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. . ,. <: , /' _- ,/ '