Loading...
HomeMy WebLinkAboutWilliam Kirchnavy Construction Inc; 1987-02-23; 3161Kind of Coverage Workers Compensation* * g* Expiration Dote Policy Number ** Unless otherwise indicated, this policy affords full coverage under tt 1 Compensation lows of a11 states (except states where coverage can be provic State Funds, and Conada) and as designated in the policy and endorsemenk f 2 11/1/87 2017 O0 054783 (Employers Liability). 2021 00 054/83 Comprehensive General Liability -. ..- Special Multi-Peril or Trodemark (Section II only) Roduas - Completed Operations: Contractual - All Written Contrack: @%eluded 0 Not Covered B'lfncluded 0 Excluded Owners', Landlords' and Tenants' Liability Contractual Liability - Designated Contracts - Only L ii/L/t5/ LUZ/ uz U3418j Automobile Liability EA11 Owned Autos L-/ mired and Noniwned Autos C1 Specified Autos Only Umbrella 2 11/1/87 2027 03 054783 Liability Special Provisions/Locations/Specified Autos: Job : Cynthia Lane Limits of Liability Property Dan Bodily Injury $ Each Occurrence $ 8 Aggregate $ single Limit $ 1 9 uuu 9 uuu Each Cccurrena $ 1,000,000 Aggregot< $ Eoch Occurrence $ $ $ Eoch Occurrence $ $ Each Occurrence $ Aggregate Single Limit $ Per Person $ $ Per Accident $ Single Limit $ 1, 000 3 000 Per Accident $ $ $ Retention 3 , 000 , 000 Each Occurrence 3 , 0~0,~o~ Aggregate Produck - Comple CITY OF CARLSBAD CONTRACT NO. 3161 PROPOSAL City Council CITY OF CARLSBAD 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined the locatio1 work, read the Notice Inviting Bids, examined the Plans and Specif: and hereby proposes to furnish all labor, materials, equipment, tri tion, and services required to do all the work to complete Contract in accordance with the Plans and Specifications of the City of Car: the Special Provisions and that he/she will take in full payment tl following unit prices for each item complete, to wit: Approximate Item Article w/Unit Price or Quantity Unit No. Lump Sum Written In Words & Unit Price 1. Clearing and Grubbing, Mobilization M,abilization and Traffic Control at 2- ” L4ALL.k- 4 &i&J% h7-d dollars and &-JJ .f cents !“y,a >To lump sum. Lump Sum I) v - 2. Unclassified Excavation at \ - -~ ?s dollars - f- 4 7 5 and cents per cubic yard. 2,440 C.Y. alt Concrete Pavement at ‘T (-- and - cents per ton. 290 Ton .*3s - dollars 1 - 4. Aggregate Base Material at dollars 3. w: &/ and 31 jj cents per ton. 610 Ton !/ 6o_ - 1 c Approximate Quantity Unit Item Article w/Unit Price or No. Lump Sum Written In Words & Unit Price 5. 6" Type 'G' Curb and Gutter at b5 Taw dollars and jQLz; cents per 5-0 ~ - 946 L.F. foL- - lineal foot. / I/ 1 Ea. Td,5kc'?- - 7. Street Lights at c??L b$-<d dollars 1, 4yp" 6 i :"?7(y)"'? x 1 ,FLLL: Abb&J , Fa &, and a3-) / J cents per each. 2 Ea. Fire Hydrant Assembly and A purten- ances at 77 n A/LP doliars and cents per each. 1 Ea. TLP Y-L 7 c- h LC- dollars and cents per lineal foot. 426 L.F. 8. 7" LC-' God 4 F -U-P- L 9. 6" A.C.P. Water Main at fiF-+2+,- 1" Manual Air Release at Adi kd +f', cents per each. 1 Ea. (& s-0 O2 11. 111 Water Service at F- .J+Pk& L L '.+.dl 3'A. FduLQ * b 10. ,& ,I" 4.13 ---,Lt; d llars - < cents per each. 15 Ea. ,,~-'~~~u~ c dollars - and Jmo 12. 8" V C.P. ewer Main TLLb, L dollars / 36 c-13 and 1 /t7/, cents per lineal foot. 181 L.F. L 13. 6" V.C.P. Sewer Main at -j$J,J& KULV{ dollars and J -31 ,, cents per lineal foot. 246 L.F. 3y @E 1 4" Sewer Ma hole at 1 Ea. ~~~oo2- and L klL cents per each. - I'LLk. f , , I' , c- /; dollars 14. _L Main Cleanout at PC- -4(kh &*-%i!Tq $ -4. dollar$ 176 7s e: __ and 4dr - cents per each. 1 Ea. Approximate Quantity Unit I tem Article w/Unit Price or No. Lump Sum Written In Words & Unit Price 16. ewer Laterals at (&dooo ' 43& /q-u dollars and /32h cents per each. 15 Ea. - 17. Joint (mainb tility Trench A dollars /" r cents per lineal 9 e ..f- and ,Tg & foot. 730 L.F. d 18. Gas LineGnly Trench / /? 0 dollars / cents per lineal r? -- 4'- and foot. 75 L.F. - 19. 3" Electrical Conduit at dollars and 7Li3(!& cents per lineal /$k foot. J 150 L.F. .,' - 20. 2" Electrical Conduit at eh . dollars and / v,, cents per lineal 4 02 2" TelPp -z foot. 825 L.F. 21. 4" T lephone Conduit at dollars cents per lineal 3-, and foot . 1 515 L.F. 4523 cents per lineal /J DL' - one Conduit at -' dollars 6 22. and foot. 226 L.F. / - __________________________-_-__-----_--_-____-_--___-___---_----_--- / /A f Total amount of bid in words: /!hL r 7- 1 &L--t/ fdC3.L / A Lh 5 -- ;?,,&&,A /Ah ; .=7Yb -4 / 96 L /%! Y c" Total amount of bid in numbers: $ Addendum (a) No(s) Ply - has/have been r and is/are included in this proposal. +JN*& d ,il 1, * cL ,.A 4 LU .& Pyp;,i ,? \I < -6 All bids are to be computed on the basis of the given estimat quantities of work, as indicated in this proposal, times the un price as submitted by the bidder. In case of a discrepan1 between words and figures, the words shall prevail. In case I an error in the extension of a unit price, the correct1 extension shall be calculated and the bids will be computed indicated above and compared on the basis of the correct totals. The Undersigned has checked carefully all of the above figur and understands that the City will not be responsible for ar errors or omissions on the part of the Undersigned in making I this bid. The Undersigned agrees that in case of default in executing tt required Contract with necessary bonds and insurance policit within twenty (20) days from the date of Award of Contract t City Council of the City of Carlsbad, the proceeds of check c bond accompanying this bid shall become the property of the Cit of Carlsbad. Licensed in accordance with the Statutes of the State a California providing for the registration of Contractors, Licens No* 3oabvc Identification The Undersigned bidder hereby represents as follows: 7s- - 8 75-33 72 . 1. That no Councilmember, officer, agent, or employee of th City of Carlsbad is personally interested, directly o indirectly, in this Contract, or the compensation to b paid hereunder; that no representation, oral or i writing, of the City Council, its officers, agents, o employees has induced him/her to enter into thi Contract, excepting only those contained in this form o Contract and the papers made a part hereof by its terms and 2. That this bid is made without connection with any person firm, or corporation making a bid for the same work, an is in all respects fair and without collusion or fraud. $/~/<il o i CLI Accompanying this proposal is - (Cash, Certified Check, 'Bond, or Cashier's Check) for ten percent (10%) of the amount bid. c. - BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, Wm. J. KirchnavY, Inc. Surety, are held and firmly bound unto the City of Carlsbi California, in an amount as follows: (must be at least percent (10%) of the bid amount) , Principal, and llerchants Bonding Company (Nutual) 9 Ten Percent of bid not to exceed Fourteen Thousand Dollars ($14,000.00) for which payment will and truly made, we bind ourselves, I heirs, executors and administrators, successors or assigi jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if proposal of the above-bounden principal for: CYNTHIA LANE ASSESSHENT DISTRICT CONTRACT NO, 3161 in the City of Carlsbad, is accepted by the City Council of s; 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 I Contract by the City Council of the City of Carlsbad, being dL notified of said award, then this obligation shall become nL and void; otherwise, it shall be and remain in full force i effect,, and the amount specified herein shall be forfeited to t 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 bond. IN WITNESS WHEREOF, we hereunto set our hands and seals thi - day of January 7 , 19 87 Corporate Seal (If Corporation) Wm. J. Rirchnavy, Inc. Principal Merchants Bonding Company (Ilutual) & &Ae%7 BY t T it le Attornev-in-Fact (Notarial acknowledgement of (Attach acknowledgement of and SURETY must be attached. execution by all PRINCIPALS b Attorney in Fact) - - - - -I- - State ot California County of Sari Diego 1 ss On January 7, 1987 therein, duly comrnlssioned and sworn, personally appeared I before me, a Notary Public in and for said County and Sta Ronald w - Rasmussen known to me to be Attorney-ln-Fact of the corporation descrhed in and that executed the within and foregoing Instrument, and known to me to be the person wt !he said instrument In behalf of the said corporation. and he duly acknowkdged to me that such corporation executed the Merchants Bonding Company (Mutual) IN WITNESS WHEREOF. I h iaal seal, the day and ywr stated in this certificate iEo L *OL,F ,"l"llNO. L17"O LOS LncCCCS 1 MERCHANTS BONDING COMPANY -MUTUAL- POWER OF ATM)RNEY DES MOINES, IOWA ~.pl Ay MCr Oy TLrw w. Um k MERCHANTS BONDING COMRSNY ~Muturli a ci*pman Julv tusa kdllr YI uf &ma. I.1 lurq ~lr pmpl rlrlirr Y Ik Cuy d 011 MI-. Cuvy id PUL. he tJ k-a. Uh 11 * dm d&8 bhU mw. b- d rPprrr Iloruld W. Rarmuesen am Palm Desert ds~irwu) Callfornia 18* UUI’ u*l IJWIUI Atttn*.y-tnl Crl *ry m rur*ma M (* -. pke WJ J*rl. kt up. ELCIUS. rklllnbWyc. Jd Jultrcr In ur kWl& wtrc1y Any and all bondr and undertakings in ite normal course ol busin provided no ow bond or undertaking shall exceed the ~um of: Vivo hundred thourand and no/iQO DOLUS <$5iIO,oOO.G0) nl (I) &J Ilr MkRR(HANT% WM1“C.i CUMMMNI’ tMulwli iI*.rch JI lull\ JIJ III ihr. WOW C~IS~I 1, 11 uhh hd III bt#d by cbr W UChd tdirxm d II* MkAl’HANTS HcJ”Dl& 10hlWNI’ Ihlwurll JrJ Jli h! &h tl( unl At cIraldllmyI#ru pwn. K b. nJdd WarWnUl MI Ir w.nANls WMWW COMHINY thlurul, 71*, Rmrd-Al*m*r I* nu*t Jnrl z%cuud pununt L) d by wh~ntr td ihc Itilitwing By 1-0 dqnd h) thu tkh AlCflClX 2. SI.Cll(W 1A --“Thu Chimum 01 thr. hunl tu hwkw tu Jn) ii.c I’rcwkni tu hwwn hill 11 Ci*rrgu) thL%**. hdr mJ uar*.~~Lmp rrqtnrrrc*cr. ~~~rtr III inJl‘nuiiiv JIJ dur rriitnp ~I~~~JIIWS -*.- -) kc +pw* At*UIW!*-W.b~l. u*l 441 ~MruthUIh’ Ikm 111 c\c%uU IYI hhdl til IhL‘ C.IWI~~+. .d allah 11 Ir bk%b bw. MERCllANM WUING CO%IHIvuI ~\~UIIUII ha ~JUU~ thuu puot\ hi tu rlphbt h\ 11, \ILL Ir urlvr. d k, tu hcmo dlxLJ. lktr 12th J~)~J Jdnuary I\ I) Alsr. httH(’HAHTS HONJJIMt C Oh1 y7 && BY &&f&f. &d /$3$2y4 r. U UI r hvk SINE Ot: IOWA cwMYffwu( H bIlr 12th Jly 1% January 19 83 , bultwu Rodney Bliss 111 and William W. Warner @I nu pnwrll) br wkb kry hy nw July r~wn CtJ ury Ihw by uc Vnc R~Jrcu, EbpCCllVCly til thr hlkl(( HSNl COWINNY tLlwd~. ~hr cucpmtu JrwnkJ in ihr ftwcyiwty tns~~~mrn(. u*l thu its kat anired ir) IL UUI iiw IbMdhCwb. c- !kd d rh y*I cup**- W M I)w d UlBllUlWIy WL) Sl#llCd d U*w III bhdf d bWd CtwpNUM h) &-.-. I hvvc )mwu, ri m) hpnd ud aKiacd my Offieid k~. JI the ciiy IJ~ Der httmcb Itwr thL. diy .**v -4, **.* . t. *: ++**2****.r.,* *. 0 * : :r;@dri :-r: ; tO%#lr. .... ** STHE (K WWA t -LWl t li :: *to . * ***.......****G 2 .......... CCKINlYoi:~ Y 1. Rodney Bliss 111, Vice President d Ih. MERCHAm H(”L>IFKi COMRINY IMuturl). do -by tenlt) thwt tk J~VC JIU~ tl”WM”i. 1’ ,xmi ,qy ,J m. wwm (K NT(WI.I’. ZU~UIOII by *uJ MkRCHANlS Hl,Nl)lMa CUMWJdY ‘XkUJd ~r w W~J I brr. hcmur~~ wi my hu~ aa~ iifirc~ tk *AI 04 tht Cdly~ny. 4 Des TO e IA/> -e 41 ta Itmv u*l clkri * 7th A)I@ Anuary IV. 87 fl L - DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of following listed Contractors in making up his/her bid and tt 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. changes 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/Area Coc Work Name -- w/Zip Code -- - I_c - - - - UI _I- - -- - - PU. - -- - .--_I-- -- -I - -1 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbi 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 ($ or % 2 (> .sQbULGc 7 fi:IA,?_ j > -bD5pc/ I Y s-~GG~ ------- 9263) - II by?;? (3, C-d c Ec; -+ a", e .- JaPPQl- r, x/ L? -I -l [3 6 - l?yt~j 65 1% - &+A ,J;p .I 9 21 La /\ fl& -- 43, /i s'7 ,I n2 1 Les/i, 9% D'f 0 LO / L v - A3U/LY/Ts '- '1 L9)2 'L c, I / - _I_- - _I_ *Licenses are renewable annually. If no valid licensl indicate "NONE". Valid license must be obtained prior submission of signed Contracts. !Q!b/l s-/ ,Y)-&hq CV\%. CD ' -yo-' 'A 57% Db .sz .d W2b-c Bidder's Company Name (Notarize or Corporate Seal) ,5010 i,L-d, Bidder's Complete Address L - BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statem( inancial responsibility. - - _1-- Y---.UI-.uI-- Iy- I___- - u--uIyu-Iu I' // . (Notarize or Corporate Seal) - --- - -- I - - - -- - -x L - CONTRACT - PUBLIC WORKS % This agreement is made this S?* day of 1987, by and between the City of Carlsbad, Califor municipal corporation, (hereinafter called "City"), and Wm. J. Kirchnavy Construction Company Inc. - whose principal place of business is 1010 Linda Vista Drive, San Marcos, CA 92069 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all WI specified in the Contract documents for: CYNTHIA LANE ASSESSUENT DISTRICT CONTRACT NO, 3161 ( h ere i na f t e r ca 11 e d "p r o j ec t " ) 2. Provisions of Labor and Materials. Contractor shall prov: all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of tt Contract; the bid documents, including the Notice to Biddel Instructions to Bidders' and Contractors' Proposals; t Plans and Specifications, and all proper amendments i changes made thereto in accordance with this Contract or t Plans and Specifications, and the bonds for the project; a of which are incorporated herein by this reference. ?$%& under this Contract, City shall make payment Contractor the total amount of $126,407. per Section 3.2 of Standard Specifications for Public Works Constructio 1985 Edition. The closure date for each monthly invoice wi be the 30th of each month. Partial payments will disbursed monthly for the previous month's invoices accordi to the following schedule for 1986: 4. Pa ment As full compensation for Contractor's performan u__ January 17 May 16 September 19 February 21 June 20 October 17 March 21 July 18 November 21 April 18 August 15 December 19 Invoices from the contractor shall be submitted according the required City format to the City's assigned proje Q -1 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 continge upon Contractor furnishing City with a release of all clai against City arising by virtue of this Contract as it relat to those amounts. Extra compensation equal to 50 percent of the net savings IT be paid to Contractor for cost reduction changes in the pla or specifications made pursuant to a proposal by Contract0 The net savings shall be determined by City. No payme shall be made unless the change is approved by the City. 5. Independent Investiqation. Contractor has made independent investigation of the jobsite, the soil conditio under the jobsite, and all other conditions that might affe the progress of the work, and is aware of those condition The Contract price includes payment for all work that may done by Contractor in order to overcome unanticipat underground conditions. Any information that may have be furnished to Contractor by City about underground conditio or other job conditions is for Contractor's convenience on1 and City does not warrant that the conditions are as th 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 be responsible for all loss 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. Chanqe 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 wo shall nevertheless proceed and the amount shall be deterrnin L - by arbitration or litigation. The only person authorized order changes or extra work is the City Engineer. Howevt no change or extra work order in excess of $5,000.00 shall effective unless approved by the City Council. 8. Prevailinq 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 schedl containing such information is in the City Clerk's offil and is incorporated by reference herein. Pursuant to La! Code Section 1775, Contractor shall pay prevailing wag1 Contractor shall post copies of all applicable prevail wages on the job site. 9. Indemnity. Contractor shall assume the defense of indemnify and hold harmless the City, and its officers employees, from all claims, loss, damage, injury liability of every kind, nature and description, directly indirectly arising from or in connection with the performal 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 health; except for loss or damage which was caused solely the active negligence of the City; and from any and claims, loss, damage, injury and liability, howsoever same may be caused, resulting directly or indirectly from nature of the work covered by the Contract, unless the 11 or damage was caused solely by the active negligence of City. The expenses of defense include all costs expenses, including attorneys fees for litigatic arbitration, or other dispute resolution method. IO. Insurance. Without limiting contractor's indemnification, is agreed that contractor shall maintain in force at times during the performance of this agreement a policy policies of insurance covering its operations and insurai covering the liability stated in Paragraph 9. The policy policies shall comply with the special insurance instructil attached to the bid documents and shall contain the follow clauses: Contractor's liability insurance policies shall contain following clauses: A. "The City is added as an additional insured as respel operations of the named insured performed under contr with the City." B. "It is agreed that any insurance maintained by the C shall apply in excess of and not contribute wi insurance provided by this policy." - All insurance policies required by this paragraph sh contain the following clause: A. "This insurance shall not be cancelled, limited or n renewed until after thirty days written notice has b given to the City.'' Certificates of insurance evidencing the coverages requi by the clauses set forth above shall be filed with the C prior to the effective date of this agreement. 11. Workers' Compensation. Contractor shall comply with requirements of Section 3700 of the California Labor Co Contractor shall also assume the defense and indemnify save harmless the City and its officers and employees f all claims, loss, damage, injury, and liability of ev kind, nature, and description brought by any person emplo or used by Contractor to perform any work under this Contr regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the C: certification of the policies mentioned in Paragraphs 10 t I? 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 $100,000 arising out of or relating to this Contract or 1 breach thereof may, at the option of City, be settled arbitration in accordance with the construction indusi rules of the American Arbitration Association and judgmt upon the award rendered by the arbitrator(s) may be entei in any California court having jurisdiction thereof. . award of the arbitrator(s) shall be supported by law c substantial evidence as provided by the California Code Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and mz available to the City, upon request, records in accordar with Sections 1776 and 1812 of Part 7, Chapter 1, Article of the California Labor Code. If the Contractor does r maintain the records at Contractor's principal place business as specified above, Contractor shall so inform t City by certified letter accompanying the return of tt- Contract. Contractor shall notify the City by certifi 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 Co are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Governeme Code Section 4590) appropriate securities may be substitut - for any monies withheld by City to secure performance this Contract or any obligation established by ti Contract. 17. Additional Provisions. Any additional provisions of tl agreement are set forth in the "General Provisions" "Special Provisons" attached hereto and made a part hereo /' ,: $'! y<. ~ i,*\\ L,b - !. k .&* ..A - ; &%=" ji &.,.L I9 /*> Contractor (Seal -1 (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) - - BY Title ROVED AS TO FORM: JLd-L 9 2 a-2o.y&. Assistant City Attorney and above )> J4& City Manager, for Contracts less than $10,000 ATTEST: Contractor's Certification of Awareness of Workers' Compensat Responsibility. ('1 am aware of the provisions of Section 3700 of the Labor CI 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 comi with such provisions before commencing the performance of work of this Contract.'' - CERTIFICATION OF COMPLIANCE I hereby certify that in performing under the Purchase Order awarded by the City Carlsbad, will comply with the County of San Diego Affirmat Action Program adopted by the Board of Supervisors, including < current amendments. G '; ,d .. /'.: I> L &I Date - (NOTARIZE OR CORPORATE SEAL) Title (Notarial acknowledgement of execution by all principals must I 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 1 insurance is on a "claims made" basis, coverage shall be mai 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 me 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 Ensurar Services Office form number GL 0404 covering Broad Fc Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed.1/7 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 agents, 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 and Employers' Liability limits $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declari to and approved by the City. At the option of the Cit: either: the insurer shall reduce or eliminate su( - deductibles or self-insured retentions as respects the Ci its officials and employees; or the Contractor shall proc a bond guaranteeing payment of losses and rela investigation, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, following provisions: 1. General Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunte are to be covered as insured as respects: liabil arising out of activities performed by or on beh of the Contractor; products and completed operati 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 provisions 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 wl- claim is made or suit is brought, except wi 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, reduced in coverage or in limi - except after thirty (30) days' prior written notice certified mail, return receipt requested, has been gi to the City. E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rat. of no less than A:XI unless otherwise authorized by C. Council Resolution No. 8108. F. Verification of Coveraqe Contractor shall furnish the City with certificates insurance and with original endorsements affecting cover; required by this clause. The certificates and endorsemei for each insurance policy are to be signed by a per! authorized by that insurer to bind coverage on its beha. The certificates and endorsements are to be in forms provic by the City and are to be received and approved by the C before work commences, G. Subcontractors Contractor shall include all subcontractors as insureds unc its policies or shall furnish separate certificates i endorsements for each subcontractor. All coverages 1 subcontractors shall be subject to all of the requiremer stated herein. 6 -2 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the late edition of the Standard Specifications for Public Wor 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 Contrz documents, and the General and Special Provisions attach thereto. The Construction Plans consist of two (2) sheet(s) designat as City of Carlsbad Drawing No. 271-6 and the attach utility system design sheets from SDG&E, Pacific Bell a Cablevision companies. The standard drawings utilized f this project are the San Diego Area Regional Standa Drawings, hereinafter designated SDRS, as issued by the S Diego County Department of Transportation, together with t City of Carlsbad Supplemental Standard Drawings. Copies pertinent standard drawings are enclosed with the documents. The reflective pavement marker installation work includ herein shall be performed in accordance with the State California business and Transportation Agency Department Transportation Standard Specifications dated July, 1984 a the Standard Plans dated July, 1984 (hereinafter referred as 'State' or 'Caltrans' Standard Plans and Specification and in accordance with these special provisions, 2. WORK TO BE DONE The work to be done shall consist of furnishing all labo equipment and materials, and performing 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 *'shown1', "indicated", "detailed1', "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 w "required" and words of similar import shall understood to mean "as required to properly complete work as required and as approved by the City Enginee unless stated otherwise, D. Equals and Approvals: Where the words "equal", "approved equal", "equivaler 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 statt Where the words "approved", "approval", "acceptance", words of similar import are used, it shall be understc that the approval, acceptance, or similar import of 1 Engineer is intended. E. Perform and Provide: The word "perform" shall be understood to mean that ' Contractor, at her/his expense, shall perform i operations, labor, tools and equipment, and furthe 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 instc the work, complete in place and ready to use, includi furnishing 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 materic so required either have such specifications available ! 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 Section 6-1 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 damages. Coordination with the respective utility company for rem0 or relocation of conflicting utilities shall be requireme prior to commencement of work by the Contractor. The Contractor shall begin work within 15 calendar days af being duly notified by an issuance of a "Notice to Proce and shall diligently prosecute the work to completion wit 50 consecutive calendar days. If the completion date is met the contractor will be assessed the sum of $500.00 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 tl nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year after 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 shz obtain and distribute the necessary copies of SL instructions, including two (2) copies to the City Engineer 9. SOUND CONTROL REQUIREMENTS The Contractor shall comply with all local sound control i noise level rules, regulations and ordinances which apply any work performed purusant to the contract. All internal combustion engines used in the constructi shall be equipped with mufflers 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 not be owned by the Contractor. The use of loud so signals shall be avoided in favor of light warnings exc those required by safety laws for the protection personnel. Full compensation for conforming to the requirements of t, section shall be considered as included in the prices p 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 sh furnish Inspectors with such information as may be necess to keep her/him fully informed regarding progress and man of work and character of materials. Inspection of work sh not relieve Contractor from any obligation to fulfill tl Contract. 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by to be inserted in this Contract shall be deemed to inserted herein and the Contract shall be read and enforc as though it were included herein, and if, through mist; or otherwise, any such provision is not inserted, or is I correctly inserted, then upon application of either pal the Contract shall forthwith be physically amended to m; such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materiE 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 essenti to the completion of the work, shall be provided at t Contractor's expense to fulfill the intent of si 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. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformi - with the drawings, specifications, and based upon the it indicated or specified. The Contractor may offe substitution for any material, apparatus, equipment, process indicated or specified by patent or propriet names or by names of manufacturer which she/he consid equal in every respect to those indicated or specified. offer made in writing, shall include proof of the State F Marshal's approval (if required), all necessary informati specifications, and data. If required, the Contractor, her/his own expense, shall have the proposed substitu material, apparatus, equipment, or process tested as to quality and strength, its physical, chemical, or ot characteristics, and its durability, finish, or efficie by a testing laboratory as selected by the City. If substitute offered is not deemed to be equal to that indicated or specified, then the Contractor shall furni erect, or install the material, apparatus, equipment, process indicated or specified. Such substitution proposals shall be made prior to beginning of constructi if possible, but in no case less than ten (IO) days prior 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 change from the origi drawings and specificat ions and the exact "as-bui locations, sizes and kinds of equipment, underground pipi valves, and all other work not visible at surface gra Prints for this purpose may be obtained from the City cost. This set of drawings shall be kept on the job shall be used only as a record set and shall be delivered the Engineer on completion of the work. 15. PERMITS The general construction, electrical, and plumbing perm. will be issued by the City of Carlsbad at no charge to ' Contractor. The Contractor is responsible for all ott required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price iter are for comparing bids and may vary from the actual fii quantities. Some quantities may be increased and others I be decreased or entirely eliminated. No claim shall be rn< against the City for damage occasioned thereby or for 11 of anticipated profits, the Contractor being entitled 01 to compensation for the actual work done at the unit prii bid. - The City reserves and shall have the right, when confronl with unpredicted conditions, unforeseen events, emergencies to increase or decrease the quantities of WI to be performed under a scheduled unit price item or entirely omit the performance thereof, and upon the decis of the City to do so, the City Engineer will direct Contractor to proceed with the said work as so modified. an increase in the quantity of work so ordered should res1 in a delay to the work, the Contractor will be given equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for safety of employees on the work and shall comply with applicable provisions of Federal, State and Municipal saf laws and building codes to prevent accidents or injury persons on, about, or adjacent to the premises where work is being performed. He/she shall erect and prope maintain at all times, as required by the conditions progress of the work, all necessary safeguards for protection of workers and public, and shall post dan signs warning against hazards created by such features construction as protruding nails, hoists, well holes, falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor registered civil engineer to perform necessary surveying this project. Requirements of the Contractor pertaining this item are set forth in Section 2-9.5 of the SSP Contractor shall include cost of surveying service wit appropriate items of proposal. No separate payment will made 19. UTILITIES Utilities for the purpose of these specifications shall considered as including, but not limited to pipe lir conduits, transmission lines, and appurtenances of "Put Utilitiesq1 (as defined in the Public Utilities Act of State of California) or individualy solely for their own or for use of their tenants, and storm drains, sanit sewers, and street lighting. The City of Carlsbad affected utility companies have, by a search of kr records, endeavored to locate and indicate on the Plans utilities which exist within the limits of the w( However, the accuracy or completeness of the utilit indicated on the Plans is not guaranteed. Ser\ connections to adjacent property may or may not be showr the plans. It shall be the responsibility of the Contra( -3 to determine the exact location and elevation of a utilities and their service connections. The Contract shall make his/her own investigation as to the locatio type, kind of material, age and condition of existi utilities and their appurtenances and service connectio 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 ha been incorrectly shown on or omitted from the plans. The Contractor shallL notify the owners of all utilities least 48 hours in advance of excavating around any of I 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 1 event of damage to any utility, the Contractor shall not: the owners of the utility immediately. It is I responsibility of the Contractor to compensate for util: damages. The temporary or permanent relocation or alteration utilities, including service connections, desired by a Contractor for his/her own convenience shall be 1 Contractor's own responsibility, and he/she shall make g arrangements regarding such work at no cost to the City. delays occur due to utilities relocations which were 1 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 failure of other parties to relocate utilities wh interfere with the construction, the Contractor, u request to the City, may be permitted to temproarily o the portion of work affected by the utility. The port thus omitted shall be constructed by the Contrac 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 various items of work and no additional payment will made. 20. WATER FOR CONSTRUCTION The contractor shall obtain a construction meter for WE utilized during the construction under this contract. contractor shall contact the appropriate water agency requirements. The contractor shall include the cost water and meter rental within appropriate items of proposal. No separate payment will be made. 3 - 21. TEST OF MATERIALS Testing of materials shall conform to Section 4-1.4 of t SSPWC and the following: Except as elsewhere specified, the Agency will bear the cc 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. 1 cost of all other tests shall be borne by the Contractor. At the option of the City Engineer, the sourcr 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 i use. If, after trial, it is found that sources of sup1 which have been approved do not furnish a uniform produj or if the product from any source proves unacceptable at time, the Contractor shall furnish approved materials f other approved sources. After approval, any material wh 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 accorda with the notes on the plans and the SSPWC. Compaction te may be made by the City and all costs for such testing sh be borne by the City. Said tests may be made at any pl along the work as deemed necessary by the City Engine The costs of any retests made necessary by noncomplia with the specifications shall be borne by the 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 ot non-working days at the City's request. Full compensation for furnishing all labor, materia equipment, and incidentals to clean up and control the a as specified above shall be considered as included appropriate items of the proposal and no additio compensation will be allowed therefor. 24. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Section 7-9 of the SSWPC is supplemented by the following Except as may otherwise be provided in specific instan nothing in the Contract shall be construed as vesting in - Contractor any property in any material, article or strt ture existing at the time of the award of Contract witt the area in which the work is to be done or in any materi; article, or structure subsequently furnished for the work the City, or in any material, article, structure or WL furnished or performed by the Contractor after having bc accounted for on an approved estimate supporting t Contractor's demand for payment as provided in Section 4 of the Standard Specifications entitled "Payment". In t latter event any such material, article, structure or nc shall become the property of the City after being accounted for. The Contractor shall maintain all existing official sit other than those called for removal, including but r limited to directional, warning, advisory, regulatory, i street markers and also roadside mailboxes in an erect i functional position and condition at all times during i construction period in either temporary or permanf 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 of existi improvements shall be included in appropriate items of t proposal and no additional compensation shall be allow therefor. 25. TRAFFIC CONTROL The Contractor's attention is directed to Section 7.10 the SSPWC and these requirements. The Contractor shall notify the following City Departmen 24 hours prior to the start of work on this project and hours prior to the restriction, closing or opening of street or alley within the City of Carlsbad: Engineering Department - 438-5541 Police Department - 438-5511 Fire Department - 438-5521 No street or alley closures shall be permitted except up specific, written approval of the City Engineer. The Contractor shall keep one lane of traffic in each dire1 tion and one pedestrial walkway open during all evenii hours and on weekends and nonworking days. Traffic may restricted to one lane as necessary at times when t Contractor is actively working in the working area, excel - where specific approval for less had been granted in writ. by the City Engineer. The Contractor shall furnish : install all lights, signs, barricades and other saft d e v i c e s and eq u i p me nt re q u i re d . The Contractor shall submit a traffic control plan show. the intended construction zone signing and striping for e; phase of the work to be accomplished. This plan shall submitted within fifteen days after the Notice of Award I been issued to the Contractor. No work whall commence unl this plan has been reviewed and approved by the C. Engineer. Personal vehicles of the Contractor's employees shall not parked ont he traveled way or shoulderes at any til including any sectin closed to public traffic. W entering or leaving roadways carrying public traffic, Contractor'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 driveways shall be accessible with smooth and safe crossi through the construction area. The Contractor shall be required t.0 notify all adjac residents and businesses three (3) days in advance of work, using "doorknow type" or other typewritten noti which will be furnished by the Contractor. These noti 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 not iceable deflection and shall be required at night and non-working days. Temporary A.C. transitions shall placed on either side of such plates, in the directior traffic when adjacent surfaces are asphalt or concrete. Traffic control shall include the cost of all barricad signs 9 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. Full compensation for furnishing all barricades, ligt- flashers, flagmen, and any other safety measures used the control of traffic during the project construct period shall be considered as included in the prices F for appropriate items of the proposal and no additic compensation will be allowed therefor. - 26. SHORING OF EXCAVATIONS The Contractor shall conform to Labor Code Section 6705 submitting a detailed plan to the City Engineer showing 1 design of shoring, bracing, sloping or other provisions be made for worker protection from the hazard of cavj ground during the excavation offf trenches or during 1 pipe or structure installation therein. This plan must prepared for all trenches five feet or more in depth i approved by the City Engineer prior to excavation. If i plan varies from the shoring system standards established the construction safety orders, the plan shall be prepai by a registered civil or structural engineer at 1 Contractor's expense. SPECIAL PROVISIONS 1. CLEARING AND GRUBBING, TRAFFIC CONTROL, AND MOBILIZATION Clearing and grubbing shall consist of clearing natural ground surfaces of trees , shrubs, vegetable growth and objectionable materials within the limi of construction in accordance with the provisions of Section 300-1 of t Standard Specifications and in accordance with the plans and these Spec Provisions and as directed by the Engineer. Clearing and grubbing shall also include the removal and disposal of miscellaneous concrete , pavement, pipes, hardware, timber , rubble or ai other objectionable material encountered beneath the ground surface as result of grading or trenching operations connected with the construction the project improvements. Clearing and grubbing shall also include the removal, relocation, a justing, or salvaging of all facilities so indicated on the plans which are r designated as separate bid items or which are not included in other bid item In addition to the above items, clearing and grubbing shall include, b not be limited to the following items as shown on the plans or specified these Special Provisions : 1. Removal of trees, shrubs, stumps, trash, debris and fence whether or not specifically indicated on the plans or otherwi shown to be protected or relocated. 2. Deleterious materials resulting from clearing and grubbing oper tions shall be hauled away and disposed of at a legal site obtain by the Contractor. 3. Clearing for and providing temporary graded driveways and conti uing maintenance thereof to provide safe, smooth, stable and co tinuous access Po all residences and businesses within the projf area, and as directed by the Engineer. Minor grading for swales and drainage control. 4. 5. Sawcutting of concrete and asphalt concrete at joins and rigt of-way limits. 6. Protection of existing and relocated utility structures prior to a during construction of proposed improvements. 7. Removal and disposal of interfering portions of abandoned uti1 lines and structures and the plugging of abandoned pipes a conduits not removed. 1. 8. Furnishing and applying water. 9. Dust control. 10. Maintenance of project appearance. 11. 12. 13. 14. 15. Removal of interfering portions of wood, chain link, and wi 16. Removal and disposal of any additional items not specifically me1 Control of water and dewatering during construction. Cleanup of project area upon completion of work. Removal of interfering portions of agricultural irrigation system. Removal of portion of shed as shown per plan. fencing as shown per plan. tioned which may be found within the work limits. The Contractor shall protect all existing structures or facilities whit are adjacent to, or fall within, the limits of the work to be done under th contract in accordance with Section 7-9 and 200-1 of the Standard Specil cations. This item shall also include those structures and facilities which tl plans show or these Specifications indicate to be protected. facility to be protected which is damaged as a result of the Contractor, shi be repaired or replaced at his cost to the satisfaction of the Engineer. Any structure Mobilization shall consist of preparatory work and operations, includinc but not limited to, those necessary for the movement of personnel, equipmen materials, sanitation facilities and incidentals to the project site necessary f work on the project, and for all other work and operations which must I performed or costs incurred prior to beginning work on the various contra items on the project site. Mobilization shall also include survey staking for the project in confo mance with the requirements of Section 18 of the General Provisions of the Specifications. Traffic control shall be provided in conformance with the requirements Section 25 of the General Provisions of these Specifications. g and grubbing, traffic control, and mobilization sh be at sum price and shall be full compensation for furnis ing all labor, materials, equipment and incidentals necessary to perform t items of work. 2. UNCLASSIFIED EXCAVATION. - Unclassified excavation shall inclu excavating, removing, hauling and disposing of all materials to the subgra elevations indicated on the plans as required to construct the new roadw improvements. This item involves the removal and disposal of all pavemer . concrete, soil and miscellaneous items (including loose or dumped material ar base material) which are within the grading and excavation section on bo public and private property. Unclassified excavation shall be done in actor( ance with Section 300-1.3 and 300-2 of the Standard Specifications and the The Contractor may, after being granted permission by the respecti property owners, spread excess spoil material on the adjacent vacant lot Otherwise, the Contractor shall be responsible for obtaining a suitable, lec disposal site for this excavated material in accordance with Section 300-2.6 the Standard Specifications. The quantities for unclassified excavation are based on cross-sections existing and proposed ground lines along the roadway with consideratio made for localized variations between cross sections, and are believed to accurate. Special Provisions c ------ -- - \ Excess soil remaining from excavations on the project site may be us for fill material as required subject to the requirements of Section 300-4 the Standard Specifications, these Special Provisions and as determined I the Engineer. Payment for unclassified excavation shall be at the contract unit pri per cubic yard and no additional compensation will be allowed therefor. 3. SUBGRADE PREPARATION. - Subgrade preparation for the roadw improvements shall be done in accordance with Section 301-1 of the Standa Specifications and these Special Provisions. The provisions of Section 301-1.3 of the Standard Specifications shall amended as follows: In areas outside of the public roadway shown on the plans to be pav (including parkways and driveways), the top six inches of subgra material shall be compacted to a minimum relative compaction of nine percent. Payment for preparation of subgrade will be considered included in t various items of work for which the subgrade is prepared and no additior payment shall be made therefor. 4. BASE MATERIAL. - Aggregate for base material shall conform to Secti 200-2.5.2 of the Standard Specifications, Processed Miscellaneous Base. Placement of base material shall conform to Section 301-2 of the Standa Specifications. Payment for aggregate base material shall be at the contract unit pr per ton in accordance with Section 301-2.4 of the Standard Specifications. 5. ASPHALT CONCRETE. - Asphalt concrete shall be in conformance w Sections 203-6, 302-5, and 400-4 of the Standard Specifications, except amended herein. The provisions of Section 302-5.4 of the Standard Specifications shall The final surface layer of asphalt concrete within the public roadn shall not be placed until all grading and P.C.C. improvements are su stantially completed as determined by the Engineer. Within the public roadway, asphalt concrete of 0.20-foot thickness less may be placed in one lift. Asphalt concrete of greater than 0 foot thickness shall be placed in a minimum of two lifts. The compaci thickness of the final surface course of asphalt concrete shall not greater than 0.20 foot or less than 0.10 foot. In all other areas (outside of public roadway), asphalt concrete may 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 The gradation of combined aggregate shall be as follows: 3/4 inch Base Course Type Ill - B2-AR-4000 1/2 inch Surface Course Type Ill - C3-AR-4000 Asphalt concrete pavement shall include asphalt concrete in all pub and private roadway areas shown on the plans including 'feathering' to j( existing surfaces. Payment for asphalt concrete roadway pavement shall be at the contr: unit price per ton and shall include full compensation for furnishing all labc materials, equipment, and incidentals necessary to perform the work. supplemented by the following: supplemented by the following : 6. LIQUID ASPHALT. - Tack Coat Asphalt tack coat shall be Grade SS-lh emulsified asphalt, conforming Tack coat shall be applied to Section 203-3 of the Standard Specifications. asphalt concrete and concrete surfaces to be joined by new asphalt concre pavement. The rate of application shall be as designated in Section 302-5 of the Standard Specifications. Care should be taken to prevent tracking t tack coat on finished concrete surfaces. Payment for tack coat shall be included in the contract bid price per t for asphalt concrete roadway pavement for which tack coat is required and additional payment shall be allowed therefor. Prime Coat No prime coat will be required. Seal Coat No Seal coat will be required. 7. PORTLAND CEMENT CONCRETE. - Portland cement concrete shall me the requirements of Section 400 of the Standard Specifications. The Cleanness Value requirements of Section 200-1.4 shall be replac Tests Cleanness Value Calif. 227 with the following: Test Method No. Requi rements - Individual Test 70 Min.* Moving Average 75 Min.* The Sand Equivalent requirement of Section 200-1.5.3 shall be replac Tests Sand Equivalent Calif. 217 with the following: Test Method No. Requ i remen ts - Individual Test 70 Min.* Moving Average 75 Min.* * For 2,500 or less class concrete, except concrete pavement, a minimr 65 Individual Test result and a minimum 70 Moving Average will acceptable if 2,500 psi 28 day strength criteria of Section 201-1.1.4 a met, at a six inch slump or greater. The testing and acceptance dete mination will be made by the Agency. Evaluation of Sand Equivalent and Cleanness Value results shall confo to the provisions of Subsection 400-1.4. 8. CONCRETE CURB AND GUTTER - Concrete items, as listed above, sh be constructed in accordance with Section 303-5 of the Standard Specific tions, referenced Standard Plans, and as listed herein. Slab thickness a curb heights shall be as shown on the plans and applicable Standard Plans. The last sentence of the second paragraph of Section 303-5.5.2 of t Standard Specifications shall be modified as follows: The name of the Contractor and the year in which the improvement is constructed shall not be stamped in the completed work. Payment for concrete curb and gutter shall be at the contract unit pri per linear foot, including transition sections where the curb face varies (su as at driveway aprons). 9. MONUMENTS. - Cast-in-place survey monuments shall be constructed accordance with Section 309 of the Standard Specifications. Payment for monuments shall be at the contract unit price per each place, and shall include full Compensation for furnishing all labor, material tools, equipment and incidentals necessary to perform the work. 10. WATER MAIN INSTALLATION, WATER SERVICE INSTALLATION AP FIRE HYDRANT ASSEMBLY AND APPURTENANCES. - The Contractor sh furnish all transportation, materials, equipment, tools, labor and supplies complete the excavation, compacted backfill, shoring, dewatering, beddin temporary resurfacing and other earthwork incidental to the construction the water main and appurtenant structures and to construct and install wat pipe, valves, fittings, fire hydrants, tests, disinfection, valve boxes ai covers, meter boxes and covers, bolts, nuts, gaskets, couplings, joinii materials, thrust blocks, and air release assemblies together with all appu tenant work necessary car incidental to completing in a workmanlike mann the water system improvements as contemplated by the plans and these Spec fications. Sections 207 and 306 of the Standard Specifications are suppl mented by the Costa Real Municipal Water District's "Standard Plans a1 Specifications for Construction of Water Mains", latest edition. Copies of the "Standard Plans and Specifications for Construction Sewer and Water Mains" may be obtained from Costa Real M.W.D. at 5950 Camino Real, Carlsbad, CA. 92008; phone number (619) 439-2722. All water system pipe shall be tested in conformance with the requir ments of the Standard Specifications for the Construction of Water Mains the Costa Real Municipal Water District. Measurement for payment for asbestos cement water main pipe and f tings will be made along the center of the pipe end to the valve or h flange or to the centerline of intersection pipe, as the case may be, as act ally constructed, complete in place in accordance with the plans and spec fications. Payment for A.C.P. water main will be made at the contract unit pr per I inear foot. Payment for water service laterals and fittings shall be at the contri unit price per each complete in place. Payment for manual air release assembly shall be at the contract u price per each complete in place. Payment for fire hydrant assembly and appurtenances shall be at 1 contract unit price per each complete in place and shall include installation blue, two-way Type ID', reflective pavement markers. 11. VITRIFIED CLAY PIPE. - Vitrified clay sewer main and building later pipe shall conform to Section 207-8 of the Standard Specifications: shall t laid in accordance with applicable portions of Section 306 of the Standar Specifications and the applicable Standard Drawings referenced on the plans. Pipe joint materials shall be in accordance with the provisions of Sectic 208 of the Standard Specifications, except as provided for below: Only Type 'Dl and IGv joint materials will be permitted for vitrifif clay pipe laterals. Only Type 'GI joint materials will be permitted for vitrified cl; pipe mainline. Vitrified clay sewer pipe shall be furnished and installed for the dimei sions and to the lines and grades shown upon the plans and as herein spec fied. The pipe shall have full bearing upon the bottom of the pipe throug out its length with the bottom of the trench recessed to relieve all load frl the bell of the pipe. All mainline pipe shall be cleaned and mandrelled in accordance wi Subsection 306-1.4.6 of the Standard Specifications. Measurement for payment for vitrified clay pipe sewer main shall be ma horizontally from inside face of manhole to inside face of manhole along t centerline of the sewer as actually constructed, complete in place in accor ance with the plans and specifications. Payment for V.C.P. sewer main will be made at the contract unit pri per linear foot, which price shall include the making of all trenching a structure excavation, bedding, shoring, compacted backfill, transportatio furnishing and use of all equipment, tools, materials (including pipe, tee plugs, wyes, joint material, concrete, cement mortar, connections to existi sewers, temporary resurfacing y dewatering, forms, bracing and supports tests, disposal of excess material, safety measures, and furnishing all lab required and incidentals to complete the work in accordance with the pl? and specifications. Sewer building laterals and cleanouts shall be constructed in accordar with applicable portions of Section 306 of the Standard Specifications and ' applicable Standard Drawings referenced on the plans. Payment for building laterals and sewer cleanouts shall be at the c( tract unit price per each. Payments for building laterals and cleanouts shall include the making all trenching, structure excavation, bedding, shoring, compacted backf transportation, furnishing and use of all equipment, tools, materials, pi! tees, plugs, wyes, joint material, concrete and connections, temporary rest facing, dewatering forms, bracing, tests, and labor required and incident to complete the work in accordance with the plans and specifications. 12. SEWER MANHOLES. - Sewer manholes shall be constructed in accordanc with Section 303-1 and 306-1 of the Standard Specifications and the applicab City Standard Drawings shown on the plans, Payment for sewer manholes will be at the contract unit price per eac manhole complete in place and shall be the full compensation for all excavi tion, shoring, concrete work, frames and covers, steps, backfilling, resui facing, and all labor, materials,. and incidental costs necessary for the con pletion of the manhole in accordance with the plans and specifications. 13. STREET LIGHTING SYSTEM. - Street lighting system materials shz conform to Section 209 of the Standard Specifications. Attention is direct( to additional Sections 209-2.1 through 209-2.10 in the Standard Special Prov sions and these Special Provisions. Installation of street lighting system sh; conform to Section 307 of the Standard Specifications. Attention is directt to additional Sections 307-1.3 through 307-8 in the Standard Special Prov sions and these Special Provisions. The Contractor's particular attention is directed to Section 307-1 of tl Standard Specifications which shall be strictly adhered to. Anchor Bo1 ts The first sentence of the first paragraph of Section 209-2.2 of tl Standard Specifications shal I be revised to read : Anchor bolts shall be of a type and size, and anchor base foul dations shall be constructed, as shown on Supplement to Regior 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 ai U.L. approved heavy wall polyvinyl chloride (P.V.C. Sch. 40). / conduits shall be of a size as shown on the plans but in no eve shall conduit be less than one-inch inside diameter. Wire (Conductors) The first sentence of the first paragraph of Section 209-2.4 of t Standard Specifications shall be revised to read: Circuit conductor runs to lights shall be solid or stranded copp wire, No. 8 AWG minimum. Concrete Light Standards The second sentence of the first paragraph of Section 209-2.5.1 of the Sta dard Specifications shall be revised to read: They shall be round, black and white marble aggregate or natut exposed aggregate, anchor base type. Direct burial type poles w not be accepted. Section 209-2.5. I of the Standard Specifications shall be supplemented include the following: Light standard handhole cover plate securing bolts shall be stai less steel. Securing bolts made of brass, plain steel, cadmii coated or galvanized steel will not be allowed. Pole height shall be 25 feet plus or minus two (2) feet as requir per Supplement to Regional Standard Drawing Number E-1 attach herein. Lum i nai re Section 209-2.6 of the Standard Specifications shall be supplemented include the following : Street lighting luminaires shall be a horizontal burning, G.E.M-250A cutoff or ITT series 13, or equivalent type for 10 high pressure sodium (9,500 lumen output) lamps. Glare shiel will not be allowed. Luminaire mounting height shall be twenty seven (27) feet, plus minus one (1) foot, above finished surface of pole foundation F Supplement to Regional Standard Drawing Number E-1 attach herein. Street lighting luminaires shall be completely assembled and fi nished with a lamp and a photoelectric control unit. It shall cutoff type of standard make and manufactured by a manufactur of recognized experience and ability, who is now regularly engac in the manufacture of street lighting luminaires. The lumina shall be die cast aluminum and furnished with an optical assemt removable without the use of special tools. Leveling and clamping of the luminaire to the mast arm pipe shall accomplished by tightening mounting bolts which are externally internally accessible. Provision shall be made to check leveling the unit. Luminaires shall include an integral twistlock type I ceptacle for photoelectric cell control in accordance with the fat1 EEI-NEMA standards, and photoelectric control unit. The recep cle shall be prewired to the terminal board. The luminaire pov unit assembly shall consist of an integral ballast, starter boar capacitors, and a heavy duty terminal block, and the power u assembly shall be mounted on a separate component of the lumina to facilitate replacement. The luminaire optical assembly shall provide a true ninety degr (90') cutoff that does not allow any light to escape above t horizontal and shall consist of a die cast aluminum lens holder, Alzak processed or equivalent aluminum reflector, a heat ai impact resistant clear flat glass lens, and a porcelain enclos mogul multiple screw socket with lamp grips. The socket suppc assembly shall be adjustable to provide variations in the lig distribution and shall be factory pre-set to produce a medium long cut off Type IIt distribution. The optical assembly shall sealed with a heat resisting gasket, and also filtered to preve light loss from gaseous and particulate material infiltration. T optical assembly door hinge shall be designed so that when the do is opened the hinge pins shall prevent the door from swinging fr of the pins. The luminaire shall be constructed and installed such a manner to provide the required lighting distribution with t lower edge of the luminaire's housing below the entire light sour and all glassware. External shielding added to the luminaire accomplish the function shall not be acceptable. The fifth paragraph of Section 209-2.6 of the Standard Specificatio The net weight of the luminaire, including ballast, and its project area shall be no greater than the following: shall be revised to read: 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 wi the following : High pressure sodium vapor lamps shall have a clear glass bulb a be suitable for use in street lighting applications. The lamp sh be designed to operate in any position. High pressure sodium vapor lamps shall comply with the followi minimum performance requirements. ANSI Lamp Size Ballast Rated Ave. Life Initial Lumens (A) Light ( Factor (Watts) Code (@ 70 hrs. per start) (Burning any Position) Mean (E 100 s54 24,000 9,500 .90 150 s55 24,000 76,000 .90 250 S50 24,000 30,000 .90 400 S51 24,000 50,000 .90 (A) (B) Mean light output factor is taken at 1/2 rated lamp life. (C) Lumen Output at end of rated life. High pressure sodium vapor lamps shall be able to reach eighty percent (8( of light output within four (4) minutes and to restrike within one (1) mini after an outage due to power interruption or voltage drop at the lamp sockc The base of the lamp shall have a device that will allow the installer indicate the month and year of installation. Section 209-2.7 of the Standard Specifications shall be supplemented w Initial lumen ratings based on 100 hour photometry readings. the following: Mast arm length shall be eight (8) feet and shall provide a one fi minimum overhang past the curb face. Ballast Section 209-2.10 of the Standard Specifications shall be supplemen' Ballast shall be suitable for use on multiple distribution circL with 60Hz, 120 and 240 voltage rating. Each ballast system shall have an auxiliary starting circuit capa of supplying the pulse characteristics listed below. The start aid shall be readily accessible and easily replaced in the fie Starting aids must be compatible with core and coil of the SE rating without need for adjustment. Starting aids must be suita for continuous operation for a minimum of three (3) months in event of lamp failure without loss of life or ballast damage. with the following: HIGH PRESSURE SODIUM VAPOR BALLASTS Lamp Size ANSI Line +I- '20 Allow. Line Var. Line Power P (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 98 240 10 .9 .6 98 250 550 120 10 2.8 1.2 98 240 10 1.4 .7 98 40 0 S51 120 10 4.1 1.1 98 2 40 10 2.1 .7 98 i Photoelectric Control Unit The photoelectric control unit shall consist of a photoelectric cell in weatherproof housing which plugs into an EEI-NEMA twist lock receptac integral with the luminaire, The photoelectric control unit shall provide an output in response changing light levels. The response level shall remain stable throughout tl life of the control unit. The control unit shall contain a cadmium-sulfide photoelectric cell suit ble for operation with 120 V or 240 V line supply as noted on the plans. TI unit shall have a rated load capacity of 1,000 volt - amperes minimum, with normal power consumption of not more than 10 watts. The control unit Shi also have surge protection to prevent damage from sudden voltage surges. The control unit shall have a "Turn-On" level between one (1) and fis (5) foot-candles. The "Turn-Off" level shall be between one and one-half 112) and five (5) times the "Tur-n-On" level. The photocell shall be properly oriented with the photocell window facii north. Fuses Fuses shall be slow blow 13/32 x 1 1/2" in line 10 amps. The fuse sh be installed in the hot leg of the lighting conductor. The circuit shall 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 si section when fuseholder is opened, be able to take a 13/32 x 7 1/2" fus with crimp type tubular terminals of a size able to take the size of cable the particular street light. Wire and Conduit Run to Service Point Service conductor runs to feed points shall be solid or stranded CO~F wire, No. 8 AWG minimum. Service runs shall be made by intercepting existing undergrou electrical system service. The Contractor shall be responsible to coordinate closely with the utili company regarding the specific circuit feed connection procedures for ea individual service location. Payment Payment for street lighting system shall be at the contract unit price F street light and shall include full compensation for furnishing all labor a materials, including coordination with S. D.G. &E. necessary to provide t system complete in place including sawcutting, removal and repair of existi A.C. or concrete improvements disturbed in the construction of condu boxes, foundations, etc. 14. INSTALLATION OF UNDERGROUND ELECTRICAL, GAS, TELEPHO AND CABLE TELEVISION UTILITY TRENCHES AND/OR SYSTEM FAClLITlE - The Contractor shall furnish all transportation, materials, equipment, too labor and supplies to complete the excavation, 'phased' backfilling, shorir dewatering, bedding, compaction and other earthwork incidental to the cc struction of joint (common) and individual utility trenches and appurteni utility structure excavations and shall construct and install conduit, p ropes, fittings, bends, sweeps, caps, gaskets, couplings, joining materi together with all tests, inspections and all appurtenant work necessary incidental to completing in a workmanlike manner those portions of the elt tric, gas, telephone and cable television system improvements as contemplal by the plans and as specified herein. Electrical System Improvements shall generally include excavation, backfill a compaction of the joint trench; laying and construction of primary, secondz and service run conduit and pull ropes; and excavations for (utility-installc transformer pedestals and handholes. Cable, hand-holes, pedestals, pedes bases, transformers, grounds and wiring will be installed by the uti1 company. Gas System Improvements shall generally include excavation, backfill a compaction of the joint trench and the gas-only trenches as shown on 1 plans. Gas line piping, valves and boxes will be installed by the uti1 company. Telephone System Improvements shall generally include excavation, back and compaction of the joint trench; laying and construction of telephc ductwork and pull ropes; and excavations for (utility-installed) pedesta Cable, pedestals, pedestal bases, wiring and harnesses will be installed the utility company. Cable Television (CATV) System Improvements shall generally include excaj tion, backfill, and compaction of the joint trench. CATV conduit, pull ropc cable, pedestals, splice cans and grounds will be installed by the uti1 company. All earthwork, conduit construction and related utility work requir shall be undertaken in conformance with all requirements of the respect utility companies. The Contractor is responsible to coordinate all activit with said utility companies and to obtain all required inspections and cert cations from same. t Payment for joint (main) utility trench and gas line only trench shall at the contract unit price per lineal foot for each type which price shall considered full compensation for furnishing all labor, material, equipment, i incidentals necessary to perform the work as specified herein above and conformance with the specifications of the various utility companies. Payment for electrical or telephone conduit shall be at the contract c; price per lineal foot for the respective type and size which price shall considered full compensation for furnishing all labor, material, equipment, i incidentals necessary to perform the work as specified herein above and conformance with the specifications of the various utility companies. - \ SAN DIEGO GAS AND ELECTRIC COMPANY SPECIFICATIONS FOR UNDERSGROUND ELECTRIC DISTRIBUTION AND SERVICE SYSTEM AND GAS DISTRIBUTION AND SERVICE SYSTEM TRENCH 5 t 1 Submitted to Applicant 1 UNDERGROUND ELECTRIC GENERAL CONDITIONS FOR DISTRIBUTION, SERVICE SYSTEMS CONSTRUCTION AND GAS TRENCH @ 1.0 Scope of General Conditions 2.0 Definition of Terms 3.0 Contract Documents 4.0 Inspection of Work and Interpretation of Contract Documents 5.0 Utility's Right to do Work 6 .O Scheduling 7.0 Survey and Easements 8 .O Pavement Removal and Replacement 9 .O Excavations 10.0 Installation of Conduit 11 .O Backfill and Compaction 12.0 Substructures 13 .O Safeguards 14.0 Changes in Work 15.0 Partial Use of Underground Facilities 16.0 Drawings and Prints 17 .O Relationship of Parties 18 .O Final Acceptance 19 .O Warranty 20.0 Permits and Licenses 2 1 .O Indemnity 22.0 Insurance Policies and Limits 23 .O Public Relations 24.0 Union Labor if Applicable 25.0 Risk of Loss or Damage 26.0 Payment of Utility 27 .O Notice or Demand NOTICE - ALL WORK DONE PURSUANT TO THE ATTACHED MUST BE ACCOMPLISHED IN COMPLILVCE WITH THE FEDERAL AND STATE OF CALIFORNIA OCCUPATIONAL SAFETY AND HEALTH ACTS 106-35140 E 11/85 -1- 1 San Diego Gas and Electric Company For Distribution, Service Systems Construction and Gas Trench Underground Electric Facilities General Conditions Project (Number and Title) v LLaMwddM ;ff. 21761/0 1 .o SCOPE OF GENERAL CONDITIONS These General Conditions apply to new undergrouna electric facilities and gas trench where the facilities bring installe an Applicant or by an Applicant's contractor are for operatio the Utility. 2.0 DEFINITION OF TERMS The following terms, when used herein, shall be construed as follows : 2.1 "Agent" - Those persons authorized to act for or represe the Applicant or Utility, 2.2 "Applicant" - The party or parties contracting with Uti1 for underground facilities and to perform work hereinaft described. 2.3 "Construction Standards" - The copies of Utility's Gas Construction Standards and Electric Construction Standar Many of these standards are included in the Utility's "Service Guide" and others are available upon request. 2.4 "Contract Administrator" - The Utility employee assigned inspect and accept or reject work on the basis of compli or lack thereof with the Contract Documents, Utility standards, specifications and policies. 2.5 "Contract Documents" - The Contracts, Agreements, Specifications, General Conditions, Construction Standa: drawings, permits and other papers for the purpose of, constructing or pertaining to construction of undergroui electric facilities and gas trench. "Day or Days" - Normal Utility work days unless otherwir specified. 2.6 -2- a. 2.7 "Excavation" - Trenching boring, and removal of soil required for the installation of substructures, all necessary backfilling including required imported backfi material and removal of trench spoil, and acceptable sur repair to the local governing authority's specifictions. "Final Acceptance" - The Utility's acceptance of all wor performed by the Applicant includes "as-built" drawings reconciliation of all material obtained from the Utility. after "Final dcceptance". 2.8 No electric facilities will be energized until 2.9 "Final Grade" - The grade after paving is completed. 2.10 "Finish Grade" - The grade shown on plans 2.11 "Improvements" - The requirements of either the governin, municipality or the Utility which will ensure protection the Utility's facilities and provide verification of fin grade. Improvements include, but are not limited to, installation of curbs and sidewalks, berms, bridle or pedestrian paths, raised planters or parking lot berms i residential, commercial, manufacturing, or industrial projects, when these improvements are specified adjacent the Utility's facilities. * 2.12 "Inspector" - The Utility employee assigned to inspect a accept or reject work on the basis of compliance or lack thereof with the Contract Documents, Utility standards, specifications and policies. 2.13 "Landowner" - Governmental agency or private citizen 0th than Applicant whose property is affected in any way by construction performed by Applicant. 2.14 "Issued and Released" - When the specifications have bee issued to the Construction Department and all related ho (monies, contracts, R/W, etc.) placed on the job have be removed. 2.15 "Specifications" - The construction drawings furnished tc Applicant specifying the detailed information necessary I perform the work and includes any revisions, supplements Utility approved field changes. 2.16 "Substructures" - Includes but are not limited to manholc handholes, enclosures, vaults, splice boxes, pull boxes, pads (for transformers, terminators, or fuse cabinets), conduits concrete encasement), grounding grids, retainin; walls and other structures needed to accommodate cables - 3- 4 connections, transformers and appurtenances. Necessary substructures, including distribution and feeder conduit required, includes (1) that required to serve the project for which service sought, (2) that which is necessary to interconnect the service the project with service to subsequent developments outside the project and (3) that installed as part of a backbone system in accordance with sound engineering practices and whic (a) provides for the potential for growth in the arc (b) provides for future anticipated load growth in t existing project and in existing projects in close proximity thereto and (c) provides flexibility and versatility of modifying or supplying emergency back power to the area involved. 2.17 "Utility" - San Diego Gas and Electric Company, Post Off; Box 1831, San Diego, California 92112. 2.18 "Work" - The performing of all labor and the furnishing i installing of all materials and equipment, not otherwisc installed by Utility, and other incidentals necessary in carrying out all the duties and obligations imposed by tl Contract Documents and Specifications. 3 .O CONTRACT DOCUMENTS 3.1 The Contract Documents are complementary, and what is ca for by any one shall be as binding as if called for by a Words which have a well known technical trade meaning wh used in connection with the types of materials and work described in the Contract Documents shall be held to ref to such well. known meanings. 1 3.2 It is intended that all work described as being the responsibility of the Applicant in the Contract Document and any that is reasonably inferable from such documents necessary to produce the intended results, shall be supp by the Applicant. Figured dimensions on the Specifications shall govern e> that the lateral location of trenches and excavation art subject to Utility approved change as necessitated by conflicts, obstacles, or difficult soil conditions revez by onsite inspection during construction. particularly shown or specified shall be performed in tl 3.3 Work not -4- 5 same manner as similar work that is shown or specified. A specific detail shall take precedence as to shape and manner of construction. Unless otherwise noted, Construction Standards shall take precedence over Specifications as to materials, workmanship and methods. 4 .O INSPECTION OF WORK AND INTERPRETATION OF CONTRACT DOCUMENTS 4.1 All work and materials shall be of Utility approved manufacture class or grade specified in the Contract Documents. It shall be Applicant's responslbility to thoroughly familiarize all of its Agents with the content! of the Contract Documents and to accurately advise the Utility of his construction schedule. Utility will be represented in the field by an Inspector and all work and material shall be subject at all times to inspection by t Inspector. 4.2 Applicant is required to call the number in Section 6-0 f inspection of his work by 2:OO p.m. one work day prior to the date inspection is requested. The Inspector will inspect each completed stage of Applicant's work includin trenching, substructure installation, conduit installatio backfill, compaction, and cabling, conduit mandreling. 1 each state of construction, if Utility's crews are needec they will be dispatched as available after the Inspector verified that the Applicant has satisfactorily performed portion of the work. As each stage is completed, it will approved by ,the Inspector. 4.3 Any workmanship by Applicant or material supplied by Applicant which does not meet the criteria specified in 1 Contraet Documents may be rejected by the Inspector whos decisions shall be final and conclusive. The decision o the Utility shall be final as to all nratters of interpretation of the Contract Documents. Any workmanship by Applicant or materials supplied by Applicant that do not meet the criteria specified in the Contract Documents shall be replaced by Applicant at Applicant's expense. Inspections and final acceptance s not relieve the Applicant from his obligation to complet the Work in accordance with the Contract Documents. 4.4 5.0 UTILITY'S RIGHT TO WORK If service to others is dependent upon this extension and if Applicant should neglect to prosecute the work properly or wJ the prescribed time period, or fail to perform any obligatio1 imposed by the contract documents, Utility, except as indicat below, after giving seven days written notice to the Applica. -5- '- may take over and finish the work. or any part thereof. or may correct any defects, and Applicant shall pay the actual cost t Utility (including labor, material and overheads) for such wor If Utility is unable to collect for this work after 30 days fr completion of the work, the actual cost (labor, material and overheads) may be deducted from Applicant's refundable monies deposit with Utility, or at its option, Utility may recover su cost by claim against the surety on the performance bond furnished by Applicant. 6 .O SCHEDULING The Utility will notify Applicant in writing when the Utility' construction orders have been released and issued. After receiving such notice from the Utility, Applicant shall give t Utility 10 working days written notice of the construction starting date and arrange for a pre-construction meeting. The starting date sha:Ll be confirmed verbally two working days in advance. All contracts and notifications regarding the start1 date shall be made to: NAME ADDRESS PHONE 6.1 If services to the buildings are not specified with the MANAGER -CONSTRUCTION -TEL. 438 - 6229 3U- original job, a ten working days written notification wi. be required for each separate installation of five or mol services. When services are called for with the origina. job and the specified time has lapsed as to the installal of those services, an additional ten working days writtei notification will be required. 6.2 All work by Applicant shall be coordinated with Utility manner that will permit Utility or its Agents to perform work without delay and in an efficient manner throughout period of construction without being required to reschedi its construction forces after starting the field installation. The Inspector will act as the contact poi for coordination of work between Utility or its Agents a Applicant during construction. Trenching and backfillin the Applicant must be coordinated with the installations made by Utility. Work requiring that a construction cre Inspector be present shall be performed during the norma business hours of the Utility. Applicant understands th other facilities such as gas piping and/or equipment may installed by Utility. The minimum amount of clear trenc required to be open before Utility begins its installati shall be an amount specified by the Inspector. When the Utility begin its installation, Applicant shall continue - 6- 6 trench with sufficient equipment to allow the project to I worked to its conclusion in an efficient manner. If Applicant or others intend to install other underground Utility facilities in the same trench, such use must be approved by Utility and work procedures must be agreed to Utility and Applicant prior to the start of construction i avoid conflicts between construction forces, Applicant shall be responsible for coordinating installation of othc utility facilities for which the joint use of trenches ha: been approved by Utility. Applicant shall be responsible for locating and protecting all existing facilities prior commencement of construction, and shall exercise diligenc throughout the period of construction to do so. In order eliminate possible damage to underground facilities durin construction, gas and electric facilities will not be installed until all wet lines are in and backfilled. Applicant shall1 report to Inspector any damage to any facilities resulting from the construction and shall file complete written report with the Utility of the surroundi circumstances within 24 hours of the incident or by the e of the next working day. SURVEY AND EASEMENTS 7.1 The Applicant: shall be responsible for establishing and maintaining alignment and finish grade for Utility substructures and trenches throughout the construction of the project. - 7 .O 7.2 The Utility will survey, obtain easements and stake trenc positions when easements dictate a definite route on pri7 property, or in dedicated street position. 8.0 PAVEMENT REMOVAL AND REPLACEMENT 8.1 Applicant agrees, that when trenching or excavating in p: streets or sidewalks, all cutting and removal of pavemenl concrete shall be performed by methods which meet the requirements of all governmental authorities having jurisdiction. 8.2 Applicant agrees that any curtailment or rerouting of traffic necessitated by Applicant's work within street 01 sidewalk areas shall be coordinated with all governmenta authorities having jurisdiction. 8.3 All cutting, removal of pavement and resurfacing of stre or sidewalk areas performed by Applicant shall meet the requirements of all governmental authorities having jurisdiction. -7- 1 9.0 EXCAVATIONS When Applicant's responsibility under the Contract Documents includes excavation, the following provisions apply: 9.1 Excavations for substructures shall be made to such dimensions and grade lines as are necessary to perform tk work shown by Specifications and to a depth that will provide the ground coverage between the top of the conduj entering the substructures and finish grade directed In t appropriate Construction Standards. Applicant shall verify that all substructures are set to finish grade prior to backfilling. The Applicant shall maintain finLsh grade stakes for all four corners of all substructurei3 until final backfill and compaction has bee complete and accepted by Inspector. Should any adjustmer to substructures be required due to variations in final grade not previously submitted to the Utility, the Utili! shall make such adjustments and all costs of such adjustments shall be borne by the Applicant. 9.2 Trenches shall be excavated in accordance with location i alignment shown on the Specifications and to provide the minimum width and depth necessary to install the substructure, electric lines, gas pipe or as specified ii cases of joint trench, in the construction Standards. 9.3 Bottom of excavations and trenches shall be free of rock! dirt clods and pockets and shall be graded with a base s( that sags will not occur in any conduit or gas pipe placc therein as specified in the Construction Standards. Any excavation made to an incorrect depth shall be adjusl to the correct depth and thoroughly compacted by Applicai in accordance with the compaction requirements of the Contract Documents. 9.4 9.5 Where excavations occur in soil, which is in the opinioi the Inspector, unstable and unsuitable for adequately supporting the conduit or substructures, reinforcement s be constructed and required to accommodate the individua case as determined by the utility. 9.6 Excavated soil shall be placed or removed from the site avoid hazard to pedestrians or vehicular traffic, and to minimize interference with other facilities to be instal by Utility. Applicant at Applicant '6 expense. Excess excavated soil shall be disposed of , -8- k+ 9.7 The location of all excavation is subject to change as necessitated by conflicts, obstacles, or difficult soil conditions revealed by actual examinat ion during construction and Applicant agrees to pay any additional trenching, excavation, backfill, compaction, pavement replacement of other costs required by such changes in locat ion o 10 .O INSTALLATION OF CONDUIT The following provisions apply to Applicant's installation of conduit : 10.1 Conduits shall be installed in the trench in the alignmen shown on the Specifications and all materials used shall those specified in the Construction Standards. 10.2 Conduits shall be either direct buried or concrete encast as specified in the Specifications and/or Construction Standards, and shall be buried at a sufficient depth to provide the ground cover between the top of the conduit I and finish grade as directed in Construction Standards. 10.3 On approval of Inspector, ground cover may be reduced whc the specified minimum ground cover cannot be obtained in crossing over storm drains, foreign substructures, or otl obstacles, provided the conduits are encased in at lesat inches of concrete. 10.4 Extreme care shall be exercised to ensure that foreign matter does not enter the conduits while being installed when concreting, or at any other time thereafter. 10.5 When such responsibilities are shown on the Specificatioi cable pole conduit shall be Polyvinyl chloride Schedule I Riser conduit shall be installed on the pole quadrant shc on the Specifications and terminated not less than 8 fee, above final grade, unless otherwise instructed by the Inspector. Concrete shall be installed around riser conduits when required in the Construction Standards or Specifications. 10.6 Horizontal bends in the conduit shall be made only with radius sweeps of 25 foot radius or larger whenever possible. Smaller radius may be installed when designat on the work order. Should field conditions warrant a le radius, the Applicant shall obtain Utility approval. 10.7 All concrete, unless otherwise permitted by Inspector, E be readymixed and shall meet the requirements of the Construction Standards. -9- 10-8 The installation of conduit by Applicant must be coordinated with Utility or its Agent to permit the installation of substructures and any conduit which may installed by Utility. After the substructures are place in position, the conduits shall be terminated in the substructure. When the conduit is smaller than the substructure knockout, Applicant shall terminate the conduit with bell reducers. 10.9 When services are not being installed with the distribut system, and stubs are required, the conduit stub shall t extended 3 feet beyond the edge of the substructure. 10.10 When the Specifications call for the installation of conduit sleeves for cable-in-conduit (PID or SIDA), stn crossings will be coordinated with and at the approval ( the Inspector. Only Utility approved materials will be used for conduit sleeves. 10.11 Any trench or excavation 5 feet or more in depth, which must be entered by Utility employees requires spoil to I placed a minimum of 24 inches from edge of excavation; depths less than 5 feet, maintain a minimum clearance o 12 inches. Shoring or sloping I_ my be required in depth, less than 5 feet and is required for depths 5 feet or ml (OSHA) . 10.12 The Utility Inspector and governmental agency having jurisdiction will determine placement and acceptability backfill material. 10.13 Gas & electric facilities in conflict with other construction must be shown on plans provided by Applica and Utility must be notified prior to trenching. 10.14 Street light circuits, CATV and telephone positions nus verified by the Applicant with each serving agency and installed to their specifications in addition to SDG&E specifications. 10.15 Each run between substructures, pads, customer service, risers, ete., shall be one size conduit continuously, i no reducers are allowed except where the conduit enters substructure. Deviations must be approved by Utility. 10.16 All plastic conduit shall comply with SDGCE and T&D Specificati.on 3371, identified by manufacture's marking and be verified that it is a utility approved conduit. Conduit found to be defective or not.on approved suppli list shall not be acceptable. -10- 10.17 Installation of electric conduits with concrete substructures must be coordinated with SDGCE. All conduj shall enter a substructure in a horizontal plane, using bottom set of knockouts first, exception being a 3315, 3: and 3324 manhole in which part of the job package are pas showing conduit placement to assure correct cable trainir and connections. Conduits shall be terminated in substructures either flush with interior surface of recee or with conduit reducers. Open conduit ends shall be sealed during construction to prevent contamination insic conduit, this includes cable-in-conduit (PID or SIDA). Reducers shall be used for conduits smaller than knockouts. Any conduit used with core boring must be grouted. Core boring requires galvanizing of exposed stc reinforcing, and a coal tar epoxy coating applied to bort surf ace to prevent moisture entry to adjacent reinf orcinj Core boring can only be authorized by SDG&E to insure against structural damage. Conduits must be watertight , mechanically sound at entry point. Cable in conduit, (C substructure adaptors shall be used where PID or SIDA enters the substructure. In this case, conduit must be installed flush with the inside of the duct terminator. 10.18 MandreBing of conduit must be performed by the installer the presence of SDGdE Inspector to check the inside diameter and provide a path free of obstructions. Use o mandrel gauged to the smallest inside diameter of all conduits is required. The conduit installer must provid 3/16 inch polyproplene pullrope in each conduit. The ro shall be approved by Utility and have a minimum average tensile strength of 720 lbs. Pullrope tails of 24 inche shall be secured at each end of the conduit. 10.19 Refer to Underground Standards when installing conduit sleeves. 11.0 BACKFILL ANI) COMPACTION When Applicant's responsibility under the Contract Documents includes base, shading, backfill and compaction, the following provisions apply: 11.1 Backfill shall be made with materials and by methods whi will meet the requirements of all applicable codes and ordinances. Compaction tests required by governmental authorities or the Utility shall be performed at Applicant's eltpense. In the absence of local codes, backfill shall be subject to approval by Inspector with minimum required of 90% compaction. -11- 11.2 For gas and electric, a 3 inch base in the trench botto required to prevent damage from rocks, sags or pockets. Imported material consisting of natural sand or manufactured sand, existing native material, or combinations may be used for base and shading material provided it. complies with Gas Division Standard Practic C-35 and is of a quality that will comply with compactil requirements of governmental agencies (permitting agencies). Practice C-35 specifies that the material rn have a mixture of particle sizes all smaller than 3/8". Existing native material does not have to be tested by independent professional testing firm if, in the opinioi the inspector, it meets the C-35 specification. A mini, cover of 6 inches of shading material compacted with reasonable care, shall be installed above the gas pipe electric conduits before the trench is backfilled. Backfill material shall meet the requirements of all applicable codes, ordinances and SDG&E standards. The backfill material shall contain no rocks or clods over three inches in diameter and shall be free of debris ar organic matter. All base, shading and backfill must be approved by an SDGE inspector. 11.3 Where joint use of the trench is planned for undergrour electric and gas piping facilities, the Applicant will, upon completion of the Installation of the electric facilities, backfill and compact the trench to a point which provides 12 inches vertical, horizontal, and diaf separation from the electric facilities, allowing the installation of the gas piping facilities before complc remaining backfilling as shown in the Construction Standards. 11.4 Upon completion of the installation of gas piping systt the Applicant will install a minimum 6 inch cover of "shading" $material compacted with reasonable cate, to provide adequate protection of the gas piping system. piping is installed and energized, shading will be doni same day. If piping is installed and not energized, shading will be done the same day, if practical, but ni later than the following work day. 11.5 When a trench is to be jointly used by gas and other t SDG&E utilities, backfill between the different levels trench shall be compacted with reasonable care to prev damage to the installed facility and shall be compacte before proceeding with the next Utility installation. -12- 11.6 On steep banks exceeding 25% slope, breakers made of soil filled sacks shall be placed over the trench, or redwood timber breakers shall be installed across the trench, as requested by the Inspector. water diversion berms shall be cut diagonally across the trench and working strip. When in the opinion of the Inspector, conditions warrant, backfill on steep slopes shall be made by using a soil cement mixture as specified in Utility's Gas Construction Standard 18.5. On banks exceeding 35% slope 12 .O SUBSTRUCTURES 12.1 When Applicant 's responsibility under the Contract Documents includes all or a portion of the substructures, the following provisions apply. 12.1.1 GENERAL -- Unless otherwise specified, all substructures, q related hardware including, but not limited to, frames, covers, ladders, ground rods, ground gr and cable supports shall be provided and instal by the party responsible for installing the substructures and shall comply with the Construction Standards. All of the substructur and related hardware used are to be approved by the Utility. The above facilities if applicabl will be installed at locations'specified by the Specifications and in a manner prescribed by tb Construction Standards. - PRlMARY MANHOLES AND VAULTS: The location of conduit entrances or recesses a sumps shall be as shown in the Construction Standards. Manhole or Vault entrances shall be installed e shown on the Specifications. Neck extensions shall be ordered with the manhole or vault and shall be adjusted to permit installation of thr cover at final grade. The areas surrounding a ra:Lsed manhole or vault cover shall be sloped downward for a suitable horizontal distance to prevent a hazardous abrupt change in elevation Ground rods and grids shall be installed in thi mainner specified in the Construction Standards Sealing compound shall be used in joints betwe1 sections according to the Construction Standar 12.1.2 -13- 12.1.3 PRIMARY HANDHOLES AND SUBSURFACE ENCLOSURES: When final grade has been established, Applican shall adjust the top section of the handhole or enclosure to final grade per the standards. Sealing compounding shall be used in joints between sections according to the Construction Standards. Conduits entering handholes or enclosures shall be terminated in accordance wl section 10.8. Ground rods shall be installed 8 specified in Construction Standards. 12.1.4 TRANSFORMER AND EQUIPMENT PADS, SECONDARY - HANDHOLES AND PULL BOXES: These facilities shall be installed only after final grade is established, and curbing and sidewalks have been installed unless sidewalks not required by the governmental authorities having jurisdiction, and after all required conduit terminations have been positioned and secured, according to the Construction Standart and after trench backfill has been thoroughly compacted and inspected. Sealing compound sha be used in joints between section. Formed-up equipment pads shall be constructed ac.cording to the Specifications and are to be inspected by Inspector prior to being poured. Ground rods and ground grids shall be installe a proper location for grounding within the equipment compartment before installing the substructure. 12.1.5 COMPLETION OF IMPROVEMENTS: The Applicant must complete the improvements required for the project to all substructures prior to scheduling of the connection crew and energizing by the Utility. If improvements ar be Installed in segments, a minimum of 10 feet fronting primary electric facilities and 6 fee for secondary handholes is required. Any substructure damaged or requiring grade adjustment, in the opinion of the Inspector, ! be adjusted or replaced by the Applicant prio' the energizing of the system. 12.2 Where any substructures are to be installed by the Uti or its Contractor the following requirements shall be applicable. -14- 12,2.1 -- GENERAL: Unless otherwise specified, all substructures, i related hardware including, but not limited to, frames, covers, ladders, ground rods, ground gri and cable supports shall be provided and install by the party responsible for installing the substructures and shall comply with the Construction Standards. All of the substructure and related hardware used are to be approved by the Utility. The above facilities if applicable will be installed at locations specified by the Specifications and in a manner prescribed by the Construction Standards. - PRIMARY MANHOLES AND VAULTS: The location of conduit entrances or recesses ar installation of sumps shall be in accordance wil Construction Standards. Manhole or vault entrances shall be installed a shown on the Specifications. shall be ordered with the manhole or vault and shall be adjusted to permit installation of the cover at final grade. The areas surrounding a raised manhole or vault cover shall be sloped downward for a suitable horizontal distance to prevent a hazardous abrupt change in elevation. Ground rods and grids shall be installed in the manner specified in the Construction Standard. Sealing compound shall be used in joints betwee sec:tions according to the Construction Standard - PRIMARY HANDHOLES AND SUBSURFACE ENCLOSURES: miring the time of excavation and when finish grade has been established to within .5 ft. by Applicant, substructures can be set. Sealing compound shall be used in joints between sectio Conduits entering handholes or enclosures shall terminated in accordance with section 10.8. Ground rods shall be installed as specified in Coinstruction Standards. The top section and lid shall be adjusted to f: grade by the Utility or its Contractor after tl improvements required for the project adjacent these facilities are completed by the Applicanl 12.2.2 Neck extensions 12.2.3 -15- 12.2.4 TELWSFORMER AND EQUIPMENT PADS, SECONDARY - HANDHOLES AND PULL BOXES: Pr:Lor to the installation of these facilities, Apglicant must complete the improvements requir for the project adjacent to these facilities. Proper compaction, and finish grade must be established by the Applicant and inspected by t Ut:Llity for the transformer and equipment pads, and the Applicant must complete the required excavation for the secondary handholes and pull b0:KeS. Conduit positioning, sealing and grounc shall be specified in the Construction Standarc 12.2.5 COMPLETION OF IMPROVEMENTS: The Applicant must complete the improvements required of the project adjacent to all substructures prior to scheduling of the connection crews and energizing by the Utility, If improvements are to be installed in segments minimum of 10 feet primary electric facilities 6 feet fronting secondary facilities is requirc Any substructure damaged or requiring grade adjustment, in the opinion of the Inspector, st be adjusted or replaced by the Applicant prior the energizing of the system. 13.0 SAFEGUARDS All materials, work, traffic control and work areas shall com with the William-Steiger Occupational Safety and Health Act, CAL-OSHA Act, and all applicable Federal, State, or local saf laws or rules that are necessary to protect Applicant's and Utility's employees, the public, and workmen during the time construction. Applicant shall take all steps to protect prop adjacent to the construction project from damage resulting fr work specified and performed hereunder. 14.0 CHANGES IN WORK In the event that modification of the Specifications is requi or desired, such modification may be made by mutual agreement writing between Applicant and Utility. Such changes may requ an engineering fee and revision to the specifications causing delay in construcxion. the appropriate Planning Department for implementatfon. Mino changes in construction resulting from adverse field conditio may be approved in writing at the job site by the Inspector where warranted to facilitate construction. Any costs, inclu labor, materials and overheads, resulting from such changes i work shall be sol.ely the responsibility of Applicant. All such inquiries shall be directed -16- 15.0 PARTIAL, USE OF UNDERGROUND FACILITIES - (Applies only when cabling is install-ed by Utility) When requested by Utility or the Applicant prior to the Utilit preparation of the final specifications, completed portions of the underground facilities may be phased for energizing by the Utility prior to completion and acceptance of the entire project. The portions of the underground facilities energized by such mutual consent shall be subject to the following conditions: 15.1 Utilization of the energized portion of the underground facilities will in no way delay completion of the entire project by Applicant. 15.2 Utility shall maintain, operate, and control that portic of the system which has been energized. However, energizing of portions of systems shall in no way reliei Applicant of any of its duties under Paragraphs 18.0 an( 19.0 of these General conditions. 15.3 The size of the area to be energized, if less than the entire project, must be approvedcby the Utility, and mu: be compatible with the system design to ensure complianc with the Utility's safety practices. 16.0 DRAWINGS AND PRINTS - On Job Drawings : 16.1 Applicant shall at all times maintain a set of the Specifications at the job site, and these will at all t be available for inspection by the Inspector who shall access thereto on request. Applicant shall maintain at job site any related project plans (e.g. alignment and finish grade of street improvement) approved by the governmental agencies having jurisdiction. Applicant will provide as-built drawings of facilities installed by the Applicant or his contractor per Utility standards. 17.0 RELATIONSHIP OF PARTIES In assuming and performing the obligations of these Contract Documents, Applicant is acting as an independent contractor. Applicant shall assume full responsibility for the ownership custody, and control of work and facilities to be constructec All persons employed by Applicant in connection herewith sha: employees of Applicant. Utility's inspections, or any suggesl -17- or objections made by the Utility shall not constitute or be construed as an exercise of management or supervision over the work, nor shall be construed as acceptance of the work, or an! part thereto, as it progresses, nor shall it limit or affect I right of Utility to reject any part or all of the work when completed in case the same does not conform to the Contract Documents. 18 .O FINAL ACCEPTANCE Final acceptance by the Utility will be made when Applicant hi satisfactorily completed all work and improvements as called in the Contract Documents including reconciliation of materials. Utility shall notify Applicant in writing of fina acceptance of the work. Failure or neglect on the part of Utility to reject. inferior work during the construction perio shall not be construed to imply acceptance of such work nor t preclude its right to reject it. Applicant shall be required correct all defects which become evident at any time prior to final acceptance of Applicant's work by Utility. The cost of such repairs, material labor, and overheads shall be borne by Applicant. Ownership, custody, and control of the work and facilities shall pass to Utility only upon Final Acceptance. electric facilltjles will be energized until after final acceptance. 19.0 WARRANTY Applicant expressly represents and warrants all the work performed and al:L materials used in meeting Applicant's obligations under the Contract Documents are in conformity wj same and are free from defects of workmanship. This warrant) shall commence upon receipt by Applicant of Utility's final acceptance and shall expire one year from that date. Any bre of this warranty as may become apparent during the period of warranty may be corrected by Utility at Applicant's expense. cost (material, labor and overheads) of such correction by utility may be deducted from any payment or refundable advanc due Applicant or, at its option, Utility may recover such cog claim against the surety on the performance bond furnished b: Applicant. 20.0 PERMITS AND LICENSES - Applicant shall, prior to commencing any work, obtain and pa all permits and licenses which may be required from any governmental agencies having jurisdiction over the work, including, but not'limited to, permits for the use or obstru of adjacent public streets. In the event any governmental a imposes conditions upon the issuance of a permlt or license, -18- which necessitate any changes in the trench or conduit system shown on the Contract Documents provided to Applicant, includi but not limited to, changes in backfill, compaction, grading, pavement requirements, Applicant agrees not to proceed with ar work affected by the conditions imposed until Utility has completed the necessary redesign of construction drawings and Agreements have been signed by Utility and Applicant reflectir any changes in the allocation of costs, deposits, credits, anc refunds between Applicant and Utility. The Agreements used SI be the standard Agreements in effect at the time the changes i made 21.0 INDEMNITY Applicant will indemnify and save Utility its employees and agents harmless, from any and all claims, demands, loss, liability or expense (including attorneys' fees) for injury tc death of any person, or damage to or destruction of any propel in any way connected with performance of the work by Contract1 its agents, employees, or subcontractors, whether or not tort' conduct of the Utility, its agents, or employee jointly or actively caused said injuries, death, damage or destruction. purposes of this indemnification, Utility's inspections, objections or comments shall NOT be construed as an exercise management or supervision over the work. 22.0 INSURANCE POLICIES AND LIMITS When installing facilities normally installled by Utility and without limiting any of the other obligations or liabilities Applicant, Applicant shall, at its om expense, secure and maintain in effect until after Final Acceptance, the followin insurance as will protect Applicant and Utility during the performance of work hereunder: (1) Workers' Compensation Insurance in accordance with statutory requirements and limit including U.S. Longshoremen's and Harbor Workers' Compensatio Act coverage, uhere applicable, (2) Comprehendsive General Liability Insurance, including Products-Completed Operations Liability, Automobile Liability and Contractual Liability coverage for liability assumed by Contractor in this Agreemen with limits of not less than $1,000,000 each occurence for bo injury and property damage combined. Such liability insuranc shall name Utility as additional insured, shall contain a severability of Interest or cross liability clause and shall primary for all purposes. Certificates of insurance evidenci the coverages and provisions required in (1) and (2) above sh be furnished to Utility prior to commencement of work under t Agreement and shall provide that written notice be given to Utility at least (30) days prior to cancellation, reduction a non-renewal of any coverage. - 19- 23.0 PUBLIC RELATIONS In performing the work, Applicant, its representatives and employees shall c:onduct themselves in a manner that will resu in complete satisfaction to all nearby property owners or tenants. TQ assure such satisfaction, Applicant shall: 23.1 As the work progresses, clean up and dispose of all exc earth, litter, and debris around the work area caused b the construction. 23.2 Observe due precaution and care of property owners' or tenants' lawns, trees, fences, shrubs, flowers, and 0th property arid structures so that the same will not be damaged due to work on the job. 23.3 Notify all property owners and tenants in advance shoul work be necessary which will temporarily interfere witt their use of walks, driveways, roadways, or entrances. 23.4 Promptly report to the Inspector any disagreements or problems with property owners, tenants, or nearby prop6 owners or tenants in connection with the construction ( any adverse criticism in connection with the work from general public or public officials. 24.0 UNION LABOR IF APPLICABLE If for any reason, any work is performed by Applicant upon facilities that are, at the time of work by Applicant, owned maintained by Utility, Applicant agrees that such work shall done in compliance with the terms and conditions of that amer Agreement between SDG&E and Local Union 465, International Brotherhood of Electrical Workers, or such other agreements i may be entered into between the Applicants' Contractor and bc fide unions of international organizations affiliated with tt American Federation Labor and Congress of Industrial Organizations or other bona fide labor organizations. 25.0 RISK OF LOSS OR DAMAGE Contractor shall be responsible for any loss or damage to material and/or equipment furnished by Contractor or by the Utility until final acceptance of the work by Utility. Contractor shall be liable for the proper care and protectio all equipment and materials delivered and work performed unt final acceptance by Utility. Any damage, injury, or loss, S be repaired, corrected or replaced by Contractor at his sole expense, except that if Contractor fails to do so, Utility m so and deduct such costs from any amounts due or to become d -20- Applicant, or Utility may at its option, recover such cost by claim against the surety on the performance bond furnished by Applicant . 26.0 PAYMENT TO UTILITY Applicant shall compensate Utility for the cost of: - Preparation of Contract Documents. - Engineering and design. - Construction inspection and material inspections and testing . 27.0 NOTICE OR DEMAND Any notice or demand which may or must be given by either part to the other hereunder unless otherwise specified shall be madl in writing and shall be deemed to have been duly given when delivered by personal service, or 24 hours after it is deposit for mailing at San Diego, California, by certified United Stat mail, postage prepaid, addressed as follows, or to such other place as the parties may hereafter in writing direct: . TO UTILITY: TO APPLICANT: San Diego Gas & Electric Address Company P.O. Box 1831 San Diego, CA 92112 At tention: Attention: -21- 2" Weakened Plane Joint 0 TYPE G & H CURB with 6" Curb Face NOTES: 1. Concrete shall be 517 - C - 2500. 2. See Standard Drawing G-10 for joint details. LEGEND ON PLANS CURB AND GUTTER - COMBINED Arm Length 8' max Curb Overhang 1' min - Finished Grade minimum relative DIRECT BURiAL FOUNDATION Anchor bolts must .a 'A ' wffu &e./ ORNAMENTAL STREET LIGHT - r( Y 2 f: 8 so f. tiauzaaL * 4 I 0 e # 8 coow win mndd to polr awl rnth lug STEEL CONDUIT NON-METALLIC CONDUIT DIRECT BURIAL FOUNOATlON 1/2" Ripid nwl Conduit STEEL CONDUIT NON-M ETAL L IC CONDUIT ANCHOR BASE FOUNDATION hhw Ro&* 0 Y4'xrcopprcormdcml~ndrud. @ Alumm Grwnd: 1s' no. 4 bm rtnnbrd @ Apprd noMnrttt11e conduit. @ wtaduit copper wu?, coikd. DETAIL A 1 Won lev A .C'.o(@ Ir Re UI Mae -- $AN DIE00 REGIONAL STANDARD DRAWING m n--rrLI* "tl I GROUNDING &H& drcm I owmm OF CONCRETE L16HTIN6 STANDARDS 1 auwn E02 I I I i i NOTES I). USE SMELCOVER WHEN SUBJECI 2). ,WLC BOX COVER SHALL BE MARK STRLET LIGHTING 'I WHERE PULL E CONTAl?S STREET LIGHTING CON0 ONLY. HIGH VOLTAGE " SHALL BI ' WHERE VOLTAGE IS ABOVE 600 VO 3) THE L AND W DlMLNSlONSOIT1 TRAFFIC LOADS. I1/8" 1 I 1/4" SEAT SHALL BE 1/0"GREATER TH, COVER Dl MENSION S. PULL BOX. 4). COMPACT EARTH UNDER AND ARC )r TOP DIMENSION r ,- REV. APPROVED DATE CITY OF CARLSBAO CITY EWER PULL BOX FOR . C c 1 RISER RING Grout wound box - 6" thick grout pad Siope surface of grout pad to drain sway from cover, and to meet existing grade. Brick suppon all aroun on 2" sand base. PLAN-IN UNPAVED AREA NOTES TYPICAL MONUMENT SECTlOh 1. Cow and frame to be cast integrally with pipe box. 2 Monument base may be ca in place or precast. 3 Form and taper exoond upper 6" of cart in place base to a top diameter of 5". (Precast base shall be sand bat k f tlied). 4. Monument marker shall be a domed brm, 3" in diameter. IN PAVED AREA -I (Y 0) 5. Monument a) &t on all Location: centerline intersections unless actual location is modified by the Apancy rnd shown in +€++ modified location on map. When centerline inter!ssction Is impractical, offret 5 feet on centerline of major rtreel, (tta detril at right). If neither centerline on be occupied, two monuments will be set in line around !he front on the perimeter of a 10Lfoot diameter circle, *rho= canter is the point. b) Set on centerline at intermls not exceeding to00 feet on straight runs. c) Set on centerline at points of curvature. d) Set on center at center points of cul-de-$zits. e) Set on enterline when enter point of cul-de-sac i!; offset from centerline. f) These nandrrds may be modified at the discretion of the Agency in cases where strict compliance there mth rrtults in more monuments than it considers necessary. The following technique for reducing tht number of monuments mll bo routine. g) Substitution of one monument on the "Point of Intertaction" for monuments at the "Beginning of Curve" and thr "Ending of Cum" when the "Point of Intersection- falls within the pawment area. h) Deletion of any monument othermn required by these standards when its position can be determined by turning one angle from 8 point on 8 straight line betmn two other monumnts, providing such point IS not more than 300 fret from the point on which the deleted monument would haw been placed. Alternate location Tie distances show division map if alti is used. LOCATION 0 SURVEY MO L , Reviuon [Bv Ai Notes pd c @4COllWfO 1tLIOIAL mMOA#a #I Twt u)UlTlEl LU OlttO L*o*.#+m N; t 1)M) x- DRAWING NUMBER M-10 SAN DIEGO REGIONAL STANDARD DRAWING W9ri j-, /nj I . STREET SURVEY MONUMENT > I I A SAN DIEGO REGIONAL STANDARD DRAWING Revision ]By Approved Date - SEWER MAIN CLEANOUT nLCoamZ"o'o '" 'WE ' RLGIOI~AL nuo*nw a -7 DRAWING NUMBER s WflkmAU: ? Letter '5" stamped or chicrlrd in tau of curb not lass than Pipe Bedding of 1" maximum eggregate (1" below bell) ELEVATION Detail showing the manner of connecting opposite laterals to B sewer main. Two connections hall not be made in the same NOTES 1. In no case shall a lateral connect to the fewer ma directly on top of the pipe. 2. Sewer laterals shall have a minimum slope of 2%. 3. All joints on saner lateral pipe shall be comprrsric type or spprowd solvent weld. 4. wtenl shall extend to property line unlea othern shown on plrm. Revision I res h~ - RtCDUUENDfO 8V TWL OM REGlOML STUOAROS COW SAN DIEGO REGIONAL STANDARD DRAWING Approwd Date M.B. 10-f~ ' &zJL 4 CWO~MIOI n CE zsni ' t i MANHOLE - 4' X 3' DIAMETER (FOR 15" MAX. DIA. PIPE) DRAWING NUMBER s-17 1 -- . ..~- - -- ._ - - -- %WNLE OF iN?rdLLi\rIuN 1. cwm: ruz 5i.i~~~ AiiJu3r Ah5Li 5mva~ 15 ir\r"i[A!LE;/ i ~?pz,~vl L'AL-VE i bfEiEe @!I/, r3 F.(J AFrER 2 cQ.M.A'f7 WILL 5ET METER, 6ALL Vi LC 12 *- a LL LL - TYPE'K' SOFT COPUER b- z I": L I. ALL COPPER JOINT4 TU DE SILVER SOLDERED 2. TAP TO MAIN TO DE MfNiMilM OF 18- FROM (5EE WClE \7 FOR 4PECifiCuTtON5.) NEARER COUPLIhCI Oi? TAP. 4. ALL EXPOSED COPPER SUALL 4~ WRAPPEQ 5. FOR 8"A.C.P. WATER MAIN OR GREATER * 6 MO TAPPED ALP. COUPLINGS ALLOWEO. NO SADDLE I5 REQUIREO. - CAST IRON - fl‘/d” t CEMENT LII .A. NOTE : 1. ROLT5 AND NUTS 3/4*X 3” HEX HEADS. 2. INSTALL VOLT5 WITH NUTS OU TOP OF FL) 3.5EE PAGE 32 FOR PAiNTlNG SPECIFICAT 4. SEE PAGE 17 FOR @URlEt7 FLANGE 5. 5EE IMPROVEMENT PLAN5 FUR FIRE iF- - I 30’ pw. @ h, W z U SPEC1 FICA TI ONS. HYDPANT LOCAT ION. 13/IG” g UOLE5 DETAIL OF FIRE HYDRANT RASE HOLES - ;::. DENOTES AREAS TO BE WRAPPEO E3 SEE PAGE 17 FOQ SPECIFICATIONS t - -- -- -_ 1 UOSE TMQEAt7 CAP C X MIP 51 LVER SOLDEP- OR APPROVED EQUAL . 1" CORP STOP (MI9 X ld Jj JONES J - 41 OR APPROVED EQUAL NOTE 1. SEE PAGE 17 FOR SOLDERING - SPEC1 FI CATION 5 AND MOQrAR COATING PATCUf DENOTES AREA TO fiE WQAPPED SEE PAGE 10 FOR SPECIFICATIONS COSTA REAL MUNICIPAL WATER DISTRICT REVISION APPR DATE DECEMBER, 191 DETAIL OF FPF *-I l'* ~AA- MANUAL ALL-------- AIR WT)(-lflslnF-Kl PREPARED BY IR ATA DRAWING NO I DETAIL A I lor I -il ;I MARKER ._--._---- 0 8 FIRE HYDRANT,--+ .J 5 I $g cg: os a lo I I I + I El c I LQ CURB------- i( \ DETAIL 8 I1 I I1 I \~ 11 II Ii II P I Dl I v 011 11 II W 4 REQUIRED LOCATIONS FOR FIRE HYDRANT MARKERS NOTES I). MARKERS MUST W IMSTARLCD AT ALL lltw AND RELOCATED MYDRANm An0 WITHIN ALL RfSUR?AClIW CROJfCTS. 2). PIRL DEPARTMENT WILL PROVIDE LOCATlON(S) FOR ALL MARKERS IM PRD’S, COMMERCIAL LOTS AND ALLOTHER AREA3 OUTSIDL OF PUBLIC RlOnT OF WAY. 3). MARKERS: SHALL B)L BLUE 2-WAY STlM30NlTE LlCELln 8bAb OR EOUAL. 4). ADHESIVE: AN AMPLE! AMOUNT Of TW PART (A B 0) CPOXY OR EOUAL. 8). IURfACLS: CLEAN AND 0RY PRIOR TO INSTALLATIOM CLR MANUIICTURER’S @I. tN3TALL MARKERS WITH RtRECTlVt SURfACES ?AClNO ONCOYINO VEHICLES RECO M M C N 0 AT lON3. AND OFFSET 2-fROM LANE LINES. FOR STREET3 WITHOUT LANE LINE9 OR STREETS WITH RAISED PAVCMLNT MARKERS AND NO PAINTED LANE LINES, INSTALL MARKERS on CLNTLRLINE OR IN LINE win EXISTING MARKERS. I I REV. APPROVED DATE CITY OF CARLSAD zL?L CJTV CNOMLR L r I ‘ FIRE HYDRANT MARKERS SUPREMENTAL STAMOAR0 nC --__ - -- e __ January 22, 1990 Kirchnavy Construction, Inc. 1010 Linda Vista Dr. San Marcos, CA 92069 Re: Per instructions from our Municipal Projects Department, we are hereby releasii the remaining 25% of the bond for the above-referenced contract: Bond Release - Contract No. 3161 - Cynthia Lane Assessment Dist. Performance Bond No. 107902 Merchants Bonding Company Mutual The bond is enclosed so that you may return it to your surety. S& Deputy REN R. Ci KU y DT Cler Enc. ~ __-.--- ---- 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2808 ~IUE i-r - DON'T SAY a! '* ). D Date 9% a Reply Wanted UNO Reply Necessary Re: Bond Release - &&3Ad/-- Our records indicate ezd- above-referenced subdivision/projc your written authorizationlapproval for release. the status, and if release is 0.k. c? -cs% bond for the 7 Please let me know /& F*-.-sL*i F $A /i $1 /"5/ b.""- \ I&- & /4 b e,&, &+f--s Thanks, >? b /' , ' Y- AlGNER FORM NO. 55032 PRINT ,< ,- &,' f 7 1 I i - -J I I I \IoklTE IT - DON’T SAY e I I ! *.I & - Date To L++ a Reply Wanted From Karen Kundtz, Deputy City Clerk 0 No Reply Necessary Re: Bond gelease - & -&-Lad/ - G. e- Our records indicate that the zJs42 above-referenced subdivision/project is el your written authorizationlapproval for release. the status, and if release is 0.k. bond for the ease. We need Please let me know Thanks, i PRlN Y- AIGNER FORM NO. 55-032 r 7 i i - -_I * - e 0 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) 4 Office of the City Clerk Qit~ rrf Mnrlsbab October 25, 1988 Kirchnavy Construction, Inc. 1010 Linda Vista Dr. San Marcos, CA 92069 Re: Bond Release - Contract No. 3161 - Cynthia Lane Assessment Dist. Per instructions from our Municipal Projects Department we are hereby releasing the fol.lowing bond for the above-referenced project: Labor & Materials Bond No. CA 107902 Merchants Bonding Company (Mutual) The bond is enclosed so that you may return it to your surety. $* Deputy ity Clerk Enc . c TE IT- DON'T SAY I@ \ ' \ 'i, i,: 'i t'?:. J Date 9/22 @I Reply Wanted UNO Reply Necessary -* wQ&v - bond for the Re: Bond Release - Our records indicate that the &.T*~,-A- above-referenced subdivision/project is eligible for release. We need your written authorization/approval for release. the status, and if release is o.k. + Please let me know Thanks, b PRlN Y- AIGNER FORM NO. 55-032 ____I-__- ---- I- C=_% WRITE IT- DON'T SAY 'y Date 9/22 0 To L* a Reply Wanted v+z From Karen Kundtz, Deputy City Clerk UNO Reply Necessary Re: Bond Release - &2?& dJd/ -% Our records indicate that the doew -h& bond for the above-referenced subdivisionfproject is eligible for release. We need your written authorization/approval for release. Please let me know the status, and if release is 0.k. Thanks, \ PRlC Y- AIGNER FORM NO. 55032 e 0 1200 ELM AVENUE TEL CARLSBAD, CALIFORNIA 92008 (61 9) Office of the City Clerk Mitg of Q.lnrldxdi December 3, 1987 William J. Kirchnavy Construction, Inc. 1010 Linda Vista Dr. San Marcos, CA 92069 Re: Bond Release - Cynthia Lane Assessment District - Contract No. 3161 The Notice of Completion for the above referenced contract has recorded. Therefore, we are releasing 75% of the Faithful Performe Bond. Please consider this letter as your notification that $94,805.25 of Merchants Bonding Company Faithful Performance Bond No. CA 107902 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, in no claims have been filed, it will be released. The Labor & Materials Bond, in the amount of $63,204 will be eligib for release six months from the date of recordation of the Notice o Completion (copy enclosed). -$iiiiiL* eputy City Clerk Enc . L-YVL-II..~ I~LA~VUVLYU UX HlVU KLlUKll! IU: e 1694 0 City Clerk 1200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICIPAL PROJECTS DEPARTMENT To All Laborers and Material Men and to Every Wzher Person- Interested: YOU WILL PLEASE TAKE NOTICE that on Auqust 7, 1987 the engineering project consisting of the Cynthia Lane Assessment District on which William J. Kirchnavy Construction, Incoporated was the contractor, and Merchants Bondinq ComDany- was the surety, was completed. 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 0- d Q /?87 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is Executed on 0phd-e~ dl, /W7 at Carlsbad, California. true and correct. CITY OF CARLSBAD d/ L?&& City Clerk * cd Q-yd&s -/;A. .~"/?-&& xq ,/;,T( {* ,.,' e A'{& _r' , , . ,/ ? /,.A 7 ' I' , . 0 * 1200 ELM AVENUE TELI CARLSBAD, CALIFORNIA 92008 (619) Office of the City Clerk aitg df (Zlarlsbab October 21, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation are the following described documents: Notice of Completion - Municipal Projects McCain Construction Company, Inc., Contractor Traffic Signal - Palomar Airport Rd/Camino Vida Roblte Notice of Completion - Municipal Projects William J. Kirchnavy Construction, Contractor La Costa Avenue Mitigation Project Notice of Completion - Municipal Projects William J. Kirchnavy Construction, Contractor Cynthia Lane Assessment District Our staff has determined that the recordation of these documents is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. Si&$* Deputy City Clerk Encs . 0 0 City Clerk ' 1200 Blm Avenue Carlsbad, CA 92008 e 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 7, 1987 the engineering project consisting of the Cynthia Lane Assessment District on which William J. Kirchnavv Construction, Incoporated was the contractor, and Merchants Bondins Company- was the surety, was completed. 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 0 &, d P /?87 accepted the above described work as Completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is Executed on ~c& 03 / /?e7 at Carlsbad, California. true and correct. CITY OF CARLSBAD & d(Q6- City Clerk