HomeMy WebLinkAboutWEST COAST GENERAL CORPORATION; 1989-04-03; 3205Recording requested
CITY OF CARLSBAD
When recorded mail to: City Clerk City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008
034
NOTICE OF COMPLETION
Notice is hereby given that: 1.The undersigned is owner of the interest or estate stated below inthe property hereinafter described.2.The full name of the undersigned is City of Carlsbad, a municipalcorporation.3.The full address of the undersigned is 1200 Elm Avenue, Carlsbad,California, 920084.The nature of the title of the undersigned is:In fee. 5.A work of improvement on the property hereinafter described wascompleted on November 14 1989 6.The name of the contractor, if any, for such work of improvement isWest Coast General, Incorporated7.The property on which said work of improvement was completed is inthe City of Carlsbad, County of San Diego, State of California, and isdescribed as follows: Carlsbad Boulevard Phase II Improvements,Project No. 3205
8.The street address of said property is Carlsbad Boulevard(If none assigned, insert "NONE")
CITY
Projects Manager
VERIFICATION OF CITY CLERK
I, the undersigned say:
I am the City Clerk of the city of Carlsbad, 1200 Elm Avenue, Carlsbad, CA 92008; the City Council of said City on November 13, , 1990, accepted the above described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on ___ N_o_v_e_m_b_e _r_l_S_, ____ , 1990, at Carlsbad, California.
CITY OF' CARLSBAD� �-C? CJA��'-4=Aletha L. Rautenkranz, Cit� Clerk
Karen Kundtz, Assistant City Clerk
'<( .,:,..
CITY OF CARLSBAD
RJBLIC WORKS PROJECT CliANGE ORDER NO. 18
CONTRACT NO. 3205 152 RJRCHASE ORDER NO. -�69�8=9-ACCOUNT NO. �-829-1840-3205
CONTRACIOR'S NAME WEST COAST GENERAL
CDNTRACIOR'S ADDRESS 12243 HIGHWAY 67, LAKESIDE, CA 92040
'Ihe Contractor is directed to :make the following changes as described herein. Changes shall include all labor, I!'aterials, equipment, contract time extensions, and all other goods and services required to :in,plement this change. Payment stated on this change order includes all cha:z:ges, direct or indirect, arising out of this additional work and is expressly agreed between City and Contractor to be the complete and final costs herE\Of. 'Ihe requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. 'Ihis change order is not effective unless signed by the city Manager and/or the Mayor.
CliANGE: 1.Paint curb red 650 L. F.) 2.Paint curb blue 160 L.F. )3.Paint no parking 20@ $10.004.Traffic c_ontrol5.Sandblasting6.Install sign anchor in medianPro.fit 15%REl\SON FOR CliANGE:
/ $356.00 200.00 777 .06 960.00 267.0Q $2,560.00 383.93 TOTAL $2,943.93
1.Striping for no parking adjacent to A.C. berm2.Handicapped parking curb
COST: TIME CliANGE:
Iump sum _X_ Unit prices __ Both __ Add days ' Deduct days ___ _ Total this extra $ 2,943.93 Previous net changes $ 306,176.27 Original contract amount $ 2,107,278.38 New contract total $ 2,416,398.58
Date
Add/deduct days this change Previous-add/deduct days Original contract days New contract ti.me
White - Job File Pink -Project Inspector Yellow -Contractor
Date
Gold -Purchasing with P.O. Change Order
\
CITY OF CARISIWJ 'SUPPLEMENTAL FOR C.C.O. #7 AND 8 ruBLIC WORKS PROJEcr �!¢l!:)(ig�t:Jlg.14
qoNrRAcr NO. 3205 PORCHASE ORDER NO. -�6=98=9 __ ACCXlUNT NO. 300-820-1840-3205
CONI'RACIDR'S NAME WEST COAST GENERAL
O'.lNI'RACIDR'S ADDRESS 12243 HIGHWAY 67, LAKESIDE, CA 92040
The Contractor is directed to ID3ke the following changes as described herein. Changes shall include all labor, naterials, equipment, contract ti111e extensions, and all other goods and services required to inplement this change. Payment stated on this· change order includes all charg�, direct or indirect, arising out, of this additional work-and is expressly agreed between City and Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with, this change order, shall apply to these changes. This change order is -not effective unless signed by the city Manager andjor the Mayor.
CHANGE: 1. Export (4,035 c.y.-3,500 c.y.) X $3.80 = $2,033
= 1,000
TOTAL $3,033
2.Crush waterline (2,400 L.F. -2,000 L.F.) X $2.50
REASON FOR CHANGE:
1.Additional export under CCO #7
2.Additional crushing of waterline CCO #8
COST: TIME CHANGE:
� stnn __ Unit prices _X_ Both __ Total this extra $ 3,033.00 Previous net changes $ 220,820.02Original contract amount $2,107,278.38 New contract total $ 2,331,131.40
CIT'f OF CARISIWJ
Construction Inspector Date
Project Manager Date
r-----------, -Mun-i,----c----ci-pa_l_Pr_1.'ate ' (}P t/1f2-tr90(l I
City Managei �€'fl¥6)) \0 g((,.t} rte
Add days O Deduct days ___ 0:;__ Add/deduct days this change 0 Previous add/deduct days 11 Original contract days 131 New contract ti111e 142
CONTRACIDR
By
CAL TRANS
By
White -Job File Pink -Project Inspector Yellow -Contractor
Date
Date
Gold -PUrchasing with P.O. _Change Order
" ', --'..
CITY OF CARISl3l,J)
RJBLIC WORKS PROJECT CHANGE ORDER NO. 13
CDN'IBACT NO., 3205 FURCHASE ORDER NO. 6989 ACOJUNT NO. 300-820-1840-3205 -��--
OJN'IBACIDR'S NAME WEST COAST GENERAL
CON'IBACIDR'S ADDRESS 12243 HIGHWAY 67, LAKESIDE. CA 92040
. . The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, =ntract time extensions, and all other goods and sel:Vices required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of •this additional work and is expressly agreed between City and 'Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in =nflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. 1.Remove and dispose existing wooden fencesCHANGE: 2a. Construct 1,250 sq. ft. of 8' high wall $ 468.00 L.S.
b.Construct dowels at 16" O.C. and top capc.Fill and repair all cracks and holes in existing wallSUBTOTAL a;b,c $15.22/sq. ft. 3.Paint two existing pillars with white paint 19,027.00 705.00 L.S.
Profit 15%
REASON FDR CHANGE:
SUBTOTAL 20,200.00
TOTAL 3,030.00 23,230.00
1.The removal of existing bushes from the City right-of-way ·adjacent to the wall exposed the houses to pedestrian viewand street noise.
OJST:
I.ump smn _X_ Unit prices _X_ Both __ Total this extra $ 23,230.00 Previous net changes $ 197,590.02 Original =ntract amount $2,107,278.38 New =ntract total $ 2,328,098 40
1/�J-.r
Date
Date --3 --fi j Date
TIME CHANGE:
Add days 0 Deduct days --�0-Addjdeduct days this change 0 Previous add/deduct days 11 Original =ntract days 131 New =ntract time 142
This work must be completed by 10/31/89.
�Y ��A/--1 --rf
By
CAL TRANS
By
White -Job File Pink - Project InspectorYellow -Contractor
Date
Date
Gold -Purchasing with P.O. Change Order
CONIBACT NO. 3205
CITY OF CARISBI\D
PUBLIC WORKS PROJECT CHANGE ORDER NO. 1
IURCHASE ORDER· NO. 6989 AcmJNT NO. 152 820 1840 3205
OONIBACIOR'S NAME ____ ...JW,,__,E,.,,SccT_.:C,,_,O"'A"'-ST-'--"G..,E.uNEbJR,cA,.,L ________________ _
mNIBACIOR'S ADDRESS ---�1""'2,..,2'""4"""3..,_H.,I""G,.,_HWw8""Y'--"6�Z_,_, ..,_l�8=K�Es�·r�D,,_E ... ,--'-"cA,.....9c..2,..Q4,.,Q"'-•----------. '
The Contract6�-is directed •to make the following chang� a�<des=.i.J:iej herein. Changes • • • J shall include all laoor, materials, equipment, contract time extensions, and all other goods an<,J. .-,se:rvices required., to'. implement this change. . Payment s-t::,ated on-this c;hange order ,includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between City· and Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor.
CHANGE: Construct approximately 500 L.F. of temporary chain link fence in front of S.D.G.&E. power plant during the removal of existing fence. Sta. 52+00 to 57+00
REASON FDR CHANGE:
$5.10 per linear foot Profit 15%
TOTAL
$2,550.00 382.50
$2,932.50
San Diego Gas & Electric insisted on having the fence prior to the removal of their existing fence.
COST:
Lump S1Ill\ __ Unit prices _:.L Both __ Total this extra $ 2,932.50 Previous net changes $--�---...,0_-_ Original contract amount $ 2,107,278.34 New contract total $ 2 , 110,210. 8!-1
o/f-ll-J-7 Date
Date
Date
City Manager and/or Mayor
TIME CHANGE:
Add days -0-Deduct days __;:-c..0c-__ Add/deduct days this change -□-Previous add/deduct days �Q-,Original contract days J 3 J New contract time J 3 J
�� r--,;.p,rf fy Date
CAL TRANS
See � On
White - Job File Pink - Project' Inspector Yellow -Contractor
Date
Gold - Purchasing with P.O. Change Order
'I. •
L
Y
1200 ELM AVENUE .
CARLSBAD, CA 92008-1989
49
aitg of Marl$ball
PURCHASING D €PA R TMEN T
February 21, 1989
ADDENDUM NO. 1
PROJECT: Carlsbad Blvd. Phase I1 Improvements-Proj. 3205
Please include the attached as part of the Contract.
This addendum, receipt acknowledged, must be attached to Prop Form when bid is submitted.
Ruth letcher PURC T- SING OFFICER
0
dvk%'rdcb--,
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
Bidder's Signature Dam- fd /G&q&u, /=?-E& tc/Eiilf
a)
City of Carlsb-ad
February 21, 1989 ADDENDUM NO. 1
PROJECT: Carlsbad Boulevard Phase I1 Improvements
PROJECT NO.: 3205
BID OPENING DATE: March 1, 1989
The following corrections have been made to the above project:
PLANS :
1. Sheet 16, at the bottom of the sheet, change Phase I Phase 11.
2. Add attached sheet (I-C) to construction plans.
3. Include attached S.D.G. &E. 's new 4" gas main as builts
cmtrzst: package. This line W~S constructed after project was advertised.
SPECIFICATIONS:
1. Table of Contents (second) page, beginning of work, time completion, and liquidated damages. Change page number f
58 to 51.
2. Replace page 11 of the bid proposal with the new page 11.
3. Replace page 6 with the new page 6.
4. Page 40, Item 10 should read ?*the names of persons who I authorized to give written notices or to receive writ. noticestt.
5. Page 44, Section 1-1.02. The first sentence shall ri t'City of Carlsbad standard drawings, dated June, 1987".
6. Replace pages 51, 52 with the new pages 51, 52.
7. On page 108, omit the fourth paragraph, Itthe removal of ( the telephone poles will be done by Pacific Bell i Contractor will not be responsible for their removal".
2075 Las Palmas Drive- Carlsbad, California 92009-4859-(619) 438-1 161
I
Addendum No. 1 for Project No. 3205
Page No. 2 *
8. On page 53, omit second paragraph which starts with VI... the project includes. . . It
9. On page 119, last paragraph, fourth line, omit !#and
10. The City has recently awarded a contract to Select Elec for the construction of a traffic signal at the intersec of Carlsbad Boulevard and Cannon Road. The constructic
this signal will start March 1, 1989, and will be comp: by June 1, 1989. If required, the Contractor for
improvement of Carlsbad Boulevard shall coordinate his with Select Electric.
cover'l.
If you have any questions, please call me at 438-1161, exte ;&$. Pat Ente ri
Project Manager
PE: tlg 0
i
e
/ I
J -
TMS SHEGT IS FOR INFORMATICN PURWSES AND sHAI;I,
XX' BE WSIDEZtED A PAKT OF TKE CCWIRXT
).
E
1,
1
I
1
i contract,
b
1
I
1
1
a v
I
'I
This Federal-aid project incluks gcds for Disadvan-
tag& Business (DB) participaticn. DB goal cannitrrents and @od faith efforts must De made PEOR M BIDDING.
DB camitxwts and Qood faitheffortsm2e after the
bid opening will not ke considered for award of the
The Bidder's attention is directed to Section 2, "PRO-
WS& - and CONDITXCNS", and Section 3,
CONTRACT", of these Special Provisions. ilsmmssIopI of DB INFO~ON, AWAE(D, and EXECUTION of
-
t '_I
6. WITHDRAWALS OF BIDS: Any Bidder may withdraw his bic either personally, by written request, or by telegraphic 1
confirmed in the manner specified above, at any time prioi scheduled time for opening of bids, a
7. BONDS:
A. All bids shall be accompanied by a cashier's or certified check in the amount of ten percent (10
the total maximum bid price payable without reco
the City of Carlsbad or. a bid bond in the amount from a surety company authorized to issue
bonds in the State of California ON THE FORM CON
IN THE CONTRACT DOCUMENTS as a guarantee that th Bidder will enter into a contract and execute performance and labor and material bonds within (10) days after written notice of award of contri
B. The Contractor shall furnish surety bond in an ar equal to one hundred percent (100%) of the contri price as security for the faithful performance 01
contract and shall furnish a separate bond in an
at least equal to one hundred percent (300%) of t
contract price as security for payment of all per
performing labor and furnishing materials in conn
with this contract. The aforesaid bonds shall be the forms contained in the contract documents.
8. BLANK.
9. INTERPRETATIONS OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is doubt as to the true meaning of any part of the plans,. specifications, or other contract documents, or finds descrepancies in, or omissions from the plans or specificat he/she may submit to the Owner a written request for an
interpretation or correction thereof. The person submittinc
request will be responsible for its prompt delivery. Any
interpretation or correction of contract documents will be I only by addendum, duly issued, and a copy of such addendum i be mailed or delivered to each person receiving a set of su(
contract documents. The Owner will not be responsible for z
other explanation or interpretations of the contract documen No oral interpretations of any provision in the Contract
documents will be binding upon the Owner.
10. BIDDERS INTERESTED IN MORE THAN ONE BID: No person, fi
or corporation shall be allowed to make or. file, or be inter .in more than one bid for the same work, unless alternate bia
specifically called for. A person, firm, or corporation tha
submitted a subproposal to a bidder, or that has quoted pric
materials to a BicTder, is not thereby disqualified from submitting a subproposal or quoting prices to other Bidders, making a prime proposal.
0
*
ITEMITEM UNIT PRICE To No. DIBCRIFTION UNIT Qu= (INFI-) (m FI
36. Irrigation Ls LUMPSUM
37. Median Lighting Ls LUMPSUM
38. construction Ls LUMPSUM
0
staking
39. 4" PTS77 Sched. 40 LF 4,300
Telephone Conduit
40. 2" -66 LF 2,500
Telephone Corfiuit
41. Trenchingand Is LLJMPSUM
Shoring
42. construction Signs EA 2
0
Total amount of bid in words
Total mt of bid in rnnnbers
ADDIT_EvE BID I"S
A) Fkmve ard salvage existing L.S. Lump sum
pipe rail per sheet (1%)
handrail
B) Installanodizedal~um L. F. 650
Total amount of bid (including additive bid items A, B) in words
1
Total amount of bid (including additive bid items A, B) in numbers
0
f. Assistance that the bidder has extended to identified in e., above, to remedy the deficien their subbids. e
g. Any additional data to support a demonstration of faith effort, such as use of DB assistance agencie
3-1.01B AWARD OF CONTRACT.-- The award of contract, be awarded, will be to the lowest responsible bidder
proposal complies with all the requirements, and has met the for DB participation of has demonstrated, to the satisfacti
the Department, good faith effort to do so.
3-1.0-2 CONTRACT BONDS.-- The second paragraph of SE
3-1.02, "Contract Bond," of the Standard Specificatior amended to read:
The amount of bond to be given for the faithful perfor of the contract for said work shall be one hundred percent ( of the contract price therefore, and an additional bond i amount of fifty percent (50%) of the contract price for said shall be given to secure the payment of the claims of labc mechanics, or materialmen employed on the work under contract.
3-1.03 EXECUTION OF CONTRACT.-- Section 3- "Execution of Contract,I@ of the Standard Specification
revised to read 20 days in lieu of 8 days, and delete
including Sundays and legal holidays."
3-1.04 FAILURE TO EXECUTE CONTRACT.-- Section 3- IIFailure to Execute Contract," of the Standard Specificatio revised to read 20 days in lieu of 8 days, and delete
including Sundays and legal holidays.!*
e
SECTION 4. BEGINNING OF WORK, TIME OF COMPLETION
LIQUIDATED DAMAGES.
Attention is directed to the provisions in Section 8-
"Beginning of Work,tl in Section 8-1.06, alTime of Completion,
in Section 8-1.07, "Liquidated Damages," of the Sta
Specifications and these special provisions.
The Contractor shall begin work within ten (10) days o
issuance of a Notice to Proceed by the City and shall dilig prosecute the work until completion per the following schedu
Phase I - Construct west side of road and open to traffic 44 working Phase I1 & - Construct east side and remaining 87 workins
Total 131 working I11 improvements
0 Liquidated Damages:
Phase I: The Contractor shall pay to the City of Car
the sum of $850.00 per day, for each and every calendar required to complete the Phase I work in excess of the numbc
Phase PI: The Contractor shall pay to the City the su
$500.00 per day for each and every calendar day require complete Phase I1 and I11 work in excess of the number of WOI
days specified.
a working days specified.
In addition to the provisions of Section 8-1.03, (*Begii
of Work, 'I of the Standard Specifications, a pre-construc
meeting will be held prior to the commencement of any work.
pre-construction meeting will be held at a location desigi by the Project Manager, to review the Contractor's pro]
construction schedule and method of operations to be employe
the project, and to discuss other project requiremt
Contractor shall have his construction schedule available review at the pre-construction meeting.
SECTION 5. GENERAL.
5-1.01 CONSTRUCTION STAKING.-- This work ! consist of furnishing and setting construction stakes and I by the Contractor to establish the lines and grades requirec the completion of the work as shown on the plans an1 specified in the Standard Specifications and these spt
provisions.
The Contractor shall submit proposed procedures, met1
equipment, and typical stake markings to be used, in writir the Engineer, before setting any stakes or marks.
e
Construction staking shall be performed as necessar control the work. Construction stakes and marks shal
furnished and set with accuracy adequate to assure that
completed work conforms to the lines, grades, and section : on the plans. The centerline has been set by the
previously and is available for contractor's use.
The Contractor will be responsible for establishing construction control surveys-horizontal and vertical, as shol the plans and as described in Chapter 11 (Sections 11-02 ant
03) of the Department of Transportation publication ent f8Surveys Manual''. (Copies of this portion of the "Su Manual" are available to the Contractor, free of charge, a1 Department of Transportation, Plans and Bid Documents Coul Room 39, 1120 N. Street, P.O. Box 942874, Sacramento, CA 9
0001). In the event the Contractor's operations destroy ai the existing centerline survey control points, the Contrl shall replace such control points at his expense, subjec verification by the Engineer, or request the Engineer to re the destroyed control points. If requested to replace control points, the Engineer will do so within 10 *
SECTION 9. DESCRIPI?ON OF W3RK
The work to be done consists, in general, of the construction of I improv-ts on Carlsbad Boulevard frcan a point approximately 0.25 miles
of Tamrack Avenue to Tierra Del or0 Street; and the construction of
drain facilities in Carlsbad Bulevard between Encina Etmer Plant Cool+
cxltfall and Manzano Drive, in the City of Carlsbad, San Diego C
California, as shm on the plans and briefly described belaw:
The i.qrovmts consist of asphalt comrete pving on aggregate concrete curbs and sidewalks; storm drain facilities; street lighting;
and median planting and irrigation installation; traffic striping and p markers and all other work &awn on the plans, specified in these c provisions and as directed by the Eq* lne2.r.
0
SECTXM 10. CONSI'RUCI'ION DETAILS
10-1.01 ORDE;1I OF ID=.- Order of work shall conform to the pruvisj Section 5-1.05, "Order of Work,'I of the Stxmdard Specifications and special provisions.
The order of work shall be as follcrws:
PHASE I - Construction of Westerly half improvmts from sta. 20+04
sta. 98+40 _+ (excluding Easterly median curb from sta. 20+04.
23+00.00) .
Open westside of the road to traffic.
PHASE I1 - Construction of Easterly half i.mpmements fm sta. 23+0C
sta. 69+00_+.
Apply striping and pavement markers.
PHASE I11 - Constmction of Easterly and Westerly median m fru
open fully imprwved roadmy to traffic.
Note: storm drain can be constructed at any order so long as there
inpact on the opening of the westside of the road to traffic and parki
The work shall be performed in accon%nce with this order of work. conflicting work in subsequent phases my proceed concurrently with w preceding stages, provided satisfactory progress is maintained ir pxxcedhg phases of construction. In each phase, the first order of worE be the remcrvdl of existing traffic stripes and pavement markers, as direc
the Engineer. Traffic stripe and mker remavdl shall be coordinated wj strip- so that lane lhes are provided at all thes. New striping sk
provided by the Contractor.
e
2ot02.47 to 23+00.00.
J
Before obliterating any pavement delineation that is to be replaced same aligrrment and location, as determined by the Engineer, such p
delineation shall be referenced by the Contractor, with a sufficient nur
control points to reestablish the alignrent and location of the new pava a
[n - -
\ w
8
zm cz C
(
$0 a- <
z= (
x* ma xcn a0 1
r
I
I
-.
% .w
8 8
4 9”
I .- 1
I
II
1
I
I
I
b
t. 4
I
II
I
Lr
1
E
I
c
-n
I
VICINITY MAP I -
NOT TO SCALE
t'
I 5' 15rA .g+ 43 17 m gra Z~ZS.
59
s: PIE [$raa* wja TI * 3 * VC4Y ?97x 551*oM@+dJ9
* VARIE3 L I L
m
(;#To%- z-
J*A C Ulm- (NRI WN 3 2%
2%
/ 2' .
/
fl
. e
I \
I
I' 30 ' 30' .
I fd" @ 9P't 1 VARI€9 (973' TO C6 34') , VARIE9
c ,1 1 (125WfN , VAK7E5 , VARItF4 Eriw cum t7IZ TO el f ' 203'?.843
VM1€3 --__ ----__ YARl€Z ---- Lz.d------
L ---------- 2 pnowo€ \,UC ONG
AOG BAdE
1, cuTrEa f %w
-c_
WM~ PAVE. p3~31r10~ OVERL+IY TO Erl4T fAV/McI A5 N€c€55mY qwcur a14~ R~VE EDGE roowH
B
I
1
1
I
1
I
II
b
1
I
I
I
I
1
1
I
CITY OF CARLSBAD
SPECIAL PROVISIONS
NOTICE TO CONTRACTORS
PROPOSAL AND CONTRACT
t
CARLSBAD BLVD- - PEASE I1
FAU PROJECT
M-SlOl (10)
IN
CITY OF CARLSBADi SAN DIEGO COUNTY, CALIFORNIA
For use in connection with Standard Specifications dated 52 1988, Standard Plans dated January 1988; General Prevailing
Rates dated October, 1988 and Labor Surcharge and Equipment F Rates. The above are published by the Departmen
Transportation State of California.
Contract Drawing Number 270-02, Sheets 1-25
Federal Aid Urban Project
Bids Open
t
I
TABLE OF CONTENTS
PRE-BID CONPERENCE..,,,.....~~~~~~~o~~~~~~~~~~.~~~~~~~..~~.
NOTICE INVITING BIDS........o..o....~o.....................
INFORMATION FOR BIDDERS.............o~o~.e~o~oooooo~o~.oo..
1.
DOCUMENTS TO BE EXECUTED BY BIDDERS
I
f
I
I
b
I
I
1
I
I
I
B
1
Proposal ..............................................
CertLfication of Performance of Previous Contracts....
Bidder's Bond to Accompany Proposal, ..................
Final Report, Utilization of Disadvantaged Business...
Designation of Subcontractors........................,
Bidder's Statement of Financial Responsibility..,..... ,
Bidder's Statement of I'echnical Ability and Experience. P Non-collusion Affidavi~...............................~
Public Contract Code Section 10162 Guestionnaire......,
Public Contract Code Section 10232 Statement...........
Title 49, Code of Federal Regulations, Part 29........
Signature Sheet .......................................
I
.
DOCUMENTS TO BE EXECUTED BY THE SUCCESSFUL BIDDER
Contract....................,...........................
Labor and Materials Bond...............................
Performance Bond.......................................
Contractor's Certification Regarding Worker's Compensation ........................................
Action Program. ..................................... Certification of Compliance with Affirmative
Contractor's Certification of Awareness of Immigration Reform and Control Act of 1986......................
Escrow Agreement for Surety Deposits in lieu of
Retention.....,.....................................
Release form...................................^.......=
Disputed Claims......................................- . t
I
SPECIAL PROVISIONS
SECTION 1 . SPECIFICATIONS AND PLANS
1-1 . 00 General ..........................................
1-1.01 Construction Plans ...............................
1-1.02 City of $an Diego Standard Drawings ..............
1-1.03 Definitions and Terms ............................
1
SECTION 2. PROPOSAL REQUIREHENTS AND CONDITIONS 1
I
E
I
II
I
b
1
I
B
1
1
B
i
I
2-1.00 General ..........................................
2-1 . 01 Approximate Est.pate .............................
2-1.02 .Disadvantage Business
2-1.03 'DE Goals for thiz Project ........................ 2-1.04 Examination of Plans. Specifications. Contract
2-1.05 Proposal Forms ....................................
2-1.06 Proposal Guaranty.O ...............................
............................
and Site of Work ...............................
SECTION 3 . SUBMISSION OF DB INPORXATION8 AWARD8 AND EXECUTIOf
OF CONTRACT
3-1.01 General
3-1.01A DB Information ...................................
3-1.013 Award of Contract ................................
3-1.02 Contract bonds...................................^
3-1.03 Execution of Contract .............................
3-1.04 Failure to Execute Contract .......................
..........................................
SECTION 4. SEGLNNING OF WORK. TIME OF COHPLETlON AND
LIQUIDATED DAMAGES ................................
SECTION 5 . GENERAL
5-1.01 Construction Staking ..............................
5-1.03 Certificate of Compliance .........................
5-1.04 provisions of Laus to be Inserted .................
5-1.02 Manufacturer's Instructions .......................
5-1.05 Participation by Foreign Contractcrs and
5-1.06 Labor Nondiscrimination ........................... Subcontractors ..................................
5-1 . 07 Force Account Payment .............................
5-1.08 Equipment Rental ..................................
5-1.11 Highway Construction Equipment .................... 5-1-09 Payment of Withheld Funds .........................
5-1.10 Small Business Preference .........................
5-1-12 Sound Control Requirements ........................
5-1.13 Permits ...........................................
5-1.14 Public Safety ..................................... 5-1.15 Subcontracring ....................................
5-1 m 16 Performance of DZE Subcontractors and Suppliers ...
5-1 . 17 DBE Records ....................................... 5-1.18 Pay.ents ..........................................
5-1.19 ....................................
5-1.20 Project Appearance ................................ Flagging Costs t
I
5-1.21 As-Built Drawings ................................ 5-2 Federal Minimum Wages ............................
SECTION 6. FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION
PROJECTS
6-1.01 General ..........................................
6-1 . 02 Performance of Previous Contracts ................
6-1.03 Non-Collusion Provision ..........................
6-1 . 04 Participation of Flinority . Business Enterprises
in Subcontracting .............................. 6-1.05 Required Contract Provisions .....................
6-1 o 06 Federal-Aid Female and Pinority Goals
6-2 Federal Requirement Training Special Provision ...
SECTION 7 . (BLANK)
SECTION 8 . MATERIALS
8-1 Miscellaneo.us .....................................
a-1.00 General ...........................................
8-1.01 Buy America requirement^............. .................
8-1.02 Slag Aggregate
8-1.03 A09regates ........................................
8-2 Concrete ..........................................
8-2.01 Minor Concrete
8-2 . 02 Cement and Water Content ............................
c
I
I .
1
I
I
1
b
I
I
il
I
I
I
R
. ............
....................................
....................................
SECTION 9 . DESCRIPTION OF WORK ................................
SeCTION 10. CONSTRUCTION DETAILS
10-1.01 Order of Nork
10-1.02 Progress Schedule .................................
10-1.03 Obstructions ......................................,
10-1.0s iraffic Control System ............................,
10-1.07 Existing Highway Facilities ........................
10-1.08 Clearing and Grubbing ..............................
10-1.09 Watering for Construct.ion ..........................
10-1 . 10 Roadway Excavation .................................
10-1.11 Planting/Irrigation ................................
10-1 . 13 Aggregate Base ......-...............................
10-1.15 Asphalt Concrete Dike .............................. 10-1.16 Asphaltic Emulsion ................................. 10-1.17 Plinor Concrete .....................................
10-1.18 Reinforced Concrete Pipe ...........................
10-1.19 Chain Link Fence ...................................
10-1.20 Paint Traffic Stripes and Pavement Xarkings ........
1G-1.21 Pavement .. arkers ...................................
10-1.22 Street Lighting ....................................
10-1.23 Sig~s ..............................................
10-1.24 Scheduling of Work
.....................................
10-1.04 Cooperation ....................................... '
10-1.06 . Construction Area Lighting .........................
10-1.12 Finishing Roadway ..................................
10-1 . 14 Asphalt Concrete ...................................
t n .................................
I
10-1.25 Foundations.......................................
10-1-26 Street Light Assembly...........................
10-1.27 Conduit................................... .......
10-1.28 Pull BOxeg...........o....o~..~.................
10-1 . 29 Conductors and Wiring ...........................
10-1 . 30 Bonding and Grounding. ..........................
10-1 . 31 Service....... ..................................
10-1.32 Testing.. .......................................
10-1.33 Painting ........................................
10-1.34 High Pressure Sodium Street Lighting Luminaries.
SECTION 11,APPENDIX (CITY OF SAN DIEGO STANDARD DRAWINGS)..
Std. Dwg. C-3-Masonry Retaining Wall............
Std. Dug. C-7-General ?totes for *'asonry Retainin(-
Std. Dug. '3- 1-Curb inlet - I'ype A...
Std. Dug. D- 2-Curb Inlet - Type E...............
Std. Dug. D-30-Straight Headwall - Type A........
Std, Dwg. D-32-Straight Headwall - Type B........
Std. Dwg. D-75-Drainage Ditches.... Std. Dug. E- l-Street Lighting Standard..........
Std. Dug. G- 2-Curb and Gutter - Combined........
Std, Dwg. G- 5-Dike (Berm) - Asphalt Concrete...,
Std. Dwg. G- 6-Curb and Gutter - Piedians.......,.
Std. Dwg. G-14-Concrete Driveways...........g.-..
Std. Dwa. G-26-Concrete Driveways - (Commercral).
SECTION 111 PACIFIC BELL'S UNDERGROUND REQUIREMENTS .....................
t
I
1
I
I;
I
i
b
I
I
8
I
D
8
I
0
.
Walls..o..................oe........... ............
..............
r
I
CONSTRUCTION OF CARLSBAD BOULEVARD IMN!I'S - PHASE 1
FAU PROJECT
f
I
I
1
1
I
I
b
I
I
I
I
I
I
II
PRE-BID CONFERENCE
On Wednesday, February 15, 1989, at 1:OO p.m., a pr conference will be held at the City Community Development Ce
2075 Las Palmas Drive, Carlsbad, CA in the Engineering Confe Room.
This Federal aid project has a foal of ten percent Disadvantage Business (DB) participation.
This meeting is to inform DB of subcontracting and mat supply opportunities. Attendance at this meetinq prereauisite for demonstrating reasonable effort to meet the of DB participation; however, if the DB goal is met c participation is obtained, attendance is not required.
All utility companies that are involved will be represe
Utility relocation schedules and any other pertinent items t work will be discussed.
Interested Contractors are invited to attend. 1
r
I
CITY OF CARLSBADi CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purcha
Officert City Hall, 1200 Elm Avenue, Carlsbad, California, u
4:OO P.M. on the first day of March I 1989- at w time they will be opened and read for performing the wor; follows:
1
1.
I
1
I
II
b
1
I
I
I
I
1
R
II
CONSTRUC.LION OF CARLLBAD SOULEVARD IMPROVEMENTS
PHASE 11 11 CONTRACT NO. 3205
The work shall be performed in strict conformity with specifications therefor as approved by the City Council of
City of Carlsbad on file with the City Clerk, Reference
hereby made to the specifications for full particulars
description of the work.
No bid will be received unless it is made on a proposal f
furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by 1
The bidder's security of the second and third next low responsive bidders may be withheld until the Contract has b
fully executed, The security submitted by all other unsuccess bidders shall be returned to them, or deemed void, within
(10) days after the Contract is awarded. Pursuant to provisions of law (Public Contracts. Code Section 4591
appropriate securities may be substituted for any obligat
required by this notice or for any monies withheld by the City ensure performance under this contract.
The documents which must be completed, properly executed, I
notarized are:
1. Proposal
2. Bidder's Bond
3, Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experiencc
All bids will be compared on the basis of the Engineer
Estimate. The estimated quantities are approximate and ser solely as a basis for the comparison of bids.
No bid shall be accepted from a Contractor who has not be
licensed in accordance with the proviaions of State law. T
Contractor shall state his or her license number a
classification in the proposal. t
I
Sets of plansI special provisionst and Contract documents may
obtained at the Purchasing Department, City Hall, Carlst:
CaJiforniat for a non-refundable fee of $40.00 per set.
The City of Carlsbad reserves the right to reject any or all t and to waive any minor irregularity Or informality in such bid
The general prevailing rate of wages for each craft or type
worker needed to execute the Contract shall be those
determined by the Director of Industrial Relations pursuant
the Sections 1770, 17731 and 1773.1 of the California Labor Co
Pursuant to Section 1773.2 of the California Labor Code
current copy of applicable wage rates is on file in the Office
the Carlsbad City Clerk. The Contractor to whom the Contract
awarded shall not pay less than the said spec.ified prevail rates of wages to all workers employed by him or her in
1
1
1
U
1
I
b
I
I
I
I
I
1
8 execution of the Contract.
Minimum wage rates for this project, as predetermined by
Secretary of Labor, are set forth in the Special Provisions.
there is a difference between the minimum wage rat predetermined by the Secretary of Labor and the prevailing wi
rates determined by the Department of Transportation for simi:
classifications of labor, the Contractor and its subcontractr shall pay not less than the higher wage rate.
Federal regulations and reporting requirements are applicable
this project and are described in the contract documents.
The prime contractor shall be responsible to insure compliar
with provisions of Section 1777.5 of the State of Califori
Labor Code for all occupations with apprenticeships as requii
on public works projects above thirty thousand dollars ($3OI0(
or of twenty (20) days duration, or for specialty contractors r
bidding for work through a general or prime contractor involvi
more than two thousand dollars ($2,000) or more than five (
working days.
The amount of bond to be given for faithful performance of t
contract for said work shall be one hundred percent (100%) of t
contract price therefor, and an additional bond in the amount
fifty percent (503) of the contract price for said work shall
given to secure the payment of claims for any material
supplies furnished for the performance of the work contracted
be done by the contractor for any work or labor of any kind dc
thereon.
Bidders are advised to verify the issuance of all addenda a
receipt thereof one day prior to bidding. Submission of bi without acknowledgment of addenda may be cause of rejection
..
I bid.
t
I
1
Bonds to secure faithful performance of the work and paymer labor and materials suppliers each in an amount equal to hundred percent (100%) and fifty percent (50%) , respectivelj the Contract price will be required for work on this project
The Contractor shall be required to maintain insurancc specified in the contract. Any additional cost of said insu: shall be included in the bid price.
The Contractor shall possess either a Class A license combination of the following Class C licenses at the time
contract is awarded: Class C-8, C-12, C-13, C-27, C-29, C-3
42.
Approved by the City Council of the City of Carlsbad, Califo by Resolution No. 89-6 , adopted on the 3 rd dz
January , 1989.
i
1
I
I
U
I
I
1
U
I
I
I
1
I
/ -
/ -x '. , ; -2 /'" LF . -, / , I, /, I '--/ irc I Date Aletha L. Rautenkranz, City C1
i
I,
t
1
INFORMATION FOR BIDDERS
1. PREPARATION OF BID FORM: The Owner invites bids on t attached to be submitted at such time and place as is stat
the Invitation for aids, All blanks in the Bid Form must appropriately filled in and all prices must be stated in f
only.
All bids must be submitted in sealed envelopes bearing on I outside the name of the project for which the bid is submii It is the sole responsibility of the Bidder to see that hi! is received in proper time, Any bid received after schedu:
closing time for receipt of the bids will be returned to ti Bidder unopened.
2. SIGNATURE: The bid must be signed in the name of the
and must bear the signature in longhand of the persons duly
authorized to sign the bid.
3. MODIFICATIONS: Changes in or additions to the Bid Sct
recapitulations of the work bid upon, alternative proposals any other modifications of the Bid Schedule which are not
specifically called for in the contract documents may resul
the Owner's rejection of the bid as not being responsive to
. invitation. submitted will be considered and a telegraphic modification be considered only if the postmark evidences that a confirm, of the telegram duly signed by the Bidder was placed in the
prior to the opening of bids,
4. ERASURES: The bid submitted must not contain any eras1
interlineations, or other corrections, unless such correctic
suitably authenticated by affixing in the margin immediatel:
opposite the correction of the surname or surnames of the pe or persons signing the bid,
5. EXAMINATION OF SITE, DRAWINGS, ETC.: Each Bidder shall visit the site of the proposed work and fully acquaint himself/herself with the conditions relating to the construc and labor so that he/she may fully understand the facilities
difficulties, and restrictions attending the execution of th
work under the contract, Bidders shall thoroughly examine a
familiar with the plans and specifications. The failure or
omission of any Bidder to receive or examine any form, instrument, or other documents, or to visit the site and acq himself/herself with conditions there existing, shall in no relieve any Bidder from obligatjon with respect to his bid o the contract. The submission of a bid shall be taken as prii facie evidence of compliance with this section.
1 u
I
I
1
I
1
b
1
I
1
1
1
1
I
I
No-oral or telephonic modification of any bid
t
1
6. WITHDRAWALS OF BIDS: Any Bidder may withdraw his bit either personally, by written request, or by telegraphic
confirmed in the manner specified above, at any time prio scheduled time for opening of bids.
BONDS:
A. All bids shall be accompanied by a cashier's or certified check in the amount of ten percent (11 the total maximum bid price payable without reo the City of Imperial Beach, or. a bid bond in the
amount from a surety company authorized to issu,
bonds in the State of California ON THE FORM co,
% IN THE CONTRACT DOCUMENTS as a guarantee that ti Bidder will enter into a contract and execute performance and labor and material bonds within
(10) days after written notice of award of cont
B. The Contractor shall furnish surety bond in an , equal to one hundred percent (100%) of the cont price as security for the faithful performance 4 contract and shall furnish a separate bond in ai at least equal to one hundred percent (100%) of contract price as security for payment of all p( performing labor and furnishing materials in co' with this contract. The aforesaid bonds shall 1 the forms contained in the contract documents.
7, - 1
1
I
1
I
I
1
1
I
I
I
1
I
I
8
8. BLANK,
9. INTERPRETATIONS OF PLANS AND DOCUMENTS: If any persj contemplating submitting a bid for the proposed contract doubt as to the true meaning of any part of the plans,. specifications, or other contract documents, or finds descrepancies in, or omissions from the plans or specific
he/she may submit to the Owner a written request for an interpretation or correction thereof. The person submitt
request will be responsible for its prompt delivery, Any interpretation or correction of contract documents will b only by addendum, duly issued, and a copy of such addendu
be mailed or delivered to each person receiving a set of contract documents. The Owner will not be responsible fo other explanation or interpretations of the contract docu No oral interpretations of any provision in the contract documents will be binding upon the Owner.
10. BIDDERS INTERESTED IN MORE THAN ONE BID: No person, or corporation shall be allowed to make or file, or be in .in more than one bid for the same work, unless alternate specifically called for. A person, firm, or corporation submitted a subproposal to a bidder, or that has quoted p materials to a Bidder, is not thereby disqualified from submitting a subproposal or quoting prices to other Bidde making a prime proposal.
b
t
I **,
11. AWARD OF CONTRACT: The award of the COntfaCt, if made the Owner, will be made to the lowest, responsible, qualifie Bidder as the Owner shall determine. The Owner shall determ
whether a Bidder is qualified to Perform the contract and wh bid is the lowest, and whether it is to the interest of the I to accept the bid.
)i,
4
1
II
I
I
1
b
I
S
I
I
I
I
I
1
r
1 v 'qypJ G-dP-
t
m-4
ma OF CARLSBAD KXLEXQD -
HIASE 11 CXNIRAm NO. 3205
e
City Carncil
City of Qrlsbad
l200 Elm Avenue Qrlsbad, CA 92008
'Ihe undersigned declared he/& has carefully ewrmned ' the lccaticm of the
work, read the Nutice Inviting Bids, ecammai ' the plans and specifications, and hereby proposes to furnish all labor, materials, equipat, transportation and services required to do all the wrk to amplete CO~&
No. 3205 in aaxxhnce with the plans an specificatim of the City of
Wlsbad, and the special provisions, ard that he/& will take in puli payment therefor the following unit prices for each item aqlete, to wit:
m lTEM UNIT ERIC33 m No. rx2mIPnoN UNFT QlJAwRY (INFxmEs) (XNF
1. Traffic control system Is mSJM 32,.T38*LB 32 0
Is -scJM 2/,m Z! 3. Clearing and Grubbing
4. RDadway Excavation
u gLz* 93 //i 5. class 2 Aggregate Ease m 9,126
6. mt-r w
7. Asphalt Can=rete DW CIWm) IF 340 M&J@ bb%%j9
3 -
8 Minor Concrete (Drainage Ditch) L3" 140 7.k3 /O&d
EA 4 3766 14"' 9. Minor CanCrete
(Type A-1 Inlet) *--
a, t
lTEM ITEN UNIT PRICE No. -m IJNXT QuANITL?I (INFI-) (
10. Minor -te (Type B Inlet) EA 11 3270
11. Minor CanCrete (?Lpe B-1 Inlet) FA 2 3706
32. Minor coaw=rete EA 20
a m
$*
c
(rLpe A Cl-1 2-4 zo * 25-
13. MinorcXmcnste (strai@t EA 1 f SL6 -1, Type A)
Minor ocox=rete (Straight EA =. /rn?.LJ- 3
Pipe (CL 1350-D) IT 562 92. ds- s
Pipe (CL 1600-D) LF 82T 9T. 17
14.
-1, 'lhpe B)
15. ia-m -inforced --
1
L
16. ia-Inch ~einforced can=rete
17. 24-Incfi Reinforced Pipe (CL 1350-D) IT 248 ha, rcI: 0
2 247 /o 3. J-4- ia 24-lkb Reinforced IF Cbncrete Pipe (CL 1600-D)
19 0 30-Indl Reinforced IJ? 31624 /zo. 99 Vf
20. 30-lirch Reinforced LF 379 7/* 9s/ d-
e
Camrete Pipe (CL 1350-D)
cOm=rete Pipe (CL 1500-D)
21. 36-Incn Reinforced IT 69 7s. 92 I - Pipe (CLt 1350-D)
I
ITEM Ilm UMT PRIG No. -ON - Qcnwr?Ty (INFmJRES) (I
540 22. Mimr Concrete (Retahht~wall SF
-1 /U*YO
18 WallCY ..
7YL 70 A 23 . Mfnor-(-
I
a
I
Footing)
a, 796 24 . Minor - (6'' * m, W S Type &1) 6.27
3 ?- 8
mi-Y) 3 $2 2
25. wm(MedianpaVhg) SF 25,637
26. Minormncmb (mum~ial SF 760.
Y 3 L /,G 27. Minorckmre*(curb&Gutter, 13" 8,658 c Type G)
3 28. Minor concrete (sidewalk) SF 49,730 / v_7 73,d
LF 140 /7 // J3 29. ChainLinkFence (gb)
30. Traffic Stripes
31. mv- Markirqs SF 645 / o p
32. pavement Karkers
1
4
4
3w J-/ rn
703
25,000 LF
/ g 35. Planting Is LUMPSUM 43 /I %a 94-
_p) & 4
,
ITEMITEM UNIT PRICE mAl No. DESCRIETION UNIT w- (mn-) (IN FIm
0 / **
38. construction Ls LIJMPSUM
,I -9 staking /@S ."J
/
39. 4" PIS77 Sched. 40 LF 4 , 300
Telephone Con3uit -57 /% x 2[
-sz #& J -3,
lJJMP suM g+KS',si) w
42. mnstruction signs EA 2 5 YS- c3 ea&
40. 2" prsS66 LF 2 , 500
"elephone conduit
41. -iw and Is
Shoring 0
t of bid in wo
AlXlTDE BID I"S
A) Rawme ard salvage existing L.S. Iwmp Sum i79~%- 17~
3 6, & pipe rail per sheet (I<)
handrail
B) ~nstall anodized aluminum L. F. 650 S6*3&
Tot-;nl amount of bid (hluding additive bid items A, B) in words
1
itive bid items A, B) in :. 'I 8 2 i /""//.Z l
1 ! $
All bids are to be computed on the basis of the given estlrat
quantities of work, as indicated in this proposalr times the UI
price as submitted by the bidaer. In case of a discrepar
between words and figures, the words shah1 prevail. In case
an error in the extension of a unit price, the correct extension shall be calculated and the bids will be computed
indicated above and compared on the basis of the correct totals.
The Undersigned has checked carefully all of the above flqur
and understands that the City will not be responsible for a
error or omissions of the part of the Gndersigned in rakinq
this bid.
'The Undersigned agrees that in case of default in executing ti
required Contract with necessary bonds and insurance policic within twenty (20) days from the date of Award of Contract 1
City Council of the City of Carlsbad, the proceeds of check (
bond accompanying this bids shall become the property of the Cic
of Carlsbad.
Licensed in accordance with the Statutes of the State c
California providing for the registration of Contractorsr Licene
No* 479019 Ob< K5+!1:$9
Identification -.
The Undersigned bidder hereby represents as follows:
1. That no Councilmember, officer agent, or employee c
the City of Carlsbad is personally interested, direct1
or indirectly, in this Contract, or the compensatian t be paid hereunder; that no representationr oral or i
writing, of the City Council, its officersr agents, o
employees has inducted him/her to enter into thi
Contractr excepting only those contained in this form o Contract and the papers made a part hereof by rt
terms: and
2. That this bid is made withcut connection with an
personr firm, or corporation making a bid for the Sam' work, and is in all respects fair and without collusioi
or fraud.
CERTIFICATION WITH REGARD TO PERFORMANCE OF PREVIOUS
CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS
The bidder X I proposed subcontractor
hereby certifies that he has X 3
l participated in a previous contract or subco
subject to the equal opportunity clause, as required by Exe
Orders 10925, 11114 or 11246, and that it has X has not I filed with the Joint Reporting Comm
the Director of the Office of Federal Contract Complia
Federal Government contracting or administering agency,
former President's Committe on Equal Employment Oppottunit
reports due under the applicable filing requirements.
Note: The above certification is requited by the
Employment Opportunity Regulations of the Secretary of Lab
CFR 60-1.7(b)(l)], and must be submitted by bidders and pr subcontractors only in connection with contracts and subcon
which are subject to the equal opportunity clause. Contrac subcontracts which are exempt from the equal opportunity
are set forth in 41 CFR 60-1.5. (Generally only contra
subcontracts of $10,000 or under are exempt.)
Currently, Standard Form 100 (EEO-1) is the only report re
by the Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors whc
participated in a.previous contract or subcontract subject
Executive Orders and have not filed the required reports
note that 41 CFR 60-1.7(b)(l) prevents the award of contrac subcontracts unless such contractor submits a report cover1
delinquent period or such other period specified by the E
Highway Administration or by the Director, Office of I Contract Compliance, U.S. Department of Labor.
SIGNATURE. %--//%E
Dana K. Ferre1Ll President
BIDDER I s NAME : WEST COAST GENERAL CORPOX
ADDRESS: 12243 HWY 67, Lakeside, Ca
.92(
(NOTARIZE OR CORPORATE SEAL)
~PZ~@z?~~ ---e-
8 19- On this the 1st day of March
Kimberly A. Blaschko
the undersigned Notary Public, personally appeared
Dana K. Ferrell
E personally known to me
L proved to me on the basis of satisfactory evidence
OFFEM SEAL KIMBERLY A. BLASCHKO Notary Pubk-CaRfomia SW DEGO COUNTY
on behalf of the corpoi
t the corporation exec1
and and official seal
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT
Title or Type of Document
Date of Document
Signer(s) Other Than Named Above
NAL NOTARY ASSOClAllON * 8236 Remmet Avo . PO Box 7184. C
CERTJFICATE OF ACKNOWLEDGMENT - SURETY
STATE OF CALIFORNIA
COUNTY OF\-/&) ss.
On this ,//IA’c day of-- M , lgSg, before me a
Notary Public in and for the said munty, personally appeared -.&&&?%& &- ,mH Cxrh mndy knh to be (or proved to me by satisfadory evidence) to be the person who executed the
*&n instnrment as Attorney-iwFact of Surety therein named and acknowledged to me that the Surety
executed
SEAL -, v (L
Notary Gblic
#.
% L e c8 Q CY
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That wer
Principal, held and fir an amount as follows: (must be at least ten percent (10%) c bid amount)
s 1
1
3
3
9
J!
1 -a
il
da
At/ P6EA/74 O.y/ 6K 7H & @e7 //e
for which payment will and truly made, we bind ourselves
heirs, executors and administrators, successors or ass
jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that i
proposal of the above-bounden principal for: 4
CONSTRUCTION OF CARLSBAD BOULEVARD IMPROVEMENTS,
PHASE I1
CONTRACT NO. 3205
in the City of Carlsbad, is accepted by the City Council of
City, and if the above bounden Principal shall duly enter and execute a Contract including required bonds and insu
policies within twenty (20) days from the date of Awa Contract by the City Council of the City of Carlsbad, being
notified of said award, then this obligation shall become and void: otherwise, it shall be and remain in full forc
effect, and the amount specified herein shall be forfeited t said City.
In the event any Principal above named executed this bond individual, it is agreed that the death of any such Prin shall not exonerate the Surety from its obligations under bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals thi
day of /$qJ I 1987.7-
-a
9: ~
1-
B"
Corporate Seal (if Corporation)
(ATTACH ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCXPI
ATTORNEY IN FACT) AND SURETY MUST BE ATTACl
#!f 4
fr HARTFORD ACCIDENT AND INDEMNITY COMPANY
HarIlord. Cannecncul >w +
POWER OF AITCRNEY
Know all men by these Presents. That :he HARTFORD ACCIDENT AND INDEMNITY COM-
PANY. a corporation duly organized under the laws of the State of Cannecricut. and having iis principal office 111 the City of
Hartford. County of Hartford. Stat@ of Connecricut. does hereby maw constitute and appotnr
0
RONALD W. RASNUSSEN of srty XEGO, CALITOIGULA
its true and lawful Attorney(s1-in-Fact. with full power and authoriry to each of said Attorney(s)-in-Fact. in their separate capaciryif more than one is named above. to sign. execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature 'hereof on behalf of the comoanv in its business of guaranteeing the fidelity of persons holding places of public or private trust: guaranteeing the performance of contracs other :han insurance policies: gUaranteelng the performance of insurance ont tracts where surety oonds are accepted by states ana munic:paiities. and eXeCUting or guaranteeing bonds and undertakinqs required or germitted in all actions or proceeaings or by law allowed, --- ----- ____------ ---_ ----- I--- *----
------/---
-------
-------,_ --/----
---- --------- --- ---_ ------- -------- and to bind the HARTFORD ACCIOENT AND INDEMNITY COMPANY thereby as fully and to the same extent as it such bonds ancl undertakings and other writings obligatory in the narure thereof were signed by an Executive Officer of the HARTFORD ACCIDENT AND INDEMNITY COMPANY and seaiea and attested by ono other of such Officers. ana hereoy ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof.
This power of attorney is granted by and under authority of the following provisions:
(1) By-Laws adopted by the Stockholders of the HARTFORD ACCIDENT AND INDEMNITY CClMPANY ar a meeting duly callec and held on the 10th day of February. 1943. ARTICLE iV
SECTION 8. The Prestdeni or any Vice-Presdent. acting wltn any Secreta? or Assisrant Secretarv. shall nave mwer ana autnor:?:, to appoint. 'or purposes only of executing and attesting bonds ara undertakings ana other wntings obligatov in tne nature thereof me or more Aesioenf Vice- Presidents. Resiaenr Assistant Secretaries and Attorneys-an-Fact and at anv nme to remove any sucn Resioent Vice-J'esioenr. Resiaent Assistant Secretarv. or Attorney-m-Fact. ana revoke [he power and authoritv given to hlm SECTION 11. Attorneys-m-Fact Shall have power ana authorky. sub!ec~ :o tne terms and limitations of the power of anorney issuw 15 them. :o execute ana aeliver on benalf of the Company ana to anacn tne seal of the Comoany thereto any and ail Donas an3 undertakings. ancl otner writings obiigaiory II the nature thereof. ana any sucn instrument executed by any Such Anorney-in-Fact Shall be as binaing uoon the Camoanv as if signea by an Exrcurive Ofker and sealed and attested by one otner of such Otficers.
(21 Excerpt from.the Minutes of a meeting of the Board of Directors of the HARTFORD ACCIDENT AND INDEVNITY
COMPANY duly called and held on the 11th day of June. 1976:
RE SO WED^ Rooen N. H Sener. Assistant Vice-President and Thomas F Oeianey. Assistant Vice-President. Shall each nave as long 3s ne holds
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resoluticn adopred by the Directors of the HARTFORD ACCIDENT AND INDEMNITY COMPANY at a meering duly called and held on
the 6th day of August t976.
RESOLVED. That. whereas Robert N. H Sener. Assistant Vice-Presdent ana Thomas F Delaney. Assistant Vice-President. acting with any Secretary or Assistant Secretary. each have the power and authority. as tong as ne notas such office. to appoint by a cower of anornev. for purooses only Of executing ana attesring bonds and undertakings and oiher writings obligatory in me nature thereof. one or more Resident ViCe-PreSidentS. Assistant Secretaries and Attorneys-in-Facf.
Now. therefore. thesignaturesot such Olficersand thesealof tneCompanymaybeafftxedtoanysuchpowerof amorney orto any certificate relating thereto by facsimde. and any sucn power of attorney or Certificate bearing such facsimile signatures or facsimile seal Snail De valid and binding uoon the Company and any Such power so executed and certified by facsimiie signanves ana facsimile seal shall be vatid and binaing upon ihe Company in the future wm respect to any bond or undertaking to which it is anached.
In Witness Whereof, the HARTFORD ACCIDENT AND INDEMNITY COMPANY has caused these presents to be
signed by its Assistant Vice-President. and its corporate seal to be hereto affixed. duly attested by its Secretary. this 1st day
of April. 1983.
Attest: HARTFORD ACCIDENT AND INDEMNITY COMPANY
e
such office the same power as any Vice-President under Sections 6.7 ana 8 ot Amcle iV of the By-Laws of tne Comoany.
eG& m %.N+
._
Rojm N H. Sener
Ass,s:aiir 7k%J-es#aeni
Mary Scndd Sacreraw :k
STATE OF CONNECTICUT, /
COUNTY OF HARTFORD. \
On this ?st day of April. A.D. 1983. before me personally came Robert N. H. Sener. to me known. who being by me duly sworn. did depcse and say: that he resides in the County of Hartford. State of Connecticut. that he is the Assistant Vm- President of the HARTFORD ACCIDENT AND INDEMNITY COMPANY. the corporation described in and which executed the above instrument: that he knows the seal of said corporation: that the seal affixed te the said instrument is such corporate seal: that it was so affixed by order of the Board oi Direcrors of said corporation and that he signeS his name thereto by like order.
STATE OF CONNECTICUT. /
COUNTY OF HARTFORD, \ CERTIFICATE
I. the undersigned. Assistant Secretary of :he HARTFORD ACCIDENT AND INDEMNITY COMPANY. a Connecticut Corporation. DO HEREBY CERTIFY that the foregoing and at:ached POWER OF ATTORNEY remains ic full force and has not Seen revoked: and furthermore, that Article IV. Sections 8 and 11. of the By-Laws of the Company. and the RPsdutions of the Board of Directois. set forth IC the Power of Attorney. ari now in force.
-7JW
. ss.
-*.. ".,, -Az&-&u* (Ilj Czor(a vazoias NOCd/y PuOIIC .. .
o,.(c' :- My Commssian Exprres %larch 31 1988 ' 5s
1
e
Signed and sealed at the City of Hartford. Dated the Jx day of &H/ 10 'fl-
oawa A. jonnson Odd.?@--- Assisfani Secretary
..-
::3 .:-? %iY Form S.:507-10 PrinteC In U SA
I i
f r
9
- a
f.
c.) m c) g z M
(A) w .,
- 3
3 2
e
z:
32
a3
4
j;
3:
si : H 2 to 0 <
. s 5
1
8 Cm UCI UZ
2-
au St-a
a'
;e a m 3
sa
- M ul\. =a m. . 2 23
=z E" 5 - gg "3' ;E -2 242
sg
gg 32 cd3 '6aZ - c;' c=D MI
f =z =e
CI
Y 0
II:
4 E
2 E a
3 I- U
L4
m
Ea g
uc 82 $ 3 --@ 3-
$28 k* -IJ.q.g 9 as H
i.jU@ ,si z-.-@Z 9,e pas
Y
,%a c- Z@
au UQ.
H b9 ' - -
8%
2. - s
'4 4 5 aa
c_ b I n
p : 8 4 8 IU &I a 2u
@
3 m
al - s - m U
z* Ll 9 0
a
r
a r
0.'
a
g'o 3g
rn 09 3 -2 oa
Q
m
m
C m
-
- c
w
$
B Fb
$5 =.g- Ei-
- -
- 3
u
B
6 .g az
-5
c 1 52 8-0 e
lis
$i =a a=
032 a2 D qq 9s 3 - gg ,.
-
-
DESIGNATION OF SUBCONTRACTORS .a 1
a !
The Undersigned certifies he/she has used the subbids o
following listed Contractors in making up his/her bid and
the subcontractors listed will be used for the work for
they bid, subject to the approval of the City Engineer, ai accordance with applicable provisions of the specification
Section 4100 et seq. of the Public Contracts Code - "Suble
and Subcontracting Fair Practices Act." No changes may be in these subcontractors except upon the prior approval o
City Engineer of the City of Carlsbad. The following inform, is required for each subcontractor. Additional pages c(
attached if required.
Items of Full Company Complete Address Phone No Work Name with Zip Code with Area
I..
LIfl~-rnfZ? J.E. 63~Ic.&~SWS,/rc~c Sd-S
F- he s b(de3-Q
J&L 4 *-A\ck cy-)
\
I)
0 0
VIlEST COAST GENERAL CORPORATION
12243 Highway 67
Lakeside, California 92040 RECE (619) 561-4200
0
MAR I. 3 I989 March 07, 1989
Mp”. Pat Entezari MUNICIPAL PROJECT^ Municipal Projects
2075 Las Palmas Drive
Carlsbmd, California 92009
Re: Carlsbad Boulevard Improvements
Phase II, Contract No. 3205
DlVlSlON
Dear Pat:
Per your request, the following breakdown reflects those items
attributable to our subcontractors:
Subcontractors I t ems
J.E. Brokaw md Sons # 09, 10, 11, 12, 13, 14
C 6 C Evergreen # 35, 36
Atlas Fence Company # 29
All Electric # 33, 37, 39, 40
Sim 3. Harris B 05, 06, 07,
0
Pat, if H can be of further assistance, please contact me at your
convenience.
Sincerely,
WEST COAST tmama CORPORATION
Ld b
i0avid Davey
DD/kb
e
->
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the
of all the listed subcontractors as part of the sea
submission. Additional pages can be attached, if required
Type of State Carlsbad Amou
Full Company Name License & No. License No.* Bid ($
ze
j
contracting Business of !!
!!
- d .e. BIzolLWf50hiS A
-6 A- -
- A
-L z - - - 0
t * Licenses are renewable annually. If no valid license, j
"NONE." Valid license must be obtained prior to submic
signed Contracts.
WEST COAST GENERAL CORPORATION
12243 Hwy 67
T>akesj.de, California 92040
Bidder's Company Name 1'
1
I
? Bidder's Complete Addre (NOTARIAL ACKNOWLEDGEMENT OF
EXECITOPM MUST BE ATTACHED. ) # Lakeside, California 92040 -
(CORPORATE SEAL) ;r_"c y- q-/
.-kzZ-/~/ 9d' ->.4//&
Aut ho r i zed wg na tu r e
t Dana K, Ferrell, Preskdent i
io
1
1
/“Tz’7- m@-wz-- CORPORATE ACKNOWLEDGMENT
19- March On this the Ist day of
Countyof San Dieqo Kimberly A. Blaschko
the undersigned Notary Public, personally appeared
Dana K. Ferrell
3 personally known to me
L proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
FerY-ell /Pr-Pqi ibmr on behalf of the corpc
named, and acknowledged to me that the corporation exec
K wf Comm. ET. at. I6.1992 - - - --T”
THIS CERTIFICATE
MUST BE ATACHED
TO THE DOCUMENT
Title or Type of Do
Date of Document
w
7120 122 NAllONAL NOTARY ASSOCIATON - 8236 Remmet Ave . P 0 Box 7184
WEST COAST GENERAL CORPORATION
12243 Highway 67
Lakeside, California 92040
(619) 561-4200
0
ua- fil ~ /id&/k/f J/ 3 -&32 LLi 2 March 08, 1989
1 d’ 1
“kdth Fletcher
City of Carlsbad
1200 Elm Avenue
Carlsbad, California 92008
Re: Carlsbad Boulevard Improvements - Phase I1
Dear Hs. Fletcher:
This letter is to verify and confirm that I, Dana K. Ferrell, am
President of West Coast General Corporation, and that the
sccompnying audited financial statement is that of my
corporation for the stated period of time.
Sincerely,
WEST COAST GENERAL CORPORATION 0
‘--- /-;,/a,.r <A /?fly - ?/ I
Dana K. FerrePl
President
P
b DKF/kb
cc: File
Encl. (Financial Statement - 6-30-87 % 88)
c
N
9
t
On this the 8th day of March 198
Kimberly A. Blaschko
the undersigned Notary Public, personally appeared
County of San Diegc
Dana K. Ferrell
E personally known to me
L proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
Dana K. Ferrell , Presidentor on behalf of the carp(
named, and acknowledged to me that the corporation exec
ATTENTION NOTARY: Although the information requested below IS OPTIONAL it could prevent fraudulent attachment of thls certlflcate to another (
Title or Type of Document Letter kt 9 to MS.3
_--------_-----
NATIONAL NOTARY ASSOCIATION ~8236 Rernmet Ave *PO Box 718 7120 122
*
a
WEST COAST GENERAL CORPORATION
FINANCIAL STATEMENTS
JUNE 30, 1988 AND 1987
e
m
,
'
WEST COAST GENERAL CORPORATION
TABLE OF CONTENTS
JUNE 30, 1988 0
Accountant's Report ..................................................
Balance Sheets .......................................................
Statements Of Income And Retained Earnings ...........................
Statements Of Changes In Financial Position
Notes to Financial Statements ........................................
Report on Supplementary Information ..................................
Supplemental Schedule Of Earnings On Contracts .......................
Supplemental Schedule Of Contracts In Progress
Supplemental Schedule Of Completed Contracts
Supplemental Schedules Of Operating Expenses
..........................
.......................
.........................
......................... e
0
WLOY & ASSOCIATES m CERTIFIED PUBLIC ACCOUNTANT
3925 NORMAL STREET SAN DIEGO, CALIFORNIA 92103 *(619) 295-1032 0
To the Board of Directors
West Coast General Corporation
Lakeside, California
I have examined the balance sheets of West Coast General Corporation a:
June 30, 1988 and 1987 and the related statements of income and retaint
earnings and changes in financial position for the years then ended. k
examination was made in accordance with generally accepted auditing standards and, accordingly, included such tests of the accounting reco and such other auditing procedures as I considered necessary in the circumstances.
In my opinion the financial statements referred to above represent fai the financial position of West Coast General Corporation as of June 30 and 1987, and the results of operations and the changes in financial
position for the years then ended, in conformity with generally accept accounting principles applied on a consistent basis.
0 T$L ,ri YqJy
Stephen A. Maloy October 14, 1988 Certified Public Accountant
0
WEST COAST GENERAL CORPORATION BALANCE SHEETS
JUNE 30, 1988 AND 1987 0
1988 ----
ASSETS
CURRENT ASSETS: Cash $ 613,423 ’ $ 6’
Other Receivables -
Due from Affiliate (Note 2) 118,000 r/
Cost And Earnings In Excess Of Billings On Contracts In Progress (Notes 1 And 3) 52,639 d
Prepaid Expenses 6 Deposits 16,839 ,.
Contract Receivables (Note 1) 534,259 * 1,7
----------- --a-
Total Current Assets 1,335,160 2,5 ----------- ----
PROPERTY, PLANT 6 EQUIPMENT: (Note 1) Furniture 6 Fixtures 29,721 < Radio Equipment 101156J
Equipment 24 , 362
Depreciation A1 1 owed (15,388) ’
----^--__-- ---
Total Property, Plant 6 Equipment 48 I 851 --___--__-- ---
e
$ 1,384,011, $ 2, --- --- ----------- ----------- TOTAL ASSETS
See Accompanying Notes To Financial Statements e 2
WEST COAST GENERAL CORPORATION STATEMENTS OF INCOME AND RETAINED EARNINGS
FOR THE YEARS ENDED JUNE 30, 1988 AND 1987 0
1988 ----
Construction Revenue $ 7,235,999 $ 61
Cost of Construction 6,967 , 298 5,
Gross Profit 268,701
Operating Expenses 210 , 267
Income From Operations 58,434
Other Income (Expense)
----------- ---
----------- --_
Interest Expense (27,706) Interest Income 17 , 199
Hiscel laneous Income (Expense) (5,051)
(15 , 558)
--. -----------
----------- --.
Income Before Tax 42,876
Income Tax Expense (Note 9) 17 , 636
Net Income 25 , 240
Retained Earnings Beginning Of Year 182,071
Purchase Of Treasury Stock Over
0
----------- --
Stated Value (Note 8) - ----------- --
-- -- Retained Earnings End Of Year $ 207,311 $ ----------- -----------
See Accompanying Notes To Financial Statements
0 4
WEST COAST GENERAL CORPORATION
BALANCE SHEETS
JUNE 30, 1988 AND 1987 0
1988 ----
LIABILITIES AND SHAREHOLDER'S EQUITY CURRENT LIABILITIES:
Bank Overdraft $ 235,071 ' $
Accounts Payable 151,161 u/ 1, Subcontracts Payable, Including Retention 62,657 J
Billings In Excess Of Cost And Earnings
On Contracts In Progress (Notes 1 And 3) 53,679 J
Accrued Expenses 35,725 ' Income Taxes Payable 30 , 200 ;
Deferred Income Taxes (Note 1) 164 , 390
Current Portion Of Long-Term Debt And Capital
Lease Obligations (Notes 5 And 6) 7,190 ' --------_-- --
Total Current Liabilities 7 40 , 073 2 ---------_- --
LONG-TERM DEBT AND CAPITAL LEASE OBLIGATIONS
Less Current Portion (Notes 5 And 6) 10,627 ' ----------- -- 0
NOTE PAYABLE TO SHAREHOLDER (Note 7) 250,000 1 --------__- --
Total Liabilities 1,000 , 700 , 2 ----------- --
SHAREHOLDER'S EQUITY:
Common Stock - No Par Value; 100,000
Shares Authorized; 17,600 Issued And
Outstanding at Stated Value (Note 8) 176,000 Retained Earnings 207,311
Total Shareholder's Equity 383,311
----------- -
--------___ -
TOTAL LIABILITIES AND SHAREHOLDER'S EQUITY $ 1,384,011 $ -----______ -_-_---____ - -
See Accompanying Notes To Financial Statements 0 3
WEST COAST GENERAL CORPORATION
STATEMENTS OF CHANCES IN FINANCIAL POSITION
FOR THE YEARS ENDED JUNE 30, 1988 AND 1987 0
SOURCES OF FUNDS
Operations
1988 ----
Net Income $ 25,240 $ 2:
Add (Deduct) Items Not Affecting Funds
Depreciation 9,740 ----------- ----
Total Funds Provided By Operations 34 , 980 2
Issuance of Capital Stock 150 , 000
Long-Term Borrowing 18 , 494
^---------- ----
Total Funds Provided 203,474 2
USES OF FUNDS
Reduction In Long-Term Debt
Purchase Of Treasury Stock 1
Total Uses Of Funds 30 , 849 1
7 , 953
22 , 896 Additions To Property And Equipment - ----------- ----
e
----------- ----
---- ---- $ 172,625 $ ----------- ----------- INCREASE IN WORKING CAPITAL
See Accompanying Notes To Financial Statements 0 5
WEST COAST GENERAL CORPORATION
STATEMENTS OF CHANGES IN FINANCIAL POSITION
FOR THE YEARS ENDED JUNE 30, 1988 AND 1987 0
ANALYSIS OF WORKING CAPITAL
1988 Increase (Decrease) In Current Assets ----
Cash $ (80,257) $. Contracts Receivable (1,177,100) l,!
Other Receivables (4,377) Income Tax Receivables (7,136) Due From Affiliate 93,000
Costs And Earnings In Excess Of Billings
Prepaid Expenses 6 Deposits 11,085
On Contracts In Progress (19,412)
----------- ---
Net Change In Current Assets (1,184,197) 2, ----------- ---
(Increase) Decrease In Current Liabilities
Bank Overdraft (235,071)
Accounts Payable 1,137 , 686 (1,
Subcontracts Payable 281,788 ( Billings In Excess Of Costs And Earnings
On Contracts In Progress 176,351 ( Current Portion Of Long-Term Debt
Payroll Taxes Payable 2,706
Accrued Payroll 67 4
Accrued Insurance 28,491
Accrued Interest Payable (27,500)
Income Taxes Payable (30,200)
0
(5,048)
Deferred Taxes 26 , 945 (
Net Change In Current Liabilities 1,356,822 (2,
----------- ---
----------- ---
--_ --- INCREASE IN WORKING CAPITAL $ 172,625 $ ----------- -----------
See Accompanying Notes To Financial Statements 0 6
WEST COAST GENERAL CORPORATION
NOTES TO FI'NANCIAL STATEMENTS e JUNE 30, 1988
1. Significant Accounting Policies
Orqanization
The Company is a California corporation, organized August 12, 1985. Company is a general engineering and building contractor performing t principally on commercial construction projects.
Method of Income Recosnition
The percentage-of-completion method of accounting for construction CI is used in the financial statements. Under this method, income is recognized as the work on the contract progresses. Generally, such
represents the percentage of estimated total income that costs incur
date bear to estimated total costs. When current estimates of total
contract costs indicate a loss on a contract, provision is made in t
financial statements for the entire estimated amount of the loss. S profits or losses under this method are determined while the contrac in progress and, therefore, before all items of revenues, costs, and expenses have been finalized, the profit or loss reported for a part
period may include adjustments resulting from revised contract price
cost estimates.
Amounts earned on specific projects in excess of billings are treate
current asset and billings in excess of earnings are treated as a cu
liability.
Contracts Receivablg
Contracts receivable have been adjusted for all known uncollectible accounts. An allowance for doubtful accounts has not been establish the amount is considered immaterial.
The following is a detail of the contracts receivable:
e
1988 ----
Contracts Receivable $ 520,434 $ l,f Retainage 13,825 ----------- ---_
$ 534,259 $ 1,' ---. ---. ----------- -----------
0 7
WEST COAST GENERAL CORPORATION
NOTES TO FINANCIAL STATEMENTS e JUNE 30, 1988
(Note 1 Continued)
Property and EauiDment
Property and equipment is carried at cost and is depreciated by the straight-line method over the estimated useful lives of the individua
assets, generally five years.
Income Taxes
The Company uses the completed contract method for reporting for inco purposes, under which all contract revenues and expenses are recogniz the accounting period in which the contract is completed.
Deferred income taxes result from timing differences in the recogniti
income and expense for financial reporting and tax purposes. Deferre
relate principally to the differences in methods used to recognize re
on contracts as discussed above. Such deferred taxes are classified
current liability.
2. Due From Affiliate e
During the year ended June 30, 1988 the Company exchanged a piece of
equipment worth $118,000 to an affiliate for a 10% note receivable dl
demand.
During the year ended June 30, 1987 the Company loaned $25,000 to tht affiliate. The loan has since been repaid.
3. Contracts in Progress
1988 -_-_
Costs incurred on contracts in progress $ 9,123,388 $ 5,O: Estimated earnings 609 , 887 3'
Total costs and estimated earnings 9,733 , 275 5,4' Less billings to date 9,734,315 5,5'
----------- ----
----------- -_--
$ (1,040) $ (1 ---- ---- ---________ -----------
0 8
WEST COAST GENERAL CORPORATION
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1988 0
(Note 3 Continued)
Included in the accompanying balance sheet under the
following headings:
1988 ----
Costs and estimated earnings
in excess of billings on
contracts in progress $ 52,639 $
Billings in excess of costs
and estimated earnings on
contracts in progress 53,679 2 ----------- ----
$ (1,040) $ (1 ---- ---- --_-_______ -----------
(See supplemental schedule of contracts in progress) 0
4. Line of Credit
The Company has a $300,000 unsecured line of credit with a bank whic
expires September 17, 1989. Interest on borrowings are at the bank'
rate plus 1%. There were no borrowings under the line during the pe
ended June 30, 1988.
5. Notes Payable
Notes Payable at June 30, 1988 consisted of the following:
Vehicle purchase contract payable in monthly installments of $479 including
.interest at 10.5% through July, 1991,
collateralized by a vehicle with a net
book value of $17,474 $ 17,647
Less current maturities 7,020 ----------_
$ 10,627 ----------- -----------
0 9
WEST COAST GENERAL CORPORATION NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1988 e
(Note 5 Continued)
Maturities on notes payable are due as follows:
1989 $ 7,020
1990 4,848
1991 5 , 383
1992 3 96
Thereafter - -----------
$ 17,647 ----------- -----------
6. Lease Obligations
Operatins Lease:
The Company leases an automobile under a noncancellable agreement whi
expires November 1988.
The following is a schedule by years of the future minimum lease paym
for the lease mentioned above as of June 30, 1988:
Period Ending June 30,:
0
1989 s 2,501
Thereafter - -----------
2,501 ----------- ----------- Total minimum lease payments $
Total net expense for the operating lease was $6,003 for the year enc
30, 1988.
0 10
WEST COAST GENERAL CORPORATION
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1988 0
(Note 6 Continued)
Capital Leases:
The Company is the lessee of office equipment under a capital lease in September, 1988. The lease provides for a bargain purchase optic
end of the lease term. The assets and liabilities under capital lei
recorded at the lower of the present value of the minimum lease payn
the fair value of the asset. Depreciation of assets under capital 1
included in depreciation expense for 1988 and 1987.
Future minimum lease payments under capital leases are as follows:
Period Ending June 30,:
1989 $ 17 5
Thereafter - -----------
Total minimum lease payments 175
Less amount representing interest 5
Present value of minimum lease payments
Obligations due within one year
----------- 0
170
170 -------__-_
0 ----------- ----------- Long-term obligations $
Property recorded under capital leases as of June 30, 1988 and 1987
included:
1988 ----
Equipment $ 5,713 $ Accumulated depreciation ( 3,198 1 --- -------____
--- --- 2 , 515 $ -----______ ----------- $
0 11
WEST COAST GENERAL CORPORATION
NOTES TO FINANCIAL STATEMENTS
JUNE 30, 1988 0
7. Note Payable To Shareholder
The note payable to shareholder is summarized as follows:
11% note, unsecured (subordinated to the
Company's Surety), payable to Dana K.
Ferrell, President and sole stockholder,
payable interest only monthly, principal
due September 24, 1988 $ 250,000 ----------- -----------
8 e Stock Transactions
During the year ended June 30, 1987 the Company redeemed 2,400 share!
comon stock from two shareholders. The transaction was accounted fc
reducing outstanding stock and retained earnings for the repurchase i
in excess of cost.
At June 30, 1987 all shares held in treasury were retired.
Common Rei
Stock - Ea
e
Balance July 1, 1986 $ 50,000 $
Redemption (24 , 000) ( Net Income For 1987 -
Balance June 30, 1987 26,000 1
2 ----------- ----
--_-_______ ----
Sale Of Stock 150,000
Net Income For *1988 - ----------_ ---_
$2 ---- ---- Balance June 30, 1988 $ 176,000 ---________ ----_______
0 12
WEST COAST GENERAL CORPORATION NOTES TO FINANCIAL STATEMENTS JUNE 30, 1988 e
9. Income Taxes
The provision for income taxes consists of: 1988 ----
Current Income Tax Expense( Benef it)
Federal $ 6,200 s
State 4 , 300 --------_-- ---
Total Current Income Taxes 10 , 500 ----------- ---
Deferred Income Taxes - Deferred Federal 1
Deferred State - ----------- ---.
Total Deferred Income Taxes - --_-------- ---.
Prior Year Under Accrual 0
Federal 5 , 506 State 1 , 630 ----------- ---
Total Prior Year Under Accrual 7,136 __-_______- ---_
Total Income Tax Expense $ 17,636 $I --_- ---_ ----...--__-- --------_--
10. Related Party Transactions
The Company occasionally conducts business with a related party.
1987 respectively.
The Company rents its premises from Dana K. Ferrell under a month-tc
rental agreement. Rent is $2,633 per month. Rental expense for thj premises for the year ended June 30, 1988 totaled $5,266,
During the year the Company occasionally used a piece of equipment (
a related party at no charge.
TI . amounts totaled $110,400 and $37,000 for the years ended June 30, 1'
e 13
WEST COAST GENERAL CORPORATION
NOTES TO FINANCIAL STATEMENTS 0 JUNE 30, 1988
11, Contingencies
The Company is involved in a cross-complaint brought on by their bre
contract action against a subcontractor. The cross-complaint asks f actual and punitive damages totalling $622,188. Outside counsel for Company has advised that the cross-complaint appears to be without m
that it is not likely the Company will have an unfavorable outcome. Management intends to vigorously contest the cross-complaint.
The Company is a defendant in a lawsuit filed by a subcontractor's v for an alleged "Miller Act" violation. The suit asks for damages to $15,089. outside counsel for the Company has advised that at this p
cannot offer an opinion as to the probable outcome. The Company bel the suit is without merit and is vigorously defending its position.
The Company is a defendant in a lawsuit filed by a subcontractor's u
for an alleged "Miller Act" violation. The suit asks for damages of Outside counsel for the Company has advised that management has a va release from any liability in this matter and that it is unlikely ar unfavorable outcome will result. 0
e 14
MALOY & ASSOCIATES
CERTIFIED PUBLIC ACCOUNTANT
1) 3925 NORMAL STREET SAN DIECO, CALIFORNIA 92103 *(619) 295.1032
To the Board of Directors West Coast General Corporation
Lakeside, California
My examination was made for the purpose of forming an opinion on the
financial statements taken as a whole. The supplementary information
the years ended June 30, 1988 and 1987 is presented for purposes of
additional analysis and is not a required part of the basic financial statements. Such information has been subjected to the auditing proc applied in the examination of the basic financial statements, and in opinion, is fairly stated in all material respects in relation to the financial statements taken as a whole.
7Gp- n 096 b-f
Stephen A. Maloy October 14, 1988 Certified Public Accountant 0
e
WEST COAST GENERAL CORPORATION
SUPPLEMENTAL SCHEDULE OF EARNINGS FROM CONTRACTS
FOR THE YEAR ENDED JUNE 30, 1988 I)
Revenues cost Of ( Earned Revenues 1 ------------ -___________ --.
Contracts completed during the year ended June 30, 1988 $ 2,230,895 $ 2,233,430 $
Contracts in progress at
June 30, 1988 5,005,104 4,7 33,868 ----------_- ------------ --
Total Earnings From Contracts $ 7,235,999 $ 6,967,298 $ -- -- ----_-___-__ -------_---- ------------ ------------
0
See Accountant’s Report on Supplemental Information * 16
WEST COAST GENERAL CORPORATION SUPPLEMENTAL SCHEDULES OF OPERATING EXPENSES
FOR THE YEARS ENDED JUNE 30, 1988 AND 1987 e
1988 Operating Expenses: ----
Accounting $ 7,808 $ Advertising 2 47 3 , 890 Automotive Expenses
Bid Expense 635 4,148 Contributions
Dep r eci at i on 9,740 Dues And Subscriptions 1 , 387
Estimating 49,680 123,052 Insurance
2 , 530 Insurance - Officer’s Life
Legal 6 , 550
Licenses 1 , 145
office Salaries 32 , 294
Officers Salaries 39,386
Office Supplies 13 , 388 66,936 Payroll Taxes
35 Penal ties
Professional Fees -
Promo t ion 1,810
Property Taxes 66 15,965 Rent
Repairs And Maintenance 2 , 778
Telephone 13 , 530 1 , 972 Travel And Entertainment
3 I 107 Uti 1 i ties
Moving Expense 6,668
0
(1 Less Burden Applied (198 , 480) ---_ -----------
---_ ---. $ 210,267 $ Total Operating Expenses
---...----__- ---------..-
See Accountant’s Report on Supplemental Information
19 a
(Completedlof the Employer I to Contact I Work I I 1 J,L. Tisdale I Miramar I 10-87 IDewnt of avv 1537-6303 iitn /rarnontrv I 1 Mr. Bernotas handing Craft 1 04-01-88 (Department of Na VV I 725-11 36 i r rlishl nn I 1 Grossmount Union (Bob LaCross best Hills
3 1 L
Con t
1,45C .'
6.2%
1 I 1 I
1 1 I I I High School1 I
California On thistheIstdayof March 1 9-
Kimberly A. Blaschko Countyof Sari Diego
the undersigned Notary Public, personally appeared
Dana K. Ferrell
Q personally known to me
C; proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
Dana K. Ferrell/PresidentOr on behalf of the carp
named, and acknowledged to me that the corporation exe
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT
Title or Type of Document
Date of Document
CCI- Signer(s) Other Than Named Above
NAllONAL NOTARY ASSOCIATION -8236 Remmet Ave -PO BOX 718 7120 122
TITLE 23, UNITED STATES CODE, SECTION 112,
NON-COLLUSION AFFIDAVIT
In accordance with Title 23, United States Code, Section 112,
bidder hereby states, under penalty of perjury, that he has
either directly or indirectly, entered into any agreem participated in any collusion, or otherwise taken any actio
restraint of free competitive bidding in connection with
contract.
Bidders are cautioned that making a false certification
subject the certifier to criminal prosecution.
PUBbIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In accordance with Public Contract Code Section 10162,
Bidder shall complete, under penalty of perjury, the follo
questionnaire:
Has the bidder, any officer of the bidder, or any empl of the bidder who has a proprietary interest in the bidder,
been disqualified, removed, or otherwise prevented fron bid
on, or completing a federal, state or local government pro because of a violation of law or a safety regulation?
NO X 0 YES
If the answer is yes, explain the circumstances in
following space.
PUBLIC CONTRACT CODE SECTION 10232 STATEMENT
In accordance with Code Section 10232, the Contractor he states under penalty of perjury, thyat no more than one f
unappealable finding of contempt of court by a Federal court
been iseued against the Contractor within the immedia
preceding two-year period because of the Contractor's failur
comply with an order of a Federal court which orders
Contractor to comply with an order of a Federal court w
orders the Contractor to comply with an order of the Nati
Labor Relations Board.
NOTE: The above Non-Collusion Affidavit, Questionaire
Statement are part of the Proposal. Signing this Proposal on signature portion thereof shall also constitute signature of
Non-Collusion Affidavit, Questionaire and Statement.
B 9 *
1
. Fed. 5- 16- 88
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION
The bidder, unde: penalty Of perjury, cortifies that, exce as noted below, hc/sne or any person associated therewith in
capacity of Owner, partner, director, officer, managor:
is not currently under suspension, dcoarment, voluntary
cxclu~ion, oc determination of ineligibility by any federal agency:
has not been suspended, debarred, voluntarily excluded or detcrnrned :neiiglble by any federal agency within the past 3 years;
does not have 3 proposed debarment pending; and
has not been :naicted, convicted, or had a civil
judgement renceced against it by a .court a€ competent jurisdiccroc in any matter involvrng fraud or official nisconduct within the past 3 years.
If therc are any exceptions to this certification, insert exceptions in the Zol1owing:space.
Exceptions will not necessarily result in dQnia1 of award
will be considered in determining bidder responsibility. €0 exception noted aoove, indicate below to whom it applies, initiating agency, and dates of action. i
- a 1 q
t
IJote: Providing fa::? information may result in criminal 1 prosecution 3: adminstrative sanctions.
' The above certification is part of the Proposal. Sig this Proposal on the signature portion thereof shall constitute si;nature of this Certification.
e
h Accompanyin this ro osal is BIDDERI IS-^^' * HECK: oa -BIOMRS BONO
C
.*AS Th: 3s RP ECK. 'CmF t 0 C (NO=:! EAT E nc)m ashy$ ).'%ISH -.E wy BE.) in amount equal to at least ten percent of the total of the bid.
The names of all persons interested in the foregoing pfoposal as principals are as follows:
I M Po RTA NT NOT] C E If bidder or othar interested person IS a c lion, state legal name of corporation, also ni the president, secretary, treasurer, and ma thereof: if a copartnership, state true name of firm, also names of all individual copartners con
firm; if bidderbor other interest@ person is an individual, state first and last names in full.
WEST COAST GENEXAL CORPORATION
A *
Dana K. Ferrell - wsi dent
)ef vi n-nci a1 ni rpcj-or
Licensed in accordance with an act providing for the registration of Contractors, -
License No. 479019 Classification(s) A & B
By my signature on this proposal I certify, under penalty of perjury under the laws of the ! California, that the foregoing questionnaire and statements of Public Contract Code Sections
10232 and 10285.1 are true and correct and that the bidder has complied with the requirerr, Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title : California Administrative Code). By my signature on this proposal I further certify, under per perjury under the laws of the State of California and the United States of America, that the 1 United States Code, Section 112 Non-Collusion Affidavtt and the Title 49 Code of F Regulations, Part 29 Debarment and Suspension Certification are true and correct.
L
Date: 3-01-89
WEST COAST GENERAL CORPORATION
12243 Hwv 67. Lakeside, C
Gd7L PI.7 d/l
Signature of Bidder
Dana K. Ferrell, President
Business Address 12243 Riqhwav 67, Lakeside, Ca. 92040
keside. Ca. 92040 Place of Business 12243 Hishwav 67. J,a
2020 Place of Residence 8211 Limon Lane, ~l Caion. Cal. 9
Federal (cxccpc FAS)
s-1689
1
c
mmAL
aXWTFUJC!TION OF CARLSBAD BouLE7/aRD -
PHASE I1
CClWRACI' NO. 3205
City council City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
me Undersigwd declared he/she has carefully examined the location of work, read the Notice Inviting Bids, exarmned * the piins and specificati and hereby propases to furnish all labor, mterials, equip transportation and -ices required to do all the work to complete Cont
No. 3205 in accordance with the plans an specifications of the Citq Carlsbad, ard the special provisions, and that he/she will take in payment therefor the following unit prices for each item complete, to wi
i
I
I
1
E
I
I
I,
I
I
I
I
ITEM ITEM UNIT PRICE No. DESCRIpI?oN UNIT WlJlmITY (IN€?rGmES)
1. Traffic control System Ls LLJMPSUM
2. Rerrove, Adjust, Relccate Is LLJMPSUM Exist. Highway Facilities
3. Clearing ad Grubbing Is LUMPSUM
4. Roadway DtcaMtion CY 19 , 885
5. Class 2 Aggregate Base m 9,126
6. Asphalt Concrete, Type B TON 8,140
1 7. Asphalt Concrete Dike (Berm) LP 340
18 Minor Concrete (Drainage Ditch) LF 14 0
Minor ~~rxrete EA 4
('I&e A-1 Inlet) I 9-
1
P
I
ITEM UNIT PRICE DESCRIFTION uNIT wm (rnFTGUREs)
im No.
EA 11 10. Minor Concrete (Type B Inlet) B
2 I 11. Kinor Concrete (~ype B-I Inlet) EA
I 12. Minor ~~ncrete EA 20
(Type A Cleancplt)
Minor ~ncrete (straight
Headwdll, Type A)
EA 1 g 13.
EA 5 14. Minor Concrete (Straight Headwall, Type B)
I.
1
b
I
15. 18-Inch Reinforced Concrete LF 562 Pipe (CL 1350-D)
16. 18-Inch Reinforced Concrete
LF 821 Pipe (CL 1600-D)
# 17. 24-Inch Reinforced
8 18.
LF 248 Pipe (CL 1350-D)
LF 247 24-Inch Reinforced
Concrete Pipe (CL 1600-D)
19. 30-Inch Reinforced LF 3 , 624 Comb Pipe (CL 1350-D)
I
CE
1
1
P
I
LF 379 20. 30-Inch Reinforced Concrete Pipe (CL 1500-D)
LF 69 21. 36-Inch Reinforced Concrete Pipe (CL 1350-D)
I
ITEN ITEM UNIT PRICE No. DEXXIFTION UNIT wm (INFIGmES)
I 22. Minor CBncrete (Retahirq Wall SF 540
i 23. Minor Concrete (Retaining Wall CY 18
1 24.
s-1
i
Footing)
Minor concrete (6" Median curb, LF 8,796
Type B-1)
25. Minor Wmte (man Paving) SF 25,637 0
I
1
I
Minor Concrete (OCarrmercial SF 760 Driveway)
' 26.
27. Minor ancrete (curb & Gutter, LF a, 658 WPe G)
28. Minor Concrete (Sidewalk) SF 49 I 730
b
29. ChahLinkFence (CM) LJ? 14 0
30. Traffic Stripes LF 25,000 ' 31. pavanent Markings SF 645
I 32. pavement Markf=rs EA 223
B 33. street Lighting EA 12
I
I
1 34. Siqns EA 42
35. Planting Ls UMPSUM
t
E
ITEM UNIT PRICE ImcRDrIm UNIT QuANITL?I WmaRES)
im No.
36. Irrigation Ls LUMPSUM t
1 37. Median Lightiq Ls LUMPSUM
t 38. Construction staking Ls UJMPSUM
1
1 41. Trenching ard Shoring Ls LUMPSUM
b
I --
I
B
i
1
t
39. 4" pI's77 Sched. 40 La? 4,300
fi 40. 2" m66 Telephone Conduit LF 2,500
Telephone conduit
Total amount of bid in words:
li Total amount of bid in numbexs: $
I aatim (a) No(s). has/have been included in this proposal. t
t
PjlCIFI L^ 1% SliZk'GCE c?CEr\ CY
COMPAFGIES AFFORDGNG COVERAG SP*: PIEGO C! ';ZIZO 1
[COMPANV G;~L:lt'r k.LGLt L?\'5
/LETTER A - /COMPANV GLJLak;J kFi;Lt If 1, b
INSURE3 LETTER B
WEST COAST GEP'EkAL COMPANY I S D Eb,GIp.IEEFIf<G LETTER G r 122L.3 ii:,.y h7 i COMPARY iAKFS IOF r 'A 9 2rr+() 1 LETTER D
PERlOD PNDJCATED. NOTWo'lTHST4NDING ANY REQUIREMENT, TESM OR RESPECT TO W"Js!ICI-l THIS CERTIFICATE MAY BE !SSUED OF? MAY PERTAI
?~ER:1SES/OPERATIOPdS
UIYDEWGSOUND EXPLOSOM & COLLARSE %4ZAPD
PRODUCTS/CObIPLETED O?ERATIONS
PERSONAL INJURY
cmvAcTm:
INDEPFNDENT CONTRACTOW
"ERSONAL INJURY
HIRED AUTOS
ITY f" C2?iSc.&rl
.TTE <TIC 4: PP T Er -;LZP,~I
2P75 !-I3: PAL?I,S 3RiVC
CP*,iLSF; Zf cil E;'ZC,GS
-I - __?--
4 k
(The Attaching Clause need be completed only when this endorsement is issued subsequent to preparation of the policy.)
GL 20 09 Ed. 01 73)
IS0 GI16 ADDITIONAL INSURED
(Owners or Contractors)
This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: . COMPREHENSIVE GENERAL LIABILITY INSURANCE
MANUFACTURERS' AND CONTRACTORS LIABILITY INSURANCE
0 LIABILITY GI16
This endorsement, effective 3/26/89
issuedto WEST COAST GENERAL & S D ENGINEERING
GOLDEN EAGLE INSURANCE COMPANY by
, forms a part of policy NO. CMP065126 (12:Ol A. M., standard time) &&a . ._________ ... ...................................... ......................... Authorized Representative
Schedule
Name of Person or Organization (Additional Insured) Location of Covered Operations
CITY OF CARLSBAD JOB: CARLSBAD BOULEVARD
ATTENTION: PAT ENTEZARI IMPROVEMENTS PHASE I1
2075 LAS PALMAS DRIVE
CARLSBAD, CA 92009 Premium Bases Rates Advance Premium
Bodily Injury Liability cost TBD $100 of cost f SUBJECT
Property Damage Liability cost $100 of cost f TO AUDI'
Total Advance Premium f
9
It is agreed that:
1. The "Persons Insured" provision is amended to include as an insured the person or organization named above (hereinafter called "additiona but only with respect to liability arising out of (1) operations performed for the additiona1,lnsured by the wmed insured at the location desigi or (2) acts or omissions of the additional insured in connection with his general supervision of such operations.
2. None of the exclusions of the policy, except exclusions (a), (c), (f), (g), (i), (j) and (m), apply to this insurance.
3. Additionai Exclusions This insurance does not apply:
(a) to bodily injury or property damate occurring after
(1) al! work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured at thi covered operations has been completed or
(2) that portion of the named insured's work out of which the injury or damage arises has been put to its intended use by any person or other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project;
(b) to bodily injury or property damage arising out of any act or omission of the additional insured or any of his employees, other than genera of work performed for the additional insured by the named insured;
(c) to property damage to
(1) property owned or occupied by or rented to the additional insured.
(2) property used by the additional insured,
(3) property in the care, custody or control of the additional insured or as to which the additional insured is for any purpose exerci control, or
(4) work performed for the additional insured by the named insured.
4. Additional Definition When used in reference to this insurance, "work" includes materials, parts and equipment furnished in connection I
,O*" .e,., c "".....,. ';; AUTH EWTI~
'~IYI.L. -. 5 a
THlS CERTIFICATE IS ISSUED AS A MATTER OF INFORN
?LCIKIC II SLIKAYCE iC-C?!CY
PT ?9Y ZClSC-x
SPV DIECC cl: szi2s CQMPAN I E$ AFFORD 9 NG 60VERAC
CO M PAN Y
VEST CObST f-EF:ECAL CO iM PAN Y
F~E"CI:;T COP? Iris cr,
frl 92c4c
PERSONAL INJURY
OT-:EF: THAN UM~SELLA FORM
--
---
JcB: CPFLSBDC; SCLJLEL'AER It-or,RvEyE%Ts PP~?S~ II
BOVE DESCRIBED
TP GF StKLSEAT'
TE'iTTC?:: PbT E: TEZkPI
75 LA? FAL"C8 DpikF
rLPLS94P c4 92:cq
1
1
I
CONTRACT - PUElLIC WORKS .; I
This agreement is made this 9 day of L$&Ll 198% between the City of Carlsbad, California, a mu
corporation, (hereinafter. called 'ICityRt) , and
whose principal lace of business is 12245 kkghria?' 61
(hereinafter called "Contractor". )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform a
i __
\$Test Coast General Corporation
Lakeside, CA 9ZOfo
specified in the Contract documents for:
CARLSBAD BOULEVARD IMPROVEMENTS, PHASE 11, CONTRACT b (hereinafter called f'project's)
2. Provisions of Labor and Materials. Contractor shall
all labor, materials, tools, equipment, and perso
perform the work specified by the Contract documents.
i Contract: the bid documents, including the Not Bidders, Instructions to Bidders' and Contr, Proposals; the Plans and Specifications, the Provisions, and all proper amendments and changc thereto in accordance with this Concract or the P1 Specifications, and the bonds for the project; all c are incorporated herein by this reference.
The Contractor, her/his subcontractors, and ma suppliers shall provide and install the work as ind specified, and implied by the Contract documents. An of work not indicated or specified, but which are es to the completion of the work, shall be provided Contractor's expense to fulfill the intent o
documents. In all instances through the life Contract, the City will be the interpreter of the in the Contract documents, and the City's decision r4a said intent will be final and binding. Failure Contractor to apprise her/his subcontractors and ma suppliers of this condition of the Contract will not
her/him of the responsibility of compliance.
4. Payment. All full compensation for Contractor's perf of work under this Contract, City shall make payment Contractor, per Section 9 of the State S' Specifications 1988 edition. The closure date fc monthly invoice will-be the 30th of each month.
I
I
i ;
3. Contract Documents. The Contract documents consist
e
-
1)1
I
4
I
I
8
I
8
I
11
I
I
1
P
I
1
I
P
1
Invoices from the contractor shall be submitted accord the required City format to the City's assigned F manager no later than the 5th day of each month. Pa
will be delayed if invoices are received after the
each month. The final retention amount shall r released until the expiration of thirty-f ive (35) following the recording of the Notice of Completion pu to California Civil Code Section 3184.
5. IndeDendent Investisation. Contractor has mal Independent Investigation of the jobsite, the conditions at the jobsite, and all other condition: might affect the progress of the work, and is aware of conditions. The Contract price includes payment fc
work that may be done by Contractor, whether anticipa. not, in order to overcome underground conditions. information that may have been furnished to Contraci City about underground conditions or other job conditi for Contractor's convenience only, and City doe warrant that the conditions are as thus indi Contractor is satisfied with all job conditions, inc
underground conditions and has not relied on infor
furnished by City.
6. Contractor ResDonsible for Unforeseen Condit Contractor shall be responsible for all loss or 1 arising out of the nature of the work or from the act the elements or from any unforeseen difficulties whic arise or be encountered in the prosecution of the work
its acceptance by the City. Contractor shall a1 responsible for expenses incurred in the suspensi
discontinuance of the work. However, Contractor shal be responsible for reasonable delays in the completi
the work caused by acts of God, stormy weather, extra or matters which the specifications expressly stipulate be borne by City.
7. Chanse Orders. City may, without affecting the valid' the Contract, order changes, modifications and extra WI issuance of written change orders. Contractor shall m(
change in the work without the issuance of a written ( order, and Contractor shall not be entitled to compen! for any extra work performed unless the City has iss written change order designating in advance the amoL additional compensation to be paid for the work. change order deletes any work, the Contract price shz reduced by a fair and reasonable amount. If the partit unable to agree on the amount of reduction, the work
nevertheless proceed and the amount shall be determir litigation. The only person authorized to order chanc
extra work is the Project Manager. The written c order must be executed by the City Manager if it i
t
b
1
8
I
I
I
8
I
1
D
1
1
I
#
II
I
t
1
it is and executed by the Mayor if the amount of the
exceeds $5,000.00.
for $5,000.00 or less or approved by the City chanc
8. Immigration Reform and Control Act. Contractor shall
t
with the requlrements of the "Immigration Reform and Act of 1986" (8 USC Section 1101-1525).
9, Prevailing Wage. Pursuant to the California Labor cc director of the Department of Industrial Relati determined the general prevailing rate of per diem k
accordance with California Labor Code, Section 177
copy of a schedule of said general prevailing wage r
on file in the office of the Carlsbad City Clerk,
incorporated by reference herein. Pursuant to Cal
Labor Code, Section 1775, Contractor shall pay pre
wagers. Contractor shall post copies of all app prevailing wages on the job site.
10, Indemnity. Contractor shall assume the defense of, j expenses of defense, and indemnify and hold harmlc
City, and its officers and employees, from all ( loss, damage, injury and liability of every kind, natl
description, directly or indirectly arising from connection with the performance of the Contractor 01
or from any failure or alleged failure of Contrac
comply with any applicable law, rules or regul
including those relating to safety and health: excc
loss or damage which was caused solely by the
negligence of the City: and from any and all claims, damages, injury and liability, howsoever the same
caused, resulting directly or indirectly from the nat
the work covered by the Contract, unless the loss or
was caused solely by the active negligence of the Citl expenses of defense include all costs and expenses inc
attorneys fees for litigation, arbitration, or other d
resolution method.
11. Insurance. Without limiting Contractor's indemnific it is agreed that Contractor shall maintain force
time during the performance of this agreement a pol policies of insurance covering its operations and ins
covering the liability stated in Paragraph 9. The pol
policies shall comply with the special ins
instructions in the Supplementary General Provisiol shall contain the following clauses:
Contractor's liability insurance policies
following clauses:
-
b
in
shall conta
1
8
I
R
II
I
I
D
8
I
I
4
1
1
?
1
A. "The City is added as an additional insured as operations of the named insured performed under
with the City,"
shall apply in excess of and not contribL insurance provided by this policy. 'I
All insurance policies required by this paragra
B. "It is agreed that any insurance maintained by
t
I contain the following clause:
A. "This insurance shall not be cancelled, limited
renewed until after thirty (30) days written no
been given to the City.''
3. "The insurer waives any rights of subrogation it
may haver against the City or any of its off employees. 'I
Certificates of insurance evidencing the coverage
by the clauses set forth above shall be filed with
prior to the effective date of this agreement.
12. Workers' Compensation. Contractor shall comply requirements of Section 3700 of the California Lat:
Contractor shall also assume the defense and indea
save harmless the City and its officers and emplo]
all claims, loss, darnage? injury, and liability
kind, nature, and description brought by any person
or used by Contractor to perform any work UI Contract regardless of responsibility for negligence
b
13. Proof of Insurance. Contractor shall submit to
certification of the policies mentioned in Paragrap1
11 or proof of worker's compensation self-insurance
the start of any work pursuant to this contract.
14. Claims and Lawsuits. Contractor shall comply
Government Tort Claims Act (California Governmc
Section 900 et seq.) prior to filing any lawsuit fc
of this contract of any claim or cause of action or damages.
15. Maintenance of Records, Contractor shall maintain available at no cost to the City, upon request, rl
accordance with Sections 1776 and 1812 of Part 7, C Article 2, of the California Labor Code. If the CI does not maintain the records at Contractor's
place of business as specified above, Contractor
inform the City by certified letter accompanying t of this Contract. Contractor shall notify th
certified mail of any change of address of such rec
1
16. Labor Code provisions. The prOViSiOns of Part 7, ChaE commencing with Section 1720 of the California Lab<
are incorporated herein by reference.
17. Security. Securities in the form of cash, cashier's
or certified check may be substituted for any withheld by the City to secure performance of this cc
for any obligation established by thls contract. Any
security that is mutually agreed to by the Contract the City may be substltuted for monies withheld to
performance under this contract.
i
I
I
I
I
I
I
1
1
I
18. Provisions Required by Law Deemed Inserted. Each and
provlslon of clause requlred by law to be in
in this Contract shall be deemed to be inserted here included herein, and if, through mistake or otherwis
such provision is not inserted, or is not cor
inserted, then upon application of either party Contract shall forthwith be physically amended to mak
insertion or correction.
19. Additional Provisions. Any additional provisions o agreement are set forth in the "General Provisio
"Special Provisions'' attached hereto and made a part h
law and
b
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL PRINCIPALS
P i I, -ka,-P - II MUST BE ATTACHED. ) Ti U-e- son, gt Dfr
BY
1 ATTEST :
I City Clerk
I
f
I
CORPORATE ACKNOWLEDGMENT -g
On this the29th day of 1 9- State of California March
Countyof Sari Diego Kimberly A. Blaschko
the undersigned Notary Public, personally appeared
Dana K. Ferrell
L personally known to me
L proved to me on the basis of satisfactory evidence
to be the person(s) who executed the within instrument as
Dam K- Ferre11 r President or on behalf of the corpl
named, and acknowledged to me that the corporation exec
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
Title or Type of Document
7120 122 NATIONAL NOTARY ASSOClATlON - 8236 Rernmet Ave * P 0 Box 718
1
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
WORKERS' COMPENSATION RESPONSIBILITY
''1 am aware of the provisions of Section 3700 of the Lab(
which requires every employer to be insured against liabil:
workers' compensation or to undertake self-insurar accordance with the provisions of that code, and I will with such provisions before commencing the performance
work of this Contract."
i
1
I
I
1
II
U
I
1
1
U
I
I
I
?
1
1
-
-
CONTRACTOR'S CERTIFICATION OF Co~pLf~~cg
OF AFFIRMATIVE ACTION PROGRAM
ij e
B
- - - = I hereby certify that
in preforming under the Purchase Order awarded by the Cit, Carlsbad, will comply with
current amendments.
Date
WEST COAST GENERAL CORPORATION - (Legal Name of Contractor)
- s Action Program adopted by the
March 09, 1989
Pr&d F: nt Title .
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST as ATTACHED,)
(CORPORATE SEAL)
On this the 9yn day of March California
county of Sari Diego Ilimberl y 1- R1 ~srhkn
the undersigned Notary Public, Personally appeared
n;lm K ~prrell
E personally known to me c proved to me on the basis Of SatlSfaCtorY evidence
to be the person(s) who executed the within instrument as
r on behalf of the COrp
named, and acknowledged to me that the corporation exec
Date of Document 3-r)9-89 Number of Pages One (l) _________-_------
0
B
1
i
I
II
I
I
I
I
I
I
I
B
I
P
I
CONTRACTOR~S CERTIFICATION OF AWARENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986
"I am aware of the requirements of the Immigration Ref
Control Act of 1986 (8 USC Section 1101-1525) and have c
with these requirements, including, but not limited to, ve,
the eligibillty for employment of all agents, emp
subcontractors, and consultants that are included it
r
1 Contract."
3 A Dcrj.\ci Kc kc :re( 1, r" fFS&
b
I
I
1
I
1
1
U
I
I
I
1:
1
I
1
P
I
ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION t
This Escrow Agreement is made and entered into by and betw City of Carlsbad whose address is 1200 Elm Avenue, C~I California, 92008, hereinafter called 'IC.ity" and 1 whose address 1s
hereinafter called "Contractor" and
whose address is
hereinafter called "Escrow Agent. I1
For the consideration hereinafter set forth, the
Contractor and Escrow Agent agree as follows:
1. Pursuant to Section 4590 of Chapter 13 of Divisior;
Title 1 of the Government Code of the State of Calif
Contractor has the option to deposit securities with Agent as a substitute for retention earnings requirec
withheld by City pursuant to the construction Cc entered into between the City and Contractor for
in the amount of dated (hereinafter referred to as the "Contract"). A copy c
contract is attached as Exhibit "A". When Cont
deposits the securities as a substitute for Cc
earnings, the Escrow Agent shall notify the City witl-
(10) days of the deposit. The market value o securities at the time of the substitution shall be at
equal to the cash amount then required to be withh
retention under the terms of the Contract between th
and Contractor. Securities shall be held in the name and
designate the Contractor as the beneficial owner. Pr any disbursements, Escrow Agent shall verify tha present cumulative market value of all secu substituted is at least equal to the cash amount
cumulative retention under the terms of the Contract.
- I,
2. The City shall make progress payments to the Contract
such funds which otherwise would be withheld from prt
payments pursuant to the Contract provisions, providec
the Escrow Agent holds securities in the form and c
specified above.
I
1
I
U
I
I
I
I
1
1
I
I
1
8
P
1
3. Alternatively, the City may make payments directly tc
Agent in the amount of retention for the benefit of t
until such time as the escrow created hereun terminated.
r
4. Contractor shall be responsible for paying all fees expenses incurred by Escrow Agent in administer escrow account. These expenses any payment terms s
determined by the Contractor and Escrow Agent. I
5. The interest earned on the securities or the money
accounts held in escrow and all interest earned ( interest shall be for the sole account of Contraci shall be subject to withdrawal by Contractor at any t.
from time to time without notice to the City.
6. Contractor shall have the right to withdraw all or ai of the principal in the Escrow Account only by r
notice to Escrow Agent accompanied by written author.
from City to the Escrow Agent that City consents
withdrawal of the amount sought to be withdr;;
Contractor.
7. The City shall have a right to draw upon the securit
the event of default by the Contractor. Upon seven (7 written notice to the Escrow Agent from the City
default of the Contractor, the Escrow Agent immediately convert the securities to cash and
distribute the case as instructed by the City.
1,
8. Upon receipt of written notification from the
certifying that the Contractor has complied wit requirements and procedures applicable to the Con
Escrow Agent shall release to Contractor all securiti interest on deposit less escrow fees and charges
Escrow Account. The escrow shall be closed immediate1
disbursement of all monies and securities on depos
payments of fees and charges.
9. Escrow Agent shall rely on the written notification
the City and the Contractor pursuant to Sections 4
inclusive, of this agreement and the City and Cont shall hold Escrow Agent harmless from Escrow Agent's r
and disbursement of the securities and interest as set
above.
10. The names of the persons who are authorized to sign €1
written notices or to receive written notice on beh the City and on behalf of Contractor in connection wi
foregoing, and exemplars of their respective signature
as follows:
1
I
1
I
1
I
I
II
I
I
1
I
I
I
I
I)
1
For City: Title
Name
Signature
Address
t
For Contractor: Title
Name
Signature Address
or Escrow Agent: Title Name
Signature Address
At the time the Escrow Account is opened, the C Contractor shall deliver to the Escrow Agent a
executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agree their proper officers on the date first set forth above.
For City: Title
a Name Signature Address
For Contractor: Title
Name
Signature
Address
b
I
I
I
1
8
1
I
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment ij for all compensation of whatever nature due the Contract all labor and materials furnished and for all work perfor
the above-referenced project for the period specified abov
the exception of contract retention amounts and disputed
RETENTION AMOUNT FOR THIS PERIOD: $
t
I specifically shown below.
DISPUTED CLAIMS
AMOUNT C DESCRIPTION OF CLAIM
The Contractor further expressly waives and released any the Contractor may have, of whatever type or nature, fc period specified which is not shown as a retention amounl disputed claim on this form, This release and waiver ha made voluntarily by Contractor without any fraud, duress or
influence by any person or entity.
Contractor further certifies, warrants, and represents thq bills for labor, materials, and work due Subcontractors f
specified period have been paid in full and that the p signing below on behalf of Contractor have expressed author execute this release,
DATED :
b y
I
1
I
I
I
I
Iv
I
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partners
corporation, etc.)
BY
BY
1
1
I
B
I
1
I
I
I
I
1
I
1
I
I
P
I
DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT CLAIMED
t
The Contractor further expressly waives and released an
the contractor may have! of whatever type or nature,
period specified which is not shown as a retention amou disputed claim on this form. This release and waiver h
made voLuntarily by Contractor without any fraud, duress o
influence by any person or entity.
Contractor further certifies, warrants, and represents t
bills for labor, materials, and work due Subcontractors
specified period have been paid in full and that the 1 signing below on behalf of Contractor have expressed authox
execute this release.
DATED:
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.) b BY
BY
I
I SPECIAL PROVISIONS
CONSTRUCTION OF CARLSBAD BOULEVARD IMPROVEMENTS
CONTRACT NO. 3205
PEASE 11 t
SECTION 1. SPECIFICATIONS AND PLANS. 1
S
I
1
I
3
1
E
I
I
I
I
I
P
I
1-1.00 GENERAL.-- rhe work embraced herein shall b
in accordance with the Standard Specifications dated ja
1988, and the Standard Plans dated January, 1988, c Department of Transportation, State of California insofar same may apply and in accordance with the special provision
Standard specifications incorporated in the requireme the specifications by reference shall be those of the 1
edition at the time of receiving bids. It shall be unde
that the manufactures or producers of materials so rec
either have such specifications available for reference c
fully familiar with their requirements as pertaining to
product or material.
In case of conflict between the Standard Specificatio;
these special provisions, the special provisions shall
precedence over, and shall be used in lieu of, such confl
provisions.
1-1.01 CONSTRUCTION PLANS.-- The construction
consists of 26 sheets designated as City of Carlsbad Drawir
270-2.
f
1-1.02 CITY OF SAN DIEGO STANDARD DRAWINGS.-- Tt
Diego Area Regional Standard Drawings dated June, 1986, pub by the San Diego County Department of Transportation are n
part of these special provisions insofar as the same may
and are shown on the plans. Only the drawing shown i
specials dr on the plans may be used.
1-1.03 DEFINITIONS AND TERMS.-- Wherever in the SE
provisionsr Standard Specifications, Standard Plans, Noti Contractors, Proposal, Contract or other contract documents
following terms or like are used, the intent and meaning shi interpreted as follows:
CITY. Shall mean the City of Carlsbad, Californiz
CITY COUNCIL. Refers to the governing body o City of Carlsbad and the awarding authority for the
acting either directly of through its duly appo. officials.
-
-
ENGINEER. The City Engineer of the City of Carl
California, acting directly or through properly authc
agents, such agents acting within the scope of
particular duties assigned to them.
g
I
I
I
P
I
I
1
I
1
I
E
I
I
P
I
DEPARTMENT. Whenever "Department of Transpo
or "Department" is used it shall mean the City Eng
Department of the City of Carlsbad.
-* DIRECTOR ~lso "Director of Transportation:
REFERENCE ro ~RAWING. Where words 'Is
'I i nd i c a t ed 'I , etailed" I "noted" , "scheduled" or w similar import are used, it shall be understoc reference is made to the plans accompanying these prc
unless stated otherwise.
DIRECTIONS. Nhere words "directed", "desig
"selected", or words of similar import are used, it E
understood that the direction, designation or selec
the Engineer is intended unless stated otherwise. T
"required" and words of similar import shall be und
to mean "as required to properly complete the b
required and as approved by the City Engineer" unless
EQUALS AND APPROVALS. Where the words ''e
"approved equal", "equivalent" and such words of :
import are used, it shall be understood such WOK followed by the expression "in the opinion of the En
unless otherwise stated. Where the words "appt
"approval" , "acceptance" , or words of similar impc
used, it shall be understood that the approval, accel or similar import of the Engineer is intended,
mean the City Engineer of the City of Carlsbad.
t
-------- ,IT ---a -------
II, otherwise,
------------------
b
PERFORM AND PROVIDE, The word "perform" sh
understood to mean that the Contractor, at her/his e shall perform all operations, labor, tools and equ
and further, including the furnishing and install
materials that are indicated, specified, or required
that the Contractor, at her/his expense, shall furn:
install the work, complete in place and ready t3
including furnishing of necessary labor, materials, equipment and transportation.
GENERAL PREVAILING. Refers to the State of Call
Business and Transportation and Housing Agency. Depi
of Transportation, General Prevailing Wage Rates.
LABOR SURCHARGE AND EQUIPMENT REZJTAL RATES. Ref
the State of California Business and Transportati
Housing Agency, Department of Transportation,
Surcharge and Equipment Rental Rates.
XANUAL OF TRAFFIC CONTROL, Shall mean the Stl California Business, Transportation and Housing A
Department of Transportation Manual of Traffic Co dated 1985.
I
1
I
1
1
1
U
I
2
t
1
B
1
I
P
1
STANDARD PLANS. Shall mean the State of Cali
Department of Transportation, Standard Plans dated 1988.
STANDARD SPECIFICATIONS. Shall mean the st
California, ~epartment of Transportation, st
Specifications dated January 1988.
STATE. Shall mean the State of California.
t
SECTION 2.
2-1'. 00 GENERAL.-- The bidder's attention is direc
the provision in Section 2, "Proposal Requirement
Conditions", of the Standard Specifications for the requir
and conditions which he must observe in the preparation
proposal form and the submission of the bid.
The form of Bidder's Bond mentioned in the last paraqr
Section 2-1.07, "Proposal Guaranty," of the Sta Specifications will be found following the signature page
PROPOSAL REQUIREMENTS AND CONDITIONS.
1 proposal annexed hereto.
2-1.01 APPROXIMATE ESTIMATE.-- Section 2- "Approximate Estimate," of the Standard Specifications is a
to read:
The quantities given in the schedule for unit price
are for comparing bids and may vary from the actual quantities. Some quantities may be increased and others I decreased or entirely eliminated. No claim shall be made ai
the City for damage occasioned thereby or for loss of antic
profits, the Contractor being entitled only to compensatic the actual work done at the unit prices bid.
The City reserves and shall have the right, when conf
with unpredicted conditions, unforeseen events, or emerge
to increase or decrease the quantities of work to be per
under a scheduled unit price item or to entirely omi
performance thereof, and upon the decision of the City to c
the City Engineer will direct the Contractor to proceed wit said work as so modified. If an increase in the quantity 01
so ordered should result in a delay to the work, the Conti
will be given an equivalent extension of time.
b
2-1.02 DISADVANTAGED BUSINESS.-- This project 1s SL
to Part 23, Title 49, Code of Federal Regulations (CFR) ent "Participation by Minority Business Enterprise In Departme
Transportation Programs." Portions of the Regulat. including portions of Subpart D which defines Oisadva
Business (DBE) and include other provisions implementing Se 106 (c) of the Surface Transportation and Uniform Reloc
Assistance Act of 1987, are set forth in Section 6-1.04 Of
Special Provisions. The Regulations in their entiret]
incorporated herein by this reference.
E
1
1
B
1
1
1
1
8
11
I
I
I
1
I
I)
I
Bidders shall be fully informed regarding the requi
of the Regulations and the Department's Disadvantaged B
Program developed pursuant to the Regulations. part
attention is directed to the following matters:
a. A DB must be a small business concern as defi
Section 3 of U.S. Small Business Act and re
regulations published pursuant thereto:
t
b. A DB may participate as a prime contra
subcontractor, or joint venture partner with a pl
subcontractor, or as a vendor of materials or SUE
c. A DB joint-venture partner must be responsible clearly defined portion of the work to be perforr
addition to satisfying requirements for ownersh
control. The OB joint-venture must submit
Schedule a of the Regulations, OR, Calif
Department of Transportation Form CRSA
consideration of eligibility.
d. A DB perform a commercially useful function, i.e.
be responsible for the execution of a distinct E
of the work and must carry out its responsibil
actually performing, managing and supervising.
e. Credit for a DB vendor of materials or suppl- limited to 60 percent of the amount to be paid
vendor for the material unless the vendor manufa or substantially alters the goods:
b
f. Credit for trucking by DB's will be as follows:
- Credit for trucking by DB truckers will be f
amount to be paid to the OB truckers.
- In the case of DB trucking brokers, on
Agency administered contracts, 100 percent 1 will be given for the amount to be paid to broker regardless of the DB status of the tr
used.
g. A DE must be a certified DB with the Calif
Department of Transportation on the date bids fc project are opened, before credit may be allowed t
the DB goal. The Department's DB Directory idenl
DBs who have been certified. Others may also qu<
but they must be certified before bid opening. 7
Directory may be obtained from the Departme
Transportation, Plans and Bid Documents, Roo Transportation Building, 1120 N Street, P.0. Fox
Sacramento, CA 95807 (phone 916-445-3325). It i:.
available at the office of the Departmer
Transportation in the District in which the wo
I
1
I
I
I
I
s
I
1
8
I
1
I
1
?
1
Cash, a cashiers check, a certified check, or a bidde executed by an admitted surety insurer, made payable to t
of carlsbad.
SECTION 3. SUBNISSION OF OB INFORMATION, AWAR EXECUTION OF CONTRACT
t
3-1.01 . GEXERAL.-- ?he bidder's attention is direc
the provisions in Section 3, "Award and Execution of Con
of the Standard Specifications and these Special Provisic
the requirements and conditions concerning submittal
information, award, and execution of the contract.
It is the bidder's responsibility to meet the goal participation, or to provide information to establish th bidder made good faith efforts to do so. DB goal commitmer
good faith efforts must be made PRIOR TO BIDDINC
commitments and good faith efforts made after the bid c
will not be considered for award of the contract. Good
efforts are outlined in Section 3-1.01Ar "DB INFORMATIO II these Special Provisions.
3-1.01A OB INFORMATION.-- The apparent successful
(low bidder) and the second low bidder shall suba
information to the office at which bids were received! s
the information is received by the Department no later than
of business on Friday of the week following the bid op~
Except that, DB information sent by certified mail and post on or before Wednesday of the week following bid opening w
accepted even if it is received late.
Failure to submit the required DB information by thc
specified, will be grounds for finding the bid or the pr nonresponsive.
b
Other bidders need not submit DB information u
requested to do so by the Department. When such request is the OB information of such bidder shall be submitted wii
days, unless a later time is authorized by the Department.
The bidder shall submit information to establish ti
goal commitments and good faith efforts were made PRIOR 7
BID OPENING. Failure to submit data that substantiate5 goals were met, or that a good faith effort was made, PRI
BIDDING, will be grounds for rejecting a bidder's proposal.
Bidders are cautioned that even though their submittal they will meet the stated DB goal, their submittal shoulc
include their good faith effort information. This will p
their eligibility for award of the contract in the event tho
Department! in its review, finds that the goal has not been
The information to show that the DB goal will be met
include the names of the DBs to be used, with a com
i
I
I
I
II
1
II
I
1
1
1
I
I
1
?
1
description of work or sUPPlies $9 be provided and the
value of each such transaction. (note: DB subcontract
lighting items must have been named in the bid- Se?,
entitled "SUbContraCting", of these special provisions) .
In lieu of the efforts set forth in Appendix A, 'IC
Concerning Good Faith Efforts"r set forth in Section I "PART IC I P AT ION BY Y 1x0 R I TY BUS IN ES S ENT ERP R I
SUBCONTRACTING", found elsewhere in these Special Provisi, following will be considered as efforts the Bidder should to established good faith to meet the DB goal:
t
a. Attendance at the prebid meeting; OR, if una
attend, did the bidder request any OB informatic
was available at the prebid; I
b, The names, and dates of advertisement, o
newspaper, trade paper, and minority-focus pi
which a request for DB participation for this
was placed by the bidder. The date of advert will show of a DB had reasonable time to pre
subbid or quote:
c. The names, and dates of notices, of all certifi
solicited by direct mail for this project: and dates and methods used for following up ii
solicitations to determine, with certainty, whet1
DES were interested. The date of notice will E the DB had reasonable time to prepare a sub
quote:
.d. The items of work for which the bidder reql
subbids or material quotes by DBs, The infor
furnished interested DBs, in the way of L
specifications and work requirements. A breakd
items into economically feasible units to i
participation. Where there are 09s available for
portions of the work normally performed by the bi
own forces, the bidder will be expected tc portions of such work available for OB subbic needed to meet the project goal.
b
e. The names of DBs who submitted bids which wei
accepted: a summary of the bidc
discussions/negotiations with them: the name f
subcontractor or supplier who was selected fo
portion of work: and the reason for the bic
choice, If the DB subbid was rejected for price
that price and the price bid by the selected r
subcontractor or supplier. Since the utilrzatj available DBs is expected, only significant
differences (as determined by the Agency) wi
considered as proper cause for rejecting such OB
if the goal is not met.
I
c
11
6
1
(I
I
E
I r
f. Assistance that the bidder has extended
identified in e., above, to remedy the defic
their subbids.
g. Any additional data to support a demonstration
faith effort, such as use of DB assistance agen
3-1.018 AWARD OF C3NTRACT.-- The award of contrac
be awarded, will be to the lowest responsible bidde
proposal complies with all the requirements, and has met
for DB participation or has demonstrated, to the satisfal
the Department, good faith effort to do so.
t
3-1.02 CONTRACT BONDS,-- The second paragraph of 3-1-02, "Contract Bond, It of the Standard Specificat
amended to read:
The amount of bond to be given for the faithful per of the contract for said work shall be one hundred percen of the contract price therefor, and an additional bond amount of 50 percent (50%) of the contract price for sz shall be given to secure the payment of the claims of 1(
mechanicsl or materialmen employed on the work unl
contract .
Section 3-1.03 EXECUTION OF CONTRACT. -- "Execution of Contractr" of the Standard Specificat
revised to read 20 days in lieu of a days, and delei
including Sundays and legal holidays, I'
Section 3-1.04 FAILURE TO EXECUTE CONTRACT.--
b
n
"Failure to Execute Contract," of the Standard Specifica
revised to read 20 days in lieu of 8 days, and dele including Sundays and legal holidays."
SECTION 4. BEGINNING OF WORK, TIYE OF COMPLETIl
LIQUIDATED DAMAGES.
Attention is directed to the provisions in Section
"Beginning of Work," in Section 8-1.06, "Time of Completic
in Section 8-1.07, 'Liquidated Damages," of the St Specifications and these special provisions. S
The Contractor shall begin work within Fifteen (15)
the issuance of a Notice to Proceed by the City and diligently prosecute the work until completion befc expiration of
1
3
D
P
I
107 WORKING DAYS
after receipt of said notice by the Contractor.
The Contractor shall pay to the City of Carlsbad the
$850.00 per day, for each and every calendar day requ
1
I
I
I
a s
8
1
I
I
I
I
I
I
3
?
I
complete the work in excess Of the number of working 6
spec i f ied.
In addition to the provisions of Section 9-1.03, "2egin,
of work," of the Standard Specifications, a pre-construct meeting will be held prior to the commencement of any work.
pre-construction meeting will be held at a location design<
by the Project 'ianaqer, to review the Contractor's propc
construction schedule and method of operations to be employee the project, and to discuss other project requiremen
Contractor shall have his construction schedule available
t
. review at the pre-construction meeting.
SECTION 5, GENERAL.
5-1.01 CONSTRUCTION STAKING,-- This work shall consist
furnishing and setting construction stakes and marks by
Contractor to establish the lines and grades required for
completion -of the work as shown on the plans and as specifiec
the Standard Specifications and these special provisions.
The Contractor shall submit proposed procedures, methc equipment, and typical stake markings to be used, in writing
the Engineer, before setting any stakes or marks.
Construction staking shall be performed as necessary
control the work. Construction stakes and marks shall furnished and set with accuracy adequate to assure that
completed work conforms to the lines, grades, and sections st
on the plans. Vertical alignment and the coordinates
centerlines will be furnished to the Contractor for his use
performing the construction staking upon request.
The Engineer will establish (and furnish survey data to Contractor for) the construction control surveys-horizontal
vertical, as shown on the plans and as described in Chapter (Sections 11-02 and 11-03) of the Department of Transportat
publication entitled "Surveys Manual". (Copies of this portion the "Surveys Manual" are available to the Contractart free
charge, at the Department of Transportation, Plans and
Documents counter, Room 39, 1120 N Streetr P.O. Sox 3423
Sacramento, CA 94274-0001). In the event the Contract0
operations destroy any of the Engineer's survey control Foin
the Contractor shall either. replace such control points at
expense, subject to verification by the Engineer, or request
Engineer to replace the destroyed control points. If reques
to replace the control points, the Engineer will do so within
1
1
1
B
E
1 s
8
I
8
IC
I
I
B
1
I
t
I
working days. The cost of any such verification or rep1
of the Engineer's control surveys will be deducted fr
moneys due or to become due the Contractor. The Contract(
not be allowed any adjustment in contract time fo
verification or replacement Of survey points by the Engine1
When the project includes new right of way fence OL
the right of way marked for clearing and grubbing, the E] will set monuments to control the right of way lines,
Contractor shall notify the Engineer of the need for right control monuments at least 5 working days in advance of st
operations that require right of way monumentation. Right control monuments requiring replacement will be replaced
Engineer and the cost thereof will be deducted from any
due or to become due the Contractor.
t
All computations necessary to establish the exact pc of the work from control points shall be made by the COntK
All computations, survey notes, and other records necess accomplish the work shall be neat, legible and accurate,
of such computations, notes, and other records shall be fur to the Engineer prior to beginning work that requires their
Construction stakes shall be removed from the site ( work when no longer needed.
Construction staking will be paid for on the basis of
sum price. The contract lump sum price paid for constr
staking shall include full compensation for furnishing all
materials, toolsr equipment , and incidentals, and for doii the work involved in performing construction staking, as shl
the plans, as specified in these special provisions, a
directed by the Engineer,
b
5-1.02 MANUFACTURES INSTRUCTIONS.-- Where installat work is required in accordance with the product manufact
directions! the Contractor shall obtain and distribut necessary copies of such instructions, including two copi the City Engineer.
5-1.03 CERTIFICATES OF COMPLIANCE.-- The Contractor
furnish certificates of compliance from the manufacturer fc following named construction materials or items, in accol
with the provisions of Section 6.1.07, "Certificatt
Compliance,n of the Standard Specifications. Such certif:
shall be furnished, and reviewed by the Engineer, before a
the material are incorporated in the work.
Traffic Paint Pavement Markers Glass Spheres
8
B The Engineer may waive the requirements for inspc
sampling and testing at the source for mat.erials for whi( certificates of compliance are provided.
5-1-04 PROVISIONS OF LAWS TO i3E INSERTED.-- The fo
paragraph is added to Section 7-1.01, “Laws to be Observc
r
I the Standard Specifications:
Each and every provision of law and clause required
to be inserted herein and the contract shall be read and el as though it were included herein, and if, through mist
otherwise any such provision is not inserted, or is not co1
inserted, then upon application of either party, the c(
shall forthwith by physically amended to make such insert
correction.
i
I
I
8
I
1
B
8
I
I
I
I c
I
5-1.05 PARTICIPATION BY FOREIGN CONTRACTOF
SUBCONTRACTORS.-- The Department will not consider for awi bid proposals submitted by any contractor, and will not (
to subletting any portions of the contract to any subconti
of a foreign country during any period in which such f
country is listed by the United States Trade Representat
discriminating against U.S. firms in conducting procuremer public works projects. In addition, no product of any SUC
country shall be permanently incorporated into the project.
This special provision applies to the participat contractors, subcontractors and products of the fol countries which have been listed by the United States Representative:
Japan
b
For the purpose of this Special Provision:
(1) Any contractor or subcontractor who is a citi national of a foreign country or is controlled dj
or indirectly by citizens or nationals of a f
countryt shall be considered to be a contrac
subcontractor of such foreign country. The contractor and subcontractor also include any g in a joint venture.
(2) Any product, of which fifty percent or more of it
is attributable to production or manufacturinl foreign country, shall be considered to be a prod such foreign country.
5-1.06 LABOR NONDISCRIMINATION.-- Attention is direc
the following Notice that is required by Chapter 5 of Divi
of Title 2, California Admini.strative Code.
NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAH
(GOV. CODE, SECTION 12990)
I
your attention is called to the "Nondiscrimination
set forth in Section 7-1.01A(4), "Labor Nondiscriminati
the standard Specifications, which is applicable to all no
State contracts and Subcontracts, and to the "Standard Cal
Nondiscrimination Construction Contract Specifications" se
therein. The Specifications are applicable to all nor
state construction contracts and subcontracts of $5,000 or
5-1.07 FORCE ACCOUNT PAYMENT.-- The forth parag1 Section 9-1,03At "Work Performed by Contractor," of the s Specifications is amended to read:
When extra work to be paid for on a force account D;
performed by a subcontractor, approved in accordance wi
provisions in section 8-1.01, "Subcontracting, I' an add,
markup of 5 percent will be added to the total' cost of saic
work including all markups specified in this Section 9.
Said additional 5 percent markup shall reimburse the Con.
for additional administrative costs, and no other addi
payment will be made by reason of performance of the extr
I
I
i
I
I
b
I
D
m
8
0
1
I
I by a subcontractor.
5-1-08 EQUIPMENT RENTAL.-- The first paragraph in 5
9-l003A(3), "Equipment Rental," of the Standard Specificat] amended to read:
The Contractor will be paid for the use of equipment
rental rates listed for such equipment in the Departme Transportation publication entitled Labor Surcharge And Equ Rental Rates, which is in effect on the date upon which th
is accomplished and which is a part of the contract, rega
of ownership and rental or other agreement, if such may for use of such equipment entered into by the Contractor,
that for those pieces of equipment with a rental rate of
per hour or less as listed in the Labor Surcharge And Equ
Rental Rates publication and which are rented from a
equipment agency, other than Contractor owned, the Cont
will be paid at the hourly rate shown on the rental t invoice or agreement for the time used on force account w( provided in Section 9-l003A(3a), "Equipment on the Work." minimum equipment rental amount is required by the
equipment rental agency, the actual amount charged will bt to the Contractor.
If it is deemed necessary by the Engineer to use equ.
not listed in said publication, a suitable rental rate for
equipment will be established by the Engineer. The Conti
may furnish any cost data which might assist the Engineer 1
established of such rental rate. If the rental rate estab:
by the Engineer is $10.00 per hour or les,sr the provisions
concerning rental of equipment from a local equipment a 1 shall apply. t read:
The sixth paragraph in said Section 9-1.03(3) is amend
8
1
I
I
I
1
8
I
I
b
I "
B
U
1
1
I
1
Individual pieces of equipment Or tools not listed
publication and having a replacement value of $500 0' whether or not consumed by use, shall be considered to b tools and no payment will be made therefor.
5-1.09 PAYMENT OF WITHHELD FUNDS.-- Section 9- "Payment of Withheld Fundst" of the Standard Publicat:
amended to read:
t
9-1.065 Payment of Nithheld Funds.-- Attention is d
to Section 9-1.06, "Partial Payments, I' and in particular
retention provisions of said section.
Upon the Contractor's request, pursuant to public cI
Code Section 10263, the Department will make payment of
withheld from progress payments to ensure performance contract if the Contractor deposits in escrow with the
Treasurerr or with a bank acceptable to the Depar securities equivalent to the amount withheld. The Con1
shall be beneficial owner of any securities substitut
. moneys withheld and shall receive any interest thereon. satisfactory completion of the contract, the securities st returned to the Contractor.
Alternatively, upon the Contractor's request, the Dep;
will make payment of retentions earned directly to the
agent. The Contractor may direct the investment of the pb
into securities and the Contractor shall receive the in earned on the investments upon the same terms providc securities deposited by the Contractor, Upon satisf completion of the contract, the Contractor shall receive fr
escrow agent all securities, interest, and payments recei
the escrow agent from the Department, pursuant to the te Section 10263 of the Public Contract Code.
Securities eligible for investment shall include
listed in Section 16430 of the Government Code, bank or s and loan certificates of deposit, interest-bearing 1 deposits accounts, standby letters of credit, or any security mutually agreed to by the Contractor an I Department.
The escrow agreement used pursuant to this Section 9
shall be substantially similar to the "Escrow Agreemer! Security Deposits In Lieu of Retention" in Section 10263 (
public Contract Code, deemed as incorporated herein by refe
The Contractor shall obtain the written consent o
surety to such agreement.
5-1.10 SMALL BUSINESS PREFERENCE.-- ~ttenti
directed to "Award and Execution of Contract" of these SI provisions. t
I
I
I
I
I
1
B
1
b
I
I
1 m
1
II
1
1
Attention is also directed to the Small Business Proc
and contract Act, Government Code Section 14835, et seq ar
2, California Administrative Code Section 1896, et seq.
Bidders who wish to be classified as a Small Busines
the provisions of said laws and regulations, shall be ce
as qualified for such classification by the Department of
Services, Office of small and Minority Business, 180
Street, Suite 100, Sacramento, California, 95814. '20 I
Small Business Preference they shall be certified by bid date and shall fill out and sign the Request for Small B
Preference form contained with the bid documents,
5-1.11 HIGHWAY CONSTRUCTION EQUIPMENT.-- Attent directed to Sections 7-1.01DI "Vehicle Code," and 7-1.02,
Limitations," of the Standard Specifications and these
provisions,
t
Pursuant to the authority contained in Section 591
Vehicle Code, the Department has determined that, withi areas as are within the limits of the projectl and are c
public traffic, the Contractor shall comply with a
provisions set forth in Divisions 11, 12, 13, 14 and 15
Vehicle Code. Attention is directed to the statement in :
591 that this section shall not relieve him or any persc
the duty of exercising due care, The Contractor shall ta necessary precautions for safe operation af his equipment i protection of the public from injury and damage fron
equipment.
5-1.12 SOUND CONTROL REQUIREMENTS.-- Sound control conform to the provisions in Section 7-1.011, "Sound C
Requirements," of the Standard Specifications and these 5
provisions.
Construction equipment shall not be operated, nor
engines of such equipment be allowed to run, between the ho
7:OO p.m.. and 7:OO a.m., or on Sundays, except that with
limits of the project and subject to control of the Eng
equipment may be operated during the restricted hours to:
1. Service traffic control facilities
2. Service construction equipment
Minor deviations from this Section concerning hours 0;
which do not significantly change the cost of the work n permitted upon the written request of the Contractor if 1
opinion of the Engineer, the work will be expedited and
levels resulting from such work will not cause adverse
reaction.
The requirements in this Sectionr in no way relievc
Contractor from responsibility for complying with
ordinances regulating noise level outside the limits of the t right of way.
i
Said noise level requirement shall apply to all equiF
the job or related to the Job, including but not limi
trucks, transit mixers or transient equipment that may Or
be owned by the Contractor. The use of loud sound signal
be avoided in favor of light warnings except those requ: safety laws for the protection of personnel.
Full compensation for conforming to the requirements c
section shall be considered as included in the prices pa the various contract items of work involved and no add. compensation will be allowed therefor.
I
1
1
II
I
I
b
I
I
6
1
1
m
5-1.13 PERMITS.-- The first paragraph of Section : "Permits and Licenses" of the Standard Specifications is 2
to read:
The general construction, electrical and plumbing F
will be issued by the City of Carlsbad at no charge 1 Contractor. The Contractor is responsible for all other re licenses and fees. The Contractor shall posses either a c license or a combination of the following Class C licenses
time this contract is awarded: Class C-8, C-12, C-13, C-27,
C-32, C-42.
5-1 -14 PUBLIC SAFETY.-- In addition to any measures taken by the Contractor pursuant to the provisic
this Section 7-1.09, the Contractor shall install tern[
railing (Type K) between any lane carrying public traffic ai
excavation, obstacle, or storage area when the foll
conditions exist:
(1) Excavations.-- Any excavation the near edge of wh
12 feet or less from the edge of the lane, except
(a) Excavation covered with sheet steel or cor covers of adequate thickness to prevent accic
entry by traffic or the public.
(b) Excavations less than one foot deep.
(c) Trenches less than one foot wide for irriq
pipe or electrical conduit or excavations than one foot in diameter.
(d) Excavations parallel to the lane for the pc of pavement widening or reconstruction.
(e) Excavations in side slopes, where the slo~ steeper than 4:l. e
t
(f) Excavations protected by existing barrie 1 railing.
(2) Temporary Unprotect Permanent Obstacles.-- Wheneve
work includes the installation of a fixed obstacle together
a protective system, such as a sign structure together
protective railing, and the Contractor elects to instal3 1
1
obstacle prior to installing the Protective system: Or wi the Contractor, for his convenience and with permission Engineerr removves a portion of an existing protective rail an obstacle and does not replace such railing complete in
during the same day,
(3) Storage Areas.-- Whenever material or equipme
stored within 12 feet of the lane and such stora
not otherwise prohibited by the specifications.
I
I
I
I
1
I
b
I
1
I
I
1
8
I
t
Except for installing, maintaining and removing tr control devices, whenever work is performed or equipmei
operated in the following otherwise provided in It specifications:
Approach speed of
public traffic (Posted Limit)
(Miles Per Hour) Work Areas
Over 45 Within 6 feet of a traffic 1 but not on a traffic lane.
35 to 45 Within 3 feet of a traffic 1
but not on a traffic lane.
When traffic cones or delineators are used to delinei
temporary edge of traffic lane, the line of cones or deline
shall be considered to be the edge of traffic lane, however Contractor shall not reduce the width of an existing lane to than 10 feet without approval from the Engineer. The closure provisions of this section shall not apply if the area is protected by permanent or temporary railing or barri
When work is not in progress on a trench or other excavl
that required a lane closurer the traffic cones or port
delineators used for the lane closure shall be placed off 01
adjacent tz~ the edge of the traveled way. The spacing of cones or delineators shall be not less than the spacing usec
the lane closure.
5-1 , 15 SUBCONTRACTING.-- Attention is directed tc
provisions in Section 8-1.01, "Subcontracting , I' of the Stai Specifications, Section 2, "Proposal Requirements Conditions," Section 3, "Submission of DBE Information, A1 and Execution of Contract," elsewhere in these special provl, and these special provisions,
The requirements in the third paragraph of said Sectic
1.01 that the Contractor shall perform with his own organizt
contract work amounting to not less than 50 percent of
original contract price is not changed by the Federal
requirement in Section 6-1.05 of these special provisions t
I
the contractor perform not less than 30 Percent of the 01 contract work with his own organization-
The DBE information furnished under Section 3-1.0114
Information," of these special provisions is in addition
subcontractor information required to be furnished unde
Section 8-1.01, "Subcontracting."
23.45(f)(2) Part 23, Title 49 CFR;
I
1
I
I
l
li
b
li
i
8
I
1
I
8
In accordance with the Federal MBE regulations s
1. ' No substitution of a DBE subcontractor shall be n any time without the written consent of the Depar
2. If a DBE subcontractor is unable to pe
successfully and is to be replaced, the contractc
be required to make good faith efforts to repla
original DBE subcontractor with anothe
subcontractor.
1 and
The requirement in Section 2-1.02, "Disadvantaged Busi
of these special provisions that DBEs must be certified date bids are opened does not apply to DBE substitutions
award of the contract.
The "Subletting and Subcontracting Fair Practice2
(Public Contract Code Section 4100-4113, inclusive) appl
the work covering street (or highway) lighting and t
signals and requires subcontractors, if used for such work, listed in the prime contractor's proposal: prohibit
substitution of subcontractors, except as therein authorize
provides for penalties for violations of the Act. Bidde
cautioned that this listing requirement is in addition I requirement to provide a list of DBE subcontractors aftc
opening of the proposals. Each bidder shall, with respect
work covering street (or highway) 1i-ghting list in his Prop
1. The name and the location of the place of businl each subcontractor who will perform work or la1
render services to the prime contractor in or abo construction of the work or improvement,
subcontractor licensed by the State of Californi
under subcontract to the prime contractor, spe
fabricates and installs a portion of the wc improvement according to detailed drawings contai
the plans and specifications, in an amount in exc one-half of one percent of the prime contractor's
bid.
The portion of the work which will be done by eac
subcontractor. Only one subcontractor shall be
for each such portion.
m
2.
t
0
8
A sheet for listing the subcontractors, as required Subletting and Subcontracting Fair Practices Actr is incj
the proposal.
5-1.16 PERFORMANCE 3F DBE SUBCONTRACTORS AND suppi
The DBEs listed by the Contractor in response to the requ in the section of these special provisions entitled "SUI
of DBE Information, Award, And Execution Of Contract", wt determined by the Department to be certified DBEs, shall
the work and supply the materials for which they are
unless the Contractor has received prior written authori~~
perform,the work with other forces or to obtain the m,
from other sources.
1
I
B
I
II
1
1
I)
I
8
I
I
1
1
1
Authorization to utilize other forces or soul
materials may be requested for the following reasons:
(1) The listed DBE, after having had a reas
opportunity to do soI fails or refuses to el
written contract, when such written contract upon the .general terms, conditionsr pl<
specifications for the projectr or on the terms
subcontractor's or supplier's written bid, is p by the Contractor.
(2) The listed DBE becomes bankrupt or insolvent.
(3) The listed DBE fails or refuses to perf1
subcontract or furnish the listed materials.
(4) The listed DBE subcontractor fails or refuses the bond requirements of the Contractor.
(5) The work performed by the listed subcontra substantially unsatisfactory and is not in sub
accordance with the plans and specificationsr
subcontractor is substantially delaying or di
the progress of the work.
(6) It would be in the best interest of the State.
The Contractor shall not be entitled to any payment work or material unless it is performed or supplied by tt
DBE or by other forces (including those of the Con
pursuant to prior written authorization of the Engineer.
If a trucking broker, who is not a DBE but was 1.i
DBE credit in the Contractor's DBE information, fails t least 20 percent to the DBEs listed on the broker's 'IC
roster'tr the broker will no longer be eligible for DBE CL one year.
If a DBE trucking broker was listed €or DBE credi
Contractor's DBE information on the basis of the broker'
I
t
I
agreements with DBE truckers that the trucking will be pe by certified DBE truckers and if all the revenue paid
broker is not paid to the DBEs listed on the broker's "ce roster", the broker will no longer be eligible for 100
DBE credit for one year.
The Contractor shall include the above information
agreements made with trucking brokers so that brokers L, aware that they may become ineligible for DBE credit.
The Contractor shall submit monthly documentation Engineer that shows the amount paid to DBE truckers
trucking brokers listed in the Contractor's DBE informatior records must confirm that no less than 20 percent was paid
truckers by brokers who are not DBEs and that all the I paid by DBE brokers was paid to DBE truckers if the Cont
indicated in the DBE information that the broker had
agreements with DBE truckers that the trucking will be per
by DBE truckers.
1
1
1
1
I
U
1
b
1
1
I
I
1
I
I
5-1.17 DBE RECORDS.-- The Contractor shall ma
records of all subcontracts entered into with certifie
subcontractors and records of materials purchased from cer
DBE suppliers. Such records shall show the name and bu address of each DBE subcontractor or vendor and the total amount actually paid each DBE subcontractor or vendor.
Upon completion of the contractor, a summary of
records shall be prepared on Form HC-43 and certified corrc the Contractor or his authorized representative, and sha U furnished to the Engineer.
5-1.18 PAYMENTS.-- Attention is directed to Sect
1.06, "Partial Payments," and 9-1.07,"Payment After Accept
of the Standard Specifications and these special provisions
For the purpose of making partial payments pursua
Section 9-1.06, "Partial Payments," of the Star
Specificationsr the amount set forth for the contract it€
work hereinafter listed shall be deemed to be the maximum of said contract item of work will be recognized for prl
payment purposes. Clearing and Grubbing $20 ,000
After acceptance of the contract pursuant to Section 7- "Acceptance of Contract," of the Standard Specifications
amount, if any, payable for a contract item of work in exec
the maximum value for progress payment purposes herein
listed for said item, will be included for payment in the
estimate made after acceptance of the contract.
In determining the partial payments to be made tc Contractor, only the following listed materials wiJ 1
I
considered for inclusion in said payment as materials fu
but not incorporated in the work:
Reinforced Concrete Pipe
5-1 , 19 FLAGGING COSTS.-- The first paragraph of :
12-2.02, "Flagging Costs," of the Standard Specificati amended to read:
I
I
I
I
I
I
I
I
1
II
I
I
I
8
I
The cost of furnishing all flagmen, including trans]
flagmen, to provide for passage of public traffic throu work, will be borne by the Contractor.
5-1.20 PROJECT APPEARANCE.-- The Contractor
maintain a neat appearance to the work.
In any area visible to the public, the following
When practicable , broken concrete and debris dev
during clearing and grubbing shall be disposed of CO~CUI with its removal. If stockpiling is necessaryl the ma
shall be removed or disposed of weekly.
The Contractor shall furnish trash bins for all debri
structure construction. All debris shall be placed in trai
daily. Forms or falsework that are to be re-used sh.
stacked neatly concurrently with their removal, Forr
falsework that are not to be re-used shall be dispo:
concurrently with their removal.
Full compensation for conforming to the provisions i
section not otherwise provided for, shall be considei
included in prices paid for the various contract items o
involved and no additional compensation will be allowed the
5-1.21 AS-BUILT DRAWINGS.-- The Contractor shall g
and keep up to date a complete "as-built" record s transparent sepias, which shall be corrected daily and show
change from the original drawings and specifications ar exact "as-built" locations, sizes and kinds of equii
underground piping, valves, and all other work not visit
surface grade. Prints for this purpose may be obtained fri
City at cost, This set of drawings shall be kept on the j
shall be used only as a record set and shall be delivered
Engineer on completion of the work,
apply:
I)
Notice of completion will not be filed until such as
drawings are delivered to the Engineer.
t
1p
5-5.05 MANUAL OF TRAFFIC CONTROLS.--Section 1-1.265,
1-1.265 Manual of Traffic Controls.- The Denartment of
"Manu(
Traffic Controls," of the standard Specifications is amended tc
Transportation publication entitled "MANUAL OF TRAFFIC CONTROL!
Construction and Maintenance Work Zones."
1
1
1
I
1
I
l
b
II
1
4
I
1
I
1
1
t
I
FEDERI.II,mGERATEcmxEs
FOR
1
I
I
I
I
i
&
I
1
I
I
I
I
1
"SAY DIESO"
cDtGES ilAED: Jilne 7. 1988 - w msIa No. CA88 -1
I EFFECTIVE AS CF June 24, 1983
PAGEsAFFEmED: 34
Stan Ymh I 8-48 5-5139
t
I
C;SCTI3\J
5-2.01 :Iininun :iages.--Attention is .<irected to ?tc
F'tiieral ?.equirements, af these s?ecial ?revisions and ?e
io. CA88-1, ~f the Secretary 95 Labor, rrlclildec herern.
I
I
I
I
I
I
1.
b
I
8 -
1
1
I
I 13
I
8
General Wage Determinations Issued Under The Davis-Bacon
And Related Acts
GENCRAL U4CE DEC1S:ON NO C466-1
Suomrsoara Ceorral urngo Docrs~on NO CAI?-?
Stat. CALX FOPNIA
Cwntyt I*SI San Oimgo
Construction
7 yo* Builaing. wary *ignway P*sto*ntial b Oroaptng
ConsTruCtion Oascriat~on Builatng PPO)*Cts w-avv o-oj*cts (001s not inclua
VlGrwt .or* or uatar we11 Orr'ltngi nrgoray ProjoCta P*sioontia' Proi*cts i incluo~ng sing18 +ant ly nws ano garown tvw aaartmonts uo 70 ana rnciuotnq 4 storimsl ana Orooping
Moaiftcatton P*coro
HO haltcation oat* Pap0 NO IS)
1 Jan :t 1361 34-YS 39
2 C.0 19 f961 40-42 1 ADP '5 1988 34 36
1 84." :- '911 34-42
a vune : 98a 34
trw-0 1
SoC. t
1
: Z.L. WT .- \-
-4d*-b.. 5
CABB- 1
Basic Frtnge
kour\y 0eneftts Qates
I
I
8
I
I
1 :
II
1)
1
I
1
R
1
I
i
I
o48ESTO5 WORKERS 23.09 5 45 BOILERMAKERS 21.50 A 50
14 87 6.22 'Sf21 CK TENDERS CARPENTERS:
BRICKLAYERS: STONEMASONS 29.55 i 40
hi1 ourlotngs wnicn nave UOO~ frame structur8: resiaential nousing. conao- msniums. note;s. moKels. inns. aoertnents. town nouses an0 conv_aIrscant nosoltala
tnaK are of waaa *pame Construction 16.79 2.95
A11 otner uoru: Sningiers *9 90 5.35
Mtllrrcgnrs: Pneumaric Nailer: HarQ- P+lear?vrr 20.15 5.35
wooa Floor Layers 20.30 5.35
Cement Masons 15.61 8.62 Eooxy/Pesin material; Finisnlng maenine 30: C'.ary. BiorrlI or similar typo scrmeo: wowing from oas'n ensir: Scattola
(minimum of 6'). Suinging scaffola. Safety
D8lt or scaffola. attacnea to movao\t venicle:
CEMENT MASONS :
daaw Ovw 6 ; Color unm Oustea on lS.91 8.67
9 1 VQr 44.80 5.35
OX VERS :
Stma-by Dlvers 22.40 5.3s
1 enamt 31.40 5.35 DRYWALL INSTALLERS/LATHERS: Pesiaential :nnstrucrion w to anu inciuaing tncee stories:
Oryw. \ : 17.30 2.95 ;atner '7 55 : ss -. ;:r~er rcrr y9.50 ,.s5 9rvuall Stocuer. Seraoorr an0 C18an- uo ' 9.73 1 77
..
'ELECTRXClANS:
#or* on single family nones 8 a~artn8nrf
41 1 otner uor*: uo to & incluoing 3 stories r3.25 1 46, 3%
19.65 3.SW 3% E 1 ectr 7 c i ans Caole Soltcef-s 79.90 3.501 3::
'50una Teenni c I an 16.56 i .2E- 3% 13. 18 1.28- 3% *Ta\eononc Interconnect Tecnnician
Utility Tecnnicisn a 2 12.50 7A* 3:: utility ~ecnntci~n a 1 16.50 .74* 3%
ELEVATOR CONSTRUCTORS: Meenan t cs 24.00 A.32- a
*e 1 DeCS 16.80 4.32- a ~-008'~1onary n.108rs 12.00 . GLAZIERS 21.27 3.81
Fmca Errerors 18.46 9.46
19.35 9.46
IRONUORKERS:
Retntorcing: Ornamant81: Structural
34 (June 3. 1988)
Mw-02
S.D.
t
1
a
1
T
I
I
I
I
f
E
6
1p
I
t
1
1
e:*--- Ye" -AL
CA80- 1
*Qoinforcing: Ornanmtal; StrUCtUrJI 19.3s 9.46
'trow 1 7S.36 6.86
1S.68 6.86 Grouo a lS.86 6.06 GrwO 3 trow 4 10.13 6.86
Qr- 1 - r8DounU lS.38 6.8C
GPWO 2 - gun 15.68 6.86 trow 3 - nozf18 lS.80 6.86
Crwo 1 11.08 6.86 trouc 9 lS.8S 6.86
trwp 3 16. 13 6.86
t
LABORERS :
GUNNITL LAaORCRS :
TUNNLL LABORERS:
FINAL CLEAN-UP AND LANDSCAPE MAINTENANCE
YORY : Crouo 9 1.69 6.86 ,
LINE CONSTRUCTION: trmnsmisston rOPk 169 KV b uo): Catmary
uork : Lim funnician: nravy Ewiomnt Ooorator 29.96 3.3- 4% CCWM: Truck DrlVOP 12.AO 3.3W 4% Caolo Solicor 23.26 3.3- 4%
L~M Tocnnici~n: noavy Equipment Oorrator 20.40 3.3- 4% Crounb: Truck 0rtv.r . 11.A0 3.3- 4%
C.Ol. so1 *err 20.70 3.3- 4%
LIM Tunnician: nravy Equiomnt Doorator 16.~0 3.3-4X
~11 otnor comemrcial ovornoaa ltno:
. ~11 otnw ~~mmo~ci~l unaorground 1 tne:
trwna: Truck Driver 32.40 3.3*4% Cable So1 icor 16.70 3.3-4%
OYAPILE. TERRAZZO AN0 TILE SETTERS 22.40 0.7s
Brusn. Pa1nt.Eurnor ((1.37 o.67
Erusn (suing stago). Soray 98.63 a.67 Pmowhangrrs. Spray (rwtng sragrl 19.87 0.67 Sanaalast8r (swing st~g.1: Iron.
MAPILL. TERRAZZO AND TfLE FXNISHERS 1?5,8A 2.60
PA INTERS :
stnl ana Oriago painters (ruing stago); Iron stool ana ortag. ~8in- %ef'S. SDr8y (Suing ¶tag.) 19.3t 4.67
amintor (grwnauorn): Iron. stoel ana aria- ~8int.r~. soray (grwnauork):
Riggws. climbing rtmo~: Erusn. climb-
ing steel ana oriagr: Soray. clrnoing
Sane18stor: Iron. steel ana DPiOgO
1rn1 4- orlago 19.12 4.67
S%WDl*jaCk 20.02 0.67
f aoor 19.37 4.67
Grwo 1 19.98 3.52 Croup 2 15. 18 3.52 Crour, 3 13.58 3.52 Crwe 4 15.98 3.52
PAIIYING LOT WORK 8na/or nlGnbAV UARKERS:
Slutcy Sul York:
' 5.8 7 W/U* X8C lA.5d 3.52
S~uorpu: ao~licator operaxor ana
1 35 (Jan. 22. 1988)
~;;-03 t S.D,
I
SECTION 5
US. mnt of Labor
cAaa- i
1
I
I
1
1
1
I
f
1
I z
I
I-
1
I
B
-PLASTER TENDtRS 16.2A 6.97
PLASTERERS: Single family noms ana aoartmmnts ug
I to ana incluaing 3 storios 15.47 A.4D AI 1 otnmr Yore t8.A7 4 40 PLUYBERS; PIPEFITTERS: STEAYCITTERS; AIR CONDITION. REFRICERATION: cam Pmna 1 .ton 23.73 9 42 Doruinomr oC County 21.A8 S.42 PLUYBER - LANDSCAPE 6 IRRIGATION 16.aO 6.75 POWER EOUIPYENT OPERATORS: erouo t ?S.AS 7.35 Greuo 2 19.73 7.35
20.16 7.35 GrWD 4 Group S 20.38 7.35
GPOUD 6 20.49 7.35 20.61 1.35 GrOuD 7 20.78 7.35 Group a
GrWD D 20.01 7.35
HYDRAULIC SUCTfON DREDGE:
Grwp 3 to.oa 7.35
DREDGING :
Lmver 21.30 7.35 rmtcn enginemring. umlemr, ma Dmca-
mate 20.72 7.35
Bmrgrnana: Decknana: Fire tanomrs; Ulncn Opmrmtor (Storn rincn on Oreage) 70.a4 7.35
Oilmr: Levrmnma 19.63 7.35 Dotrr 20.83 7.35
Lev*? 21.30 7.3s uatcn Enginomrs: Dmcxm8te 30.12 7.3s Bargmnat 20.14 7.35
Bargenana: Decknano: Flro tenow: Oiler 19.63 7.11
ROOFERS 15.13 3.08
CLAYSWELL DREDGES:
SHEET METAL WORKERS: uork on rxisttng rmsiaential wilaings. aotn single and multi-
*8mtly. wntr* maen un*t is nmateo ana/or coolma by a smoarare systan: MY slnplm resioentlal ~utldlngs incluatng tracts: now nultc-family rm8101nt181 wildings. not ezcamaing 5 stortms of
living Sp8C. in mignt. provlama macn unit IS nmatro or coolo0 By a s~oarate syrtmn. not incluatng notels ana motmls: 1rgnt comnmrcial work. omflma as Doing any snmet nmtal. noating ana air conaitloning work pmr+orrd on a WOOQ trine aullarng UP to ana tncluaing 4 stories in nmignt: ana tllt-UP or concretm Dloek warenouars of any site. note\s and motels are incluaea in 11gnt c01mmrcia1 uorc pP0vi~W tnmy otnrru~se qual9ty by stzm ana type at construction; tmnant inprovenmnx worK: cam Pmnaleton 73.79 4 12
~mainoer of County l2.59 4 12
AI 1 otnmr *om: Carp Penaleton 22.98 6.52 Rmralnoor of County 20.98 6.S2
24. 18 3.75 SOFT FLOOR LAYERS 78.45 3.94 SPRINKLE R F 1 TTE RS
36 (Apr. 15. 1988)
m-04 t .?@De
1
CA88- 1
TRUCK ORIVERS: Grow 1 11.29 6.03
Group 2 17.19 6.03
Grow 3 17.79 6 03
Croup 4 17.99 6.03 Crwa 5 1a.lS 6.03 . Group 6 10.19 6.03
RIGGERS; WELDERS - Reeeivm rata ~rmscriaed for craft oeriorning
I
1
1
El
t
1
1
f
t
1
1 r
1 31
1c
I
ooaration to mien rigging or umlaing 1s inciaentai.
FOOTNOT E S : a. Enoloyar contrlwtes 8% of basic nourly rata for I yoars 8e~vlco ma 6% aI osmic hourly Pate tor C montns to 5 ymars sarvlcs as Vacation Pay Crmatt. 7 Poi6 noliaays: Nor ear's Day,
YI(.4ClAI Oay. Inarpenamnco Oay, LADW Day. Thanwsgiving DAY. Friay aftsf Thanrsgivlng Oay one Christmas O8y.
ELECTRICIANS
Souno Tmchnictan: To+mln8ting. operating and performing final enoeko~t Sauna Perion 8: wlropulling. splicing. assmaling ana rnstalltng
Utlllty Tacnnicians at: Installation ot street lights ana traffic stgnrls. rneluaing electrical tircuctry, progronablm control 1.r. DOOOSt.1 mounted mlectrical meter mnclosurm8 ana laying of pre- a88~01ma C8010 In ducts. the layout ot mlectrital systmns ana
Co~~(~ntcation ln8tallation ineluaing prooar position of trencn
080tnt. ma radius at act DankS. loeattan tor nannolms. strmel:
1 lgntr. ana traffic signals.
Urtltty Tecnntcians a2: oistr+bution ot material at joo sit.. installation of unaergrwno aucts tor olmetri~al. talmonone. canla
TV. anu col~unlcation rystoms. Tkm setting. levaling. grounding and racking of proeaat m8nnolas. nananolos ana rans sf or mar paas.
0-V 1 C88
LABORERS
Grow 1: Laborer (gonrr.1 construction); Asonalt Ironer - SDP8.deP:
Bor*ng Yacnine Tenaar: Carpenter Tmnamr. Caulwmr: cesspool Oigger and Inatr~lsr: Chucutenaer (excmot tunnmls): Concrmtm Curer (fmoorvious Y.c.~ranm and Form Oiler): Conermtm watmr curing. (mxcluaing usm of uater trucks): Cutring Torcn Opmrator tamnolition): Orillar s T8nd~ (Caisson) incluaing Ballorors: Ori-Pam-ix MaCninm. ConcrmTm Cutting
Toren: Dry Dacging of concrmtm. plugging. fill ing ot Snem Bolt wolmr: fin- Craaar on ntgnrays. streots ana atrDort oaving (sewor ana ar81naga linea rnen mcloymaf: Flag Parsan: Form Bloumr: Gas and 011 Plpeltm Laoorsr: Guinea Chaser: b+ousamover: jet: Lanarcape Garamner
and Nuriary: Pacuing Rou Steel ana Pans: Pioelaymr'y aacruo (coating.
grwting. nakrng of joints. smaling. caulwing. aiaDmr?ng and ~ncluutng Runoer Caaket Joints ana pointing): Railroaa uoru Laoormr: Riggtng ana Stgnaling: Riprap Stonmpavmr: Sanaelastrr (Poi Tanoar):
fU1.r. SlDtlC fanu Diggar ana Installor (Lead): Tank Scalar and Clmaorr: Tool Shea Cnacnmr: urnaou Clmaner
a
""'-C5 t 5aD,
I
II ,,",,CN 5
E
a
1
t
i
1
f
t
S
1
II
1
#
I
=YPWT
clad- i
t
Group 2 Asmalt Raker: Layton Box S~r08a.r (or siniler typo): Buggynootlo: Coaont Ounoer (on 1 yara or larger mixer3 ana nandltng bulk coment): Concreto Saw (oxclualng tractor tyDe). Roto-scraoor.
CniDoing H~nror. Concrete COP* Cutto- 8na Concrote Grinaor ana Sanaer: Crrooor - Snorer. Lagging ana Trencn Bracing. nana-guiaoa Lagging Hamnor: Drlller - Aii Power Drills. tncluaing ~acknamner. wnernor Core. Dlamona. uagon. 7r8cK. Multl~lo Unct. ana all types of YocnanlcaI Drills wttnout regara to me form of motivo pow-r: Drillor (all otner wnere willing 1s for uao of exolosivos): GAS ana Oil Pipolino urapoor (Pot Tenaer and Form): GAS ana 011 Pip01 ine
wrapoor (6 incn pipe ana OVOP): Doerator ana tonaort of pneu- matic. gas ana e1ectric tools. Concreto PUnDS. viorating ma- cnin.8. Multi-plat. Ino~ct wrencn ana rrmllar mocnanical toola not se~armtely C18¶8(fleC) nerein: Pl~eloyer (parforming 811 aer-
vices in tne raying ana tnstallatlon of pioe from tho ~oint of
roceivinp pipe unttl cono~otion of tne oooration. tnciuoing any ana 11' forms of tubular matorial. wnetner Pqpe. Metaiitc or Non-metal) ic Conauit and any otnor starionary tyDe 09 tuoular
omvice used for tne convsying of any suottanco or element. enotnor water. seuage..selia. gas. air or otner Droaucts wnarroever ana witnouy rogsra to tne nature of matorial from wnqcn tno tuoular material 1s f&Ortcatma: Pouoer Blrstars' tenoors: Prefaoricatea Mannote Installer: Rock S1tnp.r: Saneolaster ana
~a~o~D1atte~ (Nozzle ooerator): SCa1.r (using Bos'n Chair. Safety Bolt): Steol MeaaorBoara: Tree Cllmoer. using mecnanical tools: uelaing in connection with ~aooror'r work
Group 3 ASphblt rauor
Group 4 Fonco erec%or
TUNNEL LABORERS
CPOUD I Bull tang Wckers (track): Chucktonoor. Caoletmnaer: Concreto Crew (incluaes Roaaora ana S~rraorr~): Dump: Grout Crew: tenaer +or Stoel Corm Raisors ana Setters: Yuckors - Tun- nel (nana or nacninel: Ncpoor: Swan~or (Srauo ana swiccn on tunne: work): Viorator. dacknanmmr. Pnounatic tools (oxcoot Oriller) MUlti-pl8te Imoact wenen
Grwp 2: Blasters. Oril\ers. Powaor: Cnerry PlCkOr: Grout Gun: Kemoer ana otner pneumatic Concrete Placor Operator: Minors in snort o-y tunnels under streets. nignuays ana similar places: Ylners - tunnol (kana or nacnine): Powaor (tunnel
work): Stnl Form R818OPS ana Sotters: tlnoor. Rotineer
YOOO or stool
Croun 3. Powaor - Primer nouse (Iiconsad) on tunnel work: Smft ana Raise Miner: Snifters: Blasters (lrconsea) a71 work of loaaing noles. placing & olasttng all Douoer B exDlosrvos 02 wnatever typo rogaraless of motnoa usma tor sucn loaaing and T DlaCinQ
FINAL CLEAN-UP AN0 LANDSCAPE MAINTENANCE WORK.
38
W-06 - t 2,D,
I;
1
It
T
II
1
1
d
b
t
I
P
8
1-
1
It
ll
-- *- --
CAI$- 1
t
WOuD 1:
C4n.l clean-up: Final clean-up uoru ineluars tNt work ~)er+ornmo
attar all nor conmtruetton worw on J unit of tne project 1s comelmtaa. incluaing Dut not tinitma to: winaou rasntng. rnatoe ana out. sworoing ma clmantng all floors. ftxturm clean-UD.
claaning of a11 apipliancas. scraping ana excluaing any floor sand I ng
oro~uts. sucn as watOPing. wHa1hQ or mowing ana maglng. pruntng fertlltrtng. Rmplaclng or rroalring of existing installations (fnetualng tno rm~air ana rrolacing of eIoetrtcai ana water
systmms. mrrrptng. rmpainting. ana romtrlping)
ynarcaor natntmnanc.: YOPK in axisting or nrwly ianascaoaa
PARKIW LOT YORK AND/OR HICCIYAY MARKERS:
Croup 1: Strlprr: layout ana aopllcation of painted traffic strtpm ana InaPKlng: not tnormo plamttc: tape traffic atripos ana n8PkinQ
Croup 2: TP8fflC aelinmating amvice applicator: layout ana
8DOlIC~t1on of pavearnt martcars. oeltnoattng signs. rune10 ana trafftc aars. aahmsivms. gutam maruars: other traffic aa1tnrmttng ~vtems: incluaos a11 relataa mrfaca ~roparatlon (ranaalamtlng. watarolaating. prtnaing) am prrc of tne application procmsa
ana marwings; prrparatton of murtaca for coatings
Grwp 4: trmiflc protoctive a+linoattng aymtana installer: mmoves rrloutms: installs: parmanmntly affixma roaosiae ana oarklng aalimattng Darrtcaaas. fmnclng. guara rail. caola ancnor. rat81nln wa 1 18. rmfaron~a s i gns, monument nar*rrs
Crwp 3: ?ra+f(c surfaca aormsivms ~1ast.r: 1-mova1 o+ traffic Ifne
POWER EOUIPMLNT OPERATORS
Grwp 1: Bt8ke: Coctprossor Operator: Enginrrr O11.r: (;mmrmtor: Pump: 51p1: Sritm: Oltcnritcn: Ele-
vator Operator (inmiam): ForKlift (unarr 5 tons)
static Pum: Plant Oprratot: Gmnmrmtor. Pump or Comorm8sor: Rotary Drill Tenemr (oilfirla); Skiptoaamr - meel tyvm UD
to 3/4 yo. wltkout att~cmnts: 5011s Field lecnnlclan: tar Pot Firetenaor: TeRpormf-y wating Plant; trancntng Yacnin. Oiler: Concreto Puap Oilor (truck mountmu)
Group 3: Fora tmrguson (vltn ormgtypm attacnments): Hmlq- contmr ha10 Ooerator (ground): Powrr Concrmtr Curtng Macn3na: Parer arl~on dun80 Form Settor: Stationary P1pm wraDBing ana Clarntng Yacntno: Gra0.11 Otlmr: Surge Tank ana weignt Master (Mot Plant); lrencner Oiler (founomtions); Truck
Cram OIlmr
Crwp 2: Concreta Mixer (s~tp typr): Conveyor: F1rmtenamr: Hyaro-
Croup 4: Asphalt Plant Firatmn~or: Boring ~8cni~: CkiD
30 (Jan. 22. 1988)
.w-07 t 3,3.
n
P SSCTiOS 5
CA88- t
t
Snrmadlng Macnine: Conetote Pun0 Operator: Dinkey Loco-
motive or Motor Ooerator (10 ton): Heltcoptmr Hoist: nignline Canlmuay Signal: Power Swooomr; Trencning Machine (UQ to 6 Ct.): Concrmte Puns Oomrator. trucu mountma: nm1icoptmr
Rad10 Operator
Concreto Batcn Plant Ooerator (unmro conneretal oowar is
not uama. no 1.88 tnan on. Genmrator Operrtor is rmquirea):
A8PMlt Sprraaing Macninm Oomrator (Soreroar Bar ana srmllar): Bit Snmroener: Box or Mixmr (asmalt or concrete): Con- ermtm Joint Macnine Operator (canal ana similar type): Con- crmte Planor Ooeraior: Oorrtck (orltimia type): Driiiing
Y.Cn1M OOW8tOP (inciuoing water ~0118): Eauipaont Grmasor
f~bilm ana Cr08so R8ek): Forkltft Operator (ovmr 5 ton ~808- city): Uyaro-nammr - AmPo Stompor: nyarograpnic Smmamr M8- enlno Operator (straw. pulp. or sema): Macninm foot 00orator: waginnis Lntecnal full Slao Viarator: Yeenanical Finisnmr Ope- rator ~Concrmtm-C1ary-~onnson-0iowml~ or 011~118r): Pavement Irmaker Ooorator (truck nountea. oiler roauirma): Rosa oil Mixing Yacntnm Ooorator; Roller Ooerator: Ross Carrier Ope-
rator (joasite): SelC-urooe11ea TJr Pipmltning ~acnina ope- rator: SklplO8a*? Owrator Iwnmml or trmc& type ovmr 3/4 yo. w to and incluaing 1 1/2 yo..): Skiploaaor - Fora Fergu8on up
(power arlven nyoraultc llrting aevicm tor concrstm forms): Scraad Operator: Stingor Crmne (Austin-Yostern or similar type): Travollng PiPo Waoving. Cleaning ana BenUlng Mm- tntna Operator: Truck type Lomaor: Tugger noist (1 arun)
Group 6: Asphalt or Concrotm Plant Englneor: Aaonalt or Concrotm
Sprmaaing Oprrator (taming or fintsning): Asonalt Paving ~aeninm Ooorator (Barorr Croon or similar type): ~utonatic Cur0 ~acninr: Belt Splicor or Vulcanizmr: BUL Llma Rosa Pactor: Wagner Pactor or slml\ar Operator: Briage Crane Ooerator: Briage typm Unloaamr ana Turntanlm O~erator: Cast-in-place Laying Macnino: Conoin8tton
Mixer and Comorosror O~erator (Cunite work): Concrote Mixer: Con- Cretm Ylxer Operator - pmving Crane OD-rator (up to ana incluaing 2S ton capacity) (Long Boom Pay appl icaolm): cru~ning Plant O~mrator: Deck Engtno Oporator: Drill Doctor: Elmvmting Craom Ooorator: Craaall Operator: craao Cnocker: Grouting ~acninm ~porator: ~uara Rail PQst
Drtvmr Oparator: wavy Duty Re~air: UoPst Operator (single arun - Buck Mist- Cnicago 00- and similar type): moist Operator (2 or 3 am): Ko\ran Bolt ~0a-r ana tlmll8P typm (men two or mor. aro uOPklng togmtner an aaaitionml em10yom snail ae rrquirma): LmTaurMau 6100 Coa~mctor or similw two: Lfft Mobllm Operator: Lift
S1.b Yacntna Oprrmtor (Vagtoorg and rtnflsr types): ~atorial noist Owcator (1 OM): Muc&tng Yacninm Oporator (1/4 yo.) (ruooet-tirra. rat1 or iP8Ck typo): Pile Driver Ovmrator (Ojlmr roquirqa): Pnwnatlc Concrrto Placing Y~cR~M Ooorator (Hacklay-Prmiswell or similar
typo): Pnouuatic nrmaing Snimla (tunnel): Pumoermtc Gun Oporator: PQI~c antry Cram DMPatOP: Rotary Orll? Oeerator (excluding Catsson
typo): Rumor-tirma Lartn Moving Eauipnent Ooerator (sing10 enginm - ca+erpillar. Euclja. htney wagon - water Pulls ana stntiar typos ~irn 8ny and all attacnmnts UD to 50 cu yaf. struck); Rueoar-ttrma
t
U
I
1
I
J
b
11
f
i
I
t
li
a
Or- S: A-trsma Winen Truck Operator: ~spnalt Plant or
tO 3/r yd. Ultn Ot.9 8tt8CnMntl: slip Form Pun0 ODmP8tOP
Ir
40 (FoD. 19. 1988)
XV-08 t s*3,
- * e
B
1
1
P
I
1
1
I
I,
I
I
c
1
i
1
I
1
CAW- 1
Scraper Ooorator (~elr-loaelng paddle *nee1 tyna donn Deer. 104 ano
sfmllar sing). unit): Skiolo8oer Operator (uncal or tfBCk type. ovor
1 111 yea. up ta ana tncluelng 6 112 yo..): Stlnger Crane (oustln- W18tmrn-Petttoone or stn11ar type) (over 5 tons); Surtaco Heator% ar
Planer Ooerator: Tractor Co~prosaor Orill Conatnatton Oprrator: Tractor Oparator (Bull Darrr, T8mper. Scraper, ana Pusn Tractor. single engin.): Trencnlng macnlne Operator (over C tt. deoth capaect - MIYIf8CtUPerS rating): TUnMl Loconottve Operator (10 to 30 tons): Unfversal EgulDIIent omrator (Shovel. aacxnoe, o rag line. Clamanell.
UD to ana incluaing I cu. ye. M.R.C.) (Long Boon Pay appllcaal.); welair (genrral)
Group 7: Autonatlc L1ne.u Tension Macntne: Cram Oparator (over 25
ton.. up to ana lncluatng 100 ton w.n.C.) (Long Ooom ?8y apoltcaol.) (oiler rewirwa): Oerrlcx Bargo Operator (Oiler required. UP to 100 ton81 (ovrr 100 ton.. Flre Flgnter or 011er requlrea): Dual Drum mixer (Oiler roquir.a): wtet Operator (2 or 3 orua wtte DOOR
attaenmnt): HO1.t Ovarator (Stttf Lag. Guy DO~PICK or aim1ar type uo to 700 ton ea~acity) (Olter rewtreu, Long BOOR pay aool1eaa~o): ~oaaor Owrator (Atnay. Euclia. Sterr. or a1all.r typo): Monorall
Locomotive Ooerator (01.801. 9.8. or e~eetrlc): Motor Pa.rr01 - Blaoe Operator: YUltlD1. Englne Tractor Operator (Euclro and 81m11ar type. excmot Quad 9 Cat): Pro-strmasea urapolng ~acninr O~erstor (2 Oparatora reaulre6): Runner-tired EWtn moving Ewipwnt Ooorator (ulti~le rogtna. Lucllo. Catetptllar an slrllar type UD tm 50 CU. yes. rtrucw): Tractor Lomar Operator (CP8Ul.r ana uno01 typo oveP 6 1/9 yam.): Tractor O~rrator (boom attacnmntr) (over 40 ft. ooon). Oller re~ireal: Towr Crane Owrator: rover Crane Repair: Unlvrrsal Eaulpwnr Operator (Shovel. Bacmnoe. Dragline. Clar8nmll. over 1 cu. yo. Y.R.C.): Yalaor - certtfiea: uelaer-~o~~vy Duty Rroalr Conolrutton: Uooo. Mlxer Opwator ana otner ainllar Pugm111 Equlo- mant
GPOUD 8: Auto Craoer Operacor (on. Craae chmckar and onr addltiona1
rn~loyee rrwiroa); Autmattc Slip Form Operator (Craoe Cnec&.r and one a0altlona1 engloyeo r.ar1red): Crane Operator (over 1OO tons.
Operator, 10s. tMn 750 cu. yas.): necnanical Flnlsnlng nacnlne Oprr8tor: Yoolle Form Trmvaler Ooerator: Motor Patrol Ooerator
(nultl-eoglnm): Plg. MO011a Matnlno Operator: Ruooor-tired Eartn Wovlng EQUtDWnt noorator Iaulti-engine. Euclia. Caterolllar ana s*~118r typo ovw SO cu. yes. struck): RuoDer-tlraa Scrapar Operator
(prsning OM anotnor witnout Pusn Cat. Pusn Pull - s.50 per noup abd~tiorul to Daae rate): $UDMr-tlred Self ~oaaing Scraper Ooorator (paadre urml - rugor typa Solf ~oaatng. 2 or more uncts); Polar Cram Ooer8tor: Tam Equipmot Oorrator (2 unrtr only): Tanoem tractor Owrator (Ow0 0 or similar type): Tunnel Mol. Borlng Machln Operator
Group 0: Can81 Ltmr or frtmnr Operators (not ?.sa tnan tour (4)
~~1oyoms requtrma - 0t1er. Welder - recnanlc AOQ Graoo cnrcwer); wllcocrmr Pllot: Hlgn11ne Ca8teu.y Operator: Ranota Con~rol~oo E8rtb Moving Eoulomnt Owtator ($1.- per hour aodltlonal fo base r8te): wheal Excavator Ooerator (over 7SO cu. yea. orr hour. two Oprr*tors and one O11et an0 two neavy Duty RepAlr rmquired)
t
tYQ OpOr8tOP¶ POQUIPrQ. Long BOOIM Pay a001 1UOlO): MIIS EXC8V8tOf'
41 (foe. IS. isas)
:w-oq -m ;.de ?
tTPmTON 5
m
..WY*L
CA88- 1
1
t
I
1
1
I
I
b
I.
3
c
I
1
E
I
TRUCK DRIVERS
Grouv 1: Traffic Control. 8110 fuampets ana Pickuos
Group 2: 2 4x1. DumO8: 2 axlo FlatD.8: Bunker: Conerefa Punping: Inaustrral Lift: ForNlift. unoer iS.000 10s.
ar- 3: 3 axla Dum: 3 .X10 FlatD.0: 2 axle Watar Trucks: Erosion conrrol Nozzle: Outwerote. toss tnan 6 1/2 yas.: Forkll+t 15.~
IDS. ana ovrr: Prrll: PioIltrn worktng Truer Drivrr: loa8 Otl
Spremaer: Cement Ol8trlbuter or flurry Drlvmr: Boot; Ross Car? I OP
GrouO 4: Off-roaa Dum,. uno.? 3S tons: 4 axle but less tkan 7 axle:
LOWOIO and tr811er: Tt8n8it Mix. unamr I yo..: 3 8x1. U8t.C Trucks:
troslon Control: Grout Mixer: Dunpereta 6 l/Z yam. ana over: Dumoatmrs: Du i0.s. ao*s ana over: Furl TPuCk ana Dynmnltr: winch. 2 ante: Truer Greasrr
Grouo 5: Off-road Dunp. 35 tons ana over: 7 8x1. or nor-: Transct
MIX. 8 yas. ana OYW: rams or sroa1.n Crsms: Tire rorkmr: water Pull tankrr8: brlaer: wincn Truck. 3 axle or more
Group 6: True& Rep81r
t.tnl(staa ctassifieations nerdre for uork not lnClUOO8 wttn*n tne stope of tne elarst+ccations listed MY be aaara a+rer auara only 8s provtara In th. 1400P st8nd.ras confraet clauses (29 CFR. 5.5 (a)( l)( $1 1)
8 42 (FWD. 19. 1988)
m-10
s.3, ?
B
SECTION 5
GENERAL WAGE DECISION NO. CA88-3
Supersedes General Wage Dec is ion No. CA87-3
State: California
County: San Diego
Construction Type : Water Well
Construction Description: Water Well Drilling
Modification Record:
I
1
I
N
I
I
I
I
NO Publication Date Page No.(s)
CA88-3
Basic Hour1 y Fringe c Rates Benefits
DRILLER: 8.18
DRILLER'S HELPER: 7.50 a PUMP INSTALLER: 7.85
1
1
I
I
I
I
MW- 1 1 t S.B.
u
SECtIoN ‘1. (BLANK1
SECTION 12. (BLANK1
SECTION 13. (BLANK)
SECTlW FEDERAL REQUlREMENfs FCR FD)ERAl-AID CONSTRUCTlON PROJECTS
I
mERAL,-The work hereln proposed wl I I be sworn statement executed by, or on behalf
financed In whole or In part wlth Federal the person, flm. assoclatlon, or corporz
funds, and therefore all of the statutes, rules to whom such contract Is to be awarded, cg
Government and appllcable to work financed In corporation has not, elther dlrectly or
whole or In part with Federal funds wlII apply rectly, entered Into any agreement, par
to such work. The ‘V?equIred Contract Provl- pated In any coIluslon, or othenise takei
slons, Federal-Ald Construction Contracts,* . action In restralnt of free competltlve
Form FHWA 1273, are Included In ?his Sectlon dlng In connection with the submitted blc
14, Whenever In sald required contract form to make the non-col1usion affldavlt s
provisions references are made to 5HA ment required by Section 112 8s a certlflc
utractlng officer“, “SHA resldent engineer”, under penalty of perjury rather than as a
or “authorized representative of the SHA“, such statement, as permitted by 28, USC, Sec.
references shal I be construed to mean is Included In the proposal.
“EngIneeP M defined in secflon 1-1.18 uf the
Standard Speclflcatlons. PART1CIPATION BY MINCRJTT BUSINESS E
PRJSES IN SUBCOKTRACTING.4art 23 Tit1 mC”C€ OF PREVIOUS COP(TRACf.-ln Code of Federal Regulailons applies to
addition to the prov1SlOnS In Secflon It, Federal-aid project. Pertinent sectlor
f~NondIscriminatIon,w and Section VII, said Code are Incorporated in part or I
C.ublettlng or Asslgning-tho.ContraGt,”-o+~the -7- 6Sttnrly wlthln other sect-hs-of tkese- Y
requ I red contract pmv i s I ons ,- the - Contractor - -- -pro~ 1 s I oris-.-- -
shall conply with the following:
1
I
B
t
8
I
I c
I
It
II
1
I
I. ‘
I
e and regu I at Ions promu I gated by the Federa 1 fylng that such person, fln, asstxiatlor
-_ - ..-
5555s55s55s55555
The bidder shall execute the CERTIFICA-
TlON WITH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT Schedulo 8-Informatlon for Determining
TO THE EQUAL OPPORTUNITY CLAUSE AN0 THE - Ventum Eiiglbliity
FILING OF REQUIRED REPORTS located In the
proposal. NO request for subletring or -- (Thls form need not be fI lied In I
assignlng any portion of the contract In joint venture flnm are mlnorlty arned.)
excess of 510,000 wlll be considered under
the provlslons of Section -VIJ,--of the r : 1. Name of joint venture
required contract provlslons unless such 2. Address of joint venture
request Is accompanied -by-thr CERTk€tCAI:ION+ 3’; 7L.3;:Ph~nS’‘nu&3r of jolnt-v%Iture7--=-::
referred To above, executed by- me-propased--- __ 4. Identlfy-.the firms which. comprls
s ukont ractor . Jolnt venture. (The WE panner must cc
“-coLlUS1ON ~OVlSl~.-Th~.~vl~l~~.~..-~.- (a) Oescrlbe the role of the ME f
Schedule A,)
In thls sectlon are applicable to-a1 1- contfacTs-----the joint venture.
> . -. except contracts tor Federa I --A1 rPz5econdary ==: - ___. --
PfOJeCtS. ; .5 j tGCS. - La) Describe very brlafly &*he- axpi
Title 23, United StateS CodeTSectIon- 172:- and business- qual Iflcatlons ot - each -I - _- --- ..=- requires as a condltlorr-prscederrt toapproval 7-jotnt verrtursc”=*
by the Federal Highway Adrninlstrator of the
contract for thls work that each bidder flle a
-- - .. _. __
Rev I sed 8- 1-88 FR- 1
t
U
the terms and operation of our jolnt \
5. Nature of the joint venture's business and the intended particlpatlon by each
venturer 1 n the undertakl ng. Further
6. Provide a Copy of the joint venture undersigned covenant and agree to prov
agr8ecnent. grantee current, complete and ac
7. What Is tho claimed percentage of ME€ lnformatlon regardlng actual joint 'I
ownorrh I p? work and the payment therefor and an!
8. Ownership of joint venture: (Thls need posed changes In any of the joint \
not be filled In If described In the joint arrangements and to pennlt the audl
venture agreement, provided by question 6.1. examination of the books, records and ff
the jolnt venture, or those of each
(a) ProfIt and loss sharing. venturer relevant to the joint ventui
(b) Capital contrl butlons, lnciudlng authorized representatives of the gran
eq u I pment . the Federal fundlng agency. Any mr
(c) Other appl lcable ownership Inter- misrepresentatlon wl I I be grounds
ests. tenlnatlng any contract whlch may be t
and for lnltlatlng actlon under Fedei
9. Control of and partlclpation In this State laws concerning false statements."
cantract. Identify by name, race, sex, and
"firm" those Individuals (and their titles) who ........................................
Name of Flr are responslble for day-to-day management and Name of Flrm
pollcy decislonmaklng, lncludlng, but not ........................................
1 lmlted to, tfmsa rlth prime responslbi iity Signature SI gnature
for: .......... **rC*. rm.r*.r+rcrrr-*+r-r*...
(a) Flnanclai declslons ........................................
(b) Management decisions, such as: Title TJtle
t
1
li
B s
1
E
6 c
3
I
I
I
I
I --
I
Name Name
........................................ -* ____~ -- -- _-- I ----__ (1) Gtlmatinq __ - e-
(2) Marketing and sales
(3) Hlring and firing of management Date -- State of
(4) Purchasing of major items or County of
personnel
supplies .-
day of , (c) supervision of field operations On this
Note,-If, after flllng thls Schedule B and to me personally known, who, belng duly
before the completion of the joint venture's did execute the foregoing affidavit, I
work on the contract covered by this regula- state that he or she was properly authoi
tlon, there Is any slgnlflcant-change-In the . -(Name.of-flm) -=.
1 nformatl on subml Wed, the- jdnk venture. must .-z- exeurtethe-af +.I dav It and-dl& sa~.z& hie
Inform the grantee, either directly or through - tree act and-deed;
the prlme contractor If the joint-venture-Is a .. Wary Public
subcontractor Conmission expires
Aff idavlt -_ .
before me appeared (Name)
-~
[Seal 1
Date
State of
- -- -
- -- _I_ "The underslgned swear '*at ~thorforsgoing~ -County..of ::rx= .- 1 --- " _. -.. - -- statements are correct -#I -Hapod lncfuae al I mararid
informatlon necessary to-~Mar*)~m&-o+ainu- r- - crmiarr
__
,e
__ - --_&_ . _--
__ - - ._- __. - -- - - - ____ - - -
Revlsed 8-1-88 FR-2
t.
I
On thlr day of , 19. to execute the aff ldavst and did so a
before me appeared (Name) her free act and deed.
to ma penonally known, who, being duly Sworn, Notary Publlc
dld axecute the foregolng affldavlt, and dld ComnissIon expires
state that he or she was properly authorlzed [Seal1
by (Name of fln)
1
I
I
I
8
8 u
1
II
1
1
I
1
1.
1
t -- _-
I
_-- - -.- -.*--. -.- . - . . da-2 -_ __-/ --,-7-_ -- 7
- .- -- -
Revised 8-1-88 m-3
I /
REQUIRED CONTRACT PROVISIONS
FDERAL-AID CONSTRLCTIW CCIJTRACTS
(&clruJvo of Appalachian Contracts)
Page Section I, paragraph 2;
I. General .......................... .m-4 Section IV, paragraphs 1, 2, 3,
I I. Nondiscrimination ................ 3R-4 Section V, paragraphs 1 and 2a
Ill. Nonsegregated Facllitles FR-6
IV. Payment of Predetermined Minimum 5. Disputes arising out of
I
.......... I
1
1
I
I
I.'
b
I
I
t
I
I .u - _..:
I
1
Wage .............................. FR-7 standards provisions of Section
V. Statements and Payrolls ........... FR-11 paragraph 51 and Section V (except
Vi. Record of hterials, Supplles, of these Required Contract Provlslc
and Labor ............................ 12 be subject to the general dispute
VI1. SubIeWIng or Assigning the this contract. Such dlsputes shall
Contract ............................. 12 In accordance Kith the procedures
VIII. Safety: Accident Prevention ....... FR-13 Department of Labor (DOL) as set
IX. False Statements Concerning Highway CFR Parts 5, 6, and 7. Disputes
X. Implementatian of Clem Alr Act and the contractor (of any of Its sub
Federal Water Pollution Control and the contracting agency, the I
Act ...............................FR-14 contractor's employees or thelr
PmJect~ .......................... FR-13 meaning of this clause Include dlsp
tives.
1. GENERAL
6. C.rtlficatlon of Eilgl
1. These antract provisions shall apply to entering Into this contract, the
all work perfonned on the contract by Me certifies as follows:
ContnCTof's own organlzatlon and with the
assistance of workers- .undei-1.thb -contractor*s---- a-. New-
imnedlate superlntendence and - to ai I work. f 1 n who has an Interest In the <
performed on the contract by piecework, station f I nn Is lnel lgl ble to be ararded
work, or by subcontract.
2. Except as otherwise provided for In each Davls Bacon Act or 29 CFR 5.12(al(l
sectlon, the contractor shall Insert In each b. No part of this contract
subcontract ai I of the stipulations contalned subcontracted to any person cr f I rn
'In these Requlred Contract provisions, and for award of a Government contract ~
further requlre thelr lncluslon In any lover Sectlon 3(a) of the Davis-Bacon Ac
tler subcontract or purchase order that may In -.:- .5.12(a)(Il. -
turn be mude. The Required Contract Provisions c. The penalty for making false
shall not be incorporated by reference in any Is prescribed In the U.S. Crimina
....... contracts by virtue of Sectlon 3
case. The prlme contractor shai I - be - respon- ~ -.- U.S.C. 1001. -. - ....
lower tler subcontractot--rIth.cthese- Required- =. I I . NONDISCRIMINATION ' I ...
Contract Provlslons; --. .
3. A breach of any of th6 stipulations (Appllcable to Federal-aid c
contained In these - Required. Contract contracts and related subcontracts i
Provlslons shal I be sufficient. grounds for .-orders exceedlng-S10,000.)---~ -.-.L-
termination of the contract.-'- -- -A --- -----.---
s1ble for c-1 lance by- any -subcontractof or z:';- L:'-:--T-:.-::: -.- ..... ....
........ . .. - -.- -
4. A breach of the fol lo*inglclauses-of'thezI :;*l~Zl;:.~SoirctIcm'of Labor: - During: . Requ!.red Contract. Pr&lod. *+-mh EWiti.mncPISOf. all- C;dntracFpnQAeoko& . -. .. grounds tor debarment 3s prov lded In -29 XFR-- .. not;- .......... ..", .
5.12: ..--_.._._..._ - .. .- - = .1_
-..-...-. .-- - .. ...- .. .~ - .~ t Revised 8-1-88 FR-4
E
a. dlscrlmlnate against labor fm any other for empIoymsnt, notlces to be prov
State, possesslon, or territory of the United State highway agency ISHA) settlni
States, or prov I s 1 ons of th Is nond I scf 1 ml nat loi
b. ~loy convict labor for any purposo b. The contractor wlII, In all s(
within the limits of the project unless It IS or advertisements for employees plai
labor performed by convicts who are on parole, behalf of the contractor, state tha'
supervised release, or probation. fled appllcants will recelve consld
employment without regard to ra
2, trploywnt Ptactlcos: religion, sex, or national origin.
c. The contractor wlll send to
a. The Equal Employment Opportunity unlon or representative of workers
Afflmtlva Actlon Notice set forth In 41 CFR the contractor has a collective
604.2 and the Equal Employment Opportunity agreement or other contract or unde
Construction Contract SPecIfIcations set forth notice to be provided by the SHA a
In 41 CFR 60-4.3 are Incorporated by reference said labor unlon or workers' repres
In thls contract, the contractor's comnltrnents under 1
and timetables for minority and female par- d, The contractor will comply
tlcipation expressed In percentage terms for provisions of Executive Ordar 11
the contractor's aggregate work force In each Employment Opportunity, dated Sep
trade on ai 1 constructlon work In the covered 1965, and of the rules, regulatlo
area. The goals for thls contract we stated Part 601, and relevant orders of th
elsewhere in Me bidding douunents and In the of Labor,
construction contract. e. The contractor wli I fi
c. Regulatlon 41 CFR 60-4.3 provides lnformatlm and reports required b
speciflc afflrmatlve actlon standards the Order 11246 and by rules, regule
contractor shall Implement to ensure equal orders of the Secretary of Labor
employment opportunity in achieving the thereto, and wII I penlt access to
minority and female partlclpatlon goals- set- : --records, -and accounts' by-the Feder
forth In paragraph 2b of thls Section. Admlnlstratlon (FHWA) and the. Sea
Labor for purposes of Investlgatl
3. Equal Opportunity Clause: During the certaln compllance wlth such rule
performance of thls contract, the contractor tions , and orders.
agrees as follows: f. In the event of the contrac
ccmpliance wlth the nondlscrlmlnatl
agalnst any employee or applicant for employ- the said rules, regulations, or or
ment because of nce, color, rellglon, sex, or contract may be canceled, terminate
natlonai origin. The contractor w111 take pended in whole or In part. The con
affimtive action to ensure that applicants be declared lnellglble for further
are emp I oyed and that emp I oyees are - treated . - contracts or - f edera I I y-ass I sted I cc
during employment without regard to-their race; . - .-contracts: ~n~accordance wlth procedi
coior, relfglon, sex, or national origin. such rlzed In Executive Order 11246 and
action shall Include, but-not- be limited. to, L --sanctions -as rnoy be Imposed anc
the fol lowing: employment, upgrading, demotion Invoked as provided In Executlve Ordc
or transfer; recruitment or recruitment ad- by rule, reguiatlon, or order of the
verttsing; layoffs or termlnatlon; rates of pay of Labor, or as otherwise provided b
or other fonns of urnpensatlon; and, selecttlon---.=:.. -g.-The contractor wllI Include
Inc 1 ud I ng - apprent tcesh 1 p;' L -The -2?rslons;of th 1s sed1 on LI ;-paragraph
tontrdctor -= agrees - wn -lcWus Port SutQon%PW?+Q)IOp9unha3tWWUBFrscC
places, available to -d-app-liazU --rG-
1
I
I
I.
1
1
II
b
I
1
I
I
I
I
lli
I
b. Reguiatlon 41 CFR 60-4.2 requlres goals 11, paragraph 3.
a. The contractor wfll not dlscrlmlnate of thls Section 11, paragraph 3, or
. for tra I n I ng,
__.-*-.
- __ _-c
- . _- --
Rev 1 sed 8- 1 -88 FR-5
..
t-
I
provisions utll be blndlng upon each sub- or supplier as a result of such dlrectla
contra&or or vendor, unless exempted by rules, contractor may request the SHA to enter
regulations, or orders of the Secretary of such Iittgation to protect the interests
Labor Issued pursuant to Sectton 204 of State. in addition, the contractor may r
ExecutIvo' Order 11246. The contractor wi I I the Unlted States to enter Into such llti
taka such action wlth respect to any sub- to protect the Interests of the Unlted St
contract or purchase order as the SHA or the
FHWA may direct as a mans of enforcing such 5, Gonerai Participation Requlr8co.ntr.
provisions, lncludlng sanctions for non-
cwliance, In the event a contractor becomes a. Policy: It Is the poltcy of the 001
a party to iltlgatlon by a subcontractor or disadvantaged business enterprlses (DBE's
vendor as a result of such direction, the defined In 49 CFR Part 23, shall have
contractor may request the SHA to enter Into opportunity to participate In the perfor
such Iltlgatlon to protect the Interest of the of contracts financed In uhole or In paH
State. In addition, the contractor may request Federal funds. Consequently, the requlrc
the Unlted States to enter Into such iitigatlon of 49 CFR Part 23 apply to thls contract.
to protect the interests of the United States. b, Obllgatlon: The contractor agrees tc
all necessary steps to ensure that ell
4. SeIoctlon of Subcocrtractorr, Ptocurm- businesses, as deflned In 49 CFR Part 23,
mnt of Materials, and Laming of Equipment: equal opportunlty to compete for and pc
subcontracts f lnanced In uhole or in part
a, The contractor shall not dlscrlmlnate w, Federal funds provided under thls mntrad
the grounds of race, color, sex, or national c. The contractor's fatlure to carry o(
orlgln in the selectlon and retention of sub- requlrements of paragraphs 5a and 5b of
contractors, lncludlng pt-OCUrement of muterlals sectlon I1 shall constitute a breach of
and leases of equipment. In all sollcltatlons tract and may result In termination o
made by the contractor each potentlal sub- conirac+ or ather appropriate action.
contractor or supp I ler shai I be not If led by the d. The contractor snail provide all In1
contractor of the contractw's - ob4 Igat-i-onsL-t~~Ms- rmq.4 red -byA% CFR-PsCt
under this contract relative-to nondlscrlml- directives issued pursuant thereto, and
natlon on the grounds of- race, color, sex, or pennlt access to Its Wks, records, acco
national origin. ather sources of information and Its facil
b. In me event of the contractorls non- as may be determined by the SHA or me FH
urnpi lance with the nondlscrlmlnatlon provl- be pertinent to ascertain compl lance ultl
slons of this S&lon II, paragraph 4, thls regulatlons or directives.
contract may be subject to sanctlons lncludlng
but not llmlted to the uithholdlng of payments 111. NONSEGREGATED FACILITIES --- - -- -
to the contractor under the contract untl I the
contractor ccinpi les and/or cancel lation, tennl- . (Appl lcable to Federal-ald constru
natlon, or suspenslon of the contract In uhole c0ntlad-s and related subcontracts excej
I
I
1
I
8
I
I
I,
I m
II
I
I
1
II
or in pa6. s 10,000.~
c. The contractor shalrl- Include the-provl- - --- -- ---I-- :--- -
slons of this paragraph 4 In every subcontract, a. By submission of this bid, the- exec
lncludlng procurement of-materials and leases - of this contract- or subcontract, or the
of equipment. The contractor shall take such summation of MIS mterial supply agreemer
action wlth respect to any subcontractor or . purchase order, as approprlate, the bi
procurement as the SHA or the FHHA may direct -- Federal-ald conrtructlon contractor, su
as a means of enforcing such provlslons, In- tractor, material supplier, or vendor
cluding sanctions for noncompilance. -.. In- the r--appropriate, certlfles tnat. the flnn doe!
~aadrrftfni_aprg.rprwide dzmralh- pnployJss 1.- -: I .. .. event a entractor -7 lov&adzutqr_op&sas
threatened ul th, I I,t I gat I m--by-: a %hcontraqm--- :- - - - -- - - '
-- __ - -
Revlsed 8-1-86 FR-6
\
t-
I -
segregated facilities ai any of Its establish- the Secretary of Labor (herelnafter V
ments, and that the flm does not permit Its deteminatlon"1 which Is attached her
employees to perfom their servlces at any made a part hereof, regardless of any (
location, under Its animl, where segregated tUal relationship whlch my be alleged .
facillilm am mintained. The flm agrees between the contractor or Its subconi
that a breach of this csrtiflcaiion Is a viola- and such laborers and mechanics. Tt
tion of the Equal Opportunity Clause In thls determination (including any additional
cocliract. The firm further certiflea that no flcatlons and wage rates conformed unde
et#pioyea wIII be dented access to adequate graph 2 of this Sectlon IV and the DOL
facllitles on the basis of sex. (WH-1321) or Form FHWA-1495) shall be PC
"segregated faCiIItIes" means any waiting tractors at the slte of the work in a pr
roars, work areas, reStroomS and washrooms, and accessible place where it can be
restaurants and other eating areas, tlmeclocks,
locker rwrm, and other storage or dresslng Section, contributions made or costs real
amas, parklng lots, drinking fountains, antlclpated for bona fide frlnge beneflt
recreatlm or entertainment areas, transpor Sectton l(bI(2) of the Davis-&con A
tatlon, and houslng facllltles pmvided for U.S.C. 276s) on behalf of laboren or m
employees which are segregated by expllclt are consldered wages paid to such laboi
directlve, or are, In fact, segregated QII the mechanlu, subJect to the provisions of
basis of race, color, religion, or national Iv, paragraph 3b, hereof. Also, for tt
origin, because of habit, local custom, or pose of this Sectlon, regular contri
oihen I so. made or corta incurred for rare than a
c. The contractor agrees that It has period (but not less o-n than quai
obtained or will obtain identical certification under plans, funds, or programs, which
from proposed subcontractors or material the particular weekly perlod, are deemed
suppliers prior to award of subcontracts or constructlvely mude or incurred durlns
ccmsummstlon of material supply agreements weekly period. Such laborers and mec:
exceeding S10,oOo and that It will - mtaln. SUCRI: '-sRcccI- b+aid appropr-lat- mt+- snd
certifications in Its files. '- bneflts on the wage determination fc
classification of work actually per1
IV. PAYMENT' OF PREDETERMINED MINIMUM WAGE without regard to sklll, except as provi
paragraphs 4 and 5 of mls Section 1'f.
(Applicable to Federal-aid construction b. Laborers or mechanics perfonlng wl
contracts and related subcontracts exceeding more than one ciastlflcatlon may be compe
52,000.) at the rate speclfled tor each classlfl
for the tlme actually worked therein, pro
set forth the tlme spent In each classlfi
worklng upon the slte of the work wil i be paid c. All rulings and interpretattons I
uncond I t I ona I 1 y and not:- I ess- of ten - than onca a -- = Oav t s-kcon 2 and Re I ated -Acts conta I ned
week and without subsequent deductlon or rebate-- ' CFR-Parts 1, 3, and 5 are-herein Incorpc
on any account [except such payroi I deductions by reference in th Is contract. --- -
as are permitted by regulations lssued by the -.
Secretary of Labor under the Copeland Act (29 2, Classification:
CFR Part 3) I the ful I amounts of wages and kina --
fide frlnge beneflts (or cash equivalents a. The SHA contracting officer shall n
thereof) due at tlme of payment. - fhe payment -:. that any class of laborers or mc
I
II
I
I
1
8
8
1
I
I
I
1
I
ID-
8
t
II
b. As used In thls certlflcatlon, the term all times by the contractor and Its
seen by the workers. For the purpose
I* herai: - that the empioyer's payroll records accu
a. Ail mechanics and laborers employed or In whlch work is performed.
._ ___ -
- __ $hal-J be computed at uagdi- *b+Ss?thrr81 Ta-S*piopW~uondw.m. czmFmsd,. wskh-3
- . those contained In the-qe-mdatlof:af ;;II; - . __ - __ - -
- --
Rev I sed 8- 1-68 FR-7
i
listed In tho wage determination, shall bo tion. Said Administrator, or an au
classified in conforman- with the wage representative, wlII Issue a deter
detennl nat ion. within 30 days of recelpt and so ad!
b. The contracting officer shall approve an contracting officer or will notify 1
addltlonai clasrlflcatlon, wage rate and fringe tractlng officer within the 30-day per
benefits therefor only when the following additional time Is necessary,
criterla have been met: e. The wage rate (including fringe
where approprlate) determined pursuant
(1) the work to be perfomd by the graph 2c or 2d of this Section IV shal I
additional classlflcatlon requested Is not to all workers performing work In th
performed by a classlflcatlon In the wage tlonai classltlcatlon from the flrst
detennl nat Ion; whlch work Is performed In the classlfl,
utlllred in the area by the construction 3. Paymont of Fringe Benefits:
industry; and
(3) the proposed wage rate, lncludlng any a. Whenever the mlnlmum wage rate pr
bona fldo fringe benefits, bears a reasonable In the contract for a class of labc
relationship to the wage rates contained In tho mechanlcs Include8 a fringe beneflt b
wage determinatlon. not expressed as an hourly rate, the co
or subcontractors, as appropriate, shal
c. If the contractor or subcontractors, as pay the beneflt as stated In the wag4
appropriate, the laborers and mechanics (if mlnatlon or shall pay another bona fide
known) to be employed ln tha additional benefit or an hourly cusk equivalent thi
classlflcatlon or meit representatives, and b, If the contractor or subcontrac
the contracting officer agree on the classl- appmprla-b, cbas no+ make payments
fication and rage rate (Includlng the amount trustee or other third person, he/she n
deslgnated for fringe benefits where appro- sider as part of the wages of any lat
prlate), a report of the action taken shall be mechanic the amount of any costs ret
sent by the contracting officer -to the U.S. anticipated in providing- bona- fide
Department -of Labor, Admlnlstrator of me Wage benefits under a plan or program,- pi
and Hour Dlvislon, -Employment Standards - thatthe Secretary of Labor has found; I
Adminlstration, Washlngton, D.C. 20210. The wrl+ten request of the contractor, t
Wage and Hour Admlnlstrator, or an authorlred applicable standards of the Davis Bat
representat I ve, w I I I approve, mod I fy, or d 1 s- have been met. The Secretary of La
approve every addltlonal classification action require the contractor to set aside In
within 30 days of receipt and so advlse the rate account assets for the meet
cmtractlng offlcer or wlll notify the obligations under the plan or program.
contracting officer wlthln the 30-day perlod
that addltlonal time Is necessary.
tractors, as appropriate, the laborers or
mechanics to be employed In- the additional - - a. Apprentices:
ciassif icatlon or their'mpresentatIves, - and ---- ------ --
the contractlng officer do- not -agree on the (1) Apprentices ~Ill be permitted to
proposed classification and wage - rate less than the predetermined rate for t
(Including the Mlount designated for fringe I they performed when They are employed- F
benefits, where appropriate), me contracting to and lndlvldual ly reglstered In a bo
off icer shal I refer the questlons, Including apprentlceshlp program reglstered wlth 1
the vlews of ai I Interested-partles and the ---- Department of -Labor, Employment and - T
.w-f wrp mQ-?tfi&p -- i s*laS,od, ;8ureaduotn;Appw*kes6
the Wage and Hour Adminaor-dete@na-. . --Training, orwlttr a State apppmtlceshlp
1
I
I.
I
1
1
I
b
I
1
I
I
I
I
1
1
(2) the addltlonal ciassif lcation Is
4. Apprentices and Trainees (Prog -__ .
d. In the event the amtractor or subcon- tho U.S. Departmsnt of Labor):
-
I
~ reccmnekdat ion- of ~ tbe -- - - . -. -_ -- - - _- -
- -- - - .._ -. - ._ -
Rev i sed 8- 1-88 FR-8
e-
B
recognized by tho Bureau, or If a person 1s (4) In the event the Bureau of App
employed In hidher flat 90 days of probatlon- ship and Training, or a State appren
ay employment as an apprentice in such an agency rWognIzed by the Bureau, w
apprenticeship program, who Is not indIvldual iy aPPtOVU1 of an apprentlceshlp progr
reglstered In tho program, but who has been contractor or subcontractor will no ii
certified by tho Bureau ot Apprenticeship and pennltted to utfllze apprentices at 11
Trainlng or a State apprenticeshlp agency the appl Icable predetermined rate
agency (where appropriate) to bo ellglblo for comparable work performed by regular e
probatlonay employment as an apprentice. until an acceptable program Is approved
(2) fhe allowable ratio of apprentices to
journeyman level employees on tho job slte In b. Train-:
any craft classlficatlon shall not bo greater
than tho ratlo pormltted to tho contractor as (1) Except as provided In 29 CF
to the entl re work force under the registered trainees wl I I not be permitted to work
1
II
1
I .. . *. . .L-, ., -,
1
detemfnation whlch provides for less than full lncludlng apprentlces, tralnees, and
frlnge benefits for apprentices, In whlch case employed by the contractor or any subcc
such traineat shall receive the same fringe the full mount of wages required by
benefits as apprentlces. tract, In the event of tal I ure to
(4) In the event the Employment and Training laborer or mechanlc, including any app
Admlnlstratlon wlthdraws approval of a training trainee, or helper, employed or workins
program, the contractor or subcontractor will slte of the work, al I or part of th
no longer be pennltted to ut1 llte tralnees at requlred by the contract, the SHA con'
less than the appllcable predetermined rate for officer may, after Written notlce to t
the work performed untl I an acceptable program tractor, take such actlon as may be nc
is approved. to cause the suspenslon of any further
advance, or guarantee of funds untr
I
I
I
II
1
1
B
I)
8
1
8
I
1
I-.
I
I
c, Equal Employment Opportunlty: vlolatlons have ceased.
The uti llzatlon of apprentices, tralnees, 7. Overiinm Requlrembntr:
and Journeymen-level employees shall be in
conformity wlth the equal employment oppor No Contractor or subcontractor con1
tunlty requlrements ot Executive Order 11246, for any part of the contract work wh
23 CFR ZOA, and 29 CFR Part 30. requlro or Involve the employment of Ir
mechanics, watchmen, or guards (1%.
5. AppmtIces and TraIneos (Prograas of apprentices and trainees descrlbed In
the U.S. Doparhunt of Tranrportatlcd: graphs 4 and 5 above) shal I require or
my laboru, machmlcc watchman, or gi
Apprentlces and traIneeS worklng under any workweek In whlch he/she Ls emplc
apprentlceshlp and ski I I tralnlng programs such work, to work in excess of 40 hc
which have been certified by the Secretary of such workweek unless such laborer, mm
Transportatlon as promoting equal employment watchman, or guard receives compensatlc
opportunity In connecTlon wlth Federal-ald rate not less than one-and-one-half
hlghway construction programs are not subJect hldbr-tmsic rate of pay for a1 I -hours
to t?te requirements of paragraph 4 of this in excess of 40 hours In such workweek.
Section IV. The stralght -time hourly wage- -
rates for apprent 1 ces and tra I nees under such 8. Vlolatlon:
programs wl It be established by the partlcular
programs. The ratio of apprentices and Llablllty for Unpaid Wages; Llq
trainees to journeymen shall not be greater Damages: In the event of any violation
than permitted by the terms of the partlcular clause set forth In paragraph 7 abov
program. contractor and any subcontractor respc
therefor shall be llable to the .ai
6. Wlthholdlng: employee for hidher unpald rages. In adc
such contractor and subcontractor shr
The SHA shall upon Its own actlon or upon llable to the Unlted States (In the c
wrltten request of an authorlzed representatlve - - work-dona--under. contract for: The Ristr
of the DOL wtthhold, or cause to be wlthhelb, Colwnbla or a territory, to such Dlstrlcl
from the contractor or subcontractor under thls such territory) for llquldated damages.
contract or any *her Federal contract with the 1 lquldated damages shal I be computed
same prime contractor, or any other federally- respect to each lndlvldual laborer, meC
asslsted contract subject to Davis-Bacon pre-- watchman; or guard employed In vlolatlon . val llng wage requirements whlch Is held by the - clause set forth- In paragraph-7, In-the
same prime contractor,:^^: much-of-rthB=accfued - .5IO. for3 each calendar day- on whlch
- paymentspr- advances ~4cwaq CW- eom&Umreds n=mnpbyd~irad e~!tpmvid#w--Repuc
necessary to pay laborers-and mecban ics;---sxcass - of-+hne+andarukwek I .of- A& --.
- __ - - t- Rev I sed 8- 1-88 FR-10
I
wlthout payment of the overtime wages required anticipated for bona flde fringe t
by the clause Set forth In paragraph 7. cash equivalents thereof of the type
In Sectlon 1(b)(2)(8) of the DavIs-1
9, Wlthholdlng for Unpaid Wages and daily and weekly number of hours wor
Llquidatod Darra9.r: tlons made and actual wages paid. W
Secretary of Labor, pursuant to S
The SHA shal I upon its own action or upon paragraph 3b, has found that the WE
wrltten request of any authorlred represents- laborer or mechanlc include the am
tlve of the WL withhold, or cause to be costs reasonably antlclpated in
withheld, frcm any monles payable on account of beneflts under a plan or program de
work performed by tha contractor or subcon- SectIon l(b)(Z)(B) of the Davis-Baco
tractor undec any such contract or any other contractor and each SubCOntr8CtOr s
Federal contract wlth the same prime con- tain records whlch show that the con
tractorr or any o'ther federal ly-assisted pmvlde such beneflts is enforceable
contract subject to tho Contract Work burs and plan or program Is f lnanclai iy respor
Safety Standards Act, which is held by the same thst the plan or program has been ci
prlme contractor, such sums as may be deter- in writlng to the laborers or mechan
mined to be necessary to satisfy any llablli- ed, and records whlch show the cos
ties of such contractor or subcontractor for pated or the actuai costs In
unpaid wages and 1 lquldated damages as provided provldlng-such benef Its. Contractor
In the clause set forth In paragraph 8 above. contractors emp I oy i ng apprent i ces o
under apptoved programs shal I mainta
V. STATEMENTS AND PA'IFULS wldertee of the registratInn of appr
programs and certlflcatlon of tralnee
(Applicable to Foderai-ald construction the registration of apprentices and
contracts and related subcontracts exceeding and the ratios and wage rates prescrl
52,000.) appi lcabie programs.
c. Each contractor and subcontrac
1. Cumpi lance with [bpelahd ReguLatlsns (29 -.-..fumlsn-each-week In wnlch any contra
CFF4 Part 3): performed To the SHA resident englnt
rol I of wages paid each of Its
The contractor shiai I ccmply wlth the (Including apprentlces and tralnees
Copeland Regulations 01 the Secretary of LaDor In Section IV, paragraphs 4 and 5 an
wh 1 ch are here I n I ncorporated by reference. and guards engaged on work durlng ths
weekly payroi I period). The payrol Is
2, Payrol Is and Payrol I Rocordr; . shal 1 set out accurately and completc
the information required to be mainta
a. Payrolls and basic records relatlng paragraph 2b of this Section V. Thi
thereto shal I be maintained by the contractor tion may be submltted In any forn
and each subcontractor during Me course of the Optional Form WH-347 Is avallable
work and preserved for a perlod of 3 years from purpose and may be purchased
the date of compIetion.of the contract for all 1 Superintendent, of Documents (Fede
laborers, mechanics, apprentices, trainees, --number 029-005-0014-1 1, U.S.
watchmen, and guards ucrking at the slte of.Me . Prlntlng Office,-Washlngton, D.C. 2c
work. - -- pr i me contractor 1 s respons I b I e
b. The payrol I records shall contain the submlsslon of copies of payroll?
name, soclal security number, and address of subcontractors.
each such employee, his or- her. -correct - - d. Each payrol I sutnnltted shal I
c 1 ass1 f 1 cat Ion,
I
I
1
I
I
1
1
b
li
I
I
1
I
I -.:
B-
t-
I
_-_ --
hour I y- sates-of -.wagesU. pa 1 d . --=-pan I ed I by-a 'Statementdof= camp I 1 anct
. - (Including rates of (d&MIa~~r*-%ostsn~bf*r))r, cmtractta or subtbut~l
-_ - -_ - -_ -- c agent who pays or supecrkss-~ tpagm
-. _-
_.
-_
Rev I sed 8- 1-88 FR-I 1
I
persons employed under the antract and shal I ffifffiilf535f
certlfy the following:
(I) that tho payroll for the payroll perlod VI. RECORD OF MATERIALS, SUPPLIES, AND
contains tho lIlfOWtfon requlred to be main-
tained under paragraph 212 of thls Section V and 1. On all Federal-ald prlmary, u
that such information Is correct and complete; Interstate System contracts, except ti
(2) that such laborer or mechanlc (Includlng provlde solely for the lnstallatlon <
each helper, apprentlce, and trainee) employed tlve devlces at railroad grade crossti
on the contract during the payroll perlod has which are constructed on a force a
been pald the ful I weekly wages earned, wlthout dlrect labor bails, hlghway beau
rebate, ei ther d I rect I y or ind I rect I y , and that contracts, and contracts for wh I ch
no deducilons have been made either dlrectly or flnal construction cost for roadway z
Indirectly from the full wages earned, other Is less than S 1,000,000 (23 CFR Pad
than permisslble deductions as set forth In the contractor shal I:
Regulatlons, 29 CFR Part 3;
pald not less than the appllcable wage rates materials and supplles contalned
and fringe benefltr or ursh equivalents for the FWA-47, "Statement of Materials and L
clwsltlcatlon of rork perfonned, as specified by Contractor of Hlghvay ConstrucTlon
In the appllcable wage detennlnatlon Federal Funds," prlor to the comnen
lncorpornted Into the coritrac?. work under thls contract.
b. Maintain a record of the tota
e. The weekly submlsslon af a properly ex- all matorfals and supplies pur=trased
cuted certlflcatlon set forth on the reverse incorporated in the work, and alsc
side of Optlonal Form WH-347 shall satisfy the quantltles of those specific mater
requlrement for submlsslon of the "Statement of supplles listed on Form FHWA-47, an
c4mpI lance" requl red by paragraph 2d of thls units shown on Form FWA-47.
Sectlon V. c. Furnlsh, upon the completion
f. The falslflcatlon of any of the above - contract, to the SHA resident enginee
certlf lcatlons may subJoct - the contractor to FHWA-47 - together wlth the data rei
clvl I or crlmlnal prosiscutlon under'-Sectlon - paragraph lb relative to materlals
1001 of Title 18 and Secl'ion 231 of TItle 31 of plles, a flnal labor summary of all
the United States Code. work lndlcatlng the total hours worke
make the records requlretl under paragraph 2b of
thls Section V avallable for lnspectlon, copy- 2. At the prime contractor's optlc
Ing, or transcrlptlon by authorlzed representa- a slngle report covering all contrac
tlves of the SHA, the FWA, or the DOL, and separate reports for the contractor
shal I permit such representatives to lntervlew each subcontract shal I be submitted.
employees durlng working hours on the Job. If
the contractor or subconlractor-fa1 Is to submlt -- VI I, SUBLEITING CA MSlGNlNG THE CONTRJ
the required records or to mske,them aval table,
the SHA, the FHWA, MI., or all may, after- 1. The contractor sha I I perform wit
wrllten notice to the contractor, sponsor, organlzatlon CMtraCt work - amount Ins
applicant, or ouner, taka such actlons as may less than 30 percent (or a greater F
be necessary to cause the suspenslon of--any - if specified elsewhere In the contrac
further payment, advance, or guarantee-- of--. fotaC--original -contract price,- excil
funds. Furthermore, fallure to submlt=-ths-. - specialty Items3 deslgnated by th
required ~ records upon rques* of-4a ~~ko~sucRS~~Sp.lIdty=;ltwm~y be:prrtomod 1-1
- , recordsi;Gai-tabte -may tscgennaJtfb;tckeaafmert? m the amo_untT-bf any such specialty
I
I
I
I
II
I
8
b
I
I
1
!
I
i
I t- u
(3) that each laborer or rnechanlc has been a. Become famlllar wlth the IIst o
9. The contractor or subcontractor shal I tota I amount earned.
__ _I _.. - .
_-- -e_
action pursuant to 29 ~!~-12;1-s~rnt Ta 23 2??-*2- - __ .L
__- - - - --
Rev I sed 8-1 -88 FR-12
I
performed may be deduicted frw the total responslblllty for the fulfillment
original contract Price befor. computing the contract. Wrltten consent rill be gl
amount of worfc required to be performed by the after the SHA has assured that each su
Contractor's own Organiiratlon (23 CFR Part Is evidenced In writing and that It
635) . a1 I pertinent provisions and require
the prime contract.
a. *Its own organiratlon" shall be construed
to Include only workerr employed and paid VIII. SAFEIT: ACCIDENT PREVENTION
dlrectly by the prime cointractor and equlpment
owned or rented by the prime contractor, wlth 1. in the performance of this con1
or wlthout operators, Such ten does not In- contractor shal I comply wlth al 1 81
clude employees or equilpment of a subcon- Federal, State, and local laws 6
tractor, assignee, or agent of the prlme safety, health, and sanitation (23 (
contractor. 635). The contractor shal I provlde a
b. "Specialty Items" shall be construed to guards, safety devlces and protective E
be Ilmlted to work That requlres hlghly and take any other needed actions as I
speciallred knowledge, abllltles, or equipment mlnes, or as the SHA contracting off
not ordlnarlly available In the type of con- detenlne, to be reasonably necessary
tracting organizations quaiifled and expected teet the life and health of employee:
to bid on the contrac? as a whole' and In job and the safety of Me publlc and tc
general are Po be limited to minor components property In connection with the perfor
of the overall contract. the mark covered by the contract.
I u
1
I
I
I
8
b
R
il
!
I
B
1
I -. :- -
I
2, The contract amount upon which the 2. It Is a condltlon of mi5 contr
requirement set forth Im paragraph 1 of this shall be made a condltlon of each sul
Sectlon VI1 Is computed includes the cost of entered Into pursuant to this contra
materials and mnufactured products whlch are the contractor and any subcontractor 5
to be purchased or produced by the contractor :: - requlre any laborer or mechanic emp
under the contract provlalons; : :T-.--':LT I:-. ::. -.. i perfonance of. the contract to.-work
roundlngs or under condltlona whlch
3. The contractor !;hall furnlsh (a) a sanltary, hazardous, or dangerous to
canpetent superintendent or supervisor who Is health or safety, as determined under c
employed by the fin, hias full authorlty to tlon safety and health standards IT1
dlrect performance of the work In accordance Code of Federal Regulatlons, Par
wlth the contract requlrementr, -and--- Is In ' (formerly Part 1518) us may be revised1
charge of all constructlon operatlons (regard- gated by the Secretary of Labor, In ac
less of who performs the work) and (b) such with Sectlon 107 of the Contract Work t
other of Its own organizatlonai resources Safety Standards Act (83 Stat. 96).
(supervision, management, and eng ineerlng
services) as the SHA contracting officer dater-
mines Is necessary to assure the performance of - .' PROJECTS
the contract.
[X. FALSE STATEMENTS CONCERNING HIGHWAI
... - .... , - _-. ---.
In order to assure hlgh puailty and
4, No portion of the, contract shal I - be . constructlon In conformlty with approv
sublet, assigned or othenlse. disposed- of -. and speclflcatlons and a hlgh degree o
except wlth the wrltteni consent of the SHA b0llty an statements and representatlc
contracting off icec, or authorized representa- i . by -' engineers; -. contractors, suppl lei
tlve, and such consent 'when given shal I-. not be ---: workers.- Federal-aid highway project!
....... construed to rei leve fha. conTractor-.of.=any-- - J that :al I persons- concerned .
, . -. -----. - . ...... .. .. .----. ...... ..... -.-. . i_ ... . --. . - . -. --.-:.'% ._ - .. - ._ __ I - . 4 -.' .__ - .- - __ - .-- __ . ..-- ..-..--_ . . .--. : __ ..
. . -. ............ ..
- -.
___ .-. . --- _- .--. .... ._. ._. .__ - .. ..-. . .........
Aevlsed 8-1-88 FR-13
t-
I
project perfom their functions a carefully,
fa Is 1 f I cat ion, d I start ion,, or ml srepresentat ion
with respect to MY fact!i related to the pro- x. I)4pLMuJfATiON OF CW AIR ACT AN0
ject is a vloiatlotl of fetierai law. To prevent FEDERAL WATER POLLUTION CONTROL X'
any ml sundrrrtand 1 ng regard i ng tho serl ocuness
of these and rlmllar acts,, the foilorlng nOtlC0
shall be posted on each Federal-aid highway contracts and related subcontracl
project (23 CFR Part 635) in one or more places
where It Is readily avallable to all persons By submlsslon of this bld, or
cmcerned wlth the project: of this contract or subcontract,
prl ate, the bi dder, Federa I -aid
ffS~fffffffSS5~~ contractor, or subcontractor, as
will be deemed to have stipulated as fo
thoroughly, and honestly as possible. WI I lful if5iSfilf5ffSi
(Appl lcable Federa I -a Id
1
5100,000.)
I
B
I
I
I
I.
b
1
1
l
I
I
I
I
I
HOTtCE TO ALL PERSOIWEL ENGAGED ON 1. That any facility that Is
FEDERAL-AID HIWIAY PROJECTS uti I Ired in the performance of tt
unless such contract Is exempt und
Title 18, United States Code, Sectlon 1020, AIr Act, as amended (42 U.S.C. 1857
reads as follows: amended by Pub. L, 91-604), anc
Federal Water Pollution Control Act
Whoever, being an officer, agent, or 03 ll..s,C, 1251, et seq., as amendm
employee of the Unl ted Stater, or of any State 92-50Q), Executlua Order 11738, anc
or Terrltory, or whoever-, whether a person, In Implementatlon thereof (40 CFR
association, flnn, or corporation, knowingly not Ilsted, on the date of contra
makes any fa 1 se statement, fa ise representa- the U.S. Envlronmental Protection
tlon, or false report tis to the character, Llst of Violating Facilltles pursuan
quality, quantity, or cos't of the material used 15.20.
the work performed or to be perfoned, or the 2.- That the firm agrees to compl
casts thereof In connection wlth the submlsslon In compliance wlth all the req
of plans, maps, speclficatlons, contracts, or Section 114 of the Clean Air Act
casts of construction on any hlghway or related 308 of the Federal Water Pollutlon
pmject submitted for approval to the Secretary and all regulations and guldel
of fransportatlon; or thereunder.
ment, fa I se representat I on, fa I se repofl or 3. That the flrm shall promptl)
false clalm with respect to the character, SHA of the receipt of any ccmunui
quailty, quantity, or cost of any work per- the Director, Office of Federal
formed or to be performed, or materials fur- €PA, lndlcatlng that a faclllty tha'
nlshed or to be furnished, in connection wlth be ut1 llred for the contract Is 1
the constructlon of any highway or related- - eratlon - to be I lsted on the E
project approved by the Secretary of Violating Faci I Itles.
or to be used, or the quantity or qual Ity of -.
"Whoever knowingly makes any false state- - -_
__ - Transpoeation; or --_rr - - __ -.
"Whoever knor 1 ng I y makes any fa I se statement 4, That the flnn agrees to lncl
or false representation as to material fact In to' be lncluded the requirements of
any statement, certlflcatla, or report submltted through 4 of this Secilon X In- ev
pursuant to provlslons of -the.Federal-ALd Roads--- subcontract, and further agrees -t
Act approved July 1, 19115, (39 Stat. 3551, as-- action as the government may dlrecl
,fnq sup ut enforcing such roquuImmrrbr - -" - - -* - - -ded F s~pplMt~,~-#PF~-
"Shal I- be fined not Sre- 'than '$10,000 --- --I- __--- --- -
1-
imprisoned not mte than-YyearS, of botK.n-=rl =--- 2 -=--
- -- __
Rev 1 sed 8-1 -88 FR-I4
t I--
-I
FDERAL-AIO FMAU AND MiNMlR au
in accordance with Mion 11, Non-SMSA Counties................. :
"xdIscrimination," paragraph Zb, of "Required CA Lake; CA Hendocino;
Contract Prov I s ions Feder-a I -a I d Construct I on CA San bnito.
Contracts" the foiloving are the goals for
female utilization: 177 Sacramento, CA:
Goal for Women SMSA Counties:
I
I
I
I
U
1
II
b
I
I
I
I
I
1.
t
(app I 16s nat I onw I de) ...... ,. ( percent 1 6.9 6920 Sacramento, CA...........
CA Placer; CA Sacramento;
The following are goals for minortty CA Yolo.
utilization: Non-SMSA Cantles.................
CA Butte; CA CoIusa;
.CA El Dorado; CA Glenn;
CALIFORNIA ECONOMIC ARE4 CA Nevada; CA Sierra;
Goal CA SuWer; CA Yuba.
(Percent)
178 Stockton-Modesto, CA:
174 Reddlng, CA:
%SA Counties:
Nan-SMSA Count I es ................ 6.8 5170 Modesto, CA.... ..........
CA Lassen; CA WOE; CA Stanislaus.
CA Piumas; CA Shasta; 8120 Stockton, CA......-.....
CA Sisklyou; CA Tehama. CA San Josquln.
175 Eureka, CA: Non-SMSA Count Is., ...............
Non-SMSA Counties ................ 6.6 CA Calaveras; CA Mariposa;
CA Del Norte; CA Humboldt; - CA- Merced; CA- TuoI-mw.
CA Trlnlty.
CA Alplne; CA Amador;
179 Fresno-Bakersfield, CA:
176 Sun Francisco-OakIand-San Jose, CA: - .
SMSA Counties:
SMSA Count I es: 0680 Bakersfield, CA..........
7120 Sal Inas-Seaside- CA Kern.
.... ............... Mnterey, CA .................. 28.9 2840 Fresno, CA
CA Monterey. .. C4 Fresno. .- .
7360 San Francisco-Oakland, CA. 25.6 - - . Non-SMSA Count I es.. ...............
CA Alda; CA Contra Costa; CA Kings; CA Madera;
CA Marin; CA Ssn Francisco; CA Tuiare.
CA San Mateo.
CA Santa Clara.
CA Santa Cruz.
CA Sonama. _-
Napa, CA..................- .-.17-.1-~-.---..-.-~.=: Beach, CA................,...
.. 7400 San Jose, CA... .... L......; :--: 19.6- - 180 Los Angeles, CA:
%SA. Countles: 7485 Santa Cruz, CA......:..... 14.9 .....
........... 7500 Santa Rose, CA.. 9. I
8720 Val Iejo-FaIrf leild- 4480 Los Angeles-Long
-..--.-U.. bs Angelps. - =
-
.. .. - . __ . __ . _.
.. - 0360 Anaheim-Santa Ana-Garden
Grove, a(...................
CA Orange.
. .-
... ._.-
......... e.. __. - ,CA:.-Napa;. CA Solano:. ,-?+- q-. 50:- - .- - -- -- - :-A- ->. .- .-__ ~ - .. ... 6000 Oxnard-Slml Val ley' ._ -_ .*-' '
.s ,.
.... . - _.. .- .
......... -... .. Venturaz C4- elm- - I CA Ventura.
-. ... .. _. . _- -. ..
Revised 8-1-88 FR-15
I
I
6780 Rlveoldo-San brnardino-
Ontarlo, %................ 19.0 In addition to the reporting requ
CA Rlvenlde; set forth elsewhere In thls contri CA San Bernardlno. Contractor and subcontractors
7480 Santa Barbara-Santa Marla- subcontracts, not inciudlng materlal su
Lempoc, CA.................. 19.7 of S10,000 or more, shall submit fa
CA Santa Barbara. month of July durlng which work Is pa
h-SEI% Count I 24.6 employment data as contained under Fonn ...................
CA Inyo; CA Mono; (Appendlx C to 23 CFR, Part 2301,
CA San LUIS Oblspo,. accordance with the lnstructlons
1
I
I
I
I
I
I
I
I
I,
I
1- -
I t- -
I
thereon D
181 San Oiego, CA:
SMSA Counties
7320 San Diego, CA,........... 16.9
Non-SMSA Counties.....,....,.....,. 18.2
CA San Dlego. I CA imperlal.
b
4
.,. --I<- -_ - -- - -.+ -- - I -.. -_
__
- ____ - ..
Revised 8-1-88 m-16
I:I I *
(To be used, when applicable, in Fedoral-aid projects.) 'Insert nunbet of trainees. \b 8-1-88
FEDtUL ~Q(Jx~I1Wf TRAXIlXNG SPECIAL PRov~S~o~~ *--As part of the Contractor's equal employoent opportunity affirmative action program, training shall bo provided aa fOlhwsc
Ttia Contractor shall provido on-the-job training to develop
Tho goal for the number of traineos or apprentice. to be
full journeymen in tho typos of trades or job classffication involved.
trainod undor tho requirements of. this special ptOVfSfOn will
be+iTFi.a;ent the Contractor subcontracts a portion Of 'the Contralct work, he shall determine how many, if anyl of the trafnams or apprentices are to be trained by the subcontractor, provided hovever, that the Contractor shall' retairi tho primary responsibility for meeting the training requiremonts im osed b this s ecial provision. The Contractor shal! also rnsure tRat this Training Special PrOVis&On fa made applicable to such Subcontract. Where feasible, 25 porcont of traineos or apprentices in.each occupation shall be in thobr first year of appconticoship or training.
Conuactor's needs and tho availability of journeymen in the varioua chs8fficatioru within a reasonable aroa of rccruitwnt. Prior to tormnencfng work, tno Contractor shall aubmft to the Mpartment for approval the numbor of trainees or appirsnticas to bo trained in each solected classif ication and.trrinin program to bo used. Furthumore the Contractor shrll npoCi& the starting timo for training In each of the claraifications. Tha Contractor vi11 be credited for each trainoo Or apprentice omployed by him on the contract vork who 1s currently enrolled or becomes enrolled in an approved program and will be r8~mbursed for such trainoos- 0-r - - apprant:icar as providod hereinaf ter. - Traf.nlng and upgradug of minorf t ids' and wornon tovird
IC
I
I
I
E-
1
bd
1
I
1
I
I
I
Tho nunbor of trainees or apprentices shall bo dfsLributed
0 amony the vork classifications on tho basis of the
ourno men s atus is a prima ob ectfve of this Trainin? -% . __
every atffort to enroll minority and vomon trainors or approntkes (e-g., by conducting systematic and direct ~ rgcru t,ment through public and private sources likely to yield minority and women trainee. or apprentices) to the extent such ersons are available within a reasonablo area of recruitment. !he Contractor vi11 be responsible for demonstrating the steps that he has taken in gursuance thereof, prior to a determrnation as to v ether tho Contractor is in compliance- vith this Training Special Provision. This training
discrininate against any applicanc for training, vhether a member of a minority group or not.
any classification in vhic! he has successfully completed a training course leading to journeyman status or in which he has been employed a8 a journeyman. The Contract& should satisfy this requirement by- including appro riate questions in - the enIplOYe0 application OK by other suitabye means. - -
Ragardless of the. method used -the Contractor'a records should - ' - docwent the findings in each cas..
Classif ICatiOn Vil! be as established in the training progran selected b tho Contractor and approved b both the Department . and the Vexera1 Highway Adminiatration. de Department and the Federal Highway Administration will ap rove a program if it is-- _- reasonably calculated to meet- the equaf- employment opportunity - - ob1 gatl.on8 of the Contractor and-to qualify tho average trafnee or apprentice for journeyman status in the classification concerned by the and of the training period. - Furthermore , apprenticeship-program t.qitter& vi& -the CF.5&scdre'
- $peciai Provfsion. kcordingy , 2ho Contractor shall ma e -- -
-
--
-1 commitment is not intended, and shall not be used, to
No employee shall be em loyed as a trainee or apprentice in' -
The'iarnrmum len th and type of training for each _-
~ I _--- .
e
x
fR-17 \../ - 4 r __- -
I
.-
-. .,: . . ... ..
... ........ ... <. . .- . . ... ., -, ..
I. . '._ , ._ . ..
Doprrfraonr of Labor? Burobu of hppr8nticbahip and Training, or with tho stat. of California, Deprrtnont of Industrial R.lation8, Diviaion of Apprenticeship Standards rocognized by tho Burre u and trainin pro raas a proved but not necessarily sponaorod by tho U.S. 8epar&ent OF hbor, Ilanpowor miniritration, Bur8.u of A pronticorhip and Training shall also bif consrdored accoptabfe provided it is .bein
' adniniaitorod in a mannor consfatent with tho equal omplo&ont
Approval or accoptanco of a training program shall be obtainod from tho Stat. prior to co~oncfng uork on tho classification covorocl by tho program. It is tho intention of theso provisions that training is to be providod In tho constructfon craft! rather than clerk-typiatf or tocrotatIa1-t pe pos t on.. Trainin is pormfss blo n lower lover managomont poaitia~ns such as ozfice ongineors, estimators, timekeepers, etc., where the training ia orientod toward construction ap 1 cat on.. rainin in th laboror clasatfication ma bo ' p&aftted p.rovded tha! aigniticant add meaningful trainlng is providod and approvod by tho division affico. Some offsite training ir pornissiblo as long as tho training is an integral part OC an approved training rogram and doos not comprise a significant parr ot the ovoraL training.
EXC8pt as othomiao notod bolow, tho Contractor will b8 . r8imburs.d. 80 cents pot hour of training givon an employeo on thir Contract in accordanco with an approved training program. As approved by tho Enqinaor, roimburaomont will bo mado for trpining of persons n excess of tho nubor a ecffied heroin. This ro rmbursonent will bo mado ovon though tgo Conctlrccor
r0COiVO:S additional trafnin progra funds from othu sour~es, providod such other IOU~CO %-s not specif lcally prohibit the Contractor from rocelvin other reFmbutsenunf, Reimbursement for offsit. training.indPcatod above may only bo mad. to the Contracr,or whoro he does on. or nor. of the folloving and tho trainoorr or appronticos aro conrurrontly emplo od on a Federal-&id -jet; contributes to tho cost 0% tho training?. provider1 tho instruction to tho trainoe or approntico or pays the trainee's or apprincfco's wages during tho offsit8 training period. .. NO pipent shall be made to tho Contractor If. oither tho failure to provido the requgod tsaining, or tho failure to
' hit8 that trainee Or a Qt8ntiCO as a journ8ymm, is caurad by the Contractor and evPdencos a lack of good faith .on tho part 7: ~.c --of t.h Cantractot in nwing ttm zequirements of this Training ' - Special Provision. It is- normally expected that a train00 or I. apprentico will begin his trainin on the project a8 soon as - =:z- feaaiblst after start of work utilfring tho skill involvod and ". . - reman an the projoct as long as.training opportunities exist -7: in hi work classification or unti.1 he-has completed his trainfng progru. ap rentices be on board f r the entiro length of the contract. A &ontractor will have fuef Illod his responsibilities under this Training Special Provision if ho has provided acca cablo - . training to the nr~lobor of trainees or approntices bpeciPied. The number trained shall bo detormined on tho basis of the total number enrolled on tho contract for a significant period. ..
Only tsainoes or apprentices re istered -fn..a- progran - -'
of Apprenticeship may- bo employed on the project and said trainees or appronticos ahall bo specifled under tho regulations, og- tho craft or trade at which . the are emplo ed.
copy of the program ho will follow In providing the trainsn --. *
The Contractor shall provide each trainee or- apprentice uitg'p .-! .L z certif icstion shoving tho- type.-and .length- of- training.------.--- . '-=- = --- satisfacrorlly'complet;ed.-~~ - -- . Tho Contractor vi11 provide. for tho maintonance' of--r.ecords 1 . -- L and furnish periodic reports documenting his porformrnce under this Trai.ning Special- Provision.. .. .....a- ..........
'obligations of Foderal-aid highway constructfon contracts. I - "
iI
E
I :'.
1 ..--
)i
I
I., *
1
t
1
1 ;;:.
1.
-.
.
IL
-
-
It is not requirad that all trainees or
.d
.. -
a proved by the State of Californya's State Adninistrator .... -
aid the standard vage '
The Contracxor shall furnish the- trained or apprentice, a': - . :=-
...........
. * :.
, .....
.. ..
...
.. .. --. -*-' . ' . . .. ..... ... .. .. ; I . .._I__. . ... - --.. .. .. ...... . -- -_ .. - .. .- .- ...,_ .....x .1 -r.z -.--.,-...- -...-. -- -, -_ -~- -.. - -.- ::--.
... - - ., .. ....
.... ... ..... - .-
.A, . ......... ..... .__._..._ .-. .-..- .,,- *ft..-
... .. ' .- .~,.- - .. -. -..-
1. .-. . -.
. ...~-- .. - -.- ._--.- - -. . --- ..._ . ..... __ --.. ..- ---. .- I-.---- t-: .. . -
I
SECTION 7. (BLANK 1
SECTION 8. MATERIALS
SECTION 8-1, MISCELLANEOUS
8-1.00 GENERAL.-- Attention is directed to Sect
"Control of Materials, of the Standard Specifications anc
special provisions.
i
1
I
I
ID
I
I
I
E
c
1
f
I
1
I P
I
8-1.01 BUY AYERICA REQUIREMENTS.-- Attention is d to the "Buy America" requirements of the Surface Transportc Assistance Act of 1982 (Section 165) and the regulations z
pursuant thereto, In accordance with said law and regulz all manufacturing processes for steel materials furnish
incorporation into the work on this project shall occur
United States.
A Certificate of Compliance, conforming to the provis:
Section 6-1.07, "Certificates of Compliance", of the st
Specifications, shall be furnished for steel materials
certificatesr in addition to certifying that the materials
with the specifications, shall also specifically certify tf
manufacturing processes for the materials occurred in the
States.
The requirements imposed by said law and regulations
prevent the minimal use of foreign steel materials if the c such materials used does not exceed one-tenth of 1 percent
of the total contract cost or $2,500, whichever is greater Contractor shall furnish the Engineer acceptable documentat
the quantity and value of any foreign steel pri
incorporating such materials in the work.
SLAG AGGREGATE.-- Air-cooled iron blast f 8-1.02
slag shall not be used to produce aggregate for:
1, Structure backfill material.
2. Pervious backfill material.
3. Permeable material.
4. Any reinforced or prestressed portland c concrete component or structure.
5. Any nonreinforced portland cement con
component or structure for which a Class I SI Finish is required by the provisions in Se
'51-1.18B, "Class I Surface Finishl" 0:
Standard Specifications.
B
Aggregate produced from slag resulting from any
making process shall not be used for any hi
construction except for the following items:
1. Imported aorrow
2. Aggregate Subbase
3. Class 2 Aggregate Base
i
i
I
II
I
I
b
I
I
I
1
1
I
1 4. Asphalt Concrete
Steel slag to be used to produce aggregat
aggregate subbase and Class 2 aggregate base sh:
crushed so that 100 percent of the material will 1
3/4 inch sieve and then shall be control aged period of at least 3 months under conditions that
maintain all portions of the stockpiled material
moisture content in excess of 6 percent of th
weight of the aggregate.
Any supplier of steel slag aggregate shall p1
separate stockpiles for controlled aging of the An individual stockpile shall contain not less than nor more than 50,000 tons of said slag. The material i
individual stockpile shall be assigned a unique lot numb
each stockpile shall be identified with a permanent sys
signs. The supplier shall maintain a permanent record I
dates on which1 stockpiles are completed and controlled
begun, of the dates when controlled aging was completed,
the dates tests were made and the results of said t
Moisture tests shall be made at least once per week. No
for aging will be given for the time period covered by any which show a moisture content of 6 percent or less.
stockpiles and records shall be available to the Engineer normal working hours for inspection, check testing and revi
The supplier shall notify the Transportation Labor 5900 Folsom Boulevard, Sacramento, California 95819, vr?r
stockpile is completed and controlled aging begun. So
aggregate shall be added to the stockpile unless a new
period is initiated. A further notification shall be sent
controlled aging is completed,
The supplier shall provide a Certificate of Compliar
conformance with the requirements in section 6-~ "Certificates of Compliance," of the Standard Specificat
Each stockpile or portion of a stockpile that is used in thc will be considered a lot. Said Certificates of Compliance
state that the steel slag aggregate has been aged in a stoc
for at least 3 months at a. moisture content in excess percent of the dry weight of the aggregate. I
1,
I
I
Steel slag used for imported borrow shall be weathe
at least 3 months. Prior to the Use Of steel slag as i
borrow, the supplier shall furnish a Certificate of Compli
conformance with the requirements in said Section 6-1,oj
Certificate of Compliance shall state that the steel S: been weathered for at least 3 months.
. Each delivery of aggregate containing steel slag for aggregate subbase or Class 2 aggregate base shall be acco by a delivery tag for each load which will identify the
material by stockpile number, where the slag was aged, <
date that the stockpile was completed and controlled aging
Air-cooled iron blast furnace slag or natural aggregi
be blended in proper combinations with steel slag aggrec produce the specified gradings, for those items for whict
slag aggregate is permitted, unless otherwise provided.
1
E
I
E
I
I
I
b
1
i
8
I
I
1
I
IQ
1
Aggregate containing slag shall meet all of the ape
quality requirements for the items in which the aggreg used,
The combined slag aggregate shall conform to the spc
grading for the item in which it is used. The grading k
determined by California Test 202, modified by Californi
105 when there is a difference in specific gravity of 0.2 c between blends of different aggregates.
No aggregate produced from slag shall be placed with
foot, measured in any direction, of any non-cathodic protected pipe or structure unless the aggregate is incorF in portland cement concrete pavement, in asphalt concrete, treated base.
When slag is used as aggregate in asphalt concrete,
factor requirements, as determined by California Test 303 not apply.
Slag’aggregate used for embankment construction shall
placed within 18 inches of finished slope lines, measured
to the plane of the slope.
If steel slag aggregates are used to make asphalt con
there shall be no other aggregates used in the mixture, that up to 50 percent of the material passing the No. 4 siec
consist of iron blast furnace slag aggregates or na aggregates or a combination thereof. If iron blast fu aggregates, or a combination thereof are used in the mix,
type o€ aggregate shall be fed to the drrer at a uniform The rate of feed of each type of aggregate shall be main1 within 10 percent of the amount set. Adequate means sha
provided for controlling and checking the accuracy of the fl
P
In addition to the requirements of Section *'Storager" of the standard Specifications, steel slag 2
shall be stored separately from iron blast furnace slag z
and each type of slag aggregate shall also be stored SE
from natural aggregate.
Asphalt concrete produced from more than one
following shall not be placed in the same layer: st( aggregates; iron blast furnace slag aggregates;
aggregates: or any combination thereof. Once a type of 2 or aggregates is selected, it shall not be changed withc
approval by the Engineer.
If steel slag aggregates are used to make asphalt c
and if the specific gravity of a compacted stabilometer
is in excess of 2.40, the quantity of aggregate and
binder to be paid for as contract items will b e modifi
stabilometer specimen will be fabricated in accordance
procedures in California Test 308. The modified pay qt
of aggregate and binder will be determined by multipl
unmodified pay quantity of each by 2.40 and dividing th by the specific gravity of the compacted stabilomei
specimen. Such modification will be determined and aF often as is necessary to insure accurate results as detei
the Engineer.
25-1.02r "Materials," 26-1.02# "Materials, 'I 27-1.02# "PI:
'I 28-1.02, "Materialsr" and 39-2.02, "Aggregate," respc
of the S tandarct Specifications.
i u
1
1
I
8
I
b
I
i
1
1
1;
t
AGGREGATES.-- Attention is directed to 0-1.03
In the above referenced sections of the S
Specifications all references to "Individual Test Resu
deemed to mean "Contract Compliance", and all refer
"Moving Average" are deemed to mean "Operating Range. 'I
SECTION 8-2. CONCRETE
8-2.01 MINOR CONCRETE,-- Section 90-10.02Br "Aggl of the Standard Specifications is amended by add following:
If aggregate is found to be "deleterious" or "Po
deleterious" when tested in accordance with ASTM Des
C289, mineral admixtures Class N or Class F will be re(
the manufacture of concrete containing such aggregate- of mineral admixture shall conform to the requirements ir
90-4.08, "Required Use of Mineral Admixtures."
8-2.02 CEMENT AND NATER CONTENT.-- Except for
listed belowr all concrete which is designated Class A
concrete for use in structures shall contain not less pounds of cement per cubic yard and shall be air-entr provided in Section 90-4, "Admixturesr "of the !
a P
U
I
Specifications. The air content at time Of mixing and prii
placing shall be three percent Plus Or minus one percent.
1. Paving Concrete.
2. Concrete designated by 28-day compressive strength
3. Concrete designated as Class D or by a cement con1
1
which exceeds 615 pounds per cubic yard. I
I
1
I
1
I
b
1
I
I
1 n
1
I
#
The amount of free water used in concrete shall not ex
335 pounds per c:ub&c yardr plus 20 pounds for each required
pounds of cement in excess of 658 pounds per cubic yard.
h
I
SECTION 9- DIESCRIPTION OF WORK
he work to be done consists, in general, 0:
construction Of roadway improvements on Carlsbad Soulevard :
point approximately 0,25 miles south of Tamarack Avenue to '
Del Or0 Street; and the construction of storm drain facilit: Carlsbad Eoulevard between Encina Power Plant Coolinq
Outfall and Manzano Drive, in the City of Carlsbad, San County, California, as shown on the plans and briefly des(
below:
1
I
I
1
1
I
li
I
1
I
s1
I
1
The improvements consist of asphalt concrete pavi~
aggregate base: concrete curbs and sidewalks; storm
facilities; street lighting; slope and medlan plantin5
irrigation instaillation; traffic striping and pavement ma
and all other wo:rk shown on the plans, specified in these SF
provisions and as directed by the Engineer,
SEC'I'ION LO. CON ST RU CT ION 0 ET A I L S I
10-1.01 ORDER OF WORK.-- Order of work shall confo
the provision3 of Section 5-1-05, "Order of Work," 0:
Standard Specifications and these special provisions.
The order of work shall be as follows:
PHASE I - Construction of Westerly half improvements sta. 20+04.,47 to sta. 98+40 i (excluding Easterly mt curb from sta. 20+04.47 to 23+00.00) including storm ( from sta 48-t-00 to sta 68+00.
PHASE I1 - Construction of Easterly half improvements sta. 23+00.00 to sta. 69+00+ including storm drain from
b
68+00 to 98-t.53. I Apply stripi.ng and pavement markers.
PHASE I11 -. Construction of Easterly and Westerly mE curb from st.a. 20-tO2.47 to 23+00.00.
Open fully improved roadway to traffic.
The work shall be performed in accordance with this orde
work. Non-conflicting work in subsequent phases may pro(
concurrently with work in preceding stages, provided satisfac
progress in maintained in said preceding phases of construct
In each phase, thie first order of work shall be the remova: existing traffic stripes and pavement markers, ds directed by
Engineer. Traffic: stripe and marker removal shall be coordini
w:th new striping so that lane lines are provided at all .ti1
New striping shall be provided by the Contractor.
Before obliterating any pavement delineation that is to replaced on the same alignment and location, as determined by
Engineer, such pavement delineation shall be referenced Dy Contractor, with a sufficient number of control points
reestablish the alignment and location of the new paven
P
I
delineation- The! references shall also include the limits
changes in striping pattern, including one and two-way bar lines, limit lines, crosswalks and other pavement markings.
compensation for referencing pavement delineation shall
considered ad included in the contract proces paid for the
pavement delineation and no additional payment will be allc
theref or.
Before spreading any binder that would obliterate existing 1
delineation, the Contractor shall place State-furnished tempo]
pavernfrnt markers on the existing lane delineation. The mar!
shall be placed not more than 23 feet apart on tangents and
mpre than 24 feet apart on curves.
Placing state-furnished temporary pavement markers will. be F
for as extra work as provided in Sectlon 4-1.03D of the Stand
Specifications.
1
I
E
8
I
I
1
I a
I
I
I
8
Full compensation for complying with the requltements
this "Order of Work" section shall be considered as included
the lump sum contract price paid for traffic control and
separate compensation will be allowed therefor.
10-1.02 PROGRESS SCHEDULE .-- Progress schedules will
required for this contract and shall conform to the provisions
Section 8-1.04, "Progress Schedule," of the Stand2
Specifications.
10-1.03 OBSTRUCTIONS.-- Attention is directed to Sectic
8-1.10, "Utility and Non-Highway Facilities," and 15, "Existi
Highway Facilities," of the Standard Specifications and thc
special provisions.
certain underground facilities that may require apeci
precautions be taken by the Contractor to protect the heal1
safety and welfare of workmen and of the public. Faciliti
requiring special precautions include, but are not lrmited t
conductors df petroleum products, oxygen, chlorine, and toxic
flammable gases: natural gas in pipelines greater than 6 inct
in diameter or pipelines operating at pressures greater than
psi (gage): underground electric supply system conductors
cables either directly buried or in duct or conduit which do r
have concentric neutral conductors or other effectively grounc
metal shields or sheaths: and underground electrical conductc with potential to ground of more than 300 volts.
The Contractor shall notify the Engineer and the aFpropria regional notification center for operations of subsurfa
installations at least 2 working days prior to performing a
excavation or other work close to any underground pl?elln
conduit, duct, wire or other structure. Regional notiflcati centers include but are not limited to the following:
b
The Contractor's attention is directed to the existence
1
P
I
I
10-1.04 Attent:ion is directed to the following listed uti
that will be installed or relocated by their owners, agents, or their contractors after rough grading withi limits of each utility installation or relocation has completed by the contractor. For this purpose, rough g shall be considered as within 0.5 feet of the grading p The Contractor shall notify the Engineer in writing fifteel days in advance! of completion of rough grading within the . of each utility installation or relocation. The Engineer Coordii in turn, notify the utility owner or owners. schedules shall1 be worked out by the Contractor throug Engineer with the various owners, their agents, or contractors with respect to relocation and installation of
utilities. The time limit specified in section 4 of special provisions includes the time required for u relocation work by others as specified herein.
Limits of Installat
Existing Proposed Relocatio
Utility Location Location Workina D4
(Owner's Name and facility)
1
1;
I
I
1
I
I
D
1
I
8
I
I
II
I
In the event that the utility facilities mentioned above ai removed or relocated by the time specified and, if i. opinion of the Engineer, the Contractor's operations are d6 or interfered with by reason of the utility facilities not removed or relocated by said times, the Contractor will r entitled to damages or additional payment for delays attribi to utility relocations or alterations.
The Contractor may be given an extension of time for unfc delays attributable to unreasonably protracted interferenc
utilities in performing work.
I)
P
I
Underground Service Alert-
Northern California (USA) Telephone 1(800)642-24
Underground Service Alert-
Southern California (USA) Telephone 1(800)422-41
south Shore Utility
Coordinating Council (DIGS) Telephone 1(800)541-34
10-1.04 COOPERATION.-- Attention is directed to Sectlo 1.14, "Cooperation," and Section 8-1.10, "Utility and Non-Hig
Facilities," of the Standard Specifications and these spe provisions. Other contract work may be occurring in the pro
construction area during the life of this contract.
10-1.05 TR,AFFIC CONTROL SYSTEM.-- Attention is directec
Section 7-1-08, "Public Convenience," Section 7-1.09, "PUI Safety," and Section 12, "Construction Area Traffic Cont
Devices," of the Standard Specifications and these spec
provisions.
1
I m
I
I
I
1
i
1
I
I
D
1
II
E
Construction areas signs shall be furnished, install
maintained and removed when no longer required in accordance \
the provisions in Section 12, "Construction Area Traffic Cont
Devices" of the Standard Specifications.
The Contractor shall maintain access through the proj
area at all times. The Contractor shall maintain at least
(1) lane in each (direction open to traffic at all times. Acc
shall be maintained to beach areaa, SDG&E facilities and
adjacenFproperties and connecting streets.
- -- b
In order to expedite the passage of public traffic thrc
or around the wark and where ordered by the Engineer,
Contractor shall install signs, lights, flares, barricades,
other facilities for the sole convenience and direction of pub
traffic. Also, where directed by the Engineer, the Contrac shall furnish competent flagpersons whose sole duties sh
consist of directing the movement of public traffic through
around the work. No material or equipment shall be stored wh it will interfacje with the free and safe passage of pub
traffic and at the end of each day's work and other times w construction operations are suspended for any reason, 1
Contractor shall remove all equipment and other obstructions f:
that portion of the roadway open for use by public traffic.
The Contractor may be required to cover certain signs wh
regulate or direct: public traffic. The Engineer will determ
which signs shall be covered.
Construction operations shall be conducted in such. a man1
as to cause as little inconvenience as possible to abutt~
property owners. All streets and highways used by the Contract
shall be kept free of debris, dust and mud by the Contractor. t
D
Personal vehicles of the Contractor's employees shall noi
parked on the traveled way at any timet including any Sect closed to public traffic.
When entering or leaving roadways carrying public traf;
the contractor's equipment, whether empty or loaded, shall in cases yield to public traffic.
1
The provisions in this Section may be modified or alte
if, in the opinion1 of the Engineer, public traffic will be bet
served and work eKpedited. Any proposed modificqt ions shall
approved in writing by the Engineer.
1
I
8
1
I
I
1
I
I
I
1
1
I
Whenever a laine closure is made, the Contractor shall cl
the lane by placing fluorescent cones, portable delineators,
other devices approved by the Engineer, along a taper and a1
the edge of the closed lane adjacent to public traffic. (
telescoping flag tree with the flags shall be placed at
beginning and at the end of the taper.
Whenever work is being performed adjacent to a lane carry
traffic, the edge of land or edge of pavement shall be delinea by placing temporary portable delineators adjacent thereto.
excavation within 4 feet of the traveled way shall remain 01
longer than is necessary to perform the work.
Should the Calntractor appear to be neglectful or negligc
in furnishing warning and protective measures as above providc
the Engineer may direct attention to the existence of a hazi and the necessary warning and protective measures shall furnished and installed by the Contractor at his/her expen: Should the Engineer point out the 'inadequacy of warning t protective measuresr such action on the part of the Enginc. shall not relieve the Contractor from responsibility to pub1 safety or abrogate his/her obligation to furnish and pay f
these devices.
b
Full compensation for complying with the requirements
this section will be considered. as included in the lump s
contract price paid for traffic control system and no addition compensation will be allowed therefor.
10-1.06 CONSTRUCTION AREA LIGHTING.-- Lighting of a
working area6 utilized by the Contractor shall conform to t
minimum illumination intensities established by the Californ Division of Industrial Safety "Construction Safety Order." D
All lighting fixtures shall be mounted and directed in
manner to preclude glare to approaching traffic or into adjace residences.
Full compensation for providing construction area light il
shall be considered as included in the various contract items 1 work and no separate payment will be made therefor. 1)
I
10-1.07 EXICSTING HIGHWAY FACILITIES.-- Removal of exis
highway facilities shall conform to the Provisions of Section
"Existing Highway Facilities#" Of the Standard Specifications
these special provisions.
REMOVE GUARD RAILING.-- Existing guard railing, where SI
on the plans to be removedr shall be removed and disposed of.
ABANDON CULVERTS.-- Existing culverts where shown on
plans to be abandoned, shall be abandoned in place or at
option of the Contractor, the culverts shall be removed
disposed of. All. resulting openings into existing structu~
that are to remain in place, shall be plugged with commerc
quality concrete.
Abandoning culverts in place shall conform to the follow:
Culverts that intersect the side slopes shall removed to a depth of not less than 3 feet, measured no]
to the plane of the finished side slope, before be
abandoned.
Culverts 24 inches in diameter and larger shall
backfilled with sand by any method acceptable to
Engineer which completely fills the pipe. Sand backf
material shall be clean, free drainingr and free from rc and other deleterious substances.
The end8 of crulvetts shall be securely closed by a 0.5-! thick tight plu13 or wall of commercial quality concr containing not less than 470 pounds of cement per cubic yard.
1
I
I
I
I
I
1
I
1
I
I
I
1
1
I
b
Culverts shall not be abandoned until their use is no lor
required. The Contractor shall notify the Engineer in advancg any intended culvert abandonment.
If the Contractor elects to remove and dispose of
culvert which is specified to be abandoned, as provided her€
any sand backfill specified for such culvert will be measured
paid for in the same manner as if the culvert has been abandc
in place.
Sand backfill will be measured by the cubic yard and will
paid for at the contract price per cubic yard for sand backfi Quantities of sand backfill to be paid for will be determl from the dimensions of the culverts to be abandoned.
REMOVE DRAINAGE FACILITIES.-- Existing box culverts, lnle
headwalls and endkralls, where any portion of such structures
within 3 feet of the grading plane in excavation areasl
within one foot of original ground in embankment areasr or wt shown on the plans to be removed, shall be completely removed disposed of. P
1
ADJUST FRAMES AND COVERS.-- Frames and covers of e manholes or other facilities shall be adjusted to gr accordance with the provisions in Section 15 t*Reconstruction, I* of the Standard Specifications and special provisions.
Adjustment of manholes or other facilities sha performed prior to paving. Adjustment of manholes or facilities shall be limited to the area to be pa\ resurfaced during the working day in which such adjustm performed. The top of the manhole cover or other facilitl be adequately protected from the asphalt concrete during operations by means of plywood covers, or by other n
approved by the Engineer. All excess paving material sh
removed prior to rolling.
Existing ;!I* water meter at approx. station 45+90 sh relocated in proposed sidewalk. Meter box shall be adjus
finished grade of the sidewalk.
REMOVE PAVEMENT MARKERS.-- Existing pavement markers
no longer requ.ired for traffic lane delineation as direc
the Engineer, shall be removed and disposed of.
REMOVE PAINT TRAFFIC STRIPES AND PAVEMENT MARK1
Existing paint traffic stripes and pavement marking from
end to existing bridge (approx. station 18+00) to station shall be removed by sandblasting prior to applicati permanent traffic striping and markings.
Traffic stripes and pavement marki
be removed will be designated by the
Where blast cleaning is used for the removal of p4
traffic stripes and pavement markings or for removi
objectionable material, and such removal operation is
performed within 10 feet of a lane occupied by public tri the residue including dust shall be removed immediately contract between the sand and the surface being treated. removal shall be by a vacuum attachment operating concur; with the blast cleaning operation.
Nothing in these special provisions shall relievc Contractor from his responsibilities as provided in Sectic
1.09, IIPublic Safety,I* of the Standard Specifications.
HIGHWAY1* FACILITIES. -- Non-highway signs, fences and miscellaneous non-highway facilities within the constructior shall be removed and/or relocated as shown on the plans directed by the Engineer.
I
II
I
I
I
I
I
1
I
I
1
I
1
1
I
b
10-1. Engineer.
ItNON-HIGHWIiY" SIGNS, FENCES AND OTHER MISCELLANEOUS
t
I
Existing chain link fence along the easterly s
carlsbad Boulevard from approx. station 45+00 to approx. :
65+00 shall be temporarily removed by the Contract
facilitate grading and reinstalled by the Contractor location as sliown on the plans upon completion of gi Contractor to coordinate these operation with SDG&E Encine management. Fence removed in excess of that required for I
of fence which cannot be salvaged and requires the instal
of new chain link fence shall be approved by the Engineer to the installaLtion of the new fence.
The Contractor shall temporarily remove existing bar
fence along easterly side of the roadway between approx. s
35+00 and approx. Station 45+00 to facilitate gradir reinstall fence at toe of slope upon completion of gx Fence removed ]in excess of that required for reconstructir wire fence shall be disposed of. Any portion of fence cannot be salvaged and requires the installation of ne
1
I
D
1
I
I
I
I
I
1
I
I
B
I
I wire
b
t
8
fence shall be approved by the Engineer prior to the install2
of the new fence.
The Contractor shall remove timber barrier post,
Fisherman's parking lot, Barrier posts along westerly sid the roadway shall be removed and salvaged for other City
Contractor to contact City Public Works Dept, for pickup.
The Contractor shall relocate the existing gates (2
Fisherman's parking lot to finished location and grade of
driveways at stations 29+05 and 34+33 as shown on the plans.
1
I
I
8
1
1
I
The Contractor shall remove all telephone poles and line
easterly side of roadway from approx. station 46iOO to app
station 65+00, witth the exception of telephone pole at app
station 65+00 which is to remain, as indicated on the pl,
Contractor to coordinate such operation uith SDG&E and Pac
Telephone.
Contractor :shall remove and dispose of existing conc~
ditch on easterly side of roadway from apgrox. station 58+7(
approx. station 60+40 as shown on the plans.
Contractor shall abandon existing telephone line on west1
side roadway from approx. station 23+00 to approx. station 51
Existing telephone pedestals shall be removed and dispose
unless otherwise directed by the Engineer.
Full compensation for conforming to the requirements of t
section shall be considered as included in the lump sum contr
price paid for remover adjustr relocate existing high
10-1.08 CLEARING AND GRUBBING.-- Clearing and grubb
shall conform to the provisions of Section 16, "Clearing
Grubbingt" of the Standard Specifications and these spec provisions,
Clearing andl grubbing shall include removal of exist
shrubs and trees along the easterly side of the roadway adjac
to Encina power pllant, and shall include trimming back shrubb
along the we~terly side of the roadway adjacent to Tierra del Subdivision, all as indicated on the plans.
b
1 facilities.
I
I
II;
1
1
It
REMOVE ROADSIDE SIGNS,-- Existing roadside signst
locations shown on the plans to be removed, shall be removed
disposed of. I Sign panels shall be salvaged.
Existing roadside signs shall not be removed unt
replacement signa have been installed or until the exist
signs are no longer required for the direction of public traff
unless otherwise directed by the Engineer. t
I
Full compensation for Salvaging sign panels sh2 considered as included in the contract lump sum price pz clearing and grubbing and no separate payment will b therefor.
10-1.09 WATERING FOR CONSTRUCTION.-- Wate construction shall conform to the provisions on Secti "Watering, I* of the Standard Specifications and these : provisions.
The Contractor shall obtain a construction water met water utilized during the construction of this contract appropriate water agency as required.
Full compensation for obtaining a construction watei and for the cost of water used on this project sh considered as included in the various contract items a involving the use of war and no separate payment will L therefor.
10-1.10 ROADWAY EXCAVATION.-- Roadway Excavation
I
I
I
II
111
I
8
I
I
I
I
I
I
I
conform to the provisions of section 19, IIEarthwork, I1 Standard Specifications and these provisions.
Quantities of all types of existing subbase, surfacing, pavement or A.C. berm removed will be included quantities of roadway excavation.
I
Payment for removal, compaction and disposal of unsuitable mater
be included in the bid price for excavation and no other compensation i
made.
10-1.11 PLANTING AND IRRIGATION. -- All plantint irrigation, including palm accent lighting shall conform 1 provisions of Section 20, 93rosion Control and Highway Plan
of the Standard Specifications and these special provisions
b
IRRIGATION
Drip irrigation lateral lines for all areas other th( median planting shall be algae resistant flexible pol chloride hose conforming to ASTM Designation D-2287 wi outside diameter of 1.05 inches and a wall thickness of inches and shall also conform to Section 20-2.27 of the St
Specifications.
10-2. COST BREAK-DOWN.--The contractor shall furn the Engineer a cost break-down for each of the contract lu items of highway planting and irrigation system.
Each cost break-down shall be completed in the format in this section. Units of work, other than those shown i
section, may be designated by the Contractor. If the Cont
elects to designate difference units of work, the est
quantity, value, and amount for such units shall be comple the same manner as those shown. 1)
1
The Quantities given in the following cost brez
samples are approximate only, being a sample of the cost
down to be furnished. The Contractor shall verif quantities used in his cost break-downs. No adjustmc compensation will be made in the contract lump sum pries pa highway planting and irrigation system due to any diffe between the quantities shown in the cost break-down furnist Engineer and the quantities required to complete the WI shown on. the plans and as specified in these special provis
The sum of the amounts shown for the units of work lis each cost break-down for highway planting and irrigation work shall be equal to the contract lump sum price for said Overhead and profit shall be included in each individua.
approved by the Engineer before any partial payment for
Ball valves shall be threaded of full port design anc
withstand a cold water working pressure of 200 pounds per
inch. All vales shall be provided with a union on one E
the valve.
Pressure reducers shall be of all bronze body consti with a spring range of 25 to 75 PSI and the pressure adjue
the field as shown on the plans.
Why strainers shall be fitted with 100 mesh filter SCI
1
I
R
I
1
I
I
I
I
I
I
I
I
I
1 items will be made.
b
t
I
I
I
I
I
I
I
1
I
I
I
b
QUANTITY
I 8 .
UNIT DESCRIPTION
I
I
I
I
be
I .
I
I
I
I
I
I
I
UNIT APPROXIMATE VALUE AM0 QUANTITY
II
Access sleeves for drip emitters shall be of high strer
impact resistant thermosplastlc construction. The lid shall
secured with lug locks. The overall length shall be 12" by
1 /4 wide .
Drip irrigation valves 3/4" in size shall be of low f
design and able to function at flows less than 5 gallons
minute.
I
!i
I
1
I
i
1
B
1E
ll
I
I
1
Drip emitters shall be 6 outlet multi emitters and shall
pressure compensating and self-flushing. Flow rates shall be
per plans.
PSI at 72O F. and shall be adjustable from 5 to 15 PSI. ck
valves shall be adjusted in the field as shown on the plans.
rated at 125 PSI at 72' F.
Check valves shall be of PVC construction and rated at
Swing check valves shall be of PVC construction and press
The moisture control computer shall be a dedica
microprocessor based system designed to use soil moisture sens
to calculate the necessary amount of irrigation in advance of
actual application. The computer shall be capable of operat
with any 24 volt a.c. controller with up to 24 stations or
separate 12 station controllers. The computer shall be loca
adjacent to the irrigation controller(s). b Operation:
The computer shall base the calculated irrigation demand
these factors:
1) The user specified moisture level
2) The past irrigation history
3) The measured moisture level
For each station the irrigation controller shall apply
volt power to the computer which will then calculate the am0
of irrigation that is actually needed and operate the irrigat
valve for this calculated time. The irrigation needs of 1
stations with moisture sensors shall be calculated directly f
the sensor measurements. Those stations without moisture sensi
shall be irrigated as a percentage of the most similar stat
that has a sensor. Increases or decreases in moisture le1
shall be made directly to those stations that have sensors
changing the user specified moisture levels. Adjustments to
stations without sensors shall be made by lncreasrng decreasing the percentage of irrigation that they receive relation to the most similar station with a sensor. All chant
and adjustments shall be made at the computer by pressinc I button.
t
1
1
Sensor Type:
The moisture sensor shall be Of the point contact, vo
saturation type. The sensing probes shall be stainless steel
require no maintenance or calibration for the life of the sys
The sendor shall include data transmission circuitry with
entire unit being encased in epoxy. ;he sensing unit shall
wired in parallel with the station solenoid using two piece2
direct burial wire.
Sensinp Unit Data Transmission:
The sol1 moisture data shall be transmitted over the 5
wires that are used to operate the station solenoids. D
transmission shall not require the installation of additic wire runs from the valve to the computer or irrigat
controller. The choice of groups of stations controlled by
same sensor shall be done solely uithin the computer program L
changes easily made by the user. There shall be no additic
wire run between valves to form station groups. The failure
the computer to automatically place those stations operat
under that sensor to go into override and irrigate for the t
amount of time allowed by the controller.
I c
I
I
1
I
I Override Features:
The computer shall have an override feature that will a1
the irrigation controller to irrigate for the full program time for a period of 24 hours. kt the end of 24 hours
computer will automatically reactivate itself, The compu shall also have a programmable manual override such that dur
chosen times of the day the computer automatically allows f control from the irrigation controller. The computer shall a
have an emergency override switch which bypasses all compu functions.
Memory Display Features:
For each station the computer shall record in its memory:
1) The time programmed on the irrigation controller.
2) The time actually irrigated by the computer.
3) The percentage of controller time used. 4) The amount of time the system irrigated in overrlde
b
I
11
I
I
1
1
I
Q
All historical data shall be continuously summed over the to
operational time of the system and displayed on the computer w
the push of a button, The same information limlted to the IC
irrigation event shall be available with the push of d separi
button.
Memory Printout Features:
The irrigation computer shall interface with a portable compute
to allow for the retrieval of a printout of the detail P
i
operation. The printout shall include the following informa
for all stations for at least 60 irrigations.
1) The date of irrigation. 2) The time of irrigation.
3) The time programmed on the irrigation controller. 4) The time actually irrigated by the computer. 5) The percentage of controller time used.
6) The moisture level readings from the sensors.
7) The user set moisture level.
8) The amount of time the system irrigated in override
Adjustment Access:
The computer shall allow the following adjustments tc
made by those with access to the key to the computer enclosurc
1) The molsture level set point for those stations 11
2) The percentage increase or decrease in irrigation
3) Display memory functions.
4) 24 hour override.
5) Emergency override.
The computer shall allow the following adjustments to
I
fi
I
t
1
I e
1
11
i
I
I
I
I
sensors.
those stations without sensors.
made by those with key access and the access code number.
1) All of the above.
2) Sensor-station group changes.
3) :,anual override changes.
4) Time/date changes.
5) Printout memory features.
Electrical Specifications:
The computer shall have the following:
1) 24 volt a.c. operation. 2) 24 volt a.c. input and output.
3) 1.5 ampere load per channel.
4) Battery backup capable of maintaining memory for
5) Optically isolated solid state relays.
6) Surge protection for 24 volt a.c. power inputs.
7) Power consumption of unit without loads, a) normal operation 0.1 amp.
b) emergency operation 0.45 amp.
b
year. m
Environmental Specifications:
The computer shall have the following;
1) Operational temperature range, 20-140 degrees F=
2) Weather proof plastic enclosures with a padlock latc t 3) Size (in.) 11.5H X 9.5W x 5.5D.
4
The irrigat.ion and moisture controller enclosure e include: panel board., water shields behind air ventsr S.S. I pin, rust resistant automotive paint in medium foliage 91 The cabinet shall be 3/16 A 36 steel plate construction. shall include a light bulb receptacle with on/off switch and
valve terminal strip.
The Contractor shall guarantee irrigation system against
defects and malfunction of workmanship and materials inclu
settling of backfilled areas below grade for a period of 6 mo
following the date of final acceptance of the work by the c Should any 'operational difficulties in connection with sprinkler system develop within the specified guarantee pe
which in the opinion of the Engineer may be due to lnfe~
material and/or workmanship! said difficulties shall
immediately corrected by the Contractor at no additional COS
the Ownerr including any and all other damage. caused by E
defects. The City retains the right to make emergency repi
without relieving the Contractor's guarantee obligations.
As-Built Drawings: The Contractor shall provide and 1
up to date a complete "As-Built" record set of transpar
sepias, which shall be corrected daily and show every change -
the original drawings and specifications and the exact "As-Buj
locations, sizes and kinds of equipment, underground pipi
valves! and all other work not visible at surface grade. Prj for this purpose may be obtained from the City at cost. This
of drawings shall be kept on the job and shall be used only a
record set and shall be delivered to the Engineer on complet
of the work.
Notice of completion will not be filed until such "As-Bui
1
1
t
P
II
1
SI
b
1
1
P
I
&
I
I
t
a
drawings are delivered to the Engineer.
PLANTING
All pits for trees shall be dug circular with bottoms levi
the diameter of the pit equal two times wider than the diame of the ball. of the tree and 1-1/2 times &he height of the fc
ball. Compacted soil at sides and bottoms shall be loosened
scarifying or other approved methods. Pits shall be backfil.
with "Backfill Mix" specified to the bottom of the tree ball.
Set palms in center of pit, in vertical position, so tt
the root crown of ball will be 2" above surrounding grade or crown will be level with finish grade after allowing for water]
and settling shall bear the same relation to finish grade that
did to soil surface in the container.
Prepare depressed water basin as wide as the pit at ea plant. Water thoroughly, backfilling any voids with addition
prepared backfill mix.
I
Shrubs shall be planted in Pits at least 2 times greate
diameter than their root ball and at least 6" below the botto
pit shall be loosened and pit filled with "Backfill Mixtg
thoroughly settled by tamping and watering.
prepare a depressed watering basin similar to tree basin
Soil Preparation and Fertilization: Backfill for
shrubs and trees: shall consist Of the following materials
one cubic yard:
1
I
1
J
I
I
I
b
I
I
t
I,
li
1
I
Screened Topsoil - 75%
Organic Mulch - 25%
Use fertilizer tablets, 20-10-5, 21 gram tablets
manufacture's specifications, with all shrubs and tre Placement of fertilizer tablets shall be as per planting det
in accompanying drawings,
One tablet per on gallon size container
Two tablets per five gallon size container
Six tablets per fifteen gallon size contalner
Larger material see manufacture's specifications
The maintenance period will not begin until ent
installation is accepted by the City. Maintenance shall incli
but is not limited to: watering, weeding, cultivation, spray1
pruning, repairing, replacement, etc, Maintenance shall be foi
days.
General Requirements:
A. Samples: Samples of materials specified herein sh
be subject to submittal for approval as may
requested by the Engineer.
8: Guarantee and Replacement: The Contractor sh
guarantee plants and planting in a healthy, thriv
condition for 6 months beginning at the first day
the maintenance period.
HYDROSEEDING
Intent. io furnish all materials, equipmentr applranc
and installation of hydroseedingr complete in place.
conditions and shall be verified before initiating work.
All dimensions and locations shown are diagram s
I Materials
Wood Cellulose at 2500# per acre
Bender at 140Y per acre
Humectant at 100# per acre
Hydroseed Fertilizer 16-20-0 at 3OOY Per acre t
1E
- Seed. Seed shall be a new Crop, of purity and gerrnina,
rate standards of the industry, fresh and viable, and shall I
a guaranteed analysis and shall be as per the hydras
specification8 on the accompanying drawings.
Installation. ~ll areas to be hydroseeded shall be watt
to a depth of six (6) inches prior to hydroseeding.
Use hydraulic equipment with built-in agitation sys
I
standard to the industry.
P
I
P
5
.I
I
b
1
f
e
I
Using hydromulch pulp as a guider spray the soil wit
uniform visible coat of slurry until a complete even coverage
the area is achieved.
Protection. Contractor shall protect all areas not be
treated against trespassing and other damage at all times.
slurry sprayed on paved surfaces or inside any reservoir drainage structurer which may impede the free flow of rain
irrigation water shall be cleaned. up by the Contractor.
contractor within thirty (30) days after the last seeding.
-------- Re-seeding. All bare spots shall be reseeded by
Full compensation for conforming to the requirements of t
section shall be considered as included in the lump sum contr
price paid for Planting and Irrigation and Median Lighting and
additional compensation will be allowed therefor.
10-1.12 FINISHING ROADWAY.-- Finishing roadway sh,
conform to Section 22, "Finishing Roadway," of the Stand,
Specification.
10-1.13 AGGREGAL'S LASE.-- ~ggregate base shall conform
the provisions of Section 26, "Aggregate Bases," of the Stand
Specifications and these special provisions. I
Aggregate base shall be Class 2.
Measurement of aggregate base will be by ton placed wit1
the limits shown on the plans.
The Contractor's attention is directed to the provisions
Section 9-1.01, "Measurement of Quantities," of the Standi
Specifications. The Contractor shall submit to the Engineer, <
delivery slips or weight slips for each vehicle deliver:
materials to be paid for by weight.
' 10-1.14 ASPHALL' CONCRETE.-- Asphalt concrete shall confc
to the provisions in Section 39, "Asphalt Concrete," of t Standard Specifications and these special provisions.
i
t
I Asphalt concrete shall be Type B.
I
1.
Paving asphalt shall be grade AR-4000. Asphalt conc
shall contain a minimum of five (5) percent and a rnaximul
seven (7) percent of liquid asphalt by weight,
Aggregate for asphalt concrete shall conform to the foil
Type Mix Grading
** Leveling 3/4" (Coarse Grading)
1/2" Surface 1/2" (Medium Grading)
1
* 3/0" Surface 3/a 11
E
1
9
I
1
I
b
1
1
I
E
I
I
I
I
** The percentage passing the 3/8" sieve shall be 50-7: ** The percentage passing the No. 4 sieve shall be 32-f The percentage passing the NO. 200 sieve shall be 5-
Three-eighths inch (3/8") grading shall be used when de:
depth of surface course is between zero and one and one-h
inches (0 and 1-1/2"), and for variable thickness overlays.
In addition to the requirements for Type "B" aggregate,
fine aggregate shall conform with ASTM Designation 0-1073, exc
for gradation. The total amount of aggregate passing the No.
sieve shall be determined by washing the material through
sieve with water. Of the material passing the No. 200 sieve
washing, at least half of the material shall pass the No.
sieve by dry sieving.
Asphalt shall not be heated during the process of
manufacturing or during construction so as to cause injury
evidenced by the formation of carbonized particles.
During the progress of the work, no change affecting
uniformity of the asphalt shall be made in either the source
crude stock or the method of manufacture without the approval
the Engineer.
\ Where new construction abuts existing roadway, the join
shall be along saw cut edges.
The relative compaction of finished asphalt concrete sha
not be less than ninety-five percent (95%). Compaction tests
obtain optimum laboratory density will be obtained with t California Kneading Compactor per California Test 3C
Compaction tests to determine field density will be performed
accordance with ASTM Designations D-2950-74.
Measurement of asphalt concrete will be by the ton plac
within the limits shown on the plans. The contract price p<
per ton for asphalt concrete shall include full compensation
applying asphaltic emulsion paint binder and seal coats/ and sl
cover as required by these special provisions and no additior
compensation will be allowed therefore. r
The Contractor's attention is directed to the provision
Section 9-1.01, "Measurement of Quantities," of the stan
Specificationa. The Contractor shall submit to the Engineer,
delivery slips or weight slips for each vehicle delive
materials to be paid for by weight.
seal coat shall conform to the provisions of Section "Bituminous Seals of the Standard Specifications and t
special provisions.
B
All asphalt concrete shall receive a fog seal coat.
1-
E
1
Y
9
-I
1
c
8
I
t
P
I
I P
;I
10-1.15 ASPHALr CONCRETE DIKE.-- Asphalt concrete
shall conform to San Diego Regional Standard Drawing G-5, Typ
Asphalt for dikes shall be viscosity AR8000 and aggregate s
be 3/8-inch maximum graded aggregate, both as specified in
Standard Specifications.
Asphalt concrete dike will be measured and paid for at
contract price paid per linear foot for asphalt concrete dike
will include full separate payment for asphalt concrete, asp
binder or aggregates used for asphalt concrete dikes.
10-1.16 ASPHALTIC tNULSION.-- Asphaltic emulsions SI conform to the provisions in Section 94, "Asphaltic EmUl8lOl
of the Standard Specifications and these Special Provisions.
The specific asphaltic emulsions, suitable to
conditions, will be determined by the Engineer. Asphal
emulsion shall be used as a paint binder for dikes and exis1 pavement to be overlaid, and to seal asphaltic concrete paver
and overlay, miscellaneous areas and dikes. b
Asphaltic emulsion shall not be applied when the surface
wet or when the atmospheric temperature ia below fifty degi
(SOo) Fahrenheit.
The asphaltic emulsion shall be applied at a rate of 0.1
0.15 gallon per square yard. Curbs, gutters, sidewalks and ot
adjoining improvements spattered or touched with emulsion st
be carefully cleaned.
Full compensation for furnishing and applying asphal
emulsion as required by the plans and these special provisi
shall be considered as included in the contract prlces paid
the various items of work and no additional compensation will
allowed therefor.
10-1.17 INOR CONCRETE.-- ;iinor concrete shall conform
the provisions of Section 51, "Concrete Structures," and CUE
sidewalk and pedestrian ramps shall conform to the provisions
Section 73, "Concrete Curbs and Sidewalks," of the Stand
Specifications and these special provision.
4
CURB XNLETS.-- Curb inlet8 shall be Type ,A or A-1 confori
to San Diego Area Regional Standard Drawing D-1 or Type FJ or
curb inlets conforming to San Diego Area Regional Stan< Drawing D-2 as shown in the appendix or as modified as showr
the plans.
STORM DRAIN CLEANOUT.-- Storm drain cleanout shall be ~yl
conforming to Sari Diego Area Regional Standard Drawing D-10,
shown in the appendix.
S'IRAIGHT HEADWALL.-- Straight headwall, Type A o
(Circular Pipe), shall conform to San Diego Regional Stan
Drawing D-30 or D32, as shown in the appendix.
I
E
1
3
It
I
t r
I
II
I.
T
t r
CONCRETE CURB.-- Concrete Curb and gutter shall be Type
conforming to San Diego Area Regional Standard Drawing G-2,
Type B-1, median curb, conforming to San Diego Area Regic Standard Drawing G-6/ all as shown in the appendix.
SIDEWALK.-- Concrete sidewalk shall conform to San D:
Area Regional Standard Drawing G-7, as shown in the appendix.
CONCRETE DRIVEWAY,-- Concrete driveway shall conform to
Diego Area Regional Standard Drawing G-14 or G-26 (Commer
Driveway) as shown in the appendix.
m
I, EIEDIAN PAVING. -- (Yedian paving shall be 4-inch tt
integrally colored concrete. The scoring pattern shall con
to details shown on the plans. The color shall be "Light S8
and shall be approved by the Engineer. 4 x 4 - 10 x 10 WWM s'
be installed under concrete median throughout.
DRAINAGE DITCH.-- Concrete drainage ditch shall be Tyg conforming to San Diego Area Regional Standard Drawing D-7f
shown in the appendix.
RETAINING CALL.-- Retaining wall, consisting of a reinfo
concrete footing and a reinforced concrete masonry unit s
shall be Type 1V conforming to San Diego Area Regional Stan
Drawings C-3 and C-7 as shown in the appendix.
The contract price paid each for storm drain cleanouts,
inlets, head wall^^ and retaining wall stem and footing s
include full compensation for all structure excavation
structure backfill, furnishing and placing bar reinforcing miscellaneous iron and steel, (including steps, metal frames
covers) and no separate payment will be made for these incl
items. Concrete curbr curb and gutter, and drainage dltch
be measured and paid for by the linear foot in place. The sq
footage for concrete driveway has been aeducted from the sq
footage of sidewalk shown in the proposal. Concrete sideu
retaining wall stem and median. paving will be measured and
for by the square foot in place. Retaining wall footing Wil
measured an? gid for by the .cubic yard in place.. Concrete Cam mas& and pad for by sq ft, as lndxated in est*
m
Drlveway(s) W1 1
B
10-1.18 REINFORCED CONCRETE PIPE.-- Reinforced cd pipe shall conform to the provisions of Section 65, l*~~i~ Concrete Pipe," of the standard Specifications and these s provisions.
The contract price paid for reinforced concrete pipe
include full compensation for furnishing all labor, mate
tools, equipment, and incidentals thereto and for doing a
work involved in installing piper complete in place, inc structure excavation and structure backfill, and ~0nnec-i~ pipe to existing or new facilities, including concrete ~011~ concrete tees and reinforcement, and replacement and repa
existing pavement removed during trenching, as shown 0 plans, and a specified in the Standard Specifications, a
directed by the Engineer.
me contract price for reinforced concrete pipe shall also i
campensation for removal and disposal of portions of the old Wighw concrete slab if erwxxLntered during the excavation.
10-1.19 CHAIN LINK FESCE.-- Chain link fence shall bt
CL-6 and conform to the provisions in Sections 80-1, "Genl
and 80-4 "Chain Link Fence", of the Standard Specifications
i
E '.
I
9
li
1
I,
b
I
B s
8
2
I
10-1.20 PAINT TRAFFIC STRIPES AND PAVEMENT MARKIN
Painting traffic stripes (traffic lines) and pavement mal
shall conform to the provisions in Sections 84-1, "General,
04-3, "Painted Traffic Stripes and Pavement 4arkingsr" o
Standard Specifications and these special provisions,
The State Specification No. for Rapid Dry Hater Borne
in Section 84-3.02, "Materialsr" of the Standard Specific;
is amended tc read "8010-616-30,"
At the option of the Contractort STAJARK arand Pav
Tape, Pliant Polymer Grade, manufactured by the 3i4 Compan
Cata-Tile Elastoplastic Roadmarking Tile, manufactured b!
Cataphote Division of the Ferro Corporation, may be p instead of the painted traffic stripes and pavement mar
specified herein. Pavement tape and roadmarking tile, if
shall be installed in actordance with the rnanufactui
specifications. If pavement tape or roadmarking tile is F
instead of painted traffic stripes and pavement markings
pavement tape or roadmarking tile will be measured and pai
as paint traffic stripe and paint pavement marking of the n
of coats designated in the Engineergs Estimate.
On two-lane roads the first coat of the cepter line str
shall be painted in the same direction as the post I increase. The stripes will be painted with "Rlsht Gun Contr
10-1.21 PAVEMENT MARKERS.-- Pavement markers shall co to the provi.sions in Section 85, "?avement . arkers~ 'I Cj Standard Specifications and these special provisions. E
At the Option cf the Contractort a hot melt bitumen adh
may be used to cement the markers to th.e pavement, instead o Rapid Set Type or Standard Set Type adhesive specified in t
1
I
Section 85-1.06, of the standard Specifications, The bit
adhesive material, lf used, shall conform to the following:
specification ASTM Test Requirement Met hod
Flash Pointr COC, OF. D 92 550 ffin.
Softening Point, OF. D 36 200 Min.
Brookfield Viscosity, 400° F. D 2196 7,500 CP, ~a
i
E
I
II
II
I
1
I
B
1
I
i
Penetration, 1009, 5sec, 77O F. D 5 10 - 20 dn
Filler Content, % by weight
(Insoluble in 1,l,L
Trichloroethane) D 2371 50 - 75
Filler material shall be calcium carbonate and shall conf
to the following fineness:
Sieve Size Percent Passing
No. 100 100
No. 200 95 No. 325 75
Bitumen adhesive shall be indirectly heated in an applicat
with continuoua agitation. The adhesive shall be applied at
temperature between 400' F. and 425' F. Markers shall be plac immediately after application of the adhesive.
Placement of markers using bitumen adhesive shall conform
. the requirements for placing markers in said Section 85-1.06
1. rccarkers shall not be placed when the pavement
b
the Standard Specifications, except as follows:
air temperature is SOO F. or less.
2. 2last cleaning of clean, new asphalt concrel M surfaces will not be required.
will not be required.
During pavement marker placement operations using bituma
adhesive, the Contractor may use traffic control as specified fc traffic stripe operations as provided in the section entltle
"Traffic Control For Traffic Striping" of these specra provisions.
10-1.22 STREET LLGHT1NG.-- Street lighting system shal conform to the provisions of Section 86t "Signals and Llghtlng. of the State Standard Specifications and these specia
3. Blast cleaning of clean, new seal coat surfac4
4 provisions. f
I
I
The contract price paid for each street light shall inc
full compensation for furnishing all labor, materials, tol
equipment and incidentals, and for doing all the work involve,
furnishing and installing a complete, ln-place and operat
street lighting system as shown on the plans, as specified in
Standard Specifications and as directed by the Engine
including any necessary pull boxes; excavation and backf: concrete foundations (except when shown as a separate contr
item) : restoring sidewalk, pavement and appurtenance damaged
destroyed during construction; salvaging existing materials;
making all required tests
I the State Standard Specifications.
I
1
I
1
1
I
I
I
1
1
I
I
I
I:
I
10-1.23 SIGNS.-- Regulatory and warning signs SF conform to the provisions of Section 56-2, "Roadside Signs,*
10-1.24 SCHEDULING OF WORK.-- Scheduling of work SF
conform to the provisions in Section 86-1.06, "Schedulinc
Work," of the State Standard Specifications and these provisi
No materials or equipment shall be stored at the job
unless permitted by the Engineer. The job site shall
maintained in neat and orderly condition at all times.
10-1 , 25 €'OUNDATIONS , -- €oundations shall conform to provisions in Section 86-2.03, "Foundationsr" of the Si
Standard Specifications and these special provisions.
Portland cement concrete shall conform to Section 9(
"Minor concrete,"of the State Standard Specifications and s
contain not less than 470 pounds of cement per cubic yard.
The fifth paragraph in Section 86-2-03, "Foundationsr'
the State Standard Specifications is amended to read:
Cast in drilled hole concrete pile foundations for ligh
standards shall conform to the provisions in Section
"Piling," with the added requirements that standards shall no
erected until seven (7) calendar days have elapsed after pla the concrete snd that material resulting from drilling h
shall become property of the Contractor.
Excess excavated material shall be disposed of in accord
with provisions in Section 19-2.06, "Surplus Material", of
State Standard Specifications.
10-1.26 STREEL' LIGHT ASSEMBLY.-- Standards, s'
pedestal and posts shall conform to the provisions in Section
2.04, "Standardr Steel Pedestals and Posts," of the S
Standard Specifications and these special provisions,
Street light assembly shall conform to San Diego
Regional Standard Drawing E-1 as shown in the appendix, P
I
No direct burial foundations will be permitted.
10-1.27 CONDUIT.-- Conduit shall conform to the proviz
in Section 86-2-05! "Conduitt" of the State stanc
Specifications and these special provisions.
Section 86-2.05(A), "Yaterialt" of the State Stand
Specificaticns in amended to read:
1
Conduit and fitting shall' at the opticn of the Contrac
be the rigid metallic type manufactured of mild steel
ccnforming to Underwriter's Laboratories Publlcation UL 6
Rigid Metallic Conduit or the intermediate metal t manufactured of mild steel conforming to ijnderwrlte
Laboratories Publication UL 1242 for Intermediate i",eta:
Condui t.
8
I
J
II
I
I
b
1
1 s
i
I
I
d
1
Rigid metallic conduit to be used as a drllling or hac
rod shall be fitted with a proper drill for the sized i
required.
Contractor shall install 2" PTS66 "Subscriber" telept
conduit under westerly side of roadway from approx. station 2t to approx. station 51+60 and 2-4" PTS77 telephone conduit ur
easterly sidewalk from approx- station 46+00 to approx. stat
65+50 for future telephone lines as shown on the plans.
minimum cover shall be maintained on all conduit installation,
Heavy wall polyvinyl chloride (PVC-SCH-40) conduit may
used in sidewalk and roadway areas provided the proper depth
adhered to. If the jacking method is used, a hole must be bo
and prior to removal of the boring tools, the polyvinyl chlor
shall be pulled back through the bored hole.
Insulated bonding bushings are required on metal conduit.
10-1.28 PULL BOXES.-- Pull boxes conform to the provisi
in Section 86-2.06# "Pull Boxes," of the State Standai Specifications and these special provisions.
The seventh paragraph in Section 86-2.06A1 "Materials, "
"Covers shall be secured with three-eight inch (3/8") bo
capscrews, or studs, and nuts which shall be of brass, stainlt
steel or other non-corroding material. Stainless steel hold-dc bolts, capscrews or studs, and nuts and washers shall have
chromium content of not less than eighteen percent (18%) 2
nickel content of not less than eight percent (8%). Nuts shi
be recessed below surface of cover." Hold-down type covers shi
be furnished.
the State Standard Specifications is amended to read:
Pull bcxes for instqllation in the around or in sidewt
areas shall be precast reinforced concrete with preca reinforced concrete covers marked "STREET LIGH'fISG" in reces6 1" letter. Pull boxes shall be No. 5 size. t
I
10-1.29 CONDUCTORS AND WIRING.-- Conductors and w
shall conform to the provisions on Section 86-2.08, "Conduct and Section 86-2.09, "Wiring of the State Standard Specifica
and these special provisions.
Splice8 shall be insulated by Plethod "B".
10-1.30 BONDING AND GROUbDThG.-- ,onding and grou,
shall conform to the provision in Section 86-2.10, "Eondin5 Groundingr" of the State Standard Specifications and t
special provisions .
I
1
I
3
t
I
II
b
1
8
I
II
I
I
I
Grounding jumper shall be attached be a three-sixtee
inch (3/16") or larger brass bolt in the standard or pedestal
shall be run to the conduit or a ground rod in adjacent pull
Grounding jumper shall be visible after cap has been PC
on foundation.
10-1.31 SERVICE.-- Service shall conform to
provisions on Section 86-2.11, "Service," of the State Stan
Specifications and these special provisions.
Service equipment enclosures shall be hot-dip galvanize
formation with the specification of ASTFL Designation: A-
Coating Class 1-25 Commercial, orI at the option of
Contractor, said enclosures shall be provided with a facl
applied rust resistant prime coat and baked enamel finish ci
Enclosures constructed of material qalvanized prior
fabrication shall have all cut edges repaired as specified abraded or damaged galvanized surfaces in Section 75-1,
"Galvanizing," of the State Standard Specifications.
SERVXCE PEDESTALS.-- Trovide electrical service where SI
on the drawings. Pedestal construction and dimensions to be
accordance with San Diego Gas 81 Llectric Company, Caltrdns
City of Carlsbad standards. Provide a 3/4" by 10" long COI
clad steel ground rod in each pedestal. Provide concr
footings for each service pedestals.
10-1.32 TESTING.-- Testing shall conform to the provis
in Section 86-2.14, "Testingr" of the State Standl 1 Specification.
10-1. 33 PAINTING.-- Painting shall conform to
provisions in Section 86-2-16, "Painting," of the State Stand
Specifications and these special provisions.
Paint for application in the field shall be furnished by
Contractor. When the controller cabinet has been fact(
painted, the Contractor shall touch up marred or abraded ar
with a matching paint.
t
1
10-1.34 HIGH PRESSURE SODIUM STREET LIGHT
I
LUMINARIES. --Street lighting luminaries shall conf to the provisions in Section 86-6, t'Lighting,11 of Standard Specifications and these special provisions.
Luminaries shall be cutoff type; 200 watt; 22,000 Lu
high pressure sodium. Photoelectric controls shall be T
IV.
The unit price paid for street lighting shall incl full compensation for furnishing and installing the str light luminaries, including all necessary underground pullboxes and connections to point of service, complete i no additional compensation will be allowed therefor.
Section 5-1.02A, "Trenching Excavation Safety Plans, t@ i Section 7-1.01E "Trench Safety," of the Standi Specifications and these special provisions.
The contract lump sum price paid for trench shoring shz include full compensation for furnishing all labc materials, tools, equipment, and incidentals and for doj all the work involved in constructing trench shorir complete in place, for the design of the shoring systc removal and disposal of the shoring materials, as shown the plans, as specified in the Standard Specifications E these special provisions as directed by the Engineer.
1
1
I
I
I
I
I
I
I
1
8
8
I \
1
10-1.35 TRENCH SHORING.--Attention is directed c
b
r
1
SECTION 11. Appendix (City of San Diego Standard Drawings 1
1
I
1
II
I
lli
b
d
I
I(
I
1
U
I
1
t
b \L
8
I
II
I
1
I
8.
,
H Footing W Xcy Size "A" Em "3" Bai W11l Height Wail Type
Ilt Y 1'- 6" None # 3 8 32" de None 1'- 4" r- o" Ill 3" . 1'- 6" None I 3 8 24" olc None
111 3 '. 2'- 0'' None I 3 s 24" oic I 3 3 48. 1'- 8"
None I 3 B 24" o/c I 3 @ 48' r- 4" 111 3" t'- 3"
Ill 3" 2'- 6" None I 3 k3 16" oic # 3 @ 12' 1'- 0"
,None I 4 @ 24" o/c X b @r 24'
6"x 6" I 4 9 24'
1'- I" IV 6" 3'- 6'' 5'- 4" IV 8" 4.- 0" I 4 @ 16" O/C c- 0" V a- 4'- 6" at*x a** I 4 @ 24" oic Y 4 8 24' I 4 G 16" oic I 4 !g~ 16' 81.r a- 6'- 8" V 1' -1" 5'- 0"
8,- IT' v 1' -8" 5'- 2" 12"r 12" I 5 3 16" o/c I b 8 16'
~ ~~ ~~ ~~
NOTES: 1. Footing $ita an bard on 1000 lbs. Der souare '031 maxlmum sod bearing value. 2 Wall hqhc h mcuored born the 100 of the footing to the (00 of The mil.
3. Th *I.lb lhom hfe =e designed as walk ntaining level earrh for a disuncr equal to wall height
4. Str Standard Orming C.7 101 additional :equiremenn. 5. When wll Type V is required. the lomr 16" of mil height is nquired 10 consist of
6. Wonzontal Steel: # 3 ban shall be placed langiw5nally in rhe foorirrg x shown.
Walls no1 show in the table above. must be deJigned soecifically for the exlstlng condlrron.
12" mdrh masonry unirr.
# 3 ban or ladder mesh shall be placed longlrudina..y in the monar lomt every
tirteen inches x Ihe blocks are laid up.
RevtrlOn 8vl AoDrovtd { Date RE:ZUMENPEJ I' SAN DIEGO REGIONAL STANDARD DRAWING IIG,C**I IT,,3, New On. TP,b m 0. 110 ! [ ~~ &3<- MASONRY RETAiNING WALL C.rr.l.tr e: i I - L__
I1 I (LEVEL BACKFILL) NUMBER'
DRAWING TYPES 111 IV & V
c
B I !.'
8
I
I
I
I
I
b1
1,
II
I u
1
I
B
tt
DEtIGN CONOITIONS: INSPECTI OMS:
walk tn to be md for he fordiq conditionr rtrmn for
&I cype dl. Oaiqn H shall not be umdrd. Faatinq try u rewind exc~m II show othenvw or when bund unnum PV the Enqinar. Spwul foonnp dmpn b rrguired where foundation rnateflai b un-rbie of sueooninq tot prtwre ~irtrd in ~011.
OESiGN OATA: Wall Type 18. 48, 58 nd 61:
Reintowd CoWnU:
Call far irrrpctiolq a follows:
& Whtn the faotinq hr been farmed. wit) rurlly in final posttion, tnd IS rrauy i to k pircrd.
Whrrr clonout hula Jrr not provldtd:
(11 After the bloctr hm brm laid U! 4'. or full hecqht for wub 00 10 ,
pia but befon tbt grout b pour Fc 1200 oli F'c 3WO psi
Ft 20,000 psi n 9 10 (2) Afnr the fiat lifr is properly grou hm km laid up 10 the too of d
tal tted lrwnly in pke but be!
lift is qmurrd.
8.
Reinfornd MMony:
F'm BdO psi Fm s ZWpsi Fs 20.000 psi n 8 50 Ea& - 720 pcf an Eguivaient Fluid Prr~un = 36 psf pr foot Df hright. Walk shhorm for T%:1 unlimited
dopin9 surcharge an jatpnrd in acrordano with
Whrn cltnout hola ara ptwidrd:
Afmr thr btKb hm botn laid UI 8te wJ1. with Uls SfId Ped =curl Rankline's formula for unlimttm sloping surcharge with bfon gartin&
C. After qrwtinq ir cornplan and attar rai dram are in pfuc but betor, imh bar
0. final ilupection when a11 work hr bai
CONCRETE GROUT AN0 MORTAR MIX€:
Concrete grout and mortar mixa shill k a "StmdJrd SOcifications for Public Worb Co
Ail cells shall be filled with grout Rod.or 'I
mmin 10 minutu of pouring to inrun CON
gout to a point 2" from the top e! msonn gwbng of ncond lift 8 (0 be continued at
MORTAR KEY:
To insure proper bonding bermen the faotii
,course of block. a momr key shall be farm
J flat 2 X 4 fluah with md JI thr lop of :I footin$ The 2 X 4 should be removed ah Nnrd to hrrdrn (acoroximarc!y 1 hour].
A momr kry may be omitted if the first c'
yt into the frnh concretc wen tne footing
good bond is obtained.
WALL DRAINS:
Wall drain? shall br grcvtdrd at 6 foor h:er of the mil and located af the level of the I block. The drains shall be 4" in diameter, block on iff side. or leaving out every head course of block. Backfill behind wall drain:
shall be loose rubbic or gravel.
SOIL:
All footings shall errend ar lea 12 inches
narural sol1 or wprwed cornnpacreb hl!. Sc
prior to placing concrete in foormp.
-. 8 8. 33' 42:
REIN FORCEMENT:
Innrmediate grade. hard grade. or nil sot1 deformation hall conform to ASTM A615, A616. A617. Ban lhtll 180 40 dkmrt8n. where spliced. unlnr othrwcvlo dawn on the plans.
Bmdt $ut1 conform to the Manual of Standard Practice. A.C.I. Backing for hoolu ir four dirmeten All bar tmbrdmena ate char abunca to ouotdr of bar. Sprcing for parallri ban if cmter to antar of bm
MASONRY:
Att ninforced masonry rrtrininq mlls shall be constructed of ngulu or light mrghr standard uniu conforming to the
"Standard Specifications for Public Worb Commction."
JOtNfS:
Vtnjul cmad joints &dl b, plaad rt 32 foot imrmlr
mPimUm Join8 ?ntll b, datgnt0 10 reVn Shelf md Other Irtenl brm while permirun9 lonqrmdll mmmmt Verdtrl uoaruiw jotno lnJl k plnrd n 96 bot inter-
**I mollmum
CONCRETE:
Footing tuncrate shall be 5604-3250, uu'ng 8 aggregate when placing tondbtronr permtL
BACK F I LL:
No backfill material stfall be placrd qahst mlronry ntaining
wills unul grout ha reached durgn strength or unrd grout has crr:ed for a minimum of 28 days. Compaction of backfill
Each layer of backfill shall be moistened as directed by the Engineer and thoroughly tamped. rolled or otherwise compacred until the relarive compaction is not less than 9&.
FENCING.
Salecy Irr.cing shall be insrailed at the top of the wall as
required by the agency.
,
mareriai by jetting or ponding with watrr will nor be permitted.
C hvirion [ Bv Approved I Dare SAN DIEGO REGIONAL \STANDARD DRAWING ICCSb Itt;O New Ora. frQ' M.8. l/O-A? +&
II cove- Notes I , X.&. 13-ss GENERAL NOTES FOR MASONRY' -
OR/ NU! II RETAINING WALLS
1
8
1
L
I
I
I
(I
1
I
1
t
PLAN - -
Rounded pi08 cnds
tomrds outlet
-28. - - 4' min, 8' mar.
NOTES: SECTION C-C SECTION A-A
1. St Sundard Onmnqs 0.11 & 0.12
2. TVDU are drmpnattd u follow: {no unnq) A, (one wing) A.1, (rwo winqs) A-2.
3. Gpomd eder of conefeu shall be rounded mth I radius of 1/2".
4. Whrn V exwtds I' sttps mall be insralled. See Standard Drawing 0.11 for details.
5. Concnta gum to march adjacent punin
7. hwd8 114' tooltd prom in top slab in lint with back of adlacent curb
8. Surfao of top Jib shall be tidwlk finishid to dnin tomr.' meet at a slope of 114' per foot.
9. hintam 1 112' clear 41actn9 benncn ninlorting and rurfact unless ofhemi* nottd
for addition4 notes and details.
LEL
1s 6. An txpermon joint shall be placed at the ends of the inlet when the curb is 10 ad~oin -
ItC3rrfef: Revision ISv AoorovTd Dart
Rcterena 1%' -#? 5 /o- jz SAN DIEGO REGIONAL STANDARD DRAWING ,Ic,o**i ~.~ v
Reba! % 7x3 5-635 - w9d.d I 1 ~.rrr~ n:s
DRAWING I 1 NLiMBER
CURB INLET TYPE A
I
8
I
a
1
t
Ofianinrd 5y pi01 azH' min, 8 mu.
SECTION C-C SECTION A-A
NOTES: 1. $a Standard 3nmngr 0.11 & 0-12 2. fypa am dengnotrd u foilawJ: (no mng) B. (on. mng) B-1, (hn) wings) 8.2. 3. Expavd tdprr at canereta $hail ba mundad mth a radrul of llt".
4. Wh@n V excada 4' RIP* rhrll be innallad. kr Standard Ormtng 0-1 1 for dttaik 5. Coocnu gumr to match adlacent gunrn.
6 An expanuon joint shall ba plrcrd at the tndx of the inlet where the curb 1s to adloin. 7 Provide 1/4" tooled groan in top slab in line with back of dpctnt curb
8. surfao of top Jab shall be sidwlk finshed to dntn tward stint at a slope of 1/4" per foot.
for addioond nom and detaik
LEGENO ON
15'Type B
3
---cl 15'
Revislo? 1 E~I AD
Notn Id D
7,
9. Maintain 1 1/2" clear r~acing bmwn ninforcing and wdra unless othtwi= noted.
r
.wormtiam IV TMI YI nttco W.OIIAL nuo*aoI corrinrc SAN DIEGO REGIONAL STANDARD DRAWING
czu9rZ-f &i /v73 9 Refensee PPI P L J ~im ur c IWOI OW Reba! w It I
CURB INLET - TYPE B 0 RAW1 NG NUMBER 0-2
I w i
1
1
1
1
I
b
1
1
1
1
I u7
1
t*
1
1 rOpn (1' Mid- ?A' chrmfir
i 1-1-;-11- im
f t-8r- ~-~l-~-;-~-~~ I
LI I -- ---
CI J 1- L
F-!@-[er!T 1 f
br
I
ELEVATION SINGLE HEAI
t L
ELEVATION DOUBLE HEADWALL
-
SINGLE oou F,
m OH c IE B. L:
12" r.8" Y-0" r 35 0.60 8'.0"
15" T.11" c.0" 10 0.75 Y.6"
18" 7-2'' 7'-0" 50 0.91 1V-6"
21" 3.5'' 7-6'' 60 1.02 11'-6"
Rounded pipa ends, J 19"r
111 dnwing 0.61.
I il: 24" 7.8" r.c' 7s 1.20 12'-r *
27" j'.lI'' Y.6" 85 1.39 14'-0" '
30" V-2" 1V.F 85 1.52 15'-0'' '
Jy' 4'-5" 11'-Q' 100 1.73 16'-0" '
36" 4'.8" 12'-0" 105 1.95 17'-0"
59" 4'-11" 1Y.V 130 2.09 lC.0"
42- S.2" lT.6" 140 2.34 lY.0"
4&* s.8" 15'-0" 160 275 21'-0"
y;. Ti
SECTi 0 N
72 1 lR"W7 112"
I:::( ::::,,I ;;:::: ;;; 1:: ;:::::,
sd" g.2" \1'.0" 3.31 23'. 6"
NOTES
1. Concrete shill br 560C.3250
t All ritnfordng ntrl I 4 bars. All nflial and honzontal
tie ban 18" maximum spacing.
LEGEND 0
--e-. -----
Revwan 18)
SAN OlEGO REGIONAL STANDARD DRAWING ' Conc. k nfcwatwco 87 r*f $AN .JISGO
A rid5<-/ c?'& '773 1
RfGlOhAL nAWAROS :OMUtnfl
'
-. STRAIGHT HEADWALL - TYPE A : ,I-( - . : *#Ql Jrrr
DRAWING NUMBER 0-30 (CIRCULAR PIPE)
1
1
1
II
I
II
t
1
b
I
1
I
I
1
1
I
t
r
1 'O"r
A7 1 ron (" m'n)
Roundad Pia En & i =F-T ma d-nq 0-61.
-7- -- - - .-
*4
b '*. b
r- 9 44- L
AJ
DOUBLE P!PE SECTION A-A ELEVATiON
"7
-@- 1
AJ
-! L
SINGLE PIPE ELEVATiON
I
NOTES
1. Coneretr shall be 56RC.3250
Z Exposrd cornro to br chamfered 31".
LEGEND ON PLANS 4 ----- -----
Revman I Bv ADO
zn Cone F SAN OIEGO REGIONAL STANDARD DRAWING RtCOumf*OfU I? Tri $Am DtfCo
If i Oa4L nA*OAIPS COrr~lTff
/I.#JJc<L.rCy/ ++i .*'S r -,m,qT- STRAIGHT HEADWALL - TYPE B -
[ClRCUtAR PJPE) ORAWING NUMBER 0-32 I
1
1 '-
111
I
I
i
I
1
b
li
I
I
1
1
I
I
3" 470.C.2000 conmtt or 3" 4500 os. air phad concnm
~th 1X"rlX" 17 01pc ma0 be rounded at the option of the contnctor. ~mn9. -
TYPE B TYPE A - BROW DITCH
3" 470-C-2000 cmcnti or 3" 2500 pu. air placed concrete
mth Ix"x1x" 17 gage SNCCO tht option of the contractor. I ntnrnq.
TYPE C TERRACE DITCH TYPE 0
1. Longitudinal slope Of lined dirch shall be 2% mlnimum.
2. Over slope down dtrches shall emp ay 6" th,ckenrd edge pctlon
at both sides of dirch.
LEGE -
I t ORAWIN( NUMBER
DRAINAGE DITCHES
i
1)
1
/NO DIRE= S'%\e(L
AJm LWh r m
Curb Omhrn9 1' mtn i( F
I
I
I
1
I
II
b
I
I
I
8
Hind hola ro kta mnt
560 * c - 3250 P C.C. Anchor bas
muart Or round, add 1' to arch dimenston for toom sot1 or soh day condltlons. c< a
ANCHOR BASE I Fintshed Gndt 8 Anchor bolts mus
nuo with waherr (ail 1 8JCh boJL
I RlGlOllAL nAll
USE S
1)
1
II 1
1: I
I
III
I'
i
b
5
1
1
I
I
l
8
t-
L
~ -. .
2" Weakmid Plane Joint
''A g
. . ., .b . . .. .'a .:..., . . (. ) -F
\: :,I3
.;. .- 112" R ?-,%-.- * .. a. .. b .; P
4
if;;. .. *
io? c - 0
1" R ..
h'.
. b' - \-::..:. ... " i. .. .* .. .a
*.:
.# .(. . *. .. . ,..e-. . .
f-
L ..... a. b...' , . , .a...
W
TYPE G & H CUR8 r+Jy
with 6" Curb Fau
NOTES:
1. COnCnm shall b8 520-c-25~.
2. Sr Standard Orawing G-10 for jaint Cetailr
LEGENC ON PLANS
Revinon I9v 1 Aa SAN DIEGO REGIONAL STANDARD DRAWING
CURB AND GUTTER - COMBINED
fltCarrtwt8 IT twt SA# OICCO
atGiOSAI STA4OAlOS CJllillif 'Conc El 72
e. *) /J.;-<-' *+& ,q,:
ORAWING NUMBER 6-2 e I
SEE SDG-100
,- -- . '1. .lla. . *: yai a,.,
1
/-
( 1
I
I
I
8
I
b\
1
I
II
8
I
I
1
1
tvt
b
11"
TYPE A-SECTION TYPE B-SECTION
bLm
Hoqht r, S, or 9"
I Indtotd on pl~m r,7+-TA 1 .1 +i Ltr (5 X
2H + 6"
TYPE C-SECTION NPE D-SECTlON
3000 ind of diki 1 : I
den not joininq
other improwmenu
IAPROX OlKE QUANTITIES 1 I TYPE I TONS/LIN FT 7 ri 0.0583
0.0250
0.0375
0.0375
0.0702
0 0062
ALL TYPESSIDE VIEW
/
NOTES
1. OikI u to be pfacrd on J mtnrmum 2' of A.C. road rurfac~nq, extrndlng
2 AR-8000 grade whalt to be used for a11 dtkn 3. AC. dikzs may be shoed and cornpaced with an extruslcn machtne or other
quipmmt upable of sbaping and compmnp the martrial ro the required woo ucrlon.
UVOuphOut the width of the dike.
LEGENO ON
Type A c
Rtvtmm BY ADDrond Dare
I SAN DlEGO REGIONAL STANDARD DRAWING ::?;:::$:
c-*.~w n c
- US&
,I
I ' DIKES [BERMS) - ASPHALT CONCRETE DAAW,NG
NUMBER
I
Limit of drimy for
no lidmilk or
contiwow idwk
1.
1
I
I
111
I
I
b
I
8
I
1
I
I
I
I
PLAN
' ELEVATION
1. No concr811 shall be plrrd until forms and wbgrada arc inspcctrd by rht Agency.
2. Concnm shall be 52C-C.2500.
4. Cliveway nmp to extend 10 10 feet from curb face or io proparry line whichever
is ICs. [For commtciil driveways only)
3. Set standard dravinq 6.15 and G-16 for width md location nqu;rcmrna. LEGEND ON ??AI
-+-+E.'-,
t
SEE SDG-100
I-
Nan-eontiguow SidowJk i
I
I
E
I
8
1
' ' Contiguous Siet
b e
SECTION
I
I
1
I
I
I
I
1. No COncfm shall be dwrd until form and subgrade are in$pec:rd by the Agenc(. 2. COnCntt shall b8 s2&c.ZSoO. 3. see S[;ndard Onwing 6-15 ad G-16 for widrh ,8nd loorion nquircmena.
LEGEND ON PLANS
f
00 - 46 Si 0; @ A =97' 33' 03" . @A= qn
R 'I2 S'' R -80' . R = 80'
e - 8.lt' . e OI2.C
I
t - &e+ L rl3G 21' L rt2.c
I
05: 2' a
'?
i
Q TO Q
3y PM 4,-,*+ 2".
0 c-, PL. I "
i?KCdW?hFj SA TA
ZDSZ'
@ ro Q 0 c-,
PL. I -+* ou. .-$ PM w 190' +C
3' UP PED
1
-
c PL. C4D 6 CLSW. $5C
I
c ET41 L
NO SCALE
..
8 srm -LE * e303 ???H
'r9 1&4zRkf
0
R = 80' t. - 22 4
TO 2s REMOVED
I
I z @ A - 0115*~2*' , R = s,r-Sic-k& @a = 22 If' si
L * 31. IS' 3 30.4' os -6'
3 y3CARLS8AI /4@f ; ;,Pp -. . Q L - ZZ%* .c'
W W Cr) . - a A = t)'zYt:'
@b - I€* tl' +E- \ 8 & 1 < 21' 43." R - 5.a.i 55' .. t = It< h 60' a S.f'
35. - -- "8 3 : /~~~~-+f
I cii :< *
t. Zt.92'
E ";"
e-&. * 16. to' 06" . .. 8 *
P 'r 90'
L - 2SL3?' -.
I
'. I ..
. 2 +e*
@Aa\-90* 00' 00"
..
c,
lu + 9
. w - UI
-
I
4L [#I goe *JlIi?EC# CdY CWJlracibre,
itmmitam ~DP /'A* eke %e splice 5,
SEE hM2.Z
f, A+ ?€D @ E@&€ EIWTbh &l%'
PL. e - 4;' * PW * 743
Jt INCLclDfS
_. .--. ? --. . . _..
I:
:.
@ ti= IS.
E - ea L = ai. E * 21.
- @ 0 - &3i-?CW - . Q A = &421*ev ,,
L % //9.f7 . R I 4047,. 3 - MCfZ L = &C.f/'
I. I os- 3'
@A 12 '3 '40" R ' IC!!. L. Zl-E!? R* 130' c 9 77.3! c *ZZ.SI'
6 d fi'O9.2~;
L tZZ.36'.
\* -L.c, /. :\ : 6'57 :4$ - 1'-
- ._ .. .._ .. I - __ - .. .--
.- w __.-- rei.2' .. A-- - - ---
_.
Lwd3-w-
7 s.c- -
-Q
@To Q . @ TO Q (
E 2-f~~ PL 2-4:DU. F
-00 00 c--
4-?M SIC&' Ka w PMrSBO 31a . SF
- -- _-_- -. __ . . - .. .. - . -
+fNCLWOES 3' up PES
._ - ..
.. -. - ._ - ~ ._ - - .- . .. ..---_. -
-.*.--.
mATIOH Of tM n'UP8Mi WM SvI-SmmS BE= - 421 - 4Jr#. OXCAUATSON. C4I.k .) c m w
.-
\ IE' ISSpowsfUS~ m- rU 'fRPweHfK; li)rp MTDE QOWOULT IW mP -
pIc#cIIoW Oc m tffcltll, KItR Qp)rDtr AND SEPliIUM, fi SPlltIClTp lV TW . T€upwo# wm =1&SW. MST WIDE "AS IUILT" BhWIMS wrtY -AGES TO WIWB~R U#)N CCIJPLPTIOM OF =UIT ~ucmm.
BE ItesR)M€8u EQ!S TNE pm OP TRemn, COwDUiT. PULL m, McsBoms Am GmJHp. Yr#IPIlffimT?lE~rrfhYWOnD~m $PrClflC&TkOl(S AllD t1186R ME IWfiilW OF A sv CoIpM
TRENCH 1Mm. COPIES or sPEC~FICA?Iowf~ART ArAIlABLe Fill*l - MINTAIXUIHMH~ SMX- UPoIl REWEST- PQbtlC Wfn, bHD 18'
LlarDeEa To: 'a
m GM -MY UfU- aXUPY = top k1TION ?W ALL m, I -. UNDER W CLElPSTAHCES WILL TIE Mi? WM It ALLowfo -YE IRo
TSLEPmm awm poS1noN. - 'WIRTASN A HUTMU4 OF 1 =RE WILL R W CBnWr. tw mTGN WI- SBL COWCWflCt OT ME.
¶'SUPHONE -ANY lllLrrm IRSFECIQR AFlD QIcINEER. C.P.O.C. 6EKmz -Ea - Utmmc0lACVILLuAY cuss *B* m WAC
dwcI nCAT1 OS.
+ 'IpEwcBoccu?Awrs mm
- COtcfMt PICWIC IhLEP- mm*-*-xMAm -+ .nnanm mlm cAR;II mncn:
2. HIWW WIAL ClSARkKl! '10 8E 12 lWrwES CROW ArU mwH - lgEHcg tD BE ISPErnD A!
AcXxFmD BY YEm tamcB Mspsm-,w1m
COIJDWT; CALL: .B'STYMS, Z4&-4
1.
IN ==&WE WKm alC1PAl / COlfMT'Y SPhtWfCAT1CHS. ALL m , &ESlfi PW€RlAL (CLk 8 ) luID WmIOW m 19
occwms txcan c.A.?.~. , PER C.P.U.C. GEHE~L.OWE~ 128. 3. UXMMW COVER TO BE AS SpEtifILTJ IN tRE.WH DFXrrXL.
+l. CWDCIT MrrSlIIL = BS 'IYPE PIS 66 FCtR 2" AWD PIS 77 toR 4". -2. INSUS =I' ILL Dm m CLUR WD 318" ~LYPIDpyLEhX WLL R6pEs Am? IN PxAcb-. 43. mrm,: .WEE= OR emt~ CHANGES uvrm 4 ~II OS 80 FEET o,+ ' LESS OH A wr CWE OF 20 JWSEMT (11.3 DEGREES) OB WRE WST
EACH smm fo BE mrm m TW 90 BECREE FA~Y BENOS li~n
BE rWCrrSL0 USIK; SEPAWTJOUS 1Y mIvIcs tf?n BELL SYSM SFZCXFICATlOlCS - MTEEIIIU 3 I/S SACc1(, 1/4 ACGREChTE TYPE L CMM.
ti0 WXE 'RWr~90OEtFIEOSwEtvSOrmrruss~~srrETRAonrs
AND F~PT1owS MUST 1L &PFROvhD BY TRSKH INSPEmH.
BACWMDS : PmVIDE 3/4' EMfBQMps LlmTH AND Won &s Sm OH AT?- DRAWINGS.
CR0uwo: ~ PROVIDB AccTSs -lG 1 alD WAm PTPL' OR UFSR CFlOUND. m MJST wOT BE IMSSDE t%ER PmL. IF GROWD 1J yllf MDh?ELY =&SSlbu TJSN PRWg8g A 314' COllDVIr WJTM WU iWS tO Ur mSIBIP sOUIlCB.
4.
.*
DEmmR'tD: ,
* SW COWDDITS mmal - PUCE UU~P cu
-~rn~USn - MINTAI)I mm oom OosAlw AWD 18"oW pB1 - UfHTALN 3' .LE?TUTfUK
mSm FZXTugsS A SEWfUTQK - UUST BSTABUSB FIUL G
=ATIONS BE- =LE
ffXNBES WILL B€ PUm - CALL 586-3838 FOR =tic
0O)ibUIls.
.
1
4
April 1, 1992
West Coast General Corp.
1027 Third Ave.
Chula Vista, CA 92011
Re: Bond Release - Project No. 3205 - Carlsbad Blvd. Improvements Phase I1
Per instructions from our Engineering Department, we are hereby releasing the follol
bond for the above-referenced project:
Labor & Materials Bond No. 5076789
Hartford Accident and Indemnity Co.
$1,053,639.1 7
The bond is enclosed so that you can return it to your surety.
d* . KU TZ
Assistant City Clerk
Enc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28
ral I c I I - UUlY I 3M
4 4&cad.A 4puaZT- 1)
&A, a Reply Wanted
, Assistag City Clerk UNO Reply Necessary
‘30s- &L&.&J- =&M.M+-L%&&
Re: Bond Release - & aw &*
Our records indicate that the orb- % a
above-referenced subdivision/project is eligible €or release. We need
your written authorizationlapproval €or release. Please let me know
the status, and if release is 0.k.
bond for the
6.’ &/,
Thanks,
Jp k &A D747f7
@/ 053 433 /7 u / &-s%d=Lz PC -4 Y- ....i;.
AIGNER FORM NO 55-032
I
Authorized B ; RICHARD E. COOK
Principal Inspector
4
December 27, 1991
West Coast General Corp.
12243 Highway 67
Lakeside, CA 92040
Re: Bond Release - Project No. 3205 - Carlsbad Boulevard Improvements
Per instructions from our Engineering Department, we are hereby releasing the follov
bond for the above-referenced project:
Performance Bond No. 5076789
Hartford Accident and Indemnity Co.
Remaining 25% - $526,819.59
The bond is enclosed so that you can return it to your surety.
Enc .
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2
# 1 I t i I - UUN I 3HY a.! "'rQ
Date 'gf
To +A. -
From' Karen Kundtz, Assistant City Clerk
a Reply Wanted
UNO Reply Necessary
Re: Bond Release - : &d --
Our records indicate that the e?!a U? bond for the
above-referenced subdivision/project is eligible focrelease.
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
c .I
We need
Thanks, +a- '&/,
9 . & A&- 976789 Y- & #545 8/?.#
AIGNER FORM NO 55-032 P
RELEASE APPROVED BY:
1
$,,/ $14 /pJk at /7 pector ./
RELEASE AUTHORIZED BY: RELEASE APPROVED BY:
/l,q- y i// Principal Inspector / /' I/
""e.'; 425
&!?izG-b ____ ~-- -
mal I k I I - UVIY I
&8dd k$V2 * @!Reply Wanted -?%?h&A - 4 /I /
From aren Kuridtz, Assistag City Clerk UNO Reply Necessary ; .3dJ--- - *. Lz&+ +L.3*2
Re: Bond Release - a a@d 6'
Our re cords Fnd i c a t e t ha t the ++, a
above-referenced subdivision/project is eligible €or release. We need
your written authorization/approval for release. Please let rile know
the status, and if release is 0.k.
-
bond for the
+.* $A,
Thanks, dv Xc A&&. 37059
86 DJ-9 / J33 /7
d &cd - PC La+ G 9- w
AIGNEA FORM NO 55432
I
0 .!
Date '$f
4-w
11 t I I - UUlV I 3M1 ";cT
To +A. -
Frorf Karen Kundtz, Assistant City Clerk
(19 Reply Wanted
UNO Reply Necessary
: &J Re: Bond Release - & -u- - b254.
Our records indicate that the J?m La? bond for tlie
above-referenced subdivision/project is eligible fofrelease.
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
c 2
We need
Thanks, +** '&/,
9 . & /.&, fi747dV 9- & @525 8/5?-rs
AIGNER FORM NO 55-032 P
I
Iltll -UVN I3UY ! Y
Date L &
w
+ a Reply Wanted
sistag City Clerk
/-
~NO Reply Necessary
‘36r.d l?L&#&LW.~-~Z
Re: Bond Release - a aw e*
Our records indicate that the g+ w w
above-referenced subdivision/project is eligible for release. We need
your written authorization/approval for release.
the status, and if release is 0.k.
bond for the
Please let me know 6.. $/,
Thanks, dv k &a5 -53747K7
@/ 8s3432/7 5- +d&#&p’.- ’ e,
AIGNER FORM NO 55032
I
-
February 21, 1991
West Coast General, Inc.
12243 Highway 67
Lakeside, CA 92040
Re: Bond Release - Project No. 3205 - Carlsbad Blvd. Phase I1
Improvements
The Notice of Completion for the above-referenced project has recor
Therefore, we are hereby releasing 75% of the Performance Bond. P1
consider this letter as your notification that $1,580,458.75 of Har
Accident and Indemnity Co. Performance Bond no. 5076789 is hereby
released. We are required to retain the remaining 25% for a period
one year. At that time, if no claims have been filed, it will be
released.
The Labor & Materials Bond, in the amount of $1,053,639.17, will be
eligible for release six months from the date of recordation of the
Notice of Completion, on June 10, 1991.
A copy of the recorded Notice of Completion is enclosed for your
records. x* Assistant City Clerk
Enc .
cc: Yvonne, Eng.
1200 Carisbad Village Drive - Carlsbad, California 92008 - (619) 434-:
December 3, 1990
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation is the following described document:
Notice of Completion
Carlsbad Boulevard - Phase I1 Improvements
West Coast General, Inc.
Our staff has determined that the recordation of these documents is of benefit to the Ci
therefore it is requested that the fees be waived.
Thank you for your assistance in this matter.
f&-
LINDA I<. CO'I'A
Secre taiy
Enc.
1200 Carlsbad Village Drive Q Carlsbad, California 92008 * (619) 434-281