Loading...
HomeMy WebLinkAboutWilliam Kirchnavy Construction Inc; 1986-11-18; 3140- CITY OF CARLSBAD San Disgo County California '. CONTRACT DOCUWCMTS b SPECIFICATIOWS for HOLIDAY PARK/EUREKA ?LACE In? a0 WE NE MT s COIVRACT 110, 3140 Waft 1986 APPROVE OlLTEr 4.27- RE. 18729 I TABLE OF CONTENTS ITEM PAGE - NOTICE INVITING BIDS 1 PROP 0 SAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL IO DESIGNATION OF SUBCONTRACTORS 11 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 13 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPEHIENCE 14 CONTRACT 15 LABOR AND MATERIALS BOND 20 PERFORMANCE BOND 22 CCRrIFICATE OF COMPLIANCE 24 SPECIAL INSURANCE INSTRUCTIONS FOH CONTRACTORS 25 GENERAL PROVISIONS 28 SPECIAL PROVISIONS 39 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasin Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, unti 4:OO PM on the 1st day of October, 1986, at which time they will be opened and read for performing the work as follows: HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS CONTRACT NO. 3140 The work shall be performed in strict conformity with tP specifications therefor as approved by the City Council of tt- City of Carlsbad on file in the City Clerk's Office. Referenc is hereby made to the specifications for full particulars ar description of the work. No bid will be received unless it is made on a proposal foi furnished by the Purchasing Department. Each bid must t accompanied by security in a form and amount required by la\ The bidders' security of the second and third next lowe: responsive bidders may be withheld until the Contract has bel fully executed. The security submitted by all other unsuccessf bidders shall be returned to them, or deemed void, within t (IO) days after the Contract is awarded. Pursuant to t provisions of law (Government Code Section 4590), apprppria securities may be substituted for any money deposited with t City to secure any obligation required by this notice. The documents which must be completed, properly executed, a 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 Provision for additive alternates is included in this projec The bidder is required to submit a bid on both the base bid well as the additive alternates. The additive alternates will authorized or rejected at the time of contract award depending the availability of funds. All bids will be compared on the basis of the Enginee Estimate. The estimated quantities are approximate and se solely as a basis for the comparison of bids. The Enginee base estimate is $300,000. No bid shall be accepted from a Contractor who has not b licensed in accordance with the provisions of State law. Contractor shall state his or her license number classification in the proposal. r - A total of sixty-five (65) calendar days is authorized complete the project. Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, Carlsb California, for a nonrefundable fee of $25.00 per set. The City of Carlsbad reserves the right to reject any or all b and to waive any minor irregularity or informality in such bid The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those determined by the Director of Industrial Relations pursuant the Sections 1770, 1773, and 1773.1 of the California Labor Cc Pursuant to Section 1773.2 of the California Labor Code current copy of applicable wage rates is on file in the Office the Carlsbad City Clerk. The Contractor to whom the 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. The Prime Contractor shall be responsible to insure complii with provisions of Section 1777.5 of the California Labor Codc The provisions of Part’7, Chapter 1, of the California Labor I commencing with Section 1720 shall apply to the Contract work. A prebid meeting will be held at 2 PM, Wednesday, September 24 1986, at Carlsbad City Hall, 1200 Elm Avenue, Carlsbad, Califo Bidders are advised to verify the issuance of all addenda receipt thereof one day prior to bidding. Submission of t without acknowledgment of addenda may be cause for rejectioc bid. 6onds to secure faithful performance of the work and paymenl laborers and materials suppliers each in an amount equal to hundred percent and fifty percent, respectively, of the Cont price shall be required for work on this project. The contractor shall be required to maintain insurance specified in the contract. Any additional cost of said insur shall be included in the bid price. Approved by the City Council of the City of Carlsbad, Califor by Resolution No. 8769 , adopted on the --- 26th day Aunust 9 19 86 Aletha L. Rauten j-- 47. /?& 1 CITY OF CARLSBAD CONTRACT NO. 3140 PROPOSAL - City Council CITY OF CARLSBAD 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined the loca the work, read the Notice Inviting Bids, examined the Pl? Specifications, and hereby proposes to furnish all labor, mat equipment, transportation, and services required to do all the complete Contract No. 3140 in accordance with the Plans and Spe tions of the City of Carlsbad, and the Special Provisions ai he/she will take in full payment therefor the following unit for each item complete, to wit: Approximate Unit Item Article w/Unit Price or Quantity No. Lump Sum Written In Words & Unit Price 1. Clearing and Grubbing, Mobilization and Traffic c Cont 01 at /tu/zv && 7%- / dollars L2 and oHda - cents lump sum. Lump Sum Unc 1 a s s i _f.+d Ex c a,v,ct Qn a t , .- ~ ..:&4ars r L .. . 2. ,. N2W- L~ b- -- 3. Upclassified ,Fill at I A YE 642 C.Y. 2 59 and -&e& Ci2,lLS per cub’ic yard. 1,230 C.Y. :- T&o 2 d’ollars -. . . and cents 1 per cubic yard. 4. Asphal, Concrete Pavement at T%Zbkq dollars and ob cents 1,405 Ton 3[&O0 4 per ton. - Approximate Item Article w/Unit Price or Quantity Unit No. Lump Sum Written In Words & Unit Price 5. Aggregate Base Material at - iZ&Lbfe dollars and 00 cents per ton. 2,886 Ton /xE 3. 6. Retaining Wall (Type 1B) and 68 cents per square foot. 748 S.F. kys /+ 6" Type 'GI Curb and Gutter at &--/ dollars per lineal foot/' 1,983 L.F. //* 2) dollars e 7. and M 7-G cents df 8. 6" P.C.C. Curb at dollars cents z4 and 74-e per lineal foot. 9. 6" Type 'A' A.C. Berm at 1,120 L.F. /&- *4 d/ke&- dollars an2 00 cents per lineal foot. 57 L.F. y3 is and & C-vF+a cents 4 10. P.C.C. Sidewalk at oae dollars 70 per square foot. 7,098 S.F. /- /& I 11. iveway (5 112") at dollars and &/MK't. cents per square 1,550 S.F. Pz e+ 1 12. P.C.C Cross Gutter at '7-j dollars and &&jf&fTt. cents H per square 950 S.F. 2 I& 4, 13. P.C.C Gutter (W=3') at -7- dollars and &UT/ cents 9' per square 4oot. 2,971 S.F. zm 6 7 P destrian Ramp (Type 'A') at and 40' cents per each. 7 Ea. /65= 4, c 14. (9445 &L94& &///77i&& dollars @ Approximate Quantity Unit Item Article w/Unit Price or Price No. Lump Sum Written In Words & Unit r 15. Adjust Manhole Frame and ver to G_rade at ZL Z-&u/v dollars - and -[ cents per each. 16. Adjust Water Valve 5 Ea. z&&= ,(; to Grade at and per each. 7 Ea./&a-e 4 cents / 80 (r, )Lm 17. Relocate or Adju Meter at ((3,&c # dollars and / a0 cents per each. 14 Ea./aa G5? q 18. Relocate Fire Hydrant and nces at *@e&- dollars and cents per each. 3 Ea./J&= (-3 Survey Monument at a? cents md2. 4 dollars &&& !E L strz- z 19. and per each. 3 Ea. 18" R.C.P. (1500-D) at - 20. 7w.7 dollars cents K/&W/ and QO 86 L.F. BO-= ?/.= - per lineal foot. 21. 21" R.C.P. (1500-D) at dollars cents 434 L.F. o-qz zd- 7 &-* ~cr lineal foot. 22. per each. 1 Ea. &PO* 5 Type 'Bl I let (L=5') at and 80 cents 27%d4& dollars per each. 1 Ea. 27 me a Apprcximate Item Article w/Unit Price or Quantity Unit No. Lump Sum Written In Words & Unit Price 24 T pe 'A' Clean Out atfl-+?W jm 7A-0 wb/ollars - and cents per each. 1 Ea. &5= g 2 25. Connection to Existing I let at &L --cGed UaZQ 3cllars cents 7&@ 2 cw A and per each. 1 Ea. 26. Paint Stripe, Marking at and 00 cents per square foot. 1,015 S.F. z@ 2 dollars 27. Reflective PaTvgent Marker at P/ UE- dollars 2 2nd cents g2r each. / 41 Ea. _- 28. Handicapped Parking Sign at 72t9 &?Izc-3 z.c/ dollars and cents per each. 3 Ea. - Z/deA Traffic Signs at &0& and ' QQ per each. 3 Ea. /&-a -~ 9 - 29 usd dollars cents &-&9/2 30. lO"x16" Precast Concrete Drain Box and Appurtenan and 00 cents per each. 2 Ea. /&aL" 2 4 at [m-A.%?MFE& 31. and ' eo cents per edLh. 2 Ea. 3JZ 4z2 L _________________---------------------------------------------- Total amount of base bid in worc7s: - Total amount of base bid in numbers: $ __ Additive Alternate - 'A': treet Light at &de 76 Lf /-.YfAL- "2 mAEL45wW dollars and cents per each. 15 Ea. /i'-74m 2 Additive Alternate 'B': - B. Sod Lawn at 7- 4 per square' foot. 3,240 S.F. 7 dollays and cents 7- Total amount of bid including Additive Alternates 'A' and 'B' 11 - c words: 7- de;& LdW6L.d / [A u- && //- J' &a- qA/ A Total amount of bid including Additive Alternates 'A' and IF' 11 02 numberc: $ Ay6 Ci-2-9 c_ Addendum (a) No(s) 0445 has/have bc ceived and is/are included in this proposal. JA py.gu.- +$J 4, A") / & /'% PC &Ad #C - All bids are to be computed on the basis of the given estima quantities of work, as indicated in this proposal, times the u price as submitted by the bidder. In case of a discrepa between words and figures, the words shall prevail. In case an error in the extension of a unit price, the correc extension shall be calculated and the bids will be computed indicated above and compared on the basis of the correc totals. The Undersigned has checked carefully all of the above figu and understands that the City will not be responsible for errors or omissions on the part of the Undersigned in making this bid. The Undersigned agrees that in case of default in executing required Contract with necessary bonds and insurance polic within twenty (20) days from the date of Award of Contract City Council of the City of Carlsbad, the proceeds of check bond accompanying this bid shall become the property of the C of Carlsbad. Licensed in accordance with the Statutes of the State California providing for the registration of Contractors, Lice Classification ',& / The Undersigned bidder hereby represents as follows: No. 30/qQ4< 1. That no Councilmember, officer, agent, or employee of City of Carlsbad is personally interested, directly indirectly, in this Contract, or the compensation to paid hereunder; that no representation, oral or writing, of the City Council, its officers, agents, employees has induced him/her to enter into t Contract, excepting only those contained in this form Contract and the papers made a part hereof by its ter and 2. That this bid is made without connection with any pers firm, or corporation making a bid for the same work, is in all respects fair and without collu.sion or fraud ,A '- ,. / /: 1 .. ?-I/: Accompanying this proposal is p, i/ ;? /LYdj. / ,, 4 'y (Cash, Certified Check, Bond, or Cashieir"s 'hec for ken percent (10%) of the amount bid. -5 The Undersiqned is aware of the provisions of Section 3700 of t Labor Code which require every employer to be insured aqair liability for workers' compensation or to undertake se insurance in accordance with the provisions of that code, i agrees to comply with such provisions before commencing i performance of the work of this Contract. - The Undersigned is aware of the provisions of the State California Labor Code, Part 7, Chapter 1, Article 2, relative the general prevailing rate of wages for each craft or type worker needed to execute the Contract and agrees to comply w its provisions. 61'7 7YL/oa/L /,IJ - / -- &4 Phone Number Date (Lit J fo/p fgl &+&mcm- i 4& ' /,-&+I Authorized Signature Bidder's Addrkss ' Type of Organization / (Individual, Corporation, o Partnership) List below names of President, Secretary, Treasurer, and Manaq if a corporation; and names of all partners, if a partnership: h)m K&HM 5-eC2-z- (NOTARIAL ACKNOYLEDGENENT OF EXECUTION BY ALL PRINCIPi MUST BE ATTACHED) (CORPORATE SEAL) - /I BIDDER'S BOND TO ACCOMPANY PROPOSAL XNOW ALL PERSONS BY THESE PRESENTS: That Principal, and Surety ,. are he California, in an amount as follows: (must be at least percent (10%) of the bid amount) /P -H c" 4 --izk-/ hid 0 f4 Aa?r Aw&!2!2 d which payment will and truly made, we bind outselves, our he executors and administrators, successors or assigns, jointly severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if i~r~posal of the ab~~e-bo~fidefi PiiGtipal for: HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS CONTRACT No. 3140 in the City of Carlsbad, is accepted by the City Council of 5 City, and if the above bounden Principal shall duly enter i and execute a Contract including required bonds and insurs policies within twenty (20) days from the date of Awarc Contract by the City Council of the City c< Carlsbad, being a notified of said award, then this obligi ;.irfn shall become n and void; otherwise, it shall be and reli\ni.n in full force 1 effect, and the amount specified herein shall be forfeited to said City. In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Princi shall not exonerate the Surety from its obligations under t bond. IN WITNESS WHEREOF, we hereunto set our hands and seals t &-day of ,19 fg . Cornorate Seal (Tf rnrnnratinn) /. I /I, /Ad 7- /!/A.dl ,A * / State of lA(/p* t 5s: County of * e&.& , before me, a Notary Public in and for said County and St< &m@ \ On JG,T///?PJ therein, duly wmmissloned and sworn. personally appeared d% - &YHBrf@ known to me to be Attorney-in-Fact of the corporation described in and that executed the within and foregoing instrument. and known to me to be the person w the sa,d instrument in behalf of the said corporation, and he duly acknowledged to me that such corPOration executed th ) /+y+@&-f A43d OM/& LwA7@ IN WITNESS WHEREOF, I h icial seal, the day and year stated in this certificate *& .L *s Notary Public ? **Iu DlcGC COUNTY r'O, *o,.r .. *.,VC * /I. 0 LO'.-Cr - 1 BIDDER’S BOND TO ACCOMPANY PROPOSAL YNOW ALL PERSONS BY THESE PRESENTS: That we, &/dd/M c/- c /(-MA Is;;/- 0 l5+- A62F /&?3&475 Ac’/t3 9 9 Principal, and A?&&& 0 /T/f/-& ) Surety, California, in an amount as follows- (must be at least percent (10%) of the bid amount) are he-rmly bound unto the City of Carlsb -- - / which payment will and truly made, we bind outselves, our he1 executors and administrators, successors or assigns, jointly severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if i proposal of the absve-hc~ndec pri~~ipal for: HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS CONTRACT No. 3140 in the City of Carlsbad, is accepted by the City Council of si City, and if the above bounden Principal shall duly enter ir and execute a Contract including required bonds and insurar policies within twenty (20) days from the date of Award Contract by the City Council of the City c,- Carlsbad, being du notified of said award, then this obliq, ,ir:n shall become nt snd void; otherwise, it shall be and rew?ln in full Force a said City. In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Princip shall not exonerate the Surety from its obligations under th bund. IN WITNESS WHEREOF, we hereunto set our hands and seals th 1 effect, and the amount specified herein shall be forfeited to t &day of 9 19&% Cornorate Seal (If Corporatinn) (Notarial acknowledgement of execution by all PRINCIPALS (Aitacli scknowledgement of and SURETY must be attached. Atcornay in Fact) __ - MERCHANTS BONDING COMPW -MUTUAL- POWER OF ATM)RNEY DES MOINES, IOWA b AU Lb By Tkw Rr#r. rkr du MERCHANTS BONDING COMRINY IMuid). 8 cupr*rnn Julv wym bde hul iUrr, dhr) a pmpl tdicle IR Ihr C#y ul Dn M*m. C~ay ~II PUU. ku tJ br. Uh 14 * a". rldusr by r)nrr pvrr a*. Ellrwfue M( vpputn Ronald W. RaEInUSBen ul Palm Desert MII SIVW ul Cal if or nia ih vuc 4 lawful A1hn.y.in.Fr.i. rl ur)*~nry barb) amtcnrd UI II* ~;YIIP. plrc and ud. to up. uau'uic. vbkrlp and dhcr in 11- bctut~ II\ urmiy Any and all bonde and undertakings in it6 normal course of busines provided no one bond or undertaking shall exceed the eum of Pivo hundred thoueand and no/100 DOLLARS ($500,000.00) ' lal hi bd Ihr LIERRCHANTS tJ0NI)ING C'OMIRNI' IMut~ali Il*.iCh! .I* lull\ JIJ 11) It*. UIIV U~ILW YI 11 u*h hd IW ui*L vplf by chr (w, dm4 CIttiibn tu' hc MhRl'HANTS HONNUINU C'OhlMNI' thlwurlt. ~d rll h wtr tJ ud Aikmi b~ hr my brmn pum. n. hrn* rvitud and c.tnlimmd Tkr RmrulC-Atbm\ I* nwC. inl rrc%utrul punuu~ hi ~rd hy whtniv til tk Itilltiwing tiy.bw Jlrw h) tht bud . ul clr MUCHANTS WMS;IHN(i <'(MMH\NY thlwud,. Am.E 1. Stm 5A --"h Chtrnun 111 Ik Ikwd III RI&IU I* ;In! \kc pm~lu t* .kr.~.iq hall hrtc *Itt*cr*) hi qpww Aihnu)wn-lJ;I. d IIJ iluihn/r Ikm hi cuxuw in ktull #ti ihr. C~wnpul). UJ aii;*.h Ih. ! Ctmpu) knui. hnJ* uwl udcndtnp. rrwyniimcc\. ctmtrstr $11 imkmniiy JIJ ttthcr wniinp *JJlphut 111 dauti. " LR Wii~ WhrrrJ'. MWlCIiANTS WNIIING t'OilPA?JY I\IUIUII hu r~wJ 1h.u (~cu*ii~\ 111 h. ,IYWJ h> 11, \kc kc* *r - url LI b, ln.n?ri Jtiacd. ihtr 12th &)ad January #\ 1) 1'1 AIL!. hItRC'HANTS HOfWINt; ('OhWnF /-I "/ / IL r he** && UY u&- ffd, L&- /dk.dJ r.1 i tl StITE CW: IOWA cwNTYoFwu< - . b*IlW 1lL. hi aw pdy br. who kry hy nr duly \*tun did wy that they uc VICC h&n, clcrpccitwly d ihc MtRCH4NTS I! COMmNY iMutuJ~. tk cupwwkn (hscnbtj in ihc ttrcrriitng inmummi. d I~U rhc .*ai attila) w Ihc urf UWNIRI Cupm~ U u( Ihe 4 Cupmwn ad hi ihe 4 IWN~IN was rryd u*l YW in bctuif O( u*l Ctrp*um b, .UI IbbUdllC~. mIh* 12th day trl January . 1983 Rodney Bliss 111 and William W. Warner J#o~*wbasoc. I hwc knw) wv rn) hand md rlfixd my Ofkral Sed. 31 tht City ul kr Mumn. kiwr the Jly u*l / **yyo* ** *eb : : :: .' ***-* 0.. t : i 8 ; \ow j ~ ; 'Om O'4RlbL **** nm ()+ tow* t*I,UW I ItWl.. 0 *. *'+? ,: *b f *** ....... ** cwNTYoFpou( - %@*e **e.* I. Rodney Bliss 111, Vice President - ,J' Ilr. MERCHAmS H~NDINQ COMPANY r~uiuu~r. hi hrrrhy ce~ th~l 1~ uhwe ml II&~MG+ 18 (I c,llh'l L,w ,J ~hr. H)WER OF ~T)RNE)'. .ea'vucd by 4 MMCHANTS H0NI)lI'U; LUWWJY IhWw": dill m icrr*c u*l chi. b w Mr(. I hbc -I y1 my hn) UJ rlfisbd 19. Ihr pG xal o( dU CWWV. rl Des &Zy@& / +u /& haJ LZ7' - DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of following listed Contractors in making up his/her bid and t the subcontractors listed will be used for the work for wh they bid, subject to the approval of the City Engineer, and accordance with applicable provisions of the specifications. chanqes may be made in these subcontractors except upon the pr approval of the City Engineer of the City of Carlsbad. following information is required for each subcontract Additional pages can be attached, if required: Items of Full Company Complete Address Phone No< w/Zip Code w/Area Coc Work Name I__ c L&L22z&dAL - uE&iz ism/l/a&sPe7 (2 /54'562 - &VZ- &9? LL;IWL& &w 7sk9/4 3/QUd&-zGic z3 70 27 LSUD~ 64?'&& uaA%59 $29793 EL- dl / .dkLy - Am; &&4/o,ebCw 9 ZQ&- - 6mkk3 e &2,7&/2# & sc= P &a4 &OY& &S & - - s&?/4& /4/ e4 ?a77 - - - DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subb of all the listed subcontractors as part of the sealed t submission. Additional pages can be attached, if required. Type of State Carlsbad Amount Contracting Business of Full Company Name License & No. License No.* Bid (4 or % # 6-8 % c ?!?z&-- ~~J~w2d G3 rn0lJML - ZZF- 3/0 &-57 AT,% -L&.zL 2 QA -I - - - *Licenses are renewable annually. If no valid licensc indicate "NONE". Valid license must be obtained prior t submission of signed Contracts. h4 CA aoh /9@ p 7,s 17 di SA5-t mL-L.4-cLo-Q L ^L-e/f Bidder's Company pame [Notarize or Corporate Seal) E3 i d de r*Fi e t e Ad d r e s s & a2 / Authorized Sign4ture I L' -1 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersiqned submits herewith a notarized or sealed staterne of his/her financial responsibility. - An _L - ,9 (Notarize or Corporate Seal) Date Contract Name and Address Completed of the Employer - - - I -- Name and Phone No. of Person Type of Amount of to Contact Work Contract - - A BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE \ The Bidder is required to state what work of a similar character ~ncluded in the proposed contract he/she has successfully perforn give references, with telephone numbers, which will enable the Ci judge his/her responsibility, experience and skill. An attachmer be used if notarized or sealed. Date Name and Phone No. Contract Name and address of Person Completed of the Employer to Contact Type of Uork 1 COUNTY OF SAN DIEGO 1 1 CONSTRUCTION OF 6/82 I 5555 Q VERLAND AVE, S.D. I MR. MASSI%N 565-5177 1 GUAJOME DAM CITY OF ESCONDIDO 1 HALE AVENUE 8/83 i 620 N. ASH T.B. PENICK & SONS 10/84 ! P.O. BOX 8428 SAN DIEGO 1 TOM PENICK C.A. LARS N CONSTRUCTION CARLSBAD INN 10/84 1 P.O. BOX b3759 SAN DlEGd GORDON-MERRILL 298-8840 PHASE #I 1 A.B.C. CONSTRUCTION I I CITRACADO & MI 11 /85 1 3120 NATIONAL AVE S.D. I WAYNE CZUBERNT 239-3448 ROAD IMPROVEME 1 C.A. LARSEN CONSTRUCTION I 1 CARLSBAD INN 12/85 I p.0. BOX 83759 SAN DIEGd GORDON MERRILL 298-8810 PHASE //7 / VALLEY CENTER MUNI WATER I OLD CASTLE 12/85 1 P.O. BOX 67 VAIIFY CTR. I' ARMOUND MARTINEAU I RESERVOIR ESCONDID0,Ci JIM BERNARD' 741-4651 1 STREET IMPROVEP 239-3046 1 ALGA RD. IMPROV ---- * 1 ROlC c P.O. BOX 209 1 I.A.C. PAD 9/86 I OCEANSIDE, CA 92054 I ENSIGN DON WESTON ICAMP PENDLETON ITY OF SAN DIEGO-ENG.& DEV 1 NORTH TORREY PI 9'86 1 :AN DIEGO, (MS-22) 92102 I NORM M~CHELSON 1 REVETMENT 8/86 6/86 I GREELEY, COLORADO 80632 I JACK LOGAN I PR I SON 7/86 I ELM AVE. 92008 I PAT ENTEZARI 8/86 COUNTY OF SAN DIEGO 1 CAMPBELL RANCH f DON BOUCHER - . i DEPT. OF PUBLIC WORKS I 6 VIEJAS BIN SI ' I HENSEL PHELPS CONSTRUCTIO~I i CALIFORNIA STA'I ,1 CITY OF CARLSBAD 1 I JAMES DRIVE I I CITY OF POWAY I I TWIN PEAKS & 1- I 1 I I I IMPROVEMENT! I P.O.BOX789 POWAY, 92064 1 BRAD KURTZNER I MIDLAND-POWAY u / &4;+ ign ture / (Notarize or Corporare Seal) -:7- BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE \ The Bidder is required to state what work of a similar character included in the proposed contract he/she has successfully perforr give references, with telephone numbers, which will enable the Ci judge his/her responsibility, experience and skill. An attachrner be used if notarized or sealed. Date Name and'Phone No. Con trac t Name and address of Person Completed of the Employer to Contact Type of Work I COUNTY OF SAN DIEGO I L t'VIf' 1.- I CONSTRUCTION OF 6/82 1 5555 OVERLAND AVE. S.D. I MR. m 565-5177 1 GUAJOME DAM I HALE AVENUE I CITY OF ESCONDI DO I T.B. PENICK E, SONS 1 1 P.O. BOX 8428 SAN DIEGO 1 TOM PENlCK 8/83 I 620 N. ASH / P.O. BOX 13759 SAN DlEGd GORDON-MERRILL 298-8840 PHASE #I EscONDiD0,cPj JIM BERNARD[ 741-4651 1 STREET IMPROVEM 10/84 239-3046 1 ALGA RD. IMPROV --- C.A. LARS N CONSTRUCTION I CARLSBAD INN 1 A.B.C. CONSTRUCTION 1 I CITRACADO & MI! 11/85 1 3120 NATIONAL AVE S.D. 1 WAYNE CZUBERNT 239-3448 ROAD IMPROVEMEI 1 C.A. LARSEN CONSTRUCTION 1 I CARLSBAD INN 12/85 f p.0, 60 x 81759 SAN DlEGd GORDON MERRILL 298-88jO PHASE if2 12/85 [ P.O. BOX 67 VALLEY C?itR; ARMOND MARTINEAU 10/84 . VALLEY CENTER MUNl W 1 lR~kB8Tk~ I I i I I I I i 1 I I I I I I 7 1 I 1 1 1 I I i I I I. I I 1 1. I I 1 1 I I I I Y Signature (Notarize or / Corporate Seal ) -17- 1200 ELM AVENUE 0 CARLSBAD, CA 92006-1989 % c JFb % 4$ &-, b4 G45dkk 2$& %!h Cly of Carlsbab PUR HASING DEPARTMENT September 25, 1986 ADDENDUM NO. 1 PROJECT: HOLIDAY PAFX/EUREKA PLACE IMPROVEMENTS This addendum, receipt acknowledged, must be attached to proposal form when bid is submitted. 'yJLy-$/P :& L CITY OF CARLSBAD I acknowledge receipt of Addendum No. 1 to Holiday Park/Eureka Place Improvements. , BIDDER'S SIGNATURE: September 25, 1986 ADDENDUM NUMBER ONE CITY OF CARLSBAD HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS TO ALL PRIME CONTRACT BIDDERS OF RECORD: NOTICE This Addend-m forms a part cf the Contract Mcuments for the above identifi project. Portions of Contract Documents not specifically mentioned in this Addendum remain in force. Acknowledge receipt of this Addendum on the Bid Form. Failure to do so may subject Bidder to disqualification. All trades affected shall be fully advised of these changes, deletions or additions. This addendum consists of one (1) page. ITEM 1 A minimun five (5) foot high chain link fence shall be installed along the perimeter of the construction zone adjacent to Holiday Park. The fence shall remain in place 24 hours a day throughout the duration of construction, when the construction is adjacent to the park. All staging areas and vehicle storage areas shall be fenced and appropriately posted to keep out. ITEM 2 Page 42 "Subgrade Preparation." After paragraph four (41, Section four (4) Page 42 "rwt control barrier shall be a non-degradable plastic barrier wit1 a minimum thickness of 0.050 inches and shall be commercially produced specifically for that purpose - such as 'DEEP ROOT CONTROL BARRIERS,' manufactured by the Deep Root Corporation (Beverly Hills,California), or a City approved equal. END OF ADDENDUM ONE - I! CONTRACT - PUBLIC WORKS -- - This agreement is made this /$a day of 1986, by and between the City of Carzbad, Gale municipal corporation, (hereinafter called "City"), and - William Kirchnavy Construction Inc. ------- -----_ whose principal place of business is 1010 Linda Vista, Sari Marcos, ---I__---p__ CA 92069 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all wo: HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS I specified in the Contract documents for: CONTRACT NO. 3140 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provic all labor, materials, tools, equipment, and personnel 1 perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of th Contract; the bid documents, including the Notice to Ridder: Instructions to Bidders' and Contractors' Proposals; ti Plans and Specifications, and all proper amendments ai changes made thereto in accordance with this Contract or tt Plans and Specifications, and the bonds for the project; a. of which are incorporated herein by this reference. 4. Payment. As full Compensation for Contractor's performanc of work under this Contract, City shall make payment ' Contractor the total amount of $296,546.40 per Section 9-3 of Standard Specifications for PuSlic'vorks Construct ior 1985 Edition. The closure date for each monthly invoice wi be the 30th of each month. Partial payments will I disbursed monthly for the previous month's invoices accordii to the following schedule: October 17, 1986 March 20, 1987 August 21, 1987 November 21, 1986 April 17, 1987 September 18, 198 December 19, 1986 May 15, 1987 October 16, 1987 January 16, 1987 June 19, 1987 November 20, 7987 February 20, 1987 July 17, 1987 December 18, 1987 Invoices from the contractor shall be submitted according the required City format to the City's assigned projel manager no later than the first Friday of the month. payments will be made at any time other than tho' scheduled. - Payment of undisputed Contract amounts shall be contlngf 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 r be paid to Contractor for cost reduction chanqes in the pl: or specifications made pursuant to a proposal by Contract( The net savinqs shall be determined by City. No payme shall be made unless the change is approved by the City. 5. Independent Investigation. Contractor has made independent investigation of the jobsite, the soil conditic under the jobsite, and all other conditions that might affe the progress of the work, and is aware of those conditior The Contract price includes payment for all work that may done by Contractor in order to overcome unanticipat underqround conditions. Any information that may have be furnished to Contractor by City about underground conditic or other job conditions is for Contractor's convenience on1 and City does not warrant that the conditions are as tt indicated. Contractor is satisfied with all job condition including underground conditions and has not relied information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contract shall b e responsible for all 1 oss or damage arising out the nature of the work or from the action of the elements from any unforeseen difficulties which may arise or encountered in the prosecution of the work until i acceptance by the City. Contractor shall also be responsib for expenses incurred in the suspension or discontinuance the work. However, Contractor shall not be responsible f reasonable delays in the completion of the work caused acts of God, stormy weather, extra work, or matters which t specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity this Contract, order changes, modifications, deletions, a extra work by issuance of written change orders. Contract shall make no change in the work without the issuance of written change order, and Contractor shall not be entitled compensation for any extra work performed unless the City h issued a written change order designating in advance t amount of additional compensation to be paid for the wor If a change order deletes any work, the Contract price sha be reduced by a fair and reasonable amount. If the parti are unable to agree on the amount of reduction, the wo1 shall nevertheless proceed and the amount shall be determini - by arbitration or litigation. The only person authorized order changes or extra work is the City Engineer. Howevc no change or extra work order in excess of $5,000.00 shall effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State California, the City Council has- ascertained the gene prevailing rates of per diem wages for each craft or type worker needed to execute the Contract and a schedt containing such information is in the City Clerk's offil and is incorporated by reference herein. Pursuant to La1 Code Section 1775, Contractor shall pay prevailing wage Contractor shall post copies of all applicable prevail1 wages on the job site. 9. Indemnit . Contractor shall assume the defense of i 4 and hold harmless the City, and its officers i employees, from all claims, loss, damage, injury i liability of every kind, nature and description, directly indirectly arisinq from or in connection with the performar of the Contract or work; or from any failure or allec failure of Contractor to comply with any applicable 1: rules or regulations including those relating to safety i health; except for loss or damage which was caused solely the active negligence of the City; and from any and i claims, loss, damage, injury and liability, howsoever t same may be caused, resulting directly or indirectly from t nature of the work covered by the Contract, unless the IG or damage was caused solely by the active negligence of t City. The expenses of defense include all costs a expenses, including attorneys fees for litigatia arbitration, or other dispute resolution method. 10. Insurance. Without limiting contractor's indemnification, is aqreed that contractor shall maintain in force at a times during the performance of this agreement a policy policies of insurance covering its operations and insurar: covering the liability stated in Paragraph 9. The policy policies shall comply with the special insurance instructic attached to the bid documents and shall contain the followi clauses: Contractor's liability insurance policies shall contain t following clauses: A. "The City is added as an additional insured as respec operations of the named insured performed under contra with the City." 8. "It is aqreed that any insurance maintained by the Ci shall apply in excess of and not contribute wit insurance provided by this policy." All insurance policies required by this paragraph sha contain the following clause: -1 A. "This insurance shall not be cancelled, limited or nc renewed until after thirty days written notice has be qiven to the City." Certificates of insurance evidencing the coverages requix by the clauses set forth above shall be filed wilh the Cj prior to the effective date of this agreement. 11. Workers' Compensation. Contractor shall comply with t requirements of Section 3700 of the California Labor Cod Contractor shall also assume the defense and indemnify a save harmless the City and its officers and employees fr all claims, loss, damage, injury, and liability of eve kind, nature, and description brought by any person employ or used by Contractor to perform any work under this Contrs regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the Ci certification of the policies mentioned in Paraqraphs 10 a 11 or proof of workers' compensation self-insurance prior the start of any work pursuant to this Contract. 13. Arbitration. Any controversy or claim in any amount up 8100,000 arising out of or relatinq to this Contract or t breach thereof may, at the option of City, be settled arbitration in accordance with the construction indust rul5s of the American Arbitration Association and judgme upon the award rendered by the arbitrator(s) may be enter in any California court having jurisdiction thereof. TI award of the arbitrator(s) shall be supported by law ai substantial evidence as provided by the California Code I Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and ma available to the City, upon request, records in accordan! with Sections 1776 and 1812 of Part 7, Chapter 1, Article ' of the California Labor Code. If the Contractor does n maintain the records at Contractor's principal place I business as specified above, Contractor shall so inform tt City by certified letter accompanying the return of th. Contract. Contractor shall notify the City by certifit mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter ' commencing with Section 1720 of the California Labor Coc are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Governemer Code Section 4590) appropriate securities may be substitutc for any monies withheld by City to secure performance c this Contract or any obligation established by thi Contract . - 17. Additional Provisions. Any additional provisions of t agreement are set forth in the "General Provisionsii "Special Provisons" attached hereto and made a part herec Cbntractor /i?m <mJ &,vzw (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) BY Title ,$E+IVED AS TO FORM: ld'4.& p. p-?- d?/q - E. Rssistant City Attorney P ATTEST: Contractor's Certification of Awareness of Workers' Compensat k Responsibility. i "I am aware of the provisions of Section 3700 of the Labor C 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 corn with such provisions before commencing the performance of work of this Contract." &&/ / / Contract or ^_I (or proved to me on the basis of satisfactory evidence) to be the person$ who e within instrument as President W m, of the Corporation therein named, and acknowledged to me that the executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and 1 - CERTIFICATION OF COMPLIANCE I hereby certify that I(/ Jdl ./ n. c Lr &u% f A &L Legal N@e of Contractor in performing under the Purchase Order awarded by the City Carlsbad, will comply with the County of San Oiego Affirmat. Action Program adopted by the Board of Supervisors, includirlg i current amendments. 1/41 -f& Date (NOTARIZE OR CORPORATE SEAL) Title (Notarial acknowledgement of execution by all principals must attached. ) - SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of i contract insurance against claims for injuries to persons damages to property which may arise from or in connection W. the performance of the work hereunder by the Contractor, t agents, representatives, employees, or subcontractors. If i insurance is on a "claims made" basis, coverage shall be ma, tained for a period of three years from the date of completion the work. The cost of such insurance shall be included Contractor's bid. The insurance company or companies shall mc the requirements of City Council Resolution No. 8108. A. Minimun Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed.l/; covering Comprehensive General Liability; and Insurar Services Office form number GL 0404 covering Broad Fc Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed.117 covering Automobile Liability, code 1 "any auto"; and 3. Workers' Compensation as required by the Labor Code the State of California and Employers' Liabili insurance. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combin single limit per occurrence for bodily injury a property damage. If the policy has an aggregate limit separate aggregate in the amounts specified shall established for the risks for which the City or i aqents, officers or employees are additional insured. 2. Automobile Liability: $1,000,000 combined single lim per accident for bodily injury and property damage. * 3. Worker's Compensation and Employers' Liability: Worke compensation limits as required by the Labor Code of t State of California an,d Employers' Liability limits $1,000,000 per accident. C. Oeductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declarl to and approved by the City. At the option of the Cit either: the insurer shall reduce or eliminate SUI deductibles or self-insured retentions as respects the Cit its officials and employees; or the Contractor shall procu a bond guaranteeing payment of losses and relat investigation, claim administration and defense expenses. - D. OTHER INSURANCE PROVISIONS The policies are to contain, or be endorsed to contain, t following provisions: 1. General Liability and Automobile Liability Coyerages: a. The City, its officials, employees and voluntec are to be covered as insured as respects: liabil arising out of activities performed by or on beh of the Contractor; products and completed operatil of the Contractor; premises owned, leased or used the Contractor; or automobiles owned, leased hi or borrowed by the Contractor. The coverage sh contain no special limitations on the scope protection afforded to the City, its officia employees or volunteers. b. The Contractor's insurance coverage shall be prim insurance as respects the City, its officia employees and volunteers. Any insurance or se: insurance maintained by the City, its offici: employees or volunteers shall be excess Contractor's insurance and shall not contribute w: it. c. Any failure to comply with reporting provi'sions the policies shall not affect coverage provided the City, its officials, employees or volunteers. d. Coverage shall state that Contractor's insurar shall apply separately to each insured against wt claim is made or suit is brought, except w: respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liability Coverac The insurer shall agree to waive all rights subrogation against the City, its officials, employe and volunteers for losses arising from work performed Contractor for the City. 3. All coverages Each insurance policy required by this clause shall endorsed to state that coverage shall not be suspende voided, cancelled, red'uced in coverage or in limi except after thirty (30) days' prior written notice certified mail, return receipt requested, has been giv to the City. -2 E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rati of no less than A:XI unless otherwise authorized by Ci Council Resolution No. 8108. - F. Verification of Coveraqe Contractor shall furnish the City with certificates insurance and with original endorsements affecting covera required by this clause. The certificates and endorsemen for each insurance policy are to be signed by a pers authorized by that insurer to bind coverage on its behal The certificates and endorsements are to be in forms provid by the City and are to be received and approved by the Ci before work commences. G. Subcontractors Contractor shall include all subcontractors as insureds und its policies or shall furnish separate certificates a endorsements for each subcontractor. All coverages f subcontractors shall be subject to all of the requiremen stated herein. - 9 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of-the lat edition of the Standard Specifications for Public WO Construction, hereinafter designated SSPWC, as issued by I Southern Chapters of the American Public Works Associatic the City of Carlsbad supplement to the SSPWC, the San Dif Regional Standard Special Provisions supplement to the SSP\ the Contract documents, and the General and Spec. Provisions attached thereto. In case of conflict between the SSPWC and these Spec. Provisions, the Special Provisions shall take preceder over and shall be used in lieu of such conflicting portic of either the SSPWC or the General Provisions. The Construction Plans consist of five (5) sheets designai as City of Carlsbad Drawing No. 271-1. The standard drawir utilized for this project are the San Diego Area Regior Standard. Drawings, hereinafter designated SDR S, as issued the San Diego County Department of Transportation, togett with the City of Carlsbad Supplemental Standard Drawinc Copies of pertinent standard drawings are enclosed with the documents. The reflective pavement marker, and sign installation wa included herein shall be performed in accordance with t State of California business and Transportation Ager Department of Transportation Standard Secifications dat July, 1984 and the Standard Plans dated July, 15 (hereinafter referred to as 'State' or 'Caltrans' Standa Plans and Specifications) and in accordance with the Special Provisions. 2. WORK TO BE DONE The work to be done shall consist of furnishing all lab0 equipment and materials, and performinq all operatio necessary to complete the project work as shown on t project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT A. Engineer: The word "Engineer" shall mean the City Engineer or h approved representative. B. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted "scheduled", or words of similar import are used, shall be understood that reference is made to the pla 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 wI "required" and words of similar import shall understood to mean "as required'to properly complete 1 work as required and as approved by the City Engineei unless stated otherwise. D. Equals and Approvals: Where the words "equal", "approved equal", "equivalei and such words of similar import are used, it shall understood such words are followed by the expression ' the opinion of the Engineer", unless otherwise stat1 Where the words "approved", "approval", "acceptance", words of similar import are used, it shall be understc that the approval, acceptance, or similar import of ' Engineer is intended. E. Perform and Provide: The word "perform" shall be understood to mean that t Contractor, at her/his expense, shall perform : operations, labor, toals and equipment, and furthc including the furnishing and installing of materials tt are indicated, specified, or required to mean that t Contractor, at her/his expense, shall furnish and inst: the work, complete in place and ready to use, includ: furnishinq of necessary labor, materials, tool equipment, and transportation. 4. CODES AND STANDARDS Standard Specifications incorporated in the requirements the specifications by reference shall be those of the late edition at the time of receiving bids. It shall understood that the manufacturers or producers of rnateriz so required either have such specifications available f reference or are fully familiar with their requirements pertaining to their product or material. 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contract per Section6-1 of the SSPWC at the time of t preconstruction conference. No changes shall be made to t construction schedule without the prior written approval the City Engineer. - Any progress payments made after the scheduled complet date shall not constitute a waiver of this paragraph or d am ages. Coordination with the respective utility company for remov or relocation of conflicting utilities shall be requiremen - prior to commencement of work by the Contractor. The Contractor shall begin work within 15 calendar days af being duly notified by an issuance of a "Notice to Procec and shall diligently prosecute the work to completion wit) 65 consecutive calendar days. If the completion date is r met the contractor will be assessed the sum of $500.00 I day for each day beyond the completion date as liquida' damages for the delay. Any progress payments made after specified completion date shall not constitute a waiver this paragraph or of any damages. 6 . NONCONFORMING WORK The Contractor shall remove and replace any work I conforming to the plans or specifications upon written or1 by the City Engineer. Any cost caused by reason of tt nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year after t filing 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 t product manufacturer's directions, the Contractor sha obtain and distribute the necessary copies of su instructions, including two (2) copies to the City Engineer 9. SOUND CONTROL REQUIREMENTS The Contractor shall comply with all local sound control a noise level rules, regulations and ordinances which apply any work performed pursuant to the contract. All internal combustion engines used in the constructi shall be equipped with muffle'rs in good repair when in use the project with special attention to City Noise Contr Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. Said noise level requirement shall apply to all equipment the job or related to the job, including but not limited trucks, transit mixers or transient equipment that may or m not be owned by the Contractor. The use of loud sou siqnals shall be avoided in favor of light warnings exce those required by safety laws for the protection personnel. - Full compensation for conforming to the requirements of ti section shall be considered as included in the prices pi for the various contract items of work involved and additional compensation will be allowed therefor. 10. CITY INSPECTORS - All work shall be under the observation of a C: Construction Inspector. Inspectors shall have free access any or all parts of work at any time. Contractor shi furnish Inspectors with such information as may be necess to keep her/him fully informed regarding progress and man1 of work and character of materials. Inspection of work sh not relieve Contractor from any obligation to fulfill ti Contract. 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by 1 to be inserted in this Contract shall be deemed to inserted herein and the Contract shall be read and enforc as though it were included herein, and if, throuqh mist: or otherwise, any such provision is not inserted, or is r correctly inserted, then upon application of either pal the Contract shall forthwith be physically amended to mE such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materi: suppliers shall provide and install the work as indicate specified, and implied by the Contract documents. Any ite of work not indicated or specified, but which are essentj to the completion of the work, shall be provided at t Contractor's expense to fulfill the intent of s; documents. In all instances throughout the life of t 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 t Contractor to apprise her/his subcontractors and materia suppliers of this condition of the Contract will not relie her/him of the responsibility of compliance. 13. SUBSTITUTIOY OF MATERIALS The Proposal of the Bidder shall be in strict conformi with the drawings, specifications, and based upon the ite indicated or specified. The Contractor may offer substitution for any material, apparatus, equipment, process indicated or specified by patent or proprietE names or by names of manufacturer which she/he conside equal in every respect to those indicated or specified. T offer made in writing, shall include proof of the State Fi Marshal's approval (if required), all necessary informatic specifications, and data. If required, the Contractor, her/his own expense, shall have the proposed substitut material, apparatus, equipment, or process tested as to i -> quality and strength, its physical, chemical, or otf- characteristics, and its durability, finish, or efficier by a testing laboratory as selected by the City. If t substitute offered is not deemed to be equal to that indicated or specified, then the Contractor shall furnis erect, or install the material, apparatus, equipment, process indicated or specified. Such substitution proposals shall be made prior to beginning of constructia if possible, but in no case less than ten (10) days pri actual installation. 14. RECORD DRAWINGS 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 chanqe from the origir drawings and specifications and the exact "as-buil locations, sizes and kinds of equipment, underground pipin valves, and all other work not visible at surface grad Prints for this purpose may be obtained from the City cost. This set of drawings shall be kept on the job a shall be used only as a record set and shall be delivered the Engineer on completion of the work. 15. PERMITS . The general construction, electrical, and plumbing permi will be issued by the City of Carlsbad at no charge to t Contractor. The Contractor is responsible for all 0th required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price item are for comparing bids and may vary from the actual fin quantities. Some quantities may be increased and others m be decreased or entirely eliminated. No claim shall be ma against the City for damage occasioned thereby or for la of anticipated profits, the Contractor being entitled on to compensation for the actual work done at the unit pric bid. The City reserves and shall have the right, when confront with unpredicted conditions, unforeseen events, emergencies to increase or decrease the quantities of wo to be performed under a scheduled unit price item or entirely omit the performanc'e thereof, and upon the decisi of the City to do so, the City Engineer will direct t Contractor to proceed with the said work as so modified. an increase in the quantity of work so ordered should resu in a delay to the work, the Contractor will be qiven equivalent extension of time. - 17. SAFETY,& PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for 1 safety of employees on the work and shall comply with i applicable provisions of Federal, State and Municipal saff laws and building codes to prevent accidents o_r injury persons on, about, or adjacent to the premises where 1 work is being performed. He/she shall erect and propel maintain at all times, as required by the conditions i proqress of the work, all necessary safeguards for 1 protection of workers and public, and shall post dant siqns warning against hazards created by such features construction as protruding nails, hoists, well holes, ; falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor reqistered civil engineer to perform necessary surveying i this project. Requirements of the Contractor pertaining this item are set forth in Section 2-9.5 of the SSPI, Contractor shall include cost of surveying service witt appropriate items of proposal. No separate payment will made. Survey stakes shall be set and stationed by the Contract01 surveyor for curbs at 50' intervals (25' intervals i curves) curb returns at BCR, 1/4, 1/2, 3/4, and E[ headers, sewers, storm drains, structures (4 corners min. Rough grade and as required to satisfy cut or fill finished grade (or flowline) as indicated on a grade sheet Contractor shall transfer grade hubs for construction z inspection purposes to crown line base grade of streets . required by engineer. Contractor shall provide engineer with 2 copies of sur\ cut sheets prior to commencing construction of survey item. 19. UTILITIES Attention is directed to Section 5, "Utilities" of the SSPWC, and these special provisions. IJtilities for the purpose ,of these specifications shall considered as including, but not limited to pipe line conduits, transmission lines, and appurtenances of "Pub1 Utilities" (as defined in the Public Utilities Act of t State of California) or individuals solely for their own L or for use of their tenants, and storm drains, sanit~ sewers, and street lighting. The City of Carlsbad i affected utility companies have, by a search of knc records, endeavored to locate and indicate on the Plans i utilities which exist within the limits of the WOI 7 - However, the accuracy or completeness of the utilitj indicated on the Plans is not guaranteed. Servj connections to adjacent property may or may not be shown the plans. It shall be the responsibility of the Contract to determine the exact location and elevation of E utilities and their service connections. The-Contract shall make his/her own investigation as to the locatic type, kind of material, age and condition of existj utilities and their appurtenances and service connectic which may be affected by the contract work, and in additi he/she shall notify the City as to any utilit appurtenances, and service connections located which hz been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities least 48 hours in advance of excavating around any of t structures. At the completion of the contract work, t Contractor shall leave all utilities and appurtenances ir condition satisfactory to the owners and the City. In t event of damage to any utility, the Contractor shall not: the owners of the utility immediately. It is t responsibility of the Contractor to compensate for util: d amaqes . The temporary or permanent relocation or alteration utilities, including service connections, desired by t Contractor for his/her own convenience shall be t Contractor's own responsibility, and he/she shall make : arranqements regarding such work at no cost to the City. delays occur due to utilities relocations which were r shown on the Plans, it will be solely the City's option extend the completion date. In order to minimize delays to the Contractor caused by t failure of other parties to relocate utilities wh: interfere with the construction, the Contractor, uf request to the City, may be permitted to temproarily on the portion of work affected by the utility. The port: thus omitted shall be constructed by the Contract immediately following the relocation of the utility invol! unless otherwise directed by the City. All costs involved in locating, protecting and supporting all utility lines shall be included in the price bid 1 various items of work and no additional payment will made. - 3: 20. WATER FOR CONSTRUCTION The contractor shall obtain a construction meter for watt utilized during the construction under this contract. Tt contractor shall contact the appropriate water agency fc requirements. The contractor shall include the cost c water and meter rental within appropriate it-ems of tt proposal. No separate payment will be made. 21. TEST OF MATERIALS Testing of materials shall conform to Section 4-1.4 of the SSPWC and the following: Except as elsewhere specified, the Agency will bear the co of testing material and/or workmanship where the results such tests meet or exceed the requirements indicated in t Standard Specifications and the Special Provisions. T cost of all other tests shall be borne by the Contractor. At the option of the City Engineer, the source of supply each of the materials shall be approved by him before t delivery is started. All materials proposed for use may inspected or tested at any time during their preparation a use. If, after trial, it is found that sources of supp which have been approved do not furnish a uniform produc or if the product from any source proves unacceptable at a time, the Contractor shall furnish approved materials fr other approved sources. After approval, any material whi becomes unfit for use due to improper storage, handling any other reason shall be rejected. 22. COMPACTION TESTS All backfill and subgrade shall be compacted in accordan with the notes on the plans and the SSPWC. Compacti tests may be made by the City and all costs for such testi shall be borne by the City. Said tests may be made at a place along the work as deemed necessary by the Ci Engineer. The costs of any retests made necessary noncompliance with the specifications shall be borne by t Contractor. 23: CLEANUP AND DUST CONTROL Cleanup and dust control shall conform to Section 7-8.1 the SSPWC and shall be executed even on weekends and ott' non-working days at the City's request. - 3( Full compensation for furnishing all labor, material: equipment, and incidentals to clean up and control the du: as specified above shall be considered as included 1 appropriate items of the proposal and no addition: compensation will be allowed therefor. 24. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Section 7-9 of the SSPWC is supplemented by the following: Except as may otherwise be provided in specif instances nothing in the Contract shall be constructed i vesting in the Contractor any property in any materia article or structure existing at the time of the award I Contract within the area in which the work is to be done i in any material, article, or structure subsequent. furnished for the work by the City, or in any materia article, structure or work furnished or performed by tt Contractor after having been accounted for on an approvc estimate supporting the contractor's demand for payment i provided in Section 9-3 of the Standard Specificatioi entitled, "Payment". In the latter event any such materia article, structure or work shall become the property of tt City after being so accounted for. The Contractor shall maintain all existing officii signs other than those called for removal, including -but ni limited to directional, warning, advisory, regulatory, a street markers and also roadside mailboxes in an erect a functional position and condition at all times during t construction period in either temporary or permane location as designated by the City Engineer. Any of the facilities which are damaged or lost shall be replaced the Contractor at no cost to the City. All costs involved in protection and restoration existing improvements shall be included in appropriate ite of the proposal and no additional compensation shall allowed therefor. 25. TRAFFIC CONTROL The Contractor's attention is directed to Section 7. of the SSPWC and these requirements. The Contractor shall notify the following Ci Departments 24 hours prior to the start of work on th project and 24 hours prior to the restriction, closi or opening of a street or alley within the City Car 1s bad : Engineering Department - 438-1161 Police Department - 438-5511 Fire Department - 438-5521 - 3' No street or alley closures shall be permitted except upt specific, written approval of the City Engineer. The Contractor shall keep one lane of traffic in ea( direction and one pedestrian walkway open during all evenir hours and on weekends and nonworking days. Traf-fic may t restricted to one lane as necessary at times when t Contractor is actively working in the working area, exce where specific approval for less has been granted in writi by the City Engineer. The Contractor shall furnis maintain and install all lights, signs, barricades, a other safety devices and equipment required. The Contractor shall submit a traffic control plan showi the intended construction zone signing and striping for ea phase of the work to be accomplished. This plan shall submitted within fifteen days after the Notice of Award h been issued to the contractor. No work shall commence unt this plan has been reviewed and approved by the Ci Engineer. Personal vehicles of the Contractor's employees shall not parked on the traveled way or shoulders at any tim including any section closed to public traffic. Wh entering or leaving roadways carrying public traffic, t Contract.or's equipment, whether empty or loaded, shall all cases yield to public traffic. The Contractor shall make every effort to keep drivew: open during working hours. After working hours i driveways shall be accessible with smooth and safe crossir through the construct ion area. The Contractor shall be required to notify all adjacr residents and businesses three (3) days in advance of 1 work, using "doorknob type'' or other typewritten notic which will be furnished by the Contractor. These notir will be distributed at the beginning of the project and other times during the work as required to notify affec people in the area of impending work. All open ditches within traveled areas shall be covered w steel plates adequate to support traffic loadings with noticeable deflection and shall be required at night and n on- wo rk ing days. Temporary A.C. transitions shall placed on either side of such plates, in the direction traffic when adjacent surfaces are asphalt or concrete. Traffic control shall include the cost of all barricad signs, flagmen, providing notices, traffic str application and removal, ditch plate installation removal, and any other cost connected with any tempor rerouting of traffic or maintenance of access to propert during the construction period. - 3E Full compensation for furnishing all barricades, lights flashers, flagmen, and any other safety measures used fc the control of traffic during the project constructic period shall be considered as included in the prices pai for appropriate items of the proposal and no additionz compensation will be allowed therefor. - 26. SHORING OF EXCAVATIONS The Contractor shall conform to Labor Code Section 6705 t submitting a detailed plan to the City Engineer showing tt design of shoring, bracing, sloping or other provisions t be made for worker protection from the hazard of cavir ground during the excavation of trenches or during the pip or structure installation therein. This plan must t prepared for all trenches five feet or more in depth ar approved by the City Engineer prior to excavation. If tl plan varies from the shoring system standards established 1 the construction safety orders, the plan shall be prepari by a registered civil or structural engineer at tl Contractor's expense. -39- SPECIAL PROVISIONS 1. CLEARING AND GRUBBING, MOBILIZATION AND TRAFFIC CONTROL.- Clearing and grubbing shall consist of clearing natural ground surfaces of all trees, shrubs, vegetable growth and objectionable materials within the limits of construction in accordance with the provisions of Section 300-1 of the Standard Specifications and in accordance with the plans and these Special Provisions and as directed by the Engineer. Clearing and grubbing shall also include the removal and disposal of all misceflaneous concrete, pavement, pipes, hardware, timber, rubble or any other objectionable material encountered beneath the ground surface as a result of grading or trenching operations connected with the construction of the project improvements. Clearing and grubbing shall also include the removal, relocation, adjusting, or salvaging of all facilities so indicated on the plans which are not designated as separate bid items or which are not included in other bid items. In addition to the above items, clearing and grubbing shall include, bu not be limited to the following items as shown on the plans or specified in these Special Provisions: 1. Removal of trees, shrubs, st.imps, trash, debris and fences, whether or not specifically indicated on the plans or otherwise shown to be protected or relocated. 2. Deleterious materials resulting from clearing and grubbing opera- tions shall be hauled away and disposed of at a legal site obtained by the Contractor. 3. Clearing for and providing temporary graded driveways and con- tinuing maintenance thereof to provide safe, smooth, stable and continuous access to all residences within the project area, and as directed by the Engineer. Minor grading for swales and drainage control. of-way I imits. 4. 5. Sawcutting of concrete and asphalt concrete at joins and right- 6. Protection of existing and relocated utility structures prior to and during construction of proposed improvements. 7. Removal and disposal of interfering portions of abandoned utility lines and structures and the plugging of abandoned pipes and conduits not removed. 8. Removal and disposal of any additional items not specifically men- tioned which may be found within the work limits. 9. Furnishing and applying water. -40- 10. Dust control. 11. Maintenance of project appearance. 12. Control of water and dewatering during construction. - 13. 14. Removal of miscellaneous concrete items such as drain boxes, catch Cleanup of project area upon completion of work. basins, drainage inlets, headwalls, water meter boxes, utility boxes and covers, drainage pipe, interfering portions of water, sewer and storm drain pipes, posts, poles, and retaining walls. 15. Removal and disposal of interfering portions , modifications to and maintaining in working order, existing private sprinkler systems. This includes both water supply, water distribution, electrical supply and electrical control elements of the existing sprinkler system. relocation of traffic signs. 16. Relocation of and maintaining accessibility of mail boxes and 17. Relocation and reconnection of existing chain link fences as shown on the plans including posts, concrete Post bases, poles, hardwart and all incidentals necessary to complete the work. 18. The installation, maintenance, and removal of temporary fences or gates. The salvaging and replacement of portions of existing fences when removed for the Contractor's convenience or when shown on the plans to be salvaged and replaced. The repair of lawn areas on private property where disturbed by construction operations. Removal of existing wood post, metal beam guard rail. receptacles , BBQ stands, benches, irrigation equipment, hose bid: and landscape poles as shown on the plans. 19. 20. 21. 22. The relocation or removal of park playground equipment, trash 'The Contractor shall protect all existing structures or facilities which are adjacent to, or fall within, the limits of the work to be done under this contract in accordance with Section 7-9 and 200-1 of the Standard Specifications. This item shall also include those structures and facilities which the plans show or these Specifications indicate to be pro- tected. Any structure or facility to be protected which is damaged as a result of the Contractor, shall be repaired or replaced at his cost to the satisfaction of the Engineer. Mobilization shall consist of preparatory work and operations, including but not limited to, those necessary for the movement of personnel, equip- ment, sanitation facilities, materials and incidentals to the project site -41 - necessary for work on the project, and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site. Mobilization shall also include survey staking for the project in con- formance with the requirements of Section 18 of the General Provisions of these Specifications. Traffic control shall be provided in conformance with the requirements of Section 25 of the General Provisions of these Specifications. Payment for clearing and grubbing, mobilization and traffic control shal be at the contract lump sum price and shall be full compensation for furnishing all labor, materials 8 equipment and incidentals necessary to perform the items of work. 2. UNCLASSIFIED EXCAVATION. - Unclassified excavation shall include excavating 8 removing 8 hauling and disposing of all materials to the subgrade elevations indicated on the plans as required to construct the new roadway improvements. This item involves the removal and legal disposal of all pavement 8 concrete, soil and miscellaneous items (including loose or dumped material and base material) which are within the grading and excavation section on both public and private property. Unclassified excavation shall be done in accordance with Section 300-1.3 and 300-2 of the Standard Specifications and these Special Provisions. The Contractor shall be responsible for obtaining a suitable legal dis- posal site for this excavated material in accordance with Section 300-2.6 of the Standard Specifications. The quantities for unclassified excavation are based on cross-sections along the roadway with considerations made for localized variations between 8 and are believed to be accurate. Excess soil remaining from excavations on the project site may be used for fill material as required subject to the requirements of Section 300-4 of the Standard Specifications, these Special Provisions and as determined by the Engineer. Payment for unclassified excavation shall be at the contract unit price per cubic yard and no additional compensation will be allowed therefor. 3. UNCLASSIFIED FILL. - Unclassified fill shall be done in accordance with Section 300-4 of the Standard Specifications and these Special Provisions. It is anticipated that surplus material will result from excavation operations. Section 300-4.1 of the Standard Specifications is supplemented to include the following : -42- Excess soil remaining from excavations on the project site may only be used for fill material when rocks, broken concrete or asphalt, base material, or other solid materials are less than four inches in greatest dimension and only when suitable for the particular area to be filled as determined by the Engineer; The fourth paragraph of Section 300-4.1 of the Standard Specifications shall be deleted. Payment for unclassified fill shall be at the contract unit price per cubic yard in accordance with Section 300-4.1 of the Standard Specifications and no additional compensation shall be allowed therefor. 4. SUBGRADE PREPARATION. - Subgrade preparation for the roadway improvements shall be done in accordance with Section 301-1 of the Standarc Specifications and these Special Provisions. The provisions of Section 301-1.3 of the Standard Specifications shall b amended as follows: In areas outside of the public roadway shown on the plans to be paved (including parkways , driveways and parking areas) , the top six inches of subgrade material shall be compacted to a minimum relative compaction of ninety percent. Subgrade preparation shall also include furnishing and installation of plastic root control barrier at locations and as shown on the plans. Payment for preparation of subgrade will be considered included in the various items of work for which the subgrade is prepared and no additional payment shall be made therefor. 5. 200-2.5.2 of the Standard Specifications , Processed Miscellaneous Base. BASE MATERIAL. - Aggregate for base material shall conform to Sectioi Placement of base material shall conform to Section 301-2 of the Standard Specifications. Payment for aggregate base material shall be at the contract unit price per ton in accordance with Section 301-2.4 of the Standard Specifications. 6. ASPHALT CONCRETE. - Asphalt concrete shall be in conformance with Sections 203-6, 302-5, and 400-4 of the Standard Specifications, except as amended herein. The provisions of Section 302-5.4 of the Standard Specifications shall b supplemented by the following : The final surface layer of asphalt concrete within the public roadway shall not be placed until all grading and P.C.C. improvements are substantially completed as determined by the Engineer. -43- Within the public roadway, asphalt concrete of 0.20-foot thickness or less may be placed in one lift. Asphalt concrete of greater than 0.20-foot thickness shall be placed in a minimum of two lifts. The compacted thickness of the final surface course of asphalt concrete shal not be greater than 0.20 foot or less than 0.10 foot. In all other areas (outside of public roadway), asphalt concrete may be placed in one lift to a maximum compacted A.C. surface of 0.25 feet. The provisions of Section 400-4 of the Standard Specifications shall be - supplemented by the following: The gradation of combined aggregate shall be as follows: 3f4 inch Base Course Type 111 - B2-AR-4000 1/2 inch Surface Course Type Ill - C3-AR-4000 Asphalt concrete pavement shall include asphalt concrete in all public and private roadway, driveway and ramp areas shown on the plans including 'feathering' to join existing surfaces. Payment for asphalt concrete pavement shall be at the contract unit price per ton and shall include full compensation for furnishing all labor, materials, equipment, and incidentals necessary to perform the work. 7. LIQUID ASPHALT. - Tack Coat Asphalt tack coat shall be Grade SS-lh emulsified asphalt, conforming to Section 203-3 of the Standard Specifications. Tack coat shall be applied to all asphalt concrete and concrete surfaces to be joined by new asphalt concrete pavement. The rate of application shall be as designated in Sectior 302-5.3 of the Standard Specifications. Care should be taken to prevent tracking the tack coat on finished concrete surfaces. Payment for tack coat shall be included in the contract bid price per ton for asphalt concrete roadway pavement, asphalt concrete overlay or asphalt concrete berms for which tack coat is required and no additional payment shall be allowed therefor. Prime Coat No prime coat will be required. Seal Coat No seal coat will be required. 8. ASPHALT CONCRETE BERM. - Asphalt concrete materials to be used ir constructing asphalt concrete berms shall be Type I1 I-D-AR-8000 in conformance with Section 400-4 of the Standard Specifications. -44- A tack coat, as provided in Subsection 302-5.3, shall be applied to the existing or new pavement preceding the placement of the asphalt concrete berm. The material shall be placed and compacted to the required lines, grades, and cross sections shown on the plans. The berm shall be shaped and compacted with an extrusion machine capable of providing the finished berm in place to the required dimensions. Payment for asphalt concrete berm shall be at the contract bid price per linear foot in place, and shall include full compensation for furnishing al labor , materials, tools , equipment, and doing all work involved in providing the berm complete in place. 9. PORTLAND CEMENT CONCRETE. - Portland cement concrete shall meet the requirements of Section 400 of the Standard Specifications. The Cleanness Value requirements of Section 200-1.4 shall be replaced Tests Test Method No. Requirements Cleanness Value Calif. 227 with the following: Individual Test 70 Min.* Moving Average 75 Min." The Sand Equivalent requirement of Section 200-1.5.3 shall be replaced Tests Test Method No. Requirements Sand Equivalent Calif. 217 with the following: Individual Test 70 Min.* Moving Average 75 Min.* * For 2,500 or less class concrete, except concrete pavement, a minimum 65 Individual Test result and a minimum 70 Moving Average will be acceptable if 2,500 psi 28 day strength criteria of Section 201-1.1.4 are met, at a six inch slump or greater. testing and acceptance determination will be made by the Agency. The Evaluation of Sand Equivalent and Cleanness Value results shall conforn to the provisions of Subsection 400-1.4. 10. CONCRETE CURB , CURB AND GUTTER , SIDEWALK , DRIVEWAY , GUTTER, CROSS GUTTER, AND PEDESTRIAN ACCESS RAMPS. - Concrete items, as listed above, shall be constructed in accordance with Section 303-5 of the Standard Specifications, referenced Standard Plans, and as described herein. Slab thickness and curb heights shall be as shown on the plans an( applicable Standard Plans. -45- The last sentence of the second paragraph of Section 303-5.5.2 of the The name of the Contractor and the year in which the improvement is Payment for concrete curb and gutter shall be at the contract unit price per linear foot, including transition sections where the curb face varies (such as at pedestrian ramps and at curb returns at cross-gutters). Standard Specifications shall be modified as follows: constructed shall not be stamped in the completed work. - Payment for concrete curb shall be at the contract unit price per linear foot, including transition and depressed sections where the curb face varies or is zero as shown on the plans. Payment for concrete sidewalks shall be at the contract unit price per square foot. Measurements for sidewalk pay quantities will be taken from the back of curb to the back of walk and between the limits of driveways, catch basins , planters, etc. Payment for concrete driveways shall be at the contract unit price per square foot. Measurements for driveway pay quantities shall be from the back of curb to the back of driveway slab and the width of driveway. Payment for pedestrian access ramps shall be at the contract unit price per each. Payment for concrete cross gutter shall be the contract unit price per square foot, including spandrels up to, but not including, the curb. Payment for concrete gutter shall be at. the contract unit price per square foot. 17. REINFORCED CONCRETE PIPE. - Reinforced concrete pipe shall conform to Section 207-2 , bedding shall conform to Section 306-1.2.1, and the pipe laying shall be in accordance with Section 306-1.2.2 of the Standard Speci- fications. Payment shall be per linear foot of reinforced concrete pipe and in accordance with Section 306-1.6 of the Standard Specifications. unit price per linear foot of reinforced concrete pipe shall also include sawcutting of existing asphalt pavement; excavation; backfill; bedding; shoring; compaction and imported fill if directed by the City Engineer; making connection of pipes; applying cement mortar inside and outside the pipes on all joints; making connections to new catch basins; temporary and permanent trench resurfacing; supporting utilities; replacement of existing asphalt concrete street improvements; dewatering; and concrete sewer encasements as required. Payment for connection of storm drain pipe to existing inlet structure shall be at the contract lump sum price bid and shall be full compensation for providing all labor, equipment, materials and tools necessary to perform the work. The contract -46- 12. VARIATION OF DEPTH OF CURB INLETS AND CONNECTOR PIPE. - The selection of the various depths for the catch basins was based upon hydraulic requirements and the best available data with respect to the locations of various utilities: however, in order to further assist in avoiding utilities, or for other reasons deemed necessary by the City Engineer, the City reserves the right by direction of the City Engineer, to increase or decrease the depth of any catch basin from that shown on the drawings. If the "V" depth of a catch basin is increased or decreased by order o the City Engineer as a result of excavation, then an adjustment (greater or less than the price bid) for the increase or decrease will be made and the amount thereof will be based upon the method stipulated hereinafter; fur- thermore, any increase or decrease in cost of constructing the connector pipe resulting from the I'V" change, or of the catch basin due to thickening of the concrete section or addition of steel reinforcement shall be included ir said stipulated amounts. Any reduction IrV" depth must be approved by the City Engineer. Determination of these stipulated amounts involves the exclusion of all metal work and reinforcing steel not necessary to the increase or decrease o the catch basin "V" depth. Such exclusion is accomplished by the factor 0.40 used in the stipulated formula below. If the adjustment is an increase ii the total amount of money due the Contractor, then the City will be entitled to and shall receive a monetary credit from the money due the Contractor. In addition to the work listed in the bid proposal, the Contractor agrees that, if directed by the City Engineer, he will either increase or decrease the rrVtl depth of any given catch basin and that the amount to be paid to the Contractor or credited to the City therefor shall be based upon the following stipulated method: (Bid Price) X (0.40) Adjustment per foot chanae Plan Depth of Catch Basin = in plan depth as ordered by the City Engineer. The adjustment per foot or fraction thereof of change in plan depth (defined hereinabove) is the ratio of the total price bid for any given catch basin to the plan depth of the given basin all multiplied by the applicable factor. If an interference occurs between a connector pipe and a utility, the Contractor shall not be entitled to additional compensation unless a concrete collar is required. If a concrete collar is required, the Contractor shall be paid for the grade change at a price as agreed upon by the Contractor and the City Engineer in writing. No additional compensation shall be allowed for delays which might result. 13. CURB INLETS, DRAIN BOXES, CLEANOUTS AND MISCELLANEOUS CONCRETE STRUCTURES. - Concrete catch basins, inlets, cleanout struc- tures, and other storm drain structures and miscellaneous concrete struc- tures shall be constructed in accordance with Section 303-1 of the Standard Specifications. Concrete for these structures shall be in accordance with -47- Section 201-1 of the Standard Specifications and shall have a minimum twenty-eight (28) day compressive strength of 3,250 pounds per square inch. Reinforcing steel shall be Grade 40 minimum, conforming to ASTM A61 5. The Contractor may extend or otherwise increase the total length of inlet or manhole structures by as much as a total of four feet, to meet the uncut ends of pipe. Payment for pipe to the limits shown on the construc- tion plans shall be full compensation for extending such structures. Where concrete structures are extended, steel reinforcing shall be extended in the pattern and spacing shown for the standard length structure. Payment for concrete storm drain structures and miscellaneous concrete structures shall be in accordance with the provisions of Section 303-1.1 1 of the Standard Specifications and the following: including local depressions and monolithic curb to the ends of the local depressions and shall include form removal , backfilling, and all labor, mater- ials, equipment and incidentals necessary to perform the work. including all labor, materials , equipment and incidentals necessary to perforn the work. Pa\*mcnt for precast drain box inlets shall be at the contract unit price per each including concrete base, outlet pipe, curb outlet, connection to curb inlet structure and shall include excavation , backfilling, and all labor, materials, equipment and incidentals necessary to perform the work. Payment for curb inlets shall be at the contract unit price per each Payment for clean outs shall be at the contract unit price per each 14. MONUMENTS - Cast-in-Place survey monuments shall be constructed in accordance with Section 309 of the Standard Specifications. in place, and shall include full compensation for furnishing all labor, ma- terials, tools, equipment , and incidentals necessary to perform the work. Payment for monuments shall be at the contract unit price per monumenl 15. ADJUSTING EXISTING WATER VALVE AND ADJUSTING TO GRADE OR RELOCATING WATER METER BOXES AND COVERS - The Contractor shall adjust all water valve covers, meter boxes and covers to grade as shown on the plans or encountered within construction areas. Valve boxes within the street section shall be adjusted to grade after paving by placing a six inch thick concrete ring on compacted backfill with 1-1 /2 inches of asphalt con- crete pavement around the valve box. Minor adjustments to grade of exist- ing water meter boxes in parkway areas shall be done prior to construction of parkway improvements. Should the new finished surface elevation be such that relocations of the meter is necessary or if the plans show to relocate the water meter, the Contractor shall make the necessary relocation. the Contractor and approved by the City Engineer. Any broken meter boxes shall be replaced by new boxes supplied by -48- Payment for adjustment of existing water valve boxes and covers to grade shall be at the contract unit price per each. Payment for relocation or adjustment to grade of water meter and/or meter boxes and covers shall be at the contract unit price per each. Full compensation for furnishing all labor, materials, tools , equipment and incidentals and for doing all the work involved in adjusting valve cover: and relocating or adjusting existing water meters and/or meter boxes and covers to the grade of the finished pavement or finished surface, and for furnishing new meter boxes if necessary, shall be included in the contract unit price and no additional compensation will be allowed therefor. 16. ADJUSTING EXISTING MANHOLE FRAMES AND COVERS TO GRADE - Existing sewer manhole frames and covers shall be adjusted to the grade of the new finished surface where shown on the plans and where directed by the Engineer. Adjustment of manhole frames and covers shall be in accord- ance with Subsection 302-5.7 of the Standard Specifications. Payment for adjusting existing manhole frames and covers to grade shal be at the contract price per each and shall be full compensation for furnish- ing all labor, materials, equipment and incidentals necessary to perform the completed work . 17. RELOCATE FIRE HYDRANTS - The Contractor shall furnish all trans- portation, tools , materials , equipment, labor , supplies , excavation , backfill , street resurfacing, water pipe, valves, fittings, tests, valve boxes and covers , bolts , nuts, gaskets , couplings , jointing materials , and thrust blocks together with all appurtenant work necessary or incidental to completing in a workmanlike manner, the relocations of fire hydrants as shown on the plans. Materials used in relocation of fire hydrants shall con- form to Section 207 of the Standard Specifications and construction methods shall conform to Section 306 of the Standard Specifications. In addition, relocation of fire hydrants shall conform to the requirements of the Costa Real Municipal Water District. Payment for the relocation of existing fire hydrants shall be at the con- tract unit price per each complete in place and shall include full compensa- tion for furnishing alt labor, materials , tools, equipment and incidentals necessary to perform the work. 18. MASONRY RETAINING WALLS - Masonry work shall include all materials , equipment and labor necessary to complete the construction of the block retaining wall as shown on the Plans, Standard Drawings and as specified in these Special Provisions and Standard Specifications. Materials 1. The concrete blocks shall be Grade N-ll hollow, loadbearing masonry blocks conforming to ASTM Designation C90, to the requirements of the -49- Quality Control Standards of the Concrete Masonry Association, and Section 202-2 of the Standard Specifications. 2. The masonry units shall be 8"W x 8"H x 16"L nominal size standard precision block of uniform color. The color shall match as close as practicable to the existing block wall on the private property at the Pine Avenue/Basswood Avenue intersection. The Contractor shall submit a sample of the proposed block to the Engineer for approval of the color two weeks prior to beginning work on the masonry construc- tion. 3. Mortar shall conform to Section 201-5 of the Standard Specifications anc as amended herein. Mortar for joining the blocks shall be freshly prepared and uniformly mixed in the ratio (by volumes) of one part portland cement (conforming to ASTM Designation ClSO) , 1 /4 to 1 /2 part lime putty, 3 112 parts damp loose sand, and water. All ingredi- ents shall be mixed in a mechanical mixer for a minimum of three (3) minutes and until a uniform mix is obtained. 4. Portland cement mortar shall be colored to match the block units. Coloring shall be chemically inert, fade resistant mineral oxide or synthetic type. 5. Grout shall conform to Section 201-5 of the Standard Specifications and as amended herein. Grout for filling cells shall be of a consistency that allows pouring without segregation of the constituent parts. It shall consist of the following volumes: One part portland cement, Type It, conforming to ASTM Designation C150, 1/10 part hydrated lime, three parts damp loose sand, and two parts clean pea gravel and water. A11 ingredients shall be mixed in a mechanical mixer for a minimum of three (3) minute! and until a uniform mix is obtained. Water for mortar and grout shall be free from deleterious quantities of acids, alkalies, and organic materials. 6. 7. The use of admixtures shall not be permitted in mortar or grout unless substantiating data is submitted to and approved by the Engineer. Reinforcing shall be deformed steel bars with deformation conforming tc the requirements set forth in ASTM Specifications A-615 Grade 40. 8. Construction 1. All masonry construction shall be done by or under the direct supervi- sion of a mason that is licensed in the State of California to do masonr: work. 2. All masonry shall be laid true, level, plumb, and in accordance with th plans. Masonry units shall be laid in running bond and grouted as shown on the plans. - -50- 6 3. Masonry blocks shall be sound, dry, clean, and free from cracks. The blocks shall be stored off the ground and protected from rain and moisture. 4. Wherever cutting may be necessary, the cuts shall be neat and true. 5. Mortar joints shall be 318 inch thick, straight, clean and uniform. Joints shall be tooled when the mortar is partially set but still sufficiently plastic to bond. AI1 tooling shall be done in a manner that compacts the mortar, pressing the excess mortar out of the joint, rather than dragging it out. 6. If it is necessary to move a block after it has been set in place, the block shall be removed from the wall, cleaned, and set in fresh mortar. 7. Vertical reinforcing steel shall have a minimum clearance of 1/4 inch from the masonry and not less than one base diameter between bars. Where spliced, bars shall lap thirty (30) bar diameters. Vertical 'bars shall be held vertical at the top and bottom. AI1 reinforcing steel shall be inspected in place and approved by the Engineer before grouting. 8. All vertical cells are to be filled with grout and shall have a continuous, unobstructed opening of not less than 2" x 3". Grout shall be poured continuously and rodded to insure proper densification. All concrete scum and grout stains shall be removed immediately. 9. 10. No continuous inspection shall be required. 11. Weep hole wall drains shall be formed by omission of vertical head joints as indicated in the Standard Drawings. . 12. Concrete footinas and reinforcing shall be as shown on the Plans and Standard Drawings. Matching mortar caps shall be included on all walls constructed. Payment for masonry retaining walls shall be at the contract unit price per square foot and shall be considered as including all compensation for concrete footings, excavations, steel, backfill , labor, material and equipment necessary to construct said walls. 19. REMOVAL OF EXISTING STRIPING AND PAVEMENT MARKINGS - Paint- ed stripes and pavement markings to be removed will be in the field as designated by the Engineer. 13. Removal of stripes and markings in the public roadway by painting or slurry will not be allowed. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such re- moval operation is being performed within ten (10) feet of a lane occupied by -51- public traffic , the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation, or by other methods approved by the Engineer. Payment for removal of traffic stripes and pavement markings in the public roadway shall be considered as included in various bid items, includ- ing traffic striping and traffic control and no additional compensation shall be allowed therefor. 20. TRAFFIC STRIPING, PARKING LOT STRIPING, LEGENDS AND MARK- INGS - The Contractor shall furnish and apply two coats of either white or yellow reflective traffic stripes, legends and markings at the locations shown on the plans and as directed by the Engineer. Paint used for traffic and parking lot striping and markings shall be rapid-dry type paint with reflective material and shall conform to Section 210-1.6 of the Standard Specifications. All work of applying the traffic striping shall be done in accordance with Section 310-5.6 of the Standard Specifications. Stencils used for striping, markings or legends shall be approved by the City Utility and Maintenance Division manager before work begins. Payment for furnishing and applying paint striping and marking shall be at the contract unit price per square foot, regardless of color. 21. REFLECTIVE PAVEMENT MARKERS - The Contractor shall furnish and install two-way, yellow or blue, Type IDr reflective pavement markers on public roadways at the locations shown on the plans and as directed by the Engineer. Pavement markers shall conform to the provisions of Section 85, "Pave- ment Markers" of the CALTRANS Standard Specifications, and these special provisions. Pavement markers shall be placed to the line established and approved by the Engineer, which will consist of existing markers or new or existing stripe. forming to Section 95-2.04, "Rapid Set Epoxy for Pavement Markers," of the CALTRANS Standard Specifications. Markers shall be cemented to the pavement with epoxy adhesive con- Payment for reflective pavement markers shall be at the contract unit price for each complete in place regardless of color. 22. HANDICAPPED PARKING AND TRAFFIC SIGNS - This work shall consis of furnishing and installing handicapped parking and traffic signs and posts complete with fastening and mounting hardware at the locations shown on thc plans and as directed by the Engineer. This work shall be -52- performed in conformance with Section 56 "Signs" of the CALTRANS Standard Specifications and these special provisions. Handicapped parking and traffic signs will be paid for at the contract unit price per each sign. Said price shall constitute full compensation for furnishing all labor, materials, including sign panels, posts , tools, equipment and incidentals, and for doing all the work involved in furnishing and installing signs and posts-complete in place, as shown on the plans and specified herein or as directed by the Engineer. 23. STREET LIGHTING SYSTEM. - Street lighting system materials shall conform to Section 209 of the Standard Specifications. to additional Sections 209-2.1 through 209-2.10 in the Standard Special Provisions and these Special Provisions. Installation of street lighting system shall conform to Section 307 of the Standard Specifications. is directed to additional Sections 307-1.3 through 307-8 in the Standard Special Provisions and these Special Provisions. Attention is directed Attentior The Contractor's particular attention is directed to Section 307-1 of the Standard Specifications which shall be strictly adhered to. Anchor Bolts The first sentence of the first paragraph of Sectiov 209-2.2 of the Standard Specifications shall be revised to read: Anchor bolts shall be of a type and size, and anchor base foundations shall be constructed, as shown on Supplement to Regional Standard Drawing Number E-1 attached herein. Conduit Section 209-2.3 of the Standard Specifications is amended to read: Acceptable materials are U. L. approved galvanized rigid steel and U.L. approved heavy wall polyviny1 chloride (P.V.C. Sch. 40). All conduits shall be of a size as shown on the plans but in no event shall conduit be less than one-inch inside diameter. Wire (Conductors) The first sentence of the first paragraph of Section 209-2.4 of the Standard Specifications shall be revised to read: Circuit conductor runs to lights shall be solid or stranded copper wire, No. 8 AWG minimum. Concrete Light Standards The second sentence of the first paragraph of Section 209-2.5.1 of the Standard Specifications shall be revised to read: -53- They shall be round, black and white marble aggregate or natural exposed aggregate, anchor base type. Direct burial type poles will not be accepted. Section 209-2.6 of the Standard Specifications shall be supplemented to include the following: Light standard handhole cover plate securing bolts shall be stainless steel. Securing bolts made of brass, plain steel, cadmium coated or galvanized steel will not be allowed. Pole height shall be 25 feet plus or minus two (2) feet as required per Supplement to Regional Standard Drawing Number E-1 attached herein. Lum i nai re Section 209-2.6 of the Standard Specifications shall be supplemented to include the following : Street lighting luminaries shall be a horizontal burn- ing, G.E. M-250A cutoff or ITT series 13, or equiva- lent type for lOOW high pressure sodium (9,500 lumen . output) lamps. Glare shields will not be allowed. Luminaire mounting height shall be 27 feet, plus or minus one (1) foot, above finished surface of pole foundation per Supplement to Regional Standard Draw- ing Number E-l attached herein. Street lighting luminaries shall be completely assembled and furnished with a lamp and a photoelectric control unit. It shall be cutoff type of standard make and manufactured by a manufacturer of recognized experi- ence and ability, who is now regularly engaged in the manufacture of street lighting luminaries. The lumin- aire shall be die cast aluminum and furnished with an optical assembly removable without the use of special tools. Leveling and clamping of the luminaire to the mast arm pipe shall be accomplished by tightening mounting bolts which are externally or internally accessible. Provision shall be made to check leveling of the unit. Luminaires shall include an integral twistlock type receptacle for photoelectric cell control in accordance with the latest EEI-NEMA standards, and photoelectric control unit. The receptacle shall be prewired to the terminal board. The luminaire power unit assembly shall consist of an integral ballast, starter board, capacitors, and a heavy duty terminal block, and the power unit assembly shall be mounted on a separate component of the luminaire to facilitate replacement. -54- The luminaire optical assembly shall provide a true ninety degree (goo) cutoff that does not allow any light to escape above the horizontal and shall consist of a die cast aluminum lens holder, an Alzak processed or equivalent aluminum reflector, a heat and impact resistant clear flat glass lens, and a porcelain enclosed mogul multiple screw socket with lamp grips. The socket support assembly shall be adjustable to provide variations in the light distribution and shall be factory pre-set to produce a medium or long cut off Type Ill distribution. The optical assembly shall be sealed with a heat resisting gasket, and also filtered to prevent light loss from gaseous and particulate material infil- tration. The optical assembly door hinge shall be designed so that when the door is opened the hinge pins shall prevent the door from swinging free of the pins. The luminaire shall be constructed and installed in such a manner to provide the required lighting distribution with the lower edge of the luminaire's housing below the entire light source and all glass- ware. External shielding added to the luminaire to accomplish the function shall not be acceptable. The fifth paragraph of Section 209-2.6 of the Standard Specifications shall be revised to read: The net weight of the luminaire, including ballast, and its projected area shall be no greater than the follow- ing : HPS Lamp Size Weight Projected Area (Watts) (Ibs 1 (Square Feet) 100,150 E 250 50 2.0 400 . 55 2.5 700 75 2.8 1,000 76 3.0 Section 209-2.6 of the Standard Specifications shall be supplemented with the following: High pressure sodium vapor lamps shall have a clear glass bulb and be suitable for use in street lighting applications. The lamp shall be designed to operate in any position. High pressure sodium vapor lamps shall comply with the following minimum performance requirements. -55- 1 ANSI Lamp Size Ballast Rated Ave. Life Initial Lumens (A) Light 0 Factor (Watts) Code (@ 10 hrs. per start) (Burning any Position) Mean (B' 100 s54 24,000 9,500 .90 150 s55 24,000 16,000 .90 250 S50 24,000 30,000 .90 400 S5 1 24,000 50,000 .90 (A) (B) (C) Initial lumen ratings based on 100 hour photometry readings. Mean light output factor is taken at 1f2 rated lamp life. Lumen Output at end of rated life. High pressure sodium vapor lamps shall be able to reach eighty percent (80%) of light output within four (4) minutes and to restrike within one (1) minute after an outage due to power interruption or voltage drop at the lamp socket. The base of the lamp shall have a device that will allow the installer to indicate the month and year of installation. Section 209-2.7 of the Standard Specifications shall be supplemented ' with the following: Mast arm length shall be eight (8) feet and shall provide a one foot minimum overhang past the. curb face. Ballast Section 209-2.10 of the Standard Specifications shall be supplemented with the following: Ballast shall be suitable for use on multiple distribution circuits with 60Hz, 120 and 240 voltage rating. Each ballast system shall have an auxiliary starting circuit capable of supplying the pulse characteristics listed below. The starting aid shall be readily accessible and easily re- placed in the field. Starting aids must be compatible with core and coil of the same rating without need for adjustment. Starting aids must be suitable for continuous operation for a minimum of three (3) months in the event of lamp failure without loss of life or ballast damage. -56- HIGH PRESSURE SODIUM VAPOR BALLASTS Lamp Size ANSI Line +/- 8 Allow. Line Var. Line Power 9, (Watts) Code Volts Line Volts Oper. Amps Start Amp Factor -- 100 s54 120 10 1.2 .8 98 240 10 .6 .4 98 150 s55 120 10 1.8 1 .o 98 2 40 10 .9 .6 98 25 0 S5 0 120 10 2.8 1.2 98 240 10 1.4 .7 98 400 S5 1 120 10 4.1 1 .l 98 240 10 2.1 .7 98 Photoelectric Control Unit The photoelectric control unit shall consist of a photoelectric cell in a weatherproof housing which plugs into an EEI-NEMA twist lock receptacle integral with the luminaire. The photoelectric control unit shall provide an output in response to changing light levels. life of the control unit. The response level shall remain stable throughout thc The control unit shall contain a cadmium-sulfide photoelectric cell suitable for operation with 120 V or 240 V line supply as noted on the plans The unit shall have a rated load capacity of 1,000 volt - amperes minimum, with a normal power consumption of not more than 10 watts. The control unit shall also have surge protection to prevent damage from sudden voltage surges. The control unit shall have a rlTurn-On'l level between one (1) and five (5) foot-candles. The "Turn-Off" level shall be between one and one-half (' 1/2) and five (5) times the "Turn-Ont1 level. The photocell shall be properly oriented with the photocell window facing north. Fuses Fuses shall be slow blow 13/32 x 1 7/2" in line 10 amps. The fuse shall be installed in the hot leg of the lighting conductor. be fused in the base of the pole and not in the pull box. Fuseholders Fuseholders shall be completely waterproof, shall grip the fuse in load side section when fuseholder is opened, be able to take a 13/32 x 1 1/2" fuse, with crimp type tubular terminals of a size able to take the size of cable in the particular street light. Wire and Conduit Run to Service Point The circuit shall Service conductor runs to feed points shall be solid or stranded copper wire, No. 8 AWG minimum. -57- Service runs vary in type, as shown on the plans. These include intercepting existing underground electrical system service at pad transfor- mer stations and constructing riser conduits at the base of an existing powei pole for connection by S.D.G.&E. For service points that are from overheac electrical distribution on a wood power pole, the Contractor shall be respon- sible to install the conduit riser sweep, pull box within five feet of pole, and all trenching and resurfacing required at existing power pole. company regarding the specific circuit feed connection procedures for each individual service location. Payment The Contractor shall be responsible to coordinate closely with the utilitl Payment for street lighting system shall be at the contract unit price per street light and shall include full compensation for furnishing all labor and materials, including coordination with S. D.G. &E. necessary to provide the system complete in place including sawcutting, removal and repair of existing A.C. or concrete improvements disturbed in the construction of conduit, boxes, foundations, etc. 24. JOB SIGNS. - The Contractor shall furnish and install job signs at locations on the site as directed by the Engineer. The sign shall be four feet high by eight feet wide .constructed on 314 inch exterior plywood with 4x4 redwood posts on each end. When installed, the bottom of the sign shal be five feet above the ground and the posts shall extend a minimum of 2.5 feet into the ground. The sign shall be professionally painted and lettered and shall contain the following information: The name of City and City seal; the project name; the name of the prime Contractor; the name of the Engineer, the namf and title of the Mayor, the City Council members and City Manager. The exact layout of the sign shall be coordinated with the Constructior Inspection Division of the City Engineering Department. The City will provide City seals for the Contractor's use in preparing these signs. Lettering shall be a minimum of four inches high, block (Gothic) style, painted black on a white background. At the completion of the project, the signs will be delivered to the Engineer's designated storage area. Payment for job signs shall be at the contract unit price per each whicl shall be full compensation for preparing, instaliing, maintaining, removal an( delivery of signs to designated storage area. 25. SOD LAWN. - The Contractor shall furnish and install sod lawn at the locations shown on the plans and as specified herein. City forces will rework and/or modify the existing sprinkler system in the park area to accommodate the additional area to receive sod lawn. Contractor shall coordinate with said City forces so that the following work -58- % operations may be done with as little impact to the sprinkler system as possible . Scarify all areas to receive fill material prior to installation of sod to a minimurn depth of six inches. Remove all rocks or cobbles larger than four inches in diameter. Do not place, spread, or roll any fill material during unfavorable weather conditions. Do no resume operations until moisture content and fill density are satisfactory to the Soils Engineer. All imported fill shall be clean and free of debris, weeds, seed, or rocks larger than one inch (1") in diameter. Fill shall have no more than five percent (5%) clay particles. Contractor to submit a soil analysis by an independent soil lab for approval by Engineer. When fill material has been applied and rough grading is otherwise completed, all areas to receive sod are to be deep ripped to a depth of twelve inches in a cross pattern. All rocks greater than one inch (1") in diameter shall be removed from the top six inches of the soil. The areas shall be brought to a smooth uniform surface free of ruts, depressions and other irregularities. Following deep ripping, all turf areas to receive the following soil amendments and fertilizers, all of which are to be roto-tilled into the top six inches of soil; Wood Shavings 3 cu. yds per 1,000 sq. ft. 12-1 2-12 Commercial Fertilizer 20 Ibs. per 1,000 sq. ft. Iron Sulfate 5 Ibs. per 1,000 sq. ft. Organic fertilizer 150 Ibs. per 1,000 sq. ft. Rotary tilling shall be done in at least two passes in a cross pattern. Upon completion of the soil preparation operations, the sod areas shall be compacted and settled by an application of heavy irrigation to a minimum depth of twelve inches. Care shall be taken to insure that the rate of application does not cause soil erosion. Finish grading shall be consistent and free of. all undulations, irregularities, and depressions. floating loose soil into depressions shall be thoroughly watered to ensure settling. The surface of the amended soil shall be flush with the adjacent native soil surface. Areas filled by Soil amendments as specified above, shall conform to the following: A. Soil Conditioner: Nitrolized redwood sawdust with a minimum of one percent (1%) nitrogen, particle size 1 /SO'' to 1 /4", 97% organic matter, moisture content 30%, Ph 6.5 B. Commercial Fertilizer: 12-12-12 by Scott Fertilizer, or equal. C. Iron Sulfate: Expressed as metallic, 19% D. Organic Fertilizer: Uniform, beaded, homogeneous mixture, formula 5-3-1 (Growpower Plus or equal). All areas receiving "sod" shall be planted with 'Common' Bermuda, as outlined following : -59- * A. Follow grading and soil prep instructions above, allowing one inch (1") for thickness of sod. B. Immediately prior to sodding, soil to be thoroughly moistened, not dry or soggy. edges. Stagger joints between sod strips, as if laying running bond brick. C. Lay sod parallel to curb line butting joints tightly, not overlapping D. Water in all lawn within 20 minutes of installation. Do not lay whole lawn before watering if this results in a delay longer than 20 minutes. E. Roll in lawn lightly to eliminate irregularities and to form good contact between sod and soil. F. Water periodically to keep sod moist (but not soggy) at all times until established. G. Sod strips which die back, discolor, show signs of disease or otherwise do not appear healthy shall be replaced with new sod. Payment for sod lawn shall be at the contract unit price per square foot complete in place and shall be considered full compensation for all elements of the work as specified herein. # J J- I 'i inr - PLAN mmr Horizontal mnf. not *own E LEVATI ON TYPICAL SEC TYPICAL SECTION 5' . 4" mc ovu5'.4" NOTES 1. hr Sundard Oramng C-7 8nd C.8 for ldditionrl nota and dratlt. 2.. Fill all block ulls mth grout. Rrvtrion ley Approwd Dare ' SAN OlEGO REGIONAL STANDARD DRAWING ~~~~~~~~\~,,~~~ - DRAWING NUM8ER I Title k WP 57% 11 - W9c- II I1 MASONRY RETAINING WALL TYPE 1B (LEVEL BACKFILL) '.' D f, DESIGN CONDITIONS: Walls we to be usad for tho lording conditions shown for tach type wall. Design H shall not bo oxceodod. Footing key is roquirod oxcept a shown othomirr or whon found unnecarary by tho Enginnr. Spwial footing daign is rrquirod whrro foun&tion matorial ig uncrprbb of supporting toe pnrruro listed in tablo. DESIGN DATA: (wall Typa 18, 48, 58 and 6): Roinforced Concna: I NSPECTI 0 NS: CIIl for inrgectiom a follow A. Whon tho footing ius been formed, with the sit mcudy in final position, and b ready for tho c to be placid. Whoro cleanout hola u8 not provided: (1) 8. Aftn tho blocks haw barn laid up to a h 4', or full hoight for walls up to S, with I plro but befon tho grout is pound, md Fc - 1200 psi F'c 3000 psi Fs 20,000 psi n - 10 (2) Aftor the lint lifl b proporly grouted, the hM been laid up to tho top of tho wall Y sW tiod secunly in plro but before tho lift is gmutod. Roinforcod Matonry: F'm = 600 psi Fm = 200 pu Fs - 20.000 psi n = 50 Whore cloanout holes are provided: Earth 120 pcf an Equivalont Fluid Pressure = 36 psf por foot of hoight Walls shown for 1#:1 unlimitod sloping surcharge are datignod in accordance with Rankline's formula for unlimited sloping arrchargo with a 8= 33O 42: RElNF ORCEMENT: Intermediate grade. hard grade. or nil smel doformotion thall conform to ASTM A615, A616, A617. Cn shall lap 40 diamoten, whoro rplicod, unlm othemb shown on tho plans. Bonds Jloll conform to tho Manual of Standard Prlctico, A.C.I. Bwking for hooks is four diameters. All bar embedrnentr are closr dutanca to outride of bar. Spacing for parailel bon is cmter to contar of bars. MASONRY: All ninforod masonry rotrining wills shall bo coiistructed of rqulw or light might standard units conforming to lhe "Standard Specifications for Public Works Comtructlon." JOINTS: VI- c~nol joinu &dl k pkd at 32 foot into~ls maimum Joino shell bo daigned to fuin show and othor lateral form whilo permitting longitudd mummint Voftkd axpamion join0 shdl be plaad n B6 foot intar- nh maimum CON CR ETE : Footing concmto shall bo 560-C-3250, using 6 aggrogate when placing conditions permit. EA C K F 1 L L: No backfill material shall br placed against mssonry ntaining walls until grout has reached daign strength or until grout has cured for a minimum of 28 days. Compaction of backfill material by jotting or ponding with water will not be permitted. Each layer of backfill sholl be moistened as directed by the Engineer and thoroughly tamped, rolled or otherwise compacted until the relarive compaction is not lesa than 9036. FENCING: Safoty fencinq shall be installed et tho top of the wall as ~quirod by the ogoncy. After tho blocks have boon laid up to the the wdl, with tho steel tiod mcuroly in pia kforo grouting. C. After grouting is comploto and after rock or rub1 drains are in plro but boforo earth backfill is pl, Final inspection whon all work'ha, been complet 0. CONCRETE GROUT AN0 MORTAR MIXES: Concrete grout and monar mixes shall bo a, specified "Sundud Specifications for Public Works Construction All cells shall bo filled with grout Rod or vibrate gra within 10 minutes of pouring to imn consolidation. grout to a point 2" from the top of masonry uniu wl grouting of EIcond lift u to bo continuod at another t MORTAR KEY: To imro proper bonding bemen the footing and tho coum of block, a mortar koy hall be formed by smbc a flat 2 X 4 llush with and at the top of the freshly I footinp The 2 X 4 should be removed after the conc mned to harden (approximately 1 hour). A mortar key may be omitted if tho first COU~SO of bli sot into thr fresh concrete whon the footing is poured, good bond is obtained. WALL DRAINS: Well drains shall be provided at 6 foot intervals along of tho wall and located at tho level of the bottom coui block. Tho drains shall be 4" in diameter, formed by block on its side. or leaving out overy head joint in !hi coursa of block. Backfill behind wall drains or open h shall bo 1001 rubblo or gravel. SOIL: All footings shall extend at least 12 inches into undisti natural soil or approved compacted lill. Soil should be prior to placing COflCfE18 in footings. Revision 8v I Approved 1 Date RtCOYYf*OfO OV IM 3 SAN DIEGO REGIONAL STANDARD DRAWING Itc,o,,AL I,A,,OAROS COO~~W~, m c 6 IPBOI DRAWING NUMBER c NEW oar. rrpl #.e. ~O-E W' 1 c- 1 M.6. I"-% ~_.__ I GENERAL NOTES FOR MASONRY RETAINING WALLS Notes I . Rivision lev IfCOllfNOfO W Wf UI OlfGO SAN DIEGO REGIONAL STANDARD DRAWING ICGIOIAL ZIUOAIOS COlllnlf I auaw &./W~ I I bur nct ism> 0- DRAWING C-8 NUMBER I A DETAILS FOR MASONRY RETAINING WALL Approw 'I I r 13" - 6" CURB 8 CURB Area = 1.09 SO. FT. Area = 0.89 SO. FT. m E 3 Width Shown on Plans 18" min. 2 I u r----- I t I --- I I I L -------------: Existing Curb I I I I I I I I 1- - 1 112" except where elevations shown indicate otherwise GU.lTER LEGEND ON PLANS 6" curb NOTES: 1. Concrete shall be 517 - C - 2500. 2. See Standard Drawing G-lOfor joint details. Revision By Approvsd [Date I S+N DIEGO REGIONAL STANDARD DRAWING ~~~$~~~~~~~~c~a,~ A aU~kiwf4 dzu - R.C.L. 1¶M7 T CURBS AND GUTTER - SEPARATE Eml DRAWING NUMBER G-1 a'. 'f 5 Zog 0 - 0 t 1 1/2" except where ,-----.A's+ .. -: .a: ; L. .,.:-..: :. * ,. . *. .. .. . 'I2'# R - b'-t .b... .. 0 W =j t L12" AREA , TYPE w sa. FT. G 24" 1.34 I H 30" 1.61 mEtOltnoEo BY THE w DIEGO IEODUL mMDAIa -LE au~w &e./% DRAWING NUMBER 6-2 LdilN I.C.E. Irn D.. Revision By Apprc SAN DlEGO REGIONAL STANDARD DRAWING CURB AND GUTTER - COMBINED v 5" 4" ~~~~ .-- b 11" J L 13" 1 TYPE A-SECTION TYPE B-SECTION Height 6, 8". or 9" as indicated on plans X fy--&& t. 't PI LFT//-A, 2H + 6" L 8" - 1 TYPE C-SECTION TYPE D-SECTION Slope end of dike 1 : 1 hen not joining other improvements ' APPROX. 01 KE QUANTITIES A 0.0250 B 0.0375 C-6" 0.0375 C-8" 0.0583 C-9" 0.0702 TYPE TONS/LIN. FT. ALL TYPES-SIDE VIEW' & 0 0.0062 NOTES 1. Dike is to be placed on a minimum 2' of A.C. road surfacing, extending throughout the width of the dike. 2. AR-8000 grade asphalt to be used for all dikes 3. A.C. dikes may be shaped and compacted with an extrusicn machine or other equipment capable of shaping and compacting the material to the required cross section. LEGEND ON PLANS Type A Dike RECOYYENOEO BY THE SAM REGIONAL STAN011105 COlOl I , It yk SAN DIEGO REGIONAL STANDARD DRAWING Revision By1 Approvad Date i ' DIKES [BERMS) 0 ASPHALT CONCRETE ORAWING , _- varin Width a shown On Plan "7 _I - - - 114" per ft. Weakened Plane Joint p----- ---- -- -- ----~ NON-CONTIGUOUS Width 8s shown on plan c -2 Weakened Plene Joint ---------_ CONTIGUOUS NOTES 1. Concrete shall be 520-C-2500. 2. Sea Standard Drawing G-10 for joint details. LEGENO ON PLANS COOM~UOI (1 C t 980; SIDEWALK - TYPICAL SECTIONS DRAWING .) NUMBER r Non-contiguour Sidml Limit of drky for no ridmlk or contivow udmrlk. PLAN - Orinmy Curb Opening - .) Drinvwy width shown on plans Bonom of Curb E L EV AT IO N 9 Edgr of Sidewlk Normal Ria 1/4" per foot WL, . ' .t ' ., : D . ...' .. I:' c. .. 5%'' Residential 5%" Commerial SECTION 2" R 1" above Guttar NOTES 1. No concrete shall be placed until forms and subgrade are inspected by the Agency. 2. Concrete shall be 520-C.2500. 3. See standard drawings G.15 and Gel6 for width and location requirements. 4. Driveway ramp to extend to 10 feet from curb face or to property line whichever LEGEND ON PLANS b Ieo. (For commercial driveweyr only) +-+ G Of - (;;; Or Revision By Approve Thickness Sc 3 J Thickness Y ttr0 , Conc. ~d i~e SAN DIEGO REGIONAL STANDARD DRAWING RECOYUfNOEO IV TMt SAM OlEGO ItGIONAL STAllOARDS COYUIlTtE LtdTc-f &= ,VS ' NUMBER 6-14 r..--ZjT 3.,, ORAWING CONCRETE DRIVEWAYS Ltrnitt ~QP-I m45 II - '*) -_ :> -.> TYPE A hop. tino - SECTION A-A ' NOTE So Strndwd Drawing G.32 for gonoril nom Revision By Approwd I Date 1 RECOMMtNOEO BY 1 7 PEDESTRIAN RAMP CoorQwulol R C E CZ 1 SAN DIEGO REGIONAL STANDARD DRAWING Rft,OWAl S,*NDAR, !3%L DRAWING TYPES A AND B NUMBER c i c, 24" min - c I RISER RING Grout around bl N 6" thick grout pad Slope surface of grout pad to drain away from cover, and to meet existing grade. Brick support all around on 2" sand base. PLAN-IN UNPAVED AREA ' NOTES TYPICAL MONUMENT SECT IN PAVED AREA 1. Cover and frame to be cast integrally with pipe box. 2. Monument base may be cast in place or precast. 3. Form and taper exposed upper 6" of cast in place base to a top diameter of 5". (Precast base shall be sand 4. Monument marker shall be a domed brass. 3" in diameter. 5. Monument Location: backfilled). 1 c of strept (I .-. a) Set on all centerline intersections unless actual location is modified by the Agency and shown in modified location on map. When centerline intersection is impractical, offset 5 feet on centerline of major street, (see detail at right). If neither centerline can be occupied, two monuments will be set in line around the front on the perimeter of a 10-foot diameter circle, whose center is the point. i b) Set on centerline at intervals not exceeding 1000 feet on straight NnS. c) Set on centerline at points of cunrature. d) Set on center at center points of cul-de-sacs. e) Set on centerline when center point of cul-de-sac is offset from centerline. f) These standards may be modified at the discretion of the &ncy in cases where strict compliance there- .yith results in mom monuments than it considers necessary. The following technique for reducing the number of monuments will be routine. 9) Substitution of one monument on the "Point of Intenaction" for monuments at the "Beginning of Curve" and the "Ending of Curve" when the "Point of Intersection" falls within the pavement area. h) Deletion of any monument otherwise required by these standards when its position can be determined by turning one angle from I point on a straight line betwacn two other monuments, providing such point is not more than 300 feet from the point on which the deleted monument would have been plead. Alternate loc Tie distances division map is used. LOCATIO SURVEY Revision Br RECOIUOEO IECIONAL SrMOAROS w in( "Et ua OIEOO SAN DIEGO REGIONAL STANDARD DRAWING &%&u %U./VS v, Cwr0,lutor R [.E lolo? Oil. r STREET SURVEY MONUMENT DRAWING NUMBER M-10 -1 I L i I 1 I Arm Length 8' max Curb Overhang 1' min fievirion BY Approvsd Date RECOWENDED BY THE W DIE1 aa,oWAL nmoARm WrntnE 1 &/W && /I SAN DIEGO REGIONAL STANDARD DRAWING b ncE ty01 Pa, DRAWING NUMBER E-1 I ORNAMENTAL STREET LI6HT - r) a 2 t! 8 as E-- BES. go s 0 5 sx 4 90. cvrow UMLNAIRe SHALL ALUM No EXAPt OF LXQR ABWE Me H0R-L * 4 1 - CI * e ea - *- ulImDRE~~cI3N~ tu;1FI SmNMRD E 3 3.2 rrcI I ;: 0 0 w 111- I- c..n -0 ?? tf: - 00 Y 23 e mCI 5 22 3 I - . 40cooprrwin~ to polr ud with lug mEEL CONDUIT NON-METALLIC CONDUIT DIRECT BURIAL FOUNDATION Atod, poud 6n 112" Rigid mel Conduit STEEL CONOUlT NON-METALLIC CONDUIT ANCHOR BASE FOUNDATION AnChOr Rods - @ 3/4-,gcooprcorrrdrrrl~ndrod. 0 eopQIrrin.toiw. @ bprd normrtllltt coda. @ litrl mull 2 Uamm Ground: 15' no. 4 bur nrmdrd DETAIL A hon , BV 4 mmmnrrcwoltro SAN DlEGO REGIONAL STANDARD DRAWING I -- yuuI sf---.-.. uw I I J . B 6ROUNOIN6 WU& &/m DRAWNO OF CONCRETE L16HTIN6 STANDARDS muLuLn €4 PLAN NOTES c COVER YIN.D(Epfn TYPE EDGE. BOXbND L* WI R I). USE STEELCOVER WHEN SUBJECT 2). PULL BOX COVER SHALL BE MARK "STREET LIGHTING " WHERE WLL 8 CONTAINS STREET LlGHTiNG CONDI 5 2" 22" 23 V4'1 13 34" I 1/4" ONLY. yH16H VOLTAGE n SHALL 81 WHERE VOLTAGE IS ABOVE 600 VO 11 TOP DIMENSION 3) THE L AND W DIMLNSIONSOFTI SEAT SHALL BE 1/8"GREATER THI COVER DIMENSIONS. 4). COMPACT EARTH UNDER AND ARO PULL BOX. fHIC1CWC99 ~NSTON TRAFFIC LOADS. 3112 1314" EX=NSm No .153/8" 10 la8' I 1/8" a . r ! z%El.k REV. APPROVED CITY OF CARLSBAO CtTY EMWER PULL BOX FOR IECOIYENOEO OT THE UN DIEGO amom1 rrAamnos commi~~ic U@&&f &.LC /vs t. ... 4 ,11* I r L 9807 rGT- DRAWING NUMBER D-2 Revision BY[ Aopro Notar SAN DIEGO REGIONAL STANDARD DRAWING I - vI CURB INLET - TYPE B Rcbar e. %& Bend Down 4 . X 4 Around pipe towards outlet SECTION A-A NOTES 1. See Standard Drawing 0-11 for additional notes and details. 2. Concrete base shall be 564 . C f 3000. 3. All precast components shall be reinforced with 1/4" diameter steel, 4. All joints shall be set in Class C mortar. 5. Maintain 1 112"clear spacing between reinforcing and surface unless 6. Exposed edges of concrete shall be rounded with a radius of 112". . wound spirally on 4" centers. LEGEND ON PLAN: :--,:I I @ I::: I-- otherwise noted. Revision fey Approved Date RECOIILIOEO BV 1Hf SAM 0 I SAN DIEGO REGIONAL STANDARD DRAWING nIGIoIAL SThNO*nbs to-lr 1 aUU&J uu bwwa RtE 1-01 --6;;; < DRAWING STORM DRAIN CLEANOUT - TYPE A NUMBER 0-9 . I. 5' 2.2 ' CURB INLET 2.5' 2.5' 5l d r-------- 1 I I r I .L ------ t \ 1 I ' I . 1. $1 1; ;~T~~$-.yki-. A*. f i GUTTER - 9- t 1 1 I 5.5' - CURS INLET 5.5' 5' -------- I I r L-------J j I 4 I \ I 1 1 rf GUTTER I. ;i !L REV. I -~' f L 10 - Apmv~o OAT€ CITY OF CARLSBAD aw ENOWER I nrm ~~DRCCCI~~M ____ __ . 8 5. Treffrc Msnd MARKINGS 1 Figure 6-1 I CENTERLINES - 2 LANE HIGHWAYS I POLICY I 1 t 48 ' DETAIL 2 - I &'I 7' ITt 7'1 8$I Centerline pattern with psve 0 0 00 for ub. on two-lane streeta I - 1 1 I i i i I 1. MARKER DETAILS i I j TYPE 0 REFLECTIVE WAC€ m LEGENO 0 8" VoHow c OlnctlonrdTmv8l e a T-Ww Ymlkwr R~fIdn Mi~.r(ror (Type D) I 1 0 Norrft.lhcthn Yeflow Madtor . I +e I BLUE MARKtH Z-WAT SflMSONlTE UFEUTE H€SlVe 2 PART OXY ?'YE Aee 1;'1 I[ ifiR 3 - 3fkKER I %! W ,f $, * I . \ &'OI 1 I I lo! 1 I I" P :I v ~~ =* QO II DETAIL A LEGEND MARKER -_-_-_---- 0 8 A FIRE HYDRANT,,,-+ $1 + * i hp + OA I ;I Ik II DETAIL B Ii I1 II L J 1 10 3 I IC + 1 !E: I cz: 14 \ CURBUIIII---- 1 CENTERLINE- +E---- -0- +% '"'''''''''''''''''- 1 I1 1 \- 0 3 d P I G5 I q I II II 01 I II It 1 I REQUIRED LOCATIONS FOR FIRE HYDRANT MARKERS NOTES I). YARKCR3 YU3T Bt INYrALLtD AT AILL NEW AND RLLOCAfLD HYDRANn AND WITHIN ALL RLSURFACIIO PUOJtCTS. 2). FIRE DLPARTMINT WlLL PROVIDL LOCATlON(S1 COR ALL MARKERS IN PRO'S, COYYCRC1AL LOT3 AND ALLOTMER AREA3 OUTSIDL Of PUBLIC RIGHTOF WAY. b). YARKtRS: 3HAL.L BC BLUE 2-WAY STlMSONlTE LIrtLlTE BOA0 OR EQUAL. 4). ADHESIVt: AN AMPLE AMOUNT OF TWO PART(A 8 BIEPOXY OR EOUAL. 8). WRfACL3: CLEAN AND DRY PRIOR TO INSTALLATION PLR YANUfACtURLR'S 8). INSTALL YARKLRS WITH RLfLLCTlVE SURFACES fACIN0 ONCOMINO VEHICLES RtCOYMINDATlONS. AND OffSLT Z'FROM LAME LINES. COR STREET3 WlTHOUT LANE LINES OR 8TRtETS WITH RA13110 PAVEMENT MARKERS AND NO PAINTED LAWL UNES, INSTAU MARKER^ ONCENTERLINE on IN LIME wiin EXISTING MARKERS. I I REV. APPROVED DATE CITY OF CARLSBAD I %- L cirr Crrowccn I I ( sumc MENTAL STANDARD NO. 1 FIRE HYDRANTMARKERS 1 -_ - . . - - - -._- 4. January 22, 1990 Kirchnavy Construction, Inc. 1010 Linda Vista San Marcos, CA 92069 Re: Bond Release - Contract No. 3140 - Holiday Park/Eureka Place Improvements Per instructions from our Municipal Projects Department, we are hereby releasi the remaining 25% of the bond for the above-referenced contract: Performance Bond 106582 Merchants Bonding Company Mutual The bond is enclosed so that you may return it to your surety. J&--i--i& eputy Ci y Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008 * (619) 434-280 * c MITE IT- DON’T SAY IC UNO Reply Necessary Re: Bond Release - Our records indicate that the your written authorizationlapproval for release. Please let me know the status, and if release is 0.k. Thanks, 2 & -*e - 2’ d’* - j/-’ ,q PRINl Y AIGNER FORM NO 55-032 dy 3 I I f- I 1 i .. . J I LV ’R ITE IT- DON’T SAY f r! __ Date To >A. vF%z&zzz a Reply Wanted From Karen Kundtz, Deputy City Clerk UNO Reply Necessary Re: Bond Release - & * .3/dL- L-%’ Our records indicate that the J? 3 byA, ( &TJd for the above-referenced subdivision/project is eligible for release. your written authorization/approval for release. the status, and if release is 0.k. We need Please let me know Thanks, L PRlN Y- AIGNER FORM NO 55032 7 r I i c .- - J I )I 0 0 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) 4 Office of the City Clerk aitn of Uktrl~bab October 25, 1988 Kirchnavy Construction, Inc. 1010 Linda Vista San Marcos, Ca 92069 Re: Bond Release - Contract No. 3140 - Holiday ParkIEureka Place Improvements Per instructions from our Municipal Projects Department we are hereby releasing the following bond for the above-referenced contract: Labor & Materials Bond No. 106582 Merchants Bonding Company Mutual The bond is enclosed so that you may return it to your surety. -ji5iif,,,z 9 Deputy City Clerk Enc . - DUN' I- SAY 'ab * Date 9/22 l To a Reply Wanted From Karen Kundtz, Deputy City Clerk UNO Reply Necessary -- . Re: Bond Release - *-. Our records indicate that the above-referenced your written authorizationlapproval for release. the status, and if release iS 0.k. bond for the c3 Please let me know -, Thanks, L PRINTED AIGNER FORM NO. 55032 WITE IT- DON’T SAY Date 9/22 To . ,/ @.I Reply Wanted From Karen Kundtz, Deputy City Clerk ONo Reply Necessary W / Re: Bond Release - Cky&_j/& -&- - a-L- J - Our records indicate that the 2- Q - above-referenced suh&&Sm /project is eligible for release. We need your written authorization/approval for release. the status, and if release iS 0.k. bond for the Please let me know Thanks, Y- \ AIGNER FORM NO. 55-032 PRI 0 0 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) 4 Office of the City Clerk Mitg af anrlsbnb October 27, 1987 William Kirchnavy Construction, Inc. 1010 Linda Vista San Marcos, CA 92069 Re: Bond Release - Contract No. 3140 - Holiday Park/Eureka Place Improvements The Notice of Completion for the above-referenced project has recorded. Therefore, we are releasing 75% of the Performance Bond. Please consider this letter as your notification the $222,409.80 of Merchants Bonding Company Performance Bond No. 106582 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond in the amount of $148,273.20 will be due for release six months from the date of recordation of the Notice of Completion, a copy of which is enclosed for your records. XYLfi Deputy City Clerk Enc . Recording Requested By and Re * 87 530056 City Clerk wn To: * v-- 730 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICIPAL PROJECTS DEPARTMENT *- To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Ausust 5, 1987, the engineering project consisting of the Holiday Park/ Eureka Place imDrovements, on which William J. Kirchnavv Construction, Incorporated, was the contractor and Merchants Bondinq Company was the surety, was completed. r VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of said City on - / 5. I987 accepted the above described work as completed and okdered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is Executed on u I b lW7 at Carlsbaa, California. true and correct. CITY OF CARLSBAD 4 0 0 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) 1 Office of the City Clerk Ghtg of Qkulnbab September 16, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation is the following described document: Notice of Completion - Municipal Projects Holiday Park/Eureka Place Improvements William J. Kirchnavy Construction, Inc. Our staff has determined that the recordation of this document is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. 5iiiz7 Deputy City Clerk Enc . 0 Recording Requested By and R '*lrn To: J 1200 Elm Avenue City Clerk P Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICIPAL PROJECTS DEPARTMENT To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Auqust 5, 1987, the engineering project consisting of the Holiday Park/ Eureka Place improvements. on which William J. Kirchnavy Construction, Incorporated. was the contractor and Merchants Bondinq Company was the surety, was completed. CITY OF CARLSBAD r VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of said City on a / 3- /987 accepted the above described work as completed and okdered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is Executed on --,A 16, /987at Carlsbad, California. true and correct. CITY OF CARLSBAD City Clerk 1 PACIFIC IVSURAVCE AGEVCY PO %OX 2016G-X CONPPNV '3 YIRCYYAVY CONST c3 1010 LIVDA VISTA DR SAN MARCCIS CA 92069 COMPqEHENSlVE FORM eotion date 4/04/8 PREMISES-OPERATIONS EXPLOSION AND COLLAPSE UNDERGROUND I~AZARD PRODVCTSICOMPLETED OPERATIONS HAZARD CONTRACTUAL INSURANCE BROAD FORM PPOPERTY aCD LY INJLRVAND PROPERTY DAMAGE COVBlh. ED 9 1 9 0 0 INDEPENDENT COYTRACTORS PERSONAL IYJURY PERSOUAL INJURY HONQWNEO UMBRELLA FORM THAh UMBRELLA * General L-iabiI ity only with res3ects to ?d by tee Named Insured only! -See attachad!-- 1 -~ NAME AN0 ADDRESS Oc CERTIFICATE HOLDER I DATEISSLED Jqn 79? 1987 5 ALTHORIZEO REPRESENTATIVE 0 e (The attaching Clause need be comoleted only when this eidorsement is iss subsequent to preparation 12f the oolicy.) L945 GL 23 09 (!Ed. 01 73) (Ed. 1- GI16 IS0 GI15 ADDITI3NAL INSURED (3wners or Contractors) Q Q ."f Q a> ::z $I 8 p :: Q 8 4 * Q 8:: :b 0 Q 9 Q :$ * :: 3 :$ + Q <c 9 3 $ Q $ 0 <: :: * .. f .. f .L .~ ,~ & ***I- T -,. .~ ,. .% * * * :# <: ::: * 8 * * * Q <c Q * 8 Q * * * * 8 4 * <: \k p This endorsement vnodifier such insurance as is afforded by t?e ~rovisions the policy relating to tne following:: CDMPREHEYSIVE GENERAL LIABILITY IVSilSANCE YANUFACTURERS' AUD CCUTRACTORS' LIABILITY INSURAYCE ** Q 3 Q :) * * Q * 8 * 2% :: * :$$x 3 :: :$ :: :k 4 * * :k $ :k Q Q * :$ ::: * * {: ?; ** * -P J- f ,- A -r * p * Q* Q <; ;% p* e:%*** Q QZC Q * Q * * * 0 :$ p * Q Q Q This endorsements effective 10/3.7/86 forqs pzrt of policy # 6A5133548 (12:31 A.Y.9 standard time) Issued to KIRCHY9VY CDNSTZUCTIDN CO. Dc L'' /d :<',' by UNITED NATIO"\lL II?ISUR4VCE C@. -55 -------------------------~------ Authorized Reoresentative GLORIA 4 LINKEY Name of Person or Organization Location of Covered Ooerations CITY OF CAPLSBAD H9LIDAY PARK 1Y"BDVEMEYTS 1200 ELM AVENUE CARLSBAD, CA 92008-1989 Premium Bases Rates Advance Preni Bodily Injury Liability Cost 295,523. $100 of Cost B SUBJECT Prooerty Damage Liability Cost 2969529. BZOO of Cost B TD t Tot31 Advance PremiJm B AUDIT It is agreed that: 1. The "Persons Insured" provision is amended to include as an insured t71 person or organization n3med above (hereinafter called "sdditional insursr but only with respect to liability arising out of (1) operations perfornet the additional insured by the namea iinsured at the locatio? 3esign3ted ab1 or (2) acts or omissions of the additional insured in connection with his general supervision of such operzt ions. 2. None of the exclusions of the ~ol,icyt exceot exclusions (s),tcl9(f)9(g Cj) and (m), apply to this insurance. (Page 1 * e 3. Additional Exclusions This instlrance does not aoply: (a) to bodily injury or property damage occurring after (1) all work on the oroject (Dthet than service, rnaiqtenance or re3a to be perforqeci by or OR behalf of the additional insured at the sit the covered operations has been cornoleted or (2) that portion of the named insured's work out of which the injury damage arises has been put to iits intendeo use by any oers~n 3r orgr, tion other t$an another contractor or subcontractor enqztged in perfo operations for if principal as a part of the same project; (bl to bodily injury or property damage arising out of any act or omiss of the additional insured or any of his employees, otb3r tqan geqeraf s vision of work oerformed for the additional iqsured by the named insure (c) to Droperty davage to (11 property odned or occuoied by or rented to the additional insure (21 property sed by the additional insured, (3) property in the care, custoc!y or control of the additional insur as to which the additional insured is for any purpose exercising Dhysical control , or (41 work performed for the additicnal ipsured by the naned insured. 4. Additional Definition When used in reference to this insurance, "work" includes materials, parts and equipvent furnished in connection therewit? 1/29/87 EYDT ## 13 4/4/86 to 10/31 REVISED YISCHV4VY CONST (Page 2