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