Loading...
HomeMy WebLinkAboutWilliam A Corn; 1985-05-21; 31680 i %.,- CITY OF CARLSBAD $an Diego County California CONTRACT DOCUMENTS & SPECIFICATIONS for CONSTRUCTION OF POINSETTIA LANE AND CARLSBAD BOULEV INTERSECTION PER DRAWING 250-3 a ‘*w CONTRACT NO. 3168 8’- ,% A+ c 4. TABLE OF CONTENTS a ITEM PAGE -- NOTICE INVITING BIDS I PIROPOSAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL 7 DESIGNATION OF SUBCONTRACTORS 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 11 CONTRACT 12 LABOR AND MATERIALS BOND 17 PERFORMANCE BOND 18 GENERAL PROVISIONS 21 SPECIAL PROVISIONS 27 0 0 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS 0 Sealed bids will be received at the Office of the Purchas Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, un 4:OO PM on the 29th day of April, 1985, at which time they w be opened and read for performing the work as follows: CONTRACT NO. 3168 The work shall be performed in strict conformity with specifications therefor as approved by the City Council of City of Carlsbad on file in the Engineering Departme Reference is hereby made to the specifications for 1 particulars and description of the work. No bid will be received unless it is made on a proposal 4 furnished by the Engineering Department. Each bid must accompanied by security in a form and amount required by : The bidders' security of the second and third next lot responsive bidders may be withheld until the Contract has fully executed. The security submitted by all other unsucces bidders shall be returned to them, or deemed void, within ('IO) days after the Contract is awarded. Pursuant to provisions of law (Government Code Section 4590), appropr securities may be substituted for any money deposited with City to secure any obligation required by this notice. The documents which must be completed, properly executed, notarized are: 0 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 Experience All bids will be compared on the basis of the Engine Estimate. The estimated quantities are approximate and : solely as a basis for the comparison of bids. The Engine Estimate is $154,000.00. No bid shall be accepted from a Contractor who has not licensed in accordance with the provisions of State law. Contractor shall state his or her license number classification in the proposal. 0 -1- One set of plans, special provisions, and Contract documents bc? obtained at the Engineering Department, City Hall, Carlsl California, at no cost to licensed Contractors. Additional are available for a nonrefundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all I and to waive any minor irregularity or informality in such bii The general prevailing rate of wages for each craft or typc worker needed to execute the Contract shall be those determined by the Director of Industrial Relations pursuani the Sections 1770, 1773, and 1773.1 of the California Labor CI Pursuant to Section 1773.2 of the California Labor Cod1 current copy of applicable wage rates is on file in the Officc the Carlsbad City Clerk. The Contractor to whom the Contraci awarded shall not pay less than the said specified prevai rates of wages to all workers employed by him or her in execution of the Contract. The Prime Contractor shall be responsible to insure compli with provisions of Section 1777.5 of the California Labor Cod The provisions of Part 7, Chapter 1, of the California Labor commencing with Section 1720 shall apply to the Contract work. A prebid meeting and tour of project site will not be held 0 cr at 4 at - - B.idders are advised to verify the issuance of all addenda receipt thereof one day prior to bidding. Submission of without acknowledgment of addenda may be cause for rejectio bid. Blonds to secure faithful performance of the work and paymen laborers and materials suppliers each in an amount equal to hundred percent (100%) of the Contract price shall be requ for work on this project. Approved by the City Council of the City of Carlsbad, Califor by Resolution No. 8 qggo , adopted on the I5W dE 0 - SANLJARY Y 19 5 1L-U /? 23- LZLatcL j4 P-LL Aletha L.- Rautenkranz, C Dafe 0 -2- CITY OF CARLSBAD CONTRACT NO. 3168 0 PROPOSAL City Counci 1 City of Carl sbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifi- cations, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Contract No. 3168 in accordance with the Plans and Specifications of the City of Carlsbad, and the special provisions and that he/she will take in full payment therefore the following unit Prices for each item coimplete, to wit: Approximate Item Article w/Unit Price or Quantity Unit No. Lump Sum Written in Words & Unit Price Total -- 00 1 5" Asphalt Concrete 1,330 Ton 30 - 39 Pea.%* 1,080 Ton /C?e /LozbJ - 3 6" P.C.C. Curb and Gutter 480 L.F. p 0,' 38Yu - 4 6" P.C.C. Curb only 880 L.F. d :e &Lm d,' u L&dd UO 0 // #C +?&A5 c25-44 - c&&& 5 4" P.C.C. Sidewalk 1,660 S.F. J.cu g/ddd '' 6 1 ea. 380, t6 ,?ad co 7 6" A.C. Berm 570 L.F. 3 e' /7/4 !!' 0 1 3 I tan Article w/Unit Price Quantity unit NCI . Lump Sum Written in Words & Unit Price Total -- 8 Removal of Existing A.C. Lump Sum /L?&B/ qAeG 9 Removal of Existi Lump Sum 5/L7-d'~o ym 10 dConcrete Pipe 280 L.F. ?Od'O /?,bo Pavement 1a-4 d&d /4&d a apd& 32 9.4 00 11 3" A.C. Sidewalk 1,620 S.F. ~~ zh M0-U 1 2 5' Curb Inlet 2 ea. SaadO'o 6Odt 2 Md Lo dL UO 13 1 ea. oz- dbd 4 &LA-&& d n?&Ad?&tC/ 14 Gunite Ditch 150 S.F. / C0 Jdii 15 265 S.F. E 397. 0 // / CL Yo. / .3,-a 16 160 S.F. e0 Lump Sum 3m9d - 30a &#.-&+ud Construct 2:l Slope I 1.7 d&&d Ad Bd to :18 Lump Sum bd ddd r 1 -5e-A 0 / Lump Sum 3uod := ,?dud Construct Dirt Swale 19 4 1 - Total Amount of bid in Words: /,-d /a Zzt& z&#&-* y Add 0 y '& Total Amount of bid in numbers: $ /s"J a8bz Addendum (a) No(s) /VD/V6; kbsjhave been received ar is/are included in this proposal. $' t 8 Y t h$ 0 0 4-A A1.1 bids are to be computed on the basis of the given estim; quantities of work, as indicated in this proposal, times the I price as submitted by the bidder. In case of a discrep; between words and figures, the words shall prevail. In cast ar1 error in the extension of a unit price, the correc e)(tension shall be calculated and the bids will be computec indicated above and compared on the basis of the correc totals. The Undersigned has checked carefully all of the above fig1 and understands that the City will not be responsible for errors or omissions on the part of the Undersigned in makinc this bid. The Undersigned agrees that in case of default in executing required Contract with necessary bonds and insurance polii within twenty (20) days from the date of Award of Contrac City Council of the City of Carlsbad, the proceeds of checl bond accompanying this bid shall become the property of the of Carlsbad. Licensed in accordance with the Statutes of the State California providing for the registration of Contractors, Lic 0 No* ..L&G 185 Identification & d FT . -6. The Undersigned bidder hereby represents as follows: 7. That no Councilmember, officer, agent, or employee of City of Carlsbad is personally interested, direct1 indirectly, in this Contract, or the-compensation t paid hereunder; that no representation, oral or writing, of the City Council, its officers, agents employees has induced him/her to enter into Contract, excepting only those contained in this for Contract and the papers made a part hereof by its te and a 2. That this bid is made without connection with any per firm, or corporation making a bid for the same work, is in all respects fair and without collusion or fraL Accompanying this proposal is a'- /v c) (Cash, Certified Check, Bond, or Cashier's Che in an amount of not less than ten percent (10%) of the total price. 0 -5- Notice Inviting Bids April , in the On this 29th day of before me, the undersigned, a Notary Public in and for said State, persor William A. Corn Iss STATE OF CALIFORNIA COUNTY OF - Sari Diego 1 r , personall) (or proved to me on the basis of satisfactory evidence) to be the person- v subscribed to the within instrument, and acknowledged to n executed it WITNESS my hand and official seal blA, ‘,m/F:&pA tic in and for said State ~, Nota:Y ACKNOWLEDGMENT-Gi’neral-Walcoffs Form 233CA-Rev 5 82 The Undersigned is aware of the provisions of Section 3700 of Labor Code which require every employer to be insured aga liability for workers' compensation or to undertake s insurance in accordance with the provisions of that code, agrees to comply with such provisions before commencing performance of the work of this Contract. The Undersigned is aware of the provisions of the Stat California Labor Code, Part 7, Chapter 1, Article 2, relativ the general prevailing rate of wages for each craft or typ worker needed to execute the Contract and agrees to comply its provisions. 0 - Phone CpV. Number 43 B-PUS// / Cs&W - q-49- PC ub f -- n w- Date Authorized Signature OI 10 #k I/ ?/ Authorized Signature - L P fi CeLS OP u LR YdGOdY Bidder's Address Type of Organization (Individual, Corporation, Partnership) List below names of President, Secretary, Treasurer, and Man if a corporation; and names of all partners, if a partnershi 0 J * (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MU! ATTACHED) A (CORPORATE SEAL) > I P -6- 0 I Notice Inviting Bids , in thc On this 29th day of before me, the undersigned, a Notary Publlc in and for said State, perso William A. Corn April lss STATE OF CALIFORNIA COUNTY OF - Sari DieW r- , personall (or proved to me on the basis of satisfactory evidence) to be the person- subscribed to the within instrument, and acknowledged to i executed it WITNESS my hand and official seal BIDDER'S BOND TO ACCOMPANY PROPOSAL --- KNOW ALL PERSONS BY THESE PRESENTS: That w! Of WM. A. CORN 0 P r i n c i pa 1 , Surety, are held and firmly bound unto the City of Carls California, in an amount as follows: IO?; of the bid amount to exceed TEN PERCENT OF THE TOTAL BID dollar^ ($LO% of lawful money of the United States for the payment of which well and truly to be made, we bind ourselves, jointly severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: and G~EAT AMERICAN INSURANCE COMPANY Construction of Poinsettia Lane and Carlsbad Boulevard Intersection per Drawing No. 250-3 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 insur policies within twenty (20) days from the date of Awar Contract by the City Council of the City of Carlsbad, being notified of said award, then this obliqation shall become and void; otherwise, it shall be and remain in full force effect, and the amount specified herein shall be forfeited to said City. In the event any Principal above named executed this bond a individual, it is agreed that the death of any such Princ shall not exonerate the Surety from its obligations under bond. IN WITNESS WHEREOF, we hereunto set our hands and seals t 0 -- 2'3rdday of APRIL y 1985 Corporate Seal (If Corporation) WM. A. CORN & T Principal, //; 5 '., + -x ,I7 CE COMPANY .__- ( L.. &L\ __ i (Notarial acknowledgement r i t I e -- - ATTORNEY-In-FACT execution by all PRINCIF At. t. a ch a c kn ow 1 e d g em en t o f and SURETY must be attacht Attarney in Fact) h --I-. I - go -7- CZENAVElUCW INSURANCE (ioMPANY The number of persons authorked by tlus power of attorney is not more than No-0 13030 POWER OF ATTORNEY ONE KNOW ALL MEN BY THESE PRESENTS: That the GRE.4T AMERICAN INSURANCE COMPANY, a corporation existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or p below its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as si all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liabil Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit state Name Address Limit of PC OWEN M. BROWN ANAHEIM, CALIFORNIA UNL I1 0 This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed ai Attest GREAT AMERICAN INSURANCE COMPANY its appropriate officers and its corporate seal hereunto affixed this 10th day of April STATE OF OHIO, COUNTY OF HAMILTON - SS: On this loth day of APril 9 l985 ,before me personally appeared ROBERT M. SCH known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Great Amer Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed b his office under the By-Laws of said Company, and that he signed his name thereto by like authority. 0 ll’his Power of Attorney is granted by authority of the following resolutions adopted by the Board of Direc American Insurance Company by unanimous written consent dated August 20,1979. KESOL VED: That the President, the several Vice Presidents and Assistant Vice Residents, or any one of them, be authorized. fr;om time to time, to appoint one or more Attorneys-In-Fact to execute in behalf of the Company, as sure1 bonds, underrakings and contmcts of suretyship, or other written obligations in the nature thereofi to prescribe their resi and the respective limits of their authority; and to revoke any such appointment at any time. AWS~L VED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affrec to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or surety: written obligation in the nature thereoi such signature and seal when so used being hereby adopted by the Company G signature of such officer and the original seal of the Company. to be valid and binding upon the Company with the same fo as though manually afmd CERTIFICATION 1, KAREN HOLLEY HORRELL. Secretary of the Great American Insurance Company, do hereby certifv rhat I Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are nw and effect. Signr:d and sealed this 23rd day of APRIL ,19 85 . e-- S 10295 (8/83) DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of following listed Contractors in making up his/her bid and the subcontractors listed will be used for the work for w they bid, subject to the approval of the City Engineer, an accordance with applicable provisions of the specifications. changes may be made in these subcontractors except upon the p approval of the City Engineer of the City of Carlsbad. following information is required for each subcontrac Additional pages can be attached, if required: Items of Full Company Complete Address Phone N - Work Name w/Zip Code w/Area C - L mEeAe& c‘ 02 02& &&?w ‘c,M &/P- - fw Y&LL---- I - - - - * - - - - - - - - e -8- ) ss. STATE OF CALIFORNIA On this - 1 7th day of L, in the year -1985, before me, the undersigned, a Notary Public in and for said County and State, personally appeared _. COUNTY OF .San(Jo .: > p'? 4 n z 0 e, Lbl e, Z-I 4a a> ;e P 2% Wi 11 i ;tm Cnrn personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name -i subscribed to the within instrument and acknowledged that executed the hp - ~~~~~~~~~~~~~~~~~~~~~I~~~~~~I~~~UI~II~~I~II~IIIII~II!:~II~~III!!~I~~~~I!~~~~~~~~~~~~~~~~~~~~~~!~~~~~~U~~~ - r 0 F F 1 CIA L SIC A 1, Eg 0 ?^e 1 ow s MyCommissionExpifesDec. 14,15 55 -- Carla L. Martjn E Illln~Wuiunut~iiii~rnuiilllllW(UIHUI~ yr - - 3 CARLA E. MARTIN t same. I- - Q 4 NOTARY PUBLIC CAL'FORhIA = PRlNCIPAt OFflCE IN I SAN OlEGO COUNTY z - - Signature L Name (Typed or Printed) Notary Public in and for said County and State 1-117 REV !:33MAlNE FOR NOTARY SEAL OR STAMP 1 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the sub1 of all the listed subcontractors as part of the sealed submission. Additional pages can be attached, if required. 0 Type of State Carlsbad Amount Contracting Business of - Full Company Name License & No. License No,* Bid ($ or - ?.I (-. LJ A / p !1O/v~lfY.ULl/Obd J 7.7 1 dy A - - - - - - 0- - - - * L :i c e n s e s are renewable annually. If no valid lice indicate "NONE11. Valid license must be obtained prio submission of signed Contracts. LL1 vi) c OL& Bidder's Company Name /Q . -' (Notarize or I Corporate Seal) , 2-2 ,*5+,L // ?/ il Bidder's Complete Address i 4 r - Authorized Signature -9- 0 6 t I 1 Notice Inviting Bids April , in the On this 29th day of before me, the undersigned, a Notary Public in and for said State, persor William A. Corn Iss STATE OF CALIFORNIA COUNTY OF - Sari Diego r- BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY Tt-le Undersigned submits herewith a notarized or sealed stateme of‘ his/her financial responsibility. - - LW fld - - - - - - - - - - -e - - - 4 - 9 - - /--*x - 2+ - ,r \ vi\\ - * (Notarize or s iTjn at u r e Corporate Seal) -10- * 4- e Wm. A. and Helen Corn Firiaric ial Statement ~ecember 31, 1934 F c 1 RSSETS: Cash on hand and in banKs B 26,153 Other Bur inecs Assets 155,858 Real Estate Inuestments <net) 1 ,O50,274 Personal Property <net 1 62 ,G88 CRLCO - partnership equity 33,133 CRLCO Ens ineer in9 Irtc. 1,800 Curr en t I nu e s t men t 5 . 5.734 3 1,395,645 TOTAL ASSETS: LJRBILITIES: CrclcKer Bank 5,111 Cur-rent b ill2 2,000 a TOTAL LIABILITIES 7,111 NET IJO2TH 3 1,353,534 0 Wm. A. and H9len Corn Detail relating to St at e men t F in an c i a : 0 December 31. 1984 CRSH : Ciksh on tiarid B 1,530 BanK of Amer ica ChK. 06345-04042 235 Farmers 8, Merchants ChK. 213813 q:a BanK of San Diego ChK. 174-404654 2,357 Cornonwealth (Corn-Thompson > 836-1 13631 2,6C3 I 13,413 BanK of Armr ica ChK. 06345-81810 2i2 ! Urr ion Banu,, Orange ChK. 45043-4979 B 26,lZ CURRENT IPNESTMENTS : 12 U. S. Savings Gonds 600 Stocrc - Guy F. AtKinson CO. 1,134 Cash value - Life Insurance 4,000 0 5 ,i3 OTHER BUSINESS ASSETS: Southwest Constructors and Engineers C 1-31-84> 22,294 Fed'l Income Tax NOL C/O 267,162 x .4 1O6.365 17,565 Unused tax credits Capitalloss c/o 36534 x .25 9,134 155,551 PERSONAL PROPERTY: 19:33 Cadillac Seuille 3; 22,782 1 e:;s loan #30 12-64657 Mi-tsub ish i BanK C 10.900 1 1983 Mercedes 22.000 less loan #3812-84542 Mi'tsub ish i BanK (9,2001 19-78 Datsun 2302 Blue 4,000 1378 Datsun 2802 Tan 4 ,ocw Formula - SKi boat 2,00a Total automcjbiles & boats .3 34,6GS Holrsetio 1 d +urn ish ings i5,230 Per'sonal Property and Jewelry 7 ,GCB En:? ineer in3 and Off ice Equ ipinent 6,G38 0 62,685 Llm. A. and Helen Corn Detkil relating to Real Estate Investments F ins.ric ial Statement December 31, 1984 0 i ? r TREMONT V ILLRGE RPARTMENTS : 4421-35 Trernont Street Sari t)ie_sG, c.6 92102 29 units plus off ice Value per appraisal J. T. Allen, SRA, 1-31-84 3 1,482,500 First Trust Deed Coast Savings 8, Loan AML 30 years (733,776) Second Trust Deed (pr ivate lender) (35,080) B 713,; VILLA DE IMPERIAL 3295433 Imperial San [liego, CA 2cI units Value per appraisal 3. T. Allerr, SRH, 1-31-84 B 910,000 First Trust Deed Great American # 123586-0 (574.350) 0 Second Trust Deed - Great American t 47,000 ) Partnel-sh ip payment W. H. Thompson (due when sGld ) C 70,0D0) 218,E RESIDENCE 5162 Princeton Rue. Westrninster, CA 92683 Value per comparabie sales: Red Carpet Realtor- Americas model with pool 3 175,EIOO 15,000 Plus add it ion Less deferred maintenance (5,000) MarKeit ualue o+ residence 185,000 Less First Trust Deed Arrerican S 6 L Less Second Trust Deed - 60nded Home Loans (54,000> Residence - net 117 TOTAL, REAL ESTRTE INVESTMENT s1,050,2; C13,108) 0 v Notice Inviting Bids April , in t Iss STATE OF CALIFORNIA COUNTY OF - San DieP On this 29th day of before me, the undersigned, a Notary Public in and for sard State, per 0 i I I t - I - - - - - - - - I - - - CONTRACT - PUBLIC WORKS 0 This agreement is made this d/j6 day of WAY 9 -L, 11 SF by and between the City of Carlsbad, California municipal corporation, (hereinafter called Itcity"), and - W'hLt'flM 4, CObiY whose principal place of business is nereinafter called "Contractor". ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all v cAfi&S6fiD specified in the Contract documents for: Construction of Poinsettia Lane and Carlsbad Boule) Intersection per Drawing No. 250-3 ( h e rei n a f t e r c a 1 1 e d " p r o j ec t '' ) 2. Provisions of Labor and Materials. Contractor shall pro\ all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of 1 Contract; the bid documents, including the Notice to Biddt Instructions to Bidders' and Contractors' Proposals; Plans and Specifications, and all proper amendments changes made thereto in accordance with this Contract or Plans and Specifications, and the bonds for the project; of which are incorporated herein by this reference. 0 4. Payment. As full compensation for Contractor's perform: of work under this Contract, City shall make payment Contractor per Section 9-3.2 of Standard Specifications Public Works Construction, 1982 Edition. The closure c for each monthly invoice will be the 30th of each month. - 12 - 0 Payment of undisputed Contract amounts shall be conting upon Contractor furnishing City with a release of all cla against City arising by virtue of this Contract as it rela to those amounts. Extra compensation equal to 50 percent of the net savings be paid to Contractor for cost reduction changes in the pl or specifications made pursuant to a proposal by Contract The net savings shall be determined by City. No paym shall be made unless the change is approved by the City. 0 5. Independent Invest iqation. Contractor has made independent investigation of the jobsite, the soil conditi under the jobsite, and all other conditions that might afi the progress of the work, and is aware of those conditic The Contract price includes payment for all work that ma; done by Contractor in order to overcome unanticipz underground conditions. Any information that may have t furnished to Contractor by City about underground conditi or other job conditions is for Contractor's convenience or and City does not warrant that the conditions are as 1 indicated. Contractor is satisfied with all job conditic including underground conditions and has not relied information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contra( shall be responsible for all loss or damage arising oul the nature of the work or from the action of the element: from any unforeseen difficulties which may arise 01 encountered in the prosecution of the work until acceptance by the City. Contractor shall also be respons for expenses incurred in the suspension or discontinuanc the work. However, Contractor shall not be responsible reasonable delays in the completion of the work cause acts of God, stormy weather, extra work, or matters which specifications expressly stipulate will be borne by City. 7,, Change Orders. City may, without affecting the validit this Contract, order changes, modifications, deletions, extra work by issuance of written change orders. Contra shall make no change in the work without the issuance written change order, and Contractor shall not be entitle compensation for any extra work performed unless the City issued a written change order designating in advance amount of additional compensation to be paid for the w If a change order deletes any work, the Contract price s be reduced by a fair and reasonable amount. If the par are unable to agree on the amount of reduction, the shall nevertheless proceed and the amount shall be determ 0 -1 3- e by arbitration or litigation. The only person authorize( order changes or extra work is the City Engineer. Howe! no change or extra work order in excess of $5,000.00 shal. effective unless approved by the City Council. 0 8. Prevailinq Wage. Pursuant to the Labor Code of the Stati California, the City Council has ascertained the geni prevailing rates of per diem wages for each craft or typi worker needed to execute the Contract and a schec containing such information is in the City Clerk's off and is incorporated by reference herein. Pursuant to Li Code Section 1775, Contractor shall pay prevailing wai Contractor shall post copies of all applicable prevai wages on the job site. 9. Indemnity. Contractor shall assume the defense of indemnify and hold harmless the City, and its officers employees, from all claims, loss, damage, injury liability of every kind, nature and description, directl? indirectly arising from the performance of the Contrac work regardless of responsibility for negligence; and any and all claims, loss, damage, injury and liabil howsoever the same may be caused, resulting direct1 indirectly from the nature of the work covered by Contract, regardless of responsibility for negligence. expenses of defense include all costs and expenses, inclu attorneys fees, for litigation, arbitration, or other dis resolution method. Nothing in this paragraph shall req Contractor to indemnify City for losses caused by the ac 0 negligence of City. 10. Insurance. Contractor shall maintain insurance covering liability stated in Paragraph 9 in the amount of $500,000 shall cause the City to be named as an additional insure any policy of liability or property damage insur concerning the subject matter or performance of this Cont taken out by Contractor. 1'1. Workers' Compensation. Contractor shall comply with requirements of Section 3700 of the California Labor C Contractor shall also assume the defense and indemnify save harmless the City and its officers and employees all claims, loss, damage, injury, and liability of e kind, nature, and description brought by any person empl or used by Contractor to perform any work under this Cont regardless of responsibility for negligence. 12, Proof of Insurance, Contractor shall submit to the certification of the policies mentioned in Paragraphs 10 0 -1 4- , 11 or proof of workers' compensation self-insurance prioi the start of any work pursuant to this Contract. 13;. Arbitration. Any controversy or claim in any amount UI $IUO,OOO arising out of or relating to this Contract or breach thereof may, at the option of City, be settle( arbitration in accordance with the construction indu$ rules of the American Arbitration Association and judgr upon the award rendered by the arbitrator(s) may be entc in any California court having jurisdiction thereof. award of the arbitrator(s) shall be supported by law substantial evidence as provided by the California Codr Civil Procedure, Section 1296. 0 14. Maintenance of Records. Contractor shall maintain and available to the City, upon request, records in accord with Sections 1776 and 1812 of Part 7, Chapter 1, Articl of the California Labor Code. If the Contractor does maintain the records at Contractor's principal plac business as specified above, Contractor shall so inform City by certified letter accompanying the return of Contract. Contractor shall notify the City by certi mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapte commencing with Section 1720 of the California Labor are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Governe Code Section 4590) appropriate securities may be substit for any monies withheld by City to secure performanc this Contract or any obliqation established by Contract. 0 /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// 0 -1 5- , in thc On this 14th day of May before me, the undersigned, a Notary Public in and for said State, persc x , personall (or proved to me on the basis of satisfactory evidence) to be the person- i subscribed to the within instrument, and acknowledged to r executed it WITNESS my hand and official seal .. ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev 5 82 . 81982 WOLCOTTS INC (price class 8 2) - 17. Additional Provisions. Any additional provisions Qf t agreement are set forth in the "General Provisions' "Special Provisons" attached hereto and made a part herec 0 hi!?- A. Gm Contractor (Seal (Notarial acknowledgement of BY execution by ALL PRINCIPALS must be attached.) Title aKltdeF- BY Title CALIFORNIf City Manager, for Contracts less than $5,000 a ATTEST: Contractor's Certification of Awareness of Workers' Compensa Respons ibi lit y . "I am aware of the provisions of Section 3700 of the Labor t which requires every employer to be insured against liability workers' compensation or to undertake self-insurance accordance with the provisions of that code, and I will co with such provisions before commencing the performance of work of this Contract.'' P Contractor ,. -1 6- I ._ r;q-/;; ;&, $-:'if I' p c. "f2S Y -- 44 / 5-56 - ce PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, Stat California, by Resolution No. go\\ , adopted~&~l~\9'@-, awarded to WjLLi9M A . eQ6?N (hereinafter designated as the llPrincipalll), a Contract for: 0 Construction of Poinsettia Lane and Carlsbad Boulevard Intersection per Drawing No. 250-3 in the City of Carlsbad, in strict conformity with the draw and specifications, and other Contract documents now on fil the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute Contract and the terms thereof require the furnishing of a for the faithful performance of said Contract; - NIJW, THEREFORE, WE, &>///{&;z /$* (dLia&.,-J Principal, (hereinafter designated a as the "Contractor"), as Surety, in the Dollars ($ pi3r cent paid to the said City or its certain attorney, its successors assigns; for which payment, well and truly to be made, we ourselves, our heirs, executors and administrators, successor assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the a bounden Contractor, his/her or its heirs, execut administrators, successors or assigns, shall in all things s bo and abide by, and well and truly keep and perform covenants, conditions, and agreements in the said Contract any alteration thereof made as therein provided on his/he their part, to be kept and performed at the time and in manner therein specified, and in all respects according to t true intent and meaning, and shall indemnify and save harm the City of Carlsbad, its officers and agents, as the stipulated, then this obligation shall become null and v otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and ag that no change, extension of time, alteration or addition to terms of the Contract, or to the work to be performed thereu - (">& &y,(Q 2-- f$?&y/Fgi( 662'. -r" #q "QfiAig(J?- c-7; I 0 0 -1 9 I ACK?SO’t~LFDGIviENT OF SbRETY CALIFORNIA STATE OF, 3 ss. COUKTY OF ORANGE 1985 in the year MAY On’this 15tn day of before me BARBARA J. BENDER ,a notary public, yersonally appeared personally known to me to be the attorney-in-fact of the corporatic that executed this instrument as sur the coqoration executed it. OWEN M. BROWN i I .. Contract Documents si Specs. 83168 14th day of May in thi On this before me, the undersigned, a Notary Public in and for said State persc Iss STATE OF CALIFORNIA COUNTY OF - San Diego A. Corn , personal (or proved to me on the basis of satisfactory evidence) to be the person- subscribed to the within instrument, and acknowledged to executed it WITNESS my hand and official seal ACKNOWLEDGMENT-General-Woicotls Form 233CA-Rev 5 82 (price class 6 2) e*-- -- c x4r f . 01: the specifications accompanying the same shall affect obligations on this bond, and it does hereby waive notice of change, extension of time, alterations or addition to the ti of the Contract, or to the work or to the specifications. In the event that any Contractor above named executed this as an individual, it is agreed that the death of any Contractor shall not exonerate the Surety from its obligat under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by Contractor and Surety above named on the /p--$sdday of b/g7fg~J e - 19 95 . B (Notarize or Corporate awMw 5eal for Each Signer) Contractor -r-- 1s 2- ,&&?~-&"/(*@& > - ~#~g$.~x/d4gt:y/-~; d -- - 0 m?en M" EraYJn b 3 I B 0 -20- GENERAL PROVISIONS 0 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the la edition of the Standard Specifications for Public W Construction, hereinafter designated SSPWC, as issued by Southern Chapters of the American Public Works Associat the City of Carlsbad supplement to the SSPWC, the Cont documents, and the General and Special Provisions atta theret 0. The Construction Plans consist of 5 sheet(s) design as City of Carlsbad Drawing No. zq 0-3 . The stan drawings utilized for this project are the San Dieqo , Regional Standard Drawings, hereinafter designated SDRS issued by the San Diego County Department of Transportat together with the City of Carlsbad Supplemental Stan( Drawings. Copies of pertinent standard drawings are enclc with these documents. 2. WORK TO BE DONE The work to be done shall consist of furnishing all lat equipment and materials, and performing all operati necessary to complete the project work as shown on project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT 0 A. Engineer: The word "Engineer" shall mean the City Engineer or approved representative. €3. Reference to Drawings: Where words "shown", "indicated", "detailed", "note "scheduled", or words of similar import are used, shall be understood that reference is made to the pl accompanying these provisions, unless stated otherwise C. Directions: Where words "directed", "designated", "selected", words of similar import are used, it shall be underst that the direction, designation or selection of Engineer is intended, unless stated otherwise. The w m -21- "required" and words of similar import shall understood to mean "as required to properly complete work as required and as approved by the City Engine1 unless stated otherwise. 0 D. Equals and Approvals: Where the words "equal", "approved equal", "equivall and such words of similar import are used, it shal understood such words are followed by the expression the opinion of the Engineer", unless otherwise sta Where the words "approved", "approval", "acceptance" words of similar import are used, it shall be unders that the approval, acceptance, or similar import of Engineer is intended. E. Perform and Provide: The word "perform" shall be understood to mean that Contractor, at her/his expense, shall perform operations, labor, tools and equipment, and furtt including the furnishing and installing of materials 1 are indicated, specified, or required to mean that Contractor, at her/his expense, shall furnish and ins1 the work, complete in place and ready to use, incluc furnishing of necessary labor, materials, to( equipment, and transportation. 0 4. CODES AND STANDARDS Standard Specifications incorporated in the requirement: the specifications by reference shall be those of the lat edition at the time of receiving bids. It shal: understood that the manufacturers or producers of mater: so required either have such specifications available reference or are fully familiar with their requirement: pertaining to their product or material. 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contrac per Section 6-1 of the SSPWC at the time of preconstruction conference. The Contractor shall pay to the City of Carlsbad the SUIT $300.00 per day, for each and every calendar day requirec complete the work in excess of the number of calendar c specified. -22- 0 Coordination with the respective utility company for rem0 or relocation of conflicting utilities shall be requireme prior to commencement of work by the Contractor. The Contractor *shall begin work within ten (IO) days of issuance of a "Notice to Proceed" and shall diligen prosecute the work to completion before the expiration of calendar days. 6 . NONCONFORMING WORK 0 = The Contractor shall remove and replace any work conforming to the plans or specifications upon written or by the City Engineer. Any cost caused by reason of t nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year after filinq of a "Notice of Completion" and any faulty work materials discovered during the guarantee period shall repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with product manufacturer's directions, the Contractor st obtain and distribute the necessary copies of 5 instructions, including two (2) copies to the City Enginec e 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construct shall be equipped with mufflers in good repair when in usc the project with special attention to City Noise Con1 Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48, IC). CITY INSPECTORS All work shall be under the observation of a f Construction Inspector. Inspectors shall have free acces any or all parts of work at any time. Contractor s furnish Inspectors with such information as may be neces to keep her/him fully informed regarding progress and ma of work and character of materials. Inspection of work s not relieve Contractor from any obligation to fulfill Contract. -- -23- 0 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by to be inserted in this Contract shall be deemed tc inserted herein and the Contract shall be read and enfor as though it were included herein, and if, through mist or otherwise, any such provision is not inserted, or is correctly inserted, then upon application of either pz the Contract shall forthwith be physically amended to n such insertion or correction. 0 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materj suppliers shall provide and install the work as indicat specified, and implied by the Contract documents. Any it of work not indicated or specified, but which are essent to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of E documents. In all instances throughout the life of Contract, the City will be the interpreter of the intent the Contract documents, and the City's decision relative said intent will be final and binding. Failure of Contractor to apprise her/his subcontractors and mater: suppliers of this condition of the Contract will not rel: her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conforr with the drawings, specifications, and based upon the it indicated or specified. The Contractor may offc substitution for any material, apparatus, equipment, process indicated or specified by patent or propriet names or by names of manufacturer which she/he consic equal in every respect to those indicated or specified. offer made in writing, shall include proof of the State F Marshal's approval (if required), all necessary informat: specifications, and data. If required, the Contractor her/his own expense, shall have the proposed substitt material, apparatus, equipment, or process tested as to quality and strength, its physical, chemical, or 01 characteristics, and its durability, finish, or efficit by a testing laboratory as selected by the City. If substitute offered is not deemed to be equal to thal indicated or specified, then the Contractor shall furn. erect, or install the material, apparatus, equipment process indicated or specified. Such substitutior proposals shall be made prior to beginning of construct: 0 -24- 0 < if possible, but in no case less than ten (IO) days prior actual installation. 14. RECORD DRAWINGS a The Contractor shall provide and keep up to date a compl "as-built" record set of transparent sepias, which shall corrected daily and show every change from the origi drawings and specifications and the exact "as-bui locations, sizes and kinds of equipment, underground pipi valves, and all other work not visible at surface gra Prints for this purpose may be obtained from the City cost. This set of drawings shall be kept on the job shall be used only as a record set and shall be deliverec the Engineer on completion of the work. 151, PERMITS The general construction, -__--_ electrical, and plumbing pern will be- issued by the City of Carlsbad at no charge to C%_tractor. The Contractor is responsible for all ot required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price itc are for comparing bids and may vary from the actual fj quantities. Some quantities may be increased and others be decreased or entirely eliminated. No claim shall be r against the City for damage occasioned thereby or for of anticipated profits, the Contractor being entitled to Compensation for the actual work done-at the unit pr bid. The City reserves and shall have the right, when confroi with unpredicted conditions, unforeseen events, emergencies to increase or decrease the quantities of to be performed under a scheduled unit price item o entirely omit the performance thereof, and upon the deci of the City to do so, the City Engineer will direct Contractor to proceed with the said work as so modified. an increase in the quantity of work so ordered should re in a delay to the work, the Contractor will be give equivalent extension of time. e 1'7. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for safety of employees on the work and shall comply with applicable provisions of Federal, State and Municipal sa -25- 0 laws and building codes to prevent accidents or injury persons on, about, or adjacent to the premises where work is being performed. He/she shall erect and prope maintain at all times, as required by the conditions progress of the work, all necessary safeguards for protection of workers and public, and shall post dan signs warning against hazards created by such features construction as protruding nails, hoists, well holes, falling materials. 0 18. SURVEY SERVICE Contractor shall employ a licensed land surveyor registered civil engineer to perform necessary surveying this project. Requirements of the Contractor pertaining to this item set forth in Section 2-9.5 of the SSPWC. Contractor sh include cost of surveying service within appropriate it of proposal. No separate payment will be made. 19. WATER FOR CONSTRUCTION The contractor shall obtain a construction meter for WE utilized during the construction under this contract. contractor shall contact the appropriate water agency requirements. The contractor shall include the cost water and meter rental within appropriate items of 0 proposal. No separate payment will be made. -26- 0 < I _- SPECIAL PROVISlONS CONTRACT NO. 3168 0 1. - SCOPE OF WORK The work involved in general, consists of construction of Poinsettia Lane and Carlsbad Intersection including the northerly half of Poinsettia Lane. The improvements include clearing, roadway excavation, paving, constructing curb and gutter, drainage facilities, street lighting, traffic sig- nal and such other items or detail not mentioned above as required by the plans, Specifications and regulations and codes complete, in place and ready for operation. 2. - SPECIFICATIONS The work covered herein shall be in accordance with the Standard Specifications for Public Works Construction, issued by the Southern California Chapters of the American Public Works Association, and as these may apply, and in accordance with the following Special Provisions. In case of conflict between the Standard Specifications and these Special Provisions, the Special Provisions shall take pre- cedence over and shall be used in lieu of such conflicting portions of either the Standard Specifications or the Gen- eral Specificaticns. gutters, - sidewalks, cross gutters, storm drains and pave- ments shall conform to the Standards of _-- City of Carlsbad. as 0 Work -_-- on City of Carlsbad curbs, -- -- 3 * - UTILITIES: Location & Protection Attention is directed to Section 5 "Utilities" of the "Stand aird Specifications for Public Works Construction" and these special provisions. The Contractor shall determine the locations and depth of a1 utilities, including service connections, which have been marked by the respective owners and which may effect or be eEfected by its operation, and full compensation for such work shall be considered as included in the price bid for Items of Work where underground utilities may be involved. T'he Contractor planning to conduct an excavation shall con- tact the "Southern California Underground Service Alert". Telephone (800) 422-4133 at least two working days prior to 0 -27- I - cc,mencing that excavation and request that utility owners mark or otherwise identify location of their subsurface facilities. The Contractor is requested to obtain the "Identification Numb,er" assigned by Underground Service Alert. No permit to excavate issued by a State or Local Agency would be valid unless the applicant has been provided an inquiry identification number by the Regional Noltification Center, aforement,ioned. (Assembly Bill No. 3019 dated September 28, 1982) 0 4. CONSTRUCTION SEQUENCE - ~ll storm drain structures shall be constructed from the downstream end; except for portions which are specifically designated as being accelerated construction reaches by the Engineer due to traffic problems anticipated or other situations where overriding public interest governs or construction scheduling difficulties are being avoided. 5. - CONSTRUCTION AND STRUCTURAL NOTES ~ll construction notes and structural notes any symbols used on the plans direct the Contractor to perform the operations indicated, supply materials required, and safeguard facilities. They are shown for the convenience of the Contractor and clakity of the drawings and specifications and shall not be the basis for claims of extra work, Payment for those items of work shall be incorporated into the items of work to which they pertain and other items and no separate payment will be made for them, 0 6- - PROTECTIVE AND SECURITY FENCES The Contractor shall construct and maintain continuous protective and security fencing (5' minimum height .chain link with posts at 10' intervals) around all excavations 3' or more in depth or where the excavation is considered unsafe at lesser depths. No access openings shall be left in the fence when workers are not present, Fence shall be braced to stand against wind and be secure against collapse, disassembly, or destruction by unauthorized tampering. Fencing not under ownerhship of the Contractor may be used as protective fencing only when specific permission for its use is secured from the Engineer. All costs involved in construction, maintaining, and removing this fence shall be absorbed in the bid price for various items of work and no separate payment will be made. Contractor shall comply with the provisions of the California Occupational Safety and Health Act of 1973 (Ch. 993, Stats. 1973) and with all rules, regulations, orders, and standards adopted or issued pursuant thereto, and with all other laws, regulations, and standards relating to safety. 0 -28- Before any work is commenced, the Contractor shall secure and pay for the excavation permit required by the Californi; Division of Occupational Health & Safety and shall furnish the City Engineer with a copy thereof prior to commencing any excavation. a 7. TRAFFIC REQUIREMENTS IN CARLSBAD CITY STREETS The Contractor shall arrange his/her work in such a manner that the following traffic requirements are satisfied: A. Provide and maintain one 12-foot traffic lane during Contractor's normal working hours and two 12-foot traffic lanes after normal working hours for all street: Any one street shall not be simultaneously reduced to two lanes at more than one location without written approval. approval of the Engineer. not be blocked off. B. The complete closure of any street required prior C. Vehicular access to any property in the project shall TRAFFIC CONTROL IN CARLSBAD CITY STREETS The traffic control includes the construction of detours, street closures, and related work necessary and required fo the construction of the storm drain and other construction work in traffic lanes. A. Notifications (@ 8* The Contractor shall notify the following City Departments 24 hours prior to the start of work on this project and 24 hours prior to the closing or opening of a street or alley within the City of Carlsbad: Engineering Department - 438-5541 Police Department - 438-5511 Fire Department - 438-5521 The City of Carlsbad will furnish, at no charge to the Contractor, "TEMPORARY NO PARKING" signs to be posted (and removed) by the Contractor as required to facilitate progress of the work. removed by the Contractor immediately when not required to facilitate the work. The signs shall be I. -29- < .. t - Barricades, Guards and Safety Provisions TO protect persons from injury and to avoid property damage, adequate barricades, bridging, construction signing, warning lights, and guards as required shall be placed and maintained during the progress of construction work and until+it is safe for traffic to use the street or highway. All piles of material, equipment, pipe, and other objects that may serve as obstructions to traffic shall be barricaded and have warning lights. The warning lights shall be of intermittent flashing type, amber in iolor and shall be working from one-half hour before dusk continually until one-half hour after dawn the following morning, and when visibility is poor. All safety rules and regulations of local and State authorities shall be observed. portable delineators, including the base, shall be composed of a material that has sufficient rigidity to remain upright when unattended and shall be either flexible or collapsible upon impact by a vehicle. The base shall be of such shape as to preclude roll after impact. The base shall be of sufficient weight or shall be anchored in such a manner that said,delineator shall remain in an upright position. If the portable delineators are damaged, displaced, or not in an upright position, from any cause, said delineators shall immediately be replaced or restored to their original location, in an upright position, by the Contractor. The vertical portion of the portable delineators shall be predominantly orange color. The post shall be not less than 2-1/4" in width or diameter, if tapered, shall have a cross-sectional area of not less than 100 square inches measured through the vertical axis of the delineator, normal to the roadway. The minimum height shall be 37" above the traveled way. Fluorescent traffic cones shall be of good commercial quality, flexible material suitable for the purposed intended, The outer section of the portion above the base of the cone shall be a highly pigmented fluorescent orange polyvinyl compound. The overhaul height of the cone shall be at least 28". The base shall be of sufficient weight and size or shall be anchored in such a manner that the traffic cone will remaining an upright position. B. 0 0 -30- - I - Traffic Control In order to expedite the passage of public traffic through or around the work and where ordered by the Engineer, the Contractor shall install signs, lights, flares, barricades, and other facilities for the sole convenience and direction of public traffic. Also, where directed by the Engineer, the Contractor shall furnish competent flagpersons whose sole duties shall consist of directing the movement of public traffic through or around the work. No material or equipment shall be stored where it will interface with the free and safe passage of public traffic and at the end of each day's work and at other times when construction operations are suspended for any reason, the Contractor shall remove all equipment and other obstructions from that portion of the roadway open for use by public traffic . Existing traffic signal and highway lighting systems shall be kept in operation for the benefit of the traveling public during progress of the work and other forces will continue routine maintenance of existing systems. The Contractor may be required to cover certain signs which regulate or direct public traffic. The Engineer will determine which signs shall be covered. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners, All street and highways used by the Contractor shall be kept free of debris, dust, and mud by the Contractor. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time, includin any section closed to public traffic. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The provisions in this section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Any proposed modifications shall be approved in writing by the Engineer. c. 0 0 0 -31- b - Whenever a lane closure is made, the Contractor shall close the lane by placing fluorescent traffic cones, portable delineators, or other devices approved by the Engineer, along a taper and along the edge of the closed lane adjacent to public traffic. One telescoping flag tree with flags shall be placed at the beginning and at the end of the taper. Whenever work is being performed adjacent to a lane carrying traffic, the edge of land or edge of pavement shall be delineated by placing temporary portable delineators adjacent hereto. Should the Contractor appear to be neglectful or negligent in furnishing warning and protective measures as above provided, the Engineer may direct attention to the existence of a hazard and the necessary warning and protective measures shall be furnished and installed by the Contractor at his/her expense. Should the Engineer point out the inadequacy of warning and protective measures, such action on the part of the Engineer shall not relieve the Contractor from responsibility for public safety or abrogate his/her obligation to furnish and pay for these devices. Full compensation for furnishing, placing, maintaining, replacing and removing construction signing, barricades, delineators, and traffic cones; for covering signs as directed by the Engineer; and for furnishing flagpersons shall be considered as included in the various contract items of work involved and no separate payment will be made therefor. 0 a 9. DUST CONTROL The Contractor shall furnish a water supply vehicle on the job site, The Contractor shall apply water in the amounts and at intervals as directed by the Engineer. The water supply vehicle and an operator shall be available upon a reasonable notice as determined by the Engineer for after-hour, weekend, or holiday dust control work. If the Operator is not available for dust control measure, the City will arrange for the work to be performed by others and will deduct all equipment, labor, and material costs thereof from the contract amount. The Contractor shall place a 1-inch thick temporary pavement over storm drain trenches within intersections as soon as they are backfilled to prevent dust from cross traffic. The Contractor shall furnish a street sweeper vehicle on the job site and shall sweep areas as directed by the Engineer. 0 -32- t - All costs involved for dust control, including supplyin and operating water supply vehicles, street sweepers, furnishing and placing temporary pavement, shall be absorbed in other items of work. 0 10. NOTIFICATION TO RESIDENTS AND PROPERTY OWNERS It shall be the responsibility of the Contractor to notify in writing all property owners and residents along any street closed to traffic at least 24 hours prior to closure. If driveways are to be closed, the progerty owner and/or resident shall be notified in writing 24 hours in advance, and the period of closure shall be specified to the affected resident or property owner. All costs involved in notification shall be absorbed in other items of work. In the event of failure to notify by Contractor, the Contractor shall, at the direction of the Engineer, restore property access immediately. 11. PROTECTION, RESTORATION, AND CLEANUP OF EXISTING IMPROVEMENTS The Contractor shall be responsible for the protection, restoration, or replacement of any improvements existin on public or private property at the start of work or placed there during the progress of work and not specified or shown on the Plans to be permanently removed. All existing improvements shall be reconstructed to equal or better the existing improvements removed or damaged. The Contractor shall select his/her equipment with a view of minimizing the damage to the street, in the judgment of the Engineer, maybe ordered discounted unless the Contractor demonstrates, to the satisfaction of the Engineer, that modifications to his/her methods or equipment will not inflict unnecessary damage to the street. 0 t All Curbs, gutters, sidewalks, and driveways shall be removed and replaced to the next joint or scoring line beyond the actually damaged or broken sections; or in the event that joints or scoring lines do not exist 01 are three or more feet from the removed or damaged section, the damaged portions shall be removed and reconstructed to neat, plaie faces. All new concrete shall match, as nearly as possible, the appearance of 0 adjacent concrete improvements. -33- I I - The Contractor is required to conduct concurrent cleanup operations as-the work proceeds. Construction site shall be completely cleaned of dirt, debris, trench spoil, equipment and construction material; and areas are to be completely restored, Dumping or Storage of materials or storage of equipment in public right-of-ways or private property requiring subsequent cleanup shall not be permitted unless written permission is secured from the agency having jurisdiction or owner of the property and submitted to the Engineer and approved, ?ill costs involved in protection, restoration, and * cleanup of existing improvements shall be included in other items of work. e 12, STORAGE OF MATERIALS IN PUBLIC STREETS No material shall be stored on public sidewalks or driveways. No materials shall be stored other than those where the storm drain is to be constructed as part of this contract, and then only within the limits of the construction subject to the additional restrictions 1 is ted below: A. Storm drain, sewer, and water pipes may be stored on 0 public streets for a period not to exceed five working days. €3, Excavated and backfilling materials may be stored within 25 feet of the pipe-lying operation only. (2, Construction equipment and forming materials may be stored within 25 feet of the pip-laying operation only. A11 cost involved to comply with the above requirements :;hall be included in the price bid for Various Items Of Work, and no additional payment will be made, 13, - CITILITIES Cttilities for the purpose of these specifications shall be considered as including, but not limited to Pipe lines, conduits, transmission lines, and appurtenances c,f "public Utilities". (as defined in the Public Crtilities ~ct of the State of California) or individuals solely for their own use'or for use of their tenants, 0 -3%- 1 - and storm drains, sanitary sewers, and street lighting. The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locatt and indicate.on the Plans all utilities which exist within the limits of the work. However, the accuracy 01 completeness of the utilities indicated on the Plans is not guaranteed. Service connections to adjacent property may or may not be shown on the plans. It shall be the responsibility of the Contractor to determine the exact location of all utilities and their service connections. The Contractor shall make his/her own investigation as to the location, type, kind of material, age and condition of existing utilities and their appurtenances and service connections which may bt affected by the contract work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any oi the structures. At the completion of the contract work, the Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility, the Contractor shall notify the owners of the utility immediately. The temporary or permanent relocation or alteration of utilities, including service connections, desired by thc Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with storm drain structures, the Contractor, upon request to the City, may be permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. Should the omitted portion of the work consist of concrete pipe, the Contractor may complete said portion by constructing a transition structure in lieu of pipe. Payment for such transition structure will be made on a linear-foot basis at the price bid for the pipe item involved. The Contractor shall sup ort and protect all utilities permanent project work. It shall be the Contractor's responsibility to provide continuous and safe operation 0 0 and service connections F ound not to interfere with the 0 -35- f - of all utilities protected and supported, The Con- tractor shall be responsible for all damages and costs that may be caused by his/her failure to protect and support uti-lities in a satisfactory manner. papent for protecting and supporting utilities shall be included in various items of work and no additional payments shall be made. Certain abandoned utility lines (mains and services, primarily gas) may not be shown due to insufficient dal on the project drawings. The Contractor shall apply tc the gas company or other utility company for assistance in identifying abandoned or out-of-service lines. The Contractor shall take due precautionary measures to effect their removal and ultimate abandonment. The Contractor shall relocate all water service connections found to interfere with permanent Project work. All costs involved to relocate all water service connections shall be included in the various items of work. 0 14. USE OF PAVEMENT SAWS A concrete pavement saw shall, where practical, be used in the removal of all existing concrete curbs and gutters, and sidewalks. A full depth of saw cut shall be used where possible. Minimum depth of saw cut shall be 2/5-thickness of the concrete pavement. The bituminous pavement shall be saw cut to a neat vertical line prior to paving. Concrete pavement cracked by the Contractor's operations shall be sawn at removal lines determined by the Engineer. Payment for the use of concrete or pavement saws shall be absorbed in the items of work for which they are used, 0 15. ABANDONED UTILITIES AND STRUCTURES Unless otherwise specified, gas lines, sanitary sewers, storm drains, or other structures which have been abandoned or are to be abandoned as a result of the construction, the interfering portions shall be removed and the remaining exposed portions sealed with an 8-inch wall of brick and cement mortar. All interfering materials shall become the property of the Contractor and shall be disposed of by him away from the site of work . The costs of all such work specified in this section shall be absorbed in the price bid for the Various Items Of Work, and no additional payment will be made. 0 -36 t - 16. REMOVAL OF EXISTING PAVEMENT All costs involved in.the removal and disposal of existing pavement, shall be absorbed in the unit prices paid for A.C. pavement removal and no additional Payment shall be made. 0 17. TRENCH EXCAVATION The Contractor shall obtain a Right-of-way Permit from the City of Carlsbad prior to start of work. Excavation for storm drain conduits shall be open trenches with vertical sides unless otherwise approved by the Engineer. The trench clearance from excavated wall shall be shoring thickness, plus 12 inches on each side of conduit, measured at top of pipe. If, in the opinion of the Engineer, the maximum trench width shown on backfill details is exceeded to the extent that the load on the pipe is increased so as to require additional or another type of bedding or a higher "D-load" strength pipe) such additional bedding or increased strength of pipe shall be furnished and installed by the Contrac-tor at no additional cost to the 0 City. ~11 excavated material unsuitable for trench backfill and excess excavated material shall become the property of the Contractor and shall be disposed of by him/her away from the site of work. ~ll costs involved for trench excavation and disposal of excess excavated material and excavated material unsuitable for trench backfill shall be included in the price bid for the construction of the storm drain. 18, STORM DRAIN BEDDING The subgrade or basement material on which the storm drain is to be constructed shall be firm, thoroughly compacted and true to grade. The #3 or #4 crushed rock shall be natural rock and shall be mechanically crushed with 100% passing the one-inch sieve and 95% retained on a 3/8-inch sieve and no more than 2% passing #20 sieve. The rock shall be compacted mechanically after placement in the trench and shaped to receive the pipe. 0 - -37- . ! - Payment for all bedding materials, including furnishin, shaping, and compacting is included in the lineal foot price of the conduit being constructed or absorbed in cost of the-structure. 19. REINFORCED CONCRETE PIPE Reinforced concrete shall conform to the provisions in Section 207-2.1 of the Standard Specifications and be installed in accordance with the Plans. In lieu of any standard classes of pipe strength specified in the Standard Specifications, reinforced concrete pipe shall have the minimum "D-load" strengths as shown on the Plans. The specified _II_D_=l-oad" strengths for design of reinforced concrete pipe are based upon the loads to which the pipe will be subjected upon completion of the project. Should the Contractor, as a result of his/her construction methods, or for any other reason, subject the pipe to loading which is greater then that for whicf the pipe was designed, it+shall be the Contractor's responsibility to take whatever steps are required to strengthen or otherwise protect the pipe from damage. Pipe stronger than that specified may be furnished at the Contractor's option and expense. ~11 pipe joints shall conform to Section 65.1.06 of the Standard Specifications. The Contractor shall submit details of the pressurized jointing methods for approval before construction with substantiating data on its adequacy. Payment for-pipe joints shall be included in the unit price bid for R.C,P. _in place. All reinforced concrete pipe joint shall be mortared on the inside of the pipe. The annular space in the inside joints of the pipe shall be filled with mortar and finished smooth with a steel trowel. Said space shall be finished as each section of pipe is installed. All reinforced concrete pipe shall be mortared on the upper 270 degrees of the outside of the pipe. Payment for reinforced concrete pipe shall be on a lineal foot basis and shall include, but not be limited to, all materials and labor to furnish and install the following items: A. Placing and joining reinforced concrete pipe. B. Removing and disposing of existing pavement of any 0 0 type. - -38- 1 - c. Furnishing and replacement of asphaltic concrete or P-c-c- pavement and base material, including restriping or temporary striping. Removing and disposing of existing concrete curbs, gutters, sidewalks, pavements, and driveways. and driveways . F. Trench excavation and removal or abandonment of interfering utilities and structures. G. Removing and disposing of excess excavated materials. a 0. E* Replacement Of concrete curbs, gutters, sidewalks, 13. Removing and disposing of excavated materials that are unsuitable for trenching backfill, I, Dewatering of excavations. J. Furnishing, placement, and compaction of trench backfill material. Shaping pipe bedding material and placing concrete supports for existing pipes. K. L. Furnishing and placing or removal of brick and mortar seals. 0 ~ M. Protecting and supporting of utilities. N. Furnishing and placing or preparing any joints or jointing material required. Furnishing and placing concrete lug. The above shall include full compensation for furnishin all labor, materials, tools, equipment, and incidentals and for doing all work involved in installing different sizes and classes of pipe including connecting new pipe to existing facilities, complete in place, and furnishing and disposing of water used for testing, as shown on the Plans, and as specified in these Specifications and the Special Provisions, and as directed by the Engineer, 20. CLEARING AND GRUBBING Clearing and grubbing shall include, but not be limitec to, the removal and disposal of all asphalt berms, concrete curbs, gutters, sidewalks, driveways, trees, shrubs, and any other deleterious matter necessary to accomplish the construction of the improvements as sho on the Plans and as specified in these Special Provisions. e -39- Material removal shall confqrm to the requirements of Section 300-1 of the SSPWC and these Special Provisic Payment for clearing and grubbing shall be included in various items of work and no additional payment shall be made. - 0 :21, FINISH GRADING A. Before and during finish grading all weeds and grasses shall be dug out by the root and disposec off the site, B. Finish grading shall consist of finishing surfacc by raking smoothly and evenly and removing and disposing off site all extraneous matter to facilitate natural run-off water, C. The moisture content of the soil shall be so neaI optimum that proper compaction can occur; nor be dry that a dust will form in the air or that clod will not break easily. D. Finish grade shall be smooth, even and uniform wi no abrupt change in surface. Soil areas adjacent buildings shall slope away from the building to allow for positive drainage. Low spots shall be graded to drain properly. of work and no additional payment shall be made. 22. CONCRETE CURBS, GUTTERS, SIDEWALKS, AND SIDEWALK RAME E. Payment for finish garding shall be included in various iten 0 A. The construction of concrete curbs, gutters, and sidewalks shall conform to Section 303-5 of the SSPWC. B, Portland cement concrete shall be 2500 PSI and SF conform to Section 201-1 of the SSPWC. C. Concrete sidewalks shall be 4" in thickness, D. Prior to removal all sidewalks and curbs shall be removed to neat joint lines. No paralleling joir shall be placed closer than 4 feet to an existins score line or expansion joint. Scoring lines sh2 have a minimum depth of 1/4 inch and a radius of inch . E. Concrete paving slabs shall be poured in alternat sections as shown on the Plans and with a maximun 400 feet in each section. Joint dowel bars shall installed at 3-foot centers with one end greased capped so it is free to move. Contact joint edg< shall have a troweled radius of 1/4 inch. 0 -40- I - F. Measurement and payment for concrete curbs, gutte sidewalks, and sidewalk ramp shall conform to Section 303-5.9 of the SSPWC. 0 G. Payment for concrete sidewalk shall include all labor, equipment, and materials necessary to construct the sidewalk, including the brush finis and handicapped ramps complete and in place as si- on the Plans, as specified in these Special Provisions, and directed by the Engineer. H. All excavation for sidewalks, curb, and gutters shall be included in the price bid for these iten and no additional or separate payment shall be ms therefor. 23. ASPHALT JOIN A. The Contractor shall saw cut the existing asphal' road surface along a line as directed by the Engineer to provide a smooth join section and to allow sufficient space for the installation of t gutter form work. B. After the removal of the concrete forms, the pavement shall be replaced with a structural sec consisting of 4" of asphalt concrete over 6" of aggregate base material. 0 C. Asphalt and base materials shall c-onform to the requirements as specified in the Asphalt Pavemen Section of these Special Provisions. D. All driveways shall be saw-cut for an appropriat width and length to match the new improvements. E. Payment for asphalt concrete joining and feather and excavation and aggregate base material for t join section shall be included in the items of i 24. AGGREGATE BASE A. Aggregate base materials shall be Class I1 and conform to the requirements of Cal Trans Standa~ 1984 edition. Aggregate material supplied shall have a maximu] water content of 3% at time of weighing. C. Measurement and payment for aggregate base shal considered included in the bid item for aggrega base and no additional payment will be made. B. * -41 - I - 2s. ASPHALT CONCRETE PAVING 0 A. Asphalt concrete shall be Type I-€3-AR-4000 and sha conform to the requirements of Sections 203 and 3C of the SSPWC. Aggregate shall conform to Subsection 203-6.3.2 ar shall be Type I, Class 8. C. A tack coat shall be applied on abutting concrete surfaces, along the saw cut and on existing pavemc to be resurfaced at the rate of 0.10 gal/SY, The tack coat? shall be Type SS1 asphaltic emulsion. D. A seal coat shall be applied to the finished surfi at the rate of 0.10 gal/SY. The seal coat shall 1 Type SS1 asphaltic emulsion with a 60-70 grade liquid asphalt, B. E. Before final acceptance of the work, the Contract( shall, at the request of the Engineer, test any paved areas for correct water run-off by flooding with water from hydrants. Any area where water remains standing shall be brought to correct gradc to prevent ponding. Compensation for the asphalt concrete paving and aggregate base, including prime, seal and tack coc for the roadway join section, complete and in plac shall be included in the unit price bid for aspha concrete paving and no separate payments will be made. Tickets may be accepted if signed by the C Inspector at the time of delivery. In any case, payments for such material shall not exceed the b quantities unless a Change Order is issued for additional work. F. 0 2!6. EXISTING ACCESS HOLES, AND WATER AND GAS VALVES The Contractor shall adjust all existing access hole frames and cover, and water and gas valve frames and covers in work area to finish grades. All costs of complying with therequirements of this paragraph shal be included in the price bid for the Various Items Of Work, and no additional payment will be made, 27. EXISTING STREET NAME SIGNS, STOP SIGNS AND MAILBOXES The Contractor shall relocate all existing street name signs, stop signs and mailboxes in work area to new loc tion shown on the Plans. Payment for relocation of str signs, stop signs and mailboxes shall be included in tk price bid for the Various Items of Work, and no additic payment will be made. 0 -42- 28. TRANSITION GRADING In areas where only curbs and gutters are to be built anc sidewalk is eliminated, the Contractor will be responsibl for smooth transitional grading from back of the curb anc gutter to the property line. Payment for transitional grading shall be included in the price bid for Various It of Work, and no additional payment will be made. 0 29. CONCRETE CURB INLET AND ACCESS STRUCTURES A. The work shall conform to the requirements of Sectior 303.1 of the SSPWC and to these Special Provisions. B. The price paid for these items shall include all the materials, equipment, excavation, connection to exis storm drain pipe, labor and operations necessary to construct them complete and in place as shown on the Plans and as specified in these Special Provisions, no additional payment will be made. 3U. FINAL CLEANUP The construction site shall be left in a neat and presentable condition. The cost of site cleanup shall b considered as included in Other Items of Work, and no additional payment will be made. 31. STORM AND GROUNDWATER DAMAGE The Contractor shall, throughout the entire term of the contract, assume all risks and expenses of interference delay in the operations, and the protectian from or the repair of damage to improvements being built by the Contractor under the contract as may be caused by water whatever quantity from floods, storms, industrial waste, irrigation, underground, or other sources. However, the Contractor may also assume full responsibility and expen of protecting or removing and returning to the site of k all equipment or materials under his/her care endangered any action of the elements. Furthermore, the Contractor shall indemnify and save harmless the City against all claims or suits for damage arising from his/her operations in dewatering the work E control of water. Should a storm occur prior to the date upon which the w( is completed, and should debris or other materials be deposited as a result of said storm in or upon any work: improvements of whatever nature constructed under the contract, the Contractor shall immediately remove and dispose of such deposited material and no additional compensation for such removal and disposal will be made 0 0 -43- The Contractor shall, at all times, when rainfall or otht drainage flows are occurring on the project, have supervisory personnel and workers on duty. During such times, the Contractor shall have readily available sufficient material and equipment to protect the public danger, and to protect the project work, as well as priv or public property from damage. The cost of such work is included in the unit price bid the Various Items of Work, and no additional payment wil made. 3'2. SUBMITTALS 0 The Contractor shall submit detailed drawings when requi of articles and equipment for the City approval, as set forth in Section 2-5.3 of the SSPWC. Submittals other than Shop Drawings: a. Process Work Schedule (in chart form) b. Trench Bracing c. Traffic Detour Route including Sign Location d. Sample of Stamped Concrete 33. SPECIAL PROVISIONS FOR TRAFFIC SIGNAL AND SAFETY LIGHTIN A. Specifications: All work, materials and components signal and wiring shall conform, except as noted in these special provisions to the following provisions plans, or specifications in the priority sequence indicated: Special Provisions Detail Plans Standard Specifications 1. Standard Specifications, State of California, 0 Business and Transportation Agency, Department c Transportation, dated July 1984. 2. Standard Plans, State of California, dated July 1984. 0 -44- * I - 3. Traffic Signal Control Local Intersection Program, 0 State of -California, dated July 1984. 4. Manual of Traffic Controls, State of California, Business and Transportation Agency, Department of Transportation, dated 1977. B. Description of Work. The proposed work is for the in- stallation of traffic signals and safety lighting at the intersection of Carlsbad Boulevard and Poinsettia Lane. Service is to be arranged and provided by the Contractor of works as indicated on the plans. The work includes, but is not limited to: minor excava- tion and backfill, the furnishing and installing of safet light and traffic signal standards, luminaries, lamps, ballasts, electrical conduits and conductors, pull boxes, signal heads, pedestrian push buttons, detector conductoi loops with lead-in cable, emergency vehicle preemption equipment with lead-in cable and a traffic signal, con- troller assembly, complete. C.. Construction Methods. All work pertaining to "Signals and Lighting" shall conform to Section 86 of the State Standard Specifications and other applicable sections as mentioned in Section 86, and the following provisions. No above ground signal and lighting work, _except service equipment, shall be performed, until the contractor has all materials on hand, to complete that particular light ing circuit ot traffic signal. The surface course of any new pavement, shall not be pla until underlying new conduit has been installed. 0 D. Obstructions. Attention is directed to sections 8-1.10, "Utility and Non-Highway Facilities," and 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. The Contractor's attention is directed to the existence of certain underground facilities that may require spe- cial precautions be taken by the Contractor to protect the health, safety and welfare of workmen of the public. Facilities requiring special precautions include, but are not limited to: conductors of petroleum products, oxygen, chlorine, and toxic or flammable gases; natural gas in pipelines greater than 6 inches in diameter or pipelines operating at pressures greater than 60 PSI(gac 0 -45- 9 .. $ - underground electric supply system conductors or cables either directly buried or in duct or conduit which do not have concentric neutral conductors or other effectively grounded metal shields or sheaths: and underground elec- trical conductors with potential to ground of more than 300 volts. The Contractor shall notify the Engineer at least 10 working days prior to performing any work in the vicinity of such facilities. If such facilities are not located on the plans in both alignment and elevation, any conduit installed under pave ment in the vicinity of such facilities shall be placed by the trenching method as specified in section entitled "Conduit" elsewhere in these special provisions. E. Construction Area Signs. The term "Construction Area 0 Signs" shall include all temporary signs required for the direction of public traffic through or around the work during construction. Such signs are shown in or referred to in the current MANUAL OF TRAFFIC CONTROLS warning sigr lights, and devices for us in performance of work upon highways, published by CALTRANS, hereinafter referred to as MANUAL OF TRAFFIC CONTROLS. The Contractor shall furnish all sign panels, posts and hardware, and shall erect, maintain, and remove all con- struction area signs shown on the plans and as provided in these special provisions. The fifteenth paragraph in section 7-1.09, "Public Safetl of the Standard Specifications is amended to read: The payment for furnishing, erecting, maintaining, and rc moving construction area signs, as providedinthe specia: provisions, shall in no way relieve the Contractor from his responsibility as provided in the section 7-1.09. All construction area signs shall conform to the dimen- sions, color, legend and reflectorization or lighting requirements of the plans, the current STATE MANUAL OF TRAFFIC CONTROLS and these special provisions. All sign panels shall be the product of a commercial sign manufacturer, hut need not be new. Used sign panels, in good repair as determined by the Traffic Engineer, may be furnished. Sign panels for portable signs may be of materials descr below for stationary mounted signs or may be cotton dril fabric, flexible industrial nylon fabric or other approv fabric. Size, color and legend requirements for fabric signal shall be as described stationary mounted signs. 0 0 -46 - t - Sign panels for stationary mounted signs shall consist of high quality reflective sheeting applied to a base of aluminum or plywood in conformance with the following: Base material shall be exterior grade plywood not less th 3/8 inch thick, or sheet aluminum not less than 0,063 inc thick for widths up to 42 inches and not less than 0.080 inch thick for widths of 48 inches or greater. Reflective sheeting shall be of the same quality as the products manufactured to meet the CALTRANS specification: for reflective sheeting aluminum signs. Copies of the specifications for re€lective sheeting aluminum signs anc framing details for sheet aluminum signs may be obtained from the department's office of Business Management, Material Operations Branch, 6002 Folsom Blvd., Sacramentc California 95819. The high quality reflective sheetings presently being manufactured or marketed by 3M Company, American Decal, and Mitsubishi Corporation have been evaluated by CALTRANS and found to comply with these specifications. Used signs shall be considered satisfac- tory if (1) the sheetings have not deteriorated due to natural causes, (2) the sign is effective for its intend1 purposes when viewed from a vehicle during daylight and at night under low beam headlamp illumination, and (3) t colors conform to the requirements of the current MANUAL OF TRAFFIC CONTROLS. A significant difference between da and nighttime reflective color shall be grounds for reje ing signs. Legend and border may be applied by screening process or by use of pressure sensitive cut-out sheeting. Size and spacing of letters and symbols shall be as depicted on t sign specification sheets published by CALTRANS. Copies the sign specification sheets may be purchased from the Department's Central Publication Distribution Unit also located 6002 Folsom Blvd., Sacramento, California. All rectangular sheet aluminum signs over 55 inches mea: along the horizontal axis, and all diamond-shaped sheet aluminum signs 60 inches and larger shall be framed unli otherwise specified, Frames shall be constructed in accc dance with "Framing Details for Sheet Aluminum Signs," sheets 1 through 4 and table 1 on sheet 5, as published CALTRANS. Construction area signs shall not be used until they ar needed and when no longer needed they shall become the property of the Contractor and shall be removed from th site of the work. The Contractor may be required to cov certain signs during the progress of the work. Covers f construction area signs shall be sufficent size and den 0 0 e -47- I - to completely block out the message so that it is not visible either during the day or at night. Covers shall be fastened securely to prevent movement caused by wind 'action. Except as otherwise shown on the plans, construction arez signs shall be stationary signs or portable signs. Con- struction area signs shall be erected at the locations sf on the plans as directed by the Engineer. Stationary sigr shall be erected on wood posts in the same manner specifj for roadside signs. Posts shall be new or good sound usec posts, suitable for the purpose. If the post size is not shown on the plan, the post shall not be less than 4" x L nominal size. Portable signs shall conform to the provi- sions in section 12-3.06, "Portable Signs," of the stand$ specifications except that the second paragraph in said section 12-3.06 shall not apply and the sign standard or framework shall be capable of supporting the size of the sign specified. The Contractor shall clean all construction area sign pa at the time of installation and as often thereater as thl Engineer determines to be necessary, but at least once e' 4 months. Signs damaged by any cause shall be repaired or, if dete mined by the Engineer to be irreparable, replaced by the Contractor at his expense. To properly provide for changing traffic conditions and damage caused by public traffic or otherwise, the Contra tor shall be prepared to furnish on short notice additio construction area sign panels, posts and mounting hardw? or portable sign mounts. The Contractor shall maintain ? inventory of the commonly required items at the job site or shall make arrangements with a supplier who is able, a daily basis, to furnish such items on short notice. The second sentence in the first paragraph in section 1; 2.02, "Flagging Costs," of the standard specification iz amended to read: 0 0 The costs of providing stands or towers for use of flagmen shall be considered as part of the cost of furnishing flagmen. All construction area signs required for the direction 1 public traffic through or around the work and for erect or placing, maintaining (including covering and uncover as needed) and, when no longer required, removing const tion area signs shall be considered as included in the e -48- ., I - contract lump sum price paid for the installation of the traffic signal and safety lighting system. .Full cornpensation for furnishing, erecting, maintaining a removing any additional construction area signs the Contr tor may deem necessary will be considered as included in the lump sum price paid and no additional compensation wj be allowed therefore. Furnishing, erecting, maintaining, moving,and removing ar additional construction area signs ordered by the Engine€ will be paid for as extra work as provided in section 4-1 of the standard specifications, except that full compensz tion for furnishing additional sign panels ordered by the Engineer, other than special message sign panels, shall 1 considered as included in the contract lump sum price anc no additional compensation will be allowed therefore. Attention is directed to standard drawings T-11, T-12, a T-13, "Traffic Control System for Lane Closure'' elsewher1 in these special provisions. a F,. Traffic Signs. All details and dimensions for traffic signs and the installation thereof, shall conform to the California Department of Transportation Traffic Sign Specifications, Traffic Manual, and Standard Specificati All signs shall be reflectorized, the reflective sheetin for warning and mast-arm mounted signs shall be wide ang high intensity grade. City approved theft proof hardware shall be used for all sign mountings. Materials shall be certified as meeting all applicable State-specifications Salvaged signs shall be stockpiled at the agency facilit designated by the Engineer. Full compensation for furnishing and installing traffic signs will be considered as included in the lump sum pai for the installation of the traffic signal and lighting systems, and no additional compensation will be allowed thereof. 0 G. Traffic Requirements. Maintaining Traffic. Attention is directed to sections 7-1.08, "Public Convenience," 7-1.09, "Public Safety," i 12, "Construction Area Traffic Control Devices," of the standard specifications. Nothing in these special provi! shall be construed as relieving the Contractor from his responsibility as provided in said sections 7-1.08, 7-1 and 12. Section 12-3.04, "Portable Delineators," of the standar specifications is amended by deleting the words "either and "or yellow" and the table of drv reflectance values 0 -49- t - for yellow reflective sheeting from the fifth paragraph. Reflective bands for portable delineators shall be silver white. Lane closures shall conform to the provisions of the Man- ual of Traffic Controls and Standard Drawings T-11, T-12 and T-13. Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders, including any section closed to public traffic. The Contractor shall notify local authorities of his in- tent to begin work at least 5 days before work is begun. The Contractor shall cooperate with local authorities relative to handling traffic through the area and shall make his own arrangements relative to keeping the workin( area clear of parked vehicles. Whenever vehicles or equipment are parked on the shouldei within 6 feet of traffic lane, the shoulder area shall be closed with flourescent traffic cones or portable de- lineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at 25-foot intervals to a point not less than 25 feet past the last vehicle or piece of equipment. of 9 cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The flag tree shall be placed where directe by the engineer. A minimum of one (paved) traffic lane, not less than - 12 feet wide, shall be open for use by public traffic. When construction operations are not actively in progres not less than two such lanes shall be open to public traffic. No work that interferes with public traffic shall be per formed between 6:OO A.M. and 8:30 A.M. Nor between 3:OO P.M. and 7:OO P.M., except work required under said Sections 7-1.08 and 7-1.09. The full width of the traveled way shall be open for us< by public traffic on Saturdays, Sundays and designated legal holidays, after 3:OO P.M. on Fridays and the day preceding designated legal holidays, and when construc- tion operations are not actively in progress. Designated legal holidays are: January lst, the third Monday in February, the last Monday in May, July 4th, 0 A minimum 0 0 -50- I - the first Monday in September, November llth, Thanks- giving Day, and December 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be 'a designated'legal holiday. When November llth falls on a Saturday, the preceding Friday shall be a designated legal holiday. Minor deviations from the requirements of this section concerning hours of work which do not significantly chanc the cost of work may be pertmitted upon the written re- quest of the Contractor if in the opinion of the engineei public traffic will be better served and the work expe- dited. Such deviations shall not be adopted until the engineer has indicated his written approval. All other modifications will be made by contract change order. a H,, Signals and Lighting Description. Installing traffic signals and highway lighting shall conform to the provisions in Seciton 86, "Signals and Lighting", of the Standard Specifications and these Special Provisions. Equipment List and Drawings. Except as provided herein, all provisions of Section 86.103 shall apply. Addition- ally the controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing, so that, when the cabinet door is fully open, the draw- ing is oriented with the intersection. The Contractor shall furnish a maintenance manual for all controller units., auxiliary equipment, vehicle de- tector sensor units, control units, emergency vehicle pre-emptors and amplifiers. operation manual may be combined into one manual. The maintenance manual, or combined maintenance and opera- tion manual, shall be submitted at the time the control- lers are delivered for testing, or if ordered by the engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the followinc i tems : 0 The maintenance manual and 1. Specifications 2. Design Characteristics 3. General Operation Theory 4. Function of all Controls 5. Trouble Shooting Procedure (Diagnostic Routine) 6. Block Circuit Diagram 7. Geographical Layout 01 Components 8. Schematic Diagrams 9. \ e List of Replaceable Component Parts with Stock Numbers -51- .. I - Warranties, Guarantees and Instruction Sheets. All pro- visions of Section 86-1.04 shall apply. In addition, the traffic signal and highway safety lighting systems shall be guaranteed for a period of one year. Materials and Installation (Section 86-2). Foundations - Portland cement concrete for foundations shall contain not less than 470 pounds of cement per cubic yard, and shall obtain a 28-day compressive strengt of 2500 pounds per square inch; except that concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard, and shall obtain a 28-day compressive strength of 3250 pounds per square inc Conduits - Conduits shall be rigid steel with .metalic fittings. Galvanizing shall be certified to meet CALTRANS standards. Pullboxes - Pullboxes shall be precast reinforced con- crete. Recesses for suspensions of ballasts will not be required. Pullboxes shall be installed on a six inch crushed rock base without grout. Emergency Vehicle Pre-Emptor Detector Lead-In Cable - Em1 gency pre-emptor vehicle detector lead-in cable shall conform to the provisions of Section 86-2.08, "Conductor: of the Standard Specifications and these Special Provisit Emergency vehicle pre-emptor detector lead-in cable shal meet the characteristics IPCEA-S-61-402 or NEMA WC5, Section 7.4, 600V. Control Cable, 75 degrees C, Type B. Conductors shall be 3 No. 20-7x28 stranded. Conductor strands shall be individually tinned. Conductor insulation shall be low-density polyethylene material having a minimum thickness of 25 mils. Conductors shall be color coded; 1 - yellow, 1 - blue and 1 - orange. The cable shall have 1 No. 20-7x28 stranded, tinned, bar drain wire. The drain wire shall be placed between the insulated conductors and a shield. The shieldshall be of tinned copper-brass or aluminum polyester tape with a nominal 20 percent overlap. conductive surface of the shield shall be in contact wii the drain wire. 0 0 The 0 -52- i _- Capacitance measured between any conductor and the other two conductors and theshieldshall not exceed 48 pico- farads per foot when tested at 1000 hertz. The cable jacket shall be a black PVC material rated for 600 volts and 75 degrees C and shall have an average mini mwn wall thickness of 45 mils. The finished outside diameter of the cable shall be betwe 0.28 and 0.30 of an inch. The cable jacket shall be marked with themanufacturer's name, insulation type designation, number of conductors size, andvoltage and temperature ratings. Wiring - Splices for No. 8 or larger conductors shall be type C insulated by method B as shown on CALTRANS Stand- ard Plan ES-13. Bonding and Grounding - Bonding and grounding jumpers shall be visible after caps have been poured on founda- tions. Service - The Contractor shall arrange with the serving utility (San Diego Gas and Electric Company) for service connections in conformance with the requirements of the utility and these Special Provisions, and the Con- tractor shall pay all required costs and fees required by the utility. Type I11 service shall be installed. Service equipment wiring shall consist of 120/240 V, wit 120 V unmetered luminaires and 120 V metered traffic sig nal equipment and illuminated street name signs. Painting - All paint shall be furnished by the Contractc Factory finish will be satisfactory for new luminaires c' no further painting will be required. Controllers (Section 86-3). Model 170 Controller Assembly - Model 170 controller assemblies shall consist of a Model 170 controller unit A wired cabinet and all auxiliary equipment required to+ control the signal indications qs shown on the Plans, a< specified in the Special Provisions and as specified in Sections 86-3.01, "Controller Assembly", 86-3.02, "In- terval Sequence", and 86-3.03, "Flashing Operations". After receiving controller from manufacturer and prior to installa of the controller in the Cabinet at the job site, Contractor shall have controller locally bench tested through all phases for a 72-cl secutive hour period and shall submit certification as to it's pro operation during siid test period to the City. Cost of such testin and certification shall be at Contractor's exnerlse. 0 0 0 -53- t - The Contractor shall arrange to have a signal technician present at the time the controller assembly is turned on. The technician shall be fully qualified to work on the controller assembly, and shall be employed by the control 1 er manufacturer or hi s authorized represen- tative. Model 170 Controller Unit - Mode-1 170 controller units shall conform to the requirements in "Traffic Signal con- trol Equipment Specifications", issued by the State of California Department of Transportation and to all ad- dendums thereto current at the time of project advertisin Controller Cabinets - Controller cabinets shall conform to the requirements for Model 332 cabinets in said "Traf- fic Signal Control Equipment Specifications", and addendi- thereto. Traffic Signals and Fittings (Section 86-4). Vehicle Signal Faces and Programmed Visibility Vehicle Signal Faces - All lamps shall be furnished by the Con- tractor. All vehicle lenses shall be glass. Pedestrian Signal Faces - Pedestrian signal faces shall be type C (International Symbol) with the eggcrate type front screen. 0 Detectors (Section 86-5). 0 Vehicle Detectors - Vehicle detectors shall be of the in ductive loop type. Sensor units shall be-rack mount two channel. Loop conductors shall be No. 12, stranded copper wire an shall have type USE cross-linked polyethylene insulatior Sawcuts for loop conductors shall provide a minimum of one inch cover over conductors. Loop lead-in cable shall be Type C. The Contractor shall test the vehicle detectors with a motor-driven cycle, as defined in the California Vehiclc Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The un- laded weight of the vehicle shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector will not be permitted The Contractor shall provide an operator who shall drivc the motor-driven cycle through the response or detectiol area of the detector at not less than three miles per hour nor more than seven miles per hour. The detector sensor unit shall provide the required output in respon 0 to this test. -54- Technical Requirements for Emergency Vehicle Optical Sigr Phase Selection System. Description - - The emergency vehicle optical signal phase selection system shall provide an authorized emergency vehicle with the capability of remotely controlling traf- fic control signals by advancing individual signal contro to a pre-selected phase. The system shall consist of the following components: b - a 1. Optical energy emitter which shall operate in the near infrared frequencies and shall transmit optical energy on a pre-selected line of sight path only, and shall have a range of up to one- third mile. 2. Optical energy detector including 300 L.F. of lead-in cable for location on or near the traffic signal control assembly which shall directionall; receive the optical impulses generated by the energy emitter. 3. Dual priority discriminator card which shall ope. ate a type 170 signal. controller assembly to provide the green phase in the direction the emergency vehicle is moving and the red phase for conflicting traffic. 4. Quad detector coupling for splicing lead-in cables of two or more detectors on one phase. 0 Operation 1. The discriminator card shall be actuated by ener from the optical emitter through the detector and shall advance (or hold) the signal controllc unit to the green signal phase in the direction of emergency vehicle movement. 2. The discriminator card shall provide for an ad- justable yellow phase clearance interval to prec the red phase on all approaches to be stopped. 3. When a call is dropped, the discriminator card shall allow the local controller to resume normc operation after a normal present interval. 4. The discriminator card shall utilize the phase skipping ability available to 170 type controlli assemblies. 5. The discriminator card, when operating in respo to a given signal transmitted from an emergency vehicle approaching an intersection on one stre shall not be responsive to a given signal trans mitted from an emergency vehicle approaching th intersection on a conflicting phase to override then existing operations of the discriminator c e -55- b $ - 6. The pre-emption of individual controllers shall not interfere with pre-set timing or synchroni- zation of the controller units, so that any progressive relationship, set among adjacent con- troller assemblies, will be re-established. e System Components 1. Optical Energy Emitter and Modulator (a) Shall operate on 12-14 volts D.C. power. (b) External housing shall be noncorrosive material. Shall be equipped with individual onJoff switch and on/off indicator light. (c) (d) Shall be an electronic flash lamp of the gaseous discharge type. 1) Optical output shall be sufficient to activate the detector and phase selec- tor from a distance of up to one-third mile. (e) Components shall be solid state except pri- mary voltage relay, on/off switch and indicator light, and electronic flash lamp, and installation hardware. 0 2. Optical Detector (a) (b) Construction shall be solid state. Fittings shall meet requirements of the sys tem manufacturers to facilitate ease of installation. Each optical detector shall include 300 L.F of lead-in cable. (c) 3. Duel Priority Discriminator Card (a) Construction shall be digital solid state timing components. A discriminator activated by an optical si5 nal and capable of assigning the right-of-v on the basis of the earliest signal receivc Necessary electrical logic required to intc face with the traffic signal control assem): (b) (c) 0 -56- . I .~ .I t - Lighting (Section 86-6). High Intensity Discharge Luminaires - Highway safety ligk: ing luminaires shall be of the cut-off type. A separate activated charcoal filter shall be provided for the sealc optical system chamber. The integral ballast components shall be mounted on a separate down opening door. Each luminaire shall be provided with Type IV photo- electric control. Minimum light distribution shall be as shown on CALTRANS Standard Plan ES-10. Internally Illuminated Street Name Signs - Internally il luminated street name signs shall be Type A with Type IV photoelectric control and shall be furnished and instal- led at the direction of the engineer. High Intensity Discharge Lamp Ballasts - The integral ballasts for highway safety lighting luminaires shall be designed for operation on 120 volt multiple circuits. 0 . All details and dimens' and markings shall conf t of Transportation 0 mittee of th California Ch the Americi Public Works ons and the So istrict of the Associated Ge 1 Contractors o of these Standard the specifications set . Only those section requiring amendment or , or specifying optio are called out: ve coatings; an 210-1.6.1 General. The paint for traffic striping and marking shall be rapid dry. -57- 0 c '., I - 0 .1 General. Existing traffic hat do not conform to the by wet sandblasting. metry, stripes and tails and dim c stripes and markings shal California Depart- ment of Tran Maintenance shall con- 10. 310-5.6.7 Layout, , and spotting. The Contractor shall e necessary control points for all responsible f thereof to the engineer. 0 no additional compensation will be allowed there Payment (Section 86-10) Full compensation for the furnishing of all labor, equig ment and materials for performing all of the work shown the Plans and/or specified herein shall be considered tc be included in the unit or lump sum price bid for traff. signal, safety lighting, street name signs, constructiol in the prc signing, - posal and no additional compensation will be allowed therefor. .. 0 -58- ._ * .c \ - Guarantee All work shall be guaranteed for one year after the filing of a"Noti ,of Completion.'! the City will undertake periodic inspection and main tenance during this period, and any faulty equipment discovered duri such inspection and maintenance shall be attributable to the Contrac who must then repair or replace said equipment within 48 hours of no. tification by the City. In the event Contractor does not repair or replace faulty equipment as required above, City may order the repaii or replacement by others, at the Contractor's expense. m ' 0 m -59- *. .p .. NOTICE TO CONTRACTORS $ m To minimize delays in improvement of Poinsettia Lane, the Contractor for Contract No. 3168 shall coordinate all of his/h work with CALCO Construction (Contractor for Poinsettia Lane) which is currently under construction. CONTRACTOR rn m -60- a 0 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchas Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, un 4:OO PM on the 29th day of April, 1985, at which time they h be opened and read for performing the work as follows: CONTRACT NO. 3168 The work shall be performed in strict conformity with specifications therefor as approved by the City Council of City of Carlsbad on file in the Engineering Departmc Reference is hereby made to the specifications for ' particulars and description of the work. No bid will be received unless it is made on a proposal furnished by the Engineering Department. Each bid rnusl accompanied by security in a form and amount required by The bidders' security of the second and third next lo responsive bidders may be withheld until the Contract has fully executed. The security submitted by all other unsucces bidders shall be returned to them, or deemed void, within ('IO) days after the Contract is awarded. Pursuant to provisions of law (Government Code Section 4590), appropr securities may be substituted for any money deposited with Cfity to secure any obligation required by this notice. The documents which must be completed, properly executed, 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 Experience All bids will be compared on the basis of the Enginc Estimate. The estimated quantities are approximate and I solely as a basis for the comparison of bids. The Enginf Estimate is $154,000.00. No bid shall be accepted from a Contractor who has not licensed in accordance with the provisions of State law. Contractor shall state his or her license number classification in the proposal. -1- c e .e One set of plans, special provisions, and Contract documents be obtained at the Engineering Department, City Hall, Carlsb California, at no cost to licensed Contractors. Additional s are available for a nonrefundable fee of $10.00 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 typc worker needed to execute the Contract shall be those determined by the Director of Industrial Relations pursuanl the Sections 1770, 1773, and 1773.1 of the California Labor Cc Pursuant to Section 1773.2 of the California Labor Codc current copy of applicable wage rates is on file in the Officc the Carlsbad City Clerk. The Contractor to whom the Contracl awarded shall not pay less than the said specified prevai: rates of wages to all workers employed by him or her in execution of the Contract. Tbie Prime Contractor shall be responsible to insure compli with provisions of Section 1777.5 of the California Labor Cod The provisions of Part 7, Chapter 1, of the California Labor commencing with Section 1720 shall apply to the Contract work. A prebid meeting and tour of project site will not be held .c at + at - - Bidders are advised to verify the issuance of all addenda receipt thereof one day prior to bidding. Submission of without acknowledgment of addenda may be cause for rejectio bid. Bonds to secure faithful performance of the work and paymen laborers and materials suppliers each in an amount equal to hundred percent (100%) of the Contract price shall be requ for work on this project. Approved by the City Council of the City of Carlsbad, Califor bay Resolution No. 8 7880 , adopted on the I5W d: - XANi)ARY 9 19 5 23- aeLRteck LUa 19 Aletha L.. Ra Dafe -2- -7 0 I 1200 ELM AVENUE CARLSBAD, CA 920081989 Office of the City Clerk dit? sf CarIsrbab April 7, 1986 William A. Corn P.O. Box 1171 Carlsbad, CA 92008 Re: Bond Release - Contract No. 3168 - Poinsettia Lane and Carlsbad Boulevard We are hereby releasing the following bond for the above referenced contract: Labor & Materials Bond No. 6143550 j Great American Insurance Company Xiik2?LT*. Deputy City Clerk Enc . -- ~RITE IT-DON’T SAY IT ~NTER-DEPAK~ENT MEMORANDUk --- AM TC) *- gtdy GL@>& DATE 3-21 19 86 PM (Contracts) Re: Bond Release - Contract No. 3168 - William Corn (Carlsbad Blvd.) Our records indicate that it is time to release the Labor & Materials Bond for the above contract. Need your approval to release. Please notify. Thanks. Karen City Clerk’s Office flP (7-5 /&#=,~ t- 4 -’ /.“n C a 1200 ELM AVt1-b- -, CARLSBAID, CA 920 (‘ -iik$w Office of the City Clerk mp of CasIs’i3ab November 22, 1985 William A. Corn P.O. Box 1171 Carlsbad, CA 92008 Re: Bond Release - Contract No. 3168 - Poinsettia Lane and Carlsbad Boulevard Intersection The Notice of Completion for the above project has recorded. Therefl we are releasing 75% of the Performance Bond. Please consider this letter your notification that $137,311.87, of Great American Insurani Co. Bond No. 6143550, is hereby released. We are required to retain the remaining 25% for a period of one year from the date of recordat of the Notice of Completion. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond will be released six months from the date of recordation of the Notice of Completion, on March 18, 1986. Tii&gLT* Deputy City Clerk @ &b-im'fYdd i385 PC3 1 3 /I/<] 3. 3 2 Kecorcllny Hquescea uY QLlu L\T= cLLll Iu. - - NMVV City Clerk's Office 1200 Elm Avenue Carlsbad, CA 92008 *I I c, X*"^_ - NOTICE OF COMPLETION ENGINEERING yEc.4 L. LYLE CO UHT 'f R EC o ;I i! ~d To All Laborers and Material Men and to Every Other Interested: YOU WILL PLEASE TAKE NOTICE that on September 19, 1985, t Engineering project consisting of intersection and sigr construction of Carlsbad Boulevard and Poinsettia Lane which William A. Corn was the Contractor, and Great Americ Insurance Company was the surety, was completed. CITY OF CARLSBAD City Engineer VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the C Council of said City on (3 kC 'rg PJ=R~ t/f , 1985, accep the above described wor as comp e e and ordered tha Notice of Completion be filed. I declare under penalty of perjury that the forego Executed on o %A_--,, 1985 at Carlsb is true and correct. California. CITY OF CARLSBAD -L ALETHx L. RAC- City Clerk j!/f..-. I /* i' . ,, __-.. -w e ,. . ,; .~. .\ .> lA/,5Ji. . ,. <: , /' _- ,/ '