otherwise approved. Repair shall consist of bringing the damaged area back to final grade, replanting the area with the same vegetation as originally specified, and maintaining the area to I 1 t I I g achieve acceptable plant establishment. ' 308-7 GUARANTEE, add: All other plant material shall be guaranteed to live and grow for a period of sixty (60) days from the day of final acceptance of the contract work. Any material found to be dead, missing or in poor condition during the maintenance period, shall be replaced immediately. The Engineer shall be the sole judge as to the condition of the material. Material found to be dead or in poor conditions within the guarantee period shall be replaced by the Contractor at his expense within fifteen (15) days. Replacements shall be made to the same specifications required for the original plan tings. Contractor shall call for a final inspection two (2) weeks before the end of the sixty (60) day maintenance period. Failure to pass inspection will result in an extension of the maintenance period for such period as the Engineer deems necessary. A one (1) year guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. A copy of the guarantee form shall be included in the operations and maintenance manual. The guarantee form shall be re-typed on the Contractor's letterhead and contain the II I b B 1 I I following information: i 1 1 I t 10/3/90 Rev. 75 I 1 GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installec is free from defects in materials and workmanship, and the work has been completed ir accordance with the drawings and specifications, ordinary wear and tear and unusua abuse, or neglect excepted. We agree to repair or replace any defects in material 01 workmanship which may develop during the period of one (1) year from date o acceptance and also to repair or replace any damage resulting from the repairing 01 replacing of such defects at no additional cost to the City. We shall make such repairs o replacements within a reasonable time, as determined by the owner after receipt of writte1 notice. In the event of our failure to make such repairs for the City, we authorize the Ciq to proceed to have said repairs or replacements made at our expense and we will pay thi costs and charges therefore upon demand. PROJECT: LOCATION: ? I IC I I I b I 1 SIGNED: CONTRACTOR ADDRESS: I PHONE: I DATE OF ACCEPTANCE: I I I I 1 t 10/3/90 Re 7t i 1 I I I I b Q I 1. P I b I 1 n I SECTION E TECHNICAL SPECIFICATIONS FOR TRAFFIC SIGNAL t 10/3/90 Re 1 77 TRAFFIC SIGNAL INSTALLATION - Furnishing and installing traffic signals a payment therefore shall conform to the provisions in Section 86, "Signals & Lighting", the CALTR4NS Standard Specifications, dated January 1988, and these Spec Provisions. Eauiument List and Drawings Equipment list and drawings of electrical equipment and material shall conform to 1 provisions in Section 86-1.03, "Equipment List and Drawings", of the CALTRA Standard Specifications and these Special Provisions. The controller cabinet . schematic Wiring diagram and intersection sketch shall combined into one drawing, so that, when the cabinet door is fully open, the drawini oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units, auxili equipment, vehicle detector sensor units, control units and amplifiers. The maintena manual and operation manual may be combined into one manual. One copy of maintenance and operation manual shall be submitted to the City prior to instailati The maintenance manual shall include, but need not be limited to the following itei 1 R I R I 1 I b I 1 I 1 1 I (a) Specifications (b) Design Characteristics (c) General Operation Theory (d) Function of all Controls (e) (f) Block Circuit Diagram (g) Geographical Layout of Components (h) Schematic Diagrams (i) Trouble Shooting Procedure (Diagnostic Routine) List of Replaceable Component Parts with Stock Numbers Foundations Foundations shall conform to the provisions of Section 86-2.03, "Foundations", of CALTRANS Standard Specifications and these Special Provisions. Portland cement concrete shall conform to Section 90-10, "Minor Concrete", of CALTRANS Standard Specifications and shall contain not less than 470 pounds cement per cubic yard, except concrete for pile foundations shall contain not less t 564 pounds of cement per cubic yard. The Fifth Paragraph in Section 86-2.03, "Foundations", of the CALMS Stand Specifications is amended to read: "Cast in drilled hole concrete pile foundations for traffic signal and !igh standards shall conform to the provisions in Section 49, "Piling", with ad requirements that standards shall not be erected until seven (7) calendar ( have elapsed after placing the concrete and that material resulting from dril holes shall become the property of the Contractor." 1 t I I Excess unclassified material resulting from foundations or grading shall become t property of the Contractor and shall be properly disposed of. Conduit Conduit shall conform to the provisions of section 86-2.05 "Conduit" of the CALW Standard Specifications and these Special Provisions. Rigid metal conduit to be used as a drilling or jacking rod shall be fitted with suitaf drill bit for the size hole required. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes a controller cabinets shall be sealed with an approved type of sealing compound. Heavy wall Underwriters Laboratories approved polyvinylchloride (PVC Sch. 40) cond may be used in sidewalk and roadway areas provided the proper depth is adhered If the jacking method is used, a hole must be bored and prior to removal of the bor tool, the PVC shall be pulled back through the bored hole. Trenching installation of conduit shall not be allowed. I 1 1 I 1 1 I b Pull Boxes Pull boxes shall conform to the provisions in Section 86-2.06, "Pull Boxes," of CALTRANS Standard Specifications and these Special Provisions. Grout in bottom of pull boxes will not be required. I I Conductors and Wiring Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductc and Section 86-2.09, "Wiring," of the CALTRANS Standard Specifications and tb Special Provisions. Vehicle detector lead-in cables within the controller cabinet shall be labeled with appropriate detector number identification that is shown on the construction plans. ' label shall be a permanent type. Conductors shall be spliced by the use of "C" shaped compression connectors as shc in the CALTRANS Standard Plans. Splices shall be insulated by "Method B." 1 31 i i I 1 t 7 Field Testing Field testing shall conform to the provisions in Section 86-2.14B "Field Testing," of tl- CALWS Standard Specifications and these Special Provisions. Meggar test for traffic signal and lighting conductors shall be performed in the followir order: Signals: After conductors are connected to signal head terminal, and befoi connection to controller. Lighting: Before fuses are installed in fused splice connectors. Load side conductors in signal heads shall be disconnected from terminal bloc during the test. The full cost for the Contractor performing this field testing in the presence of t Engineer shall be included in the lump sum price for Traffic Signal and Street Lighti Installation and no additional payment will be allowed therefor. B 1 1 I I I E 1 b 1 Painting Painting shall conform to the provisions in Section 86-2.16, "Painting," of the CALW Standard Specifications and these Special Provisions. All paint is to be furnished and applied by the Contractor at his expense. Factory finish will be satisfactory for new luminaires and no further painting will required. Steel poles and mast arms shall not be painted except that all Cuts or damaged edl shall be covered in accordance with Section 75-1.05, "Galvanizing", of the CALTRA- I Standard Specifications. I Signal Controller Model 170 traffic controller units, cabinets, and auxiliary equipment shall conform to provisions in Section 86-3.11, "Model 170 Controller Assembly," of the CALTRA Standard Specifications and these Special Provisions. The controller shall be equip1 with a CAL'T"S local intersection control program 176 and a full complement prom chips. The Contractor shall install the new Type 170 controller in a model : cabinet. I I I I I t t Ernereencv Vehicle Preemption Emergency vehicle preemption shall be a modulated light signal detection system whit shall conform to the details shown on the plans and these Special Provisions. A. GENERAL - Each modulated light signal detection system shall consist of I optical detector/discriminator assembly or assemblies located at the traffic sign Each system shall permit detection of Class XI (Emergency) Vehicles. Th shall be capable of being detected at any range of up to 1,800 feet (550 metei from the optical detector. The modulation frequency for Class II signal emitters shall be 14.035 Hz20.2 HZ. 1 1 1 1 I a I I b I 1 I I 1 I I B. OPTICAL DETECIION/DISCRIMINATOR ASSEMBLY 1. General - Each optical assembly when used with standard emitters sh have a range of at least 1,800 feet (550 meters) for Class I1 signa Range measurements shall be taken with all range adjustments on t discriminator module set to "maximum". Optical Detector - Each optical detector shall be a weatherproof u capable of being easily mounted on a mastarm. The housing shall ha at least one opening threaded for 3/4-inch conduit, through which wiring shall enter. Each detector shall weigh not more than 2 pounds a shall present a maximum wind load area of 36 square inches. Each detector shall be capable of receiving optical energy from one of t axially opposed directions. The reception angle shall be a maximum 26 degrees (12 degrees total included angle) measured in the horizon plane about the center axis of the light sensing element. The receptj angle in the vertical plane measured about the center axis of the lij sensing element shall be maximum of 4 degrees above and 8 degrc below that center axis. Measurements =e to be taken at a range of 1,t feet (550 meters) for each Type I1 emitter. All internal circuitry shall be solid state and electric power shall provided by the respective discriminator module. Cable - Emergency Vehicle Pre-emptor Detector Lead-in Cable sh conform to the provisions of Section 86-2.08, "Conductors," of the Stand: Specifications and these Special Provisions. Emergency vehicle pre-emptor detector lead-in cable shall meet 1 characteristics of IPCEA-S-61-402 or NEMA WCS, Section 7.4, 60( Control Cable, 75 degrees C, Type B. Conductors shall be 3 No. 20-7x28 stranded. 2. 3. 1 t a 1 Conductor strands shall be individually tinned. Conductor insulation shall be a low-density polyethylene material havir a minimum thickness of 25 mils. Conductors shall be color coded; 1 - yellow, 1 - blue and 1 - orange. The cable shall have 1 No. 20-7x28 stranded, tinned, bare drain wire. The drain wire shall be placed between the insulated conductors and The shield shall be of tinned copper-brass or aluminum polyester tape wj a nominal 20% overlap. The conductive surface of the shield shall be contact with the drain wire. Capacitance measured between any conductor and the other two condl tors and the shield shall not exceed 48 picofarads per foot when tested 1,000 hertz. The cable jacket shall be a black PVC material rated for 600 volts a 75c and shall have an average minimum wall thickness of 45 mils. The finished outside diameter of the cable shall be between 0.28 and 0 of an inch. The cable jacket shall be marked up with the manufacturer's nar insulation type designation, number of conductors and conductor size, a voltage and temperature ratings. Discriminator Module - Each discriminator module shall be designed be compatible and usable with a Model 170 controller unit and to mounted in the input file of a Model 332 controller cabinet. In additi each discriminator module shall conform to the requirements of Chap I of the State of California, Department of Transportation, 'Traffic Sig Control Equipment Specifications," dated April, 1978, and to all addendu thereto current at the time of project advertising. Each discriminator module when used with its associated detectors SI be capable of: a) b) 1 1 I 1 1 I b I 1 1 I shield, 4. a 1 Receiving Class II signals at a range of up to 1,800 feet (550 mete Decoding the signals on the basis of frequency: 14.035 Hz? 0.266 Hz for Class II signals 1 I - I t 8 Establishing the validity of received signals on the basis of frequenc and length of time received. A signal shall be considered valid onl when received for more than 0.50 second. No combination of Clas I signals shall be recognized as a Class II signal regardless of th number of signals being received, up to a maximum of ten signal! Once a valid signal has been recogazed, its effect shall be held b the module in the event of temporary loss of the signal for a perio adjustable from 4.5 seconds to 11 seconds in at least 2 steps at seconds 20.5 second and 10 seconds 20.5 second. Providing an output that will result in a "low" or grounded conditio of the appropriate input of a Model 170 controller unit. For Cla: I1 signals the output shall be steady. Each discriminator module shall receive electric power from the controllt cabinet at either 24 volts DC or 120 volts AC. Each channel, together with its associated detectors, shall draw not rno than 100 milliamperes at 24 volts DC nor more than 100 milliamperes 120 volts AC. Electric power, one detector input for each channel ai one output for each channel shall terminate at the printed circuit boa edge connector pins listed below. Board edge connector pin assignment shall be as follows: c) 1 1 1 I 1 1 I I b 1 I B 1 t I; E d) A DC Ground C NC D Detector Input, Channel A R (NC) B 224 VDC p (NC) E 224 VDC to detectors s PC) F Channel A Output (C) T (NC) u (NC) H Channel A Output (E) v (NC) L Chassis Ground y (NC) M AC- z (NC) J Detector Input, Channel B W Channel B Output ( K DC Ground to Detectors X Channel B Output ( N AC+ - Slotted for Keying (C) Collector cannot be used by manuf Two auxiliary detector inputs for each channel shall enter each mod through the front panel connector. Pin assignment of the connector st be as follows: (NC) Not connected; 1s (E) Emitter turer for any purpose t € 1. 2. 3. 4. Auxiliary Detector 1 Input, Channel A Auxiliary Detector 2 Input, Channel A Auxiliary Detector 1 Input, Channel B Auxiliary Detector 2 Input, Channel B 1 Each channel output shall be an optically isolated NPN open collec transistor capable of sinking 50 milliamperes at 30 volts and shall compatible with the Model 170 controller unit inputs. Each discriminator module shall be provided with means of prevent transients received by the detector(s) from affecting the Model 1 I I g I I 0 I b controller assembly. Each discriminator module shall have a single connector board, shall capable of being inserted into the input file of a Model 332 cabinet : shall occupy one slot width of the input file. The front panel of e module shall have a handle to facilitate withdrawal and the follou controls and indicators for each channel: a) b) Three separate range adjustments each for Class I1 signals A three-position, center-off, momentary contact switch, ( position (up) labeled €or test operation of Class I1 signals. A "signal" indication and a "call" indication each €or Class The "signal" indication denotes that a signal above the thresh level has been received. A "call" indication denotes tha steady, validly coded signal has been received. Th indications may be accomplished with a single indication la1 "signal" being denoted by a flashing indication and "call" v In addition, the front panel shall be provided with a single circu bayonet-captured, multi-pin connector for two auxiliary detec inputs for each channel. Connector shall be a mechanical config tion equivalent to a MIL-C-26482 with a 10-4 insert anangem such as Burndy Metalock Bantam series, consisting of Wall Mounting Receptacle, UTGO-IMP with SM20M-1 g Plug, UTG6-10-4SN with SC20M-1 gold plated sockets; ca clamp and strain relief that shall provide for a right angle t within 2.5 inches (64mm) maximum from the front pz surface of the discriminator module. c) 1 a steady indication. E 1 plated pins. I I I I t 8 For Module 2 (5-13): I Position Assignment 7 +24VDC From (J-13E) 8 Detector Ground from (J-13K) 9 10 11 12 Channel A Auxiliary Detector Input 1 Channel A Auxiliary Detector Input 2 Channel B Auxiliary Detector Input 1 Channel B Auxiliary Detector Input 2 1 I 1 1 I 1 b I R 1 I 1 I n Wiring for a Model 332 cabinet shall conform to the following Slots 10 and 11 of Input File "I" have each been wired to accel a 2-channel module. Field wiring for the primary detectors, except 24 volt DC powe shall terminate on terminal boards on the rear of the Input Fi "I". Position assignments on the input file terminal boards are follows: 1 Positioq @men1 I- 10D Channel A Detector Input, 1st Module I-IOJ Channel B Detector Input, 1st Module I-11D Channel A Detector Input, 2nd Module I- 1 1J Channel B Detector Input, 2nd Module I-1OE + 24 VDC to Detectors I-11E + 24 VDC to Detectors I-10K DC Ground to Detectors E I-1IK DC Ground to Detectors All field wiring for the auxiliary detectors shall terminate ( terminal board TB-2 in the controller cabinet. Position assig ments have been reserved as follows: Position Number Assi Pnment 1 2 3 4 + 24VDC From I-10E 5 +24VDC From I-11E 6 Auxiliary Detector Input No. 1 Auxiliary Detector Input No. 2 Auxiliary Detector Input No. 3 DC Ground From I-1OK and I-11K t E C. SYSTEM OPERATION 1 The Contractor shall demonstrate that all of the components of each syste are compatible and will perform satisfactorily as a system. Satisfactory performance shall be determined using the following te procedure: 1. Each system to be used for testing shall consist of an optical emitt assembly, an optical detector, at least 200 feet of connecting cable ai a discriminator module. The discriminator module shall be installed in the proper input file s' of Model 332 controller cabinet. The controller cabinet, together w a Model 170 controller unit with the appropriate operating program. Model 210 monitor unit and 120 volt AC power will be available. Tests shall be conducted using a CIass II signal emitter and a distar of 1,800 feet between the emitter and the detector. All ran adjustments on the module shall be set to "Maximum" for each test Each above test shall be conducted for a period of one hour, dun which the emitter shall be operated for 30 cycles, each consisting o one minute "on" interval and a one minute "off interval. During 1 total test period (a) the emitter signal shall cause the proper respox from the Model 170 controller unit during each "on" interval and 1 there shall be no improper operation of either the Model 170 control unit or the monitor unit during each "off internal. 1 I 1 li II I 1 2. 3. 4. b 1 Simal Face and Simal Heads Signal faces, signal heads and auxiliary equipment, as shown on the plans, and 1 installation thereof, shall conform to the provisions in Section 86-4, 'Traffic Signals a Fittings" of the CALTRANS Standard Specifications and these Special Provisions. All signal faces and all arrow indications shall be provided with 12-inch sections i glass lenses. All lamps for traffic signal units shall be furnished by the Contractor. Non-metallic vehicle signals may not be substituted for the type specified in Paragr: 1, Section 86-4.01 (B), "Housing" of the CALTRANS Standard Specifications. Ail vehi signals shall be of the same material. i I 8 I 1 1 1 t I Pedestrian SiPnalS Pedestrian signals shall conform to the provisions in Section 86-4.05, "Pedestrian Sigr Faces," of the CALlR4NS Standard Specifications and these Special Provisions. Pedestrian signals shall be Type G with international symbols. Each Type G pedestri signal shall consist of a housing with front screen, a message plate and two light sourc each consisting of luminous tubing and power supplies for the luminous tubing. The message plate shall be 1/8-inch nominal thickness, ultraviolet-stabilized, prismat patterned polycarbonate plastic; 3/ 16-inch nominal thickness hammered wire-glass; 3/ 16-inch nominal thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. 1 message plates shall have a flat-back surface over the entire projected area except wht the symbols are located. The material used to mask the message plate shall be hard a durable and shall bond such that it will not flake nor peel when the message plate is use or is washed. The symbols shall be the only illuminated portion of the mess: plate. The message plate shall be sealed to a polycarbonate case to form a dust tight E weatherproof module. The module shall contain and properly support the luminc 1 1 1 I m 1 1 b I II i I I 1 I 1 1 tubing and power supplies. Each light source shall have a separate power supply. Each power supply shall requ less than 30 watts with a power factor of not less than 90 percent over a range of in voltages from 105 to 130, at a frequency of 60 (21) Hz. Each symbol shall not be less than 11 inches high and not less than 7 inches wide. Detectors Detectors shall conform to the provisions in Section 86-5, "Detectors," of the Stand CALWS Specifications and these Special Provisions. Loop detector lead-in cable shall be Type B. Tnternallv Illuminated St reet Name Signs Internally illuminated street name signs shall conform to the provisions of Section 6.065 of the CALTRANS Standard Specifications. Internally illuminated street name signs shall be Type A. At Carlsbad Boulevard/ -Pi I Avenue: Two double-sided signs shall read "pine Ave.11 and one single-sided sign s, read "Carlsbad Blvd.". t 8 Slens n Signs shall conform to these Special Provisions, the Plans and the State of Californ Traffic Manual. The Contractor shall furnish and install signs as shown on the plar The signs shall be aluminum with a minimum .080 gauge thickness. All signs shall t reflective. New roadside signs shall be installed at the locations shown on the plans or whe directed by the Engineer, and shall conform to the details shown on the plans and tl provisions in Section 56-2, "Roadside Signs", of the Standard Specifications. Roadside sign panels shall be installed on new posts and a new traffic signal standa mast arm at locations shown on the plans or where directed by the Engineer and conformance with the provisions in Section 56-2.04, "Sign Panel Installation" of t Standard Specifications and these special provisions. New posts shall be 1-3/4 in telspar. High Intensitv Discharpe Luminaires Luminaires shall conform to the provisions in Section 86-6.01, "High Intensity Discha: Luminaires", of the CALMS Standard Specifications and these Special Provision 250W high pressure sodium vapor luminaires shall be provided with inttegral balk and integral photo-electric cells. Each luminaire shall be provided with an internal ballast assembly (including ball; capacitor, and lamp starter unit). All connections from the ballast assembly shall made with a single multi-circuit connector or individual color-coded NEMA connectors. Field connections to the luminaires shall terminate on a barrier t] terminal block secured to the housing. Glare shields are required. The luminaires shall be constructed and installed in such a manner as to provide T: III distribution with the outer edge of the luminaire's housing below the entire li sources and all glassware. The luminaire's optical assembly shall provide without the addition of external shield a 90 degree cutoff with no sipfkant light emitted above the horizontal. I 1 I I 1 I I b I I i I I - I Traffic StriDing Striping, paint, traffic stripes and pavement markings shall conform to the provision Sections 84-1, "General," and 84-3, "Painted Traffic Stripes and Pavement Markings, the Standard Specifications and these Special Provisions. Sections 84-3.02, "Materials," of the Standard Specifications is amended to read: I t i m Faint for traffic stripes and pavement markings shall conform to the f State Specifications: St2 Paint Specific; 80 lo-! 8010-! 8010- I Fast Dry Solvent borne - White, Yellow and Black Rapid Dry Solvent borne - White and Yellow Rapid Dry Water Borne - White, Yellow and Black I I I 1 I 0 I I I I I 0 I I Glass beads shall conform to State Specification No. 8010-513-22 (Type n).. Copies of State Specifications for traffic paint and glass beads may be obtair the Transportation Laboratory, Post Office Box 19128, Sacramento, CA 95819, (' The kind of paint to be used (solvent borne or water borne) shall be determine Contractor based on the time of year the paint is applied and local air pollutio regulations. Solvent borne white and yellow paint shall be either the Fast Dry or Rapid Dr the option of the Contractor. Thinning of paint will not be allowed. Paint shall be tested prior to use or the manufacturer shall provide the En@ a Certificate of Compliance in accordance with the provisions of Sectioi "Certificates of Compliance," of the Standard Specifications. Said certificate shi that the paint complies with the specifications and that paint manufactured to formulation and process has previously passed State testing. A list of manufam have produced paint meeting State specifications is available from the Trans Laboratory. (Material supplied by manufacturers other than those that have tured approved paint will require complete testing.) The second paragraph in Section 84-3.03, "Mixing," of the Standard Specific deleted. The fourth and fifth paragraphs in Section 84-3.05, "Application," of the Specifications are amended to read: I 2400. A one-coat 3-inch wide black stripe shall be painted between the h wide yellow stripes of a double traffic stripe. If the two 4-inch wic stripes are to be applied in 2 coats, the black stripe shall be concurrently with the second coat of yellow stripes. On new surfacing, pavement markings and traffic stripes (except 1 stripe between the yellow stripes of a double traffic stripe) shall be E two coats a week apart. If 89 II 1 1 I II 1 I 1 b I 1 I 1 I 1 I 1 SECTION F FOUNTAIN AND FILTRATION SYSIXM t 10/3/90 Rev. 9( 1 I SECTION F FOUNTAIN AND FILTRATION %STEM FOUNTAIN SYSTEM General Rewk~nents The Contractor shall purchase and install a custom architectural fountain and filtratioi system complete with all necessary intake, drainage, and electrical service per the plans ant specifications. The fountain system shall consist of two (2) sets of two (2) equalize( reflecting pools (four total). Water circulation and clarity shall be maintain by package1 direct buried filter systems, one (1) for each set of connected pools. t I I I b I b I I I I I I 1 C I Equipment Supplier All fountain equipment shall be supplied by the following manufacturer or approved equal The Fountain People, Inc. 4105 Hunter Business Park, B1dg.-7 San Marcos, TX 78666 Phone (512) 392-1155, Fax (512) 392-1154 Ref. TFP No. P-1244-1R1 and P-1244-2 WalEUltY The Contractor shall provide the City the fountain manufacturer's warranty against defect in the material, equipment, or workmanship for a period of one (1) year after the fountai is placed in service. Pipinn and Conduit Requirements The following piping and conduit runs will be required between the fountain basins an pool equipment: - Size Quantity Function 3 It 2 Pipe, main suction 2" 3" 2 Pipe, water level equalization 2 Pipe, discharge to 2 diverters for lower pool an discharge to 3 diverters for upper pool .75" 2 Conduit, water level control t 10/3/90 Re7 91 4 Utilities and Services Electrical: 120/240v single phase, 16 A.C.L. Contractor to extend electrical service fron the metered side of the existing meter at the northeast comer of Pine Avenue and Carlsbac. Blvd. Water Supply: 1" dia. water line to the upper and lower pools with a maximum pressurc of 50 psi. 1 1 1 Waste or Drain: 1 basins. Two (2) 3" gravity drains, one (1) from the upper and one (1) from the lower fountaii Two (2) 2" gravity drains, one from each equipment vault. Two (2) 1.5" pumped drains, one from the upper and one (1) from the lower basins. Ventilation: Minimum 55 CFM forced air system Fountah Details Two (2) sets of equipment details and schematics are attached. One (1) is for the "uppe pool" and the other set applies to the "lower pool". Both upper and lower pools consist c two (2) connected basins. The upper and lower pools require separate pump, filtratior and circulation systems. I 11 I b I I 11 I 1 I I 1 ? 10/3/90 Re I EOUIPMENT LIST 9 I i I II i I II b I D I I I I 1 I PROJECT: CITY OF CARLSBAD LOWER POOL SYSTEM - ITEM QTY CATALOG NO. DESCRIPTION 1 1 PFV-AFO10 33"X 33"X 48"H DIRECT-BURIAL PACKAGED FOUNTAIN SYSTEM WITH ONE HORSEPOWER BRONZE PUMP WITH INTEGRAL STRAINER; 24" FRP SAND FILTER WITH MULTI-PORT BACKWASH VALVE, AUTOMATIC AIR RELEASE, PRESSURE GAUGE AND SITE GLASS; ALL VALVES, PIPING AND FITTINGS; A 55 CFM FORCED AIR VENTILATION SYSTEM; AND NEMA-3R CONTROL PANEL ASSEMBLY WITH GFIC CIRCUIT BREAKERS AND TIME CLOCK. ALL EQUIPMENT SHALL BE COMPLETELY FACTORY ASSEMBLED, WIRED AND TESTED AND ENCLOSED IN A HEAVY-DUTY FRP ENCLOSURE. ENCLOSURE SHALL BE FITTED WITH A 33" SQUARE ACCESS HATCH WITH INTEGRAL VENT CAPS, LOCK-OPEN-ARM, STAINLESS STEEL HARDWARE AND DARK BROWN GEL COAT FINISH. UNIT IS DESIGNED FOR 120/240 VOLT, SINGLE PHASE POWER SUPPLY. t 2 2 FAD-200 ADJUSTABLE INLET FITTING OF ALL BRONZE CONSTRUCTION WITH INTEGRAL WATERSTOP FLANGE, BONDING LUG, BRUSHED FINISH, AND 2" FIP INLET CONNECTION. 3 1 FAS-123 12" SQUARE CAST BRONZE ANTI-VORTEX PLATE kND HEAVY-DUTY FRP SUMP WITH INTEGRAL WATERSTOP FLANGE, 3" FLANGED OUTLET CONNECTION, NEOPRENE FLANGE GASKET, AND STAINLESS STEEL FASTENERS. 1 CWL-1ooc WATER LEVEL CONTROL SWITCH IN 4 CONDUIT MOUNTED COPPER HOUSING WITH BRUSHED FINISH AND 3/4" FIP 'CONNECTION AND FURNISHED WITH AN INTEGRAL 30 FT. CORD. 5 2 LJN-1 CAST BRONZE FLUSH MOUNTED JUNCTION BOX WITH (3) 3/4" CONDUIT CONNECT- IONS, STAINLESS STEEL FASTENERS, AND NATURAL BRASS FINISH. U.L. LISTED FOR DECK BOX APPLICATIONS. WP NO: P-I244-2 DATE: November 29, I989 It 9 I EOUIPMENT LIST PROJECT. CITY OF CARLSBAD LOWER POOL SYSTEM - ITEM QTY CATALOG NO. DESCRIPTION 6 1 FSD-200-9" STANDPIPE OVERFLOW DRAIN FITTING WITH CAST BRONZE WATERSTOP COUPLING, BONDING LUG, COPPER STANDPIPE AND CAP, BRUSHED FINISH, AND 211 FIP OUTLET CONNECTION. 1 1 I I I R I & 7 1 RVG-100P PVC GATE VALVE WITH NON-RISING STEM AND 1" FIP CONNECTIONS. 8 1 RVS-100 CAST BRONZE SOLENOID VALVE WITH ADJUSTABLE FLOW CONTROL, MANUAL OVERRIDE, 120 VOLT COIL AND 1" FIP CONNECTIONS. 9 2 FGR-1212 FIBERGLASS-REINFORCED POLYESTER GRATING WITH 1-1/2"THICK BY 1-1/2" SQUARE PATTERN. GRATING IS A LIGHT GRAY COLOR THAT WILL NOT WEAR OFF. STAINLESS STEEL ANGLE SHALL BE 1-1/2"X 1-1/2"X 3/16" THICK WITH 3/8" HOLES FOR WALL SUPPORT AND 1/4" TAPPED HOLES FOR GRATING TIE-DOWN. NOTE: STAINLESS STEEL BOLTS, WASHERS AND LEAD ANCHORS SUPPLIED BY CONTRACTOR. 10 2 FWS-300D WATERSTOP COUPLING OF ALL BRASS AND COPPER CONSTRUCTION WITH BONDING LUG AND 3" FIP BOTTOM 1 CONNECTION. 11 1 FFD-200 FLOOR DRAIN FITTING OF ALL BRASS AND COPPER CONSTRUCTION WITH REMOVABLE THREADED BRASS PLUG, INTEGRAL WATERSTOP FLANGE, BONDING LUG, AND 2" FIP OUTLET CONNECTION. m 12 1 FWS-075 WATERSTOP COUPLING OF ALL BRASS AND COPPER CONSTRUCTION WITH BONDING LUG AND 3/4" FIP 1 I I I 1 I CONNECTIONS. END OF EQUIPMENT LIST TFP NO: P-1244-2 DATE: November 29, 1989 t i t I’ i I 1 I I b I I 1 I I I p LOWER POOL -. SPEC I FI CATION: PUMP: Packaged Fountain System shall be furnished in a direct-burial FRP (fiberglass) enclosure and shall include a cas: bronze pump with integral strainer; a 24” FRP filter with ABS multiport b- ackwash valve. site glass and pressure gauge: all valves, piping and fittings; a 55 CFM forced air ventilation system: a 2” floor drain: and a pre-wired electrical control panel with time clock. circuit breakers and lighting interface. slainless steel hardware. Finish shall be dark brown. Main pump Shall be ra?ed ti LGPM ;it 50 FH, i HP. FILTER: Filter unit shall be rated at min,m”m 62.8 GPM (crean), POWER SUPPLY: 1201240 Volts. 1 Phase, 16 A. NOTES: 7) Halch opening must Se located in area safe - - Enclosure shall be fitted with integral zir vents and - from flooding. 2) Protect the 2” gravity drain which is furnished with unit from possible backflow and sewer ~2 as required. PACKAGED DIR ECT-BURIAL The Fountain People, -I__ hc. FOUNTAIN FILTRATION SYSTE 4105 Hunter 8usin*ss Pmrk. Dido.- 7 San Marcos. Teras 70666 I 1 Phono:(Si21392-IfSS PFV-AF010 I i I I I I I b I I I I I t I I ri 9 LOWER POOL . ADJ. BRASS DIVERTER 7 %”-; ” ------ FEMALE PIPE THREAD 0 S P ECI F1 CAT! 0 N: Oiverter Assembly shall be of all brass and copper construction wilh integral waterstop coupling and removable adjustable throttling plug. Finish shall be polished brass. @he Founfain People lnc. ADJ. DIVERTER ASSEMBL‘ -J- ‘(0s Huntor Burinrsr Perk. 81dg.- 7 S*n Yarcos. To.r*r 78666 I 2 FAD-(SERIES) - Phw: (Srzl~sz- rrss ? i I I 1 I I-.".i 8 0 8 8 \ ) REMOVABLE The Fountain People, Inc- DIVERTER SUMP AND PL. 410s Hd-r BvrLurs fu4. -.- 7 SuYUeor. Tau. 74666 1 t i i 1 1 I I I I B 1 1 1 ' I) P LOWER POOL 9 I t OPERATING WATER LEVEL I ----A- r ---2 I- *%*I r- i r----- 1 I I I I I 1 %" ?L--\ -----e - 6" SWITCH HREADED CONNECTION 3/4" 8RASS CONDUIT (BY CONTRACTOR) - 30'' SENSOR CABLE (FURNISHED) Lo SPEC I FI CAT1 0 N: Conduit-mounled Water Level Control Swrlch shall be designed for condud installalion and shall include an inlegral30 !I cable. Housing shall be of all copper and brass construction with removable lop cover and 3/4" condult conneclm Finish shall be polished copper CONTACT RAT1NG: Switch contacl shall be rated at a minll of 3 amps at I20 volt. AC CON DUIT-MOUNTED WATI The Fountain People, hc. LEVEL CONTROL SWITCH LI 4105 Hunter Burmess Pork. Bldp.- 7 san Yarcoi. Tarrr 78666 Phone:ISttl392-lfSS L CWL-100C ,@ 1 I 1 I 1 1 1 1 I I i 1 1 t b I '63 P* s LOWER POOL a -7 --- 4 r----- , G - --- ~5.'7 (-J (:.-A - - - -Y 3/4" POWE8 CONDUIT BRASS STRAIN-RELIEF SEAL (FURNISHED) 3/4"NICHE CONDUIT to S P EC I F [CAT IO N : Flush-f loor- mounted be furnished wllh brass strain-rehef seal BOX shall be of all cast bronze COnSiruCiiOn with neoprene gaskel and stainless steel fasteners Finish shall be naiural bronze. SPECIAL NOTE: Niche conduit musl be brass or copper Do not use non-metalli,c conduit for conduit IO light niche Junction Box shall FLUSH-FLOOR-MOUNTED The Fountain People, hc. JUNCTION BOX - '105 Hunfor Busmoss Park. 81dg.- 7 S*n M-rcos. 10.r.r 78666 1 5 Phon.. f5121392- 1155 LJN-7 i t I I 1 I 1 b 1 I 1 i II I t I I@ P* LOWER POOL 9 t STATIC WATER CEVEl COPPER STANDPIPE BRONZE WATERSTOF 4" DRAtN PIPING 0 SP ECI FI CAT1 ON: Standpipe Overflow Dram shall be furnished as assembly including cas1 bronze waterstop coupling. copper removable standplpe and copper overflow cap. Finish shall be polished copper. SPECIAL NOTE: Standpipe shall be furnished for 9 " water 6( 2" STANDPIPE The Fountain People, Inc. OVERFLOW DRAIN I - 4105 Hunfer Businass Park. 8ldp.- 7 S*n hiarcos. T~zes 78666 1 (5" I Ph~:(5121392-1155 FSD-200- REMOTE i3ALANCING/ The Fountain People, fnc. DRAIN VALVE - 4105 Hunler Dusrnrrs P4rk. Bldg: 7 5.n u*rcos. T*rar 78666 R ELEVATE AEO\ I 1 I I I I R I I 1 1 b t INTAKE WATER VALVE BOX 02 GRAVEL DRAIN BED -- D NPT 6' 1 '* B C CAT.NO. A SP ECI F1 CATION: Remote Solenold Fill Valve shall be of all brass Construction with manuai operator. adjustable ; RVS-100 5!4' 4yz- 5" flow controller and 120 volt solenoid. RVS-I50 6fi" 5%" 5%" 8" 1%'' Valve shall be designed for in-line servicing and direct-burial inslallalion REMOTE SOLENOID F[ LL VALVE The Fountain People, Inc. - '!OS HunlrC 8urrnrrr P18&. Bids.- 7 Sam MOCCOS. 'lrrrr 78666 I e *@ Phw: (5121 392-1fSS RVS-(S ER I ES) 1 ' I I J do AdflG A003 i30 1 2 " G :-.I liitr ra II b 1 1 1 I -- GRATING PLAN VIEW ANGLE SUPPOST SPECIFICATIONS ANGLE SUPPORT (2-required) FIBERGLASS-REINFORCED POLYESTER GRATING WITH 15" THICK BY ,$I1 SQUARE PATTERN. A LIGHT GRAY COLOR THAT IS MOLDED INTO THE GRATING IS II I l@ t STAINLESS STEEL ANGLE SHALL BE 13" X I$" X 3/1611 THICK WITH 3/8" HOLES FOR WALL SUPPORT AND 1/4" TAPPED HOLES FOR GRATING TIE-DOWN. NOTE: DRAWINGS NOT TO NOTE: STAINLESS STEEL BOLTS, WASHERS AND SCALE. ANCHORS REQUIRED. FIB ERGLASS-REINFORCED The Fo un fa in Pe op le,& POLYESTER GRATING _L *fOS Hun1.r Business Park. Bldg: 7 S.n Mwrcos. Texas 78666 Phons: (%?I 39t-ff55 FGR-2212 I i i i I I E I b 1 B I I I I '@ f. LOWER POOL b WATERSTOP FLANGE A FEMALE PIPE THREAD PIPING 0 - -- - -- - IATALOG NO. I A I NPT -- _-L_- - -- SPECIFICATION: WATERSTOP ASSEMBLY SHALL BE ALL BRASS AND FLANGE, GROUNDING SCRRJ AND THREADED CONNECTION. FWS-075-0 Z$lf 1 3/4" COPPER CONSTRUCTION WITH INTEGRAL WATERSTOP - - .-- - - ---- ++ RJS-300-D FWS-400-D 4 " The Fountain People, - Inc. WATERSTOP COUPLING 4105 Hunter Bus~nssr Park, 8idg.- 7 Sen Marccr. Teras 76666 Phcne.f5121392-1155 FWS-( S ER I ES) D 10 I i I i I t I I b 1 1 1 I I 1 1 Ph LOWER POOL I t REMOVABLE BRASS PLU ~ BRASS WATERST /- ------- T- E I FEMALE PlFE THDEAC DRAIN PIPING - G CAT. NO. J S P EC I F I CAT ION : including copper cast-in body with integral walerstop 3 X" Floor Drain Assembly shall be furnished as assernSly f FD-200 flange and brass removable plug. FFD-300 4 %" 4 - 3 /4 I Fintsh shall be pollshed brass. C FLOOR DRAIN AND PLUG @)The Fountain People, CI hc. '105 HUn1.r 8uran*rs Path. flldp: 7 Sln MaICOS. 1.z.s ?a666 1 1' f'horw' (5121 392- 11.55 F F 0-( S ER I ES) I i B d J I I b I I I I I I I I f LOWER POOL 1 FEMALE PIPE THREAD (TYP BOTH ENDS) BRASS OR COPPER RISER TO NOZZLE OR WATER LEVEL CONTROL PROBE. WATERSTOP FLANGE PIPING OR CONDUIT (BY CONTRACTOR) 0 SPEC1 FI CAT IO N: CAT. NO. A NP7 construction with integral waterslop flange. Grounding Waterslop Assembly shall be all brass and copper FWS-075. 33" 314 screw and threaded connecrlons RVS-100 4 " 1 *( 21." 1 Y FA'S-200 2+" 2 WS-300 64'l 3 FA'S-1 25 4 '/A0* 1% FWS-I 50 2 WATERSTOP COUPLIN( The Fountain People -y- lnc. 4 105 Huntor Busmoss Park. 8Idg. - 7 Sari Uarcoa. Toras 78666 Phon*. ISl2I 392-1155 1 1 FWS-(SERIES) 63 6 1 EOUIPMENT LIST PROJECT. CITY OF CARLSBAD E UPPER POOL SYSTEM ITEM OTY CATALOG NO. DESCRIPTION 1 1 PFV-AFO10 3 3 "X 3 3 "X 48 "H DIRECT-BURIAL PACKAGED FOUNTAIN SYSTEM WITH ONE HORSEPOWER BRONZE PUMP WITH INTEGRAL STRAINER; 24" FRP SAND FILTER WITH MULTI-PORT BACKWASH VALVE, AUTOMATIC AIR RELEASE, PRESSURE GAUGE AND SITE GLASS; ALL VALVES, PIPING AND FITTINGS; A 55 CFM FORCED AIR VENTILATION SYSTEM; AND NEMA-3R CONTROL PANEL ASSEMBLY WITH GFIC CIRCUIT BREAKERS AND TIME CLOCK. ALL EQUIPMENT SHALL BE COMPLETELY FACTORY ASSEMBLED, WIRED AND TESTED AND ENCLOSED IN A HEAVY-DUTY FRP ENCLOSURE. ENCLOSURE SHALL BE FITTED WITH A 33" SQUARE ACCESS HATCH WITH INTEGRAL VENT CAPS, LOCK-OPEN-ARM, STAINLESS STEEL HARDWARE AND DARK BROWN GEL COAT FINISH. UNIT IS DESIGNED FOR 120/240 VOLT, SINGLE PHASE POWER SUPPLY. i I 5 1 1 I I b 8 I I t I I 1 1 2 3 FAD-150 ADJUSTABLE INLET FITTING OF ALL BRONZE CONSTRUCTION WITH INTEGRAL WATERSTOP FLANGE, BONDING LUG, BRUSHED FINISH, AND 1-1/2" FIP INLET CONNECTION. 3 1 FAS-123 12" SQUARE CAST BRONZE ANTI-VORTEX PLATE AND HEAVY-DUTY FRP SUMP WITH INTEGRAL WATERSTOP FLANGE, 3 'I FLANGED OUTLET CONNECTION, NEOPRENE FLANGE GASKET, AND STAINLESS STEEL FASTENERS. 4 1 CWL-1ooc WATER LEVEL CONTROL SWITCH IN CONDUIT MOUNTED COPPER HOUSING WITH BRUSHED FINISH AND 3/4" FIP CONNECTION AND FURNISHED WITH AN INTEGRAL 30 FT. CORD. 5 2 LJ-N-1 CAST BRONZE FLUSH MOUNTED JUNCTION BOX WITH (3) 3/4" CONDUIT CONNECT- IONS, STAINLESS STEEL FASTENERS, AND NATURAL BRASS FINISH. U.L. LISTED FOR DECK BOX APPLICATIONS. TFP NO: P-1244-1Rl DATE: November 29, 1989 f 1 1 EOUIPMENT LIST PRO JECI': CITY OF CARLSBAD UPPER POOL SYSTEM ITEM OTY CATALOG NO. DESCRIPTION 6 1 FSD-300-9" STANDPIPE OVERFLOW DRAIN FITTING WITH CAST BRONZE WATERSTOP COUPLING, BONDING LUG, COPPER STANDPIPE AND CAP, BRUSHED FINISH, AND 3" FIP OUTLET CONNECTION. I B I I I I I b I I 1 1 8 1 8 1; 7 1 RVG-100P PVC GATE VALVE WITH NON-RISING STEM AND 1" FIP CONNECTIONS. 8 1 RVS-100 CAST BRONZE SOLENOID VALVE WITH ADJUSTABLE FLOW CONTROL, MANUAL OVERRIDE, 120 VOLT COIL AND l'! FIP CONNECTIONS. 9 2 FGR-1212 FIBERGLASS-REINFORCED POLYESTER GRATING WITH 1-1/2'qTHICK BY 1-1/2" SQUARE PATTERN. GRATING IS A LIGHT GRAY COLOR THAT WILL NOT WEAR OFF. STAINLESS STEEL ANGLE SHALL BE 1-1/2"X 1-1/2"X 3/16" THICK WITH 3/8" HOLES FOR WALL SUPPORT AND 1/4" TAPPED HOLES FOR GRATING TIE-DOWN. NOTE: STAINLESS STEEL BOLTS, WASHERS AND LEAD ANCHORS SUPPLIED BY CONTRACTOR. 10 2 FWS-300D WATERSTOP COUPLING OF ALL BRASS AND COPPER CONSTRUCTION WITH BONDING LUG AND 3" FIP BOTTOM CONNECTION. 11 1 FFD-200 FLOOR DRAIN FITTING OF ALL BRASS AND COPPER CONSTRUCTION WITH REMOVABLE THREADED BRASS PLUG, INTEGRAL WATERSTOP FLANGE, BONDING LUG, AND 2" FIP OUTLET CONNECTION. 12 1 FWS-075 WATERSTOP COUPLING OF ALL BRASS AND COPPER CONSTRUCTION WITH BONDING LUG AND 3/4" FIP CONNECTIONS. 13 3 MANUALS SETS OF OPERATION AND MAINTENANCE MANUALS. END OF EQUIPMENT LIST "F'P NO: P-1244-IRI DATE: November 29,1989 t I b I I 8 8 8 1 t. SPEC I F I CAT ION: Packaged Fountain System shall be furnished in a direct-burial FRP (fiberglass) enclosure and shall CGPM at 50 FH, 1 HP include a cast bronze pump with Integral stralner a 24" FRP filter with ABS multiport backwash valve, site glass and pressure gauge all valves, piping and fittings. a 55 CFM forced alr ventilation system, a 2" floor drain and a pre-wlred electrical control panel with time clock. circuit breakers and lightmg inlerface Enclosure shall be fitted with integral air vents and stainless steel hardware Finish shall be dark brown PUMP. Main pump shall be rated at - FILTER: Filter unit shall be rated at minimum 62 8 GPM (clean) POWER SUPPLY: 120/240 Volts, 1 Phase, 16 A NOTES. 1 ) Hatch opencng must be located in area safe - from flooding SYM SIZE FUNCTION 2) Protect the 2" gravity drain which is furnished A 2" Main Suction 6 2" Filter Discharge as required C 1 %" Backwash to Waste with unit from possible backflow and sewer ga: PACKAGED Dl R ECT-BURIAL The Fountain People& - FOUNTAIN FILTRATION SYSTE 4105 Hunter Business Park. Bldg - T Sari Mmcos. Teslas 78666 P~ICMO: 15r2) 392- rrss PFV-AFOIO 1 1 '@ . I B I I I 8 1 b I 1 I I I I '@ ?. ADJ BRASS DIVERTER 7 %"-I " WATERSTOP FEMALE PIPE THREAD -0- S P ECI F I CAT ION: Diverter Assembly shall be of all brass and copper construction with integral waterstop coupling and removable adjustable throttling plug. Finish shall be pollshed brass. ADJ. DIVERTER ASSEMBL The Fountain Pegle, u_ Inc. 4105 Hunter Burmess Park. Bldg.- 7 San Phonor Marcas. (Sf?) 392- Teras If55 78666 t 2 FAD-(SERIES) . I: I I I I I 1 .- I- €7 8 8 .-* 8 8 i > REMOVABLE BRASS PLATE WATERSTOP I ! FLANGE FIBERGLASS SUM 1 1 II I If& SPECIFICATION: Anti-vortex/Diverter Sump and Plale Assembly shall include FRP (fiberglass) sump with integral waterstop flange and 3" flanged connection. and brass removable plate. All fasteners shall be stainless steel and provided. Finish shall be natural brass. , 0 Diverter Check Valve shall be furnrshed mte with sump. (Add suffix "0") 0 Foot Check Valve shall be furnished integral sump. (Add suffix "F") I 2" S Q U AR E AN TI -V 0 RT EX/ @ The Fountain PeopfeJnc. DIVERTER SUMP AND PLATE 4fOS Umu 8urk.r. Pa& 8e.- 7 SUYIML T.u. 78666 - *alSfZt 392-1rss FAS-I 2 3 1 1 1 I I 1 1 b 1 I 1 I 1 1 1 t I 0 P ER AT I N G I + t- *x" r- 3 1 1 WATER LEVEL LL i r----- I I I I I 1 %" 1 I ---.-\---z l,-.-- ---- 1 i 6" SWITCH I1 II I1 ,J L, I1 11 I $4 I' fI I 118 !I 1 3/4" THREADED CONNECTION I ' 7- 3/4" BRASS CONDUIT I1 t + 30" SENSOR CABLE M S P EC1 F I CAT ION: Conduit-mounted Water Level Control Switch shall be designed for conduit installation and shall include an integral 30 11 cable Housing shall be of all copper and brass construction with removable top cover and 3/4" conduit connection. Finish shall be polished copper CONTACT RATING: Switch contact shall be rated at a minin of 3 amps at 120 volt, AC CONDUIT-MOUNTED WATE The Fountain People- WI LEVEL CONTROL SWITCH 4105 Hunter Burmers Park. Bldg.- 7 Sm Morcos. Texas 78666 Phono: fS12) 392- 1t55 I 4 CWL-1ooc @ I I n 1 I i 1 b i 1 I 1 1 1 1 I@ t* UPPER POOL I @ y I L ----- - --- r (-J (:.--) ;I - ----a - - -Y 3/4" POWER CONDUIT BRASS STRAIN-RELIEF 3/4"NICH E CONDUIT a S P EC I FI CAT IO N: Flush-floor-mounted Junction Box shall be furnished with brass strain-relief Seal Box shall be of all cast bronze construction with neoprene gasket and stainless steel fasteners Finish shall be natural bronze SPEClAL NOTE: Niche conduit must be brass or copper Do not use non-metallic conduit for conduit to light niche FLUSH-FLOOR-MOUNTED The Fountain People, _L hc. JUNCTION BOX 4105 Hunfer Business Park. BIdg.- 7 Ssn Marcos. Toeras 78666 Phone: 15121 392- f15S I 5 LJN-1 I I 1 I 1 I I I II I 1 II 1 1 b f 11 REMOVABLE CAP COPPER STANDPIPE COPPER WATERSTO 6-3/8" DRAIN PIPING (BY CONTRACTOR) 0 SPEC I FI CAT1 0 N: Standpipe Overflow Drain shall be furnished as assembly including copper waterstop. copper removable standpipe and copper overflow cap. Finish shall be polished copper SPECIAL NOTE: Standpipe shall be furnished for 9" water dept 3" STANDPIPE The Fountain PeopleJnc, _y OVERFLOW DRAIN 4105 Hunter Business Park. El+.- 7 Sari Morcos. Torrar 78666 157 E Phone: (512) 392- 1155 FSO-300 7 @ 1. I 1 8 I II I b I I I I I 1 1 I f@ ELEVATE ABOVE VALVE BOX WITH LID OR PVC PIPE SIZE "0" GATE VALVE FEMALE THREADED ' CONNECTIONS SPECIF [CATION: Remote Valve shall be of all heavy-duty gray PVC construction with solid polypropylene wedge and BUNA-N O-rings. Valve shall be serviceable without removing from piping Valve shall be suitable for throttling and drain\ applications. REMOTE BALANCING/ DRAIN VALVE The Fountain feopfe& - 4105 Hunter 6urinerr Park. Bldg: 7 San Uarcos. Teras 78666 PA-: (5121 392- 1155 I 7 RVG-(SERIES)P I I I 1 I I I b I I I I 1 i t a b@ 1 ELEVATE ABOVE JUNCTION BOX INTAKE WATER LINE CON TRACT0 f VALVE BOX OR CONTRACTOR GRAVEL DRAIN BED 1 SPEC1 FICATION: Remote Solenoid Fill Valve shall be of all brass Construction with manual operator. adjustable RVS-100 5fi" flow controller and 120 volt solenoid. RVS-150 6%" 5%" 5'h" 1 %" Valve shall be designed for In-ltne servicing and direct-burial installation REMOTE SOLENOID FILL VALVE The Fountain PeopA lnc. 4105 Hwler Busmoss Perk. Eldo-- 7 Sm Mwcos. rexes 78666 Phawr (512J.792-llSS I 8 RVS-(SERI ES) c I ? I I I I I b I I I I I I I ;@ UPPER POOL 1 c7 dl3 JCIG JOO3 l30 1 2 " 0 ii+r c3oooaa clooaaoaoa ooaooooom rnn?'---I GO o o c r, oOGfl00oClO 0 OOoOOOOoOOn 8 oc oooooooooooooooc rau j+I'> -u& \mnp -- GRATING GRATING PLAN VIEW J=L GRATING HARDWARE ANGLE SUPPORT. POOL WALL SPECIFICATIONS ANGLE SUPPORT (2-required) FIBERGLASS-REINFORCED POLYESTER GRATING WITH 1 $I1 THICK BY 1 $If SQUARE PATTERN. A LIGHT GRAY COLOR THAT IS MOLDED INTO THE GRATING AND WILL NOT WEAR OFF. STAINLESS STEEL ANGLE SHALL BE 1;" X 1111 2 X 3/16" THICK WITH 3/8" HOLES FOR WALL SUPPORT GRATING IS AND 1/4" TAPPED HOLES FOR GRATING TIE-DOWN. NOTE: DRAWINGS NOT TO NOTE: STAINLESS STEEL BOLTS, WASHERS AND SCALE. ANCHORS REQUIRED. FIBERGLASS-REINFORCED The Fountain People& - POLYESTER GRATING 4fOS Hunfer Ouslnass Park. 8ldg.- 7 S8n Msrcos. Texas 78666 Phone: 15121 392-ff55 I FGR-1212 I 9 I 1 I I I I I I b I I I 1 1 I b UPPER POOL I L I WATERSTOP FLANGE A 1 FEMALE PIPE THREAD - PIPING 0 --.___ - A [-NPT CATALOG NO. - - .- - - - - __ --_ SPECIFICATION: WATERSTOP ASSEMBLY SHALL BE ALL BRASS AND FLANGE, GROUNDING SCREW AND THREADED FWS-125-D 3;" qtii CONNECTION. 2411 I 3/4u FWS-075-D FWS-1 00-D 3 I! 1 TI COPPER CONSTRUCTION WITH INTEGRAL WATERSTOP -- -- ------ - ---- --__-- , 3;;; y; FWS-150-D FWS-zoo-D _---_- -- ---- FWS-300-D I 5" I 3Y FWS-400-D i 6" I 4 I' .- I The Fo un fain People& - WATERSTOP COUPLING 4105 Hunler Business Park. BIdg. - 7 San Marcos. Teiras 78666 ? Phone: (512) 392-1155 FWS-(S ER I ES) D 10 I I I I 1 I I 1 Y I I I I I I r '@ tv 1 -'1 REMOVABLE BRASS PLUC BRASS WATERST1 I, ,,/ @ d FEMALE PIPE THREAC DRAIN PIPING (BY CONTRACTOR) e 1 SPECIFICATION: including copper cast-in body with integral waterstop flange and brass removable plug Finish shall be polished brass Floor Drain Assembly shall be furnished as assembly FFD-200 FFD-300 4 '/a" 4-3 /4 1 L FLOOR DRAIN AND PLUG The Fountain Peop&/nc. 4105 Hunler Busrorss Park. 5Jdg.- 7 San Marcos. Taxas 78666 Phwu (5121 392- 1155 r I 1 FF D-( S ER I ES ) i 1 I I I I b R I I I I 1 I I t - BRASS OR COPPER RISER TO NOZZLE OR WATER LEVEL CONTROL PROBE WATERS TOP FLANGE FEMALE PIPE THREAD (TYP BOTH ENDS) A a 0 PlPlNG OR CONDUIT (BY CONTRACTOR) 0 SP ECI F I CAT1 0 N: CAT NO A NI construction with integral waterstop flange, grounding screw and threaded connections Waterstop Assembly shall be all brass and copper FWS-075 zp1 3, Fws-100 4" WS-125 4 '/- ' 1 WS-150 2)" WS-200 23" FWS-300 6$1! WATERSTOP COUPLIh The Founfainmle, -- lnc. 4105 Hunk Busrnesr Park. 81dg. - 7 Son Msrcos. Teras 78666 Phone. (5121 392- 1155 FWS-(SERIES) @ ? I -.... 0 c\I 4 .~~-. ~__~.-- z-- JQ / Ctl I--PPZ C-d /Jn_Lvi! a avasit1v3 =IO ALI~ . 31~3.9 ON L -'GPlO VU31SAS I-# 1OOd ElEIddfl L8cbZ'-/I 5E-i- f- qd5q-Z - ---.--a --... . . ,. .._ - * ffi Hpj'ffi & &3 0 Vb, PA o 40 <wmn w+ 3 E$ ffit3Ub 0.2. WUZW 20: ' bZHW 00' 0ffi4 w HV50 v & ffio n c3c3 w Q~Z a0 v) -m v)ffiZS HH c3wP5c-I EC E2X % 2r-o <WWW zw ZCltWd HP-I < HZ - p: *..U'H w b-3 ~~Z PIH W3 v]W& c3' Q5ww I-J ~__ ti-&- - __ ' W<Od d2 '*XZ\& AH v]F oz dl% W-ZZO nH &-crlHdV w3 .o z .. L -'GPIG 'Y'ud ?Zj- C- aid- 0' ww p: w z ma 33: U 3 0 E xw 230 a LUDFd .H w a rnz mo =ox I%U wws ffizm clzv . eI-4 VwHmd OUffifLH VIS 3 ow x wow oz h ZdZp: www p:uuww d (Lop IS claz \w 3 rnws omtl ~_ltjg 30 azm 4zVXx Jz(LVU ZaW WHWWe UHQ w m x!% =w WHZ &ZI% ma 04 3w up, z* fL d add wz w3P: I%umzo w -ww w& mom <m m4I% w om0 awa haw w~ ZWb <a WV ozw PC. w Pa w32040 (L 0 wzu H w w HP5W Wd WWCJ Wmd p.F -.u ow pwz uLLzp:av rlffi mz< 32 3wz - d3 a p: 3h uw U~IXUW~H~~~: do mod a om60 uzp: tl ulnuw WL eo0 wwz we WxDabw ow Wp:HO au u<m w>u +!Ha P z 0 3oww (L wz~% me zzao zu zwo 0 -a 0:p: z> zu U-lffixw om H p: +I&€- u *wcl w* p: w PWOHWO uoffi az mvood<ux om owe du- (L -t b1 3 :+ 3 x i t-I t-1 Zdwu 3PJ <PO z:HLslu H w wbzzdffiw?9zP .- . - a-ga . J[4+4do -~-w-~-W-*-w-m--~-~-w-- m.7, * -wp: t-4-vP.l I%(Lew +m >oa p:x~mxz oz -zu wo w .L 2% 3 x UU-lZJO ww zffiwac7w wzo 3ffisw v) mew-ww~mmzz H azzm zvu 01% clPP W WW JH HCU~ ow 33 pmgi ZEG awzdau ww< +oa.zz+t om whz wax 3HL w -H ffi 54 +a ocr) 3 bela< LUP: aodLtc wwz UaHY l-4 HQJO 00 wo Z5>03H JV, w3 wow HHZlJ.4-fCd rncldffiJ2L aaa: d w. 0 mz z~a ffi<x<bww W3:Q bCU 0: p:ffi z web-' z w 0 He w4r) wzHz w 6Iw-Z ZO4H ow s wzoa emz 3d 04 p:wH 4WLW w t;""t""" < V) Zb\ dZW t"o0HCL woo Offid p:Q 00 t-I WHVZ 64 pop: ne +I oorlww ffizez J dc, meS.Z: E+uL\oozbozcl t)o3zmwo d ucr100 r~~zaoh waczoa .. a-1~~. =xu Ha wmzzwawwww em d z LU zzwzffiw a w o%?o w w JW- a o 0: o amw (LJOO ua a:& (323 & v MHO -w p:w > 214 w w ;w WOhW p:WU wznnm bmw J zo HZ <U cowwoo awz 3FW< wg zav 3 m u z uzcl w=J ww P4 z z oovaa hzarlv 4 PdO30 zowwzw J ~(~mwffio a &+I a ao mm 0: , b4L WOHWbV bHO'WUZ Z(L pd H J: <wZU HZ U 3. <mu op:z a: <m -w< J a:w< a< p: muw XH 0:w %(L wa ZH HZrn x p: H 4 zwZP: ~3 %w !? HOHU CJ owoumo (~sp:saa wp: om OOP: mUp: dZ3m XwX H a e0 zw aauu p:w,~wow s:"uw wwz z a el -- OHOr H .~~wc)~zw~P: w mawwa v~clow uw~umw W-CLUW w d ffiClUZ HuZU-lOb 3HPL'aI: Z HOW H3&> Uw H & do mcl ffinznw w~ HHU Z~:OHQW a (L~ZILZO [LW w ZX<H a< w rwmw~~wo~x w pwwz H H a p:wuwuwe4w zw ww wh3 .cw~w,~p:ww u dwm dzAp:a J H w oom~ urn wxoap: 33ffiffiuffi ,~aawz> w d-)tc3 J-~HOP: rlm x +I zxzw z UWPZP, ampoua a~amu-lm~ awp <z~p aa w w3mum <H ZWdH hH&Z ffi <HZdUL G3a:P:WWUt)ffiz d<Hd~OHc(wWZW26~WJ-)v)H&O &Z4b(L3 ZH ZHJZ v)d .. .. . t .I .. . I, T % I : '(1 d- (V %\3 p pi3 * I tl) 3ii- s- aIdG3JXjEi r----- - __ I I m. c\1 I+ - .. ’A, ; v>, 4 ; ; ‘5 993 L -‘~PIO ‘YJOo . -2 La TJO /’ 1 2-bbZ I.-d N31SAS Z# 100d H3M01 L9-dZ-I I w r--- aid- avasitltn do AN . 37~3s ON - . . . . , . . . - . G 06 A- 40 b30‘ -8 H&& crrw b< sg 4 HG <Wv,H 3,tc EOU-4: 02. UUZb zo. ’ QZI4r.d 00’ H05a 0 cl6d > -€&Z ^rn w 130 v, MO t-4 UC, <HW,tc zcll ZQ nu WGH4 ZLlrlQ HDI bt-cLrIwtr LrCD ’ < H, .. CL a-0.n WV, tlwz ILH cswa u w3 H&- WHGW c3 crl<o;-l A2 **zzZ\a +In WN ax <& w-220 nu Nr(H<V N3 0 z UWGd Ee sezz c/) _- ~ , ,. .- *. P.O. Drawer 1469 SantaBarbara, CA 93102 Spiess Construction Co. Inc. P.O. Box 2849 Santa Maria, CA 93457 EPA10743715 8 CONTRACTOR'S PROT ALL OWNED AUTOS ECA 10743 699 HIRED AUTOS NON-OWNED AUTOS GARAGE UABlLlPl ional Insured SHOULD ANY OF THE ABOVE DESCRIBED POL1 City of Carlsbad Purchasing Dept. 1200 Carlsbad Village Dr Carlsbad, CA 92008-1989 COMMEe GENERAL LIABIL: c? L6 Issued 8/22/91 { POLICY NUMBER: EPA10743715 8/22/91-92 Maryland Casualty Spiess nstruction Co. Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART. Name of Person or Organization: SCHEDULE City of Carlsbad Spiess job #91-15; Ocean Street Purchasing Dept. Sculpture Park, Contract #3346 1200 Carlsbad Village Drive Carlsbad, CA 92008-1989 (If no entry appears above, information required to complete endorsement will be shown in the declarations as applicable to endorsement). WHO IS AN INSURED (Section 11) is amended to include as an insure person or organization shown in the Schedule, but only with respe liability arising out of "your work" for that insured by or for you. CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 e " .e 0 STATE FLb N D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE P.O. BOX 807, SAN FRANCISCO, CA 94101-0807 CO M PEN §AT IO N INSURANCE POLICY NUMBER. CERTl FI CATE EXPIRES: 7. r L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subj We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with to cancellation by the Fund except upon days' advance written notice to the employer. PRESjDENT EMPLOY E R r t SClF 10262 (REV. 10-861 - COM STAT€ PL N SAT10 N 0 CERTIFICATE HOLDERS* N l!! ICE INSURANCE FUND ENDORSEMENT AGREEMENT HOME OFFICE SAN FRANCISCO ALL EFFECTtVE DATES ARE AT 12:Ol AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING IS AGREED THAT THIS POLICY SHALL NOT BE CANCELLED UNTIL I 30 DAYS AFTER WRITTEN NOTICE OF SUCH CANCELLATION HAS BEEN PLAC THE MAIL BY STATE FUND TO CUmNT HOLDERS OF CERTIFICA: WORKERS' COMPENSATION INSURANCE. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, 1 OR EXTEND ANY OF THE TERMS, CONDITIONS. AGREEMENTS, OR LIMITATIONS 01 POLICY OTHER THAN AS ABOVE STATED. NOTHING ELSEWHERE IN THIS WLlCY SHI E[MS> I AUTHORIZED REPRESENTATIVE PRESlDENT CP~C .nr,c ~OE\I in.ac\ 8/88