HomeMy WebLinkAboutTB Penick & Sons Inc; 1993-08-25; 33477
September 14, 1994
T.B. Penick & Sons, Inc.
P.O. Box 620428 San Diego, CA 92102
Re: Bond Release - Contract No. 3347 - Carlsbad Village Dri? Streetscape Phase V
The Notice of Completion for the above-referenced project h recorded. Therefore, per instructions from our Engineeri Department we are releasing 75% of the Performance Bond. Plea, consider this letter as your notification that $1,363,103.25 I Insurance Co. of the West Performance Bond No. 126-89-41 is here1 released.
A copy of the recorded Notice of Completion is enclosed for yo1 records.
Enc.
c: Rita, Eng. Dept.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28C
PAG
INDEX LIST DAT
INDEX SYSTEM
T9.1E 9:54 AM
DATE ACTION TYPE PRIMARY FILE ID TOPICS DESCRIPTION
IDENT. SECONDARY FILE ID
LOCAT I ON
07/12/94 AB 252 GREEN SPECIAL MEETING H&R COMS ADOPT RES 249 ACCEPT ST IMPROVEMENTS ON Ci
VILLAGE DR & DIR CLK TO RECORD NOT COMP & RELEASE 1
CONNECTION WITH STREETSCAPE PHASE V, PROJ 3347.
17513 45 H&R COMS
NOT COMP
STREETSCAPE
PHASE V
PROJ
3347
%h4
99 Recording requested by: 3 1
CITY OF CARLSBAD 1 1
1
City Clerk )
City of Carlsbad )
Carlsbad, CA 92008 )
When recorded mail to: )
1200 Carlsbad Village Dr. )
Space above for Recorder’s Use
NOTICE OF COMPLETION Notice is hereby given that:
I. The ZnderSigZd is OL~C?~~ =??he i~t~r~st si ~~t&i:e stat& b~l~u~ in !he F:ZPS,&~ hei~i~~ft~: described. The full name of the undersigned is City of Carlsbad, Housing and Redevelopment
Commssion.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California,
92008.
The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on May 25,
1994.
The name of the contractor, if any, for such work of improvement is T.B. Penick and Sons.
The property on which said work of improvement was completed is in the City of
Vi I !age*
2.
3.
4.
5.
6.
7. Ca&Lau”, coufity sf Sas Ciagc, S:&a of :&i!:fsrs:q e;;d is cfrseii5c5 2s fc!!yJ;c-: CzrJsbsd
VERIFICATION OF CITY CLERK
8, the undersigned, say:
1 am the Assistant City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the Housing and Redevelopment Commission of said City on
Julv 12 , 19~~ accepted the above described work as completed and ordered hi 8 Noiice of Completion be fiied.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on JULY 18 , 19 94 at Carlsbad, California.
CITY OF CARLSBAD
-.--- MREN B&@ TZ
Assistant City Clerk d
2
Recording requested by:)
)
CITY OF CARLSBAD }
)
When recorded mail to:)
City Clerk )
City of Carlsbad )
1200 Carlsbad Village Drive )
Carlsbad,California 92008 )
Notice is hereby given that:
558
Space above for Recorder's Use
NOTICE OF COMPLETION
L_:"1993=0664618
06-0C1-1993 02=43 PM
OFFICIAL RECORDS
SAH DIEGO COUNTY RECORDER'S OFFICE
ANNETTE EVANS,COUNTY RECOROER
FEES:0.00
1.The undersigned is owner of the interest or estate stated below in the property hereinafter described.
2.The full name of the undersigned is Carlsbad Municipal Water District,a municipal corporation.
3.The full address of the undersigned is 5950 EI Camino Real,Carlsbad,California 92008.
4.The nature of the title of the undersigned is:In fee.
5.A work of improvement on the property hereinafter described was completed on September 3,1993.
6.The name of the contractor,if any,for such construction is Don Hubbard Contracting Co.
7.The property on which said was completed is in the City of Carlsbad,County of San Diego,State
of California,and is described as follows:CMWD No.87-607,Water Main Relocation Streetscape
Phase V.
8.The street address of said property is Carlsbad Village Drive.Carlsbad.California.
CAR~UNICIPAL WATER DISTRICT,1 '~_.
Bob Coates,P.E.
District Engineer
VERIFICATION OF DISTRICT SECRETARY
I,the undersigned,say:
I am the Secretary of the Board of Directors,Carlsbad Municipal Water District,5950 EI Camino
Real,Carlsbad,California,92008;the District Engineer of said District on SEer·/0 ,19:L,Jaccepted
the above described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on .-¥.;<7 ,1913et Car!sba.d,Califofl1ja._
CARLSBAD MUNICIPAL WATER DISTRICT
~
ALETHA L.RAUTENKRANZ,Secreta
TABLE OF CONTENTS
Notice Inviting Bids ........................................... 1
Contractor’s Proposal 4
e
..........................................
Bidder’s Bond to Accompany Proposal .............................. 25
Designation of Subcontractor and Amount of Subcontractor’s Bid .............. 25
3C Designation of Owner Operators and Amount of Owner Operator Work ..........
Representation and Certification .................................. 31
Bidder’s Statement of Financial Responsibility ..........................
Bidder’s Statement of Technical Ability and Experience ....................
33
34
Non-Collusion Affidavit to be Executed by Bidder and Submitted with Bid ........ 35
Contract . Public Works ....................................... 36
Labor and Materials Bond ...................................... 45
Performance Bond ........................................... 47
Escrow Agreement for Surety Deposits in Lieu of Retention 49
a
.................
Release Form .............................................. 53
Special Provisions
I . Supplemental Provisions To Standard Specifications For Public Works
Construction .......................................... 54
Part 1 . General provisions ................................. 55
Part 2 . Construction Materials .............................. 83
Part 3 . Construction Methods .............................. 100
Regulations For Use of Reclaimed Water for Landscape Irrigation ........
Part 1 Special Provisions . Methods .......................... 123
Part 2 Special Provisions . Materials ......................... 125
Part 3 Special Provisions . Installation ........................ 128
II . Supplemental Provisions to the Carlsbad Municipal Water District Rules and 122
111 . Supplemental Provisions to the Caltrans Standard Specifications Section 86 .... 133
ADpendk
0
Standard Drawings ......................................... 156
r@ 1
QTY OF CARLSBAD, CALIFORNIA
NOTICE J"G BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 12OC
Carlsbad Village Drive (formerly Elm Avenue) , Carlsbad, California, until 4:OO P.M. on thf
2nd day of July, 1993, at which time they will be opened and read, for performing the
work as follows:
0
CARLSBAD VILLAGE DRIVE !XREETSCAPE
PHASE V
CONTRACX NO. 3347
The work shall be performed in strict conformity with the specifications as approved by tht
Housing and Redevelopment Commission of the City of Carlsbad on file with tht
Engineering Department. The specifications for the work include the Standarc
Specifications of Public Works Construction, (SSPWC), 1991 Edition, and the lates
supplement, hereinafter designated "SSPWC", as issued by the Southern California Chaptei
of the American Public Works Association and as amended by the special provision!
sections of this contract. Reference is hereby made to the specifications for full particular!
and description of the work.
The City of Carlsbad encourages the participation of minority and women-ownec
businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators anc
contractors to utilize recycled and recyclable materials when available and wherr
appropriate.
No bid will be received unless it is made on a proposal form furnished by the Purchasinj
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 ma!
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 SectioI
22300), appropriate securities may be substituted for any obligation required by this noticr
or for any monies withheld by the City to ensure performance under this Contract. Sectior
22300 of the Public Contract Code requires monies or securities to be deposited with thr
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 0
?
1
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantitie!
are approximate and serve solely as a basis for the comparison of bids. The Engineer'!
Estimate is $2,178,000.
No bid shall be accepted from a contractor who is not licensed in accordance with tht
provisions of California state law. The contractor shall state their license number, expiratior
date and classification in the proposal, under penalty of perjuq, pursuant to Business an(
Professions Code Section 7028.15. The following classifications are acceptable for thi
contract: General Engineering Contractor "A" License in accordance with the provisions o
state law.
If the Contractor intends to utilize the escrow agreement included in the contract document
in lieu of the usual 10% retention from each payment, these documents must be complete(
and submitted with the signed contract. The escrow agreement may not be substituted a
a later date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purchasinl
Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad
California, for a non-refundable fee of $75.00 per set. If plans and specifications are to bc
mailed, the cost for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any mino
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute thc
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 of thc
Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbar
City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the saic
specified prevailing rates of wages to all workers employed by him or her in the executioi
of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of Sectioi
1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Sublettin;
and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shal
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
discrepancy between words and figures, the words shall prevail. In case of an error in thl
extension of a unit price, the corrected extension shall be calculated and the bids will bl
computed as indicated above and compared on the basis of the corrected totals.
0
a
All prices must be in ink or typewritten. Changes or corrections may be crossed out an(
typed or written in with ink and must be initialed in ink by a person authorized to sign fo
the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prio
to bidding. Submission of bids without acknowledgment of addenda may be cause o
rejection of bid.
Bonds to secure faithful performance and warranty of the work and payment of laborers an(
materials suppliers, in an amount equal to one hundred percent (100%) and fifty percen
(50%), respectively, of the Contract price will be required for work on this project. Thesc
bonds shall be kept in full force and effect during the course of this project, and shall extenc
in full force and effect and be retained by the City until they are released as stated in tht
Special Provisions section of this contract.
Bonds and insurance are to be placed with insurers that have (1) a rating in the most recen.
Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct business in the State
of California, and (3) are listed in the official publication of the Department of Insurance
of the State of California. Auto policies offered to meet the specification of this contraci
must: (I) meet the conditions stated above for all insurance companies and (2) cover a
vehicle used in the performance of the contract, used onsite or offkite, whether owned, non-
owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate
must state the coverage is for "any auto" and cannot be limited in any manner.
Workers' compensation insurance required under this contract must be offered by a
company meeting the above standards with the exception that the Best's rating condition is
waived. The City does accept policies issued by the State Compensation Fund meeting the
requirement for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any
additional cost of said insurance shall be included in the bid price.
Approved by the Housing and Redevelopment Commission of the City of Carlsbad,
California, by Resolution No. 225, adopted on the 25th day of May, 1993.
m
\7&.-yg-,-, &i%&.&& e2w.
Mha L. ka&dcr a&ty Clerk
qh
Date
e
4
r+ .L
‘r
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
STREETSCAPE PHASE V
PROJECT NO. 3347
Page 2 of 31
m
CITY OF CARLSBAD
CONTRACT NO. 3347
CONTRACXOR’S PROPOSAL
Housing and Redevelopment Commission
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read thc
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnisl
all labor, materials, equipment, transportation, and services required to do all the work tc
complete Contract No. 3347 in accordance with the Plans and Specifications of the City o
Carlsbad, and the Special Provisions and that he/she will take in full payment therefor thc
following unit prices for each item complete, to wit:
e
Approximate
Item Quantity Unit - No. Description and Unit - Price Total
PREPAMTORY TASI<S
1 Mobilization (not to exceed $20,000) 100% Ls 2:. dfid f9+ Bf.90
Z&?AJ2~ //&&LLS&&J /
Dollars (Lump Sum)
2 Clear and Grub (this should cover all 100% Ls -2q O&O
items not otherwise delineated for
removal) (not to exceed $25,000)
y ,/ /G&/&$-CC hd5i //+/+dd<5rn/
Dollars 6ump Sum) a
5
7.
ADDENDUM NO. 1
to
CONTMCX DOCUMENTS AND SPECIAL PROVISIONS
for
SJREETSCAPE PHASE V
PROJECX NO. 3347
Page 3 of 31
0
Approximate
Item Quantity Unit - No. Description and Unit - Price Total
c-c 3 Traffic Control loo%= 54;ooo 3 t,OC
.N
f d/,*$? At223 $&/.$&ffld
~oilars amp Sum)
4 Class "A" Field Office 100% Ls <7p& r_7P:Dm
k;i& GP05&4
Dollars (Lump Sum)
DEMOLITION AND REMOVAls
5 Remove Street Light and Salvage 35 Ex /06 \.34-m
to City Storage-Yard
&i?e /?/b!!dk?&d
Dollars Each
6 Remove Light Pole (Sta. 41+25) 1EA gat9 /DO
&dl&? /#@&&22&y+l
Dollars Each
7 Remove Guardrail 60 LF .;/ 2wJ
6dA
Dollars Per Lineal Foot
8 Remove Existing Bench and Salvage SEA 249 +am
to City Storage-Yard
z.243 /AM&@
Dollars Each e
, <.
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
SIREETSCAPE PHASE V
PROJECl' NO. 3347
Page 4 of 31
0
Approximate
Item Quantity Unit - No. Description and Unit Price Total
9 Relocate Existing Bench 1EA &A
zk9 /'/AS&&
Dollars Each
10 Remove Existing Trash Can 13 EA &j 266
/ /fl&fi')--
Dollars Each f
11 Remove Concrete Curb 23 LF AL
'7 b xo
F13 Remove Existing Concrete Sidewalk 22,100 SF -7 5 ?h.S7
T&&
Dollars Per Lineal Foot
e
J
F12 Remove Concrete Curb & Gutter 3,810L.F 2 - 0 0
fiL@
Dollars Per Lineal Foot
5>fl&flJ7-y 6225 /&WE5
€h.lkss Per s/cluare Foot
F14 Remove Jbisthg AX. Paving 48,300~~ X,S %,,QSS
1 .Le/&//rg /Gii-Z ~iv,5-
I3elkss Per" Square Foot
15 Remove AX. Paving (Behind R/W Private) 2,628 SF rz5- (/ 97/
e
p v y@&?$$&qy /7i%g p.@N=, e l3darrPer Shuare Foot
.
?<
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISONS
for
STREET!XAPE PHASE V
PROJECT NO. 3347
Page 5 of 31
0
Approximate
Item Quantity Unit - No. DescriDtion and Unit - Price Total
F16 Remove Existing Brick Pavers 3,500SF 6g.r &$yys
* -1 6&my 6240 (234?JB
4loll.m Per Square Foot
F17 Remove Miscellaneous Concrete 8,700 SF .53 -5 7 :3c13
(Cross Gutter & Alley Aprons)
18 Remove Newspaper Racks 2EA \TO A
6F2y
0
Dollars Eagh
/&o ri"Ds- t 19 Remove Existing Tree 25 EA
20 Remove Existing Tree Stump 2EA Ai&- -3Cm
F21 Remove Existing Planters at Harding St. 108 SF A .-&u!LL
7-zt2kY
Dollars Per Square Foot
e
,*
ADDENDUM NO. 1
to cCXJl"Mm DOCUMENTS AND SPECIAL PROVISIONS
for
!jl"XECAPE PHASEV
PROJECT NO. 3347
Page 6 of 31
0
Approximate
Item Quantity Unit - No. Description and Unit a Total
22 Remove Existing Water Meter 2EA i (38 d7\ ?-c]&
kuca7c 270icla 4 Tcni
1,5co 1 \sc;c
25 Adjust Manhole to Grade 8EA 3qGiZ 2,72c
fly?& /#/IL r9Akfz.4
Dollars Each
J 23 Remaw Water Meter per CMWD Standards 18 EA
Dollars Each
I 24 &-Fire Hydrant per CMWD Standards 1 EA
&?!A4 G&H5/4Jq P>2& /A/wd/&y
Dollars Each
0
/ 9 0?2.8& ,/.$45-5&84fd r8Arg
Dollars Each B
26 Remove Existing Rock at Carl's Jr. 1wo Ls \Fd& L.9263
/??E /4dMJdACd
Dollars (Lump Sum)
27 Remove & Replace Planter Wall 113LF (&'.0(9 '7, 2 -5
J /* \.s?frv P&&L
Dollars Pef Lineal Foot
28 Remove Existing Business Sign 2EA AQe3 %bo
zz&) //>HdBd 0 Dollars Each
ADDENDUM NO. 1
to
CONTRACX DOCUMENTS AND SPECIAL PROVISIONS
for
-EPHASEV
PROJECT NO. 3347
Page 7 of 31
a
Approximate
Item Quantity Unit - No. Description and Unit Price Total
29 Relocate Business Sign 3EA 3 O(? <2 -4 (x
5 w 2,
Dollars Each
30 Remove Barrier Poles & Posts SEA 9 L
fiP7-y
Dollars Each
31 Adjust Utility Vault to Grade 4EA 3 soc)e 1; 400
F32 Median Excavation 861 CY /&OD i (?;J
/- A/ '/&F&f /A/fldkE44 h,FP Y
Dollars Each
0
d J//25L uB/z
Dollars Per Cubic Yard
33 Remove Existing Gate Rail 1EA JdO ---G&ZL (Sta. 26+70)
754) &@&
40 c3 30 Dollars Each
34 Adjust Valve Covers to Grade 40 EA 21 01 u
/
Dollars Each
/&C H@M&P@ - 7ZH)
e
ADDENDUM NO. 1
to
CO~CI' DoCUWNE AND SPECLAJ., PROVISIONS
for
!TREETSCAPE PHASE V
PROJECT NO. 3347
Page 8 of 31
e
Approximate
Item Quantity Unit - No. Descrbtion and Unit Price Total
35 Remove Existing Abandoned Valve 2EA 10 (ye 2 eoP (
Covers (Sta. 23+35)
&$A?- /ig%PA9P&B
Dollars Each
36 Coordination & Staking for Unocal Sign 100% Ls 200 &d 0
(Sta. 39+00)
72+4& H&H&&d
Dollars (Lump Sum)
STOW DRAIN SYSTEM
37 Remove Existing 6" Storm Drain 45 w 130i: sEse
38 Remove Existing 24" RCP loo LF I d50 I ,e50
L3>AeEAJd2kbM-f .$- &F..T-i L&&Jc% Dollars Per Lineal Foot / I
39 Remove Existing Curb InleVCatch Basin 4EA 7 As.'" '1-3 00
0
1
if%/& &d/O
Dollars Per Lineal Foot
/
7
LY&J&l /UAV&d *23%/y /GLk
40 Type A4 Cleanout 7EA 2 bsU.'c 1 $,5
&J )&&-Wd =..$g /%&&L%2!fi6g
Dollars Each
Dollars Each
0
I.
ADDENDUM NO. 1
to
CONTRACT MXUMENTS AND SPECIAL PROVISIONS
for
STREETSWE PHASEV
PROJECT NO. 3347
Page 9 of 31
*
Approximate
Item Quantity Unit - No. Description and Unit pI& Total
43cG
J - 41 Type "B" Curb Inlet 2EA 2$5a
/ &4- 5&u3M4D f&flf? c A44JP&$e4 AiV
7Gkei5, d/&y5&52& %.y&/&/ /!@&&&&? efl /4
flj/E //fl#d&fl& /v&&@2Ag A/&
JT
Dollars Each
42 Type B-1 Curb Inlet 7EA ,?;I 02 2 5, qsl
Dollars Each
30' c:
43 Plug Existing 24" RCP 2EA I25 ZSO
/ -
Dollars Each
e
44 Local Depression OS-1) 8EA 3'ic;f" 2,gcc
45 Plug Hole in Existing Inlet 3EA 47e Eld [?IO
7 /?22?&p. #&b&&&//;g
Dollars Each
I
./ i="- &&7 j~~~~~~~~~/.~~~~~~~
Dollars Each /
(3 0 I Sd, 00
46 Plug Existing 6" Storm Drain 2EA Is
-.5&&?&>?/ A NO *
Dollars Each '
47 18" RCP 2000 D 187 LF 54,=J Ic,c%q
p/ / -"/FW PPLJk 0 Dollars $er Lineal Foot
ADDENDUM NO. 1
to CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
STREETSCAPEPHASEV
PROJECT NO. 3347
Page 10 of 31
e
Approximate
Item Quantity Unit - No. DescriDtion and Unit Price Total
I c;: gs4 OC: 48 18" RCP 1350 D 201 LF 53,
4- /L."Ph/ /5?cz/-
Dollars P6r Lineal Foot
49 24" RCP 1350 D 284 LF be)? 17, 040
2xi-YrL/
Dollars Per Lineal Foot
50 30" RCP 2000 D 93 LF 7 e, o c: &go
(06,SQ %I Sac
_ae__
.5&4--ili/?/
Dollars Per LinedFoot
0
t 51 30" RCP 1350 D 1,080 LF
i ie .=!%M:f
52 36" RCP 2000 D 184 LF 17. ad q, 168
53 Concrete Encasement 290 LF (r,6,ee 1 7, I 4
54 Water Main Crossing 3EA 4,353 l+,l5
i 54&-L? 6&W,H/
Dollars Per ~eal Foot
J
pj>#(j-y ds;d
Dollars Pdr Lineal Foot
/&;k *&&=4&+/s&&dddN&eA f4Fy 0 Dollars Each
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
SIIIEETSWE PHASE V
PROJECT NO. 3347
Page 11 of 31
(.
Approximate
Item Quanti$' Unit - No. Description and Unit p&e W
55 Connect to Existing C.O. 1EA SOD Or 5 OC??
P$& AgNflk4
Dollars Each
SEWER CROSSING AT JEFFERSON !STREET
56 Install 42" Ductile Iron Pipe Sewer 120 LF do, 6-2 7[ 2cJO
(CL 52) With M.J. Caps. City Will
Furnish Pipe.
SATV
Dollars Per Liheal Foot
STREXT IMPROVEMENTS
0
57 Type G Curb & Gutter 3,726 LF / 3.00 Lc-g,qJ(
58 6" Concrete Curb 23 LF r3.C" 2.VLeT
59 Type B-1 Median Curb 4,088 LF l*pc 49; 0:
60 Depressed Curb (Through Driveways) 540 LF I3 *(! 7.0 ax
5(, hf /zrEE/d
Dollars Per Lineal Foot
/$R &e,d,,
Dollars Per Lineal Foot
4 /$dd&h de
Dollars Per Lineal Foot -\
fi/Af& 0 Dollars Per Lineal Foot
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
SIREXISCAPE PHASE V
PROJECT NO. 3347
Page 12 of 31
a
Approximate
Item Quantity Unit - No. Description and Unit - Price - Total
61 Pedestrian Ramps 21 EA A%??- &,, ta29
62 Alley Pedestrian Ramps 20 EA -.3\T@ 7 &OO
63 Sidewalk Underdrain 16 EA LfD </ YDh4
/ / k/&wb kPk&@
Dollars Each
S&e? /&&&&46m
Dollars Each
0
64 Curb Outlet Per D-25 2EA 1.2 ca 73-07
(,$?>/e &$wfHPd &Q&Md&&d
Dollars Each
65 Cross Gutters Per G-12 3,870 SF 4.50 19, +s
t
&&.?X$
66 Concrete Driveway Per G-14 (Oak Avenue) 425 SF _3d&z€
fi&&C
Dollars Per Square Foot
67 Concrete Sidewalk Per G-7 (Oak Avenue) 75 SF 3- L5-27
G@ 0 Dollars Per Square Foot
ADDENDUi4 NO. 1
to
CONTMCT - AND SPECIAL PROVISIONS
for
!XREET!SCAPE PHASE V
PROJECT NO. 3347
Page 13 of 31
0
Approximate
Item Quantity Unit - No. Description and Unit - Price - Total - L 68 Concrete Maintenance Strip Along Median 3,106L.F 5 ,5 D ! 7, 0% I
69 2” Water Service 1EiA \?SO 1400
70 0.1 Foot AC. Overlay 853 Tons 37.0D 3pU
71 AX. Overlay Build-Up Against Median 82 Tons 93. Oii 7, bab
50 Tons 7f t3 3 d?c;G
73 kc. Paving (Street Structure) 717 Tons qg, A, a 31, Lt.
bw-3 /
fib425 ,oLf?&/+&-Afi2L /$/-Try
he %zi/ 21.-5-fi&!J/ i &A@ /G4h?,d&
Dollars Per Lineal Foot
Dollars Each
Gl‘&rv ,5Yb/&J 0
Dollars P& Ton
and Feathered to Existing c
/&k?l/-v &&Pp.
Dollars Pef Ton
72 AC. Paving (Private) <
-.cc/ *” i3&.-4?W’f-~ /&&&
Dollars Per Tdn
J
/Q&rq k5&/..-
Dollars Pe‘r Ton
0
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
STRFETSWE PHASE V
PROJEa NO. 3347
Page 14 of 31
*
Approximate
Item Quantity Unit No. Description and Unit Price Total
74 Jacking Under Railroad for Irrigation 100% Ls .rSj 0 0 (J 3 ood I and Electric Conduits
r/
Dollars (Lump Sum)
$&E e%f- 6@@5*m2-/
75 4" Conduit to Median at Railroad Crossing 70 LF 2S.a'\ 1.7sc3
1- /yw@,T4 k/f e/'&
Dollars Per Lfheal Foot
76 Traffic Striping, Markings 100% Ls I 3,500 13/.<(
1 /dfl*e/J &&&5&&[ A2 /44&?2dkeL/
0
Dollars (Lump Sum)
77 Traffic Signage loo%= I cl;xoP) tL,2jo
&o;&A
Dollars (Lump Sum)
* 78 Install Project Signs at Location Shown 2EA 3823 h 00
on TCP (Signs to be Provided by City)
S/&& //k./dkA&d
Doll& Each
3 2-01 I
S79 Replace Survey Monuments and File 8EA 400s"
Record of Survey
HU/V&&El/.a /- J.
Dollars Each
0
ADDEIUDUhd NO. 1
to
COIVlRACT DOCUMENIS AND SPECIAL PROVISIONS
for
SIREETSCAPE PHASE V
PROJECT NO. 3347
Page 15 of 31
0
Approximate
Item Quantity Unit - No. Description and Unit Price Total
80 Fire Hydrant Assembly and 10" Gate Valve 1EA sxm 5 b20c
6&, &du5&&da/& /&&Ac,,a
4
Dollars Each
HARDSCAPE IMPROWMENT!j
S81 13" Victorian Streetlight Complete 55 EA %SA2 /3Ftbdi:
In Place at
1, .GiQ >*QusmA .-ut5 /.&J/V~>&/&&d/ Dollars Each Y
S82 Bicycle Rack In Place at 3EA A3.5- m5
G8 //&&d& %&?.pry /z2&
0
Dollars Each
S83 Redwood Bench Complete In Place at 8EA (35% /<A0
S84 Trash Receptacle at 30 EA Y%% q2-48
@2?& 3%LUrnd de& H/&kh@dk#V
6ok &&&/rndBPV
&>/// //.flAdJ*d@!yd/&
Dollars Each
Dollars Each
S85 Newspaper Rack (Two Racks Per Unit) at 6EA C'KZf 525d
Dollars Each (
0
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
STREETSCAPE PHASEV
PROJECT NO. 3347
Page 16 of 31
@
Approximate
Item Quantity Unit - No. Description and Unit Price Total
S86 Drinking Fountain Complete In Place at 3EA T,i2 0-G 6, & (?-e
r /&& %Z&/f/d&l /*& &;%x&
Dollars Each
S87 Tree Grate and Frame Sets at 80 EA J%o ;"q'%I&
//6/WHH#J&d /- ef&k/m
Dollars Each
88 Replace Utility Box and Lid and Adjust Grade 64 EA 3 so: i, I i.,OC
0
89 Sandblast and Paint Existing Vault Lid and 1 EA 288 JW
Adjust Grade
/
/&@ MpMg bdd
Dollars Each
Paving - Driveways (7-1/2" PCC Driveway
with Heavy Broom Finish) at
3,300 SF "%)'B# 90 * hLw ~a.L/$&5/G~ e?=
Dollars Per Square Foot Yrfl.;
91 Paving - Driveways (6" PCC with 2-1/4" 1,200 SF 13 ,so ,mi
Brick Pavers and Subslab) at
*&/dfFdd
Dollars Per Square Foot
e
ADDENDUM NO. 1
to
CONTRACT - AND SPECIAL PROVISIONS
for
-EPHASEV
PROJECT NO. 3347
Page 17 of 31
0
Approximate
Item Quantity Unit - No. Description and Unit Price Total
92 Paving - Sidewalks (4“ PCC with Heavy 15,400 SF ‘+-c c b/ &C?I
Broom Finish) at
Dollars Per Square Foot cc‘ 93 Paving - Sidewalks (4“ PCC Sidewalk 8,500SF 1 \, ’ ‘!:<so?
with 1/2“ Brick Pavers & Subslab) at
Dollars Per Square Foot
94 Paving - Alley Aprons, 7-1/2” PCC 1,500 SF e,.bl: 6.0 c (1.
with Heavy Broom Finish at 0
6L/pI
Dollars Per Square Foot
95 Paving - Alley Aprons, 6“ PCC with 500 SF K3 so b;75”u
2-1/4” Brick Pavers at
-f I /f/,2bk.Ud &9&&?5/&54 &fi-- &2&5-
Dollars Per Square Foot
S96 Interlocking Paver Crosswalks 4,000 SF II ofi 44.000
Complete In Place at
Hf
JLdAfld
Dollars Per Square Foot
97 Exposed Aggregate Concrete Paving 600 SF &~~~~ 9.- Lhd
Dollars Per Square Foot *
.-
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
-EWE PHASE V
PROJECT NO. 3347
Page 18 of 31
m
Approximate Item Quantity Unit - No. Description and Unit Price Total
98 Monument Sign Low Level Light 2EA lil0 0 ~,ZO%i
&V? ;s/&J9FHQY &%??e .dlflA&.
99 Reconstruct Existing Planters at 3EA -If 46 0 7. .ZOi
I
Dollars Each l
Unocal, Carl's Jr., and Motel 6,
Complete In Place at
A---
Dollars Each
J
/@#& ]9/&dJWPJA /&@& /&/yV%%?/A
IRRIGATION
SlOO Automatic Irrigation System at 100% Ls 42pm 42.0 c
101 Topsoil for Medians Class "A" With Soil 910 CY pg? IG,38?
F102 Root Pruning Existing Trees at 9EA I (c.c3 c[ 70 *
/ I Pm-ry YiWJ ;r* MA&&J&/
Ijollars (Lump Sum)
LANDSCAPE PLA"GS
& Site Preparation & Finish Grading at
./ 8-/&..7&&/
Dollars Per Cubic Yard
(@?I& H9@/dAe/J f@Z
Dollars Each
*
..
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
STREE3SCAPE PHASE V
PROJECT NO. 3347
Page 19 of 31
0
Approximate
Item Quantity Unit & DescriDtion and Unit a Total
103 Supply Trees and Install 36" Box Trees at 39 EA Br50,6a I U! 1.:
104 Root Control Barriers at 39 EA 's;CdG 3,120
105 Supply Trees and Install 14' Queen Palms at 28 EA 4koo8 13,"tC
106 Relocate Existing Queen Palm at Locations 4 EA azo"" 1 OK
107 5-Gallon Shrub at 795 FA 21 .OG 16,635
\ +soG0
GU&AWd&&d7 &4/";"
Dollars Each
J
I
L?-/L/*/SY
Dollars Each i
e
Shown on Plans
GB /$4,??2hYdf 6&ddM/7 Dollars Each /
/ JU&fl,(/ * -/ @Fke--
Dollars Ea&
i 0. 0 c? 108 1-Gallon Shrub at 145 EA L 4
4 I&
Dollars Each *
..
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
STREF.TSCAPEPHASEV
PROJECT NO. 3347
Page 20 of 31
0
Approximate
Item Quantity Unit - No. Description and Unit Price Total
F109 Ground Cover (12” O.C.) at 9,800 SF 3 s 4.41 8
110 120-Day Landscape Maintenance at loooh Ls 43570 L(?oc
p&&<& fi4&&5yMd ,2Gi@e- /J&WJA&
Slll Modify Traffic Signals and Safety Lighting. Ls 55? ,336 Sf>, SO(
ec.eY-j/ fi>&&dF<
4Mkxs fer Square Foot
1
/
Dollars (Lump Sum)
S TRAFFIC SIGNAL m
System at Carlsbad Village Drive and State
Street Complete at
e
AFGy fiLe fi&L?5NZ/ &4H/e#&PJhdd /
Dollars (Lump Sum)
S112 Install Traffic Signal and Lighting System Ls b-/,C 073 b -7,e
LSX,TV 5&U&& vi7 d@SWJLl
S113 Install Traffic Signal and Safety Lighting Ls CcF, 3dd G y3cc
at Carlsbad Village Drive and Jefferson Street
Complete at
6ollars (Lump Sum)
System at Carlsbad Village Drive and
Roosevelt Street Complete at
/ 7. fi&@ ///Rz<Gm//,&Pe
L dx’dYDollars (Lump Sum)
4
. ' ..
*k. I
ADDENDUM NO. 1
to
CONTRACT MXUMENTS AND SPECIAL PROVISIONS
for
STIW33CAPE PHASE V
PROJECT NO. 3347
Page 21 of 31
0
Approximate
Item Quantity Unit - No. Description and Unit Price Total
S114 Install Traffic Signal and Safety Lighting Ls &;3c a 64; 366
s;!dyI+ /g /YlVPfl //?!k*J$4b,&/ f&??& //hV&&/
S115 Modify Traffic Signals and Safety Lighting Ls 24,ico 24: IC2
~~2~~~-,Y Fh? fHg ;Y&l@ &f/fi /++/fl/,gh&&
S116 Install Traffic Signal Interconnect Conduit, Ls +b.xci? 4Gc,zsl:
ak9V /7&&"/M? ICz!.m /L&/P&d/
S117 Install Street Lighting Conduit, Conductors LS q 3,4Gi: 9 r2 d.-ro,
System at Carlsbad Village Drive and
Madison Street Complete at
/
dollars (Lump Sum)
System at Carlsbad Village Drive and
Harding Street Complete at
/
I5ollars (Lump Sum) 0
Cable, Master Controller and Appurtenances,
Complete at
,f
Dollars (Lump Sum) /
and Pullboxes Complete at
/$/Y/29 *8 fi&&H/&Lfi&F HPH/K@
Dolfars (Lump Sum)
0
0
t
a
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPEW PROVISIONS
for
SlREETsCApEPHASEV
PROJECT NO. 3347
Page 22 of 31
e
Approximate
Item Quantity Unit No. Description and Unit - Price Total
S118 Install Illuminated Street Name Sign at Ls 4 ctca 4, C(ca - Carlsbad Village Drive & Carlsbad Boulevard
J
/52?L44
Dollars (Lump Sum)
PWE NOTE:
S = Indicates specialty items
F = 0 Indicates Final Pay to be Lump Sum for item designated. Quantity shown is fo
information only. Payment will be for quantity listed only regardless of actua
quantity.
"r
words: flfl]! -fi/di /& &+ ~it&H~f?'&%ld> -$E/~W/%
fi&l.& &d-~&&l/,-- @/??Ye5 Z~~U--~
\ x\-) 47( 62 Total amount of bid in numbers: $
Price(s) given above are firm for 90 days after date of bid opening.
t
q!/-G/ b/Arm? #&%A{ z*-
7-ZZ- 93
e
c
f
'x #
a
NOTICE TO BIDDERS
Jdy 19, 1993
The City of Carlsbad has issued 'I ADDENDUM NO. 2 " to the n CON'TMC
DOCUMENTSAND SPECIALPROVISIONS FOR STREETSCAPEPHASEVCONTRA<r NO. 3347 ". The addendum consists of 1 page, cover sheet and this notice. The addendm
1. Corrects two items in the contractors proposal issued in Addendum No. I
The provisions contained in the addendum are made part of the specscations of the projec
as though originally bound with them. As of this date this addendum contains all change
to the originally issued specifications.
Bidders are advised to verify the issuance of addenda and receipt thereof one day prior ti
bidding. Submission of bids without acknowledgement of all addenda may be cause fa
rejection of bid.
0
Li%H:rZ
e
P r
7
0
July 19, 1993
ADDENDUM NO. 2
SI'REETSCAPE PHASE V CONTRACI' NO. 3347
Please include the attached addendum in the Notice to Bidder/Request for Bids you ha1
for the above project.
This addendum-receipt acknowledged--must be attached to your Proposal Fonm/Bid whc
your bid is submitted.
-7 -ed/r&q RUTV FLETCHER
Purchasing Officer
0 W:bf
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
&e y+5--LLvS, zmc
r
/77&Ypnp;Gs /7@ - 4%Mfl~Pzr,S
/& &- +&??e 5-/&7d9mr
0
7 200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 (61 9) 434-28
<.
c e.- . -_ \
6 ADDENDUM NO. 2
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for STREETSCAPE PHASE V
PROJECT NO. 3347
Page 1 of 1
0
In the contractor's proposal issued as Addendum No. 1 make the following corrections.
Item 23.
Item 24.
Delete "remove" and replace with "relocate".
Delete "remove" and replace with "relocate".
0
0
L
L
*
0
July 13, 1993
ADDENDUM NO. 1
STRJXTSCAPE PHASE V CONTRACT NO. 3347
Please include the attached addendum in the Notice to Bidder/Request for Bids you have
for the above project.
This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when
your bid is submitted.
rJb(
Purchasing Officer
W:bf
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
7-8, #L&v..&k + LVd3,. &zzi%
< @
&? \52fl& &Me- @8!m.s,
/+g &?X& ,'ddfl/]--
Bidder's Signature
0
1260 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28C
IC
ADDENDUM NO. 1
to
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for sXREmSCApEPHArn v
PROYECT NO. 3347
Page 24 of 31
0
DIKXARA~ONOF LIBERTY MUTUAL INSURANCE COMPANY
1, DONNA KAYAHABA , declare as follows:
Iamanizsuram
mME1
licensed to do business in the State of CaWomia. Swill =E#F
provide insurance coverage to T B P- TNP
in accmdance with Section 12 of the contract docuntents for Carlsbad Village Drive Streetscap
Phase V, Contract No. 3347, as foudws:
12.
(CONT$ACTOR)
Insurance, Contractor shall procure and maintain for the duration of the contract insuraaci
against claims for injuries to persons or hge to property which may arise !?ram or i
cdon with the performance of the work hereunder by the Conhacmb hh agm representatives, employees or subcontractors. Said insurance shall meet the Citfo policy fa insumwe as stated in Resolution No. 9143.
(A) COVERAGES AND LXMrrS - Contractor shall maintain the types af coverages an arinimUm limits indicated herein:
1. ComELptrensiw General fiabilitv Insurance;
e
$l,OOO,OOO combined single limit per occurrenee for bodily h.tU
and prom damage. Xf the policy has an aggregate limit, a separal
aggregate in the ~mou~~ts specified skalt be established for the risl
for which the City 01 its agents, officers or employees are addition,
hureds.
$l,OOO,OOO combined single limit pes accident far bow hjmy an
prom damage. In addition, the auto poky must cover anv whir used in the performance of thc contract, used onsite or offd whetherowned, non-owned or hired, andwhether scheduled of^
scheduled. The auto irrsurancc certifbk must btate the covIajage for 'any auto" and cannot be Wed in any manner.
W ~m'Comaens atio qand Emuloved LiabEtv hwumte~: Workers' compensation limits as nqded by the hb0.r code oft
State of Calif+ and Employers' Liability limits of Sl,OOO,ooO r
incident. Warkerd cornpensation offkred by the State Commati hmancc Fund is acceptable to the City. ADDlTIONAL PROVtSlONS - Contractor shall ensure that the policie of insura
required under this agreement con& or are endorsed to contain, the foU& pmfions. Gaed ~iability and Automobile liability Coverages:
2. Automobile tiabilitv Insuraz e:
3.
(B)
0
SC
UM NO. I
coNTRAcI!DocuMENTs SPECIAL PROVISIONS 0 STREEXS mD2 EPECASEV
PROJE NO.3347
PagT Of 31
1. The City, its officials, employees and volunteers are to be covered a
additional insureds as respects: liability &sing aut of actidits pdome by or on behalf of the ntractor; producrs and complewd operations of th
conmctoq p'wlises o leased, hired or borrowed by the contxactoi
afforded to the City, its officidls, employees or volunteers.
The Cantractois insunme coverage shall be primary insuranct -=sP=
the City, its offkids, employees and volynteexs. Any irunrrance or sel insurance maintained by the City, its offidals, emplayeer OT volunteers sha be in excess of the contractarb insurance and shall llot mnuibute with it i Any fdure to comply with reporting provjsions of the policies rchan nr
affect coverage provided the City, irs offidals, employees ar volunteers
shall apply =w=telu 1 Coverage shall state that the contractor's frrnuance
each insured agaim whom claim is made or Suit is brought, except Wil respeM to the knits of W insurefa liability. I
"CWMS MADE" POWCIS - If the insurance is provided on a "dahs made* bas
coverage shall be maintained for a period of three yean fallowins the date
completion of the work.
NOTICE OF CANCELLATION - Each insurance policy required by this agreeme shall be endorsed to state that page shall not be suspedd, voided, can&
or reduced in coverage or limit0 except after thkty (30) dayd prior Written noti has been given to tbe City by ce$fied mail, return receipt requested.
or self-insued retention fed wt be dedared to and approved by the City. At 1 option of the City, either: the insw shall reduce or dimhate such deductibles nlevelsas ectstheCity,icsofficia)sandemgbyees;arr contractor ohall procure a b guaranteeing payment of losses and relar investigation, claim adnrinistra Q nand defense expenses.
self-insured xerenrm
WAIVER OF'SUBROGATIONJ - All policies of insurpnCe: required under t
' a way/er fall rights of subrogation the insurer may rU or may acquire against che 9 o I any of its officials ot employees. agreemcntshancxmmn
or fhall include all subcontractors as insureds un.
its palick ot shall furnish sqarate eertificates'and dxxements for' 6
subamtractor. Coverap? ubcontractm shall be suhject to alf of
ACCEPTABILTn OF INSURERS - Insurance is to be placed wirh insums that h
a rating in Beds Key Rating Guide of at least A-:V, and are aurhdzed to
e The coverage ohan co kt 0 special limimtions 02L the scope ofproteaio:
2.
3. r 4. 0
(C)
@)
(E) DEDUCIIBLES AND SELF-INSURED RETIWTION (S.IJL} LEVELS - Any deduct%
@)
(G) SUBCONTRACMRS - Con
0 requirements stated herein 1
&I)
I
i
e f9t
7
1. ’
4. ADD- NO. 1.
COmcrDO- y]ND SPECIAL PROVISIONS
frrREmscAPE PHASEV PROJECT NO. 3347 page 60r3i
business within the State of California and are induded in thc official publication of the Department of hsurance of the State of California as allowed under the
standards specified in by the City council Resolution No. 91-4(23.
VERIFICATION OF COVERhCB -#b-tor shaIl furnish thc City witb cgtificater
of insurance and original dorspents affecting coverage ra?quirecl by thk clause.
The cettifiEater and endorsem~ far eachins- policy art to bc signed bya person authorized by that hurq to bind coverage an its behalf. The cerdficatea and endorsements are to be in forms approved by the City and are to be received and approved by the City befote work commences.
COST OF INSURANCE - The Cost of d insurance required der this agxemenl
to the Comctor within 10 days of the T bida
shatl be included in the Contrac
I will submit the required insurance d
award of contract for his submittal tQ the wCd ami the insurance will be in effect na I later than September 13,1993.
(I)
i
Q
0
I declare wrder penalty of pejury that &e foregoing is true and correct.
Exemfedat SAN DIEGO , California on 7-15-93 I
I
1 pAm)
7” / ,’ // /i L-p&b--p - -
GkF-4
(amFYI
*j! ’ q0 1993.
1 L/b
LIBERTY MUTUAL INSURANCE
5355 MIRA SOBRENT0 PL SUITE -I
SAN DIEGO CA .92186-5064
(Address) .
e
22
The Undersigned has checked carefully all of the above figures and understands that the City
will not be responsible for any error or omission on the part of the Undersigned in preparing
this bid.
The Undersigned agrees that in case of default in executing the required Contract with necessary
bonds and insurance policies within twenty (20) days from the date of award of Contract by the
Housing and Redevelopment Commission of the City of Carlsbad, the proceeds of the check or
@
bond accompanying this bid shall become the property of the City of Carlsbad. e& The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to ,d
do business or act in the capacity of a contractor within the State of California, validly licensed 7;
under license number /$-TS&"j
38 - ?? 9 and that this statement is true and correct and has the legal effect of an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the
Business and Professions Code shall be considered nonresponsive and shall be rejected by the
City. 9 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall
be invalidated by the failure of the bidder to be licensed in accordance with California law.
However, at the time the contract is awarded, the contractor shall be properly licensed. Public
, classification Rfla Lf ky#%hhich expires on 3
- Contract Code 8 20104.
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of the City of Carlsbad is
personally interested, directly or indirectly, in this Contract, or the compensation to be
paid hereunder; that no representation, oral or in writing, of the City Council, its
officers, agents, or employees has inducted him/her to enter into this Contract, excepting
only those contained in this form of Contract and the papers made a part hereof by its
terms; and
-.
-
2. That this bid is made without connection with any person, firm, or corporation making
a bid for the same work, and is in all respects fair and without collusion or fraud.
;3 Accompanying this proposal is a!> J3CflJ7 - (Cash, Certified Check, Bond or Cashier's Check) -
a 1
2
3
J
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and agrees to comply with such
provisions before commencing the performance of the work of this Contract and continue to
comply until the contract is complete.
1.
f
__ ___ __-- ___._ --- - __ --- __ - - - - - - __ -_ - -
23
a -*.. ....
....
....
....
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2,
reIative to the general prevailing rate of wages for each craft or type of worker needed to
execute the Contract and agrees to comply with its provisions.
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(B)
(2)
(3) Place of Business
Name under which business is conducted
Signature (given and surname) of proprietor
(Street and Number)
City and State 0
(4) Zip Code Telephone No.
IF A PARTNERSHIP. SIGN HERE:
(1)
(2)
Name under which business is conducted
Signature (given and surname and character of partner) (Note: Signature must
be made by a general partner)
(3) Place of Business
(Street and Number)
City and State
Zip Code Telephone No.
e
-_I - -_._-_
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
Though statute does not require
fill in the data below, doing s(
invaluable to persons relying on tt
havqre L- StiOUOC-
NAME,~ITLE OF OFFICER - E G ,-JANE DOE NOTARY PUBLIC" On 6/& /93 before me,
personally appeared
personally known to me - OR - proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) idare
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
NAME(S) OF SIGNER(S)
[7 PARTNER(S) 0 L'Ml
0 ATToRNEY-IN-FACT
0 TRUSTEE(S)
Q GEN
SIGNER IS REPRESEN.
NAME OF PERSON(S) OR ENTITY(IE
/ r /*
OPTIONAL SECTION
THE DOCUMENT DESCRIBED AT RIGHT NUMBER OF PAGES DATE OF DOCUMENT
01992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 Canoga Par
24 a IF A CORPORATION. SIGN HERE:
(1) Name under which business is conducted
s 778, &Yj”&?.d Qj . %jc;pJ’j., .As .PCa
(2) s ? Signature
LYLe 2&e5/oedT
Title
Impress Corporate Seal here
(3) Incorporated under the laws of the State of &LtJ6A2%$&
(4) Place of Business tfbf r?yfL S=&Z.- / r7%; .!?&A +dgdg$$
(Street and Number) f WQ-O .k3cy fe&w.L~
City and State 9 %f22Jy&% L) j f!h
Y,W& cs-/
e
(5) Zip Code eYA/&,X Telephone No. b/g 237-gd@L
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST
BE ATTACHED
List below names of president, vice president, secretary and assistant secretary, if a corporation;
if a partnership, list names of all general partners, and managing partners: . y1
. .&fl&5 L- ;2w<, &35f&/Aff
I
-0 -
= - -
1 I
~ 1 - -
__ - - . __ __ - _. . -
‘25‘ ’
I i Bidder’s Bond to Accompany PropusaI
KNOW ALL PERSONS BY THESE PRESENTS: 0
mat we, T. B. PENICK & SONS, INC. , a principal, and INSURANCE COMPANY OF TPE
as Surety are held and firmly bound unto the City of Carisbad, California, in an amount as
fofollows: (must be at least ten percent (10%) of the bid amount)
for which payment, well and truly made, we bind oumzlvcs, our heirs, executors and
TEN PERCENT OF THE TOTAL AMOUNT OF THE ACCOMPANYING BID (10% OF BID)- - - - - -
7 administrators, successors or assigns, jointly and severally, f‘irmly by these presents.
TKE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the
above-bounden Principal for:
Carlsbad*ViIlage Drive Streetscape - Phase Y
Contract No, 3347
BID DATE: 07/22/93
in the City of Carlsbad, is accepted by the Housing and Redevelopment Commission, and if Ihe
Principal shall duly enter into and execute a Contract including required bonds and insurance
polides within twenty (20) days from the date of award of Contract by the Housing and Redevelopment Commission of the City of Carisbad, 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 fotfeited to the said City. 0
...*
..*.
....
....
..*,
....
..*.
I...
0
.-- L
* *,
26
@ In the event Principal executed this bond as an individual, it is agd that the death Qf PrinCij shall not exonerate the Swety from its oblihtions under this bond.
Executed by PRINC Executed by SURETY this 1913 day of
& fi1fQ.J JULY ,192.
PRINCIPAL: SURETY:
' (Name of Principal) (Nme of Surety)
this ..*(%y at
zr?
T. B. PENICK & SONS, INC. INSURANCE COMPANY OF THE WEST
5725 KEARNY VILLA RD., SUITE R By: SAN DIEGO, CA 92123
Io (Address of Surety)
(619) 279-3800 fl/!@M#S M$ j&MH&flJ! .t (print name here) (Telephone Number of Surety)
(kc945 &>5ld&d F=raJNJl/~k +&k%&!L, By:
(title and organization of signatory)
By: Se, f?%Tfl&&&? -& zr-BdLl/<8d 9 CT
0
I (sign here) printed name of Attorney-in-Fact
1
.I (attach copwe re.solution showing cum * .- (print name here)
(title and organization of signatoq)
power of attorney)
1
U
lptapet notarial acknowledge^ of execution by PRINClPAL aad SURETY must be at~d-1
(President or vim-president and smetary or essistaPt mhy must sign for mporationa. If only oae affi
sip, the corporation must attach B reffaiution &dfid by the secretary or ~ssiftlaat - under cenpomk 8
empcwdng W officer to bind the corpwation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By: $%, u I
~RENI. HS&TA e Deputy City Attamey
nough *Me does not requlre me f
flii in the data below. doing SO me
invaluable to persons Ww on me ric
c] INDIVIDUAL
CORPORATE OFFICER(S)
Countyof SAN DIEGO
SANDRA J. LITTLE, NOTARY PUBLIC ,
NAME TITLE OF OFFICER. E G 'JANE WE NOTARY PUBLIC' 07/19/93 before me,
TERRI J. BURKE, ATTORNEY IN FACT
-6) personally appeared NAME(S) OF SIGNERW n PARTNER(S) c] LMlTEl 17 GENEF personally known to me - OR - proved to me on the basts of satlsfadov evtdence
to be the person(s) whose name(s) Idare a ATTORNEY-IN-FACT subscribed to the within instrument and ac-
SIGNER IS REPRESENTI
NAME OF PERSON6) OR ENm(IES)
NUMBER OF PAGES DATE OF DOCUMENT
Though statute does not require the
fill in the data below, doing so m
invaluable to persons relying on the d alrs;e A. SJ-POUd
NAM~TITLE OF OFFICER E G , "JANE DOE NOTARY PUBLIC FYrZAFFFaEIR$
0 PARTNERP) 0 LIMITE 0 GENE1 0 AT"RJ?NEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN,CONSERVAT
LS2rnrn dN s 9
NAME(S) OF SIGNER(S) TITLE@)
personally appeared 7hma4 jLq*
B PersonailY known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the Same in his/her/their authorized
Person(S) acted, executed the instrument.
SIGNER IS REPRESENT11 WITNESS my hand and official seal. NAME OF PERSON@) OR ENTITY(1ES)
OPTIONAL SECTION
THE DOCUMENT DESCRIBED AT RIGHT.
NUMBER OF PAGES
SIGNER(S) OTHER THAN NAMED ABOVE
DATE OF DOCUMENT Though the data requested here IS not required by law,
-mid prevent fraudulent reattachment of this form
01992 NATlC"L NOTARY ASSOCIATION 8236 Remmet Ave , p 0 BOX 7184. canoga park,
AA 1 U W AXA AI. I VLI uvlv.kl Ff'1 J. VI .k 1.kl-r T 7 bd .k
I.
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporatiol authorized and existing under the laws of the State of California and having its pri office in the City of San Diego, California, does hereby nominate, constitute and apF
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby confer its name, place and stead, to execute, seal, acknowledge and deliver any and all undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under and authority of the following Resolution adopted by the Board of Directors of IN: COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February, which said Resolution has not been amended or rescinded and of which the followir. true, full, and complete copy:
"RESOLVED: That the President or Secretary may from time to time appoint Attorne Fact to represent and act for and on behalf of the Company, and either the Presid Secretary, the Board of Directors or Executive Committee may at any time remow Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it furthe
name of and on behalf of the Company any and all bonds and undertakings as the busini the Company may require, and any such bonds or undertakings executed by any such Att in-Fact shall be as binding upon the Company as if signed by the President and sealc attested by the Secretary .*'
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be unto affixed and these presents to be signed by its duly authorized officer 29th day of June, 1990
Terri J. Burke Jack T. Warnock
RESOLVED: That the Attorney-in-Fact may be given full power to execute for and
0 $,@u0Ni&4 rc
3 +2#a,,,%+ 5 / I President
.STATE OF CALIFORNIA C4llFoRn\~ COUNTY OF SAN DIEGO '':
On this29th day of June 1990 before the subscriber, a Notary Public of the of California, in and for the County of San Diego, duly commissioned and qualified BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally knc be the individual and officer described in and who executed the preceding instrumen he acknowledged the execution of the same, and being by me duly sworn, deposeth and that he is the said officer of the Corporation aforesaid, and that the seal affixed preceding instrument is the Corporate Seal of the said Corporation, and that the Corporate Seal and his signature as such officer were duly affixed and subscribed said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at thc of San Diego, the day and year first above written.
0- THOMAS M. BLOSE
NOTARY PUBLIC CALIFORNIA
PRNClPAC OFFICE IN moa -
SAN DIEGO COUNTY Notary Public MY Gmmvsston EXG bcernser 6 1993
STATE OF CALIFORNIA COUNTY OF SAN DIEGO '':
I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE WE: hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, and correct copy, is in full force and effect, and has not been revoked.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affix€ orporate Seal of the Corporation, this 19TH day of JULY 19 93
EL /I
-l
/QTW C3.6-4-L- Secretary
.1)F 0 3 ,+QRP'Q?G %
5 44em , ,s' 3
?isosn\b fV 1 ICW CAL 3T(REV. 5/87)
2 ROBERT T. DRIVER CO, INC.
1 % JaclcWarnoclc
Your representative
(6 19) 238- 1828
1620 FIFTH AVE., SAN DIEGO, CA 92101
Y
. . . ._ . ..- .. .. , .-. .....
-
EL1ILDING LNCINLERING * CONCRLTL SINCE 1905
Action of the Bpavd of Directors of
T, El. Penick & Sons, Tnc. A California Corporation
The Board of Directors of T. E, Penick & Sons, Inc. here1 the following action on June 30, 1989, by written consent of holding a special meeting. This action is taken in acc with the Bylaws of the Corporation:
JJHEREAS the Corporation wishes to name the following stoc' to serve as Directors on the Board of Directors:
Marc E. Penick, General Contracts Manager Tirnothy Y. Penick, General Manager, Concrete Divisi
THEREFORE, BE IT RESOLVED that the aforementioned direc! hereby authorized to vote on the Board in proportion 1 nuinber of shares held by each director.
WHEREAS the Corporation wishes to name the fallowing ind
as Officers of the Corporation:
Wayne R. Myers, Senior Vice President Marc E. Penick, Vice President Ti,mothy J. Penick, Vice President Thonias M. Sammons, Vice President
THEREFORE, BE IT RESOLVED that the aforementioned individ hereby named as Vice Presidents and are authorized to business and sign documents on behalf of the Corparation.
Thainas L. Penick'
File: 7GENERAL.MEF
tr~~ 11111 mitr 1'0 I~(.IX WH SAN INCO, CAI.IIORNIA O~io~.o.tzd ~~~IIO.IIMA
I the undersigned, Secretary of T. B. PENICK & SONS, INC. California corporation, hereby certify that the attached is full, true and correct copy of ,the resolutions adopted by t written consent of che Board of Directors of said Corporation
the 30th day of June, 1989.
I further certify that said resolutions are still in force E effecc and have not been amended or revoked.
IN WITNESS WHEREOF, I have hereunto sec my hand as SL
Secretary and affixed the corporate seal of the Corporation th
28th day of April, 1993.
-
(CORPOMTE SEAL)
27
Guide for Completing the "Designation of Subcontractor & Amount of Subcontractor's Bid" and "Designation of Owner Operations & Amount
of Owner Operator Work" forms
0
REFErIRENCES Prior to preparation of the following Subcontractor and Owner operator
disclosure forms Bidders are urged to review the definitions in Section 1-2
Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work"
and the definitions in Section 1-2 of the Special Provisions especially
-. "Own Organization" and "Owner Operator". Bidders are further urged
to review the following sections of the Special Provisions 2-3.1 "General",
2-3.3 "Subcontractor Items of Work", 2-3.4 "Owner Operators" and 2-3.5
"Penalties and Remedies".
Bidders are cautioned that failure to provide complete and correct
information may result in rejection of the bid as non-responsive. Bids that
propose performance of more than 50 percent of the work by other than
the Contractor's own organization will be rejected as non-responsive.
Bidders shall use separate disclosure forms for each Subcontractor or
Owner Operator (O+O) that is proposed to be used to complete the Work.
All items of information must be completely filled out. When the Bidder
does not propose to use Subcontractors or Owner Operators the word
- - SSPWC especially, "Bid", "Bidder", "Contract", "Contractor", "Contract
=.
-
CAWONS
m.
INSTRUCTIONS
'0
1
1
1
I
1
€@
1 "NONE" should be entered.
Where the bid item will be installed by more than one Subcontractor or
Owner Operator the percentage of the bid item installed by the
Subcontractor or Owner Operator being listed in the line of the form must
be entered under the column "% of item by Sub" or "% of item by O+O"
as applicable. Ifa Subcontractor or Owner Operator installs Contract Unit
Price shall be multiplied by the Quantity of the bid item that the
Subcontractor or Owner Operator installed.
Suppliers of materials from sources outside the limits of work are not
subcontractors. The vdue of materials and transport for materials from
sources outside the limits of work, as shown on the plans, shall be
assigned to the Contractor or to the Subcontractor, as the case may be,
installing them.
The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets)
shall be entered in the "Bid Item NO." column. T
_. - ,. .~..
28
When a Subcontractor has a Carlsbad business license the number mus be entered on the form. If the Subcontractor does not have a valic
business license enter "NONE11 in the appropriate space.
Bidders shall make any additional copies of the disclosure forms as ma:
be necessary to provide the required information. The number o
additional form pages shall be entered on the first form page of each typ
so duplicated.
Bidder may, at its option, combine bid items on a single row in the cha
on the disclosure forms. If using this option the Bidder must indicate th
bid item numbers that the information in the row pertains. This optio
may not be used where the subcontractor or owner is constructing o
installing less that 100 percent of a bid item. The percentages and dolla
amounts may be the sums of the bid items listed in that row.
When the Bidder proposes using a subcontractor or owner operator tc
construct or install less than 100 percent of a bid item the Bidder mu5
attach an explanation sheet to the designation of subcontractor o
designation of owner operator forms as applicable. The expIanation she
must clearly apprise the Agency of the specific tasks, materials and/o
equipment that are proposed to be so supplied.
a
0
4
1
I
I
8
*
29
0 Designation of Subcontractor and Amount of
Subcontract or’s Bid
The Bidder MUST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies of this form may be attached if required. This form must
be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in
preparing this bid for the Work and that the listed subcontractors will be used to perform the
portions of the Work as designated in the list in accordance with applicable provisions of the
specifications and Section 4100 et seq. of the Public Contracts Code - “Subletting and
Subcontracting Fair Practices Act”. The Bidder further certifies that no additional subcontractor
will be allowed to perform any portion of the Work and that no changes in the subcontractors
listed work will be made except upon the prior approval of the Agency. &j)
Full Company Name: , Tk’Ikktnn
Complete Address: -/tsc??l bf-lf .J\ y- (-L(ydEC e,AJ/ e -5 *A h3 D ‘, E c-( 6 (?x\ (7
Telephone Number: ( 6 (%l a? 3 -
California State Contractors License No & Classification:
Carlsbad Business License No.
s i C I
4T4 37%- A
-
=e - -- i
~ - = I -
-
29
0 Designation of Subcontractor and Amount of
Subcontractor's Bid
The Bidder MUST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies of this form may be attached if required. This form must
be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in
preparing this bid for the Work and that the listed subcontractors will be used to perform the
portions of the Work as designated in the list in accordance with applicable provisions of the
specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and
Subcontracting Fair Practices Act", The Bidder further certifies that no additional subcontractor
will be allowed to perform any portion of the Work and that no changes in the subcontractors
listed work will be made except upon the prior approval of the Agency.
Full Company Name: 5 I h ;$ q &- i2 Q'i s
Complete Address: c? Ri \'w L39(--?(: Cj
i- 0 GAUD 1%" (zr\ W YY1 hj
Telephone Number: ( br) 2'1 3 - 3 4 %!
California State Contractors License No & Classification:
Carlsbadl Business License No.
:@
-
m *
f -
-
-.
29
0 Designation of Subcontractor and Amount of
Subcontractor's Bid
The Bidder MUST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies of this form may be attached if required. This form must
be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in
preparing this bid for the Work and that the listed subcontractors will be used to perform the
portions of the Work as designated in the list in accordance with applicable provisions of the
specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and
Subcontracting Fair Practices Act", The Bidder further certifies that no additional subcontractor
will be allowed to perform any portion of the Work and that no changes in the subcontractors
listed work will be made except upon the prior approval of the Agency.
Full Company Name: LET-Lq L0I.k..
Complete Address: 43Y 5TAU4cICD st-
(VkL-3 % Ll-13 3'7 c <? 2 I
Telephone Number: (6icr ) kt '34 - 55%b
California State Contractors License NO & Classification: s S? 3 3 C'I
Carlsbad Business License No.
- :+-a
-
- -
-
-
29
0 Designation of Subcontractor and Amount of
Subcontractor's Bid
The Bidder MUST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies of this form may be attached if required. This form must
be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in
preparing this bid for the Work and that the listed subcontractors will be used to perform the
portions of the Work as designated in the list in accordance with applicable provisions of the
specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and
Subcontracting Fair Practices Act". The Bidder further certifies that no additional subcontractor
will be allowed to perform any portion of the Work and that no changes in the subcontractors
listed work will be made except upon the prior approval of the Agency.
Full Company Name: Doh3 y4d bwbct? CQG4@R+N7
Complete Address: % k 2'30 5 7 -7
f ac; &-45 c 4 7 2c.D
Telephone Number: 0x5 - 1 I 37
California State Contractors License No & Classification:
Carlsbad Business License No.
*
1 I - -
-
-
c
29 e Designation of Subcontractor and Amount of
Subcontractor’s Bid
The Bidder MUST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies of this form may be attached if required. This form must
be submitted as a part of the Bidder’s sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in
preparing this bid for the Work and that the listed subcontractors will be used to perform the
portions of the Work as designated in the list in accordance with applicable provisions of the
specifications and Section 4100 et seq. of the Public Contracts Code - “Subletting and
Subcontracting Fair Practices Act”. The Bidder further certifies that no additional subcontractor
will be allowed to perform any portion of the Work and that no changes in the subcontractors
listed work will be made except upon the prior approval of the Agency.
Full Company Name:
Complete Address: QL. ./Lo x P3 5 Sb4.f 6 q- IN q c‘- -Kt4
0 %L? 5 2) -
TeIephone Number; (&/ r ) 57 5 - it 6 (3 I
California State Con tractors License No & Classification: “i-( ((1
Carlsbad Business License No.
;@
5
a 5
- -
-
..
29
Designation of Subcontractor and Amount sf
Subcontractor's Bid 0
The Bidder MUST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies of this form may be attached if required. This form must
be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in
preparing this bid for the Work and that the listed subcontractors will be used to perform the
portions of the Work as designated in the list in accordance with applicable provisions of the
specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and
Subcontracting Fair Practices Act". The Bidder further certifies that no additional subcontractor
will be allowed to perform my portion of the Work and that no changes in the subcontractors
listed work will be made except upon the prior approval of the Agency.
Full Company Name: 5 0 kc, 2_ s$4+
Complete Address: &ik ?-( 4 I. -0 &E, fQ!+TQrj ~aOa/
s-o~t'\J$ rd fj
0
Telephone Number: (m 440 - b4 1s
California State Contractors License No & Classification:
Carlsbad Business License No.
$21 1 a1
:*
I a
~
-
-
.' *"
29
Designation of Subcontractor and Amount of
Subcontractor's Bid 0
The Bidder MUST complete each information field on this form for each subcontractor that it
proposes to use. Additional copies of this form may be attached if required. This form must
be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
The Bidder certifies that it has used the sub-bid of the following listed subcontractors in
preparing this bid for the Work and that the listed subcontractors will be used to perform the
portions of the Work as designated in the list in accordance with applicable provisions of the
specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and
Subcontracting Fair Practices Act". The Bidder further certifies that no additional subcontractor
will be allowed to perform any portion of the Work and that no changes in the subcontractors
listed work will be made except upon the prior approval of the Agency.
Full Company Name:T p E c\ 9 d (, '\ -1 ,,ti \ k (LA3
Complete Address: 5 d 2- 0 Pea(& p Q()
) PJ c
/
/hCQ 5.06 7 ;;is0 7
Telephone Number: C-114) lc8 ( - Ql 7 7 I
California state Contractors License NO & Classification:
Carlsbad Business License No.
(? 39 585- c-27
:.
?! - = - -
-
-
1
1
1
3
MANUFACTURER MODEL DESCRIPTION SERIAL YEAR ESTIMATED
NO. NO. MFG. WORTH
1
1
P
Bid Item Bid % of % of Bid Item Bid % of % of
NO. Priceof Item by Total No. Priceof Item by Total
Item 0+0 Contract Item 0+0 Contract
t
<
31
City of Carlsbad
Purchasing Department
Representation and Certification
The following representation and certification are to be completed, signed and returned with
propod.
REPRESENTATION: Mark all applicable blanks. This offeror represents as part of this offer
that:
(Check appropriate Ethnic Business Type)
a
-0
I am currently certified by: n;jf3
Certification Number: PjA
CERTIFICATION OF BUSINESS REPRESENTATION(S):
Mark all applicable blanks. This offeror represents as a part of this offer that:
This firm is , is not x a minority business.
This firm is , is not *%. a woman-owned business.
I
- -
~
- DEFIlWIONS :
- -
-
Minority Business Enternrise: "Minority Business" is defined as a business, at least 51 percent
publicly owned businesses, at least 51 percent of which is owned, operated and controlled by
minority group members. The Small Business Administration defines the socially and
economically disadvantaged (minorities) as Black American, Hispanic American, Native
American (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (I.E., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam,
Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos,
Cambodia and Taiwan).
- - ~
- ~ of which is owned, operated and controlled by minority group members, or in the case of m -
A e 3
1
- -
32
Womm-Owned Business: A woman-owned business is a business Of which at least 51 percent
is Owned, controlled and operated by a woman or women. Controlled is defined as exercising
the pow'zr to make policy decisions. Operation is defined as actudly involved in the day-to-day
management.
CERTIIFIC ATION:
(0
me information furnish& is certified to be factual and WrXZt as of the date submitted.
1
fi9zq6tj /TI{ Shfly32DfiF p) i 5 ~i?e32~.&&~
i-/&.v.Jd ,go* m53
Name Title
/
Date
I
-.$j,+d/d + \5d&S Ji93/dLL-, r-- a - / Company Name -
-
--. --B ~--__ -
CAPACITY CLAIMED B'
Though statute does not require
fill in the data below, doing s(
invaluable to persons relying on tt
On
personally appeared rh 0 w\
M PerSonally /known to me - OR - c] proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
b!,?0/q3 beforeme, h(krqr e A- sh3bt d- NAM TITLE OF OFFICER - E G , "JANE DOE NOTARY PUBLIC"
0 PARTNER(S) 0 LIMl
AnoRNEY-IN-FACT
TRUSTEE(S)
0 GUARDIAN/CONSERV,
GEF
SIGNER IS REPRESEN
WITNESS my hand and official seal. NAME OF PERSON@) OR ENTITY(
OPTIONAL SECTION
NUMBER OF PAGES DATE OF DOCUMENT
01992 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave , P 0 Box 7184 Canoga F
%
33
Bidder’s Statement of Financial Responsibility 1 io
Bidder submits herewith a statement of financial responsibility. 4
1 Ls-e k;mAwc/&L 3>X/-Z .AfFAA/- “A/ -rA&&YA
A
- -
-
3
- -
- d.
i
i
4
i
J
2
7
z =
3
Y
e
-
- - ________ ~____ -- ---- -
I. *
a
T.B. PENICK & SONS, INC.
FINANCIAL STATEMENTS
AND SUPPLEMENTARY INFORMATION
JUNE 30, 1992 AND 1991
e
0
L.Y. rniyibK ci ~WLYD, ILY~.
TABLE OF CONTENTS
JUNE 30, 1992 AND 1991
Independent Auditor’s Report ..............................................
Balance Sheets ............................................................
Statements of Operations ..................................................
Statements of Retained Earnings ...........................................
Statements of Cash Flows ..................................................
Not’es to Financial Statements .............................................
Independent Auditor’s Report on Supplementary Information ................. 1
0
Schedule I - Cost of Revenues Earned ...................................... 1
Schedule I1 . Selling, General and Administrative Expenses ................ 1
Schedule I11 - Contracts Completed ........................................ 3
Schedule IV - Contracts in Progress ....................................... 1
e
0
I ma --
CAIRNS, HAACK & COMPANY
CERTIFIED PUBLIC ACCOUN ANTS 0
Thomas J Apple
Robert Ca
Emily H,
Joyce E Rethn
A Professional kcountanc, ( orporatton
INDEPENDENT AUDITOR’S REPORT
Mark E Haack, J D , L To the Board of Directors
T.B. Penick & Sons, Inc.
San Diego, California
We have audited the accompanying balance sheets of T.B. Penick & Sons, Inc. a
of June 30, 1992 and 1991, and the related statements of operations, retaine
earnings, and cash flows for the years then ended. These financial statement
are the responsibility of the Company’s management. Our responsibility is t
express an opinion on these financial statements based on our audits.
We conducted our audits in accordance with generally accepted auditing standards
Those standards require that we plan and perform the audit to obtain reasonabl
assurance about whether the financial statements are free of materia
misstatement. An audit includes examining, on a test basis, evidence supportin
the amounts and disclosures in the financial statements. An audit also include
assessing the accounting principles used and significant estimates made b
management, as well as evaluating the overall financial statement presentation
We believe that our audits provide a reasonable basis for our opinion.
In our opinion, the financial statements referred to above present fairly, i
all material respects, the financial position of T.B. Penick & Sons, Inc., a
of June 30, 1992 and 1991, and the results of its operations and its cash floa
for the years then ended in conformity with generally accepted accountir
principles.
a
CflM, +&??
August 12, 1992
*
(619) 4384000 * FAX 438-402 1915 Aston Avenue Carlsbad, California 92008
Members American lnsrirure of CPAsI Divisionfor Firms and SEC Practice Secrion Calrfornia Society of CPAs
1.D. rLl'ilLK Cx 3ULY3, INL.
BALANCE SHEETS
JUNE 30,
ASSETS
1992 1991 Current Assets
Cash and cash equivalents $ 169,588 $ 523,36 Marketable securities 1,101,261 Contracts receivable 3,682 9 533 2,816,4' Costs and estimated earnings in excess of
billings on uncompleted contracts 71,665 122 9 9' Other 71.788 229.3:
Total Current Assets 5,096.835 3,692.1'
Property and Equipment 1,638,853 1,607,l;
Less accumulated depreciation 1.256,187 1.197.51
382,666 409.6:
0
Other Assets
182,212 138,8' Cash surrender value of officers' life insurance
Marketable securities 301,244 -
Notes receivable, net 70,406 69.5'
553.862 208.4'
$6,033.363 $4,310.3(
LIABILITIES AND STOCKHOLDERS' EQUITY
Current portion of capital lease obligations $ 28,716 $ 56,0!
Current portion of notes payable 3,061 52,l:
Accounts payable 1,455,180 1,667,9! Billings in excess of costs and estimated
earnings on uncompleted contracts 2,721 9 983 1,003,21 Accrued expenses 105 9 993 137 9 3( Income taxes payable 140.583 106.91
Total Current Liabilities 4,455,516 3,023,7(
Capital lease obligations, net of current portion 15,336 31,O:
Notes payable, net of current portion 726 4,2
Total Liabilities 4.471.578 3.059,01
Current Liabilities 0
Commitments and Contingencies
Stockholders' Equity
Common stock - $10 stated value; 20,000 shares
authorized; 4,500 shares issued and outstanding 45,000 45,0(
Additional paid-in capital 22,543 22,54
Retained earnings 1.494.242 1,183.7
1.561.785 1.251.2
$6.033.363 0
See accompanying notes.
-2-
T.B. PENICK & SONS, INC.
STATEMENTS OF OPERATIONS
FOR THE YEARS ENDED JUNE 30,
1992 % 1991 % 0 Contract Revenues Earned $14,984,891 100.00 $14,883,401 100.0
Cost of Revenues Earned 12.830.231 85.62 13,087,320 87.9
Gross Profit 2,154,660 14.38 1,796,081 12.C
Selling, General and Administrative
Expenses 1.824,963 1.608.393
Income from Operations 329.697 187.688
Other Income (Expense)
116,850 66,572 Interest and dividends
Gain on sale of property and equipment 3,039 27,070
Miscellaneous 88,669 21,653
1:nt er e s t expens e (9.571) (61 ~ 694)
198,987 53.601
241,289
Provision for Income Taxes 218,197 91.020
Income Before Income Taxes 528,684
NET INCOME $ 310,487 0
0
See accompanying notes.
-3-
L.B. rniiiLt\ cr WIYD, LLYL.
STATEMENTS OF RETAINED EARNINGS
FOR THE YEARS ENDED JUNE 30,
1992 1991
Balance - Beginning $1,18-3,755 $1,033,486
Net income 310,487 150.269
Balance - Ending $1,494.242 $1,183.755
0
0
0
See accompanying notes.
-4-
i.~. PENICK ti SONS, INC.
STATEMENTS OF CASH FLOWS
FOR THE YEARS ENDED JUNE 30,
1992 1991
CASH FLOWS FROM OPERATING ACTIVITIES
Net income $ 310,487 $ 150.265
Adjustments to reconcile net income to net
cash provided by operating activities:
Depreciation 144,234 147,88(
Gain on sale of property and equipment (3,039) (27,07(
Deferred income taxes (16,76f
Other (2,561) -
Changes in Operating Assets and Liabilities:
0
(Increase) Decrease In:
(881,662) 209 , 68; Contracts receivable
Costs and estimated earnings in excess
of billings on uncompleted contracts 51,334 206,274
Other assets 143,369 (84,727
Increase (Decrease) In:
Accounts payable (212 , 775) (931,515
Billings in excess of costs and estimated
earnings on uncompleted contracts 1,718,694 262,782 Accrued expenses (31,307) 100,83t Income taxes payable 33.597 (3.64;
Total Adjustments 959.884 (136.271
Net Cash Provided by Operating Activities 1.270.371 13.99t
CASH FLOWS FROM INVESTING ACTIVITIES
Proceeds from sale of property and equipment 11,901 34,29C
Cash surrender value of officers’ life insurance (43,375) (30,849
31,549 13,201 Repayments of receivables from stockholders
Purchase of marketable securities (1,402,505) -
(30. OOC Advances to stockholder
Net Cash Used in Investing Activities (1.510.654) (22.73C
0
Payments made for property and equipment (108,224) (9,378
CASH FLOWS FROM FINANCING ACTIVITIES - 8,441 Proceeds from long-term debt
Payments on long-term debt (113,496) (167,572
Net Cash Used in Financing Activities (113,496) (159.131
Net Decrease in Cash (353,779) (167,869
Cash and Cash Equivalents - Beginning 523.367 691.236
Cash and Cash Equivalents - Ending .$ 523.367
0
See accompanying notes.
-5-
I.D. PENICK & SUNS, INC.
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1992 AND 1991
A. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES
Business Activity
The Company is a contractor primarily engaged in engineering, roa
improvements and building construction.
Balance Sheet Classification
The Company's operating cycle exceeds one year. In accordance with tl-
predominant practice in the construction industry, all contract relate
assets and liabilities are classified as current and noncurrent in tt
balance sheets under the operating cycle concept. Therefore, certai
contract related assets and liabilities have been classified as current j
the balance sheet, even though such items have realization and liquidatic
periods extending beyond one year.
Assets and liabilities not relating to construction contracts are classifie
as current and noncurrent in the balance sheets on the basis of one year.
Revenue and Cost Recognition
The construction work is performed under cost-plus-fee contracts, fixed
price contracts, and fixed-price contracts modified by incentive and penalt
provisions. These contracts are undertaken by the Company with a substantia
portion subcontracted out. The length of the Company's contracts varies bL
is typically about two years.
Revenues from construction contracts are recognized on the percentage-of
completion method, measured by the percentage of actual costs incurred t
date to estimated total cost for each contract. This method (cost-to-cost
is used because management considers expended actual costs to be the bes
available measure of progress on these contracts.
Contract costs include all direct material, labor and subcontractor costs
and those indirect costs related to contract performance, such as indirec
labor, supplies, tools and repairs. Selling, general and administratix
costs are charged to expense as incurred. Provisions for estimated loss€
on uncompleted contracts are made in the period in which such losses ar
determined. Changes in job performance, job conditions and estimate
profitability, including those arising from contract penalty provisions an
final contract settlements, may result in revisions to costs and income an
are recognized in the period in which the revisions are determined.
The asset "Costs and estimated earnings in excess of billings on uncomplete
contracts" represents revenues recognized in excess of billings. Th
liability "Billings in excess of costs and estimated earnings on uncomplete
contracts," represents billings in excess of revenues recognized.
0
0
0
-6-
&.Y. LU*.AVI. u YVA..", A&.".
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1992 AND 1991
A. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (Continued)
Contracts Receivable:
There is no allowance for doubtful accounts because management believes a1
accounts are collectible. The Company grants credit to local contractor
and government agencies primarily in Southern California.
Cash Euuivalents:
For purposes of the Statement of Cash Flows, cash equivalents include tin
deposits with maturity dates when purchased of three months or less.
Reclassifications:
Certain amounts in the 1991 financial statements have been reclassified t
conform to the 1992 presentation. These amounts have no effect on previous1
reported net income.
Income Taxes
Income taxes are provided for based upon the statutory federal and stat
income tax rates. Provision is made for deferred income tax charge
(credits) arising primarily from timing differences between the financiz
and tax reporting difference of franchise taxes and depreciation expense.
Propertv and Eauipment
Property and equipment are stated at cost and depreciation is provided I
both straight-line and accelerated methods over their estimated useful live
as follows:
0
e
Vehicles 3 - 5 years
Construction equipment 5 - 7 years
Office furniture and equipment 5 - 7 years
Property held under
capital leases 3 - 7 years
Leasehold improvements are amortized on a straight-line basis over tl
shorter of their estimated useful lives or the lease term.
Marketable Securities:
The current and noncurrent portfolios of marketable securities are eat
stated at the lower of aggregate cost or market value at the balance she1
date and consist of U.S. treasury bills and notes, municipal bonds and monc
market funds .
0
-7-
L .D. r’ci\LLK cr ~WLY~, INC.
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1992 AND 1991
B. CONTRACTS RECEIVABLE
Contracts receivable at June 30 consist of:
1992- 1991
@
Billed:
Completed contracts $ 45,579 $ 315,53i
Contracts in progress 2, 678,818 1,362,437
Retentions 958.136 1.138.522
$2,816,496
C. MARKETABLE SECURITIES
Marketable securities at June 30, 1992 consist of:
U.S. treasury bills and notes $ 801,260
Municipal bonds and money
market funds 601.245
Aggregate market value at June 30, 1992 was $1,417,452.
D. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS
1992 1991
Costs incurred on uncompleted contracts $15,620,564 $21,76a,a36
18,322,380 23,448,826
0
Estimated earnings 2,701,816 1.679.990
Less billings to date 20.972.698 24.329.116
) $ (880.290:
Included in accompanying balance sheets
under the following captions:
Costs and estimated earnings in excess of
Billings in excess of costs and estimated
billings on uncompleted contracts $ 71,665 $ 122,999
earnings on uncompleted contracts (2.721.983) (1.003.289)
1 $ (880,290)
0
-8-
I.D. PLNLCK & SUNS, INC.
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1992 AND 1991
E. PROPERTY AND EQUIPMENT
Property and equipment at June 30 consists of: 0
1992 1991
Vehicles $ 479,983 $ 499,489
Construction equipment 584,720 565,908
Office furniture and equipment 242,199 227,693
Property held under capital leases 276,279 258,420
Leasehold improvements 55,672 55,672
$1.638.853 $1.607.182
Included in accumulated depreciation at June 30, 1992 and 1991 is accumulatc:
amortization related to property held under capital leases in the amount c
$161,719 and $118,255, respectively.
F. NOTES RECEIVABLE
Thomas L. Penick and Wayne R. Myers are stockholders of T.B. Penick & Sons
Inc. Their ownership as of June 30, 1992 is approximately 9.74% and 40.50%
respectively.
During the year ended June 30, 1980, all the land and buildings of th
Company, which had a net carrying value of $72,726, were sold to thes
stockholders for a total consideration of $400,000. This was paid wit
promissory notes from these stockholders to the Company.
In connection with this transaction, the Company entered into a leas
agreement with the stockholder to lease back the property for an initia
period of ten years (see Note I). The transaction was accounted for as
sale lease-back with the gain of $327,274 recognized under the installmer
method and the lease-back classified as an operating lease.
The following is a summary of the notes receivable outstanding balances ne
of unamortized deferred gain as of June 30:
e
1992 1991
Stockholders - secured by deed of trust on
real property; subordinated to the bank
(see Note G); payable in monthly installments
of $495 including interest at 11.5% through
March 2005; with one final payment of
$42,879 due April 2005. $ 49,530 $ 49,762
m
-9-
A.U. LY1..I"I. u ""A.", I.&.".
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1992 AND 1991
F. NOTES RECEIVABLE (Continued) 1992 1991
Stockholders - secured by deed of trust on real
property; subordinated to the bank (see Note G);
payable in monthly installments of $3,735
including interest at 12.5% through March 2005;
with one final payment of $306,780 due April 2005.
Unamortized deferred gain (324.713) (327,274)
*
$347,340 $348,657
72,157 71,145
Less current portion 1.751 1.548
Notes receivable, net - noncurrent $ 70.406 $ 69,597
For the year ended June 30, 1992 the Company recognized profit of $2,56
relating to amortization of deferred gain.
G. LINE OF CREDIT
The Company has an unused credit line available in the amount of the less€
of eighty percent of eligible receivables or $1,500,000. The line i
collateralized by a general security agreement covering equipment, account
receivable and inventory, trust deeds on real property owned by Compar
stockholders Thomas L. Penick and Wayne R. Myers and the personal guarantee
of all the stockholders. The interest rate is at prime plus 1.0% and tl
line also contains certain financial ratio requirements. The line expirc
on October 31, 1992.
In addition, the Company also has an equipment purchase line in the amoux
of $100,000 of which $96,213 is unused at June 30, 1992. This line 1
secured by any equipment purchased and has an interest rate of prime pl~
1.5%. The line expires on October 31, 1992 and also includes certai
financial ratio requirements.
0
H. NOTES PAYABLE 1992 1991
Bank - monthly installments of $287 including
interest at 2% over prime, 8.5% at June 30,
1992, through October 1993; secured by equipment. $ 3,787 $ 6,94;
Other - 49.43:
9 3,787 $ 56.38f
Maturities of notes payable are $3,061 in 1993 and $726 in 1994.
I
0
- 10 -
A.M. LLLILUA U L)VLIIJ, IllU.
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1992 AND 1991 .#
I. COMMITMENTS
The land, building and administrative offices are leased from some of th
stockholders under a non-cancellable operating lease whi'ch expires on Jun
30, 1995 and requires the Company to pay property taxes, maintenance, an
insurance. The lease contains no purchase option and is subject to triennia
cost of living increases with an 8% maximum increase per year. The currer
monthly rent is $7,980.
The following is a schedule by years of future minimum rental payment
required under this operating lease as of June 30, 1992:
0
June 30,
1993 $ 95,760
1994 95,760
1995 95.760
$287.280
Rent expense for the years ended June 30, 1992 and 1991was $95,760 and
$91,808, respectively.
J. CAPITAL LEASES
The Company leases vehicles under capital leases. The economic substanc
of the leases is that the Company is financing the acquisition of vehiclc
through the leases and, accordingly, they are recorded in the Company'
assets and liabilities. The leases have imputed interest rates rangii
between 6.4% and 12.4% per annum.
The following is a schedule by year of the future minimum payments requirr
under the leases together with their present value as of June 30, 1992:
'0
June 30,
1993 $33,475
1995 4,779
1994 9,551
1996 2,663
50,468
Less amounts representing interest 6.416
Present value of net minimum lease payments 44, 052
Less current portion 28,716
$15.336
1
'.
- 11 -
L .U. IYL.J."I. u Y""", LA.".
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1992 AND 1991
K. SUPPLEMENTAL CASH FLOW INFORMATION
Cash paid during the year for:
1992 - 1991
*
Interest $ 10,871 $68,031
Income taxes $184,600 $ -
Supplemental Disclosures of Non-cash Investing and Financing Activities:
During the year ended June 30, 1992 the Company converted a contrac
receivable in the amount of $15,625 to a note receivable.
During the year ended June 30, 1992 the Company acquired a vehicle i
exchange for debt of $17,858 in a capital lease transaction.
L, EMPLOYEE PENSION PLAN
The Company has an employee benefit plan established under the provisior
of Internal Revenue Code 401(k). All employees who have completed one mont
of service and are nineteen years of age are eligible to participatc
Employees may contribute up to 15% of their compensation subject to
limitation in 1992 of $8,728. Employee contributions are always 10(
vested. The Company will make matching contributions of a unifoi
percentage as determined by the Company's Board of Directors annuall:
Participants will be 100% vested in Company matching contributions at a:
times. Plan contributions charged to operations for the years ended JUI
30, 1992 and 1991 were $7,250 and $2,144, respectively.
M. INCOME TAXES
-0
The components of income tax expense are as follows:
1992 1991
Current $218 , 197 $107,786 Deferred - (16.766)
$218,197 .$ 91,020
N. CONTINGENCIES
Litigation
Certain claims, suits and complaints arising in the ordinary course (
business have been filed or are pending against the Company. In the opinil
of management, all such matters are adequately covered by insurance, or
not so covered, are without merit or are of such kind, or involve SUI
amounts, as would not have a significant effect on the financial positit
or results of operations of the Company if disposed of unfavorably. TI
Company intends to vigorously defend its position.
2o
- 12 -
I .D. ru\ib,n cc aui~a, IUL.
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1992 AND 1991
N. CONTINGENCIES (Continued) 0 Contracts
Overhead costs charged to U.S. Government contracts are subject to periodi
audits by government agencies. It is management’s opinion, based o
historical experience, that the results of these audits will not have an
material effect on the Company’s financial position or results o
operations.
0. CONCENTRATIONS OF CREDIT RISK AND MAJOR CUSTOMERS
Financial instruments that potentially subject the Company to concentratior
of credit risk consist principally of cash and cash equivalents, marketabl
securities, and contracts receivable.
At June 30, 1992 the Company has cash and cash equivalents with financis
institutions that exceed the $100,000 insured balances by $52,863.
The Company invests its excess cash primarily in high quality short-ter
liquid money market instruments and U.S. government securities. ‘R
investments are subject to little risk and the Company has not incurred aT
losses related to these investments.
The Company grants credit to contractors and government agencies primaril
in Southern California. For the year ended June 30, 1992, $10,261,642 c
68.5% of total contract revenues were generated from three customers. OT
of those customers accounted for $6,699,545 or 44.7% of total contrac
revenues; the other two accounted individually for $1,781,116 (11.9%), ar
$1,780,981 (11.9%) of total contract revenues. Amounts due to the Compar
at June 30, 1992 from these customers totaled $2,796,137 or 75.5% of tot^
contracts receivable.
For the year ended June 30, 1991, $8,387,976 or 56.4% of total contrac
revenues were generated from three customers. One of those customer
accounted for $4,883,508 or 32.8% of total contract revenues; the other tt
accounted individually for $1,853,462 (12.5%), and $1,651,006 (11.1%) c
total contract revenues. Amounts due to the Company at June 30, 1992 frc
these customers totaled $1,673,034 or 59.4% of total contracts receivablt
0
P. OWNERSHIP
Ownership of the common stock of the Company is as follows at June 30, 199:
Wayne R. Myers 40.50%
Marc E. Penick 24.88
Timothy J. Penick 24.88
Thomas L. Penick 9.74
100.00% -
sa
- 13 -
0
SUPPIxXENTARY INFOREATION
0
I
I
3
1
--
CAIRNS, HAACK & COMPANY
C E R T I F I E D P U €3 L I C A C C 0 U N TA N T S 0
Thomas J. Apple
Robert Cz
Emily H;
Joyce E. Rethn
A Profecsional Accountancy Corporation
Mark E. Haack, J.D., L INDEPENDENT AUDITOR’S REPORT ON SUPPLEMENTARY INFORMATION
To the Board of Directors
T.B. Penick €X Sons, Inc.
San Diego, California
Our report on our audits of the basic financial statements of T.B. Penick
Sons, Inc. as of and for the years ended June 30, 1992 and 1991 appears on pag
1. Those audits were made for the purpose of forming an opinion on the basi
financial statements taken as a whole. The information included in tk
accompanying Schedules I - IV, shown on pages 16-19, is presented for purpose
of additional analysis and is not a required part of the basic financia
statements. Such information has been subjected to the auditing procedure
applied in the audits of the basic financial statements and, in our opinion, i
fairly stated in all material respects in relation to the basic financiz
statements taken as a whole.
0
#
August 12, 1992
0
(619) 438-4000 * FAX 438-4025 1915 Aston Avenue Carlsbad, California 92008
Members: American Institute of CPAsI Divisionfor Firms and SEC Practice Section California Socieiy of CPAs
I.Y. rr,i\Awi cx DUIYD, LL\~.
(SUPPLEMENTARY INFORMATION)
FOR THE YEARS ENDED JUNE 30, 1992 AND 1991
SCHEDULE I - COST OF REVENUES EARNED
1992 1991
$ 2.553.07 $ 2.287',924
Labor
Field payroll
Materials and Services
Materials and services 2,730,007 2,202,18
Equipment rental and leased trucks 220,334 204,71
Performance bonds 159,700 150,25
Field utilities 20.662 13.55
3.130.703 2.570,75
Sub-Contractors 6.148.714 6,520.22
Contracting Burden
487,71 Employee benefits 383,688
Workers' compensation insurance 252,778 251,64
Payroll taxes 188,910 192,05
120.4C Liab i 1 i ty insurance 89.730
915.106 1,051.82
Depreciation 79,376 84,75
Repairs and maintenance 46,194 50,lS
Insurance 41,088 49,lC
Registration fees 14,378 14 ,OS
Gasoline and oil 9,637 10,4[
1.90 Sales tax - leased vehicles
191,713 210.54
110,317 121,81 Foreman, mechanics and yard payroll
Payroll taxes 12,460 12,07
Employee benefits 11,659 23,53
Small tools and supplies 9,343 11,37
Workers' compensation and insurance 11,592 10,42
Gasoline and oil 700 63
156.071 180,85
Equipment and Vehicle Burden
1.040 0
Repair Shop Burden
Depreciation 99
0
See independent auditor's report on supplementary information.
- 16 -
- .-. z~ji'liun u UVLI~, LIIU.
SCHEDULE I1 - SELLING, GENERAL AND ADMINISTRATIVE EXPENSES
(SUPPLEMENTARY INFORMATION)
FOR THE YEARS ENDED JUNE 30, 1992 AND 1991
0 1992 1991
Officers' salaries $ 280,022 $ 246,001
Estimators' salaries 188,560 181,44C
Office salaries 156,771 155,944
Insur anc e 126,895 127,22C
Project management salaries 96,850 88,435
Rent 95,760 91,80E
Payroll taxes 84,477 73,062
Aut omob i le 81,952 101,244
Bonus e s 80,500 -
Supervision and planning 80,416 102,901
72,296 Contract claims -
Unabsorbed field labor 69,973 69,041
62,088 Depreciation 64,858
Telephone and utilities 39,238 40,644
35,837 46,646 Professional services
Bad debts 33,689 14,253
Off ice 30,793 25,847
Advertising and promotion 24,907 16,245
Repairs and maintenance 23,350 19,558
Administrative salaries 17,330 24,974
Travel and entertainment 15,590 8,165
13,198 15,651 Taxes and licenses
11,365 13,32€ Employee benefits
Small tools 10,499 10,290
Computer service 10,262 10,628
Dues and subscriptions 10,020 8,210
Plans and specifications 8,301 7,028
Donations 5,419 2,389
Sales' salaries 1,012 4,657
Miscellaneous 15.501 5.299
$1,608,393
Supp 1 i e s 39,322 35,399
0
jo
See independent auditor's report on supplementary information. - 17 -
0
U *g Gz
gm mo- s-
w $2 cn c
s- 3
.-
n
--oh - mmmb~baoaboqmrnm + mmmhmrnbmhww~mh~ ~1.- :;q v) hrnmwrn~h~~w~m~~m ;G5"3d";ij"i
wa - -- 44
€e
h
v) 00~awh-r mrnmwmmrn u-a mcno~mmrn ab~mha-
4amzhzg (DmaNW-rm .+ zz2z I
mol
," ; ?*-".?'?ST. ' Cu,??.O,h.lQ
SE @
v)>
-- rnhh*OhNOCQmmOwN- v) -rmmmmm-rmwewwowm wu 9h-a-a-9~-h---m-~-m-m-o-o-~
se o~ahmh-mmb-~rna-m sa
WL N 4 4 u3 -4-44 Dm - - ww -4 *m--
€e L11
c; z u+ h .? C 4 m rn 4
4:- =v)zs* 7
gsz3 aJ 0
wm +E
z
x
--- w LN z-com - 0- au-m - EC-4 - 0-
2 ==02%5 v- :-+E9 g
0; SE gs
SaJ
e
a
v
- -- wrnh-4-1ww~m-r~owm -rhwh-=rrnoa4-rn~wm~ *-9*-?."Y"19"S4N~ * -1
-i =I
-re- VI mbmombmmbhmma 000 mhlnOlmm Q~T~UOW Ls-,- bwN-4- 4m ,-4 wa - -
€e
mhmhmhlnmo~aua~ho
c -~cn~hm-rmoahholn h
v)21
v) Ommmbbhwomqhmq- re- w LnNmmhrnmw&dmmm44w
$2 2LN4 4
03 -..--....I .....,...
+a abhClOCQv4lnObwNm + v)z h-~wh-arn -I~~NN-
69
hwwwwa4m4hNa4mm mhNaamabd-r-rmmam v) ~-h~~~m~b'UJ-W- CO14-N,m-4-b--I W w-0 3a~ hmbwmrnmrn~mm-rm cc w~dm-r~~~m~mrnwb 01 s- m-a-9;w-m 0- N w "0." m C.J
4 >4 ww -4hW-i d CT €e
v)
a
0 +
0 a t +J c 0 u
7 +
+
- -- mwwmmmb-rmrnbwmmo b-tw-=rmammcohm-rm-o 0 v) 0, w-w-Q"y?W-yfN--r-?h
v)re-m maO-l4hhN4wa-4wN .z:d OOv) +L-- h~WOU~W~NhWdmN0 4-r N 4
vu
mhmmdOrnlnmdhNbOm v) mwmaamwwmah-wm~
c NhwwhamOtNwNmbm +a COUJhO-kNNm-lmmmU7Om
u- w a-rn-w-o-~-a-yw-m-a-~-9m-m--r ox
cn> h-1waarn-+4ma~b-1~~ Oa, ---- us- dhN4
69 -1 I
4
amrnowmmrn~o-ahmm v) om~bhh~rnhwmmmw~
sc hwlnbaw-~~wmwm.-i.-~o a,~ o~momhrnbmoobmmm > m m~a.m-h-rn 0-4 N UI m-m w N 4 - 01 U N~yh~~~~~h~4~~~O~b~h~~~~~N~h 3w
cu ma, CT 4hN4 H
69
N m m 4
0 m
S 3
3
U a U S al
L 5 OJ
W r W
L
0 U
W e
1
N
W c
obmmmma.-iuubmoomm ammmuOdhd-~dWNmum ggq b-u-m-m-~-~-~-~-m-a-u-a-w---m -PigjE--ii^.-5.$ .+
wn
omamuhombommmumm rn -=rbmommhwmmmomm~w b w ~~o-m~m~a~~~~~w.~-yw-a~m~o~o~m
c mmwhhomboowmoamm
rn w a-cu m-m-m-d, 00 A u -
N 444 44 a
69
03
Wal QONaNQNuOhIZYQQbhb
OW VL 4 rr4rr4 -i N
cu -i
4 - :I ym=1 z;Ezg.j rmrnov) I1 I I I ‘?I I I lm1m1-
69
ommmhoauw~h~mu~m rn om~-~-hemcnmoeaohhm a u m~u-h~a~~~~~m~o.o~~~o-~~~~~~m~a
KC wmwmomomm6~mmmmo al~ bammmmmu~rrmmcuumm > m m-~ 9;ym-w- m win N
sa
aaJ ct d A444
64
bQmm4d r+(D(DN 0 mh
1-0
-~=g$.z.; 4QhO4 04-4~7 < iil
7 0 v)+ L 0.- x 0 v) rz1
c
rn 0 c a, rn
.C bmmcurrm qm-u a h.0-b-b,dmO, I 0”ym-m- I 4
msv) 5s hhommo mmhu
-NU7 44- 4 CI)
mmauaw w
c 3- a m-r 04 m
0
?UT) ‘c
+.- c Wr- m rrcu ln+ L 0- ornmx%- 69 v W al an
oummm-~oaamommaah ~mommamwmwomm-mcu
++ w ~ommoaoomrrcu~mmo~ m - uamuom~m-~maom~o u h m 4-0 h N m m m m m a h
? 4 -!! 10, ‘u, “0.9cx ‘u,% “0. -!. ‘9? Y
dm N .-I
EZE eo0 In00 w 69 %04 - c 0 2 :s alm - L€ 92, ?.$2 sWnEz N m m 4 az2 20”
*urnel* ZS++ 0 =xss2 - a $54 w
c9 SB
+c3 v +
K 3
7
0 a
0
E:
c,
W
. e-
-0
.C
0 c .-
E
LL e
0 V
5 c1 0 I-
0 c,
5 L
7
m(~mhm4 auommmomcu o mwam4m mmcuaaaawcu + w-m-m-m-ym- I --a-r--m-m-m-u-m-~
m I uw 4-da~mm u~~~~mhacn a~m mummcuw m~rm-mmmhh -u ~_cu,a-m-(u,h, o-mo- m rrm -- mdw~~rr .-( .-I m
mmbbamw4uubmoomcu amwmaO4h44dwNmuw
v)’c v) wma~m~-~umm~~mmo~
LL- ucum~e 4 h
W
7
69
-* 1 N- 1 -e ‘0, N. ‘u-? ‘9 9 a- a? 1 *- 0
000 mm4amDh 2-0 u -4
cu hl
m -i
69 4 i 9
i
CDQ mzd *
-tm~mwhomuommm~mm m~mmmmh~mmmo~m~m rn ym-a-”m-u-1m-h-ya-a-m-o-o-~
03 ma~hhomboowmoamh s mammmaJwbohmmcowhh c, w h.m e-a-oo--- 00 .-I* - bo)
co> OW N N44d OL 69
bmam~owwmbhmmbcum
v) mh.+aoawmmo~wohhm
cs maommmommummmmmm WL m~hm~mmu~+mm~umw >m NCU~~ON m~m N WW ............ IY m4N-iN-I
a -0 2al COJW-0- Yb-N-W- O’O-N,O*N,m- N,? m
69
NadhbaOAmU7hOWm~?6 0m0m000maOabOh~a + v),- v) mQlnW400QU7OhWaNaW
U
EO00 CDCO~aOmQOmNOhObQm --L L- mwhh-+ucuDhammmmamm +wo. u~mm~d- 44~~4 o
---1 L..-....-.....-L
c,rn sw
mma~muoomooohmom
a a~m~rn~a~o~~~o~~~~~aJ~o-o~~~m~o~~
c o~~omm~wrnumo-~umwm W bhadwwmbmmom-m.+h > m-~-cym-m~u-.-~~m --a w-h-a m Q) m = mdmcucucum 4 .-IN
v) bU7l‘QhdNOOWQOOCYQOm
2
m W
69
T.B. PENTCK & SONS, INC.
ADDITIONAL INFORMATION - INDEPENDENT AUDITOR
JUNE 30, 1992 AND 1991
rn (1) Name, Address and Phone:
Cairns, Haack & Company
1915 Aston Avenue
Carlsbad, California 92008
(619) 438-4000
(2) License Information:
State of California
Board of Accountancy
Certificate No. EM 031811
(3) Engagement Personnel:
Tax : Mark E. Haack
Audit: Thomas J. Applegate
0
8
.
34 e Bidder’s Statement of Technical Ability and Experience
The Bidder is required to state what work of a similar character to that included in the proposed
Contract he/she has successfully performed and give references, with telephone numbers, which
will enable the City to judge hidher responsibility, experience and skill. An attachment can be
Used.
@ -
~
$
@
-
@@
@
A -
~ I
~ I - i 4
0. 3
3
3
3
1
.I
P
....__.___. ~~ .._-...__. .-. .__-__. ____--
wALIFORNIA ALLPURPOSE ACKNOWLEDGMENT
Though statute does not requ
fill in the data below, doin$ invaluable to persons relying o Mcxrq,e L- s.cmA ac B CORPORA OFFlC NAME *LE OF OFFICER E G "JANE DOE NOTARY PUBLIC"
1 \lice Fr=&
PARTNER(S) L
ATToRNEY-'N-FAC
TRUSTEE(S)
GUARDIAN/CONSE~
personally appeared ~Lomcrs NAME(S) M- OF SIGNER(S) SammaoS TITLE(S) a personally known to me - OR - proved to me on the basis of satisfactory evidence
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
to be the person(s) whose name(s) is/are IJG
SIGNER IS REPRESI
NAME OF PERSON(S) OR ENTl
OCumcnr'; THE DOCUMENT DESCRIBED AT RIGHT. NUMBER OF PAGES DATE OF DOCUMENT
01 992 NATIONAL NOTARY ASSOCIATION 8236 Remrnet Ave , P 0 Box 71 84 Canog
rl
35
0 Non-Collusion Affidavit to be Executed by Bidder and
Submitted with Bid
State of California 1
1 ss . County of 1
-e+- /fhmpjr3'. h! - -&fl&&Y, being first duly sworn, deposes
-7 (Name of Bidder)
and says that he or she is he- y'Ee2F,/flc7% ,";-
(Title)
,- of ,7!3 &/%-E" + -5k!J! 1, fl???
(Name of Firm)
the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of,
any undisclosed person, partnership, company, association, organization, or corporation; that
the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly
induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone shall refrain from
bidding that the bidder has not in any manner, directly or indirectly, sought by agreement
communication, or conference with anyone to fix the bid price, or of that of any other bidder,
or to fix any overhead, profit, or cost element of advantage against the public body awarding
the contract of anyone interested in the proposed contract; that all statements contained in the
bid are true; and further, that the bidder has not, directly or indirectly submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company association,
organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury that the foregoing is true and correct and that this affidavit
was executed on the .7t/ day of
(I)
,19B. A,,fd /HNb
Subscribed and sworn to before me on the day of 9 19-.
(NOTARY SEAL) * Signature of Notary
__
36
CONTRACT - PUBLIC WORKS
a
This agreement is made thisflday of d p 19y3 , by and between the
Housing and Redevelopment Commission of &e City of Canlsbad, California, (hereinafter called "Ci@' and T.B. Penick E Sons, Inc. whose principal
place of business is 864 34th StreetlP.0. Box 670478
San Dieqo, CA 92162/92102 (hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contracf
documents for:
CARLSBAD VILLAGE DRIVE !3WETSCAPE
PHASE V
CONTRACI' NO. 3347
(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 Contraci
2. a Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notice
Inviting Bids, ContractoSs Proposal, Bidder's Bond, Designation ol
Subcontractors, Biddeis 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!
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 tht
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 tht
Contractor to apprise subcontractors and materials suppliers of this condition o
the Contract will not relieve responsibility of compliance.
Pavment. For all compensation for Contractor's performance of work under thii
Contract, City shall make payment to the Contractor per Section 9-3 of the
Standard Specifications for Public Works Construction (SSPWC) 1991 Edition
2mP:
4. e
@
37
and the latest supplement, hereinafter designated "SSPWC", as issued by tht
Southern California Chapter of the American Public Works Association, and E
amended by the Special Provisions section of this contract. The closure date foi
each monthly invoice will be the 30th of each month. Invoices from tht
Contractor shall be submitted according to the required City format to the City'!
assigned project manager no later than the 5th day of each month. Payment!
will be delayed if invoices are received after the 5th of each month. The ka
retention amount shall not be released until the expiration of thirty-five (35:
days following the recording of the Notice of Completion pursuant to Californk
Civil Code Section 3184.
Public Contract Code section 20104.50 requires a summary of its contents to br
set forth in the terms of the contract. Below is such a summary. However
contractor should refer to Public Contract Code section 20104.50 for a complett
statement of the law.
The city shall make progress payments within 30 days after receipt of ax
undisputed and properly submitted payment request from a contractor on i
construction contract. If payment is not made within 30 days after receipt of ax
undisputed and properly submitted payment request, then the city shall pa!
interest to the contractor equivalent to the legal rate set forth in subdivision (a:
of section 685.010 of the Code of Civil Procedure.
Upon receipt of a payment request, the city shall, as soon as practicable afte
receipt, determine whether the payment request is a proper payment request. I
the city determines that the payment request is not proper, then the request shal
be returned to the contractor as soon as practicable but not later than seven (7:
days after receipt. The returned request shall be accompanied by a documen
setting forth in writing the reasons why the payment request was not proper.
If the city fails to return the denied request within the seven (7) day time limit
then the number of days available to the city to make payment without incurrinj
interest shall be reduced by the number of days by which the city exceeds thc
seven (7) day return requirement.
"Progress payment" includes all payments due contractors except that portion o
the final payment designated by the contract as "retention earnings".
Independent Envestization. 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, whethe
anticipated or not, in order to overcome underground conditions. Aq information that may have been furnished to Contractor by City abou
underground conditions or other job conditions is for Contractor's conveniencc
u25/9
e
a
5.
-0
@
38
only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions
and has not relied on information furnished by City.
*
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the work or from
the action of the elements or from any unforeseen difficulties which may arise 01
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 01
discontinuance of the work. However, Contractor shall not be responsible for
reasonable delays in the completion of the work caused by acts of God, stormq
weather, extra work, or matters which the specifications expressly stipulate will
be borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves digging
trenches or other excavations that extend deeper than four feet below the surface
Contractor shall promptly, and before the following conditions are disturbed
now City, in writing, of any:
A.
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 requirec
to be removed to a Class I, Class 11, or Class 111 disposal site in accordance
with provisions of existing law.
Subsurface or latent physical conditions at the site differing from those
indicated.
Unknown physical conditions at the site of any unusual nature, differen1
materially from those ordinarily encountered and generally recognized a5
inherent in work of the character provided for in the contract.
a
B.
C.
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 this
contract.
In the event that a dispute arises between City and Contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease 01
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 datc
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 bj
contract or by law which pertain to the resolution of disputes and protest!
between the contracting parties. e
2mm
@
39
8. Channe Orders. City may, without affecting the validity of the Contract, orda
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 em
work performed unless the City has issued a written change order designating i~
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 bc
determined by litigation. The only person authorized to order changes or extri
work is the Project Manager. The written change order must be executed by thc
City Manager or the Housing and Redevelopment Commission pursuant tc
Carlsbad Municipal Code Section 3.28.172.
Irnmimation 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, verifying the eligibility for employment of a]
agents, employees, subcontractors, and consultants that are included in thi
Contract.
Prevailinn Wage. Pursuant to the California Labor Code, the director of th
Department of Industrial Relations has determined the general prevailing rate c
per diem wages in accordance with California Labor Code, Section 1773 and
copy of a schedule of said general prevailing wage rates is on file in the office c
the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant tl
California Labor Code, Section 1775, Contractor shall pay prevailing wage5
Contractor shall post copies of all applicable prevailing wages on the job site.
Indemnification. Contractor shall assume the defense of, pay all expenses c
defense, and indemnify and hold harmless the City, and its officers an
employees, from all claims, loss, damage, injury and liability of every kind, natur
and description, directly or indirectly arising from or in connection with th
performance of the Contractor or work; or from any failure or alleged failure 0.
Contractor to comply with any applicable law, rules or regulations includin
those relating to safety and health; except for loss or damage which was cause
solely by the active negligence of the City; and from any and all claims, 10s:
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 fc
litigation, arbitration, or other dispute resolution method.
a
9.
10.
11.
0
2m/!
@
40
12. Insurance. Contractor shall procure and maintain for the duration of the contrac
insurance against claims for injuries to persons or damage to property which mal
arise from or in connection with the performance of the work hereunder by thr
Contractor, his agents, representatives, employees or subcontractors. Saic insurance shall meet the City‘s policy for insurance as stated in Resolution No
$21 403.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types o
coverages and minimum limits indicted herein:
1. Comprehensive General Liability Insurance:
0
$1,000,000 combined single limit per occurrence for bodily injq
and property damage. If the policy has an aggregate limit, i
separate aggregate in the amounts specified shall be established fo
the risks for which the City or its agents, officers or employees are
additional insureds.
2. Automobile Liability Insurance:
$1,000,000 combined single limit per accident for bodily injury anc
property damage. In addition, the auto policy must cover an.
vehicle used in the performance of the contract, used onsite o
offsite, whether owned, non-owned or hired, and whethe
scheduled or non-scheduled. The auto insurance certificate mus
state the coverage is for “any auto” and cannot be limited in q
manner.
Workers’ Compensation and Emplovers’ Liability Insurance:
Workers’ compensation limits as required by the Labor Code of th
State of California and Employers’ Liability limits of $1,000,000 pe
incident. Workers’ compensation offered by the Stat
Compensation Insurance Fund is acceptable to the City.
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies c
insurance required under this agreement contain, or are endorsed t
contain, the following provisions. General Liability and Automobil
Liability Coverages:
1.
0
3.
The City, its officials, employees and volunteers are to be covere
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, leasec
hired or borrowed by the contractor. The coverage shall contai
no special limitations on the scope of protection afforded to th
City, its officials, employees or volunteers. a
mfi
@
41
2. The Contractor's insurance coverage shall be primary insurance as
respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials,
employees or volunteers shall be in excess of the contractor's
insurance and shall not contribute with it.
Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officials, employees 01
volunteers.
Coverage shall state that the contractois insurance shall appl)
separately to each insured against whom claim is made or suit i
brought, except with respect to the limits of the insurer's liability
(C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made
basis, coverage shall be maintained for a period of three years following thi
date of completion of the work.
(D) NOTICE OF CANCELLATION - Each insurance policy required by thi
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.
a
3.
4.
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.] LEVELS - An. 0
deductibles or self-insured retention levels must be declared to an
approved by the City. At the option of the City, either: the insurer sha
reduce or eliminate such deductibles or self-insured retention levels i
respects the City, its officials and employees; or the contractor shall prom
a bond guaranteeing payment of losses and related investigation, clair
administration and defense expenses.
(F) WAIVER OF SUBROGATION - All policies of insurance required under th agreement shall contain a waiver of all rights of subrogation the insurf
may have or may acquire against the City or any of its officials c
employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insurec under its policies or shall furnish separate certificates and endorsements fr
each subcontractor. Coverages for subcontractors shall be subject to all I
the requirements stated herein.
0
21251
@
42
(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, and arc
authorized to do business within the State of California and are included i~
the official publication of the Department of Insurance of the State o
California as allowed under the standards specified in by the City Counci
Resolution No. 91-403 .
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 eacl
insurance policy are to be signed by a person authorized by that insurer tc
bind coverage on its behalf. The Certificates and endorsements are to be lj
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 thi
agreement shall be included in the ContractoJs bid.
a
(I)
(J)
13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall b
resolved in accordance with the provisions in the Public Contract Code, Divisio
2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which ar
incorporated by reference. The contractor shall initially submit all claims ove
$375,000 to the city using the informal dispute resolution process described i
Public Contract Code subsections 20104.2 (a), (c), (d). Notwithstanding th
provisions of this section of the contract, all claims shall comply with th
Government Tort Claims Act (section 900 et seq of the California Governmer
Code) for any claim or cause of action for money or damages prior to fig an
lawsuit for breach of this agreement.
Maintenance of Records. Contractor shall maintain and make available at no co:
to the City, upon request, records in accordance with Sections 1776 and 1812 c
Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does nc
maintain the records at ContractoJs principal place of business as specifie
above, Contractor shall so inform the City by certified letter accompanying th
return of this Contract. Contractor shall notify the City by certified mail of an
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.
Securitv. Securities in the form of cash, cashier's check, or certified check ma
be substituted for any monies withheld by the City to secure performance of th
contract for any obligation established by this contract. Any other security thi
is mutually agreed to by the Contractor and the City may be substituted fc
monies withheld to ensure performance under this Contract.
0
14.
15.
16.
e
2mr
@
43
17. Provisions Required by Law Deemed Inserted. Each and every provision of lau
and clause required by law to be inserted in this Contract shall be deemed to be
inserted herein and included herein, and if, through mistake or otherwise, anj
such provision is not inserted, or is not correctly inserted, then upon applicatior
of either party, the Contract shall forthwith be physically amended to make sucl
insertion or correction.
a
....
....
....
....
....
....
....
....
....
....
....
....
....
... O
....
....
....
....
....
@ ....
2mfi
@
44
18. Additional Provisions. Any additional provisions of this agreement are set ford
in the "General Provisions" or "Special Provisions" attached hereto and made i e part hereof.
%". B. $ENS@% &- smqq rfilpe
NOTAIUAL ACKNOWLEDGEMENT OF Contractor
EXECUTION BY ALL SIGNATORIES
MUST BE Al'TACHED
WBm R4.JJyE,Rs
(CORPORATE SEAL)
APPROVED TO AS TO FORM: Print Name of Signatory
RONALD R. BALL
City Attorney
Signature of Signatory
By:
SENIOR VlCE PWESDDENT 9, I&d Title
KARENJ. HERATA v
s Deputy City Attorney
HOUSING AND DEVELOPMEN
E CITY 0
ATTEST:
City Clerk 1
8
2mr
@
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - OPTIONAL SECT1
CAPACITY CLAIMED B'I
Though statute does not require '
fill in tho data below, doing sc Invaluable to persons relyiiig on tt'
s/6 /T3 beforeme, I\JZarq;c '- SthoG d NAm. TI'ILE OF OFFICER - E G ,"JANE DOE, NOlARY PUBLIC
TITLE(?)
personaliy appeared
0 personally known to me - OR - proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
PAR7NER(S) LIMl
0 ATToRNEY-1N-FACT
0 TRUSTEE(S)
GU~RDIAN/CONSERVp
C]OTt(ER _____
0 GEN
person(s) acted, executed the instrument. ___ _____
SIGNER IS REPRESEN1
NAME OF PERSON(S) OR ENTITY(IF
OPTIONAL SECTION
THIS CERTIFICATE MUST BE AnACHED TO TITLE OR TYPE OF DOCUMENT e THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT
---x------- r i..-_- .N 2 - - __-___RI_ ~
01992 NATIONAL NOTARY ASSOCIATION 08236 Remmet Ave , P 0 Box 7184 Canoga Par
-I-- -_ -
BOND NO. 126 89 41 45
LABOR AND MATERIALS BOND
WHEREAS, the Housing and Redevelopment Commission of the City of Carlsbad, State o California, hereinafter referred to as Wty" by Resolution No. 231 , adopted
*
Auqust 3, 1993 , has awarded to T.B. Penid and Sons. Inc.
(hereinafter designated as the "Principal"), a Contract for:
Carisbad Village Drive Streetscape, Phase v
in the City of Carlsbad, in strict conformity with the drawings and specifications, and othe
Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad ani
all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the term
thereof require the furnishing of a bond, providing that if Principal or any of thej
subcontractors shall fail to pay for any materials, provisions, provender or other supplie
or teams used in, upon or about the performance of the work agreed to be done, or for an
work or labor done thereon of any kind, the Surety on this bond will pay the same to th
extent hereinafter set forth.
NOW, THEREFORE, WE, T. B. PENICK & SONS, INC. ,a
Principal, (hereinafter designated as the "Contractor"), and INSURANCE COMPANY OF THE
WEST as Surety, are held firmly bound unto the City of Carlsbad in the sun c
Dollars ($ 908,735.50 ), said sum being fifty phrcent (50%) of the estimate
amount payable by the City of Carlsbad under the terms of the Contract, for whic
payment well and truly to be made we bind ourselves, our heirs, executors an
administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/hc
subcontractors fail to pay for any materials, provisions, provender, supplies, or teams use
in, upon, for, or about the performance of the work contracted to be done, or for any othc
work or labor thereon of any kind, or for amounts due under the Unemployment lnsuranc
Code with respect to such work or labor, or for any amounts required to be deductec
withheld, and paid over to the Employment Development Department from the wages (
employees of the contractor and subcontractors pursuant to Section 13020 of th
Unemployment Insurance Code with respect to such work and labor that the Surety wi
pay for the same, not to exceed the sum specified in the bond, and, also, in case suit
brought upon the bond, costs and reasonable expenses and fees, including reasonabl
attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 (
the California Civil Code.
This bond shall inure to the benefit sf any and all persons, companies and corporatior
entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commench
with Section 3082).
Nine hundred eight thnusanci -zevpn himod +bjr+_~ - fi~w and SaUDn Q
2m/!
e
@
46
In 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 6 4h Executed by SURETY this 5TH day of
-*
day of UQLp7 ,19u. AUGUST J 19 93.
CONTRACTOR: SURETY:
T. B. PENICK St SONS, INC. INSURANCE COMPANY OF THE WEST
(Name of Contractor) (Name of Surety)
5725 KEARNY VILLA RD., SUITE R
SAN DIEGO, CA 92123
(Address of Surety)
(619) 279-3800
a (print name here) (Telephone Number of Surety)
t aikzkk- dgnature of Attgf-ney-dFact
-.
I B: @ (title and organization of signatory)
JAMES F. TEGHTMEYER, ATTORNEY IN FA
(sign here) Printed name of Attorney-in-Fact
(attach corporate resolution showin
current power of attorney)
I) ' By:
(print name here)
(title and organization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SWTY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only on
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary undc
corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
i"
LLd
I City Attorney
k By: k KAREN J. HIRATA
Deputy City Attorney e
2mE
@
INSUKANCE COMPANY OF THE WEST
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of e POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporatic authorized and existing under the laws of the State of California and having its pr office in the City of San Diego, California, does hereby nominate, constitute and ap
James F. Teghtmeyer its true and lawful Attorney(s)-in-Fact, with full power and authority hereby confei its name, place and stead, to execute, seal, acknowledge and deliver any and all undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under and authority of the following Resolution adopted by the Board of Directors of IN COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February which said Resolution has not been amended or rescinded and of which the followi true, full, and complete copy:
“RESOLVED: That the President or Secretary may from time to time appoint Attorn Fact to represent and act for and on behalf of the Company, and either the Presi Secretary, the Board of Directors or Executive Committee may at any time remow Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it furth RESOLVED: That the Attorney-in-Fact may be given full power to execute for and name of and on behalf of the Company any and all bonds and undertakings as the basil the Company may require, and any such bonds or undertakings executed by any such At in-Fact shall be as binding upon the Company as if signed by the President and sea: attested by the Secretary.“
. IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to b unto affixed and these presents to be signed by its duly authorized office
20th day of July, 1990
f 0 $\*LQ”o@** 2
5 44QCw, ,@ ?
STATE OF CALIFORNIA - 0
COUNTY OF SAN DIEGO ’’:
before the subscriber, a Notary Public of th On this 20 day of July, 1990
of California, in and for the County of San Diego, duly commissioned and qualifie BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally ki be the individual and officer described in and who executed the preceding instrume he acknowledged the execution of the same, and being by me duly sworn, deposeth and that he is the said officer of the Corporation aforesaid, and that the seal affixed preceding instrument is- the Corporate Seal of the said Corporation, and that tt Corporate Seal and his signature as such officer were duly affixed and subscribed said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at t of San Diego, the day and year first above written.
rn.&ht/&, Notary Public
STATE OF CALIFORNIA COUNTY OF SAN DIEGO ’’:
I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE k hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a ful _’ and correct copy, is in full force and effect, and has not been revoked.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affi a Corporate Seal of the Corporation, this 577~ day of AUGUST 19 93
1 1(1,
Secretary 0 2 \*LQ*pwf* 2
\ JP %/, ORWY
Gtl% c5WdA-K
% 44acn, ,s’ 2 ICW CAL 37(REV. 5/87)
State of CALIFORNIA
Though stature does not require (1
fill In the data below, doing so maluable to persons retytng on mt
On - SANDRA J. LITTLE, NOTARY PUBLIC INDIVIDUAL , 08/05/93 before me,
DATE NAME. nu OF OFFICER. E G . 'JANE DOE NOTARY PUBLIC' CORPORATE OFFfCER personally appeared JAMES F. TEGHTMEYER, ATTORNEY IN FACT
TTTLE(S1 NAME@) OF SiGNER(S)
Personally known to me - OR - proved to me on the basis of satisfactory evidence
to be the person(s) whose narne(s) idare
subscnbed to the within instrument and ac-
PARTNWS) LlM17
Al'TORNEY-IN-FACT
GENl
or the entity upon behalf of whlch the
PeEon(s) acted, executed the instrument. SIGNER IS REPRESENT
WITNESS my hand, andAfficia1 seal. NAME OF PERSON(S) OR ENTITY(IEE
THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT. TI^ OR TYPE OF DOCUMENT
NUMBER OF PAGES DATE OF DOCUMENT
- OPTIONAL SECT1
CAPACITY CLAIMED BI
Thouqh stalule does not require
(111 in the data below, doing SC
invaluable lo persons relying on tt
ic ~-.S-j.roud On-2- before me, M.ar3 NAM TilLE OF OFFICER. E G ,"JANE DOE. NOTARY PUBLIC"
personally appeared 0 PARTNER(S) LlMl
to be the person(s) whose name(s) idare
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
ATToRNEY4N-FACT
0 TRUSTWS)
0 GUARDIAN/CONSERV
0 OTHER - -_._ _-~-~
person(s) acted, executed the instrument. _____ -_- ---
SIGNER IS REPRESEN
NAME OF PERSON(S) OR ENTlTY(II
--
~______ ---
THIS CERTIFICATE MUST BE ATTACHED TO
THE DOCUMENT DESCRIBED AT RIGHT.
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES DATE OF DOCUMENT
01992 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave , p 0 BOX 7184 *Canoga p
47 BOND NO. 126 8!
FAITHFUL PERFORMANCEDV ARRANTY BOND
WHEREAS, the Housing and Redevelopment Commission of the City of Carlsbad, State o
California, hereinafter referred to as "City" by Resolution No.
(hereinafter designated as the "Principal"), a Contract for:
in the City of Carlsbad, in strict conformity with the contract, the drawings an(
specifications, and other Contract Documents now on file in the Office of the City Clerk o
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 term
thereof require the furnishing of a bond for the faithful performance and warranty of sail
Contract;
NOW, THEREFORE, WE, T. B. PENICK & SONS, INC. , as Principal
(hereinafter designated as the "Contractor"), and ~NSIJRANCE COMPANY OF THE WEST , as Surety, are held and firmly bound unto the City of Carlsbad, in th
eventv-o SUm Of One m eiaht hundred seventeen thousand fou r hundred s ), said sum being equal to one hundred percen
(100%) of the estimated amount of the Contract, to be paid to City or its certain attorneq
its successors and assigns; for which payment, well and truly to be made, we bin(
ourselves, our heirs, executors and administrators, successors or assigns, jointly an(
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contract01
their heirs, executors, administrators, successors or assigns, shall in all things stand to an
abide by, and well and truly keep and perform the covenants, conditions, and agreement
in the Contract and any alteration thereof made as therein provided on their part, to b
kept and performed at the time and in the manner therein specified, and in all respect
according to their true intent and meaning, and shall indemnify and save harmless the Cit
of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligatio
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 specifie
therefor, there shall be included costs and reasonable expenses and fees, includin
reasonable attorney's fees, incurred by the City in successfully enforcing such obligatior
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 th
terms of the Contract, or to the work to be performed thereunder or the specification
accompanying the same shall affect its obligations on this bond, and it does hereby waiv
notice of any change, extension of time, alterations or addition to the terms of the contrac
or to the work or to the specifications.
231 , adopted
9
August 3,1993 , has awarded to T.B.Penick and Sons, Inc
Carlsbad Village Drive Streetscape, Phase V
..
Dollars($ I, 817,471
e
u25b
49
48
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 k Th Executed by SURETY this 5TH day of
day of A~.cyst , 199 AUGUST ,1993.
e
CONTRACTOR SURETY:
T. B. PENICK & SONS, INC. INSURANCE COMPANY OF THE WEST
(Name of Contractor) (Name of Surety)
5725 KEARNY VILLA RD., SUITE R
SAN DIEGO, CA 92123
(Address of Surety) - M (619) 279-3800
A (print name here) (Telephone of Surety)
1 '
r I B. g@?TAw
@ BY:
(title and organization of signatory) Signature of ktdrned-Fact
JAMES F. TEGHTMEYER, ATTORNEY IN FA
(sign here) Printed name of Attorney-in-Fact
(attach corporate resolution showin;
current power of attorney)
I
(print name here)
(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 OD
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary undc
t
I corporate seal empowering that officer to bind the corporation.)
$ APPROVED AS TO FORM:
RONALD R. BALL
v City Attorney 8
By: % bLNd
YKAREN J. HIRATA Y
Deputy City Attorney
8
2m1!
@
Though statute aoes not require me r
fill in the data below, doing so ma invaluable to penons relylng on me do c] INDIVIDUAL
c] CORPORATE OFFICER(S)
State of CALIFORNIA
SANDRA .J. LITTLE, NOTARY PUBLIC
NAME nm OF OFFICER. E G . -JANE WE NOTARY PUBLIC‘ , 08’05’93 before me,
DATE
personally appeared
Personally known to me - OR - c] proved to me on the basls of satisfactory evidence
to be the person(s) whose name(s) idare
subscnbed to the within instrument and ac-
knowledged to me that he/she/they executed
the Same In his/her/their authorized
JAMES F. TEGHTMEYER, ATTORNEY IN FACT
NAME(S) OF SIGNER(S) m(S) PARTNEWS) LANE[ [7 GENER, M AlToRNm-IN-FACT
c] TRUSTEE(S) ~3 GUARDIAN/CONSERVATC
SIGNER IS REPRESENTIN
WITNESS my hand and 0fficial seal. NAME OF PEASON(S) OR ENTITY(IES)
THE DOCUMENT DESCRIBED AT RIGHT. NUMBER OF PAGES DATE OF DOCUMENT
CAPACITY CLAIMED BI
Though statute does not require
fill in the data below, doing s(
invaluable to persons relying on tb
personally appeared
@ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
PARTNER(S) 0 LIM’ GEF
0 ATToRNEY4N-FACT 0 TRUSTEEW
GUARDIANKONSERV
SIGNER IS REPRESEN
NAME OF PERSON(S) OR ENTITY(
SIGNATURE OF NOTARY
DATE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES
01992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 Canoga F
1lV3UKAlUGb Luivirniu 1 ur I n~ VVE~ I
HOME OFFICE: SAN DIEGO, CALIFORNIA
Certified Copy of a POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporatior authorized and existing under the laws of the State of California and having its pri office in the City of Sun Diego, California, does hereby nominate, constitute and app
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby confer its name, place and stead, to execute, seal, acknowledge and deliver any and all undertakings, recognizances or other written obligations in the nature thereof.
This Power of Attorney is granted and is signed and sealed by facsimile under and I authority of the following Resolution adopted by the Board of Directors of INS COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February, which said Resolution has not been amended or rescinded and of which the followin true, full, and complete copy:
"RESOLVED: That the President or Secretary may from time to time appoint Attorne Fact to represent and act for and on behalf of the Company, and either the Presid Secretary, the Board of Directors or Executive Committee may at any time removc Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it furthe RESOLVED: That the Attorney-in-Fact may be given full power to execute for and name of and on behalf of the Company any and all bonds and undertakings as the bdsin the Company may require, and any such bonds or undertakings executed by any such Att in-Fact shall be as binding upon the Company as if signed by the President and seal attested by the Secretary."
IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to bc unto affixed and these presents to be signed by its duly authorized officer
James F. Teghtmeyer
20th day of July, 1990 0 ~,*Luwoar&
3 44ea, ,%+ 3
STATE OF CALIFORNIA Ql,,OUN\~ CyJ4i-i' ci SAN FIEGO ss: - -'
e
on this 20 day Of July, 1990 before the subscriber, a Notary Public of thc
of California, in and for the County of Sun Diego, duly commissioned and qualifiec BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally kn be the individual and officer described in and who executed the preceding instrumer he acknowledged the execution of the same, and being by me duly sworn, deposeth and that he is the said officer of the Corporation aforesaid, and that the seal affixed preceding instrument is- the Corporate Seal of the said Corporation, and that th Corporate Seal and his signature as such officer were duly affixed and subscribed said instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal., at tt' of Sun Diego, the day and year first above written.
mbhl/&, Notary Public
STATE OF CALIFORNIA COUNTY OF SAN DIEGO ":
I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE W hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a ful _' and correct copy, is in full force and effect, and has not been revoked.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affi e Corporate Seal of the Corporation, this 573 day of AUGUST 19 93
f - -I(/--
Secretary
0 2 ,*LQ*p'%j.o $
\ dP %OP.Hy
cd. L22mL-L
5 44RC*, ,*IT 2 ICW CAL 37(REV. 5/87)
T B PENICK & SONS INC
P 0 BOX 620428
SAN DIEGO CA 92162
Name and LIBERTY
Address 0% MUTUAL Insured 4- 1
with respect to which this certificate may be issued.
CERTIFICATE EXP. DATE * OcONalNUOUS
POLICY TERM
POLICY NUMBER TYPE OF POLICY UEXTENDED
WORKERS
COMPENSATION 9 - 1 - 9 3 WC2-161-031406-012
GENERAL UABlLlTY
OCLAlMS MADE
RETRO DATE
9-1-93 TB 1- 16 1- 0 3 1406- 05 2
BOCCURRENCE
AUTOMOBILE LIABILITY
OWNED
BNON-OWNED 9-1-93 AS1-161-031406-032
HIRED
OTHER
UMBRELLA
EXCESS 9-1-93 THl-161-031406-042
ADDITloNALCWMEMS RE: CmSBAD VILLAGE DRIW STREET SCAPE
UMlf OF LIABILITY
COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING
STATES: $500,000
CALIFORNIA $500 , 000
$500,000
. EMPLOYERS LIABILf Bodily Injury By Acddc
Bodily Injury By Disea
Bodily Injury By Disea
General Aggregate - Other than ProductslCornpleted Operat
$2,000,000 PER PROJECT
PrductslCornpleted Operations Aggregate
Bodily Injury and Property Damage Liability
Personal and Advertising Injury
$1,000,000
$1,000,000
$1,000,000
Other: FIRE LEGAL Other: MEDICAL
$50,000 $5,00
Each Accident $1,000,000 B.I. and P.D. C
Each Person
Each Accident
Each Accident
$4,000,000
PHASE V CONTRACT NO. 3347
f
Suite 300 LIBERTY 2 MUTUAL! 5355 Mira Sorrento Place P 0. Box 85064 San Diego, California 92186-5064
Telephone: (619) 558-8311 0 FAX: (619) 558-7156
PRIMARY INSURANCE ENDORSEMENT
It is agreed that such insurance is afforded by this policy
for the benefit Of THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AN
VOLUNTEERS
shall be primary insurance as respects any clain, loss or
liability arising out of the contractor's operations or
by its independent contractors and any insurance maintained
by THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS
shall be excess and non-contributory with the insurancle
provided hereunder:
-
INSURED'S URME: T B PENICK & SONS
0
To BE ATTACHED TO POLICY NUMBER: 031406
POLICY EFFECTIVE DATE: 9-1-92
POLICY EXPIRATION DATE: 9-1-93
CARRIER NAME: LIBERTY MUTUAL INSURANCE COMPANY
i
, I' /
-1 - SIGNATURE: DATE :
i
0
Liberty Mutual Insurance Group/Boston Equal Opportunity Employer
r.
POLICY NUMBER: m1-161-031406-052, COMMERCIAL GENERAL ClAE
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) 0
I
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization: THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VC
(If no entry appears above. information required to complete this endorsement will be shown in the Declar
as applicable to this endorsement.)
WHO IS AN INSURED (Section 11) IS amended to include as an insured the person or organization shown
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
u
0
; / //
I L-- / LA-
/i
C
CG 20 10 11 85 Copyright, insurance Services Office. Inc., 1984
DESCRIPTION OF THE INSURANCE FOR WHICH THIS CERTIFICATE IS ISSUED
Policy Number: AS 1- 16 1-03 1406- 032 Expiration Date of Policy: 9-1-93
LIMITS OF LIABILITY
Bodily Injury & Property Damage Combined Single Limit MEDICAL PAYMENTS SPECIFIED PERILS COMPREHENSIVE
~ Each Person $1,000,000 Each Accident $ Ded. $ a Bodily Injury Property Damage
Each Person Eacn Accident Each Accident
- ~~~~~
Bodily Injury & Property Damage Combined Single Limit Each Person a3 - 5
Each Accident $ Ded. $ $3 Bodily Injury Property Damage 13 < Each Person Eacn Accident Each Amden!
Bodily Injury & Properly Damage Combined Single Limit Each Person
Each Accident $ Ded.
Bodily Injury Properly Damage C
Each Person Each Accident Each Accident
S
- Q) .-
DESCRIPTION OF AUTOMOBILES
Year of Trade Name Body Type Identification or Serial Nun Model
~
(u a, ha mY) ns ;z 2
Such insurance as is afforded by the policy for loss to the covered automobile is payable, as interest may appear, to the named
........................................................................ , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. ............... (Name) [Address)
in accordance with the terms of the Loss Payable Clause on the reverse side hereof.
*
..
ADDITIONAL INSURED -. -
It ic agreed that such insurincc ai is atlorded by the policy for Bdly Lpjury Liabiliq and for Fropefty"Darnngc Liability also applies to the person or orgadadon named below
as an iaiured, with respect to the use of the autamobile by the nirncd Insured or with hi:
pctmiarion, bur such iaclusiorr of in additional insured 'shall no[ operate to incrtare 'th limiu of the company's liability.
a
,
.I
Addrus Additional Insured. -
i
1200 CARLSBAD VILLAGE
CARLSBAD CA 92009 .
lA. THE CITY OF CARLSBAD ITS OFFICIALS
EMPLOYEES OR VOLUNTEERS
2.
3.
C' -'.
,.
..
'.
Pmium S
EffK'Ih Oat0 9-1-92 , Explrrrlocr Oste 9-1-93
Audit Bulr
b~dw T B PENICK & SONS INC .
LIECFITY MUTUAL INSURANC
AXL' h For artachmenr to PolI~y or Bond NO. AS1-161-'031406-032
, mrf*
Wa* Unto t - Countsrsig& by &+di . . . . . . . ' .I. i.. . . $@== . . . . . . lath . -. . . .. -. AJtkarmo .-
&x~ %rid No. 18 lrwd 8-23-93 Sria Offke md Nd, 691 SAN DIEGO CA
.. yd 844A L' U.h
. .. *
Suite 300 LIBERW MUTUAL^^ 5355 Mira Sorrento Place P. 0. Box 85064 San Diego, California 92186-5064
Telephone: (619) 558-8311 a FAX: (619) 558-7156
. AUGUST 4, 1993
MR. SCOTT SCHEDELL
CITY OF CARLSBAD
2075 LAS PALAMAS
CkRiSBkD, CA 92009-4859 -
Dear Mr. Schedell:
In order to more clearly explain the certificate attached in
regards to your requirements for the contract No. 3347, I
thought I would attach this memo.
Your requirements of $1,000,000 limit for Workers'
Compensation Employers' Liability Insurance are satisfied by
the stated $500,000 limit and the Umbrella Policy that is excess
over the underlying limit.
Also, the intent of the primary endorsement is to provide
primary coverage to each Named Insured listed on the Primary
Insured Endorsement except with respect to the insurers Limit
of Liability.
I hope this helps to clear up any confusion that may or may not
have taken place.
a
Donna Kayahara * Manager
Liberty Mutual Insurance Group/Boston
Equal Opportunity Employer
0 49
Optional
Escrow Agreement for Surety Deposits in Lieu of
Retention
This Escrow Agreement is made and entered into by and between the Housing an
Redevelopment Commission whose address is 1200 Carlsbad Village Drive, Carlsbac
California, 92008, hereinafter called "City" and
whose address is
hereinafter called Tontractor" and
whose address is
hereinaftecalled' Escroi
Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree i
follows:
1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the option 1
deposit securities with Escrow Agent as a substitute for retention earnings required to I:
withheld by City pursuant to the public works contract entered into between the City an
Contractor for
(hereinafter referred to as the "Contract"
A copy of said contract is attached as Exhibit "A". When Contractor deposits tlr
securities as a substitute for Contract earnings, the Escrow Agent shall notify the Cil
within ten (10) days of the deposit. The market value of the securities at the time of tlr
substitution shall be at least equal to the cash amount then required to be withheld i
retention under the terms of the Contract between the City and Contractor. Securitit
shall 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 the presej
cumulative market value of all securities substituted is at least equal to the cash amoui
of all cumulative retention under the terms of the Contract.
The City shall make progress payments to the Contractor for such funds which otherwi!
would be withheld from progress payments pursuant to the Contract provisions, provide
that the Escrow Agent holds securities in the form and amount specified above.
Alternatively, the City may make payments directly to Escrow Agent in the amount 4
retention for the benefit of the City until such time as the escrow created hereunder
terminated.
Contractor shall be responsible for paying all fees for the expenses incurred by Escro
Agent in administering the escrow account. These expenses any payment terms shall 1
determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money market accounts held in escrow ill
all interest earned on that interest shall be for the sole account of Contractor and sh2
in the amount of
dated a
2.
3.
4.
5.
a
50
be subject to withdrawal by Contractor at any time and from time to time without notic
to the City.
Contractor shall have the right to withdraw all or any part of the principal in the Escro!
Account only by written notice to Escrow Agent accompanied by written authorizatio
from City to the Escrow Agent that City consents to the withdrawal of the amount sougl
to be withdrawn by Contractor.
The City shall have a right to draw upon the securities in the event of default by th
Contractor. Upon seven (7) days written notice to the Escrow Agent from the City (
the default of the Contractor, the Escrow Agent shall immediately convert the securitie
to cash and shall distribute the cash as instructed by the City.
Upon receipt of written notification from the City certifying that the Contractor h;
complied with all requirements and procedures applicable to the Contract, Escrow Age1
shall release to Contractor all securities and interest on deposit less escrow fees an
charges of the Escrow Account. The escrow shall be closed immediately up
disbursement of all monies and securities on deposit and payments of fees and charge!
Escrow Agent shall rely on the written notifications from the City and the Contract(
pursuant to Sections 6 through 8 and 10, inclusive, of this agreement and the City an
Contractor shall hold Escrow Agent harmless from Escrow Agent’s release an
disbursement of the securities and interest as set forth in Sections 6 through 8 and 10
a
6.
7.
8.
9. e
....
....
....
....
....
....
0
51
10. The names of the persons who are authorized to give written notices or to receivc
written notice on behalf of the City and on behalf of Contractor in connection with th
foregoing, and exemplars of their respective signatures are as follows:
a
For City: Title:
Name:
Signature:
Address:
For Contractor: Title:
Name:
Signature:
Address: e
For Escrow Agent: Title:
Name:
Signature:
Address:
0
52
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escroi
Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officei
on the date first set forth above.
a
For City: Title:
Name:
Signature:
Address:
For Contractor: Title:
Name:
Signature:
Address:
e
For Escrow Agent: Title:
Name:
Signature:
Address:
0
53
RELEASE FORM
THIS FORM SHALL BE SUBMI"ED WTIH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges upon payment in the full amoun
specified all compensation of whatever nature due to the Contractor for all labor an<
materials furnished and for all work performed on the above-referenced project for thc
period specified above with the exception of contract retention amounts and disputed worl
or claims specifically shown below.
10% RETENTION AMOUNT FOR THIS PERIOD: $
DISPUTED WOWCLAIMS
AMOUNT CLAIMEI:
JOR ESTIMATE) DESCRIPTION OF DISPUTED WOWCLAIM
The Contractor further expressly waives and releases any claim the Contractor may have
of whatever type or nature, for the period specified which is not shown as dispute
work/claim on this form. This release and waiver has been made voluntarily by Contract0
without any fraud, duress or undue influence by any person or entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials an1
work due Subcontractors for the specified period will be paid according to Public Contrac
Code Section 20104.50 and Business and Professions Code Section 7108.5 and that th
parties signing below on behalf of Contractor have express authority to execute thi
release.
DATED:
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
By:
Title: a By:
@ Title:
rev. 6/9/
6 54
Special Provisions
I. Supplemental Provisions To Standard
Specifications For Public Works Construction
Part 1. General Provisions
Part 2. Construction Materials
Part 3. Construction Methods
0
a
55
I. Supplemental Provisions To Standard
Specifications For Public Works Construction
Part 1. General provisions
0
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
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 accompanying thes
provisions, unless stated otherwise.
B. Directions:
Where words "directed," "designated," "selected," or words of similar import are used, it sha
be understood that the direction, designation or selection of the Engineer is intended, unles
stated otherwise. The word "required" and words of similar import shall be understood to mea
"as required to properly complete the work as required and as approved by the City Engineer,
unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar import a
used, it shall be understood such words are followed by the expression "in the opinion of th
Engineer, I' unless otherwise stated. Where the words "approved, 'I "approval, I' "acceptance,
or words of similar import are used, it shall be understood that the approval, acceptance, c
similar import of the Engineer is intended.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expense, sha
perform all operations, labor, tools and equipment, and further, including the furnishing an
installing of materials that are indicated, specified or required to mean that the Contractor, i
her/his expense, shall furnish and install the work, complete in place and ready to use, includin
furnishing of necessary labor, materials, tools, equipment, and transportation.
1-2 DEFINITIONS
0 Modify Section 1-2 as follows:
Agency/City - The Housing and Redevelopment Commission of the City of Carlsbad, Californ
56
Engineer - the City Engineer of the City of Carlsbad or his approved representative
Own Organization - When used is Section 2-3.1 - Employees of the Contractor who are hira
directed, supervised and paid by the Contractor to accomplish the completion of the Work
Further, such employees have their employment taxes, State disability insurance payments, Stat
and Federal income taxes paid and administered as applicable, by the Contractor. When use
in Section 2-3.1 - Construction equipment that the Contractor owns or leases and uses t
accomplish the Work. Equipment that is owner operated is not part of the Contractor’s Ow
Organization and will not be included for the purpose of compliance with section 2-3.1 of these
contract documents.
Owner Operator - Any person who operates equipment or tools used in completing the wor
who is employed by neither the Contractor nor a subcontractor and is neither an agent a
employee of the Agency or a public utility.
Primary Equipment - Any equipment, with attachments, having an hourly rental rate in equ:
to or more than $100.00 per hour as listed in the California Department of Transportatio
(Caltrans) publication titled, ”Labor Surcharged and Equipment Rental Rates” which is in effec
at the time the equipment is listed or used.
Supervisory Personnel - Any person within the Contractor’s employ engaged in the Work thl
has duties principally involving the direction, supervision, evaluation and selection of th
Contractor’s work force. Supervisory Personnel typically includes superintendents, assistan
superintendents or foremen.
SECTION 2 - SCOPE AND CONTROL OF THE WORK
2-3 SUBCONTRACT
2-3.1 GENERAL, eighth paragraph
Except as specified in this section the Contractor shall perform, with its own organization
Contract work amounting to at least 50 percent of the Contract price. Within the meaning o
this section Contract work shall include all of the elements used to complete the construction o
discrete portions of the Work. A discrete portion of the work is a single bid item and all of th
costs associated with the labor, equipment and materials used to construct or install the bid item
the individual components of labor, equipment or materials that are used to construct or instal
a bid item are not severable. For determining the percentage of work performed the value o
a bid item shall be the contract unit price extended by the quantity of units completed. Thl
performance of the actual labor involved in the installation of construction of an item is thl
principal indicator of what force the work is performed by. As an example, the individual cos
of a material can not be separated from the cost of the labor necessary to construct or install thi
material when computing the percentage of Contract work by the Contractor’s own forces.
add the following:
57
2-3.3 SUBCONTRACTED ITEMS OF WORK
a
Where a bid item or any portion of a bid item of the work is subcontracted the amount of the
subcontract shall include all labor, materials, and equipment required to complete the
subcontracted bid item or portion of the item designated. Where only a portion of a bid iterr
is subcontracted the Bidder shall stipulate in the bid documents what portion of the work
required to complete the bid item is to be performed by subcontract and what portion the Biddei
proposes to perform. The value of material incorporated in any subcontracted bid item that i:
supplied by the Contractor shall not be included as any part of the portion of the Work that thr
Contractor is required to perform with its own forces.
add the following:
2-3.4 OWNER OPERATORS
The bidder shall stipulate in the bid documents what portion of the work required to completc
any bid item is to be performed by owner operated equipment. The value of work in excess o
0.5 percent of the Contract Price or $lO,OOO.00, whichever is the greater, completed by owne
operated equipment shall not be included as any part of the portion of the Work that thl
Contractor is required to perform with its own forces.
2-3.5 PENALTIES AND REMEDIES
Should the Contractor fail to adhere to the provisions of section 2-3.3 or 2-3.4, preceding, th
City may at its sole option elect to cancel the contract or to deduct an amount equal to 1
percent of the value of the work performed in contravention of said sections from payments th:
would otherwise be due to the Contractor all in accordance with section 4100 of the Californj
Public Contracts Code.
2-4 CONTRACT BONDS
Delete first sentence of first paragraph and replace as follows:
Before execution of the Contract by the agency, the Bidder shall provide the agency with goo
and sufficient surety bonds for Faithful Performance and PaymentlLabor and Materials whic
are satisfactory to the agency and in the amount noted below.
Delete the third sentence of the first paragraph and replace as follows:
The faithful performance bond shall be in the amount of 100 percent of the contract price a~
the payment bond shall be in the amount of 50 percent of the contract price. Both bonds shz
extend in full force and effect and be retained, by the City during the course of this project unl
they are released according to the provisions of this section.
The faithful performance bond will be reduced to 25 percent of the original amount 35 days aft1
recordation of the Notice of Completion and will remain in full force and effect for the one ye;
warranty period. The warranty period shall commence on the date of acceptance of the Agent
0
58
Board and shall end when all warranty remedial work has been completed to the Satisfaction c
the Engineer. The contractor will be obligated to remedy any defects which may develop durin
this one year period which are caused by defective or inferior materials or workmanship.
. The payment bond shall be released six months plus 35 days after recordation of the Notice c
Completion if all claims have been paid.
2-4.1 WARRANTY, add the following:
The Contractor shall warrant all work done hereunder against failure due to defective material
or workmanship for a period of one year from the date of acceptance by the Agency Boar
unless a longer period is expressly set forth.
When defective material or workmanship is discovered which requires repair or replacemen
under warranty, the Contractor shall furnish all necessary labor, materials, and equipment tc
correct and make good, at no expense to the Agency, all such defects. All such work shal
commence immediately upon receipt of the Agency's written notice and shall be diligently anc
continuously prosecuted until the work is complete.
In the event of unsatisfactory response of the contractor to the written notice, the Agency may
at its option, make demand on the Faithful Performance bond to satisfy the warranty issue.
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
1. The specifications for the work include the Standard Specifications for Public Work
Construction, (SSPWC), 199 1 Edition, and the latest supplement, hereinafter designata
"SSPWC", as issued by the Southern California Chapter of the American Public Work
Association, and as amended by the Special Provisions section of this contract.
The Construction Plans consist of 53 sheet(s) designated as City of Carlsbad Drawing No
291-2. The standard drawings utilized for this project are the latest edition of the San Diem
Area RePional Standard Drawings, hereinafter designated SDRS, as issued by the San Diegc
County Department of Public Works, together with the City of Carlsbad Supplementa
Standard Drawings.
2. Standard Design Criteria For The Design Of Public Works Improvements In The City o
Carlsbad 4-20-93.
3. San Diego Area Regional Standard Drawings with Modifications as listed in the City o
Carlsbad's Standard Design Criteria approved 4-20-93.
4. City of Carlsbad Supplemental Standard Drawings as shown in the City of Carlsbad':
Standard Design Criteria approved 4-20-93.
59
5. California Department of Transportation Standard Plans and Specifications Section 86
0
Signals Lighting and Electric Systems, July 1992 Edition.
6. Standard Plans and Specifications for Construction of Water Mains for Carlsbad Municipa
Water District dated January 1987 adopted by resolution 539.
7. Construction plans consisting of 53 sheets designated as City of Carlsbad Drawing No.
291-2.
8. State of California Department of Transportation Traffic Manual.
9. Carlsbad Municipal Water District Rules and Regulations for use of Reclaimed Water fo
Landscape Irrigation.
10. These project specifications supplied herein.
To Section 2-5.3. Shop Drawings, add the following after the first paragraph:
When submitted for the Engineer’s review, Shop Drawings shall bear the contractor’
certification that he has reviewed, checked and approved the Shop Drawings and that they ar
in conformance with the requirements of the Contract Documents. The following contractor’
certification shall appear on all submittals:
“It is hereby certified that the (equipment, material) shown and marked in this submittal
is that proposed to be incorporated into this Project, is in compliance with the Contract
Documents, can be installed in the allocated spaces, and is submitted for approval.
Certified by:
Date
0
To Section 2-5.3. ShoD Drawings, add the following to the sixth paragraph:
Where installation of work is required in accordance with the product manufacturer’s directior
the contractor shall obtain and distribute the necessary copies of such instruction, including tw
(2) copies to the City.
The additional Drawings and instruction thus supplied will become a part of the Contrac
Documents. The Contractor shall carry out the Work in accordance with the additional deta
Drawings and instructions.
a
60
To Section 2-5, add:
2-5.4 Record Drawings, add the following:
The Contractor shall provide and keep a neat, legible up-to-date and complete "as-built" recon
set of sepias, which shall be corrected daily and show every change from the original drawing
and specifications and the exact "as-built" locations, sizes and kinds of equipment, undergroun
piping, valves, and all other work not visible at surface grade. Prints for this purpose may b
obtained from the City at cost. This set of drawings shall be kept on the job and shall be use
only as a record set and shall be submitted for approval to the Engineer upon completion of th
work.
2-6 WORK TO BE DONE:
To Section 2-6. Work to be Done, add the following paragraphs:
Materials, supplies or equipment to be incorporated into the work shall not be purchased by thc
contractor or the subcontractor subject to a chattel mortgage or under a conditional sale contrac
or other agreement by which an interest is retained by the seller.
Whenever under this Agreement it is provided that the contractor shall furnish materials o
manufactured articles, or shall do work for which no detailed specifications are set forth, thc
materials or manufactured articles shall be of the best grade in quality and workmanshi]
obtainable in the market from firms of established good reputation, or if not ordinarily carria
in stock, shall conform to the usual standards for first class materials or articles of the kin(
required, with due consideration of the use to which they are to be put. In general, the worl
performed shall be in full conformity and harmony with the intent to secure the best standarc
of construction and equipment of the Work as a whole or in part. All equipment, materials, an(
supplies to be incorporated in the Work shall be new, unless otherwise specified.
2-9 SURVEYING: Modify Section 2-9 as follows:
The contractor shall hire and pay for the services of a land surveyor licensed in the State o
California, hereinafter surveyor, to perform all work necessary for establishing control
construction staking, records research, and determining payment quantities as directed by thr
Engineer.
The Contractor's surveyor shall establish horizontal and vertical control using the monument!
and benchmark shown on the plans prior to beginning construction.
Two sets of grade sheets shall be provided to the City prior to work commencing in a giver
area. One set of field notes for all surveying required herein shall be provided to the Citj
within ten days of performing the survey.
The minimum survey requirements are as follows:
61
The Contractor shall provide survey for the relocation of the Unocal sign at Sta. 39+00 a:
required by Unocal’s sign contractor
Stakes shall be set at 50-foot intervals as measured along the project stationing unless a lesse
interval is specified herein.
Storm drain staking shall be done at 25-foot intervals. Catch basins shall be staked at centerlinc
and each end of the local depression.
Finish sub-grade stakes for sub-base base for the roadway section shall be set at edge o
pavement and top of curb.
Finish sub-grade stakes for the roadway section shall be at 25-foot intervals at edge of pavemen
and top of curb and crown line where no median exists. Intermediate stakes between edge o
pavement and top of curb shall be set at 15-foot intervals by either the surveyor or Contractor
Finish rock grade stakes shall be done at 25-foot intervals at top of curb, edge of pavement, anc
all crown lines and grade breaks. Intermediate stakes between edge of pavement and top of curl
shall be set at 15-foot intervals.
Curbshrbs and gutter shall be staked at 25-foot intervals, centerline of driveways, and a
P.C.R., 1/4, 1/2, 3/4 delta and P.C.R. on returns.
Fills to finish grade at 25-foot intervals by the paving pass width shall be painted on tl:
pavement prior to the first and last lift of asphalt on variable thickness pavement overlaq
requiring leveling courses. Paving pass width shall be as approved by the Engineei
Intersections showing specific finished asphalt grids shall be painted per the grid.
Staking for location and grade for any traffic signal locations not currently being built to ultima1
design (Le., no PCC curb returns).
The surveyor shall mark the removal limits and limits of work line shown on the plans. Th
markings shall be completed by the surveyor and inspected by the Engineer prior to the start (
construction in the area marked.
Centerline monuments, when required, shall be laid out, their disk stamped, and a Record c
Survey satisfactory to the Engineer filed with the County in accordance with the Profession;
Land Surveyors Act.
Water line stakes shall be set to top of pipe on main line and lateral tangents and 25-fm
intervals on curves; all fittings, appurtenances, and hydrants locations with future elevations sha
be staked.
The Contractor shall protect in place and/or have the surveyor replace all existing surve
markers disturbed or destroyed by construction including property corners, bench markers an
centerline monuments. Replacement of monuments shall be recorded by filing of a Record (
Survey with the County in accordance with the Professional Land Surveyors Act.
a
@
62
Payment for surveying shall be included in the appropriate bid item for work requirin
surveying.
SECTION 3 - CHANGES IN WORK
3-3 Extra Work, add the following:
3-3.2.2 Basis for Establishing Costs
IC) Tool and EquiDment Rental:
Second paragraph revise to read: "Regardless of ownership, the rates to be used in determinin
equipment rental costs shall not exceed those listed in the latest edition of the State Departmen
of Transportation publication entitled "Labor Surcharge and Equipment Rental Rates", precedin<
the date the work is accomplished. Where the contractor can substantiate that the rental rate
by more than 15 % , the contractor will be entitled to a rental rate adjustment. For equipmer
not listed in said publication, rental rates shall not exceed listed rates prevailing locally a
equipment rental agencies or distributors, at the time the work is performed."
3-5 DISPUTED WORK
3-5. Disputed Work. add:
All claims by the contractor for $375,000 or less shall be resolved in accordance with thl
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1-5 (commencin,
with Section 20104) which is set forth below:
ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS
0 20104. Application of article; inclusion of article in plans and specifications
(a) (1) This article applies to all public works claims of three hundred seventy-five thousanc
dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor anc
a public agency when the public agency has elected to resolve any disputes pursuant to Articlc
7.1 (commencing with Section 10240) of Chapter 1 of Part 2.
(b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code
except that "public work" does not include any work or improvement contracted for by the statc
or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) paymen
of money or damages arising from work done by or on behalf of the contractor pursuant to thc
contract for a public work and payment of which is not otherwise expressly provided for or thc
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by thc
63
local agency.
a
(c) The provisions of this article or a summary thereof shall be set forth in the plans o
specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
Q 20104.2. Claims; requirements
For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate the claim
Claims must be filed on or before the date of final payment. Nothing in this subdivision i
intended to extend the time limit or supersede notice requirements otherwise provided b
contract for the filing of claims.
(b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall responl
in writing to any written claim within 45 days of receipt of the claim, or may request, i
writing, within 30 days of receipt of the claim, any additional documentation supporting th
claim or relating to defenses or claims the local agency may have against the claimant. ’ (2) If additional information is thereafter required, it shall be requested and provided pursuan
to this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall be submitte
to the claimant within 15 days after receipt of the further documentation or within a period c
time no greater than that taken by the claimant in producing the additional informatior
whichever is greater.
(c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to thre
hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing t
all written claims within 60 days of receipt of the claim, or may request, in writing, within 3
days of receipt of the claim, any additional documentation supporting the claim or relating t
defenses or claims the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuar
to this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall be submitte
to the claimant within 30 days after receipt of the further documentation, or within a period c
time no greater than that taken by the claimant in producing the additional information c
requested documentation, whichever is greater.
(d) If the claimant disputes the local agency’s written response, or the local agency fails t
respond within the time prescribed, the claimant may so notify the local agency, in writini
either within 15 days of receipt of the local agency’s response or within 15 days of the loci
agency’s failure to respond within the time prescribed, respectively, and demand an inform;
64
conference to meet and confer for settlement of the issues in dispute. Upon a demand, the lw
agency shall schedule a meet and confer conference within 30 days for settlement of the dispute
(e) If following the meet and confer conference the claim or any portion remains in dispute
the claimant may file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapte
2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code
For purposes of those provisions, the running of the period of time within which a claim mu5
be filed shall be tolled from the time the claimant submits his or her written claim pursuant ti
subdivision (a) until the time the claim is denied, including any period of time utilized by th
meet and confer conference.
0 20104.4. Procedures for civil actions filed to resolve claims
The following procedures are established for all civil actions filed to resolve claims subject ti
this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleading
the court shall submit the matter to nonbinding mediation unless waived by mutual stipulatio
of both parties. The mediation process shall provide for the selection within 15 days by bot1
parties of a disinterested third person as mediator, shall be commenced within 30 days of th
submittal, and shall be concluded within 15 days from the commencement of the mediatioi
unless a time requirement is extended upon a good cause showing to the court,.
(b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitratioi
pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code c
Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act o
1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Pant 4 of the Cod
of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent wit1
the rules pertaining to judicial arbitration.
(2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of th
Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in constructioi
law, and (B) any party appealing an arbitration award who does not obtain a more favorabll
judgment shall, in addition to payment of costs and fees under that chapter, also pay thi
attorney’s fees on appeal of the other party.
0 20104.6. Payment by local agency of undisputed portion of claim; interest on
arbitration award or judgment
(a) No local agency shall fail to pay money as to any portion of a claim which is undisputec
except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rat
on any arbitration award or judgment. The interest shall begin to accrue on the date the suit i
filed in a court of law.
65
0 20104.8. Duration of article; application of article to contracts between Jan. 1, 1991
0
and Jan. 1, 1994
(a) This article shall remain in effect only until January 1, 1994, and as of that date is
repealed, unless a later enacted statute, which is enacted before January 1, 1994, deletes or
extends that date.
(b) As stated in subdivision (c) of Section 20104, any contract entered into between Janw
1, 1991, and January 1, 1994, which is subject to this article shall incorporate this article. Ta
that end, these contracts shall be subject to this article even if this article is repealed pursuant
to subdivision (a).
a
a
66
SECTION 4 - CONTROLS OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
To Section 41.1. General, add the following after the first paragraph:
Materials, supplies or equipment to be incorporated into the work shall not be purchased by th
contractor or the subcontractor subject to a chattel mortgage or under a conditional sale contrac
or other agreement by which an interest is retained by the seller.
4-1.3.1. General. add:
All work shall be under the observation of the Engineer or his appointed representative. Th
Engineer shall have free access to any or all parts of work at any time. Contractor shall furnis
Engineer with such information as may be necessary to keep her/him fully informed regardin
progress and manner of work and character of materials. Inspection of work shall not reliev
Contractor from any obligation to fulfill this Contract.
To Section 4-1.4. Test of Materials, delete dl and replace with the following:
Except as specified herein, the Agency will bear the cost of testing materials and/c
workmanship where the results of such tests meet or exceed the requirements indicated in th
Standard Specifications and the Special Provisions. The cost of all other tests shall be borne b
the contractors.
At the option of the Engineer, the source of supply of each of the materials shall be approve
by him before the delivery is started. All materials proposed for use may be inspected or teste
at any time during their preparation and use. If, after trial, it is found that sources of suppl
which have been approved do not furnish a uniform product, or if the product from any sourc
proves unacceptable at any time, the contractor shall furnish approved material from othe
approved sources. Materials damaged by improper storage, handling or any other reason shal
be rejected.
Compaction tests may be made by the City and all costs for tests that meet or exceed th
requirements of the specifications shall be borne by the City. Said tests may be made at an
place along the work as deemed necessary by the Engineer. The costs of any retests mad
necessary by noncompliance with the specifications shall be borne by the contractor.
To Section 4.1, Materials and Workmanship, add the following section:
4.1.9 Nonconforming Work
The contractor shall remove and replace any work not conforming to the plans or specification
upon written order by the Engineer. Any cost caused by reason of this nonconforming wor
shall be borne by the contractor.
67
SECTION 5 - UTILITIES
e
5-1 LOCATION
To Section 5-1. Location, add the following paragraph between the fourth and fifth paragraphs:
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known records,
endeavored to locate and indicate on the Plans, all utilites which exist within the limits of tht
work. However, the accuracy of completeness of the utilities indicated on the Plans is no
guaranteed.
San Diego Gas & Electric
Pacific Telephone 489-344
Underground Service Alert 1-800-422-413:
Daniels Cable Vision 438-524.
Carlsbad Municipal Water District 438-336:
438-389:
438-62"
City of Carlsbad Inspection Department
e
a
68
SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
61 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
To Section 6-1. Construction Schedule and Commencement of Work, delete and replace wit
the following:
A construction schedule is to be submitted by the contractor to the Engineer for the Engineer’
review and approval. No work shall begin until the construction schedule is approved by thl
Engineer. The construction schedule shall meet the following criteria:
1. The prime contractor is required to prepare in advance and submit at the time o
the project preconstruction meeting a detailed critical path method (CPM) projec
schedule. This schedule is subject to the review and approval of the City.
2. The schedule shall show a complete sequence of construction activities
identifying work for the complete project in addition to work requiring separati
stages, as well as any other logically grouped activities. The schedule shal
indicate the early and late start, early and late finish, 50% and 90% completion
and any other major construction milestones, materials and equipmen
manufacture and delivery, logic ties, float dates, and duration.
The prime contractor shall revise and resubmit for approval the schedule a
required by City when progress is not in compliance with the original schedule
The prime contractor shall submit revised project schedules with each and eve?
application for monthly progress payment identifying changes since the previou
version of the schedule.
The schedule shall indicate estimated percentage of completion for each item o
work at each and every submission.
3.
4.
5. The failure of the prime contractor to submit, maintain, or revise thi
aforementioned schedule (s) shall enable City, at its sole election, to withhold ul
to 10% of the monthly progress payment otherwise due and payable to thc
contractor until the schedule has been submitted by the prime contractor ant
approved by City as to completeness and conformance with the aforementionec
provisions.
No changes shall be made to the construction schedule without the prior written approval of thc
Engineer. Any progress payments made after the scheduled completion date shall not constitutt
a waiver of this paragraph or any damages.
Coordination by the Contractor, with the respective utility companies for removal or relocatior
of conflicting utilities shall be required prior to commencement of work by the contractor.
69
6-1.1 Order of Work: Add the following to Section 6-1 of SSPWC:
The project shall be constructed in three basic stages generally described as follows:
a
Stage 1: Full improvements west of Jefferson Street, excluding south side parkwaj
between Madison and Jefferson streets.
Median Islands east of Jefferson Street and Parkways west of Jeffersor
Street.
Remaining Parkway, Traffic Signal, Construction, and street overlay.
Stage 2:
Stage 3:
No stage can begin until the previous stage has been Completed to the satisfaction of thc
Engineer.
Each Construction stage is further described as follows:
Stage 1:
1.
2.
3.
All work in Stage 1 shall be completed before any work begins in Stage 2
Complete storm drain system through Jefferson Street
Sewer line in Jefferson Street.
Complete North Parkway improvements from Washington Street to Jefferson Stret
(includes curb & gutter, curb returns, pedestrian ramps, sidewalk, irrigation, planting
street lights, relocations, and reconstructions).
Complete South Parkway improvements from Washington Street to Madison Stret
(includes curb & gutter, curb returns, pedestrian ramps, sidewalk, irrigation, planting
street lights, relocations, and reconstructions).
Complete median island curb from Washington Street to Jefferson Street (includr
irrigation, planting, and paving).
Paver Crosswalks at State Street and Roosevelt Street,
Traffic signals as State Street, Roosevelt Street, and Madison Street.
Signal interconnect system from State Street to Jefferson Street.
All underground utilities from Washington Street to Madison Street.
Finish striping, signal and paving west of Madison Street.
All paving required for driveway and alley transitions.
0
4.
5.
6.
7.
8.
9.
10.
11.
0
70
During Stage 1 Construction, the Contractor will be allowed to detour westbound Carlsbai
Village Drive through traffic to Grand Avenue for a period not to exceed December 6, 199
after which date one lane of traffic in each direction shall be maintained at all times. Duriq
the detour period the contractor will be expected to work concurrently on as many operation
as possible without impeding the flow of eastbound traffic. Concurrent construction of the storn
drain and median island are expected to meet the overall construction completion date.
Westbound Carlsbad Village Drive shall be open to through traffic on December 6, 1993. /
$25,000 incentive bonus will be paid if the following work is completed on or befor
December 6, 1993 to the satisfaction of the Engineer.
a.
b.
c.
Storm drain system from Washington to centerline of Jefferson Street.
Sewer line in Jefferson Street.
Complete North Parkway improvements from Washington Street to Jeffersoi
street.
Complete South Parkway improvements from Washington Street to Madisoi
Street.
Installation of Traffic signals at State Street, Roosevelt Street and Madison Street
Median island curb between Washington Street and Jefferson Street.
Paver crosswalks at State Street and Roosevelt Street.
All work in Stage 2 shall be completed before any work begins in Stage 3
d.
e.
f.
g.
Stage 2:
1.
2.
3.
4.
Complete median island improvements from Jefferson Street to Pi0 Pica Drive.
Traffic signal at Jefferson Street.
Relocate Traffic signal at Harding Street.
South Parkway improvements from Madison Street to Jefferson Street (includes curb &
gutter, curb returns, pedestrian ramps, sidewalk, irrigation, planting, street lights
relocations, and reconstructions).
Stage 3:
1.
2. Complete signal interconnect system.
3.
North and South Parkway improvements east of Jefferson Street.
Street paving overlay and signing and striping.
71
4.
SPECIAL STAGING PROVISIONS:
Westbound Carlsbad Village Drive shall be opened to traffic for one (1) day, currently schedulec
for, Sunday, November 7, 1993,7:oO A.M. to 9:OO P.M. to accommodate the Fall Village Fair.
6-7 TIME OF COMPLETION
To Section 6-7.1. General, replace with the following:
The contractor shall begin work within seven (7) calendar days after receipt of the "Notice tc
Proceed" and shall diligently prosecute the work to completion within 170 consecutive working
days after the date of the Notice to Proceed.
The contractor is hereby advised that the City of Carlsbad will require after-hours work on a
interim basis to accomplish certain portions of work on this project. The required after-hour
work includes, but is not limited to, sidewalk removal and replacement between Washingtoi
Street and Roosevelt Street.
To Section 6-7.2. Working Day, add the following paragraphs:
Hours of work - All work shall normally be performed between the hours of 7:oO a.m. an
sunset, from Mondays through Fridays, except as otherwise provided in the specifications. Th
contractor shall obtain the approval of the Engineer if he/she desires to work outside the hour
state herein.
Contractor may work during Saturdays and holidays only with the written permission of th
Engineer or as otherwise stipulated in these specifications. This written permission must b
obtained at least 48 hours prior to such work.
Oak Avenue driveways and striping.
0
6-8 COMPLETION AND ACCEPTANCE
To Section 6-8. Completion and Acceptance, add the following paragraph:
All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" ar
any faulty work or materials discovered during the guarantee period shall be repaired or replace
by the contractor, at his expense. Twenty-five percent of the faithful performance bond sha
be retained as a warranty bond for the one year warranty period.
6-9 LIOUIDATED DAMAGES
To Section 6-9, Liauidated Damages, delete and replace with the following:
If the completion dates listed in Section 6-7.4 are not met, the contractor will be assessed tl
sum of $l,O00 per day for each working day beyond the completion date as liquidated damagc
72
for the delay.
constitute a waiver of this paragraph or of any damages.
Any progress payments made after the specified completion date shall nc
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
7-3 LIABILITY INSURANCE
Delete this section. Item 12 of the contract shall govern.
7-4 WORKERS’ COMPENSATION INSURANCE
Delete this section. Item 12 of the contract shall govern.
7-7 COOPERATION AND COLLATERAL WORK, add:
The North County Transit District will be installing new crossing protection devices wher
Carlsbad Village Drive crosses the railroad tracks. The Contractor will be expected tl
coordinate this installation so as to not delay construction activities.
It shall be the sole responsibility of the contractor to coordinate any activities required ti
relocate utilities during construction.
The North County Transit District may be concurrently constructing its commuter rail statio,
east Grand Avenue at the railroad tracks. The contractor shall coordinate the movement o
construction and other traffic to maintain optimum convenience to the public.
The Contractor will be required to coordinate the relocation and reinstallation of the Unocal sig
at Sta. 39+00 with Unocal’s sign contractor.
The contractor will be required to coordinate installation of the Hubble Median Sign Wall tha
is shown for reference on Sheet 53 of the plans.
The Contractor shall cooperate with these organizations and their respective personnel anc
Contractors. The Contractor shall coordinate its work and operations so as to minimiz
interference and shall allow access through the work site to adjacent areas.
No claims for additional compensation will be allowed for this cooperative and collateral worl
or any delays resulting therefrom.
The Contractor’s representative shall attend bi-weekly construction meetings at such times an(
locations as the Engineer shall direct. No separate payment for these meetings will be made.
7-8 PROJECT SITE MAINTENANCE
To Section 7-8.1, Cleanup and Dust Control, add to the first paragraph the following:
Cleanup and dust control shall be executed even on weekends and other non-working days at thi
73
City's request.
maintenance and deducting cost from payment due to the Contractor.
7-8.2 Air Pollution Control, add:
Gas powered generators are not allowed during construction. Contractor shall provide electric
type flashing arrow directional signs. Contractor is to make the necessary arrangements witf
the City to obtain power hook ups at hidher own expense or provide solar powered equipment,
To Section 7-8. Project Site Maintenance, add the following section:
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mufflers in gooc
repair when in use on the project with special attention to City Noise Control Ordinance No
3109, Carlsbad Municipal Code, Chapter 8.48.
Failure to adequately maintain the project may result in City providing
0
.
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access, add:
Contractor shall work within projects limits as noted on the drawings and shall, other than truck
or equipment leaving or entering the site, do nothing to interfere with traffic flow on adjacen
streets. The contractor shall provide flagmen as may be necessary to facilitate trucks or othe
equipment leaving or entering the site. Barricading and traffic interruption shall be coordinatec
with the Agency. The contractor shall provide barriers, guards, lights, signs and flagpersons
as required, advising the public of detours and construction hazards. In the event that th
Contractor fails to install barricades or such other warning devices as may be required by th
Engineer to maintain safety, the city may, at its sole option, install or maintain the warnin1
devices and charge the contractor to recover costs incurred. Traffic control plans (TCP'S) shal
be submitted to the agency for approval for all construction activities for which TCP'S have no
been furnished in the bid documents for this project.
The Contractor shall use signs, delineators, barricades, etc., as per the latest State of Californi;
"Manual of Traffic Controls for Construction and Maintenance Work Zones".
The Contractor shall notify the agency at least two (2) normal working days prior to the closure
or implementing any construction detour.
The Contractor shall notify the owner or occupant (if not owner occupied) of the closure of tl-
driveways to be closed at least three (3) working days prior to the closure. The contract(
shall minimize the inconvenience and minimize the time period that the driveways will be closa
The contractor shall fully explain to the owner/occupant how long the work will take and whe
closure is to start.
The Contractor shall maintain, whether shown on the plan or not, all existing traffic contrc
signs or signals in their proper location on temporary mounting supports until permanent sigr
0
0
74
or signals are restored.
All barricades used at night shall be equipped with properly operating flashing lights.
In non-emergency situations, the contractor shall baclcfdl trenches and restore roadway for saf
night traffic usage. No open trenches shall be allowed overnight unless pfior approvals i
received from the Engineer.
Steel plating or portable concrete barrier (K-Rail) may be required when trenching cannot b
secured overnight by backfilling. "Open trench" signs shall be placed adjacent to any movin
traffic lane at 100 feet intervals when excavation is in progress.
The name of the Agency who owns the traffic control safety devices shall be clearly noted o
each device.
If parking must be restricted during construction, the contractor shall post tow-awaylno parkin,
signs twenty-four (24) hours in advance after receiving approval from the Engnneer. The sigi
shall contain daydhours information and be posted so as to be reasonably seen by the public.
The Contractor shall keep the streets in and adjacent to the construction area clan at all times
Street must be swept before washing.
The Contractor shall assume sole and complete responsibility for the job site conditions durini
the course of the construction of this project including safety of all persons and property. Thi
requirement shall apply continually and not be limited to normal working hours, and that thl
contractor shall defend, indemnify, and hold the owner and the Engineer harmless from any anc
all liability real or alleged, in connection with the performance of work on this project, excer
for liability arising from sole negligence of the owner or Engineer.
Any deviations from the aforementioned trafffic requirements or the approved traffic contrc
plans shall be made and signed by a registered engineer. The contractor shall submit thra
copies of any modified plan the agency for approval at least two weeks prior to constructioi
needs.
All costs for maintaining traffic shall be included in the lump sum price for traffic control in th
bid proposal. The lump sum price bid shall include full compensation for furnishing all labor
materials, tools and equipment and doing all. work required for traffic control. These cost
include all costs for traffic control devices which may be required by the City, setting up o
detours, public convenience, and the handling of existing traffic control signs.
Contractor shall be responsible for all signal modifications and/or repairs necessary to completr
construction. Contractor or his designated representative shall coordinate all traffic signa
maintenance through the City of Carlsbad, Utilities and Maintenance Department at least 1
working days prior to work. (Heidi Heisterman or Greg Clavier, phone (619) 438-1161 ext
4120.)
Contractor shall be liable for all costs associated with emergency call outs, signal timin;
75
changes, realignment of traffic signal heads, and all other signal related work necessary to
complete construction. In cases where emergency repairs are necessary and/or the Contractor’s
sub-contractor for signal work cannot be reached in a timely manner, the City of Carlsbad will
request their signal maintenance contractor respond and make repairs necessary to secure the safe
operation of the intersection. All costs associated with these repairs will be borne by the
Contractor and will be paid directly by the Contractor to the City’s traffic signal maintenance
contractor.
The contractor shall provide for a safe four (4) foot wide pedestrian walkway along the entire
length of the construction area and maintain pedestrian and vehicles ingresdegress to all places
of business, residents, etc. during construction.
In the block between State Street and Roosevelt Street both sides and on the southside oj
Carlsbad Village Drive from Jefferson Street to 180 feet west, the contractor shall sawcul
existing sidewalk to provide a four (4) foot clear walkway on the existing sidewalk during
demolition and reconstruction of curb-gutter and installation of irrigation systems anc
underground facilities and parkway landscaping. The contractor shall fully replace all sidewalk
within these areas within 5 working days of full sidewalk removal. Safe and convenient access
to shops in these areas shall be maintained at all times. Contractor shall fully coordinate
activities with store owners and operators to insure minimum disturbances. Off business houi
construction is encouraged to accomplish these goals.
Pedestrian access facilities shall be provided through construction areas within the right-of-waq
as shown on the plans and as specified herein. Surface shall be skid resistant and free oj
irregularities. Hand railings shall be provided on each side of pedestrian walkways as necessary
to protect pedestrian traffic from hazards due to construction operations or adjacent vehicula
traffic. Protective overhead covering shall be provided as necessary to insure protection frorr
falling objects and drip from overhead structures.
Railings shall be constructed of wood, S4S, and shall be painted white. Railings and walkways
shall be maintained in good condition by the Contractor. Walkways shall be kept clear ol
obstructions.
e
a
a
76
STATE STREET CONVERSION
The restriping of State Street shall be scheduled to occur after 6:oO P.M. on a Sunday an(
before 6:OO A.M. the following Monday to avoid disruption to business activities. All remova
and restriping shall occur during a single 6:W P.M. to 6:oO A.M. period.
PARKWAY CONSTRUCTION
Removal of curb, gutter and sidewalk reconstruction sidewalk and sawcutting of sidewalks ii
the following areas shall be scheduled outside of normal business hours to avoid disruption o
business fronting on the parkway,
1.
2.
3.
Full compensation for providing said pedestrian facilities shall be considered as included in th
lump sum price for traffic control in the bid proposal.
The Contractor shall also be responsible for compliance with additional public safet,
requirements which may arise during construction.
7-10.2 Storage of Equipment and Materials in Public Street, add:
Contractor shall acquire hidher own staging and storage area during the entire duration of th
work.
To Section 7-10.3 Street Closures, Detours. Barricades, add to the first paragraph:
The contractor shall conduct a prephase site construction meeting with the Engineer. Thl
prephase site construction meeting shall be set up to the satisfaction and subject to the approva
of the Engineer and conducted by the contractor prior to the beginning of work on each majo
work phase. These meetings are intended to help improve the quality of construction, personnr
safety on the project site, and safety of the traveling public. These meetings shall include a
subcontractors connected with the particular phase.
At each meeting, the contractor shall indicate its current schedule for the phase, discus
maintenance of traffic, traffic control, project site personnel safety, compliance with the plar
and specifications including quality construction, and all other pertinent subjects.
The number of prephase site construction meetings will be determined at the preconstructio
conference. No additional payment will be made for these meetings.
Carlsbad Village Drive North Side State Street to Roosevelt Street
Carlsbad Village Drive South Side Railroad to Roosevelt Street
Carlsbad Village Drive South Side Jefferson Street to 180 feet west.
77
Traffic controls shall be in accordance with the plans, Chapter 5 of the California Departmenl
of Transportation "Traffic Manual", and these Special Provisions. In the event that thc
contractor fails to install barricades or such other warning devices as may be required by tht
Engineer, the City may, at its sole option, install the warning devices and charge the contractoi
$20/day/warning device.
Traffic Control Plans (TCP) shall be submitted to the City for approval for any constructior
activities which do not fall within the Traffic Control Staging Plans for this project. Thest
TCP's shall be furnished, installed, and removed for the lump sum price for temporary traffic
control.
7-10.3.1 Construction Area Signs
Construction area signs shall be furnished, installed, maintained, and removed when no longe
required.
All excavation required to install construction area signs shall be performed by hand method
without the use of power equipment. Care shall be used in performing excavation for signs ii
order to protect underground facilities.
a
7-10.3.2 Maintaining Traffic
Attention is directed to Sections 7-10 SSPWC "Public Convenience and Safety". Nothing ir
these special provisions shall be construed as relieving the Contractor from his responsibility a
provided in said Section 7-10.
If illuminated traffic cones rather than post-type delineators, are used during the hours o
darkness they shall be affixed or covered with reflective cone sleeves as specified in Caltran
Standard Specifications, except the sleeves shall be 7 inches long.
Lane closures shall conform to the provisions in Section 7-10.3.3 entitled "Traffic Contro
System for Lane Closure."
In addition to the provisions set forth in "Public Safety," elsewhere in these special provisions
whenever work to be performed (except the work of installing, maintaining, and removing traffil
control devices) requires the Contractor's personnel to work within 6 feet of the adjacent traffil
lane or to operate equipment within 2 feet of the adjacent traffic lane, the adjacent traffic lan
shall be closed.
Personal vehicles of the Contractor's employees shall not be parked on the traveled way
including any section closed to public traffic.
Whenever vehicles or equipment are parked on the shoulder within 6 feet of a traffic lane, th
shoulder area should be closed with fluorescent traffic cones or portable delineators placed o
a taper in advance of the parked vehicles or equipment and along the edge of the pavement a
25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. I
minimum of 9 cones or portable delineators shall be used for the taper. A C23 (Road Wor
78
Ahead) or c24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree wit1
flags. The flag tree shall be placed where directed by the Engineer.
All construction traffic control devices shall be maintained in good order and according to thl
plan throughout the duration of work.
7-10.3.3 Traffic Control System for Lane Closure
A traffic control system shall consist of closing traffic lanes in accordance with the details show
on the plans, Caltrans Manual of Traffic Control (1990) and provisions under "Maintainin;
Traffic" elsewhere in these special provisions.
The provisions in this section will not relieve the Contractor from his responsibility to provid
such additional devices or take such measures as may be necessary to maintain public safety.
During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle Code
portable signs show on the plans to be illuminated shall be at the option of the Contractor, eithe
illuminated signs in conformance with the provisions in Section 12-3.06B, "Portable Signs," (3
the Caltrans Standard Specifications; or reflexite vinyl microprism reflective sheeting signs; o
3M high intensity reflectorized sheeting on aluminum substrate signs of Seibulite Brand Ultralit
Grade Series, incapsulated lens retroreflective sheeting signs; or equal.
If any component in the traffic control system is displaced, or ceases to operate or function a
specified, from any cause, during the progress of the work, the Contractor shall immediate1
repair said component to its original condition or replace said component and shall restore thi
component to its original location.
When lane closures are made for work periods only at the end of each work period, al
components of the traffic control system, except portable delineators placed along open trenche
or excavation adjacent to the traveled way, shall be removed form the traveled way anc
shoulder. If the Contractor so elects, said components may be stored at selected centra
locations, approved by the Engineer, within the limits of the right-of-way.
The contract lump sum price paid for "traffic control" shall include full compensation fo
furnishing all labor (including flagging costs), materials (including signs), tool, equipment ant
incidentals, and for doing all the work involved in placing, removing, storing, maintaining
moving to new locations, replacing, and disposing of the components of the traffic contrc
system as shown on the plans, and as specified in these special provisions, and as directed b
the Engineer. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffil
Control." Progress payment for "traffic control" will be based on the percentage of th
improvement work completed.
79
7-10.3.4 Traffic Control for Traffic Striping
During traffic stripe operations, traffic shall be controlled with lane closures, as provided foi
under "Traffic Control System For Lane Closure" of these special provisions, or by use of ar
alternate traffic control plan proposed by the Contractor and approved by the City of Carlsbad
The Contractor shall not start traffic striping operations using an alternate plan until he ha!
submitted his plan to the Engineer and has received the Engineer's written approval of said plan
Full compensation for providing traffic control for applying traffic stripes and pavemen
markers with bituminous adhesive shall be considered as included in the contract luml
sum price paid for temporary traffic control system and no separate payment will bc
made therefor.
a
7-10.3.5 Temporary Pavement Delineation
Temporary pavement delineation shall be furnished, placed, maintained and removed ir
accordance with the minimum standards specified in Chapter 5 of the Traffic Manual publishec
by CALTRANS Department of Transportation.
Whenever the work causes obliteration of pavement delineation, temporary or permanen
pavement delineation shall be in place prior to opening the traveled way to public traffic. Lanc
line or centerline pavement delineation shall be provided at all times for traveled ways open tc
public traffic.
All work necessary, including any required lines or marks, to establish the alignment o
temporary pavement delineation shall be performed by the Contractor. When temporq
pavement delineation is required to be removed, all lines and marks used to establish thc
alignment of the temporary pavement delineation shall be sandblasted.
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loosc
material. Temporary pavement delineation shall not be applied over existing pavemen
delineation or other temporary pavement delineation. Temporary pavement delineation shall bc
maintained until superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed by sandblasting when, as determined by thc
Engineer, the temporary pavement delineation conflicts with the permanent pavement delineatioi
or with a new traffic pattern for the area and is no longer required for the direction of public
traffic. When temporary pavement delineations required to be removed, all lines and markeer
used to establish the alignment of the temporary pavement delineation shall be removed.
Payment for temporary pavement delineation shall be included in the lump sum price bid fo
traffic control. a
80
To Section 7-10.4. Public Safetv, add the following section:
7-10.4.4 Safety and Protection of Workers and Public
The contractor shall take all necessary precautions for the safety of employees on the work an
shall comply with all applicable provisions of Federal, State and Municipal safety laws an
building codes to prevent accidents or injury to persons on, about, or adjacent to the premise
where the work is being performed. He/she shall erect and properly maintain at all time, 2
required by the conditions and progress of the work, all necessary safeguards for the protectia
of workers and public, and shall use danger signs warning against hazards crated by suc
features of construction as protruding nails, hoists, well holes, and falling materials.
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading
If this notice specifies locations or possible materials, such as borrow pits or gravel beds, fc
use in the proposed construction project which would be subject to Section 1601 or Section 160
of the Fish and Game Code, such conditions or modifications established pursuant to Sectio
1601 of the Fish and Game Code shall become conditions of the contract.
SECTION 8 FACILITIES FOR AGENCY PERSONNEL
8-1 FIELD OFFICE
Contractor shall furnish a "Class A" Field Office per Section 8 of the SSPWC. Payment fc
furnishing, maintaining, and removing the facility after final acceptance shall be at the unit pric
bid on the bid schedule. One (1) additional standard five foot double pedestal desk with tw
chairs, one electrostatic copier and supplies, copier shall be Xerox Model 5018, or equal, an
one additional plan rack shall be provided. Water cooler to have hot and chilled water. Th
integral sanitary facilities may be separate enclosed toilets per Section 7-8.4. Furnishings a
subject to agency approval.
Field office shall have a 24" x 36" sign affixed near the door. The sign text shall be,
CITY OF CARLSBAD
STREETSCAPE FIELD OFFICE
and shall have a City seal affixed to it by the Contractor will be supplied by the City.
81
SECTION 9 MEASUREMENT AND PAYMENT
0
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Add the following paragraph as Section 9-3.4.1:
9-3.4.1 Mobilization add the following:
Payment for mobilization and preparatory Work will be made at the lump-sum price bic
therefore in the schedule. The Contract lumpsum price paid for mobilization shall not exceec
Fifty Thousand Dollars ($50,000), and will include full compensation for furnishing all labor
materials, tools, equipment and incidentals, and for doing all the Work involved in mobilizatioi
and preparatory Work and operations, including, but not limited to, those necessary for thc
movement of personnel, equipment, supplies, and incidentals to the project site; buildings an(
other facilities necessary for work on the project; for all other work and operations which mus
be performed or costs incurred prior to beginning work on various contract items on the projec
site. Progress payments for mobilization and preparatory Work will be made as follows:
1. 0 For the first progress payment (after the Contractor’s acceptance of the Notice tc
Proceed) 10 percent of the amount bid for mobilization and preparatory Work will bc
allowed.
When 2.5 percent of the total original Contract amount is earned from other schedulc
items, an additional 20 percent of the amount bid for mobilization and preparatory Worl
will be allowed.
When 5.0 percent of the total original Contract amount is earned from other schedulr
items, an additional 20 percent of the amount bid for mobilization and preparatory Worl
will be allowed
When 10.0 percent of the total original Contract amount is earned from other schedulc
items, and additional 30 percent of the amount bid for mobilization and preparator!
Work will be allowed.
When 25.0 percent of the original Contract amount is earned from other schedule items
the final 20 percent of the amount bid for mobilization and preparatory Work will bc
allowed.
To subsection 9-3, add:
9-3.5 Traffic Control:
Payment for performing all work necessary to provide traffic control and pedestrian access an(
safety measures shall be included in the lump sum price bid for traffic control.
2.
3.
4.
5.
a
82
10 SURVEYING
Contractor shall employ a licensed land surveyor or registered civil engineer to perform
necessary surveying for this project. Requirements of the Contractor pertaining to this item are
set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service
within appropriate items of proposal. No separate payment will be made.
Contractor shall protect in place all obliterated survey monuments as per section 8771 of the
Business and Professional code.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilized during the construction undei
this contract. The Contractor shall contact the appropriate water agency for requirements. Tht
contractor shall include the cost of water and meter rental within appropriate items of tht
proposal. No separate payment will be made.
83
I. Supplemental Provisions To Standard
Specifications For Public Works Construction
Part 2. Construction Materials
e
200-1 ROCK PRODUCTS
To Section 200-1 add Subsection:
200-1.7 Stone for Exposed Aggregate Concrete Finish. Shall be .375" to .625 cambri
pebbles.
200-2 UNTREATED BASE MATERIAL
200-2 Untreated Base Material. Untreated base material, if required, shall conform to Sectioi
25-1.02 and 26-1.02 of the CALTRANS Specification for Class I1 aggregate sub-base or Clas
I1 aggregate base. Recycled miscellaneous base (RMB) shall meet the requirements of Sectioi
200-2.5 of the Caltrans Specification for Class I1 aggregate sub-base. RMB shall bc
manufactured only from Portland Cement Concrete, asphalt concrete, and aggregate within thc
limits of work. RMB shall be manufactured on site.
201 CONCRETE, MORTAR AND RELATED MATERIALS
0
201-1 PORTLAND CEMENT CONCRETE
201-1.1.3 CONCRETE SPECIFIED BY CLASS
Add: The concrete class and maximum slump for the various items of concrete work shall bc
as shown on the plans, standard plans or as specified in the table under Subsection 201-1.1.2 o
the Standard Specifications and with the following additions:
ITEMS CONCRETE CLASS MAXIMUM SLUMP (IN)
Concrete subslab (walks) 5604-3250 4 Inch
Driveways, (Alleys) 560-C-3250 6 Inch
Concrete curb, gutter, pedestrian 560-C-3250 4 Inch
ramps, curb outlet, stairs,
sidewalk underdrain.
84
201-1.2.1 Portland Cement, modify to read as follows:
First paragraph, first sentence amend to read: "All cement to be used or furnished shall be low
alkali and shall be either Type I or Type I1 Portland Cement conforming to ASTM C 150, o
Type IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, unless otherwisr
specified. "
Modify Section 201-1.2.3, Water, as follows:
Second paragraph replace 'I 1 ,O00 pprn (mg/L) of sulfates" with 'I 1,300 (mg/L) ppm of sulfates.
Third paragraph replace "800 ppm (mg/L) of sulfates" with "1,300 (mg/L) pprn of sulfates."
(b) Air-entraining Admixtures
Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is allowed. Thi
air content of freshly mixed concrete will be determined California Test Method No. 504."
201-1.2.4 Ad Mixtures
A. General Requirements
Add: Ad mixtures to accelerate the hardening of the concrete shall be used for the constructioi
of the sidewalks in front of existing shops directly fronting Carlsbad Village Drive Parkways i
order to minimize disturbance to its daily operation. Ad mixtures to be in accordance wit1
Subsection 201-1.2.4 and shall be approved by the engineer.
201-1.2.6 Acrvlic Additive
Add: In lieu of adding clear water to the grout, add a latex acrylic additives comparable tr
Custom's Acrylic Mortar add mix.
Modify Section 20 1 - 1.3.3, Concrete Consistency, as follows:
Second paragraph delete: "and shall not exceed amounts shown in following table: 'I Also delet
table.
Modify Section 201-1.4.3, Transit Mixers, as follows:
Add after listing of information for weighmaster's certificate: "Transit mixed concrete may bl
certified by mix design number, provided a copy of the mix proportions are kept on file at thl
plant location for a period of 4 years after the use of the mix."
201-2 STEEL REINFORCEMENT FOR CONCRETE
No changes.
85
201-3 EXPANSION JOINT F'ILLER AND SEALANTS
0
201-3.4 Tv~e "A" Sealant, add section 201-3.4.1 and 201-3.4.2 shown below:
201-3.4.1 Sealant:
The component sealant shall comply with Federal Specification 1T-S-00227e; use Type 1 (self
leveling) for joints. The cured sealant shall be a flexible and compressible type of closed-cel
foam polyethylene or butyl rubber, rounded at surfaces to contact sealant and as recommendec
by sealant manufacturers. It shall fit neatly into the joint without compacting and to such ;
height to allow a sealant depth of 1/2 the width of the joint. Sealant shall not bond to the back
up material.
Tile edges to which the sealant will bond shall be clean and dry. Sand or grind these edges tc
obtain optimum sealant bond. Primer manufacturer. Keep primer off tile faces.
201-3.4.2 Penetratinp Sealer:
Apply a colorless, non-yellowing penetrating sealer such as Synak P-103 Penetrating Sealer, o
equal, to all exposed concrete surfaces. Contractor shall submit proposed product specification
to the Engineer for approval prior to construction.
202 MASONRY MATERIALS
202-1 Brick, add subsection:
202-1.4.1 Brick Pavers:
Brick pavers shall comply with ASTM C 216 type FBX. Design grout joint shall be a minimur
three-eights (3/8") grout joint width and a maximum of one-half inch (1/2") grout width.
Brick paver products shall be as manufactured by Endicott Clay Products Co., Fakburj
Nebraska and distributed by Del Piso Tile, San Diego, California. No other brick brands wil
be acceptable for this project.
Brick paver products shall conform to the Coefficient of Friction Requirement SE 871 and sha
exceed the minimum requirement set by ASTM Specification C 216-75A for severe weather.
202-1.4.2 Thin-set Brick Paver at Walkway Area:
Length is to be seven and five eights inches (7 5/8") by three and five eights inches (3 5/8") b
half an inch (1/2"). All brick corners shall be medium ironspot TK46 smooth texture. All fie1
areas shall be dark ironspot smooth texture. (See landscape plans for details). A sample pane
of brick pavers shall be submitted to the Engineer to indicate color and type of brick pavers t
be supplied on this job. Approval of brick pavers shall be secured prior to the installation c
brick pavers.
0
,
86
202-1.4.3 Brick Paver at Drivewavs and Allevs:
Length is to be seven and five eights inches (7 5/8”) by three and five eights inches (3 5/8”) b
two and one quarter inches (2 1/4”). All field bands shall be medium ironspot TK 46 smootl
texture. All field areas shall be dark ironspot smooth texture. (See landscape plans for details)
A sample panel of brick pavers shall be submitted to the Engineer to indicate color and type c
brick pavers to be supplied on this job. Approval of brick pavers shall be secured prior to th
installation of brick pavers.
202-1.5.4 Brick Setting Adhesive:
The brick or tile pavers shall be installed in dry set mortar with a latex acrylic additiv
comparable to Custom’s thin set mortar (sanded) with their Custom’s acrylic mortar to be use
as prescribed by the manufacturer. Prior to application of the above adhesive, the existing o
new concrete surface shall be either a) blast cleaned in accordance with methad 2 as specifia
in section 310-2.5.2 and leveled in accordance with Section 201-6.2, Paragraph 1, of thesl
specifications, or b) blast cleaned in accordance with Method 2 as specified in Section 310
2.5.2, and leveled and water proofed in accordance with Section 201-6 of these specifications
At the Contractor’s option, equal or better tile setting adhesive may be used if approved by thl
Engineer prior to construction.
202-3.1 CONCRETE PAVERS
202-3.1 INTERLOCKING CONCRETE PAVING STONES
202-3.1.1 Materials, add:
All interlocking concrete paving stones shall conform to the following specifications:
1. Paver shall have a minimum compressive strength of 8,000 psi in accordance with testin;
procedures ASTM C- 140.
Materials used to manufacture interlocking concrete paving stones shall conform to th
following:
a. Cement: ASTM C-150 (Portland Cement)
b. Aggregates:
2.
ASTM C-33 (washed, graded sand and rock, not expanded shall
or lightweight aggregates. )
3. Pavers shall be manufactured and supplied by the following manufactures:
a. Muller Supply Co., Lodi, CA (209) 334-3781
87
Paving stones shall be 100 mm, as manufactured by Muller Supply Co.
A sample panel of paving stone shall be submitted to the Engineer to indicate color and type 01
paving stones to be supplied on this job. Approval of paving stones shall be secured prior tc
the installation of paving stones.
Paving stones shall be delivered and unloaded at the jobsite on pallets or bound in such a mannei
that no damage occurs to the product during hauling, handling or unloading at the jobsite.
e
Size, shape, design and colors shall be in accordance with details as noted on the plans or ir
these specifications.
203-6 and 400-4 ASPHALT CONCRETE
Asphalt concrete shall be Type 111, D-AR-4000 for overlay and surface course, B-AR-4000 foi
base course.
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Last paragraph, add after D 2172: "method A or B."
Modify Section 203-6.8, Miscellaneous Requirements, as follows:
Add the following: ''Open graded asphalt concrete stored in excess of 2 hours, and any othei
asphalt concrete stored in excess of 18 hours, shall not be used in the work."
Modify Section 400-4.1, General, as follows:
Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving grade asphal
shall be used for Type 111 asphaltic concrete, and AR-8000 paving grade asphalt shall be usec
for asphalt concrete dikes. I'
Modify Section 400-4.2.4, Fine Aggregate, as follows:
Add: "The total amount of material passing the No. 200 sieve shall be determined by washinl
the material through the sieve with water. No less than 1/2 of the material passing the No. 20(
sieve by washing shall pass the No. 200 sieve by dry sieving."
Add the following paragraph: "Fine aggregate shall be tested for soundness in accordance wit1
ASTM D-1073, and shall not exceed fifteen percent (15%) loss by weight."
Modify Section 400-4.3, Combined Aggregates, as follows:
First paragraph, add: "ASTM D2419 Test Method may be alternated for Test Method No
Calif. 217."
0
a
88
204-1 LUMBER AND PLYWOOD
Header for bituminous pavement shall be construction grade Redwood, or treated constructio
~ grade Douglas Fir.
206 MISCELLANEOUS METAL ITEMS
206-3 GRAY IRON CASTINGS, add:
206-3.7 Utility Frames, Boxes, Covers and Grates:
Utility frame boxes and covers as indicated in the utility legend on sheet 34 of the plans, sha
be furnished and installed with new frames and/or covers as specified herein. Payment fc
utility frames and/or covers shall be as specified in the proposal, and the bid price shall includ
full compensation for furnishing all labor, materials, tools and equipment, and for furnishing a
labor, materials, tools and equipment, and for performing all work involved in the installatio
of the utility frames, boxes and covers as shown on the plans.
For brick paved areas, all concrete covers shall be replaced with metal covers. All such cover
shall be painted flat black with (2) two coats of enamel based paint. Finish shall be "baked on
at the factory prior to delivery to the site. See utility legend on landscape plan.
For the covers that are existing to be painted in place, contractor shall exercise extreme car
when sand blasting near any existing plant material, paving, etc. Any cost to repair item
damaged by the contractor shall be borne by the contractor. The amount of damages shall b
established by the City Engineer or his designated representative.
Utility boxes and covers to be replaced shall1 be of a size and standard as approved by th
respective utility or governing agency.
1. Contact S.D.G.E. for: Gas meter boxes, electrical transformers, electric pull boxes.
2. Contact the City of Carlsbad Utility Dept. for: traffic signal boxes, street light pul
boxes.
Contact Pacific Bell for: Telephone vaults and telephone pull boxes.
Contact Daniels Cablevision for: CATV pedestals and CATV pull boxes.
Contact Carlsbad Municipal Water District for meters and other water facilities.
3.
4.
5.
2063.7.1 Shop Drawings:
When the utility frame covers and frames are not standard items, manufacturer shall supply twc
(2) copies of all necessary shop drawings to the Engineer for his approval. These drawings shal
show all connections, material description, etc.
89
207-2 REINFORCED CONCRETE PIPE
e
The pipeline layout and connector pipe list required under Paragraph 3, 207-2.1, is waived.
207-9 DUCTILE IRON PIPE, add the following:
A. PIPE
All ductile iron pipe shall be in accordance with the Standard Specifications, Section 207-
9 and AWWA C110, C111, C150 and C151.
B. JOINTS
All joints shall be rubber gasket push-on joints.
C. LININGS
1. Materials: The lining material for pipe and fittings shall be virgin polyethylene
complying with ANSI/ASTM D1248, compounded with an inert filler and wit1
sufficient carbon black to resist ultraviolet rays during aboveground storage of tht
pipe and fittings. The polyethylene shall be bonded to the interior of the pipe 01 a fitting by heat.
2. Application: Polyethylene linings shall cover the inner surface of the pipe o
fitting from the plain or beveled end to the rear of gasket socket.
Lining Thickness: Lining in pipe and in fittings shall be 40 mils nomina
thickness. Minimum lining thickness shall be 30 mils, except for areas not tc
exceed 12 inches in any direction, minimum thickness can be 25 mils. At end
of pipe and fittings, lining thickness may taper for a distance of 4 inches to
minimum of 10 mils thickness.
3.
D. POLYETHYLENE ENCASEMENT
All ductile iron pipe shall be encased in a polyethylene wrap in accordance with Sectio
207-9.2.6 of the Standard Specifications.
E. ROCK BEDDING
Rock bedding shall be a well graded, angular, crushed rock. All the rock shall pass 1
inch sieve size but no more than 15 percent shall pass the Number 4 sieve. The Cil
shall approve the method for rock placement. a
90
209 ELECTRICAL COMP0"TS: Delete Section 209 of SSPWC and replace as follow:
209 General:
Electrical components shall be in conformance with the State of California Department c
Transportation (Caltrans) 1988 Standard Specificatons Section 86 as modified in the Speck
Provisions.
209-2.5 Light Pole and Luminare:
The "Carlsbad Light Pole" shall be a complete assembly and equal to the specified produc
manufactured by Centrecon, Inc., 1130 W. Marine View Dr, Everett, WA 9820f
(Represented by Pacific Lighting (714)-752-3085). The approved shop drawing number for thi
pole and luminare is Q-5310-3A and no other pole/luminare shall be acceptable. Contract0
shall contact manufacturer's representative and place order within 14 days after award (I
contract. City will guarantee payment for poles.
209-2.5.1 Fixture Specification:
1.
2.
3.
4.
Metal structural units to be heavy duty cast aluminum.
All exterior fasteners are stainless steel or solid brass.
Fixture to fit 3 1/2" O.D. pole top tenon.
Separate, removable ballast housing containing a porcelain 5 k.v. mogul base socket anc
compartment ballasting components.
Fixture to contain an activated charcoal-filtered air breather.
Luminaire to be secured to post top by means of 3 stainless steel set screws.
Fixture to be furnished with type I11 distribution borosilicate glass refractor.
Screw type input terminal block.
All ballasts shall be high (minimum 90%) power factor. Minimum starting temperature
40 degrees F. core and coil type. Line voltage regulation plus or minus 5% (higl
pressure sodium).
Luminaire globe to be alabaster ripple - uv stabilized polycarbonate.
Luminaire to be Model #1901 modified per Drawing 4-5310-3A.
Luminaire to be furnished with specular reflectodheat shield.
5.
6.
7.
8.
9.
10.
11.
12.
91
13. Luminaire to include spun aluminum top globe section and aluminum final per Drawin1
e
Q-5310-3A.
14. Capital to be as per drawing in style and coated utilizing the same series 73 Endura
Shield I11 coating in matching color (to be determined) in accordance to metal applicatioi
procedure.
Fixture shall perform at a rating minimum of 71 % .
Fixture to be Centrecon Victorian series 1902-21 MOD-100 W HPS-LAT-73-ES-111
TYPE 111.
Fixture dimension to be per detail on plans (Shop drawing Q-5310-3A).
All exposed metal parts shall be finished with two (2) coats of Sinclair Paint (Green)
(SIN 8705). Paint shall be "baked on" finish and shall be applied at factory prior tc
delivery to the site and shall be protected from damage at all times.
15.
16.
17.
18.
209-2.5.2 Pole Specifications
AGGREGATE: Shall conform to A.S.T.M. C-33 and shall be uniformly graded from
maximum size of 1/2" to 5% passing #lo0 sieve.
Shall conform to A.S.T.M. C-150 Type I or 111, or other types for specia
conditions.
Shall not contain quantities of alkalis, oil or organic matter which shall b
harmful to the quality of the concrete.
1.
CEMENT:
WATER:
STEEL: Prestressing wire shall conform to A.S.T.M. A-421 except fo
strengths noted in Manufacturing Specifications which follow.
Mild reinforcing wire and spiral wire shall conform to A.S.T.M 2.
A-82.
3.
4.
Base plates shall conform to A.S.T.M. Specification A-36.
Anchor bolts shall conform to A.S.T.M. Specification designate
on drawing.
Top mount coupling shall conform to A.S.T.M. A-615 grades 4
and 60.
ALUMINUM: 1. Cast aluminum pole top collars for "S" series shall conform t
5.
A.S.T.M. B-26 alloy ZG32A.
92
2. All other cast aluminum parts (handhold frames, cable exists, M
series pole top collars, etc.) shall conform to A.S.T.M. B-2t
alloy, SG70A.
MANUFACTURING SPECIFICATIONS: The presenting wire have a minimum ultimat
strength of 234, 700 psi for 5mm diameter, 220, 500 psi for 7mm diameter, 206,000 psi fc
9mm diameter. Initial prestressing force shall be smaller of 70% of ultimate tensile strength c
80% of yield strength.
The spiral reinforcement shall be not less than 13 gauge. Pitch shall be no more than 4". Thj
reinforcement shall continue from the top of the pole over its entire length, and be secured t
the longitudinal reinforcement by an approved automatic caging method.
Poles shall be presented concrete of the design and dimensions shown in the catalog an
machine-made in steel molds by the centrifugal process to insure maximum density and a smoot
finish. Reinforcing shall be placed according to plans and specifications to assure that n
cracking shall occur during normal handling. S-Series poles shall have a minimum opening c
the raceway of 1-3/8". M-Series shall have a minimum opening for the raceway of 2" and th
concrete cover over prestressing wire shall not be less than 1/2".
The proportions of water to cement shall produce a concrete after steam curing, having
minimum compressive strength of 3,500 psi before transfer of pretesting force. A minimum 2
day compressive strength of 7,000 psi after atmospheric curing shall be required for concret
with natural aggregate.
Following the casting operation, the pole shall be cured with low-pressure steam (175 degree
F., maximum) for as long as needed to reach the necessary strength to allow handling an
release of prestressing wires. The poles shall not be subjected to temperature changes of mor
than 20 degrees F. per hour during the next two (2) hours. Poles shall remain in outside storag
for as long as needed for the concrete to reach the required compressive strength.
DIMENSIONS : Pole top diameter maximum 5" diameter
Pole base diameter maximum
Pole weight not to exceed
14" diameter
560 Ibs. embedded
450 Ibs. base plate
Pole to be Centrecon baseplate octagonal style number VBS-04-TV, finish shall be #163 wit
exposed aggregate, color to be determined.
Provide four (4) holes and cadium inserts for cantilever supports and wing brackets for traffi
signs. Place traffic signs where shown on civil dwgs. Maintain 7'-0" minimum from sidewal
surface to bottom of sign.
93
209-2.6 MEDIAN SIGN LIGHT
0
Median sign light shall be model no. 4301 40 watt fluorescent manufactured by Kim Lighting
or an equal to be approved prior to ordering product. Color shall be matte black. See landscapt
plans for location.
Sign light shall be 120 volt with J-3 junction box. Mount top of J-box flush with finished grade
Fluorescent fixture lamp shall be 40 watt T-12 Fluorescent 3,000K (color corrected:
manufactured by Phillips or an equal to be approved prior to ordering product.
Kim Lighting
16555 East Gale Avenue
Industry, CA 91749
(8 18) 968-5666
210 PAINT AND PROTECTIVE COATINGS: Modify Section 210 of SSPWC as follows
0 210-1.6 Paint for Traffic Strbing. Pavement Markin? and Curb Marking
Paint for traffic striping shall be rapid dry water borne in accordance with State Specificatioi
NO. 8010-42L-30.
211 SOILS AND AGGREGATE TESTS
*** DELETE ENTIRE SECTION AND SUBSTITUTE THE FOLLOWING PARAGRAPHS
211-1 Soils Testing:
All backfill and subgrade shall be completed in accordance with the notes on the plans and th
SSPWC. Compaction tests may be made by the City and all costs for tests that meet or excee
the requirements of the specification shall be borne by the City.
Said tests may be made at any place along the work as deemed necessary by the Engineer. TI
costs of any retests made necessary by non-compliance with the specifications shall be borne b
the contractor.
The contractor shall give 48 hours advance notice to the Engineer prior to commencement (
work requiring soil testing.
212 LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE MATERIALS
94
212-1.1 Tomoil:
Topsoil shall be class "A" (imported).
212-1.1.1 General. add:
All backfill and existing soils shall have additives as per these specification.
Agricultural grade gypsum shall be a (SAS04. H20) calcium sulfate product - 94.3% 90% shal:
pass a 50 mesh screen. Chemical reaction will remove sodium attached to soil particles.
Gypsum also loosens heavy clay soils through electrochemical action. Control; of dust during
application is mandatory.
(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 PESO4
h20). A minimum analysis of 20.0% and 98.3% retained on a 10 mesh screen.
(Shall be similar or equal to: Wilson & Geo. Meyer, Wil-Gro, or Bandini).
212-1.2 Existing Soil Fertilizing and Conditionin? Materials.
General Conditioners. Add following:
Agricultural Grade Gypsum shall be a (CaSo4 . H20) calcium sulfate product - 94.3%. 90%
shall pass a 50 mesh screen. Chemical reaction will remove sodium attached to soil particles
Gypsum also loosens heavy clay soils through electrochemical action. Controll of dust durini
application is mandatory.
(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 (FeS04
H20). A minimum analysis of 20.0% and 98.3% retained on a 10 mesh screen. Iron i
required for the formation of chlorophyll in plant cells. Application in western soils deters an:
iron chlorosis symptoms of plants.
(Shall be similar or equal to: Wilson & Geo. Meyer, Wil-Gro, or Bandini).
2 12- 1.2.3 Commercial Fertilizer add:
Pre-plant Fertilizer shall be granular commercial fertilizer 1-10- 10 or approved equal.
Post-Plant Fertilizer shall be 14-7-3 or approved equal with Ca, Fe, Zn, and Mn and with thc
majority of nitrogen in non-ammoniac form to prevent acidification of soil.
Planting Tablets shall be compressed fertilizer tablets (20-10-5), in 5 and 21 gram sizes.
95
212-1.2.4 Organic Soil Amendment. add:
Organic soil amendment shall be derived from wood with the following properties: It shall be
wood residual product derived from the bark of pine, white fir/and red fir, cedar shavings or
redwood shaving. Amendment upon analysis shall contain at least 0.5% nitrogen (on a dry
weight basis) with an ash content not to exceed 10%. A commercial grade product shall be
Used.
Contractor shall supply City Engineer or his appointed representative with a sample of the
proposed amendment accompanied by laboratory analytical analysis from an approved laboratory
illustrating degree of compliance. Guarantee - wt./Cu./Yd. - 560# - 82W. Nitrogen (organic
or Ammoniac 0.5%. ph (less than) 6.5. Salinity (EC8 x 103 at 25 degrees C) - 2.5. Iron (Fe)
expressed as metallic 0.01%. Density - approximately 25 Lb.Cu.Ft. Organic matter - 85%.
A non-ionic wetting agent should be used. Properties: screen analysis: % retained on stacked
Screens - 1 mesh - 0.2%, 5 mesh - 36.6%; 8 mesh - 25.7%; 12 mesh - 30.7%; 32 mesh - 5.9%;
remainder 0.9 % .
(Shall be similar or equal to: Wil-Gro Life, hamex, or Forest Humus).
212-1.2.6 Herbicides and Pesticides:
Shall be used in their appropriate applications with strict adherence to manufacturer's
specifications and instructions.
Post emergent herbicide for all areas shall be Roundup, Diquat, Montar, or approved equal.
Pre-emergent herbicide for shrubs and ground cover areas (planted from flats), shall be Treflan,
Surflan, Eptan, or approved equal
212-1.4 Plants:
212-1.4.1 General. add:
Contractor shall notify engineer 48 hours before each plant delivery so the engineer can inspec
them.
Nomenclature: The scientific and common names of plants herein specified conform to thc
approved names given in "a checklist of woody ornamental plants in California, Oregon an(
Washington" published by the University of California, Division of Agriculture Sciences
Publication 4091 (1979). (See list of plant materials on drawings).
The Contractor shall obtain a site to which the City's vendor will deliver trees in wholi
truckload(s). Contractor shall coordinate tree deliveries and accept responsibility for thei
0
0
0 protection upon unloading.
Labeling: Each group of plant materials delivered on site shall be labeled clearly as to specie
and variety.
96
All patented plants (Cultivars) required by the plant list shall be delivered with a proper pla
patent attached.
Quality and size.
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 moderatel
"overgrown" or are showing signs of decline or lack of vigor are subject to rejection. The si2
of these plants will correspond with that normally expected for species and variety (
commercially available nursery stock, or as specified in the special conditions or drawing:
Plants larger in size than specified may be used with the approval of the Engineer, but the us
of larger plants will make no change in contract price. If the use of larger plants is approva
the ball of earth and spread of roots for each plant shall be increased proportionately.
Rejection and substitution: All plants not conforming to the requirements herein specified sha
be considered defective and such plants, whether in place or not, shall be marked as rejected an
immediately removed from the site and replaced with new plants by the contractor at hi
expense.
Right to change: The Engineer reserves the right to change the species, variety, and/or size
of plant material to be furnished, provided that the cost of such plant changes to not exceed th
cost of plants in the original bid, and with the provisions that the contractor shall be notified i
writing, at least sixty (60) days before the planting operation has commenced.
212-1.4.2 Existing Plants. Add Following,
It is the intent of the project that certain existing plant materials shall be retained. Prior to th
removal of any trees, the contractor shall confer with the architect to determine those plants th:
are to remain.
All existing trees which are to remain in the project shall be tagged and identified by th
contractor prior to start of work.
Contractor shall be responsible for all trees that are to remain in the project. Damage to a plar
which results in death or permanent disfiguration shall result in the complete removal of th
plant, including roots, from the site by the contractor; and the contractor, at his own expensl
shall replace the plant with one of equal value as established by the architect, or reimburse th
owner the cost of said replacement. The architect shall be the sole judge of the condition of thl
Plants shall be in accordance with the California State Department (
plant.
All existing trees that are to remain shall be protected at all times from damage by workers an(
equipment. All damage by the contractor to existing plants shall be repaired at their expensl
by personnel approved by the architect.
97
The contractor shall insure that no foreign material and/or liquid, such as paint, concrete
cement, oil, turpentine, acid or the like be deposited or allowed to be deposited on any soi
within the drip line (the outside edge of the foliage overhang) of any tree or shrub, or within 6'
of the trunk of a vine. Should any such poisoning of the soil occur, the contractor shall removc
said soil as directed by the architect and replace it with acceptable soil at no expense to th~
owner.
Excavation adjacent to existing trees and shrubs: where it is necessary to excavate in closr
proximity to existing trees and shrubs, all possible caution shall be exercised to avoid injury tc
roots and trunk. Excavation close to trees shall be by hand, tunneling under roots 2" and large
in diameter.
Cutting of roots 2" and larger shall be only on the approval of the architect. Paint cut root
within 24 hours; where this is not possible, keep the site of excavation adjacent to the tra
shaded with moist burlap or canvas,
212-1.4.3 TransDlant Existing Plants. Add Following:
All exisiting palms to remain shall be transplated to allow for installation of tree grate an1
frame.
Transplanting of existing palms shall be performed as per these plans, details and specification
for the planting of new palms.
212-1.5 Headers. Stakes and Ties:
212-1.5.3 Tree Stakes. add:
Tree stakes shall be two (2) inch diameter lodgepole pine of lengths required, pointed on end
(See details on landscape plans).
Tree ties shall be commercially manufactured ties made from black tire casings, cut to i
minimum ten (10) inch length and held in place by 12 gauge galvanized wire; or split plastil
hose with a minimum length of twenty (20) inches. Split plastic hose ties to be equal to "Cinch
Tie" by C.I.T.
212-4 SITE FURNISHINGS. add subsection:
The Contractor shall provide and completely install all site furnishings and required footings
appurtenances, etc. Installation of all site furnishings shall be in strict conformance wit1
manufacture's instructions. Furnishings are as follows:
a
o
0
98
212-4.1
Tree grates and frame sets shall be MODEL TITLE 24 GRATE - OCTAGONAL 4'-0" DIA
manufactured by Urban Accessories or an equal to be approved prior to ordering product
COLOR SHALL BE BLACK. See landscape plans for location, quantity and installation details
Tree Grate manufacturer shall provide (6) copies of necessary shop drawing to the Engineer fo
approval prior to being manufactured. The Landscape Architect and City Engineer shall retail
the right to reject castings not conforming to specifications on plans, this specification andlo
submittal drawings.
Urban Accessories, Inc.
First St and Avenue "A".
Snohomish, WA 98290
(206) 568-8000
212-4.2
Trash receptacles shall be MODEL NO. TR-D ROUND - CAST STONE manufactured by Durr
Art Stone or an equal to be approved prior to ordering product. COLOR SHALL BE
NATURAL CONCRETE WITH MEDIUM SANDBLAST FINISH. Install with a permanen
surface mount as per manufacturer. See landscape plans for location.
Dura Art Stone
PO Box 666
Fontanta, CA 92335
(714) 350-9000
212-4.3
Newspaper rack shall be MODEL NO. NRS-3 manufactured by Dura Art Stone or an equal tc:
be approved prior to ordering product. COLOR SHALL BE NATURAL CONCRETE WIT€
MEDIUM SANDBLAST FINISH. Install with a permanent surface mount as per manufacturer
See landscape plans for location.
Dura Art Store
P.O. Box 666.
Fontana, CA 92335
(714) 350-9000
99
212-4.4
0
Drinking fountain shall be MODEL NO. 3176 manufactured by Haws or an equal to bt
approved pnor to ordering product. COLOR SHALL BE NATURAL CONCRETE WITH
MEDIUM SANDBLAST FINISH. install per regional standard detail dm-107. See landscapt
plans for location.
Southern California Representative:
Specification Sales
6007 Bandini Sales
Los Angeles, CA 90040
(213) 724-1 120
212-4.5
Redwood bench shall be MODEL NO. 2120-6 manufactured by Columbia Cascade Timbei
Company or an equal to be approved prior to ordering product. COLOR SHALL BE MATT€
BLACK. Install with a permanent surface mount as per manufacturer. See landscape plans fo
location.
Columbia Cascade Timber Company
1975 S. W. Fifth Avenue
Portland, Oregon 97201
e
(800) 547-1940
212-4.6
Bicycle loop shall be model no. B11430 manufactured by Wabash Valley Mfg. Or an equal tc
be approved prior to ordering product. Color shall be matte black. Mount bike loop parallel wit1
Carlsbad Village Drive. See landscape plans for location.
Wabash Valley Mfg. ,Inc.
Silver Lake, IN 46982
P.O. Box 5 - st. Rd. 15 North
(219) 352-2102
e
100
I. Supplemental Provisions To Standard
Specifications For Public Works Construction
Part 3. Construction Methods
300 EARTHWORK
300-1 CLEARING AND GRUBBING, add:
Clearing and grubbing shall consist of removal of all items as shown on the plans and nc
otherwise specifically delineated for removal. All of the work performed for this item sha
conform to Section 300-1 of the Standard Specifications, and all incidentals required to construc
this construct this contract if not precisely noted. Payment for clearing and grubbing shall b
the lump sum bid item for Clearing and Grubbing. Clearing and Grubbing item shall not excm
$25,000.
300-1.3 Removal and DisDosal of Materials:
300-1.3.1 General, add:
The contractor shall salvage the existing street light standards being removed as a part of thi
contract. Contractor shall take steps necessary to protect the standards and Juminaries fror
damage during removal and transport. The contractor shall deliver the salvaged standards to th
City storage and maintenance yard located at 2560 Orion Way (contact Chuck Mitchell 438-021
ext. 4117). Full compensation for the removal, protection and delivery of the existing strer
light standards and benches shall be included in the price bid for removal of the item.
300-1.3.2 Reauirements, add:
Sawcutting to remove existing pavement is required as shown on the plans. The price bid fo
pavement removal is to include all required sawcutting and no further compensation will b
allowed therefore.
300-8 Backfill and Site Leveling, add subsection:
All excavations shall be backfilled with material and to a level grade, satisfactory to thc
Engineer. The areas to be backfilled shall be inspected and approved by the Engineer prior tc
the placement of any backfill.
Material to be placed as fill for excavations and depressions shall be placed in horizontal
uniform layers not to exceed (12) inches in thickness, before compaction; each layer is to bc
brought to optimum moisture content and thoroughly compacted to a relative compaction of no
less than 90% relative compaction, in accordance with ASTM 1557, Method C.
101
Backfill shall be a well graded, previous, material containing no large rock or other deleteriou
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 thl
Engineer. Soil consultant and tests are provided by the City.
The Contractor shall schedule for soil testing by providing 48 hours advance notice to th
Engineer prior to commencement of backfill operations.
Compaction shall be by means of tamping or sheeps foot rollers, multiple-wheel pneumatic-tire
rollers or other types of rollers or equivalent which will be able to compact the fill to the desira
density.
Rolling shall be accomplished while the fill material is at the desired moisture content. Rollin;
of each layer shall be continuous over its entire area and sufficient trips shall be made by thl
rolling equipment to insure that the desired relative compaction has been obtained.
If the moisture content of the fill material is below the needed amount necessary to create th
necessary density, the proper amount of water shall be added. Similarly if the moisture conten
of the fill material is above the needed amount necessary to create the desired density, the fil
material shall be aerated by blading or other satisfactory method until the moisture content o
the fill material is satisfactory.
SECTION 301 TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT 01
BASE MATERIALS
301-1 Subgrade PreDaration:
301-1.2 PreDaration of Subgrade, add:
Subgrade shall be prepared according to the recommendations of the Soils Engineer. Where ni
specific recommendation are made by the Soils Engineer, all of the work performed under thi
item shall conform to Subsection 301-1 of the Standard Specification.
*
301-2 UNTREATED BASE
No change.
SECTION 302 ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
Modify Section 302-5.1, General, as follows:
Paragraph 1, replace "Section 203-6" with "Section 400-4." a
102
Last paragraph, add:
completed before the surfacing is placed at that point."
"All testing of underground installations at any given point shall b
302-6 PORTLAND CEMENT CONCRETE PAVEMENT
302-6.4.5 Sub-base for InterlockinP Pavin? Stones:
Portland Cement Concrete to be used as sub-base for Interlocking Paving Stones shall be a
specified in Subsection 201-1.1.2 of the Standard Specifications and these Special Provision:
Form and thickness shall be as shown on the civil plans and details, shall be true to line an
grade, be installed to properly coincide with adjacent work and elevations and be acceptable t
the paving stone installer. Refer to civil drawings for sub-base detail.
302-6.5 JOINTS
302-6.5.3 Transverse ExDansion Joints, add:
All brick paver surfaces shall have a minimum 3/8" expansion joint at 12' to 15' intervals i
each direction hardscape (see plans for joint locations). Expansion joints shall also be locata
where paving abuts restraining surfaces such as perimeter walls, dissimilar floor surfaces, curbs
columns, pipes and where changes occur in backing materials. All expansion, control
construction, cold and seismic joints in the subslab shall continue through paving work.
302-7 Interlockinv Concrete Pavinp Stones:
302-7.1 General:
This work shall consist of furnishing, sawcutting and placing interlocking paving stones, an
furnishing and installing sand laying course all to the form and dimensions called for and wher
indicated on the plans.
302-7.2 Placement of interlock in^ Concrete Pavinp. Stones:
Pavers shall be clean and free of foreign materials before installation.
Installation should start from a comer of straight edge and proceed forward over the undisturbec
sand laying course.
Paving work shall be plumb, level and true to line and grade; shall be installed to properl:
coincide with adjacent work and elevations. (All edges must be retrained to secure the perimete
and the sand laying course.)
a. Paving stones shall be installed hand tight and level on the undisturbed sand layinl
course. String lines should be used to hold pattern lines true.
A roller vibrator or plate vibrator shall be used to compact the stones and to vibrate thc
sand up into the joints between the stones.
b.
103
c. Plaster sand shall be spread over the installed paving stones so that it may be vibrated
into the joints between the stones.
Excess sand shall be swept into the joints or disposed of from surface area.
The completed paving stone installation shall be washed down and cleaned to provide a
clean finished workmanlike installation.
Apply penetrating sealer (See 201-3.4.2).
0
d.
e.
f.
Cutting of paving stone shall be done with a masonry saw.
Measurement: Measurement of concrete pavers shall be by the square foot as measured along
the plan of the finished paver surface.
Payment: The contract unit price paid per square foot for concrete pavers shall be considered
full compensation for furnishing all labor, materials, tools, equipment, sawcutting and incidentals
to accomplish the work as specified herein and as detailed on the plans and no additional
compensation will be allowed therefor. Payment for concrete pavers shall include all work fox
entire concrete cradle base and any required utility encasements per details on Civil Drawings.
SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 0
303-2 AIR-PLACE CONCRETE
No changes.
303-4.2 Brick Masonrv:
303-4.2.2 Bricklavin~lTile Laving, add:
Brick paving and concrete dividers shall be laid and constructed in patterns as indicated on thc
plans. Method and finished quality of brick paving must be demonstrated and approved by thc
Engineer on an eight (8’) panel of sample paving prior to construction. The 8’ sample pavin;
shall be used at the construction site for reference throughout the construction period. Thi,
demonstrated method and quality shall then be maintained throughout the construction. Appl:
penetrating sealer. Tile or brick contractor shall be involved in the preliminary work to insurc
proper installation of subslabs and locations of expansion joints. All brick pavers shall be cu
with a masonry saw or other method as approved by the Engineer. Grout joints shall be flus1
with surface of brick. The concrete dividers and ramps shall be installed immediately o
maintained with a suitable temporary material after the brick pavers have been laid. Blas
cleaning and installing the underlayout shall not precede the installation of brick by more tha
two weeks. One-half hour prior to lunch or one-half hour prior to the end of each working day
an inspector (as selected by the Engineer) will randomly remove 10 pieces of tile to insure tha1
104
the tiles are receiving proper backbuttering and bonding. If any tiles have not been proper1
backbuttered, leaving voids under the tile, or if there are indications of not receiving a prop
bond, the prior one-half day of installation will be required to be removed and replaced at tl
tile contractor’s own expense.
After 25% of the installation is complete and each 25% interval thereafter (a total of 4 time
there will be a request for a formal inspection from the Ceramic Tile Institute (C.T.I.). Fro
this inspection, the C.T.I. will submit a written appraisal for the quality of the installation wil
any recommendations.
The City Engineer or his designated representative shall make a determination if any change:
either to constructed work or installation procedure, shall be made with any cost for thes
changes to be borne by the contractor.
The brick and the grout should be sealed with a penetrating sealer no sooner that one day aft€
the brick has been grouted and cleaned; no later than one week after the brick has been groute
and cleaned. The penetrating sealer should be comparable to Aqua Mix penetrating Sealer an
application method should be strictly adhered as prescribed by the manufacturer.
Subslab for brick sidewalks and driveways finish shall conform to section 303-5.5.3 Walks an
Section 302-6.4.1 General. The use of curing compound or admixtures is prohibited for a
subslabs.
303-4.2.4 Measurement and Payment, delete and substitute:
Delete entire subsection and substitute the following: Payment for the brick masonry shall b
per square foot of brick paving as specified in the proposal. The bid price shall include fu
compensation for brick setting adhesive and grout, furnishing and setting the brick pavers
concrete dividers and aprons, cleaning and raising to finish grade all manholes, utility frame
and aprons, cleaning and raising to finish grade all manholes, utility frames and aprons, and fc
furnishing all labor, materials, tools and equipment, and for performing all work involved in th
construction of such brick masonry, in place, as shown on the plans.
303-5 CONCRETE CURBS. WALKS, GUTTERS. CROSSCUTTERS, ALLEl
INTERSECTIONS. ACCESS RAMPS AND DRIVEWAYS
303-5.5.6 Sandblast Finished Concrete Surfaces, add subsection:
Concrete curb and gutter shall be smooth trowel finish. Finish shall be sandblasted with 20/3(
silica sand or an approved alternate sand blasting material. Surface shall be uniform in texture
Method and uniformity of texture and color must be demonstrated and approved by thr
Engineer, on an eight foot (8’) section of sample curb prior to construction. 8’ section o
sample curb shall be used at the construction site for reference throughout the constructioi
period. This demonstrated method and texture shall then be maintained throughout thl
construction.
105
303-5.5.7 Broom Finished Concrete Surfaces, add subsection:
Certain portions of concrete walkways shall be heavy broom finish panels with 6” smooth trowel
bands. (Refer to landscape plans and details for location). Broom finish shall run perpendicular
to direction of traffic flow. Surface shall be uniform in texture. Method and uniformity of
texture and color must be demonstrated and approved by the engineer, on an eight foot (8’ x 8’)
panel of sample paving prior to construction. 8’ x 8’ sample paving panel shall be used at the
construction site for reference throughout the construction period. This demonstrated method
and texture shall then be maintained throughout the construction.
303-5.5.9 Smooth Trowel Concrete Surfaces, add subsection:
Trowel Finish: Apply trowel finish to monolithic slab surfaces to be exposed-to-view. After
floating, begin first trowel finish operation using a power-driven trowel. Begin final troweling
when surface produces a ringing sound as trowel is moved over surface. Consolidate concrete
surface by final hand-troweling operation, free of trowel marks, uniform in texture and
appearance, and with a surface plan tolerance not exceeding 1/8’ in 10’ when tested with a
uniformity of texture and color must be demonstrated and approved by the engineer, on an eight
foot (8’) section of sample paving during construction. This demonstrated method and texture
shall then be maintained throughout the construction.
303-5.8 Backfillinp and Cleanuo, 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 start of
cleaning.
The following is the minimum effort that will be acceptable.
1.
e
Spray a 1,000 SF section with a nontoxic foam degreaser and allow to sit for three to
five minutes.
Spray subject area with steam using 600 psi steam machine.
Powder wash area with steam using 600 psi team machine.
If necessary, spot clean (remove pain, gum, etc.) with light west sandblast.
2.
3.
4.
Objective is to leave brick and concrete free of dirt, oil, gum, paint and other unsightly
substances.
0
106
SECTION 304 METAL FABRICATION AND CONSTRUCTION
304-1 Fabrication:
A.
B.
C.
D.
Verify dimensions on site prior to shop fabrication.
Fabricate items with joints tightly fitted and secured.
Fit and shop assemble in largest practical sections, for delivery to site.
Grind exposed welds flush and smooth with adjacent finished surface. Ease expost
edges to small uniform radius.
E. Exposed Mechanical Fastening: Flush countersunk screws or bolts; unobtrusive
located; consistent with design of structure, except where specifically noted otherwisc
Make exposed joints butt tight, flush, and hairline.
Supply components required for anchorage of metal fabrications. Fabricate anchoral
and related components of same material and finish as metal fabrication, except whe
specifically noted otherwise.
F.
G.
304-2 Finish:
A. Shop Painting:
1. Preparation for painting and painting shall comply with SSPC "Manual
Preparation shall be in accordance with PT2 or PT3.
Apply paint to a dry film thickness of 2.5 to 3.5 mils. Paint surfaces which w
be inaccessible after assembly or erection for a total dry film thickness of not le
that 4.5 mils.
Omit shop paint on surfaces to be enclosed in concrete, surfaces in high streng
bolted friction type connections, tops of beam in composite construction, surfac
to receive welded stud, and surfaces to receive cementious fire protection.
All primer paint shall be compatible with the finish coatings described in Sectic
09900 of these specifications.
2.
3.
4.
B.
304-3 Execution:
Galvanize items to minimum 1.25 oz/sq ft zinc coating in accordance with ASTM A381
107
3043.1 PreDaration:
A.
B.
C.
D.
a
Obtain City Engineer approval prior to site cutting or making adjustments not scheduled.
Clean and strip site primed steel items to bare metal where site welding is scheduled.
Make provision for erection loads with temporary bracing. Keep work in alignment.
Supply items required to be cast into concrete or embedded in masonry with setting
templates, to appropriate sections.
304-3.2 Installations:
A.
B.
C.
D.
Install items plumb and level, accurately fitted, free from distortion or detects.
Perform field welding in accordance with AWS D. 1.
After installation, touch-up field welds, scratched or damaged surfaces with primer.
Install expansion joint covers and compression seals in accordance with manufacture’s
recommendations.
SECTION 306 - UNDERGROUND CONDUIT CONSTRUCTION
a
306-1 OPEN TRENCH OPERATIONS
18” RCP shall have a minimum cover of one (1) foot below finished grade. Bedding may be
aggregate base per these specifications. Compaction shall be a minimum of 90% density and
backfill shall be mechanically compacted.
306-1.1.6 BRACING EXCAVATIONS, add the following:
The Contractor shall furnish all labor, equipment, and materials required to design, construct
and remove all sheeting, shoring and bracing or other equivalent method of support for the walls
or open excavations required for the construction of this project.
Excavation for any trench or structure 5 feet or more in depth shall not begin until the Engineer
has reviewed the Contractor’s detailed plan for worker protection from the hazards of caving
ground.
Such plan shall be submitted at least 5 days before the Contractor intends to begin excavation
and shall show the details of the design of shoring, bracing, sloping or other provisions to be
made for worker protection during such excavation. No such plan shall allow the use oi
shoring, sloping or a protective system less effective than that required by the Construction
Safety Orders of the Division of Industrial Safety; and if such plan varies from the shoring
system standards established by the the Construction Safety Orders, the plan shall be prepared
@
108
and signed by an Engineer who is registered as a Civil or Structural Engineer in the State a
California.
Prior to the beginning of excavations requiring shoring, the Contractor shall designate in writing
by name, to the Engineer, the person whose responsibility it is to supervise the project safet
measures and the installation and removal of sheeting, shoring and bracing.
In addition to shoring the excavations in accordance with the minimum requirements of th
Industrial Safety Orders, it shall be the Contractor's responsibility to provide any and a
additional shoring required to support the sides of the excavation against the effects of load
which may exceed those derived by using the criteria set forth in the Industrial Safety Orders
The contractor shall be solely responsible for any damages which may result from his failure t
provide adequate shoring to support the excavation under any or all of the conditions of gradin
which may exist, or which may arise ring the construciton of the project.
3067 CURB DRAINS, delete and substitute:
DELETE PARAGRAPHS 2 AND 3 AND SUBSTITUTE THE FOLLOWING:
The portion of existing building roof drains under the sidewalk or in the right-of-way shall b
removed and replaced according to San Diego Regional Standard Drawing D-27 and the detai
on the plans. Where extension of an existing roof drain is called for on the plans, said extensia
shall be installed in accordance with the Standard Drawing and these Special Provision!
Payment for the roof drains/extensions shall be as specified in the proposal and the price sha
include full compensation for furnishing all work involved in construction of the ro(
drains/extension as shown on the plans.
SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS
307 STREET LIGHTING AND TRAFFIC SIGNALS - Add the following:
307-1 General
307- 1.1 Descriution
For the purposes of this agreement/contract, Section 86 of the Caltrans Standard Specification
July 1992, as modified herein, shall be considered as the standard specification as set forth
Subsection 2-5.2, Precedence of Contract Documents, of the Standard Specifications for Pub1
Works Construction (S.S.P.W.C.) and shall replace Section 307, Street Lighting and Traff
Signals, S.S.P.W.C. except as referenced herein.
Furnishing and installing traffic signals and highway lighting systems shall conform to tl
provisions in Section 86, "Signals and Lighting", of the Caltrans Standard Specifications, tt
Standard Plans for the State of California, Department of Transportation, dated July 1992, tl
City of Carlsbad Standard Drawings, the San Diego Regional Standard Drawings, tl
S.S.P.W.C. as referenced, and these special provisions as contained in Part 111.
109
City will furnish all signal poles and mast arms for traffic signal installation.
307-1.4 Guarantee, delete the second sentance and replace with the following:
All units and all component parts shall be guaranteed against all defects in materials and
workmanship for a period of not less two years (three years for photelectric control) from the
date of shipment. The supplier will be responsible for return and replacement costs of any units
or component parts found to be defective within the guarantee period, including labor, freight,
shipping and delivery costs. All units or components returned under the guarantee shall be
replaced within thirty days by the supplier.
307-3.5 Low Pressure Sodium Street Lighting Luminaries.
Luminaries shall conform to Section 86-6.0 1, "High-Intensity-Discharge Luminaries", of the
Caltrans Standard Specifications, and theses Special Provisions.
Luminaries shall be the cutoff type with a flat lens.
Each luminaire shall be furnished with an integral regulator ballast and type IV photoelectric
control (Section 86-6.07A, "Types", of the Caltrans Standard Specifications) for use on a
a
0 multiple 120 v circuit.
Low pressure sodium luminaries shall be completely assembled, furnished with a lamp and
ballast and an integral photoelectric control unit, and shall comply with the following
requirements:
Low pressure sodium luminaries shall be enclosed type with horizontal burning lamp.
Luminaries shall be the cutoff type, suitable for street lighting use.
Luminaries shall be manufactured by a manufacturer who is now regularly engaged in
the manufacture of street lighting luminaries.
Each luminarie shall consist of a housing, a reflector, a flat lens, a lamp socket, an
integral ballast, a removal ballast tray, a lamp support, a terminal strip, a capacitor and
a slip fitter. The reflector may be integral part of the housing.
e
110
The luminarie housing shall be of corrosion resistant die cast aluminum, of 0.0625-inc
minimum thickness, corrosion resistant aluminum sheet and plate with conceale
continuous welds, or of acrylonitrile butadiene styrene sheet material (3/32-inc
minimum nominal wall thickness), on a cast aluminum frame that provides mounting fc
all electrical components and the slip fitter. The housing shall be dividedl into optical an
power components and the slip fitter. The housing shall be divided into optical an
power compartments that are individually accessible for service and maintenance
Position and clamping of the luminaire to the pipe tenon shall be accomplished b
tightening mounting bolts.
Painted exterior surfaces of the luminaire shall be finished with a fused coating c
electronstatically applied polyester powder paint or other ultraviolet inhibiting filrr
Color shall be aluminum grey.
A high temperature neoprene, or approval equal, sealing ring shall be installed in tk
pipe tenon opening to prevent entry of water and insects in the power an optic
compartments.
Access to the power unit assembly shall be through a weather-tight hinged cover secura
with spring type latches or captive screws, to the luminaire housing.
Hardware shall be of high temperature, flame retardant thermoset material wil
selfwiping contacts or may be of other equally durable material. The socket shall t
rated for 660 watts and 1,OOO volts.
The lamp socket shall be of high temperature, flame retardant thermoset material wil
self-wiping contacts or may be of other equally durable material. The socket shall t
rated for 660 watts and 1,OOO volts.
Position of the lamp socket and the lamp support shall maintain the lamp in corm
relationship with reflector for designed distribution pattern.
Candlepower distribution shall be ANSI Type 111, short distribution, for cutc
luminaries.
Each luminaire shall at a mounting height of 34 feet, maintain a minimum of 0
footcandle ate least 90 feet each side, along the longitudinal roadway line below ti
luminaries, and a minimum of 0.35 footcandle at a transverse roadway distance from tl
luminaire location equal to 1.5 times the luminaire mounting height.
Certified luminaire performance data shall be furnished as part of the Equipment List a
Drawings as specified in Section 86-1.03 of the Caltrans Standard Specifications. Tk
data shall include compete photometric test data in the form of isolux charts at a sca
of one inch equals 20 feet, for the luminaire and lamp sizes indicated on the plans.
111
Alternate data may be in the form of horizontal footcandle values recorded on a 15 foot
x 15 foot grid extending 90 feet longitudinally each side of the light source, and 15 feet
behind and 90 feet in front of the light source, for the luminaire and lamp sizes and the
mounting height indicated on the plans. The horizontal footcandle levels in the data
submitted shall equal or exceed the levels specified in these Special Provisions. Failure
to meet the referenced values will be justification for disapproval for the luminaries.
The photometric test shall be performed and certified by an independent and recognized
testing laboratory. Subsequent to the Contractor's installation of any luminaries, field
checks may be performed at random by the Engineer and calculated according to the
illuminating Engineer Society "Guide for Photometric Measurement of Roadway Lighting
Installation (LM-50)" approved in July 1974. Failure to meet or exceed the referenced
values during field checks will be justification for replacement by the Contractor.
a
Low pressure sodium lamps shall conform to the following:
The lamps shall be 180-watt, single ended, bayonet base, tabular gs discharge lamps
suitable for street lighting use.
Low pressure sodium lamps shall have a minimum of 93 percent maintenance of initial
lumens during rates life and shall comply with the following minimum performance a requirements:
Lamp Designation SOX 180
Nominal Watts 180
Initial Lumens 33,000
Rated Avg. Life (Hrs)
(@ 10 Hrs/Start)
Operating Position Horizontal k 20 degrees
Low pressure sodium lamps shall reach 80 percent of light output within 10 minutes and
shall restrike within one minute after an outage due to power interruption or voltage drop
at the lamp socket.
The base of the lamp shall have a device that will allow the installer to indicate the
month and year of installation.
Ballasts for low pressure sodium luminaries shall be the autotransformer or high reactance type
and, when operated with the lamp, shall have the following characteristics and maintain the
following lamp operation:
The power factor shall not be less than 90 percent when the ballast is operated at nominal
line voltage.
Lamp wattage regulation spread, at any lamp voltage form nominal through life, shall
not vary by more than +6 percent for +lo percent input voltage variation.
a
112
The lamp current crest factor shall not exceed 1.8 at nominal lime voltage.
Ballast losses shall not exceed 24 percent for 180-watt ballasts at nominal line voltage
A signal multi-circuit connector shall be provided for quick disconnection of ballast traj
307-3.7 Photoelectric Control Unit. The photoelectric control unit shall consist of photoelectrj
unit in a weatherproof housing which plugs into an EEI-NEMA twist lock receptacle integr;
with the luminaire.
The photoelectric unit shall provide an output in response to changing light levels and sha
remain stable throughout the life of the control unit.
The control unit shall contain a solid state photoelectric cell suitable for operation with 120V c
240V line supply as noted on the plans. The unit shall have a minimum rated load capacity (
1 ,OOO volt-amperes.
The control unit shall have an ON/OFF ratio of one (1) to one and one-quarter (1 1/4) fa
candles.
The control unit shall fail in the "ON" position in the event of photoelectric cell failure.
END OF SECTION 307 - SEE ADDITIONAL SPECIFICATIONS IN PART III 0
SPECIAL PROVISIONS - Supplemental Provisions to the CALTRANS Standar
Specifications Section 86
SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION
308-1 General:
During installation contractor shall observe safe practices in accordance with City of San Die{
Standard Specifications, and all appropriate Federal, State, and Local Laws concerning safe jc
practices.
308-2.3 Weeding. Tomoil PreDaration and Conditioning, add:
308-2.3.1 General. add:
Weed eradication for entire projects site. After irrigation installation but before plantii
installation, the contractor shall irrigate the entire project site three to four times over seven
ten days to germinate existing weed seeds. Allow weed seeds to grow until thev reach
maximum height of two to three inches. She/he shall then apply the post-ennerger.. I.erbicic
per manufacturer's specifications and instructions.
Weed eradication for shrub area and groundcover area (planted from flats). Three tc ' I :r da:
after these plants have been installed, the contractor shall apply the pre-emergent herbxide p
manufacturer's specifications and instructions.
113
Raised planters shall be backfilled with type "A" topsoil to within 2" of the top of
planter/median.
Contractor shall supply rt 2' - 6" of type "A" topsoil in all medians (typical). See landscape
Plans for median locations.
308-2.3.2 Fertilizing and Conditioninp Procedures, delete and substitute:
Cultivation. The entire planted areas shall be plowed, disked in 2 directions to a depth of 12",
then dragged with a fine tooth harrow.
Chemical and Physical Correction.
intimately blended 8" deep in all planted areas.
e
After cultivation, the following correctives shall be
250 lbs. Agricultural Gypsum per 1,OOO sq. ft.
20 lbs. Iron Sulfate per 1,OOO sq. ft.
100 lbs. Calcium Carbonate Lime (CaCo3) per 1,OOO sq. ft.
5 cubic yards of Soil Amendment - Type A per 1,OOO sq. ft.
Rate of application is for bidding purposes only - soil test may reduce or increase total soil
amendment yardage. Adjustments (plus or minus) may be necessary. Contractor shall obtain
at least two soil tests of final grade at site and submit results to city engineer for interpretation
and recommendation.
The entire project shall then be irrigated with a deep watering schedule to leach out salts. A
total of six (6) inches of water shall be applied at the rate of one (1) inch per application. The
soils shall then be tested again by the agricultural chemist for PH and salts. If soil is found to
be in the appropriate range, then nutritional correction may take place. If the soil is not
acceptable to the chemist, it shall be further leached through deep irrigation until it is acceptable.
Nutritional correction. After soil has been chemically corrected, contractor shall amend and
rototill 40 lbs. of 1-10-10 fertilizer per 100 SF into the top 8" of soil.
The contractor shall apply post-plant 14-7-3 fertilizer at the rate of 20 lbs. per lo00 SF, 60 days
after planting and every 60 days through the end of the maintenance period.
308-4 PLANTING:
308-4.1 Generai, add:
Actual planting be performed during those periods when weather and soil conditions are suitable
and in accordance with locally accepted horticultural practice and after the irrigation system is
complete, as approved by the Engineer. No planting shall be done in any area until it has been
satisfactorily prepared in accordance with these specifications. Soil moisture level prior ta
planting shall be no less than 75% of field capacity. The determination of adequate soil
moisture for planting shall be the sole judgement of the engineer and his decision shall be final.
The contractor shall obtain approval of planting pits before planting operations shall begin. If
114
the soil moisture level is found to be insufficient for planting, all planting pits shall be filled wit
water and allowed to drain before starting planting operations. No more plants shall b
distributed in the planting area on any day can be planted and watered on that day.
All plants shall be planted and watered as herein specified immediately after removal of th
containers. Containers shall not be cut prior to pit preparation and the plants shall be plante
immediately thereafter.
308-4.2 Protection and StoraPe, add:
The contractor’s on-site plant storage area shall be approved by the engineer prior to the deliver
of any plant materials. Any plant determined ny the engineer to be wilted, broken, or otherwir
damaged shall be rejected at any time during the project whether in the ground or not. A
plants shall be handled by its trunk or stem shall be rejected. All rejected plants shall b
removed from the site immediately.
308-4.5 Tree and Shrub Planting add:
Planting backfill shall be a thoroughly blended mixture of existing site soil and soil amendmen
at the following mixture:
Soil Conditioner 114 CY
Site Soil 314 CY
Iron Sulphate
Gypsum
Planting Tablets as noted.
Fertilizer planting tablets (21 Gram size) shall be placed with each plant at the following rate
ONE (1) TABLET PER 1 GALLON CONTAINER
TWO (2) TABLETS PER 5 GALLON CONTAINER
FOUR (4) TABLETS PER 15 GALLON CONTAINER
ONE (1) TABLET PER EACH TWO (2) INCHES OF BOX SIZE CONTAINER
All plants which settle deeper than specified shall be raised to correct level or replaced
directed by the Engineer.
Pruning shall be limited to the minimum necessary to remove injured twigs and branches, a
to compensate for loss of roots during transplantation, but never to exceed one-tenth (l/lOth) t
branching structure.
Pruning may be done only with the approval of, and in the presence of the City Engineer.
1 lb./per CY of mix
10 Ibs./per CY of mix
115
308-4.6 Plant Staking and Guying, add:
All boxed trees shall be staked to the satisfaction of the Engineer. Trees planted in tree grates
shall be single-staked. (See details).
Refer to section 212-1.5.3 these addenda for approved staking materials and guying materials.
308-5 Irriyation System Installation, See Part I1 of Special Provisions - Supplemental
provisions to the Carlsbad Municipal Water District Rules and Regulations for Use of Reclaimed
Water for Landscape Irrigation.
308-6 Maintenance and Plant Establish, add:
The maintenance period shall be 120 days, or until final acceptance.
The 120 day maintenance period shall begin the day after all punch list items have been
completed and the engineer certifies final acceptance of the projects. All plant material shall
have been planted and established for a minimum of thirty (30) days prior to the start of the 120
day maintenance period. No separate payment will be made for landscaping care and remedial
work during construction and/or the thirty (30) day establishment period.
The contractor shall provide complete landscape maintenance of all planting areas. The work
shall include, but not be limited to, watering, litter control, weed control, stake repair,
cultivating, repair of irrigation systems, and control of diseases and pests.
All planted areas, except hydroseed areas, shall be treated with an approved granular
pre-emergent herbicide according to manufacturer’s specifications at the beginning of the
maintenance period and if the product specifies, additional scheduled treatments on a regular
schedule, as required through the maintenance period.
At the direction of the Engineer, the contractor shall control weeds, disease, and pest infestations
in the planting areas. The Engineer shall approve all methods and materials for such control.
Upon approval, the contractor shall implement the control measures exercising extreme caution
in using pesticides and talung 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 and 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 30 days following
completion of 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 achieve acceptable plant establishment.
a
0
116
Contractor shall call for a final inspection two (2) weeks before the end of the 120-da
maintenance period. Failure to pass inspection will result in an extension of the maintenanc
period for such period as the Engineer deems necessary.
308-7 Guarantee, add:
All 15 gallon and larger trees installed under the contract shall be guaranteed to live and gro7
for one (1) year from the day of final acceptance of contract work.
All other plant material, including ground covers, shall be guaranteed to live and grow for
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 perim
shall be replaced immediately. The Engineer shall be the sole judge as to the condition of tf
material. Material found to be dead or in poor condition within the guarantee period shall 1:
replaced by the contractor at his expense within fifteen (15) days. Replacement shall be mad
to the same specifications required for the original plantings.
Contractor shall call for a final inspection two (2) weeks before the end of the 120 da
maintenance period. Failure to pass inspection will result in an extension of the maintenanc
period for such period as the Engineer deems necessary.
309 MONUMENTS, modify as follows:
309-2 Materials. Delete "Agency" from the second paragraph and add "Contractor" in its placr
309-4 Payment. Begin the first sentence with "For public contracts".
310 - PAINTING: modify section 310-5 as follows:
310-5 PAINTING VARIOUS SURFACES
310-5.6 Painting. Traffic Strioing. Pavement Markings, and Curb Markings. Dele1
Section 310-5.6 and substitute the following:
310-5.6 Final Traffic SigninP, StriDing. Pavement Marking
310-5.61 General. Traffic signing, striping and pavement marking shall conform to the Plan:
the State of California Traffic Specifications Sections 56.82, 84 and 85; and the State (
California Department of Transportation Traffic Manual, all as supplemented and modifie
herein.
310-5.7 Signing. Traffic signing shall conform to the following requirements.
310-5.7.1 General. The Contractor shall provide and install all final siyx, nxkers an
markings and delineators at locations shown on the plans and specified herein.
117
310-5.7.2 Sim Materials. Signs shall conform to the current requirement of Section 56 of the
State of California, Department of Transportation Traffic Sign Specifications specified herein
with the changes indicated.
a
"Specifications for Reflective Sheeting Aluminum Signs't
310-5.7.3 Sign Post Materials. Sign posts shall be 10 gage 1-3/4 inch square galvanized steel
breakaway with sign post anchor and anchor sleeve as manufactured by Telspar (or equal).
310-5.7.4 Installation of Traffic Siyns. Traffic signs shall be installed at the locations shown
on the plans and as specified herein. The signs shall be mounted on posts in accordance with
Section 56, "Signs" of the State Standard Specifications. All fastening hardware is to be
provided by the Contractor. Where possible, install signs on luminaire pole.
310-5.7.5 Pavment. All costs for final signing shall be included in the Lump Sum price bid
final for signing and no additional compensation will be allowed therefore.
310-5.8 Markers and Delineators. Markers and Delineators shall conform to the materials and
installation requirements specified in Caltrans Standard Specifications Section 82.
310-5.9 Traffic StriDes and Pavement Markings. Traffic stripes and pavement markings as
indicated are required shall conform to the requirements specified in Caltrans Standard
Specifications Section 84, except:
0
1. The Contractor shall layout (cat track) immediately behind installation of surface
course asphalt and as the work progresses. The first coat of paint shall be done
immediately upon approval of striping layout by the Engineer.
The Contractor shall provide all material required for execution of the work;
Delete all references to measurement and payment;
Paint shall be rapid dry water borne in accordance with State Specifications No.
2.
3.
4.
80 10-42L-30;
5. Pavement striping and marking shall be applied in two coats, a minimum off
seven (7) days apart, and all streets shall include raised pavement markers;
temporaq striping shall be applied in one (1) coat minimum.
Existing pavement markings in conflict with the plans shall be removed by
sandblasting by the Contractor; and
Paint end of median noses yellow.
6.
7. 0
118
310-5.9.1 Pavment. Final striping, signage, traffic and pavement markings as indicated an
required shall be included in the lump sum price bid for striping, and no additional compensatic
will be allowed therefore.
Final traffic signing and striping shall be paid for at the Lump sum prices bid and shall inch
applicable labor, tools, equipment, materials and incidentals for doing all Work in installing tf
traffic signing and striping.
310-6 TemDorarv Traffic. Signing. StrkinP. Pavement Markinps and Pavement Markt
and Temoorarv RailinP (Type K).
310-6.1 General. Temporary pavement delineation consisting of temporary traffic stripe
temporary pavement markings and temporary pavement markers shall be applied at the locatio1
shown on the plans. The temporary traffic stripe, temporary pavement marking and tempora
pavement markers shall be complete in place at the location shown, prior to opening the travele
way to public traffic. Temporary traffic stripes shall be applied in one coat. Temporary traff
stripes shall be maintained by the Contractor so that the stripes are clearly visible both day ar
night. Reapplication of the stripes and markings shall be repainted at the Contractor’s expensc
Except as otherwise provided below, temporary pavement markers shown on the plans shall bc
at the option of the contractor, either of the following removable type temporary reflective raise
pavement markers or equal:
TFPM, manufactured by DAPCO Davidson Plastics Company, 18726 East Valley Highwa!
Kent, Washington 98032, Telephone (206) 25 1-8140.
Stimsonite Chip SeaYTemporary Overlay Ma.rket (Model 300 and 301, manufactured by Joh
C. Herberger Co., Traffic Safety and Control, San Diego, California, Telephone (619) 29:
5772.
Temporary pavement markers shall be placed in accordance with the manufacturer’s instruction;
Temporary pavement markers shall be cemented to the surfacing with the adhesive recommende
by the manufacturer, except epoxy adhesive shall not be used to place temporary pavemei
markers in areas where removal of the markers will be required.
Temporary pavement markers which conflict with a new traffic pattern, or applied to the fin;
layer of surfacing or existing pavement to remain in place, shall be removed, when no long(
required for the direction of public traffic, as determined by the Engineer.
119
The Contractor may use reflective pavement markers for temporary pavement markers except,
when the temporary pavement markers are used to replace patterns of temporary traffic stripe.
Reflective pavement markers used in place of the removable type pavement markers shall
conform to the section entitled "Pavement Markers" of these special provisions except; the 14-
day waiting period before placing the pavement markers on new asphalt concrete surfacing as
specified in Section 85-1.06, "Placement", of the Caltrans Standard Specifications shall not
apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal
of the markers will be required. Reflective pavement markers used for temporary pavement
markers will be paid for as temporary pavement markers.
310-6.1.1 Measurement and Payment. Temporary traffic striping and markings shown on the
plans will be paid for as a part of the Lump Sum cost for traffic control.
The Lump contract price paid for traffic striping and markings shall include full compensation
for furnishing all labor, materials, tool, equipment, and incidentals and for doing all the work
involved in applying, maintaining and removing temporary traffic stripes and pavemenl
markings, complete in place, as shown on the plans, as specified in the Standard Specification
and these special provisions, and as directed by the Engineer.
Full compensation for furnishing, placing, maintaining, removing the temporary reflective raised
pavement markers, used for the temporary laneline and centerline delineation which is not shown
on the plans, including the signing specified for "no passing" zones; and for providing equivalenl
patterns of the permanent traffic lines when required; shall be considered as included in the
Lump Sum prices paid for that item of work.
310-6.2 Channelizers. Channelizers shall be new surface mounted type and shall be furnished,
placed and maintained at the locations shown on the plans and shall conform to the provision5
in Section 12, "Construction Area Traffic Control Devices," of the Caltrans Standard
Specifications and these special provisions.
Channelizers shall be, at the Contractor's option, one of the following types, or equal:
e
TYE Manufacturer of Distributor
Safe-Hit Safe-Hit Corporation
S H23 6MA 1930 West Winton Avenue, Building #11
Hayward, CA 94545
Telephone (4 15) 783-6550
Carsonite International Corporation
Carson City, NV 89701
Telephone (702) 883-5 104
Carsonite "Super Duck"
SDF-436 2900 Lockheed Way
a
120
Rep "The Replaceable
Post" P.O. Box 7
Western Highway Products
Stanton, CA 90680
Telephone (800) 422-4420
Channelizer shall provide the Engineer with a Certificate of Compliance in accordance with th
provisions of Section 6-1.07, "Certificates of Compliance," of the Caltrans Standar
Specifications. Said certificate shall certify that the channelizers comply with the plans an
specifications and conform to the prequalified design and material requirements approved by th
engineer and were manufactured in accordance with the approved quality control program.
At the option of the Contractor, channelizers bases may be cemented to the pavement using hc
melt bitumen adhesive and in the same manner provided for cementing pavement markers t
pavement in the section of these provisions entitled "Pavement Markers. 'I
310-6.2.1 Pavment. The price paid for channelizer (surface mounted) shall be included in th
Lump Sum price for traffic control and include full compensation for furnishing all lab01
materials, tools, equipment and incidentals and for doing all the work involved in furnishing ar
placing, the channelizers, as shown on the plans, as specified in the Caltrans Standar
Specifications and these special provisions, and as directed by the Engineer.
310-6.3 Signing. Signing for traffic control shall conform to the following requirements.
310-6.3.1 General. The Contractor shall provide and install all traffic control signs, markers
markings and delineators at locations shown on plans and specified herein.
310-6.3.2 Sign Materials. Signs shall conform to the current requirements of Section 56 of th
Sate of California, Department of Transportation Traffic Sign Specifications, and these specia
provisions.
310-6.3.3 Installation of Traffic Signs. Traffic signs shall be installed at the locations showi
on plans and as specified herein. The signs shall be mounted on posts in accordance wit
Section 56, "Signs" of the Caltrans Standard Specifications. All fastening hardware is to b
provided by the Contractor.
310-6.3.4 Pavment. All costs for signing for traffic control shall be included in the Lump Sur
Price Bid for temporary traffic control and no additional compensation will be allowed therefore
The contractor is referred to Section 7-10 of the SSPWC. The Engineer may modify T.C.P
as necessary to provide safe passage through the job site at no additional cost to the City
T.C.P.'s not shown in the plans shall be submitted by the contractor for agency approval an
the cost for miscellaneous traffic control plans shall be included in the lump sum price bid fa
traffic control and no additional compensation will be allowed therefore. Progress payments fo
"Traffic Control" shall be based on a percentage of the improvement of the work completed.
12 1
310-6.4 TEMPORARY RAILING AND CRASH CUSHIONS
310-6.4.1 General. Temporary railing (Type K) shall be placed at the location shown on the
plans, specified herein or as ordered by the Engineer and shall conform to the provisions in
Section 12, "Construction Area Traffic Control Devices," of the Caltrans Standard Specification
and these special provisions.
The first paragraph in Section 12-3.08, "Temporary Railing (Type K)," of the Caltrans Standard
Specifications is amended to read:
a
Temporary Railing (Type K) shall consist of interconnected new or undamaged used
precast concrete barrier units as shown on the plans. Exposed surfaces of new and used
units shall be freshly coated with a white color paint prior to their first use on the
project. The paint shall conform to the provisions in Section 91-4.05, "Paint; Acrylic
Emulsion, Exterior White and Light and Medium Tints." Temporary sand filled crash
cushions (TSFCC) shall be provided at the ends of each reach of temporary railing. The
TSFCC shall be installed per Caltrans standard drawings T1 and T2 for approach speeds
of 45 miles per hour. The TSFCC array shall be appropriate to the application as shown
on said standard drawing.
The last sentence of the seventh paragraph in said Section 12-3.08 of the Caltrans Standard
Specifications is deleted.
The first two sentences of the twelfth paragraph of Section 12-3.08 of the Caltrans Standard
Specifications are amended to read:
Where shown on the plans, threaded rods or dowels shall be bonded in holed drilled ir
existing concrete. Drilling of holes and bonding of threaded rods or dowels shall
conform to the provisions for drilling and bonding dowels in Section 83-2.02D(I)
"General," of the Caltrans Standard Specifications.
Temporary sand filled crash cushions shall be of the type shown on the plans and installed a1
both ends of the temporary railing (Type K). Temporary crash cushions shall be installed ir
accordance with Caltrans approved specifications and array alignments, see CALTRANS
drawings T1 and T2. Particular care shall be taken to assure that crash cushions are installa
with adjacent soil levelled to match the elevation of the bottom of the temporary railin8
immediately adjacent to the crash cushions.
310-6.4.2 Payment. Payment for temporary crash cushions shall be included in the Lump Sun
price for Traffic Control.
e
122
Special Provisions
n. Supplemental Provisions to the Carlsbad
Municipal Water District Rules and Regulations
For Use of Reclaimed Water for Landscape
Irrigation
Part 1 Special Provisions Methods
Part 2 Special Provisions Materials
Part 3 Special Provisions Installation
123
SUPPLEMENTAL SPECIFICATIONS
The following are specifications which are to supplement the Carlsbad Municipal Water District
Rules and Regulations for use of reclaimed water for landscape irrigation.
a
Part 1 Special Provisions - Methods
SPECIAL PROVISIONS
Part 1 shall conform to part 1 of the Standard Specifications for Private Irrigation Systems
Carlsbad Reclamation Rules and Regulations for Construction of Reclaimed Water Mains, 1991
Edition, where applicable, except as hereinafter modified, revised, and/or changed:
1.2 Requirements add the following:
F. Submit a list of all imgation equipment to be used, manufacturer’s brochures,
maintenance manuals, guarantees and operating instructions to the Landscape
Architect.
1.4
The Contractor shall dimension from two permanent points of reference, building comers,
sidewalk,curbs or road intersections, etc., the location of the mainline and control wire route
at 25 foot intervals and to the center point of the following items:
Add the following items to be included on the record drawings:
Record Drawings add the following: 0
8. Master Control Valve
9. Flow Sensor
10. Filters
11.
12.
13.
14. Moisture sensing stations
Ball or gate valves (mainline isolation valves)
In-line Pressure Regulators or Check Valves
Automatic controllers and rain sensors
Add the following sections:
1.7 General Requirements
A. Extreme care shall be exercised in excavating and working in the area due to existing
utilities. Contractor shall be responsible for damages caused by his operations.
Connections shall be made at approximately the locations shown on the drawings
Contractor shall be responsible for minor changes caused by actual site conditions.
Landscape headers and mowing strips shall be in place before installation of sprinkle1
0 B.
C.
124
system.
Scaled dimensions are approximate. Before proceeding with any work, the Contract(
shall carefully check and verify dl dimensions.
Plan locations of heads, valves, controller and pipe lines are diagrammatic and indica
the spacing and relative locations of all installations.
Dielectric bushings shall be used in any connections with piping of dissimilar met
materials.
Point of connection shall be approximately as shown on drawings. Connect ne
underground piping and valves and provide all flanges, adapters or other necessax
fittings for connection.
Prior to beginning work contractor shall acquaint himself with all site conditio1
pertaining to the execution of the work contemplated under this section. No request fc
additional payment due to the contractor’s failure to allow for site conditions will t
considered.
D.
E.
F.
G.
H.
1.8 Operation and Maintenance Manuals
Prepare and deliver to the Owner’s Representative within ten calendar days prior to completic
of construction, two hard cover, three rings binders containing the following information:
A. Index sheet stating Contractor’s address and telephone number, list of equipment wi
name and addresses of local manufacturers representatives
Catalog and parts sheets on all material and equipment. B.
C. Guarantee statement.
D.
E.
Complete operating and maintenance instructions for all major equipment.
In addition to the above mentioned maintenance manuals, the contractor shall provide tl:
Owner’s maintenance personnel with instructions for major equipment and show evidenc
in writing to the owner’s representative at the conclusion of the project that this has bet
rendered.
Time required for irrigation system maintenance and management shall be logged by ti
contractor during the contracted maintenance period. This information shall be used fc
future landscape maintenance budgets.
F.
125
1.9 Cooperation with Other Trades
Plans and specifications for the entire project are available at the job site. Examine thoroughly
These plans and specifications prior to the installation of the work and arrange and coordinate
the work of this section with the work of the other trades to the extent that the installation is
accomplished without undue delay. Call to the attention of the Landscape Architect any points
of conflict between the work of this section and that of the other trades. No additional cost will
be permitted to accomplish the above.
1.10 Existing Site Utilities
Verify the location of existing utilities in all areas where excavation is to be performed.
Extreme caution shall be exercised during all excavation to prevent interruption or severance of
existing utilities. Do not break or break into any pipe, conduit, or concrete encasement except
as shown. When such obstructions prevent the installation of this work, the Landscape Architect
shall be notified. Location of utilities other than those shown which may exist within the site
are unknown. Location of utilities is approximate.
e
Part 2 Special Provisions = Materials
Part 2 shall conform to Part 2 of the Standard Specifications for Private Irrigation
Systems included in the Carlsbad Reclamation Rules and Regulation for Construction of
Reclaimed Water Mains, 1991 Edition, where applicable, except as hereinafter modified,
revised, and/or changed:
a
2.2 Equipment to be Furnished ADD the following:
4. Extra sprinkler heads with nozzles, drip emitters and screen filter elements equal in
number to 6% of the total of each type used on this project (minimum of 3).
Two remote control valve box keys for each controller installed
PVC Pressure Mainline Pipe and Fittings: ADD the following:
Polyvinyl Chloride Schedule 80 Risers and Nipples. Type 1, Grade 1, Schedule 80, high
impact molded, manufactured from virgin compounds as specified for piping. Threaded
ends shall be molded threads only . Machined threads are not be acceptable. PVC
Schedule 80 nipples and risers shall conform to ASTM D-2464.
Thread Lubricant: Thread lubricant shall be Teflon ribbon-type, suitable for threaded
installations as per manufacturer’s recommendations.
Add the following section:
5.
2.3
F.
G. a
2.6 Automatic Controllers ADD the following:
126
D. Automatic controllers shall include installation of rain sensing / shutoff devices i
specified in the irrigation legend.
Electric control valves: Replace with the following:
Zone control valves shall be plastic remote control valves suitable for dirty watt
conditions. Valves shall be Model PES-B as manufactured by Rainbird.
Master control valves shall be cast iron and brass, normally open, = remote contrc
valves suitable for dirty water conditions. Valves shall be Model 2160 as manufacture
by Ghiswold Controls.
As required by C.M.W.D. the valve shall be purple. Valves shall be painted with Tn
Test XO-33 OSHA Purple.
Valves shall be labeled as Reclaimed Water Valves as described in C.M.W.D. Speci,
Private Reclaimed Water Notes. The tag shall be attached to the valve cover with val~
cover bolt.
Electric Control Valve Box: ADD the following:
Use 12" plastic valve box for all remote control valve installations, swing and/or sprin
check valve installations and control wire pull boxes, to enclose and mark control wii
splices or communication cable splices. Box shall be #170106 with purple cover i
manufactured by Ametek.
Use jumbo rectangular valve box (approx. 24" x 17" x 12")with purple cover for scree
filter installations. Use extensions to provide clearance for filter maintenance as shob
in the detail drawing. Box shall be # 190160 with purple cover as manufactured b
Ametek.
Use 10" diameter plastic round pit valve box with purple cover for lateral end flus
installations. Box shall be # 181 113 as manufactured by Ametek.
2.8
A.
B.
C.
D.
2.8
C.
D.
E.
2.9 Sprinkler Heads - Drip Emitters ADD the following:
F.
G.
All sprinkler heads or drip emitters shall be as shown on the drawings.
All sprinkler heads or drip emitters on Reclaimed Water systems shall be labeled wit
the recognized purple color and with the words indicating the presents of Reclaime
Water.
ADD THE FOLLOWING SECTIONS:
2.13 Automatic Control Wire and Splices
127
A. Electric wiring runs from controller to the automatic control valves shall be 14 gauge,
solid, single conductor, copper wire, 4/64 in. insulation, Style BR (Direct Burial) or
equal approved in accordance with Section 01630. Common wire run from controller
to the automatic control valves shall be 12 gauge and as described above. Color code
wires to remote control valves and master control valves. Common wire shall be white.
Spare wire shall be yellow.
Wire Splice Connectors shall be water proof as manufactured by Scotch or approved
e
B.
qual.
2.14
A.
Communication Cable / Sensor Cable
Communication cable and field cable to flow sensors hall be Paige P-7172 D-A as
supplied by Calsense.
2.15 Ball Valves
Shall be as specified on the plans.
Backffow Preventer - Reduced Pressure Principle Type
At all water connections to C.M.W.D. distribution mainlines a backflow prevention
device approved by the C.M.W.D. shall be installed according to requirements of the
C.M.W.D. and the Municipality.
The backflow preventer, as specified in the irrigation legend shall be an integral part of
an assembly including a 20 mesh Y-strainer, pressure regulator and two ball valves. The
backflow device assembly shall be assembled as shown in the detail drawings.
Screen Filter / Pressure Regulator
Screen filter shall have a Y-pattern body constructed of durable polypropylene with a 20C
mesh stainless steel filter screen. The filter shall be the size and type specified in tht
irrigation legend.
Pressure Regulator for reclaimed water drip irrigation systems shall be constructed o
brass and include a pressure gauge. The pressure regulator shall be as specified.
2.16
A. o
B.
2.17
A.
B.
2.18 Check or Anti-Drain Valves
Swing and/or spring check valves to avoid lateral line drainage shall as manufactured a!
shown on the drawings or approved equal. a
128
2.19 Drip Emitters
Emitters shall be constructed of durable heat resistant plastic and shall have an interna
highly inert, silicone elastomer valve capable of compensating for pressures between
and 60 P.S.I. with a discharge of 1 G.P.H., 2 GPH or 7 G.P.H per outlet as specifiec
The emitter shall be of the size and type listed in the irrigation legend.
2.20 Bubblers
Bubblers shall be constructed of durable heat resistant plastic and shall be capable (
compensating for pressures between 5 and 90 P.S.I. with a discharge of .25 G.P.b
The bubbler shall be of the size and type listed in the irrigation legend.
2.21 Distribution tubing
A.
2.22 Rain Sensor
Tubing shall be the size as shown on the detail drawings.
Shall be as specified on the plans.
2.23 In-Line Pressure Regulators
In-Line pressure regulators shall be as specified on the drawings.
2.24 Flow Sensor
Shall be as specified on the plans.
Concrete Footings / Thrust Blocks
Concrete shall be 2,000 PSI concrete at 28 c 1s.
2.25
Part 3 Special Provisions - Installation
Part 3 shall conform to Part 3 of the Standard Specifications for Private Irrigatio
Systems Included in the Carlsbad Reclamation Rules and Regulations for Constructio
of Reclaimed Water Mains, 1991 Edition, where applicable, except as hereinaftc
modified, revised, and/or changed:
Excavating and Trenching add the following: 3.2
129
B. 4. All irrigation mainlines routed in front of dwelling units shall be installed a
minimum of 20" to 24" deep to provide the necessary 12" vertical clearance
where crossing the path of the residential water service line. At these crossings
the irrigation mainline shall be sleeved for ten (10) feet from both sides of
crossing.
All irrigation lateral lines routed in front of dwelling units, where Crossing the
path of the residential water service line shall be installed a minimum of 20" to
24" deep to provide the necessary 12" vertical clearance at these crossings.
Road crossings shall be made with PVC Sch 80 sleeves installed at a minimum
depth of 30 inches below finish grade. In cases where a street crossing also
crosses the path of a Potable water line the irrigation line must be installed 12"
below the potable line.
Crossings under paving other than roads shall be made with PVC Sch 40 sleeves
installed at a minimum depth of 18 inches below finish grade. Sleeves
shall be a minimum of two times the diameter of the pipe to be sleeved or as
noted on the drawings.
a
5.
6.
7.
8.
0 3.6 Automatic Controller ADD the following:
B. Automatic Controller shall be installed as shown and as directed. Controller shall be
tested with complete electrical connections. The Controller shall be tested with complete
permanent power for operation and testing purposes. Controller shall be fully operable
prior to any planting operations.
Electrical supply wiring shall be in a rigid PVC plastic conduit from controller to
electrical outlet.
Controllers shall have a weatherproof master switch on the llOv supply side.
C.
D.
3.8 Remote Control Valves ADD the following:
B. Zone Valves: Install remote control valves in locations as indicated. Fit with plastk
valve box and cover as detailed.
C. Master Control Valve: install downstream of backflow prevention or flow sensing
device where shown and as described above.
ADD THE FOLLOWING SECTIONS:
3.18 Valve BOX
Install valve boxes as shown in the detail drawings. Install no more than one valve pel
box. Stencil valve number and controller letter on valve box lid.
130
3.19 Check or Anti-Drain Valves
Install anti-drain valves in lateral lines where shown and as detailed.
3.20 Quick coupler valves
Install all quick couplers as indicated on drawings and as directed. Set all valves plum
and true to finish grade and a maximum of 12 inches from paving, walks, headers (
curbs, and as shown on plans and as directed.
3.21 Ball Valves
Install where indicated and as detailedi.
Screen Filter / Pressure Regulator
Screen Filter shall be installed downstream of the remote control valve of all dr
irrigation systems as shown in the detail drawings
Pressure Regulator shall be installed with the screen filter downstream of the rem0
control valve of all drip irrigation systems connected to the reclaimed water source.
3.22
A.
B.
3.23 Distribution Tubing
A. Tubing shall be brought to finish grade surface only at the point of required watc
emission (see details for emission point spacing).
Tubing shall run to emission point in a relaxed manner (not stretched). Tubing shall t
attached to the PVC lateral wherever possible, otherwise six inches minimum belo
grade and be secured to trench bottom, without kinking, with wire stakes or staples. TI
tubing end can then be tied loosely to the plant base or staked and excess length cut.
B.
3.24 Multi-Outlet Drip Emitter
A. The emitters shall be installed below finish grade directly onto 1/2" PVC Sch 80 nipple
Access sleeves shall be installed directly over the emitter as detailed to mark location an
protect the emitter.
Emission point spacing shall be provided with the use of distribution tubing of require
size from the emitter outlet to the emission point as shown in the detail drawings.
B.
131
3.25 Bubblers
0
Bubblers shall be installed below finish grade within a gravel filled perforated drain pipe
as detailed. The drain pipe shall be have a purple painted cap.
Backflow Preventer - Reduced Pressure Principle Type
Backflow preventer assembly shall be installed two feet (2') away from any obstacles and
in accordance with manufacturer's specifications, located as directed on the drawings,
and shall conform to all applicable code and ordinance requirements.
Exact location and positioning shall be verified on the site.
Backflow preventer assembly shall be a minimum of 6 inches and maximum of two feet
from the meter installed within the public Right-of-way.
Type "K" copper pipe with solder or threaded fittings or Brass pipe and threaded fittings
shall be used to extend the existing water main at the meter to the new reduced pressure
principle backflow prevention device assembly. There shall be no connections or
side-outlet fittings between the meter and the backflow device assembly.
Plumb legs on backflow preventer with brass fittings and risers.
fittings directly upstream and downstream of backflow device assembly as needed.
3.26
A.
B.
C.
D.
o E. Provide reducing
3.27 Check or Anti-Drain Valves
Install where indicated and as detailed.
3.28 Flow Sensor
Flow sensor shall be installed as shown in the irrigation design details at the point of
connection where shown.
Concrete Footings / Thrust Blocks
Concrete shall be 2,000 PSI concrete at 28 days.
3.29
3.30 Remote Control Wire
A.
B.
Direct Burial Control Wire Sizes: As shown and specified hereinbefore.
Provide one control wire and one common ground wire to service each valve in system.
Provide 4 foot minimum expansion loop at each valve and moisture probe to permit a removal, maintenance or adjustment.
132
C. Provide and install 2 spare control wires (yellow in color) from the controller to th
farthest remote control valve on each leg of the irrigation mainline. These wires sha
run through each valve box.
Install control wires at least 12" below finish grade.
Install wires and irrigation mainline piping in common trenches wherever possible
Bundle and tape control wire and sensing at 10 foot intervals.
Control Wire Splices: Allow only on runs of remote control wire more than 500-fee
Splices shall be made according to manufacturers directions. Splices are not advised o
moisture sensing probe wire runs.
Numbering and Tagging: Identify direct burial control wires from automatic valves t
terminal strips of controller at terminal strip by tagging wire with number of connate
valve.
Communication Cable / Sensor Cable
Cable shall be routed to follow the irrigation mainline and lateral lines as much as i
practical. All cable shall be installed as instructed by the manufacturer.
Concrete Footings / Thrust Blocks
Thrust blocks consisting of a minimum of one cubic foot of concrete shall be installe
around mainlines 3" and larger at elbows, tees and other points of directional change.
D.
E.
F.
G.
3.3 1
3.32
a 133
a Special Provisions
III. Supplemental Provisions to the Caltrans
Standard Specifications Section 86
a
134
111. Supplemental Provisions to the Caltrans Standard
Specifications Section 86
861 GENERAL
86-1.03 Eaubment List and Drawings, modify as follows:
Delete the last sentence of paragraph 2 and add new sentence as follows::
The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on tl
cabinet door, shall be combined into one drawing (24"x36") and placed in a heavy duty plast
envelope and attached to the inside of the controller cabinet door so that when the cabinet doc
is open the drawing is oriented with the intersection. The mylar transparency will be submittc
to and retained by the agency.
Add paragraph 5 as follows:
The Contractor shall furnish two each maintenance and operation manuals for all new controllc
units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. T1
maintenance and operation manuals may be combined into one manual. The maintenance manu
or combined maintenance and operation manuals shall be submitted to the engineer at the tin
of signal turn on. The maintenance manuals shall include, but need not be limited to, tt
following items:
(a) Specifications
(b) Design characteristics
(c) General operation theory
(d) Function of all controls
(e) Trouble-shooting procedure (diagnostic routine)
(f) Block circuit diagram
(g) Geographical layout of components
(h) Schematic diagrams
(i) List of replaceable component parts with stock numbers
Add paragraph 6 as follows:
As-Built Drawings
"As-Built" construction plans shall be provided by the Contractor to the City of Carlsbad with
five (5) working days after completion of the project. Two (2) redline copies shall be provide
with changes shown in a contrasting color to the original contract work. Details to be show
on the as-built plans shall include, but not be limited to, location, type and installed depth (
conduit runs, location of loops under overlay, location of pull boxes, changes made to signal ax
lighting poles, and any changes made to traffic signal equipment. As-built plans shall be signe
135
and dated by the Contractor and approved by the City.
86-1.04 The contractor shall warrant the work against defects in materials or workmanship for
a period of one year from the date of acceptance of the work.
86-1.05 MaintaininP Existing and TernDorarv Electrical Systems, delete paragraphs 3 and
4. Payment for maintaining existing and temporary electrical systems shall be included in the
appropriate bid item.
86-1.06 Scheduling of Work, add the following:
Unless otherwise approved by the Engineer, the Contractor shall not perform sub-surface work
consisting of the installation of conduit, foundations, and detectors, prior to receipt of dl
electrical materials and equipment. Materials shall not be stored on-site unless approved by the
Engineer.
Detector loop installation shall take place immediately after asphalt pavement grinding and/or
base course paving and prior to A.C. surface course.
All striping, pavement markings, and signing shall be installed the same day as the signal turn
a
on.
Contractor shall coordinate relocation or modification of any utility facilities with the respective
utility company.
All signal operation coordination shall be made with the Engineer three (3) working days prior
to construction. This includes all signal flash operations, bagging or signal heads, and recall
settings due to cutting of loops, signals modifications, and blocking of lanes.
Unless otherwise approved by the Engineer a minimum of one lane of traffic shall be maintained
in each direction at all times.
86-2 MATERIALS AND INSTALLATION
86-2.01
Densification, S . S. P. W. C.
86-2.02 Removinq and ReDlacinP ImDrovements, Sections 306-1.5 and 7-9 of the S.S.P.W.C
shall apply in addition to this Section.
86-2.03 Foundations, delete first paragraph; add the following:
Street light foundations shall be anchor base type in accordance with S.D.R.S.D. E-1 and E-2
Concrete for foundations shall be 560-C-3250 per Section 20 1- 1, S. S . P. W. C.
ExcavatinP and Backfill, delete paragraph 3; add Section 306-1.3, Backfill anc
136
Delete reference to "Section 4-1.03D" in paragraph 18 and substitute "Section 3-3, Extra Worl s . s . P. w. c. 'I
To the first sentence of the last paragraph substitute "3 feet" for "0.5 foot".
86-2.04 Standards. Steel Pedestals and Posts: Add the following:
All standards shall be round.
86-2.05 Conduit
86-2.05A Material, add the following:
Rigid non-metallic conduit shall be used for all installations.
86-2.05C Installation, add the following:
Location of conduit runs on the plans are diagrammatic only and the actual run locations ax
subject to the approval of the engineer.
When an asphalt overlay will be done in conjunction with the signal or lighting improvement:
open cut methods for conduit installation may be used in the street area under the overlaj
These trenches shall be backfilled to existing finished asphalt grade with 190-E-1000 concret
slurry the Same day as excavated.
When no asphalt overlay is to be done in conjunction with the signal or lighting improvement
conduit runs other than street crossings will be limited to the right of way behind curb. Condu
shall be installed utilizing the bore and jack method under existing PCC improvements and unde
existing AC improvements when no new overlay will be done. After boring the hole and pric
to removal of the boring tool, UL listed heavy wall schedule 40 PVC conduit shall be pulle
back through the bored hole. A suitable sized drill bit for the conduit size being bored an
jacked shall be used as approved by the Engineer.
Conduit runs other than street crossings will be limited to the right of way behind curb fc
retrofits where no new asphalt overlay will be done as part of the work. Where a new asphd
overlay will be done, conduits may be installed in the street under the future overlay utilizin
open cut methods. Trenches in the street utilizing the rock-wheel method shall be backfille
with 190-E-1000 concrete slurry. The slurry shall be placed flush with the existing finished A(
grade.
Damaged surface improvements shall be replaced by the contractor at his expense.
Depth of conduit for all installation methods shall be 30" in the street and 18" behind cur
minimum or as otherwise shown on the plans.
Conduits shall not be placed under sidewalk. Conduits shall be placed in joint trench pe
detail on Civil Drawings.
137
Conduit shall be installed utilizing the bore and jack method under existing PCC improvements
and under existing AC improvements when no new overlay will be done. After boring the hole
and prior to removal of the boring tool, UL listed heavy wall schedule 40 PVC conduit shall be
pulled back through the bored hole. A suitable sized drill bit of the conduit size being bored
and jacked shall be used as approved by the Engineer.
Three inch minimum conduit shall be utilized for all street crossings when cable is required.
Note is made that each parcel is likely to have water, gas, sewer and other utility services.
Damages to these facilities will be repaired the same day at no cost to the agency.
After conductors have been installed, the ends of conduits terminating in pull boxes and cabinets
shall be sealed with an approved type of sealing compound.
When abandoning an existing conduit in place, the Contractor shall remove all existing
conductors.
86-2.06 Pull Boxes, modify first sentence as follows: Pull boxes shall be installed at each
street light pole and as shown on the plans and as specified. Street light pull boxes are to be
behind walk where right of way permits.
86-2.06A Materials, add the following:
Pull boxes, pull box covers, and pull box extensions shall be concrete as shown on Carlsbac
Supplemental Standard Drawing GS-21. Pull box lids shall be equipped with lock down bolts.
86-2.06B Cover Marking, add the following: Street lighting pull box lids will be marked witt
the words "Street Lighting".
86-2.86C Installation and Use, add the following:
Pull boxes shall be installed in accordance with Carlsbad Supplemental Standard Drawing
Circuits crossing the roadway will have a pull box on both sides.
When S.D.G. & E. handhole or transformer is utilized as a service point the first pull box wil
be located adjacent to the handhole or transformer.
"PB" will be stamped in the curb face at all pull box locations.
86-2.08 Conductors, add the following:
86-2.08C Series Circuit Conductors - Delete, series lighting circuits are not allowed.
862.0830 Signal Cable - Signal cable shall be installed in lieu of individual conductors.
Signal cable shall conform to the following:
0 The cable jacket shall be black polyethylene with an inner polyester binder sheath and shal
be rated for 600 volts and 75" C. All cables shall have clear, distinctive, and permanen
138
markings on the outer surface throughout the entire length of the cable showing th
manufacturer's name or trademark, insulation designation, number of conductor sizes, an
the voltage rating of the jacket. Filler material, if used, shall be polyethylene material.
Individual conductors in the cable shall be solid copper with Type THWM insulation, an
shall conform to the requirements in Section 86-2.08, "Conductors," of the Standarl
Specifications, and ASTM Designation: B 286. The minimum thickness of Type THWP
insulation, at any point, shall be 13 mils for conductor sizes No. 14 and No. 12, and 1:
mils for conductor size No. 10. The minimum thickness of the nylon jacket shall be 4 mil
at any point.
Three conductor signal cable shall consist of three No. 14 conductors. The cable jacket shal
have a minimum average thickness of 45 mils and a minimum thickness at any point of 36 mil:
The nominal outside diameter of the cable shall not exceed 0.40-inch. The color code of thl
conductors shall be blue/black stripe, blue/orange stripe, and white/black stripe.
The 3-conductor cable shall be used for pedestrian pushbuttons and a spare.
Five conductor signal cable shall consist of five No. 14 conductors. The cable jacket shall hav
a minimum average thickness of 45 mils and shall have a minimum thickness at any point of 3
mils. The nominal outside diameter of the cable shall not exceed 0.50-inch. The color code c
the conductors shall be red, yellow, brown, black and white.
Nine conductor cable shall consist of eight No. 14 conductors and one No. 12 conductor. Th
cable jacket shall have a minimum average thickness of 60 mils and shall have a minimui
thickness at any point of 48 mils.
The nominal outside diameter of the cable shall not exceed 0.065 inch. The color code for Nc
12 conductor shall be white. The color code for No. 14 conductors shall be as follows:
j
red yellow/black stripe
yellow browdblack stripe
brown black
red/black/stripe hite/black stripe
139
Twelve conductor signal cable shall consist of eleven No. 14 conductors and one No. 12
conductor. The cable jacket shall have a minimum average thickness of 60 mils and shall have
a minimum thickness at any point of 48 mils. The nominal outside diameter of the cable shall
not exceed 0.70-inch. The color code for the NO. 12 conductor shall be white. The color code
and functional connections for the No. 14 conductors shall be as follows, unless otherwise
directed by the Engineer:
0
e
The 12-conductor cable shall be used for vehicle signals, pedestrian signals spares and the signi
common.
e
140
Twenty Eight conductor signal cable shall consist of 27 No. 14 conductors and one No. 1(
conductor. The cable jacket shall have a minimum average thickness of 80 mils and shall havc
a minimum thickness at any point of 64 mils. The nominal outside diameter of the cable shal
not exceed 0.90 inch. The color code for the No. 10 conductor shall be white. The color codt
and functional connections for the No. 14 conductors shall be as follows:
141
Each signal cable, except 28-conductor, shall be marked, in each pull box, showing the signal
standard to which it is connected.
Vehicle and pedestrian signals shall be connected to the 28-conductor cable with a 12-conductor
cable. The 12-conductor cable shall be installed from the terminal compartment to the adjacent
pull box, and spliced.
Signal interconnect Cable (SIC) shall consist of twelve No, 20 minimum, stranded tinned copper
conductors as shown on the plans. Each conductor shall be insulated with 0.013 inch, minimum
nominal thickness, color coded, polypropylene material. Conductors shall be in twisted pairs.
Color coding shall distinguish each pair. Each pair shall be wrapped with an aluminum
polyester shield and shall have a No. 22 or larger, stranded, tinned copper drain wire inside the
shielded pair.
The cable jacket shall be black, high density polyethylene, rated for a minimum of 300 volts and
60" C., and shall have a nominal wall thickness of 40 mils, minimum. The cable jacket or the
moisture-resistant tape directly under the outer jacket shall be marked with the manufacturer's
name, insulation type designation, number of conductors and conductor size, and voltage and
temperature ratings.
Splices shall be made only where shown on the plans or in controller cabinets. A minimum of
three feet of slack shall be provided at each splice and six feet at each controller cabinet.
86-2.09 Wiring, the followings:
86-2.09D SDlicing, modify as follows:
All splices shall be made using crimp type compression connectors as shown on Es-13 and said
splices shall be soldered.
The ends of loop detector lead-in cables terminating at the controller cabinet shall have crimped
and soldered loop terminals.
86-2.093. Mice Insulation, add the following:
All splices of conductors shall be insulated with heat shrink tubing of the appropriate size after
thoroughly painting the spliced conductors with electrical insulating coating. Heat shrink tubing
shall be medium or heavy wall thickness, irradiated polyolefin tubing containing an adhesive
matic inner wall. Minimum wall thickness prior to contraction shall be 0.04-inch. When
heated, the inner wall shall melt and fill all crevices and interstices of the object being covered
while the outer wall shrinks to form a waterproof insulation. Each end of the heat-shrink tube
or the open end of the end cap of heat-shrink material shall, after contraction, overlap the
conductor insulation at least 1% inches. Heat-shrink material shall conform to UL Standard
E46645 600V 125" C.
0
142
All heat-shrink tubing shall also meet the following requirements:
Shrinkage Ratio: 33 percent, maximum, of supplied diameter when heated
to 102°C and allowed to cool to 25°C.
350 kilovolts per inch, minimum.
lOI4 ohms per centimeter, minimum.
2,000 Ibs. per square inch, minimum.
Dielectric Strength:
Resistivity:
Tensile Strength:
Operating Temperature: 55°C to 135°C.
Water Absorption: 0.5 percent, maximum.
When three or more conductors are to be enclosed within a single splice using heat-shrinl
material, mastic shall be placed around each conductor, prior to being placed inside the hea
shrink material. The mastic shall be the type recommended by the manufacturer of the heat
shrink material.
After contraction, the ends and seams of heat-shrink material shall be painted with electrica
insulating coating.
Heat-shrink material shall be heated as recommended by the manufacturer.
86-2.095 Fused SDlice Connectors, modify sentence one, paragraph one as follows:
Install a fused disconnect splice connector in the handhole of each pole between the line and thc
ballast. Additionally, the line conductor in the circuits first pull box will be fused for circui
protection.
86-2.10 Bonding and Grounding, and the following:
Grounding of street lights shall conform to S.D.R.S.D. E-2, method 1. Ground rod to be in pu
box.
86-2.11 Services, modify paragraph 12 to read as follows:
The Contractor shall arrange with the servicing utility to complete service connections fo
permanent installations and the City will reimburse the contractor for all fees required by th
utility.
Delete first sentence of paragraph 13.
Modify paragraph 15 as follows:
Substitute "Section 3-3, Extra Work, S.S.P.W.C" for "Section 4-1.030."
143
86-2.14 Testing, modify the first paragraph of referenced Section 6-3.01, General, as follows:
Unless otherwise specified, all tests of signals, lighting, and electrical systems equipment and
materials shall be performed by a qualified agent approved by the City by methods approved by
the City and at the cost of the Contractor. This refers specifically to the controller and may be
extended to any or all items questioned as to their suitability. Test methods shall be submitted
to the City for approval.
86-2.14A Materials Testing, delete second sentence of first paragraph; delete paragraphs 4,
5, and 6.
86-2.14B Field Testing, add the following:
Field testing shall conform to the provisions in Section 86-2.14B "Field Testing" of the Caltrans
Standard Specification and these Special Provisions.
Insulation resistance testing (megger) for traffic signal and lighting conductors shall be
preformed in the following order:
0
Signals - After conductors are connected to signal head terminal, and before connection
to controller.
Lighting - Before fuses are installed in fused splice connectors.
Load side conductors in signal heads shall be disconnected from terminal blocks during
the test.
The full cost for the Contractor performing this field testing in the presence of the
Engineer shall be included in the lump sum price for Traffic Signal and Street Lighting
Installation and no additional payment will be allowed therefore.
86-2.14C Functional Testing, add second sentence to paragraph 3 as follows:
Turn ons will not be done Mondays, Fridays or the day prior to a City holiday. The contract01
shall give the inspector a minimum of three (3) days advance notice of turn on date.
86-3 CONTROLLER ASSEMBLIES
86-3.05 Controller Assembly Testing, modify second sentence of second paragraph as follows
A Certificate of Compliance with the approved procedure and test report signed by a responsible
managing employee of the City approved testing agent shall accompany each controller assemblq
0
included in the work.
86-3.08 Auxiliarv Ea uiprnent
86-3.08B(2), Modulated Light Signal Detection System - Each modulated light signal detectior
system shall conform to the details shown on the plans and these special provisions.
144
(A) General - Each modulated light signal detection system shall consist of an optical emittc
assembly or assemblies located on the appropriate vehicle and an optic;
detector/discriminator assembly or assemblies located at the traffic signal.
Each system shall permit detection of class two emergency vehicles. Class I1 (emergencj
vehicles shall be capable of being detected at any range up to 1,800 feet from the optic;
detector.
The modulation frequency for Class I1 signal emitters shall be 14.035 Hz & 0.250 Hz.
(B) Emitter Assembly - Each emitter assembly shall consist of an emitter unit, an emittc
control unit and connecting cables and shall conform to the following:
1. General - Each emitter assembly, including lamp, shall be designed to operate ove
an ambient temperature range of - 34°C to 60°C at both modulation frequencies an
to operate continuously at the higher frequency for a minimum of 3,000 hours :
25°C ambient before failure of lamp or any other component.
Each emitter unit shall be controlled by a single, maintained-contact switch on th
respective emitter control unit. The switch shall be capable of being located to b
readily accessible to the vehicle driver. The control unit shall contain a pilot ligl
to indicate that the emitter power circuit is energized and shall be capable c
generating only Class I1 modulating code.
Functional - Each emitter unit shall transmit optical energy in one direction only
The signal from each Class I1 signal emitter unit shall be capable of being detecte
at a distance of 1,800 feet when used with a standard optical detection/discriminatc
assembly.
The standard optical detection/discriminator assembly to be used in making th
range tests shall be available from the manafacturer of the system. A certifie
performance report shall be furnished by the contractor with each assembly.
Electrical - Each emitter assembly shall be capable of providing full light outpi
with input voltages of between 12.5 and 17.5 volts DC. An emitter assembly sha
not be damaged by input voltages up to 7.5 volts DC above supply voltage. Th
emitter assembly shall not generate voltage transient, on the input supply, whic
exceed the supply voltage by more than 4 volts.
Each emitter assembly shall consume not more than 100 watts at 17.5 volts DC an
shall have a power input circuit breaker rated at 10 to 12 amperes, 12 volts DC.
The design and circuitry of each emitter shall permit its use on vehicles with eithe
negative or positive ground without disassembling or rewiring of the unit.
2.
3.
145
4. Mechanical - Each emitter unit shall be housed in a weatherproof corrosion-resistant
housing. The housing shall be provided with facilities to permit mounting on
various types of vehicles and shall have provision for aligning the emitter unit
properly and for locking the emitter unit into this alignment.
Each emitter control unit shall be provided with hardware to permit its mounting in
or on an emergency vehicle or mass transit vehicle. Where required for certain
emergency vehicles, the emitter control unit and all exposed controls shall be
weatherproof.
0
(C) Optical Detection/Discriminator Assembly - Optical detection/discriminator assembly
shall conform to the following:
1. General - Each optical detection/discriminator assembly shall consist of one or more
optical detectors, connecting cable and a discriminator module.
Each such assembly, when used with standard emitters, shall have a range of at
least 1,800 feet for Class I1 signals. Standard emitters for Class I1 signals shall be
available from the manufacturer of the system. Range measurements shall be taken
with all range adjustments on the discriminator module set to "maximum".
Optical Detector - Each optical detector shall be a waterproof unit capable of
receiving optical energy from two separately aimable directions. The horizontal
angle between the two directions shall be variable from 180 degrees to 5 degrees.
The reception angle for each photocell assembly shall be a maximum of 8 degrees
in all directions about the aiming axis of the assembly. Measurements of reception
angle will be taken at a range of 1,800 feet for a Type I1 emitter.
All internal circuitry shall be solid state, and electrical power shall be provided bj
the associated discriminator module.
Each optical detector shall be contained in a housing, which shall include twc
rotatable photocell assemblies, an electronic assembly, and a base. The base shall
have an opening to permit its mounting on a mast arm or a vertical pipe nipple, 01
suspension from a span wire.
The mounting opening shall have female threads for 3/4 inch conduit. A cab16
entrance shall be provided which shall have male threads and gasketing to permi
a waterproof cable connection. Each detector shall weigh not more than 2Y2 pound!
and shall present a maximum wind load area of 36 square inches. The housing shal
be provided with weep holes to permit drainage of condensed moisture.
Each optical detector shall be installed, wired and aimed as specified by thr
manufacturer.
2. e
a
146
3. Cable - Optical detector cable shall meet the requirements of IPCEA-S-61
402/NEMA WC 5, Section 7.4, 600 volt control cable, 75"C, Type B and th
following:
a. The cable shall contain three conductors, each of which shall be No. 20 (7x28
stranded, tinned copper with low-density polyethylene insulation. Minimur
average insulation thickness shall be 25 mils. Insulation of individm
conductors shall be color coded: 1-yellow, 1-blue, 1-orange.
The shield shall be either tinned copper braid or aluminized polyester film wit
a nominal 20 percent overlap. Where the film is used, a No. 20 (7x28
standard, tinned, bare drain wire shall be placed between the insulata
conductors and the shield and in contact with conductive surface of the shield
The jacket shall be black polyvinyl chloride with minimum ratings of 600 volt
and 80" C and a minimum average thickness of 45 mils: The jacket shall b
marked as required by IPCEA/NEMA.
The finished outside diameter of the cable shall not exceed 0.35 inch.
The capacitance, as measured between any conductor and the other conductor
and the shield, shall not exceed 48 picofarads per foot at 1,000 Hz.
b.
c.
d.
e.
f. The cable run between each detector and the controller cabinet shall b
continuous without splices or shall be spliced only as directed by the detectc
manufacturer.
4. Discriminator Module - Each discriminator module shall be designed to b
compatible and usable with Model 170 controller unit and to be mounted in th
input file of a Model 332 controller cabinet, and shall conform to the requirement
of Chapter I of the State of California, Department of Transportation. "Traffi
Signal Control Equipment Specifications," dated April, 1978, and to all addend
thereto current at the time of project advertising.
Each discriminator module shall be capable of operating one channel.
Each discriminator module, when used with its associated detector shall be capabl
Of:
a.
b.
Receiving Class I1 signals at range of up to 1,800 feet.
Decoding the signal on the basis of frequency at 14.035 HZ& 0.255 HZ fc
Class I1 signals.
147
c. Establishing the validity of received signals on the basis of frequency and
length of time received. A signal shall be considered valid only when received
for more than 0.50 second. No combination of Class I signals shall be
recognized as a Class I1 signal regardless of the number of signals being
received, up to a maximum of ten signals. Once a valid signal has been
recognized its effect shall be held by the module in the event of temporary loss
of the signal for a period adjustable from 4.5 seconds to 11 seconds in at least
2 steps at 5 seconds +OS second and 10 seconds +OS second.
Providing an output for each channel that will result in a "low" or grounded
condition of the appropriate input of a Model 170 controller unit. For Class
I1 signals the output shall be steady.
0
d.
Each discriminator module shall receive electric power from the controller cabinet
at either 24 volts DC or 120 volts AC.
e
a
148
Each channel together with its associated detectors shall draw not more than 1C
milliamperes at 24 volts DC nor more than 100 milliamperes at 120 volts A(
Electric power, one detector input for each channel and one output for each channe
shall terminate at the printed circuit board edge connector pins listed below.
Board edge connector pin assignment shall be as follows:
ADC ground P NC
B +24VDC
C NC
D Detector input Channel A R NC
E +24 VDC to detectors S NC
F Channel A output (C) T NC
U NC
H Channel A output (E) V NC
J Detector input, Channel B W Channel B
output (C)
K DC Ground to detectors X Channel B
Output (E)
L Chassis ground Y NC
M AC- Z NC
N AC+
u Slotted for Keying
(NC) Not connected; cannot be used by manufactured
for any purpose
(C) Collector
(E) Emitter
Two auxiliary inputs for each channel shall enter each module through the front panel connect0
Pin assignment for the connector shall be as follows:
Auxiliary detector 1 input, Channel A
Auxiliary detector 2 input, Channel A
Auxiliary detector 1 input, Channel B
Auxiliary detector 2 input, Channel B
1.
2.
3.
4.
149
Each channel output shall be an optically isolated NPN open collector transistor capable
of sinking 50 milliamperes at 30 volts and shall be compatible with Model 170 controllei
unit inputs.
Each discriminator module shall be provided with means of preventing transients received
by the detector from affecting the Model 170 controller assembly.
Each discriminator module shall have a single connector board, shall be capable of being
inserted into the input file of a Model 332 cabinet and shall occupy one slot width of tht
input file. The front panel of each module shall have a handle, to facilitate withdrawal.
and the following controls and indicators for each channel:
1.
2.
a
Three separate range adjustments each for Class I1 signals.
A three-position, center-off, momentary contact switch, one position (down
labeled for test operation of Class I signals, and one position (up) labeled for tes
operation of Class I1 signals.
A "signal" indication and a "call" indication for Class I1 signals. The "signal'
indication denotes that a signal above the threshold level has been received. P
"call" indication denotes that a steady, validly coded signal has been received
These two indications may be accomplished with a single indication lamp
"signal" being denoted by a flashing indication and "call" with a stead!
indication.
In addition, the front panel shall be provided with a single circular, bayonet
captured, multi-pin connector for two auxiliary detector inputs for each channel
Connector shall be a mechanical configuration equivalent to a MIL-C-26482 wit1
10-4 insert arrangement, such as Burndy Trim Trio Bantamate Series, consistin1
Of
0
3. a
Wall mounting receptacle, GOBIO-4PNE with SM20M-1S6 gold plata
pins.
Plug, G6LlO-4SNE with SC20M-1S6 gold plated sockets, cable clamp an(
strain relief that shall provide for a right angle turn within 2.5 inche
maximum from the front panel surface of the discriminator module.
0
4. Cabinet Wiring - The Model 332 cabinet has provisions for connections betwee
the optical detectors, the discriminator module and the Model 170 controller unit
Wiring for a Model 332 cabinet shall conform to the following:
Slots 12 and 13 of input file "J" have each been wired to accept a 2-channe
module.
a
150
Field wiring for the primary detectors, except 24-volt DC power, shall terminat
on either terminal board TB-9 in the controller cabinet or on the rear of input fil
"J", depending on cabinet configuration. Where TB-9 is used positio
assignments shall be as follows:
POSITION ASSIGNMENT:
4
5
7
8
Channel A detector input, 1st module (Slot 5-12)
Channel B detector input, 1st module (Slot 5-12)
Channel A detector input, 2nd module (Slot J-13)
Channel B detector input, 2nd module (Slot 5-13)
The 24-volt cabinet DC power will be available at Position 1 of terminal board TB-1 i
the controller cabinet.
All field wiring for the auxiliary detectors shall terminate on terminal board TB-0 in th
controller cabinet. Position assignments are as follows:
POSITION ASSIGNMENT
7 +24vdc from (J-13E)
8
9
10
11
12
Detector ground from (J- 13K)
Channel A auxiliary detector input 1
Channel A auxiliary detector input 2
Channel B auxiliary detector input 1
Channel B auxiliary detector input 2
(D) System Operation - The contractor shall demonstrate that all of the components of th
system will perform satisfactorily as a system. Satisfactory performance shall b
determined using the following test procedure:
1. Each system to be used for testing shall consist of an optical emitter assemblj
an optical detector, at least 200 feet of optical detector cable and a discriminatc
module.
The discriminator modules shall be installed in the proper input file slot of Mod6
332 controller cabinet. The controller cabinet, together with a Model 17
controller unit with the appropriate operating program, a Model 210 monitor un
and 120-volt AC power will be available as shown on the plans and as indicate
elsewhere in these special provisions.
2.
151
3. One test shall be conducted using a Class I1 signal emitter and a distance of 1,800
feet between the emitter and the detector. All range adjustments on the module
shall be set to "Maximum" for each test.
Each test shall be conducted for a period of one hour, during which the emitter
shall be operated for 30 cycles, each consisting of a one minute "on" interval and
a one minute "off" interval. During the total test period (1) the emitter signal
shall cause the proper response from the Model 170 controller unit during each
"on" interval and (2) there shall be no improper operation of either the Model
170 controller unit or the monitor during each "off" interval.
a
4.
86-3.11 Model 170 Controller Assemblies, add the following:
The controller assembly shall be a Type 170 unless otherwise specified and shall be equipped
with Type 200SA local intersection control program and a full compliment of prom chips. The
Model 332 cabinet shall be aluminum.
86-4 TRAFFIC SIGNAL FACES AND FITTINGS.
86-4.01 Vehicle Sim Faces.
86-4.01B Signal Sections, add the following:
Signal section housing shall be aluminum metal type. All signal faces and all arrow indications
shall be provided with 12 inch sections and glass lenses.
All lamps for traffic signal units (including programmed visibility type) shall be furnished by
the Contractor.
86-4.01C Electrical ComDonents, modify second and third paragraphs as follows:
Each lamp receptacle shall be wired with a conductor, connected to the shell of the receptacle,
with white insulation, and a conductor, to the bottom or end terminal of receptacle, with black
insulation color-coded as follows:
0
Red signal -solid red insulation
Yellow signal -solid yellow insulation
Green signal -solid blue insulation
These conductors shall, in turn, be connected to a terminal block mounted inside at the back ol
the housing. The terminal block shall have sufficient screw type terminals to terminate all fielc
conductors and lamp conductors independently, with separate screws. The terminals to whick
field conductors are attached shall be permanently identified or conductors shall be color coda 0 to facilitate field wiring.
152
86-4.05 Pedestrian Signal Faces, add the following:
Pedestrian signals shall be Type G with international symbols. Each Type G pedestrian sign;
shall consist of a housing with front screen, a message plate and two light sources, eac
consisting of luminous tubing and power supplies for the luminous tubing.
The message plate shall be 1/8-inch nominal thickness, ultraviolet-stabilized, prismatic-patterne
polycarbonate plastic; 3/ 16-inch nominal thickness hammered wire-glass; or 3/ 16-inch nominz
thickness ultraviolet-stabilized, prismatic-patterned acrylic plastic. The message plates shall hav
a flat-back surface over the entire projected area except where the symbols are located. Th
material used to mask the message plate shall be hard and durable and shall bond such that
will not flake nor peel when the message plate is in use or is washed. The symbols shall be th
only illuminated portion of the message plate.
The message plate shall be sealed to a polycarbonate case to form a dust tight and weatherproc
module. The module shall contain and properly support the luminous tubing and power supplier
Each light source shall have a separate power supply. Each power supply shall require less tha
30 watts with a power factor of not less than 90 percent over a range of input voltages from 10
to 130, at a frequency of 60 (& 1)Hz.
Each symbol shall not be less than 11 inches high and not less than 7 inches wide.
86-5 DETECTORS
86-5.01 Vehicle Detectors
86-5.01A Inductive EOOD Detectors
86-5.01A(4) Construction Materials, add the following:
Loop wire shall be Type 2. Loop lead-in cable shall be Type "B". Conductors for loop detecta
lead-in cable shall be 2 No. 16 (19x29) stranded, tinned cooper.
86-5.01A(5) Installation Details, add the following:
The additional length of conductor for each loop homerun shall be twisted together into a pai
before being placed in the slot and conduit to the termination pull box.
Like numbered detector loops, when shown on the plans, shall be connected to the same detecta
lead-in cable.
Residue resulting from slot cutting operations shall not be permitted to flow across shoulders a
lanes occupied by public traffic and shall be removed from the pavement surface.
The Contractor shall test the detector with a motor-driven cycle, as defined in the Californi
Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the Stat
of California, or a bicycle. The engine displacement of the vehicle shall not exceed 100 cubi
153
centimeter. Special features, components or vehicles designed to activate the detector will not
be permitted. The Contractor shall provide an operator who shall drive the motor-driven cycle
through the response or detection area of the detector at no less than 3 miles per hour nor more
than 7 miles per hour.
86-5.02 Pedestrian Push Buttons, add the following:
Pedestrian push buttons shall be Type B metal.
0
86-6 LIGHTING
86-6.01 High Pressure Sodium Luminaires, add the following:
Luminaires shall be high pressure sodium vapor with integral photo electric cells.
Each luminaire shall be provided with an internal ballast assembly (including ballast, capacitor,
and lamp starter unit). All connections from the ballast assembly shall be made with a single
multi-circuit connector or individual color-coded NEMA tab connectors. Field connections to
the luminaires shall terminate on a barrier type terminal block secured to the housing.
Glare shields are required.
The luminaires shall be constructed and installed in such a manner as to provide Type I11
distribution with the outer edge of the luminaire's housing below the entire light sources and all
glassware.
The luminaires' optical assembly shall provide without the addition of external shielding, a 90"
cutoff with no significant light emitted above the horizontal.
86-6.01A (1) (a) Lap-Tvpe Regulator Ballasts, add the following:
Ballasts shall be the lag regulator type.
86-6.02 Poles, add the following: Matching poles shall be used in areas where there are existing
street lights or concrete poles. Reinforced ornamental round concrete poles with exposed
aggregate will be used in all other areas unless specified otherwise.
86-6.065 Internallv Illuminated Street Name Signs, change paragraph five to read as follows:
Signs shall be Type A.
0
86-7 REMOVING. REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 0 86-7.02 Reinstalling Removed Electrical Equioment, delete paragraph 4. No equipment will
be salvaged unless specifically noted on the plans.
86-8 PAYMENT
154
86-8.01 Payment, modify as follows:
Lump sum price for signals and lighting shall be measured as defined in State of Californj
Standard Specifications, Section 86, dated January 1988.
Delete reference to "Section 86-1.05, Maintaining Existing and Temporary Electrician Systems
in paragraph two.
e 155
a
Appendix
a
MEET EXISTING PAVEMENT GRADE
OR STiiEET GRADE
C2R8 FACE ‘2ANSITIONS AND \
AREAS SilALL NOT EXTEND INT(
RETURNS, DRIVEWAYS, ALLEY
ENTRANCES. OR ANY C’JER CUI
OPENING. DEPRESSION SHALL t
r------
CONDITK OR STET GRADE
LCCAL DEPRESSION
118' EDGE TAPER
----
-------
SECTION A- A SECTION B-B
MOLDED LETTEiiS
[SEE NOTE 21
0 W
COVER REINBRCSNG PUN
NOTES:
I). USE STEEL COVER WHEN SUBJECTED
THICKNESS EXTENSION 21. PULL 5OX COVER SHALL 3E MARKED
TRAFFIC LOADS COVER UlN OEPTH
EDGE 1 BOX AN0 L * W * R
NO 'STREET LIGHTING' WHERE PULL 90
I 314' ~XTENS~ON 15 3/8" 10 118' 1 1/8- CONTAINS STREET LIGHTING CONDUC
ONLY 'HIGH VOLTAGE" SHALL BE A
5 1 2- 1 22- 23 l/4- 13 3/4- I 1/4' WHERE VOLTAGE IS ABOVE 600 VOLT
31 THE L AND W OlMENSlONS OF THE C
SEAT SHALL 9E 11'9" GREATEF? THAN * 'OP DIMENSION
COVER DIMENSIONS
41 COMPACT EARTH UNDER AND AROUND
PULL 9ox
e
a
r a
CjCUEnULE OF INSTALLATION
1. CONTQACTOR SHALL AOJUST Ah VALVE i METE2 BOX TO EG. AFT1 5IOEW4% 14 INSTALLED i APPG 2 CITY * WILL 5ET METER, BAl
CG'NCPET'E ME73 ~XkJ4EE TAfi&$$W) IF LOCATION I5 INVE ICUUQ ZONE, LIU WALL BE CA4T /RON
TYPE'K 59FT COPPER
NOTE.
I. ALL CliPPEP JOINT5 TO 8E SILVER SOLDERED (5EE PAGE 19 702 5PGClFICATlONS.)
NEAR€? COUPLING 017 TAP
A.C. PIPE.
FORD F'3-703 2. TAP TO MAIN TO BE UiNlMUM OF 10" FROM ( M.I.F! X FLAE]
08L.STWPS4OGtE - JCNE5 J-379 3. NO TAPS SHALL fie ALLOWED ON M.O.A.
4. ALL EXPOSED COPPE3 SUAU PjE WRAPPET.
5. NOTAPPED ALP CCUPtlNG5 ALLOWED.
METE? ! VALVE 41ZE TAfiLE
METER 5/g" I 3J4" 1 I'
PIPE 1' 1 1" 1 "
CORP 4TOP 1' I I' I"
ANGLE STOP I" 1 I' I *I
SACCCE 1' x A.C..? DIA.
UENOTES AREA r0 qE METER ROX BROOKS 375 COX.) ''h WRAPPED - SEE PAGE fy7ooKs 371 ST-.)
63/~3- B~/s^ (O'J2' 19 FOR SPECIFICA- TIONS .2 METERS 4PACEQ5 &$:.e gi/2. 10716.
I' Q**
TO TO TEMP
1'90' ' f'rEE u
4ENV(NP)
COSTA REAL MUNICIPAL WATER DISTRIC'
DETAIL OF REVISION<- APPR. 1 DATE OATE-
JAN. 19
PREPARED av: ' I" WATER SERVICE CONNECTION DRAWING NO
~ CRMWD e.... FOR 5/8", 3/4" & ("METERS f
.. .
L
17" X 36' METE!? NX, @ROOKS G6 SERIES
z
d 2
cy LIl
-
0UU13LE 5TRAP F3PONZE FLARE SERVICS CLAMP
QUAREZ fiENI7 COUPLIN( (WEAT ELL MAY 6E USE TO MAKE TFll5 ANGLE, 51 LVEQ SOLDEEi3
TYPE f SIZES OFVALVE NOTE :
1. 5EE PACE 19 FOR WCPE!?! (FOQ \'/Z'' 4 2- METE25)
P"C0RP STOP - FORO F3-7C;O
JONES J- I929 IS" FROM NEAREST TAP 01; ?ANGLE METER COUP LI NG .
STOP - FOQV FVZ3-777W 3. NO TAP5 ALLOWED ON M.O. A.C. PIPE.
2"VALLVdLVE - FOQO %rFf3-777 4. ALL' EXPOSEV COPPER 5H4 RE. WQA P P EO.
5. METER AN0 BALL VALVE r0 r'k" 6ALL VALVE - FORD flFI3-6GG INSTALLED BY CITY.
(ALL VALVE5 - APPQOVED EQUAL)
SPEC! FICATIONS.
2. TAP MAIN rofi~ .VINIMUM
JONES. J - I5? 5f i 5LOTTt17)
JONES J- 19 I3
JONES J -1913
//,, OENOTES AREA TO 4E WRNP 7;; TEE PAGE 19 WL? SP€CIFKA
COSTA REAL MUNICIPAL WATER DISTRIC
DATE:
JAN.
DETAIL OF RNlSlON I APPR. I DATE
I I :,2" WATER SERVICE CONNECTIQN DRAWING N( ?REPARED 3Y: FOR I i/2" 8 2" METERS 2 C.R.M.WD.
@ WHEN LOCATEi7 %)E!IIE.IO 5luEWALK- 18' FROM d EH. TO 9ACX OF SIOEWALK
..
.... . .. ..
. a
I Ii'/h* I CAST IRON { CEMENT L
NOTE : - I.ROLT.5 AND NUTS 3/A*x 3" HE< k'EAD5.
2. INSTALL F3OLl-5 WITH NUTS ON TOP OF fL
3. SEE PAGE 36 FOQ PAINTrNG SPEClFlCA
6. SEE PAGE. 19 FOR @URIED FLANGE
5. 5EE IMPROVEMENT PIAN5 FOR FIRE
I - 2' cc. Et
=I ax - U
;. 30=g
-W- 5 P EC I F i C A T I 0 N 5.
HY 0 RA N T LOCAT IO N .
4 3'12-h
WIG; r @ UOkr,
DETAIL OF FIRE HYDRANT VASE HOLE5
DEidOTE5 AREAS TO 0E WRAPPEO ,,\\ SEE PAGi 17 FOR 5PECIFiCATlONS
.'COSTA REAL MUNICIPAL WATER DISTRIC- REVIS~ON AWR.] OATE DATE:
DETAIL OF JAN. 19
I FIRE HYDRANT
ASSEMBLY T PREPARED BY:
&. R. M . W D.
# 4 rn around Opening Transition to normal
curb height in 10 ft. Galv. steel anglc continuous and
SECTION B-6
PLAN
L - -- - -. , - -
4
Rounded pipe ends
SECTION C-C SECTION A-A
NOTES:
1. See Standard Drawings 0-1 1 & 0-12 2. Types are desrgnated as follows: (no wing) 6, (one wing) 6-1, (two wings) 8-2. 3. Exposed edges of Concrete shall be rounded with a radius of 1/2".
4. When V exceeds 4' steps shall be installed. See Standard Drawing 0-11 for details.
5. Concrete gutter to match adjacent gutters. 6. An expansion joint shall be placed at the ends of the inlet where the curb is to adjoin.
7. Provide 1/4" tooled groove in top slab in line with back of adjacent curb.
8. Surface of top slab shall be sidewalk finished to drain toward street at a slope of 1/4" per foot.
9. Maintain 1 1/2" clear spacing between reinforcing and surface unles othewise noted.
for additional notes and details.
LEGEND ON PLAN
15' Type 8-1 inlet
A
-c] 15'L
uL%f~,&.aLr &u. M75
Cootamafot R C E 19801 Oar CURB INLET - TYPE B '
._
a
Manhole Frame and Cover Bend Down
4 . # 4 Around pipe 0
Slope floor 121 towards outlet
SECTION A-A
1. See Standard Drawinq D-11 for additional notes and details.
2. Concrete base shall be 560-C.3250
3. All precast components shall be reinforced with 1/4” diameter steel,
4. All joints shall be set in Clan C mortar.
wound spirally on 4” centen. LEGEND ON PLANS
5. Maintain 1 1/2”clear spacing between reinforcing and surface unless ------- ------I------ 0 _------
otherwise noted.
6. Exposed edges of concrete shall be rounded with a radius of 1/2”.
0
STORM DRAIN CLEANOUT - TYPE A
horizontal reinforcing, see table.
TYPICAL BOX SECTION
STEP DETAIL
1. Concrete shall be 560-C-3250 unless otherwise noted.
2. Reinforcing steel shall comply with this drawing unless otherwise specified.
3. Reinforcing steel shall be intermediate grade deformed bars conforming to latest ASTM specifications.
4. Bends shall be in accordance with latest ACI code.
5. Minimum splice length for reinforcing shall be 30 diameters.
6. Floor shall have a wood trowel finish and, except where used as junction boxes, shall have a minimum
7. Depth V is measured from the top of the structure to the flowline of the box.
8. Wall thickness and reinforcing steel required may be decreased in accordance with table above.
9. Wall thickness shall be stepped on the outside of the box.
slope of 1" per foot toward the outlet.
10. When the structure depth V exceeds 4', steps shall be caa into the wall at 15 inch intervals from
15" above floor to within 12 inches of top of structure. Where possible place steps in wail without
pipe opening, otherwise over opening of smallest diameter.
11. Alternate step may be an approved steel reinforced polypropylene step.
Commna~or R C E 19807 D
Protection bar -
1/2" d Anchor bar
.cJ :
NOTES:
1. Face angle shall be cast into structure continuous for the fuil length "Le.
2. All exposed metal Pam to be hot-dipped galvanized after fabrication.
3. When curb inlet opening height (HI exceeds 6 install 1" B steel protection bar.
4. Install additional bars at 3 1/2" clear spacing above fim bar when opening exceeds 13".
5. When curb inlet opening length exceeds 8' install 1" dsteel support bola, spaced at
not more than 5' O.C.
RECOMMENDED BY THE SAN OlEGO
REGIONAL STANDAROS COMMITTEE
&i9 &A/ &z. /?75
DRAWING NUMBER 0-12 1
hole w W.6 /o- CURB INLET OPENING
.. . .. .
-8
Dimensions shown on plans
Manhole frame and cover, see drawing M-2
#4 @ 3" C.C. total 4
For construction through
existing curb-Existing Gutter For all new construction- Monolithic Gutter
SECTION A-A
3"x 3' Construction Joint
-. .o SECTION B-S 2 1i2"X 2"x 114"x 4'4" Galvinized Steel Angle.
ANCHOR DETAIL
1. Concrete shall be 560-C-3250
2. O=inside diameter of pipe or depth of channel.
3. Section to be doped laterally with top conforming to the
grades of the existing sidewaik and curb.
4. Manhole frame and cover may be deieted with open channel.
5. Trowel finish top surface and reproduce markings of existing sidewalk and curb. 6. Trowel finish floor of outlet. LEGENO ON
CURB OUTLET - TYPE A
0
a
@
f Sidewaik cuts per B B
---------
aI
-1 E A- - > PLAN
z
- a c
Q
SECTION
r
r - -
N Pioa to he 5nishea
flusn with curb. c . - ;;..;I=;, i
&.E a-=J:-L(=Jf .. 6.i b
TYP. SECTION A-A in existing curb and gutter.
SECTION B-8
I - A E!
L 2 u =I - z
aa
APPROVED DRAIN -
b 3 a PIPE SIZES
8" CURB FACE
10" CURB FACE
pl
NOTES Drain shall not occupy 1. Pipe shall be one continuous length from property line to curb line. 2. Multiple pipes to be set a minimum distance of D/2 apart.
3. Concrete shall be 520-C-2500 BLOCK CORNER 4. Pipe shall he circular asbestos cement, cast iron or rigid plastic.
the hatched area
Revision By Approved Date RECOMMENOEO BY THE SAN SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANOARoS CDMM z??B 5-66 - LzzL&/AT&
Modif Y&
Conramator R C E 19807 0
SIDEWALK UNDERDRAIN PIPE DRAWING
NUMBER D-2
6" CURB 8" CURB
Area = 1.09 Sa. FT. Area = 0.89 SQ. FT.
T 1/2" except where elevations
shown indicate otherwise
GUTTER
NOTES: LEGEND ON PLANS
1. Concrete shall be 520-C-2500.
2. See Standard Drawing G.10 for joint details.
3. Slope top of curb 1/4" per foot toward street.
W~,&A!&? &u Cootdlmtor R C.E. 19801 - 01
CURBS AND GUTTER - SEPARATE
2" Weakened Plane Joint
TYPE G & H CURB
with 6" Curb Face
NOTES:
1. Concrete shall be 520C2500.
2. See Standard Drawing 6-10 for joint details.
3. Siope top of curb 114" per foot toward meet.
LEGEND ON PLANS
CURB AND.GUTTER - COMBJNED
.-- -._. _..
2"Weakened Plane Joint
---
B-1 B-2
AREA = 0.79 SQFT. AREA = 1.29 SQ.FT.
1/2" dia. continuous steel bar
2" Weakened Plane Joint
min. length 8" (see note 3)
5-4
AREA = 0.35 SQ.FT. AREA = 0.29 SQFT.
1. Concrete shall be 520-C-2500. LEGEND ON PLANS
2. See Standard Drawing G-10 for joint details.
3. Extruded type 8-3 curb shalt be anchored to existing pavement
by placing steel dowels and reinforcing steel as shown or by
using an approved adhesive.
Type 8-2 Curb and Gutter
Type 6-1, 6-3. 84 Curb
Cuwrwrnr 8 r i 19807 Dm
D RAW1 N G NUMBER 6-6 CURBS AND GUTTER - MEDIANS
!
Width as shown an plan varies a -. -
--- 114" per ft.
lI2" f3 \
T---- 7- m . -. .:..' --.----c------ I
i i
*. :. .. : !
112" R
(v .. , . *, . '. : i 1 I
I I. Weakened Plane Joint I 1
I I I I I I I
_1
I I
I I
2 r --------_ ____ -
L------ -------- -_______ ~
NON-CONTIGUOUS
Width as shown on Plan k
'1 -
-
shown on plan 1/2" R typical
15% Too of Paving ,-_I_. , .. , : 15%
..1 i: :. :.*;.
Revision By Approved
Thickness 4s D s ECONNENOED BY THE SAN DIEGO SAN DIEGO REGIONAL STANDARD DRAWING EGIONAL STANDARDS CONNITTEE
0:
7-
L?&/GI(-&~ &Z H~S Note 1
Note 6 Cooramtor R C E 19807 Dacr
DRAWING CROSS GUTTER Note 7
NUMBER 6-12
*fl Vf.-B. ,/a *e 7n.6, 15-t
5;r 484. 1 G' I
DRAWING NUMBER G-14
Cont. /?d hr.5 ,
'Notations _' d 6 '
CONCRETE DRIVEWAYS Limits e- mn :
a
?.
12" min (typ.) fearher to
TYPE A TYPE 5
Revision 1 By
Overcut ~KP RtCOYUthDfC eT THE SAh DlfGC SAN DIEGO REGIONAL STANDARD DRAWING REGlOh4; SlAhD4R3S COMU 'TI[
Approved I
v,.B. In w z..J,-'LrLL-r r &- ,075 - _.-- . .._. - !>. . '. - -.I . TRENCH RESURFACING TYPES A & B DRAWING NUMBER 6-24 I
s~o.c.3250
560-C-3250 Concrete
_.
Existing P.C.C. Pavement
TYPE-C TYPE-D
GENERAL NOTES
1. Existing A.C. shall be cut and removed in such a manner so as not to tear. bulge or disDlace adjacent pavement. Edges shall be clean and veriicai. All cuts shall be parallel or perpendtcular
to street centerline, when practical. 2. Sloughing of trench unoer pavement shall be cause for requiring additional pavement and base.
NOTES TYPE-C
1. Concrete shall be colored black where required to match existing pavement. Method to be specified by Agency. 2. Minimum concrete thickness:
-5 inches Alleys and local residential street-------
Malor streets and hignwav-------------- 7 inches
Trench resurfacing in P.C.C. pavement shall have the above minimum thickness or match the existing concrete thickness plus one inch whicnever is greater.
NOTES TYPE-D 1. A.C. shall be hot plant mix. 2. A tack coat of ' asahaluc emulsion or paving asphalt shall be applied to the existing A.C.
at all conract surfaces ani fo the portland concrete prior to placing the new A.C.
3. A.C. resurfacing shall be seal coated with an emulsified asphalt and covered with sand.
Chip sealing shall be applied as require0 by Agency.
RLGlOhAL STAMOAROS COYYlll
TRENCH RESURFACING TYPES C & D
.. .-- -. -. - - -
1. Pedestrian ramps showr: on Standard Drawing 6.27 through G-30 do not conform to the requirements
of the State Building Code Part 2, Title 24. C.A.C.) and are not recommended for use on projects with
Federal or State tunding.
2. Areas shown thus: - Shall have a heavy broom "ripple" texture finish, transverse 10 axis of ramp.
3. Areas shown thus: l.",sl Are the minimum reouired for a complete ramp installation snd sha!! be contrete cim 520-C.2500.
4. When pedestrian ramps are installed in or adjacent to existing colored concrete, the new ramp shall be
tinted to match existing concrete color.
5. The removal of existing concrete curb, gutter, sidewalk and pavement tor pedestrian ramp installation shall
6. If obstructions such as inlets. utility poles, fire hydrants, etc., are encountered, the ramp locations may be
adjustea upon the approval of the Engrneer.
7 Where snown on plans ConsIrucr herringbone grooves 114" deep X 1 /4" wtde. 1-lW apan Grooves shall be
aligned parallel to crosswalk stripes to direct blind pedestrians inio appropriate rrosswalk
NUMBER DRAWING G-32 PEDESTRIAN RAMP I I
77
11 I II II 11
i
Y .I d .I
"11'
I I.+: lI.\TA
8 ot
A d
OOQ -.~U j j 'il I1 I I=+
-J--_L--L +€
3 ti- --
W
11 - E -
- (D 11: VI - /I
c ll " I - fE,
-
0 -c
U
e
FREEWAY LOCATION
c+ 0
* -7 r
-..
70-C-2000 Concrete
6" minimum . 8" maximun
.b-.
SECT1 0 N
NOTE:
Encase pipe to the nearest flexibie joint.
LEGENO ON PLANS
- - &-J - -
, +e
+io 0 sz
> U a 0 >o ' +Of
-- 3
tO
..
I' 0 ?:, _I ='
:$ mi0;
't to ,
I
8U ,. P-l
c O "I I& 2 - t-e
-'o ;I
zz
iiw 55 -Je t zz
i !; ,i fO t
-I
STD. PLAN A206
0
0
4L L!L !, :I
D Tam ma
80 Q8 3 *SEI ma
' I ..u>-..uz ,
e
4
I
a3 e
a
- *)-.a-
7 o-a
p-..o-.Pz
-
3
1- .o-,ei
a
7
STD. PLAN A24C
(
U’
d
C - ,,9c
I .o- B i
f
9
STD. PLAN A24D
P ::
- bL $E -
L 0 g;,o,
IIn $,=Z3"
e =u -- +I i- i. n'-
QD S? : ,
- -:--: 7-
- 4$ ,if i yl- m,-
-I- @ ";i I 8: zi; IW 2- yg 4;; >
-? -t I-, T :SU~u stzEs
-= :&+
_- L v) mii zzzzzz: r- ~
. 'f: ;w
o -;E b 2 Tl s y. f -7 +r' -,-) u 2I
WE 7-i 1-T. U. 0
br, ic , zzEEsszz
-g -[+ wc
-2 -< -s ;III -2
U LL
io, -k -- -, , kc f-?
e 0 In s
'4
/ I >. - 11 ,. , 3 1 r I' +u =m
m --
m -- iy:
++ -8
LL a
u) hr, 3- - -- -3:
_--_-f=+* i- - c
~ BE : $5
F 0: :< 8;
-e $2: .e <>' eu En<
I g: 2;; ss ;;a
m jj -0: .$ s:,. gg ipp -- --------------cr=
I-: !==q: : L? -7zLZf 1':
a
- co ==
---ia -t: IT;
-7 -; ----------Ifa
EC _-
- -v: a ___
0
y-2 7 t--t--ft-t-t --
1-t 1
7 ds -! mF -2 -=y G-5 ZG b; *-'dm :ar, - ]-[:e9
+-i-e;t---tt ;; 29: 53 =gig U
R'd ...- i$ -,:or'
====-l=tI !L2E=sZiN
-5 -ig -58
c 882'
_1 Eo -%- *d on 'o.;== hr, , - Q-5:
3- -- 2: EL&'.::
m I I ',5 ;'f?:
-T :I e:.%= "25 QU x- p"8*P9
e: bb:;; -- ':-a,"
zs b::;
i$ Pf$Hp
-
-~ --
a- - - :: e5-n. " : ;-go""
:go:::
08 r'r';;r'$
0-
0:
t c
-2 """8 m-
, & 5
1 -;
f" ,- -sEEz3
-
s: --cr=
?vi: -: rn
3 a -
10
+4
Pi
j- s
m
a
e9 b k@ d 1 -+* 1
15 g In -
q % < B
%bZ w *zy i S tzg 2
b8C v, Cd .Jk i$ %a 8 ;:(f -x 2; i" .I2 id$ ;; :
0
i -
,~ \ \~,, 1 ;;tk,;z 2; t.? b;c" (7&-iEiT2 zi $1 m 0-d -1 R156 xxl;;, k
3: -,,- 1i-.--- ~il:
---I 0 A 9J \,,SI,' ,,S/+Y -"'"-X
id --- :I
' I ! I I xon..~ I i 'F- I ~.
al w!
+I v1 4
c"
*.