Loading...
HomeMy WebLinkAboutWilliam Kirchnavy Construction Inc; 1989-06-09; 3288Recording requested by: B) ) CITY OF CARLSBAD ) Housing & Redevelopment ) Commission ) When recorded mail to: ) City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive ) 411 ) Space above for Recorder’s Use Carlsbad, CA 92008 NOTICE OF COMPLETION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated beiow in tne property iiereinaiie described. The full name of the undersigned is City of Carlsbad, a municipal corporation, The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on May 11 1990. The name of the contractor, if any, for such work of improvement is William J. Kirchnavy Incorporated. The property on which said work of improvement was completed is in the City c Carlsbad, County of San Diego, State of California, and is described as follows: Streel sidewalk, landscaping, and storm drain improvements in Carlsbad Boulevard and Eln Avenue, Project No. 3288. The street address of said property is NONE. 8. VERIFICATION OF CITY CLEHK I, the undersigned, say: I am thdCity Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad California, 92008; the Housing and Redevelopment Commission of said City on July 24, 19% accepted the above described work as completed and ordered that a Notice of Completion bc iiiea. Ass is t ant I declare under penalty of perjury that the foregoing is true and correct. Executed on May 15, 1992, at Carlsbad, California. CITY OF CARLSBAD u AWTHA L. RAU~KR@, CITY CLERK KAREN R. KUNDTZ, Assistant City Clerk : r July 20, 1992 Niven & Smith Attorneys at Law Attention: Mr. John Bassett 425 California Street, 15th Floor San Francisco, CA 941 04-21 18 RELEASE OF BOND NOS. 5083237 AND 5083328 Pursuant to your inquiry of May 4, 1992 regarding Streetscape II bonds, you are hereby informec that the City of Carlsbad is in possession of the following bonds: Bond No. 1. Claimant: Casper's Concrete Cutting 5083327 2. Claimant: Ted Vance & Sons 5083328 The above bonds could be released as requested if the City is provided with a letter from tht above claimants requesting the release of "Stop Payment Notices". In regard to the contractor's Faithful Performance Bond No. 50781 37, I believe that all payment! due to Kirchnavy Construction were made prior to your request date, and the purchase order tc the contractor has been closed. If you have any questions, please call me at (61 9) 438-1 161, extension 4385. Pig&- PATENT RI Associate Engineer PE:jkb c: City Engineer Municipal Pro' cts Manager City Clerk Jc 2075 Las Palmas Drive Carlsbad, California 92009-1 51 9 - (61 9) 438-1 16- e 0 NIVEN & SMITH TELE (415) 4 ATTORNEYS AT LAW JAMES H. NIVEN STANLEY W. SMITH JOHN W BASSETT 425 CALIFORNIA STREET, ISTH FLOOR THOMAS T MCCORMICK SAN FRANCISCO, CALIFORNIA s4104-211a LEO M LAROCCA TELEPHONE 1415) 981-5451 SCOTT 0 MAYER April 30, 1992 Ms. Karen Koontz City Clerks Office City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92009 Re: Bonds for Release of Stop Notice Filed by Casper's Concrete Cutting and by Ted L. Vance and Sons, Bond Nos. 5083237 and 5083328 Contractor: William Kirchnavy Construction, Inc. Dear Ms. Koontz: This office represents the surety Hartford Fire Insurance Company. No claims have been or could have been made at this late date. Please send us a release of the above referenced bonds. John W. Basset A Professi JWB : pk 5380b a NlVEN & SMITH 0 8 T JAMES H. NIVEN STANLEY W. SMITH JOHN W BASSETT THOMAS T MCCORMICK SAN FRANCISCO, CALIFORNIA 94104-2118 LEO M LAROCCA TELEPHONE (415) 981-5451 SCOTT D. MAYER ATTORNEYS AT LAW 425 CALIFORNIA STREET, 15TH FLOOR 141: May 4, 1992 Ms. Lee Rantunkanz City Clerks Office City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92009 Re: Carlsbad Boulevard/Elm Avenue Streetscape Phase 11, Contract No.3288, Bond No. 5078137 Contractor: William Kirchnavy Construction, Inc. Dear Ms. Rantunkanz: This office represents the surety Hartford Fire Insurance Company. Hartford has rights to contract funds and rights to contract retainage by operatio subrogation. Do not make any payments of th permission of the surety. JWB : s am 5404b OND NO. 5083328 A Fidelity and Surety Department ~TVZ THEHARTFORD & 1 BOND FOR RELEASE OF STOP NOTICE (California Public Works) Civil Code Section 3196 KNOW AIL MEN BY THESE PRESENTS THAT: Tbt,William J Kirchnavy Construction, Inc. , as Principal, and Hartford Fire Insurance Company , as Surety, are held and firmly bound unto City of Carlsbad , Public Entity, in the pe-1 sum of Sixty Five nousand Seven Hundred Thirty Four and 00/100------------------------------------------------------------ *OLLARS for the papant of whfch well and truly to be made, Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. AND THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, Ted L. Vance and Sons , Claimant has filed with Public Entity a Stop Notice for Public Work pursuant to Title-XV of the California Civil Code; and the correctness or validity or enforceability thereof is disputed; and Public Entity shall permit the filing of this Bond For Release of Stop Notice and upon such filing shall not withhold any money or bonds from Principal on account of said Stop Notice; / NOW, THEREFORE, if Claimant shall be paid any sum which may be recovered upon the claim of said Stop'Notice together with costs of suit in the action, should there be recovery therein, then thib obligation shall be null and void, otherwise to remain in full force and effect (subject, however, to the condition that the Surety shall not be bound hereunder by any proceedings to which it is not a party, any prior ob- ligations between or among Principal, Claimant, or Public Entity to the contrary notwithstanding.) Hartford Fire Insurance Company Hartford Accident and Indemnity Company Hartford Casualty Insurance Company New York Underwriters Insurance Company Twin City Fire Insurance Company 5-3231-1 m . Fidelity and Surety Department flwJ THEHARTFORD eBm NO. 5083327 't BOND FOR RELEASE OF STOP NOTICE (California Public Works) Civil Code Section 3196 KNOW ALL MEN BY THESE PRESENTS THAT: That, William J. Kirchnavy Construction, Inc. , as Principal, and Hartford Fire Insurance Company , as Surety, are held and firmly bound unto City Of Carlsbad , Public Entity, h the pe-1 8- of Nine Hundred Sixty and OO/lOO----------------------- -DOLIARS .................................................................... for the paymant of which well and truly to be made, Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. AND THE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, Casper's Concrete Cutting , Claimant has filed with Public Entity a Stop Notice for Public Work pursuant to Title- XV of the California Civil Code; and the correctness or validity or enforceability thereof is disputed; and Public Entity shall permit the filing of this Bond For Release of Stop Notict and upon such filing shall not withhold any money or bonds from Principal on account of said Stop Notice; , NOW, THEREFORE, if Claimant shall be paid any sum whichmay be recovered upon the claim of said Stop Notice together with costs of suit in the action, should there be recovery therein, then thib obligation shall be null and void, otherwise to remain in full force and effect (subject, however, to the condition that the Surety shall not be bound hereunder by any proceedings to which it is not a party, any prior ob- ligations between or among Principal, Claimant, or Public Entity to the contrary notwithstanding.) Hartford Fire Insurance Company Harfford Accident and Indemnity Company Hartford Casualty Insurance Company New York Underwriters Insurance Company Twin City Fire Insurance Company S-3291-1 * 0 Witness the hand and seal of the said Principal, and witness also the corporate seal of the said Surety and the signature of its duly authorized Attorney-in-Fact at Diamond Bar, California thio 11th day of September 1990 . William J. Kirchnavy Construction, Inc. (Principal) By : Hartford Fire Insurance Company (Sur et y) By : - M.L. Jue, Attogey-in-Fact STATE OF CALIFORNIA 1 ) ss. COUNTY OF Ins Angplpq ) On this 11th day of September in the year one thousand nine hundred and ninety , before me, R.S. Rehrer , a Notary Public in and for said County, residing therein, duly commissioned and sworn, personally appeared M.L. Jue known to me to be the Attorney-in-Fact of the Hartford Fire Insurance Coapan y within instrument, and also known to me to be the person ... who executed it on behalf of the Corporation therein named, and ... he ... acknowledged to me that such Corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at my office, in the said County, the day and year in this certificate first above written. My Commission will Expire February 28, 1992 , the Corporation described in and that executed the Not&y Pub'lic in-and for said County, State af California e a 4 HARTFORD FIRE INSURANCE COMPANY I(r#ord. Conrmtlcul POWER OF AlTORNEY Know all men by these Preaents, That the HARTFORD FIRE INSURANCE COMPANY. a corporation duly organized under the laws of the State of Connecticut. and having its principal office in the City of Hartford. County of Hartford, State of Connecticut, does hereby make, constitute and appoint KEVIN LEASON, R. S REHRER, N. L. JUE, STACIA D'AMICO and CURT McFAUL of DIAMOND BAR, CALIFORNIA its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust: guaranteeing the performance of contracts other than insurance policies: guaranteeing the performance of insurance contracts ,where surety bonds are accepted by states and municipalities. and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, _____------ _______--e----- _____----- -------_______ ___c_----- ----- ----____ ----_ -------=-- and to bind the HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers. and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971 ARTICLE IV SECTION 8. The President or any Vice-President. acting with any Secretary or Assistant Secretary. shall have power and authority lo appoint lor purposes only of execuling and altesting bonds and undertakings and other writings obligatory in the nature thereof. one or more Resident Vice-Presidents. Residenl Assistant Secretaries and Attorneys-in-Fact and at any time to remove any such Resident Vice-Presidenl Resident Assrslant Secretary. or Attorney-in-Fact, and revoke the power and aulhority given IO him. SECTION 11 Anorneys-in-Fact shall have power and authority. subiecl to (he terms and limitations of the power 01 attorney Issued 10 tnem Io execule and deliver on behall of Ihe Company and lo anach the seal of thecompany thereto any and all bonds and undenakings and other writings oblfgalory in the nature thereof. and any Such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested by one other of such Officers (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD FIRE INSURANCE COMPANY duly called and held on the 1 lth day of June, 1976: RESOLVED: Robert N. H. Sener. Assistant Vice-President. shall have as long as he holds such office the same power as any Vtce- President under Seclions 6. 7 and 8 of Article IV of Ihe By-Laws of the Company This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu- lion adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 6th day of August, 1976. RESOLVED, that whereas Robert N. H. Sener. Asstslant Vice-President. acting with any Secretary or Assistanl Secrelary. has the power and authority. as long as he holds such otfice. to appoinl by a power of attorney. for purposes only of executing and attesting bonds and undenakings and other writings obligatory in the nature IherEOf. one or more Resident Vice-Presidents. Assistant Secretaries and Allorney- in-Fact. Now. therefore, the signatures of such Officers and the Seal of the Cprnpany may be aflixed to any such power of attorney or to any certificate relating thereto by lacsimile. and any such power of anorney or certificate bearing such facsimile Signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by lacsimile signatures and facsimile seal shall be valid and binding upon the Company in the future wilh respect to any bond or undertaking to which it is anached. . In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice-president, and its corporate seal to be hereto affixed, duly attested by its Secretary. this 18th day of March 1988. Attest: HARTFORD FIRE INSURANCE COMPANY /TU /e& @ ,e *.d/L- ..\ .' RobertN H Sener Robert J Mathieu "..a:' Secretary Assistant Vice-Pfesident STATE OF CONNECTICUT, COUNTY OF HARTFORD, On this 18th day of March, A.D. 1988, before me personally came Robert N. H. Sener. to me known. who being by me duly sworn, did depose and say: that he resides in the County of Hartford. State of Connecticut; that he IS the Assistant Vice-President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the sald instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT, Jacqueline T Derosiers. Notary PUbIvC COUNTY OF HARTFORD, CERTIFICATE My Commission Expires April 1. 1993 I ss. -'.a- .Q I ss. *' sy"c?i$ .".... - .' > ' ":*B' - I. the undersigned. Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation. DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked: and furthermore. that the Resolutions of the Board of Directors, set forth in the Power of Attorney. are now in force. Signed and sealed at the City of Hartford. Dated the 11th dayof Sep24p pB David A Johnson FOm S-3507-4 (HF) Printed in U S A \ \.- .\ ..4 Assistant Secrerarv P to Date Retamage VL IITE IT- ON’T SAY b a’! Date d-h 1 To cl LA, 0 Reply Wanted From ’ 6L?,LzZ/w UNO Reply Necessary -+&JdLJ&pLw & ‘trc, ip,-. J 7-5 ). pL- .-a-U-J -A 7k-A @-”% f&&A-- a64- s5.?-- u p-3 Bd Tz’ 9- -t& -- / AP-9 FL /f pLWa-1 ‘C &-+- -0 ’A -7 5 a,&& I-L-- -. A-J+-+-, Ji,j.-eK- & (L-.u. iJd, y --Jb \I -75 f77- (?/..x! A. ”7 r=-‘ A- * -7- PRINl AIGNER FORM NO. 55-032 May 7, 1992 Mr. John W. Bassett Niven & Smith 425 California Street, 15th Floor San Francisco, CA 941 04-21 18 RE: Carlsbad Boulevard/Elm Avenue Streetscape Phase I1 Contract No. 3288 Contractor: William Kirchnavy Construction, Inc. In the last three days I have received several phone calls from Suzanne Martin in yo^ office as well as two letters from you -- all relating to various bonds and cash paymen concerning the subject contract/contractor. I will reiterate for you the results of my phone conversation with Ms. Martin. All approva for bond releases and any payments would be generated by our Engineering Departmen The City Clerk’s Office is merely the repository for bonds. In an attempt to assist, howeve I sent copies of all documents to the Engineering Department and requested a report c the status of the entire matter. My intent, then, was to inform your office of the status 5 you would then know which course of action you desired to pursue. However, since you seem intent on continuing the letters of various requests, I must st€ out of the middle and request that you address your correspondence to the City Enghee The City Clerk’s Office has absolutely nothing to do with any cash payments, etc. P instructions and paperwork are initiated by the Engineering Department. Their address i Mr. Lloyd Hubbs, City Engineer Engineering Department 2075 Las Palmas Drive Carlsbad, CA 92009 & LEE RAUTENKRANZ k?,4&A,.,- - City Clerk cc: City Engineer 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28( 0 NIVEN & SMITH e TELEC (415) 4. ATTORNEYS AT LAW 425 CALIFORNIA STREET, 15TH FLOOR JAMES H. NIVEN STANLEY W. SMITH JOHN W. BASSETT THOMAS T. MCCORMICK SAN FRANCISCO, CALIFORNIA 94104-2118 LEO M LAROCCA TELEPHONE 1415) 981-5451 SCOTT D. MAYER April 30, 1992 Ms. Karen Koontz City Clerks Office City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92009 Re: Bonds for Release of Stop Notice Filed by Casper's Concrete Cutting and by Ted L. Vance and Sons, Bond Nos. 5083237 and 5033328 Contractor: William Kirchnavy Construction, Inc. Dear Ms. Koontz: This office represents the surety Hartford Fire Insurance Company. NQ claims have been or could have been made at this late date. Please send us a release of the above referenced bonds. John W. Bas A Professi JWB:pk 53aob e 0 NJVEN & SMITH TELEI (415) 4 ATTORNEYS AT LAW 425 CALIFORNIA STREET, 15TH FLOOR JAMES H. NIVEN STANLEY W. SMITH JOHN W. BASSETT THOMAS T. MCCORMICK SAN FRANCISCO, CALIFORNIA 94l04-21l8 LEO M. LAROCCA TELEPHONE (415) 981-5451 SCOTT D. MAYER May 4, 1992 Ms. Lee Rantunkanz City Clerks Office City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92009 Re: Carlsbad Boulevard/Elm Avenue Streetscape Phase 11, Contract No.3288, Bond Ro. 5078137 Contractor: William Kirchnavy Construction, Inc. Dear Ms. Rantunkanz: This office represents the surety Hartford Fire Insurance Company. Hartford has rights to contract funds and rights to contract retainage by operation of law and b subrogation. Do not make any payments of th permission of the surety. JWB : s am 5404b e a NIVEN & SMITH TELECO JAMES H. NIVEN ATTORNEYS AT LAW STANLEY W SMlT JOHN W BASSETT THOMAS T MCCORMICK 425 CALIFORNIA STREET, 15TH FLOOR (415) 433 SAN FRANCISCO, CALIFORNIA 94104-211a LEO M LnROCCA TELEPHONE (415) 981 - 5451 SCOTT D MAYER April 30, 1992 - .- - - __ - Ms. Karen Koontz City Clerks Office City of Carlsbad 5/%h 2, 1200 Carlsbad Village Dr - Carlsbad, CA 92009 3 OHd - ---_ _______I__ Re: Bonds for TNLS 6'En ki&J wofi~ __ - Casper's ( and SonsI C~P-PLIC.~~-~Q . THE L.E-~-~~~--DR-~E-O__- Cont r ac t o 4/30/43 REFFl2q To -2- ._ __ - __ - Dear Ms. Koontz: 13ol.Jo.T fid€ L c'AJE--a-r -_STOP This office rePrese N~TIC F . Z DOS'? tt-fi-vE-_ ______ Company. No claims have bonds. - late date. Please send T/-/r"rE 130 k2Ls -_.-______ -L og L-L j/8S t7- * r3_0_ -.-k!Q_v- -__ 4p iF /9N v &k&!A2.dJ_ -_c 93 R ___ ce 1 If 1; dALG Id& L mJ ES IJ-L-i-k! __ ___ ___ - Ti L fOrJ1 A+ -7 d TklI - k 1 __- -. . - ___ - __ - - FILES OiJ - -LC-& ___ JWB : pk 5380b -I__. _. ____ - - __- ___- __ - - ___ _______ -_ - __ __ --_I____ 3 c July 27, 1990 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation is the following described document: Notice of Completion Project No. 3288, Streetscape Street, Sidewalk, Landscaping and Storm Drain Improvements on Carlsbad Blvd. and Elm Avenue William J. Kirchnavy, Inc., Contractor Our staff has determined that the recordation of this document is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. Y*J& Assistant City Clerk Enc . _____ - ___ 1200 Carlsbad Village Drive - Carlsbad, California 92008 * (619) 434-280 i Recording requested b; City of Carlsbad Housing & Redevelopment When recorded mail to: Commission City Clerk City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Space above for Recorder's use e 0 April 18, 1990 TO: RON BALL, ASSISTANT CITY ATTORNEY FROM : Gary Kellison, Associate Civil Engineer STREETSCAPE PHASE I1 - PROJECT NO- 3288 The City Clerk received the attached two (2) demands for releas of Stop Notice. The first one asks the City to release $72,233.58 held for a Stc Notice filed by Ted Vance and Sons. The City received two (2) Stc Notices from Ted Vance and Sons - one dated September 27, 1989 i the amount of $31,592.07, the other dated March 14, 1990 in th amount of $51,787.11. Kirchnavy Construction maintains that thes are duplicate Stop Notices and the City should not hold tl: aggregate total of both. In accordance with your instructions, am withholding the full amount of both Stop Notices plus i additional 25%. I do not believe I'm in a position to verij whether or not the claim from Ted Vance and Sons is "excessive" i alleged by William Kirchnavy. The second demand for release of Stop Notice asks the City . release $4,700 held for a Stop Notice filed by Thomas Olsen. received a Stop Notice from Thomas Olsen on August 21, 1989 a: then I received a Preliminary Twenty Day Notice on August 25, 198' William Kirchnavy asked the City to disregard the Stop Notice 1 grounds that the Twenty Day Preliminary Notice was not proper served. On February 16, I sent you the attached memo asking if the attach release from Don's Backhoe Service is acceptable. Has Don Backhoe Service dropped the City from its litigation as y requested, and may I release the $8,127? Piease advise me on how to respond to these requests for relea of Stop Notices -7- e GARY KELLISON Pro3 ect Manager GK:jkb Attachments c: Municipal Projects Manager J Karen Kundtz, Assistant City Clerk I e 0 6 April 19, 1990 TO: Municipal Projects Manager FROM: City Attorney DEMAND FOR RELEASE OF STOP NOTICE BY WILLIAM J. KIRCHNAV CONSTRUCTION, INC. I received a copy of the above referenced document on April 18 1990. It has no legal effect and it is the City's duty to withholl funds in an amount sufficient to answer the claim of the sto notice and litigation costs pursuant to Civil Code Section 3186 However, a claimant is entitled to enforce a stop notice only i he has given the preliminary 20-day notice under Civil Code Sectic 3098. (Copy attached). The general contractor alleges that th claimant Thomas Olson failed to give the required preliminary 20 day notice. If the general contractor wishes to obtain a release of the stc notice, it should submit the stop notice release bond in an amour equal to 125% of the claim which the City, in its discretiol accept pursuant to Civil Code Section 3196. I appreciate your prompt attent' Please let me know whether or not that is correct. to this matter. #* RONALD R. BALL Assistant City Attorney rmh attachments c: City Clerk J (with attachments) -7 -77' ' "-r 0 DE-MAND FOR RELEASE OF STOP NOTICE ~~~-- ;:!-.#E; z.4 C;g 'r' CL".?Z Q; -il c.r, A 7 (7 f.3 IC: I* i; I, WM. J. XIRCHNAW, the undersigned, @I$ l&rEAtha@? r, cn TO: THE CITY OF CARLSBAD / I am the president of WM. J. XIRCHNAVY -- C L1 STRUCTION, 1 which is a general contractor, duly authorized and licensed do business as such in San Diego County, California. tion of the Carlsbad Streetscape Phase 11, Project No. 3288 under a contract entered into with the City of Carlsbad. As such licensed contractor, I am engaged in the const On or about March 14, 1990, Ted Vance & Sons filed wit you a stop notice demanding a withholding of $51,787.11 fron funds due to the undersigned by you, on the ground that Ted Vance & Sons has a right to the amount so requested to be WI for labor and materials furnished to the undersigned during construction of the above-described project. The undersigned is rightfully entitled to the amount c $72,233.58 which is improperly withheld by you in that the E of the claim is excessive, and there is no basis in law for claim referred to and set out in the stop notice. WHEREFORE, the undersigned demands the release of the of $72,233.88 withheld by the City of Carlsbad. The address of the undersigned, for purposes of servic c/o Robert C. Larmer Attorney at Law 1766 S. Escondido Blvd. Escondido, CA 92025 I declare under penalty of perjury that the foregoing true and correct and that this declaration was executed on 16 , 1990, at Escondido, California. I 7 -e.. . -. ::.-s..-:. -; , .. . e . ...-:dA; i i ...- ;-.' ?% -/"-*w DEMAND FOR RELEASE OF STOP NOTIC~II'; CLF%'$ (;ti,rj:;~ E;; In: 'Y !? 7.2 !- f-ji'i OF P33f i !! . \ i .2ry5q .1 - . . - q. :? -2 0'. - ,. .- * ki 1: t $3 : r) TO: THE CITY OF CARLSBAD >, '.\ \; t I, WM. J. KIRCHNAVY, the undersigned, declare h at: I am the president of WM. J. KIRCHNAW CONSTRUCTION, INC., which is a general contractor, duly authorized and licensed to do business as such in San Diego County, California. As such licensed contractor, I am engaged in the construc- tion of the Carlsbad Streetscape Phase 11, Project No. 3288. under a contract entered into with the City of Carlsbad. On or about August 21, 1989, Thomas Olson filed with you a stop notice demanding a withholding of $4,700.00 from the funds due to the undersigned by you, on the ground that said claimant has a right to the amount so requested to be withheld for labor and materials furnished to the undersigned during the construction of the above-described project. The undersigned is rightfully entitled to the amount of $5,875.00 which is improperly withheld by you in that the claim? did not serve a 20-day preliminary notice on the contractor and public agency within the time prescribed by Civil Code Section WHEREFORE, the undersigned demands the release of the sum The address of the undersigned, for purposes of service, i of $5,875.00 withheld by the City of Carlsbad. c/o Robert C. Larmer Attorney at Law 1766 S. Escondido Blvd. Escondido, CA 92025 I declare under penalty of perjury that the foregoing is true and correct and that this declaration was executed on , 1990, at Escondido, California. i ,- Y;&F / ,712.4 /LC:/, // WM. J, KIRCHNAVY e .--. 7 7 / -/-.- 'LT "".'-w DEMAND FOR RELEASE OF STOP NO . . - . . , . TO: THE CITY OF CARLSBAD I, WM, J. KIRCHNAW, the undersigned I am the president of WM. J. KIRCIIEAVY CONSTRUCTION, IN' which is a general contractor, duly authorized and licensed t do business as such in San Diego County, California. As such licensed contractor, I am engaged in the constr tion of the Carlsbad Streetscape Phase 11, Project No. 3285 under a contract entered into with the City of Carlsbad. On or about March 14, 1930, Ted Vance & Sons filed with you a stop notice demanding a withholding cf $51,787.li from funds due to the undersigned by you, on the ground that Ted Vance & Sons has a right to the amount so requested to be wit: for labor and materials furnished to the undersigned during t' construction of the above-described project. The undersigned is rightfully entitled to the amount of $72,233.58 which is improperly withheld by you in that the an of the claim is excessive, and there is no basis in law for t claim referred to and set out in the stop notice. WHEREFORE, the undersigned demands the release of the s of $72,233.88 withheld by the City of Carlsbad. The address of the undersigned, for purposes of service c/o Robert C. Lamer Attorney at Law 1766 S. Escondido Blvd. Escondido, CA 92025 I declare under penalty of perjury that the foregoing i true and correct and that this declaration was executed on , 1990, at Escondido, California. 4+y.Sg!A& '7 WM. J. KIRCHRiVY / u "- *ra- 0 7 --7?.- r-. DEMAND FOR RELEASE OF STOP NOTIC TO: THE CITY OF CARLSBAD I, WM. J. KIRCHNAVY, the undersigned, declare that: I am the president of WM. J. KIRCHNAVY CONSTRUCTION, INC., which is a general contractor, duly authorized and licensed to do business as such in San Diego County, California. As such licensed contractor, I am engaged in the construc- tion of the Carlsbad Streetscape Phase 11, Project No. 3288. under a contract entered into with the City of Carlsbad. On or about August 21, 1989, Thomas Olson filed with you a stop notice demanding a withholding of $4,700.00 from the funds due to the undersigned by you, on the ground that said claimant has a right to the amount so requested to be withheld for labor and materials furnished to the undersigned during the construction of the above-described project. The undersigned is rightfully entitled to the amount of $5,875.00 which is improperly withheld by you in that the claima did not serve a 20-day preliminary notice on the contractor and public agency within the time prescribed by Civil Code Section 3 WHEREFORE, the undersigned demands the release of the sum of $5,875.00 withheld by the City of Carlsbad. The address of the undersigned, for purposes of service, is c/o Robert C. Larmer Attorney at Law 1766 S. Escondido Blvd. Escondido, CA 92025 I declare under penalty of perjury that the foregoing is at this declaration was executed on 1990, at Escondido, California. ,/ E/ I / J2/,"' $/wL&q WM. J. KIRCHNAVY 8 z4 0 Stop Notice 0 CALIFORNIA CIL’IL CODE SECTION 3103 NOTICE 1’0 City of Carlsbad (Nanw of Constnrctbn lander. Public Body or OrLner) (Address) 1200 Elm Ave. , Carlsbad, CA 92008 (If Private Job - file with responsible officer or person at office or branch of construction lender administerin the construction funds or with the owner - CI\’IL CODE SEC’lIONS 3156 - 3175) (If Public Job - file with office of controller, auditor, or other public disbursing officer whose duty it is to mak payments under provisions of the contract - CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: Sub Contractor (If Any) Owner or Public Body: Kirchnavy Construction, Inc. city Of Car1sbad Improvement known as Streetscape Phase 11, Job No. 3288 (Name and address of project or work of improvement) , in the City of Carlsbad , County of San Diego State of California. partnership , Claimant, a Ted L. Vance and Sons (Corporataon/Partnership/Sole Propnetorshtp) (Claimunt) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company b,y whom claimant was employed or to whom claimant furnished lab01 senice, equipment, or materials is Kirchnavy Construction r Inc (Name of Subcontractor/Conlracfor/Owner-Buil~er) The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant wa curbing, gutters and paving (Descnb in detail) Total value of labor, service, equipment, or materials agreed to be furnished ....... $ 167 , 476.32 Total value of labor, service, equipment, or materials actually furnished is .......... $ 51 ,787.11 Credit for materials returned, if any.. ........................................... $ Amount paid on account, if any.. ............................................... $ Amount due after deducting all just credits and offsets ............................ $ -0- -- 51 . 787 . 1 1 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the abovedescribed projec to satisfy claimant’s demand in the amount of $ 51 787 1 1 and in addition thereto sums sufficien to cover interest, court costs and reasonable costs of litigation, as provided by law. attached. (Bond required with Sto, Notice served on construction lender on private jobs - bond not required on public jobs or on Stop Notice servec on owner on private jobs). A bond (CIVIL CODE SECTION 3083) is not (WiF not) Date March 14, 1990 Ted L. Vance and Sons Name of Claimant (Firm Name) F -y f,J &’&‘ <&, ;, 4 7 t<w L/ BY ,-’ (Signature) Partner (Official capci;;s VERIFICATION a partner Of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the content thereof, and I certify that the same is true of my own knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is truc and correct. I, the undersigned, state: I am t%gx (“Agenf of”. “Preddrnt or, “A Partwr of”. “Ouner of”. etc ) San Diego ? 19 , at March 14, 1990 State of California 1 Executed on /&,LC@ &_i; / I *l,‘‘/(,’i (Signature of Claimant or Authorized Agent) BtCA FORM 4 (REV 2/87) 0 a I- CvPT s I LL"f.P \ E WILLIAM H LLYER HILLYER 6 IRWIN OSCAR F IRWIN WESTCOTT GRISWOL~ A PROFESSlOhAL CORPORAT ON MURRAY T S DONALD L MARKG B HENRY J KLINKER -€SA CHR ST1 MARK0 h BROWN 3 SMITH JAMES G EHLERS DOROTHY- AI CARY R PETER I IPPOLITO STEVEU C E GARY S rAROAE 3EBC PEDERSC HOWARD A AL-EN ROBERT J HANNA 5EIUYIS 0 SEYVO KENT W HlLDRETrl UAUCYd SliC JONATHAN S DABBIERI TA2 SETH Z HOWARD E SLSMAN SAhDOLPH S E DAV D B kO3KINS ROBERT L ZAJAC JAVES M ROBERT4 LO CHARLES J IkGBER STEVEN M rlLL z%TTCK\EYS AT LAW' WORMAN R ALLENBY 530 B STREET - SLIYE 14100 rAMES E D9JMUOhO SAL DIEL@. CALIFCRhIA 92101-4479 TELEPhCNE (6 9) 234 6 21 FAX (6 9) 234 3954 / 234 0615 / 234 ,529 STEPHEN M 8- RAUDA M MARK B i JCHU C C NElLL March 16, 1990 ECELYY R W SUSAY M GO1 TIMOTHY J MICHAEL r MILLERICK N REPLY REF OUR FILE 7187.57 Custodian of Records City of Carlsbad 1200 Elm Ave. Carlsbad, CA 92008 Re: Ted L. Vance and Sons v. Kirchnavy Construction Production of Public Records (Government Code 16256) Dear Sir or Madam: On behalf of our client, Ted L. Vance and Sons and pursuar to Government Code Section 6256, WE HEREBY REQUEST that yc provide copies of the following documents which relate to tk Carlsbad Boulevard/Elm Avenue Streetscape Phase 11-2188 projec ("pro j ect") : 1. All payment bonds which inure to the benefit c subcontractors, materialmen and suppliers for the project. 2. All memoranda, correspondence or any other document exchanged by and between the City of Carlsbad and Kirchnat Construction, Inc. ("Kirchnavy"). Kirchnavy to the City of Carlsbad. 3. All invoices and/or requests for payment submitted I: 4. All cancelled checks, receipts and/or any othc documents demonstrating payments made by the City of Carlsbad t Kirchnavy. 5. The general contract between the City of Carlsbad ar Kirchnavy. a 9% I 0 e HILLYER 6 IRWIN A PROFESSIONAL CORPORATION Custodian of Records March 16, 1990 Page 2 6. All plans and specifications for the project. 7. All documents with respect to inspections done o project, including but not limited to inspector's daily journals and/or final inspection reports. 8. A certified payroll report for work done on the prc 9. All documents not previously requested that relat refer to or otherwise contain information with regard to 'I Vance and Sons' affiliation or performance on the project. Please contact me by March 30, 1990 regarding arrange for the photocopying and production of the documents. I appreciate receiving the documents no later than April 6, 15 I thank you for your courtesy and cooperation, and forward to speaking with you. xois,p ~ Mark B. Pullin MBP/ba cc: Ted L. Vance and Sons * a 0 e CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CALIFORNIA 92008-1 989 (619) 434-2891 VINCENT F BIONDO, JR. CITY ATrORNEY RONALD R BALL ASSISTANT CITY AITORNEY January 9, 1990 Tom Meyers Edgemaster 5906 Lana Drive San Diego, California 92117 RE: YOUR CLAIM OF LIEN DOCUMENT NO. 89-687076 RECORDED DECEMBER 19, 1989 Dear Mr. Meyers: This will confirm our conversation of Monday, January 8, 1990 ii which you told me that you had withdrawn your lien against certaii public property owned by the City of Carlsbad as a result of you. dispute with American Eagle Landscape Company. When it i: available, would you be kind enough to send me proof of you: recorded withdrawal of your mechanic's lien. I appreciate your prompt attention to this matter. ly yours, v&,r;z* RONALD R. BALL L Assistant City Attorney rmh c: County Recoqder City Clerk4 Municipal Projects Manager 0 e CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CALIFORNIA 92008-1 989 VINCENT F. BIONDO, JR. (619) 434-2891 CITY ATTORNEY RONALD R. BALL ASSISTANT CITY ATTORNEY January 4, 1990 Edgemaster 5906 Lana Drive San Diego, California 92117 RE: YOUR CLAIM OF LIEN DOCUMENT NO. 89-687076 RECORDED DECEMBER 19, 1989 Dear Sir or Madam: The City received notice of your purported Mechanic's Lien agains its property from the office of the County Recorder pursuant t Government Code Section 27297.5. Mechanic's Liens are nc permitted against public property or public works of improvement (Civil Code Section 3109). Your remedy is to file a stop notice and an action against th general contractor and its bonding company. You may wish t consult an attorney in order to pursue these remedies. In the meantime, I respectfully request that you expunge yo1 Mechanic's Lien and send me proof that you have done so. If yc have not removed your lien by February 5, 1990, upon petition 1 the City, the court may order the lien expunged and hold yc responsible for attorneys fees as a result. (Civil Code Sectic 3154). Please give this matter your prompt attention. VEur; ~ ~~ RONALD R. BALL Assistant City Attorney rmh c: County Record r City Clerk 2 Municipal Proj ects Manager (with attachments) *' a 0 I CDCJN 1 Y CIF SAN D I EGO QIEI CE ijE--j-l4E COIJI~I I-'/ HE co fmE: R Ilor. Nu : 89-657(376 c: I -ry m- CRRLSBW Date: ljecernber 2i, 1'395 liX)(:) ELM RVE CQRLSbRD, CR 3P009 , Nc~t i ce Of I rtvcc 1 yrtt ary ti en F'urs.uant to ttie Gov. Code 272'37. 5 effective 1-1-€31, the Courit) Hecrsi-der rnust rtcct ify persorts against whcm an involuntary 1 iert i~ i.eCCci-.dtld. You are hereby rmt i f i ed that a copy clf the recordec doci.irtient enclosed rnay be a 1 ien against ycwr real property. FIleaEje corrtact your attorney and/cv the clairnarrt of the 1 ien. Ttic Reccti-der cart ricct re1 ease t h i 5 1 i en f rorn record w i t hout a re 1 ease of lien frcm the clairnarrt. i;D E3w o* 0- rslv 2% %-CY 5 TG5 zt he&&&& .J RECORDING REQUESTED BY & -:. WHEN RECORDED MAIL TO NAME r- &Q&g.MPST€R 1 S7ATE sw 02, CA- tlI: STREET ADORESS -46 L&JP QR CITY 9zm J -1 L-VERA L. LYLEJ RECORDEU it4 OFFICI A i F! t C: rj R C 7 OF SL:i GI -; C‘ ~l;l\’, gt GY4 89DEC 19 pH‘= r B C0U:dTY RECORDER - (SPACE ABOVE THIS LINE FOR RECORDER‘S USE e 0 f'. ?-.'k -., "_ . {-.JLjf<.j ''{. '4 (-j$-' ~~~~-,-- I- 1- ICE: ['j]Z Ti-iE C~~~tj+j-;-.y~ C?'C,i-*F-.- k'%L LC iUL..> cZZ3 I -._._-..-_-___----.-.I ---.. ".-_-C."---" ---.__ -_..__......-...- .--- -^-.-"--^-1---. .- .- E ,... ~,.~ .-.- -. -. ]2<-.(& p%&z< ; :;I.;'.-.. i' I I .-a , i fC. L-' t-;. z -;- ..f [:;I F. .?. i... t-. .-, *;, r I i. c: ;tr..s ';> h' -, E) c>a.t e> :: ~J<2~:~.~$3&3.". 2 j, f 1 q65 2 ,I<: "- ) 1.J '" fqJj) - fi'&E CF, RLEiBAK} 9 C$; 9;:<:)i;):s, <:It. .j. r2Et $-j F 1 .rI.q <.< I I..\ .< 1 i 4. L. a>-.../J- 1 @\e{ -__I.-__-- - ..--- I.------- ---...-.-.," _.---. -- "._ .._._.......- $3 ?-{ r E!. 1-1 p 'r-j 3; t ~f ~2 FTcciir, L:,;<de ~-,7~~J-~. -. Fi _" E.FF~>;(-.~ __ _.. i;.,:@ 2 --j, --.C\i c t; .kt-je ccil-{;ait.,y z,,-at-. ." . - , ; L - t,J c . d 52 $5 r$? t"\ E.'; ys<:< 4; -i .r" i$* p e 9' CZ, <2 yj s. et $3 (3 i t-, 5.3; t*,? 17 <:< r5.j .& :r j j y, '%,' e:< 2 t). ;--$ .k Y..E <c :1 1-1 ... . F - .CiE.rt,$" 1 .. .i '?;irJt-\ &>-.:? $..i~r-..c+~j.:,r jyct i f i - r" _" 4 d k. t- $&t. -. Z{ c':'<--{$-"<y <:>.{= tk$F i-.ec{-Jy-.dfJd d <."<C ," . I.?.fi3EY'& eyf,? 3. z::i:<.$x3 m.r7ay i3e a 2 ?. :zn a.ga i, y,<::.+; 'I/':;<z.lj--. ye& 1 pr<lpe?r-L y- p i Q a 5. e c *-J yt 'c. e( c: 3; '9 '-J 1 ( p-. a k t << t-. F-<s '<* <;t ?ej d ,,t; ,::r;-". % i-; E? c 2, a i Fi, p< yj .e <;t 3: 4% i.,,L '7 12 ].iey-$e !$?e Re c <::< >-.c- e T" r. a si io1 *:< t. >-. E, 1 t- z&k.e - -.. -k f$ j G. 1 i ey, fy'::r$I t-.ec:rJ j t*g i .k j-! t:, 3). $; ;::, 1" e 1 '2 .".- .q 5 !a .... 7. _- -' - c:l p 1 i syi F p,3r$3 -? )-$ 2 r. 2. e$ .j, m ~r yrt. )) a 4,"7 ""q 153 ;,,d -0 -1, c: /I. r".? -8 L ,c3 lO*Q 4x8- f adgdeh m cud+ c rlzu&C*G>eo P A'L c 'T-5 G RECORDING REQUESTED BY b h;. - WHEN RECORDED MAIL TO 1 NAME r &&mS7%K ADDRESS 906 LhNp pR STATE 5#rJ QzZko, C& tl -1 STREE1 CITY 92117 J Y VESA L. LYLEJ i Cat'idTY RECORDER r- - . .-... (SPACE ABOVE THIS LINE FOR RECORDER' E 71 ADDITIONAL INSURED ENDORSEMENT Reference is made to the attached Certificate as To Evidence of Insurance. It is agreed that: The person or organization to whom the attached Certificate is issued is an additional insured. This applies only witl. to liability arising out of the acts or omissions of the named insured. It applies only to the coverages indicated Certificate. This extension of coverage does not apply: 1. To liability arising out of the negligence of the additional insured, its agents or employees, unless the agent or e 2. T’ any defect of material, design or workmanship in any equipment of which the additional insured is the ownei 3. To any vehicle liability when the named insured is not the owner or does not have care, custody, or control of the The intent of this endorsement is to provide the coverage as stated above and in the Certificate. If any court shall this endorsement to provide coverage other than what is stated above then our limits of liability shall be the limits t injury liability and property damage liability specified by any motor vehicle financial responsibility law of the state, 1 or territory where the named insured resides. If there is no such law, our limit of liability shall be $5,000 on ac bodily injury sustained by one person in any one Occurrence and subject to this provision respecting each person, on account of bodily injury sustained by two or more persons in any one occurrence. Our total liability for all dam cause of all property damage sustained by one or more persons or organizations as the result of any one occurrei not exceed $5,000. This endorsement does not increase the coverage limits. is the named insured. I . nufacturer, mortgagee, or beneficiary. This endorsement becomes part of the policy to which it is ottoched and supersedes and controls anything in the policy contrary hereto but i! subject to the Declarations, Insuring Agreements, Exclusions and Conditions thereof. d (ADDITIONAL INSURED END ) 56-0108 7TH EDITION 11-68 F-89 1101 SH/IOW X . P.O. BOX 21450 0s f;l ?2? TLL81 $23 4 Agent '-Policy Numbe To: of which time COVERAGE NOT AUTO COVERED LIABILITY - COVERED L~MIT(SI INCLUDElS I BOTH PRIMARY AND EXCtSS j f excess opplicablei 1 l %Zd lid Employer's Non-Ownership El Contingent Liability Single Limit Liability for Coverages checked above Non-Owned GENERAL LIABILITY M&C-OLT Owners & Contractors Elevators Completed Operations Contractual * (7 Products and/or &I 4 a Single Limit Liability for Coverages checked M above w Kl Cargo 'b 0 .. this certificate becomes void mor continuous until cancelled if box " COMBINED LIMITS OF LIABILITY $ ,000 each person $ ,000 each occurrencc ,000 each occurrencc Bodily Injury Property Damage $ $J-#-Qf?n ,000 each occurrencc Bodily Inlury $ ,000 each person *, ,000 each occurrenc Property Damage $ ,000 each occurrenc ,ooo annual aggregate ,ooo annual aggregate $ $ products * * * $ products * * * $ 1,000 ,000 each occurrenc annual aggregate $ I.oncr ,000 products * * * ,000 each vehicle $ $ ,000 each occurrenc p%;bed De;;e$lo" - YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY AUTO- IDENTIFICATION NUMBER Urn brella Liability POLICY NUMBER $ , 000 retained limit $ each occurrenc $ aggregate 0 -e Jayto - a siouilll '06031~3 SJa+IJMJapUn SSa3XJ 0/3 puol6u3 UI satuodwo3 JO/PUO uopuol 'spAoll - 3 oiuJojilo3 'saia6uv sol 03 3 JaYloMo/3 puoi6u3 UI saiuodwo3 JO/PUO uopuol 'spAol1 - 9 DI UJO~I 103 'sala6uv sol Auodwo3 a3UOJflSUI AJnilJa3-plW - v 33NV'tlflSNI SS33X3 OlUJOjllO3 'sala6uv SO1 Auwdwo3 a3uoJnsul AJniua3-piW 6 Au odwo3 ay4 so '$1 ''9 panssi uay~ 'A2lIod ayi UI 01 paJJajaJ AuOdUO3 y3OaS D SI 6UlMOl]Oj aY1 OlUJOjl1D3 'sal 36~~ SO1 OIUJOJI~D~ 'sala6uv sol a6uoy3x3 a3UOJnSUI y3nJl Z a6uoy3~3 a3UDJllSU( SJaUJOd 1 Auodwo3 ayr so 'way+ jo ~ay+ia Aq panssi uay~ 'A3llod aq+ Ul O+ paJJajaJ SaLUl(aL4JOS Sa6JDy3Xa a2UDJnSUl-Ja~Ul aiD 6UlMOl/OJ aql dflOtif) 33NV'tiflSNI Stl3WtiVJ TABLE OF CONTENTS w 1 11 a I 1 1 P II 1 E a t .I P SECTION DESCRIPTION PAG A CONTRACT DOCUMENTS NOTICE INVITING BIDS 1 BID PROPOSAL ......................................... ....... 3 * - * ****.e *. . * * * * *. . . . *. . . . . . . ... . .. . . ? BIDDERS BOND TO ACCOMPANY PROPOSAL ...................... 25 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY.. . . . . . 28 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND DESIGNATION OF SUBCONTRACTORS *. * * * * * . . * * - * -. . * - -a. *. . . . 26 EXPERIENCE - .- * * - * * *. * * - - * *. . . .. . . . -. . . . . . .. . . . . . . . . . . . . . . - * * * -. . * * -. *. -. -. -. . - *. . . . . . . . . . . . . . 29 30 CONTRACT-PUBLIC WORKS CONTRACTOR'S CERTIFICATION OF AWARENESS OF LAWS ..... 35 LABOR AND MATERIALS 36 PERFORMANCE 38 NON-COLLUSION AFFIDAVIT ................................... 40 BOND - * - - -. . - - *. . . . - -. . - -a -. -. . . . . . . . . * * * - * * * * * - * *. *. . e-.... . -. . . . . . . -. . . . . . . . . BOND - .- __ RELfASE FORM ... . . . . . . . . .. . . . . . . . . . . . . . .. . . . .-.-. . . . . . .-. . =. . . ... . . 41 ESCROW AGREEMEN? FOR DEPOSIT IN LIEU OF RETENTION (OPTIONAL) .. 42 B SUPPLEMENTARY PROVISIONS TO THE SSPWC 3 PART 1 - GENERAL PROVISIONS . - -. . . . . . . . . -. . -. . . . . . . . . . . . . . . 45 C SUPPLEMENTARY PROVISIONS TO THE SSPWC PART 2 - CONSTRUCTION MATERIALS ... . ... .... .. . .. ... ... .... . 61 D SUPPLEMENTARY PROVISIONS TO THE SSPWC PART 3 - CONSTRUCTION METHODS . . . . . -. . . . . . . . . . . . . . . . . . . . . . . 73 -b E SUPPLEMENTARY PROVISIONS TO THE CALTRANS STNDARD SPECIFICATIONS SECTION 86 . . . . . . . . . . . . . . . . . . . . . . . 87 t ., 1, I CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS i I fi Sealed bids will be received at the Office of Purchasing Officer, Cii Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO P.M. on the day of Warch , 1989, at which time they will be opened and read- performing the work as follows: CARLSBAD BOULEVARD AND ELM AVENUE STREETSCAPE PHASE I1 CONTRACT # 3288 I 1 P The work shall be performed in strict conformity with the specificatj therefor as approved by the City Council of the City of Carlsbad on 1 with the Engiiie-ering Dept. Reference is hereby made to the specifications full particulars and description of the work. The specifications include latest edition of the Standard Specifications for Public Works Construction (SSPWC), The City of Carlsbad encourages the participation of minority and women-owned businesses. No bid will be received unless it is made on a proposal from furnish6 the Purchasing Department. Each bid must be accompanied by security form and amount required by law. The bidder's security of the seconc third next lowest responsive bidders may be withheld until the Contrz has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, with: ten (10) days after the Contract is awarded. Pursuant to the provis: of law (Public Contracts Code Section 4590), appropriate securities I be substituted for any obligation required by this notice of for any moneys withheld by the City to ensure performance under this contraci Contractor elects to use an escrow agent, Section 10263 of the Public Contract Code monies or securities be deposited with State Treasurer or a state or federally char bank in California. The documents which must be completed, properly executed, and notarized are: 1 C 1 8 t 1 f 1 P I 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineer's Estimate. 'I estimated quantities are approximate and serve solely as a basis for comparison of bids. The estimate is $1,800,000.00 No bid shall be accepted from a Contractor who has-not been licensed with classific 'A'in accordance with the provisions of State law. The Contractor shall state his o license number and classification in the proposal. 1 4 1 If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents mu: completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract Documents may be obt, at the Purchasing Department, City Hall, 1200 Elm Avenue, Carlsbad, California. fo~ non-refundable fee of $25.00 per set. The City of Carlsbad reserves the right to reject any or all bids anc waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worke needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of California Labor Code, a current copy of applicable wage rates is on in the Office of the Carlsbad City Clerk. The Contractor to whom th Contract is awarded shall not pay less than the said specified preva rates of wages to all workers employed by him of her in the executio the Contract. The Prime Contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code and Sectio 4100 et seq. of the Public Contracts Code, “Subletting and Subcontra Fair Practices Act. It The provisions of Part 7, Chapter 1, of the California Labor Code commencing with Section 1720 shall apply to the Contract for work. A prebid meeting will not be held. the site is open for your inspec at any time. Bidders are advised to verify the issuance of all addenda and receip thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance of the work and payment of lab0 and materials suppliers each in an amount equal to one hundred perce (100%) and fifty percent (50%), respectively, of the Contract price be required for work in this project. The Contractor shall be required to maintain insurance as specified the contract. Any additional cost of said insurance shall be includ in the bid price. Approved by the City Council of the City of Carlsbad, California, by t v 1 @ t 1 1 b B E 1 resolution No. 122 , adopted on the 17th day of January I1 &c11/*;.Lk & d, G.ty’tlefiJ I 8 E Date I P I 1 CITY OF CARLSBAD CONTRACT NO. 3288 PROPOSAL CARLSBAD STREETSCAPE ;. PHASE rI I City Council a Carlsbad, California 92008 I 1 1E City of Carlsbad 1200 Elm Avenue The undersigned declares he/she has carefully examined the location of the wo read the Notice Inviting Bids, examined the Plans and Specifications, and her1 proposes to furnish all labor, materials, equipment, transportation, and servi required to do all the work to complete Contract No.3288 in accordance with Plans and Specifications of the City of Carlsbad, and the Special Provisions that he/she will take in full payment therefor the following unit prices for e item complete, to wit: ESTIMATED ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTA 1 NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGUR 1 LS MOBILIZATION AND PREPARATORY AT g53g.d Q536 / DOLLARS (LUMP SUM) @a 2 LS TRAFFIC CONTROL AT 1 1 62J R&%?. 52&& DOLLARS (LUMP SUM) 13 LS CLEAR AND GRUB AT il DOLLARS (LUMP SUM) E4 I DOLLARS (LUMP SUM) #&80/ 1% gg B@, LS REMOVE EXIST. 2' HIGH BLOCK WALL AT ELM AVENUE & OCEAN STREET AT s&5? 2482 5 6 EA REMOVE EXIST. PROTECTION POSTS AT /Sp@ q5; d P I DOLLARS EACH ESTIMATED ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTAl NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) ( FIGURl 6 56 SF REMOVE EXIST. CONCRETE LANDING 1 AT ELM AVENUE & OCEAN ST. AT P*66 ybj? DOLLARS PER SQUARE FOOT i 7 2 EA REMOVE EXIST. CATCH BASIN AT I # I &+i /##!M. DOLLARS EACH 20 LF REMOVE EXIST. 4" A.B.S. STORM DRAIN I8 PIPE AT 4s.M %a.d DOLLARS PER LINEAL FOOT 1 EA REMOVE EXIST. NEWSPAPER RACK AT & .62- /id- 19 b 10 II DOLLARS EACH 1 EA RELOCATE EXIST. MAILBOX AT $43. yo /53. DOLLARS EACH 1 I II i 11 15 SF REMOVE EXIST. CONCRETE STEPS AT 52-97 7p?c DOLLARS PER SQUARE FOOT 12 4 EA REMOVE EXIST. BENCH AT 3.$3&- 1257 449 /%43 DOLLARS EACH ' 13 2858 SF REMOVE EXIST. LANDSCAPING AT 1 DOLLARS PER SQUARE FOOT I ? 0 c ESTIHATED d ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTAI NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGURE 14 10 LF REMOVE EXIST. WOODSLAT FENCE AT 1 3#*2@ 3gZ.d DOLLARS PER LINEAL FOOT 170 LF REMOVE EXIST. LANDSCAPE R/R TIES AT i ! 15 2,53 Y3b.J Id L5L. DOLLARS PER LINEAL FOOT 1 I l6 s # E 369 SF REMOVE EXIST. BRICK SIDEWALK PAVERS AT DOLLARS PER SQUARE FOOT 17 13 EA REMOVE TREES AT *&?--- 2%%# DOLLARS EACH 18 1,550 LF CURB & GUTTER REMOVAL AT 7J"' /01 P5d 0 DOLLARS PER LINEAL FOOT 1 19 70,867 SF REMOVE EXIST. PAVEMENT INCLUDING EXIST. CONCRETE SWALE, BURIED CURB AND OLD CONCRETE HIGHWAY PAVEMENT AT J4 ++77 6&.5f YZ/B /./6 /gq .r'sla pr /@; DOLLARS PER SQUARE FOOT # z B 20 2,350 CY MEDIAN EXCAVATION AT DOLLARS PER CUBIC YARD ' 21 16,330 SF REMOVE EXIST. P.C.C. SIDEWALK AT 31 DOLLARS PER SQUARE FOOT 22 4 EA REMOVE EXIST. STREET LIGHT ON ELM AVENUE ANTI CARLSBAD BLVD. I 8 1, DOLLARS EACH ESTIMATED ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTA NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (PIGUR 23 6 EA ADJUST EXIST. MANHOLES COVER TO I GRADE AT qg.54 3591" DOLLARS EACH 1 24 12 EA ADJUST EXIST. VALVE BOX COVER TO GRADE AT c 8 I 1 t 1 b t 8 I I c I I F I 286.n &Jfb DOLLARS EACH 25 LS MODIFY TRAFFIC SIGNALS AT CARLSBAD BLVD. & ELM AVE., COMPLETE AT 5&,5/& 82 50,5/6 DOLLARS LUMP SUM 26 LS MODIFY TRAFFIC SIGNALS AT CARLSBAD BLVD. AND GRAND AVE., COMPLETE AT 2z&wv- $&j DOLLARS LUMP SUM 27 4 EA FURNISH AND INSTALL TYPE I11 SERVICE FOR STREET LIGHTING SYSTEM, COMPLETE AT 199g- 7?@ DOLLARS EACH WLOCATE FLASHING BEACON, * PULLBOXES, AND CONDUCTORS FOR ALL STREETLIGHTING, DECORATIVE LIGHTING, AND IRRIGATION ELECTRICAL SERVICE SYSTEMS, COMPLETE AT 28 LS FURNISH AND INSTALL CONDUITS, 534§f0. - 2x3,s DOLLARS LUMP SUM "Sta 216 on Carlsbad Blvd. ESTIMATED QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTA AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGUR I ITEM NO. 29 13 EA FURNISH AND INSTALL 200 W HPSV STREETLIGHTS, LUMINAIRE, POLE, AND FOUNDATION, COMPLETE AT /550.@ 29/5 DOLLARS EACH I 30 3,506 SF PLANE EXIST. PAVEMENT AT 1 S I 1( ,90 3155s DOLLARS PER SQUARE FOOT 31 3 EA REMOVE EXIST. TRASH RECEPTACLE AT fia dd; DOLLARS EACH a 32 3 EA RELOCATE TRAFFIC SIGNAL BOX AT B DOLLARS EACH 28C - 855 3 EA RELOCATE EXIST. BUSINESS SIGNS AT /I#--- 354 DOLLARS EACH b 33 ! # 8 I I I P r 34 75 LF REMOVE EXIST. GUARD RAIL AT /asq q5C DOLLARS PER LINEAR FOOT 35 49 EA REMOVE EXIST. TRAFFIC SIGNS AT /a#/” 823; DOLLARS EACH 270 TON SURFACE IMPROVEMENT A.C. OVERLAY (FEATHERING) AT 1 36 I?? DOLLARS PER TON ESTIHBTED TOTA ( FIGUl ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) 37 790 TON ASPHfiT STREET PAVEmNT AT I 57. - 46 Ol DOLLARS PER TON 38 356,160 SF SEALCOAT ASPHALT OVER !I STREETS PRIOR TO STRIPING ! I I t I & 41 t 45 2/d% DOLLARS PER SQUARE FOOT - 39 1,700 TON CLASS I1 BASE FOR STREET PAVING, CURBS, GUTTERS, AND SIDEWALK - 23.27 375 _- AT i DOLLARS PER TON ._- 40 722 LF METAL BEAM GUARD RAIL AT 25.d / g/b I DOLLARS PER LINEAL FOOT AT 132 LF 6" TYPE B-2 CURB d!" $71 1 DOLLARS PER LINEAL FOOT 42 6,152 LF 6" TYPE - -- G-2 CURB & GUTTER AT - 8.32 51,/< ! DOLLARS PER LINEAL FOOT 1 AT k DOLLARS PER LINEAL FOOT 43 6,358 LF MODIFIED B-2 MEDIAN CURB, PER PLAN r/ I,/ 6.+7 #L/ I I 1c t E ST1 MATED ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTA NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGUR 44 I 1,525 SF CONCRETE BLOCK RETAINING WALL AT V) Y s DOLLARS PER SQUARE FOOT 1 45 28 EA PEDESTRIAN RAMPS AT 4.e. O0 /d 7bd i DOLLARS EACH 4 I 46 1 P 4 4 # 318 LF 8" DEPRESSED CURB FOR DRIVEWAYS AT 43s /3@ DOLLARS PER LINEAL FOOT 1,650 SF PCC CROSS GUTTER AND .5" REBAR AT 3.#z 56$ I 47 12" O.C. (ONE-WAY) DOLLARS PER SQUARE FOOT 48 405 SF PCC SWALE AT #sL /B#L DOLLARS SQUARE FOOT 49 158 LF 6" AC BERM AT 7 9g /26C DOLLARS PER LINEAL FOOT B 50 500 CY UNCLASSIFIED EXCAVATION B DOLLARS PER CUBIC YARD E37 4// Lf 51 100 CY UNCLASSIFIED FILL AND WALL BACKFILL, CARLSBAD BLVD. STA 225+32 TO STA 231+10 AT I I I I 5/3,9f 4.3( DOLLARS PER CUBIC YARD t EST1 HATED TOTAl ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) ( FIGURl 1 STORM DRAIN SYSTEM 52 4 EA TYPE rrB'r CURB INLET AT 2' 6' . I 2 850. 4 /,!#!DO DOLLARS EACH i 1 EA TYPE "A" CURB INLET AT II ul 1 I 53 364f. - 3d+t x/!' //&; DOLLARS EACH 54 145 LF 18" RCP STORM DRAIN (1350-D) DOLLARS PER LINEAL FOOT fl 55 1 EA CONCRETE HEADWALL AT I DOLLARS EACH /3 d. M /36d 1 EA CONCRETE PIPE COLLAR AT 5228,- 2 2.t DOLLARS EACH 11) 56 8 8 1 I B 59 I 8 t 1 57 1 EA CONCRETE LUG AT 22K - 22 DOLLARS EACH 58 50 SF RIP RAP ENERGY DISSIPATER AT a87 /o?. DOLLARS PER SQUARE FOOT 27 EA PRECAST MEDIAN DRAIN BOX WITH GRATE AND 6" PVC STUB-OUT AT 340, - w; //' 3/4 .- 1625 DOLLARS EACH 60 4 EA PRECAST MEDIAN DRAIN CLEANOUT WITH TRAFFIC COVER AT DOLLARS EACH ESTIMATED ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTI NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) ( FIGUl 61 2,960 LF 8" PVC MEDIAN DRAIN PIPE AT I /io/ #I& DOLLARS PER LINEAL FOOT 460 LF 6" PVC AT MEDIAN DRAIN PIPE AT I 1 62 f55d // 8/2 /I+*A 778: 3 9.54 96 9. DOLLARS PER LINEAL FOOT I I 63 t I 0 7 EA SIDEWALK UNDERDRAIN AT DOLLARS EACH 64 22 LF CONCRETE ENCASEMENT AT DOLLARS PER LINEAL FOOT 65 2 EA TYPE "A" CURB OUTLET AT 798. - 15-96 b DOLLARS EACH l 66 1 EA TYPE "A" CLEANOUT AT 4 DOLLARS EACH 3'JOL.- 3306 67 530 LF CEMENT SLURRY BACKFILL FOR MEDIAN DRAIN TRENCH IN TRAVELED PORTION OF STREET AT I 1 I B /5. (7 80 6 DOLLARS PER LINEAL FOOT It SEWER SYSTEM 68 1 EA 6" SEWER LATERAL AT At50.- 285 DOLLARS EACH t a ESTIMATED QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTA AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGUR n ITEM NO. STRIPING AND SIGNAGE LS FINAL TRAFFIC STRIPING AND PAVEMENT MARKINGS AT j 69 872.i. - 872, DOLLARS LUMP SUM I 1 9 I I 1 g 4 1 I It I 70 LS FINAL TRAFFIC SIGNS AT 4q 9/3# A q 9/3 DOLLARS LUMP SUM 71 3 EA 4' X 8' PLYWOOD PROJECT SIGNS ON 4" X 4" POSTS. (SIGN INFORMATION TO BE SUPPLIED BY CITY) 1/48. - 342 I DOLLARS EACH IRRIGATION 72 13 EA POP-UP STREAM BUBBLER HEADS AT /7. I: 222 ClE DOLLARS EACH 73 87 EA PRESS. COMP. BUBBLER HEADS AT /7. lo /o; DOLLARS EACH 74 121 EA LAWN POP-UP HEAD AT I./. St 179: /5#p6 3LC DOLLARS EACH 75 167 EA SHRUB POP-UP HEAD AT DOLLARS EACH 76 395 EA SHRUB POP-UP HEAD (FLAT SRPAM) AT 16'' b30 E DOLLARS EACH 45 EA 3/4" QUICK COUPLER VALVE AT SbLj @ /A5. 3 77 DOLLARS EACH I ESTIMATED li ITEW QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTA NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (PIGUR 78 54 EA 1" AUTO CONTROL VALVE AT 1.36. g0 738 7 .a DOLLARS EACH 79 1 EA 1" BRASS BALL VALVE AT 9. 2o 910 ; i 1 # I I I c B I 1 I 1 8 I DOLLARS EACH 80 9 EA 1 1/2" BRASS BALL VALVE AT 9/. 20 rao I DOLLARS EACH 81 5 EA 2" BRASS BALL VALVE AT I/4. - 572 I DOLLARS EACH 82 20 EA 1 1/2" PVC BALL VALVE AT 68, flo / 915 DOLLARS EACH 83 11 EA 2" PVC BALL VALVE AT 9Po /&a DOLLARS EACH 84 2 EA RELOCATE - AUTO CONTROLLER AT ~85.- 570 DOLLARS EACH 85 2 EA RELOCATE - BACKFLOW PREVENTER AT 3&. - 6 84 e DOLLARS EACH 86 2 EA RELOCATE - AUTO CONTROL VALVE AT 74. I.! /LtF DOLLARS EACH 1 ESTIHATED ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOT] NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGU€ 87 1 EA AUTO CONTROLLER 8 STATION AT I 684 - dB+ DOLLARS EACH 88 1 EA AUTO CONTROLLER 12 STATION AT 752.g' 75-2 1 1 s s 8 4 DOLLARS EACH f 89 2 EA AUTO CONTROLLER 18 STATION AT //77.- 2394d 684- 2736 DOLLARS EACH 90 4 EA AUTO CONTROLLER ENCLOSURE AT 1 DOLLARS EACH 91 1 EA 1" RED. PRESS. BACKFLOW PREVENTER AT 5.3. - 513 DOLLARS EACH 92 3 EA 1 1/2" RED. PRESS. BACKFLOW s PREVENTOR AT II DOLLARS EACH spa. - -4397 93 1 EA 2" RED. PRESS. BACKFLOW PREVENTOR AT f55* A 855 1 I I I 8 1 DOLLARS EACH 94 6,340 LF CL. 200 PVC LAT. (1/2") AT 1.3 I 66 8: \. & a5W DOLLARS PER LINEAL FOOT 95 1,520 LF CL. 200 PVC LAT. (3/4") AT DOLLARS PER LINEAL FOOT 9 ESTIMATED B ITEM QUANTITY ITEH DESCRIPTION WITH UNIT COST TOT1 NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (PIGUI 96 900 LF CL. 200 PVC LAT. (1") AT 2 .89 26 01 DOLLARS PER LINEAL FOOT 280 LF CL. 200 PVC LAT. (1 1/4") AT 1. Lt2 say. L9+ 32. t 2*a5- 94: J39 4/7: 38r 25a; t s 97 1 II ! 1 1) 1 I 1 I I 1 I DOLLARS PER LINEAL FOOT 98 20 LF CL. 200 PVC LAT. (1 1/2") AT DOLLARS PER LINEAL FOOT 99 4,610 LF CL. 315 PVC MAIN (1 1/2") AT I DOLLARS PER LINEAL FOOT 100 1,880 LF CL. 315 PVC MAIN (2") AT DOLLARS PER LINEAL FOOT 101 650 LF SCH. 40 GALV. SLEEVE (2") AT DOLLARS PER LINEAL FOOT 102 1,570 LF SCH. 40 GALV. SLEEVE (4") AT /d.zL /6/1 DOLLARS PER LINEAL FOOT 103 1,320 LF SCH. 40 PVC SLEEVE (2") AT 2. d 300 3.941 J9)< R DOLLARS PER LINEAL FOOT 104 730 LF SCH. 40 PVC SLEEVE (4") AT DOLLARS PER LINEAL FOOT 1 ESTIMATED I ITEM QUANTITY ITEn DESCRIPTION WITH UNIT COST TOT NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (PIGU 105 350 LF TYPE "K" COPPER PIPE (1") AT 7, 3a J553 DOLLARS PER LINEAL FOOT 8 106 17,800 LF 12 GA. WIRE AT ./5 &7c i DOLLARS PER LINEAL FOOT I J P # 8 LANDSCAPE AND STREET FURNITURE 107 22 EA 13' "VILLAGE" STYLE STREET LIGHT COMPLETE IN PLACE AT 2k67.h0 58& /474. 30 3M DOLLARS EACH 108 22 EA LIGHT BOLLARDS, COMPLETE IN PLACE AT DOLLARS EACH 4 109 1 EA MONUMENT SIGN FLOOD LIGHT AT /ab. - /fU( 1 DOLLARS EACH 110 18 EA REDWOOD BENCH, COMPLETE IN PLACE AT /O+.P /8? I 1 1 I 1 1 DOLLARS EACH 111 38 EA TRASH RECEPTACLE AT 5W.O s' /9r DOLLARS EACH 112 3 EA NEWSPAPER STANDS (FOUR RACKS PER UNIT) AT oz J~ds': 607: DOLLARS EACH 113 1 EA DRINKING FOUNTAIN, COMPLETE IN PLACE AT 3?L6.L3 396 9 DOLLARS EACH a ESTIMATED 1 ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTAL NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGURE 114 60 EA TREE GRATES AND FRAME SETS AT / 03/. 70 6/901 DOLLARS EACH 8 115 48 EA REPLACE UTILITY BOX AND LID AT ,/99 573& DOLLARS EACH i 116 9 EA SANDBLAST AND PAINT EXIST. VAULT I 8 1 I LID AT 65K9' 5930 DOLLARS EACH 117 1,260 SF "A" TYPE PAVING - DRIVEWAYS (7 1/2" PCC DRIVEWAY WITH HEAVY I BROOM FINISH) AT 4. 62 CJ2/ DOLLARS PER SQUARE FOOT 370 SF "A" TYPE PAVING - DRIVEWAYS (6'l PCC WITH 2 1/4" BRICK PAVERS) AT 4 118 a 7' -I_ 1 2G q3 \1 1 II II 1 1 DOLLARS PER SQUARE FOOT 119 4,640 SF "A" TYPE PAVING - SIDEWALK (4" PCC SIDEWALK WITH HEAVY BROOM FINISH) AT 2 !' 479 E DOLLARS PER SQUARE FOOT 120 1,155 SF "A" TYPE PAVING - SIDEWALK (4" ,4 z k 7.l PCC SIDEWALK WITH 1/2" BRICK PAVERS) AT "X' -- . DOLLARS PER SQUARE FOOT 121 860 SF "B" TYPE PAVING - DRIVEWAYS ,a&5- /-) (6'* PCC DRIVEWAY WITH 2 1/4" BRICK PAVERS) AT -- DOLLARS PER SQUARE FOOT 1 ESTIMATED I ITEH QUANTITY ITEM DESCRIPTION WITH UNIT COST TOT NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGU 1 122 11,685 SF "Btt TYPE PAVING - SIDEWALKS (4" PCC SIDEWALK WITH 1/2" BRICK :7qj .L< d ,P &E 64 13 - PAVERS) AT - -i-.>-t DOLLARS PER SQUARE FOOT '1) 8 I 123 510 SF BROOM FINISH CONCRETE DRIVEWAYS AT sc P z -' -- - DOLLARS PER SQUARE FOOT / 5?Y 78, 1 124 20,100 SF BROOM FINISH CONCRETE SIDEWALK AT I DOLLARS PER SQUARE FOOT 125 LS BROOM FINISH CONCRETE STEPS (4 RISERS) AT gtFQ $&5, c 1 I I 1 I 1 8 n I c 1 - 9 DOLLARS LUMP SUM 126 4,950 SF INTERLOCKING PAVERS IN CROSSWALKS COMPLETE IN PLACE AT .$e3 31 q?? , r' DOLLARS PER SQUARE FOOT &@ 26 127 650 SF EXPOSED AGGREGATE CONCRETE AT r -.---L- DOLLARS PER SQUARE FOOT e 3L 128 1,525 SF SMOOTH TROWEL FINISH CONCRETE AT 2 LLZ DOLLARS PER SQUARE FOOT 129 50,600 SF SITE PREPARATION (LANDSCAPE AREAS) AT A3 15-1 DOLLARS PER SQUARE FOOT 130 50,600 SF FINISH GRADING (LANDSCAPE AREAS) AT . a5 2 53 E DOLLARS PER SQUARE FOOT I 8 ? No- 8 I 132 43 EA supply Trees and Install * 79Fo 3+3/! @ u I I 1 EE?nMmm ANDUNIT PRK!Es~INwc)IEu1s mm.JREs) (FI-) ITEM - ~~m~ UNITm TcnxL A /2, I&! 50,600 SF soil Prep/&Wnd and 13 1 Fertilize at Dollars Fer Square Foot 15 Gallon Trees at &VENrJ d/nJE3SWL~ 8 fm//{oo -, Dollars Each 13 3 104 EA Trees to be supplied by /S9.bC /6s'pt 4 City, Install only, 24" Box Trees at Dollars 134 34 EA Trees to be Supplied by 285. - %PO. - City, Install only, 36" BoxTrees at Dollars Each 8 135 181 EA Root corrtrol Barriers at jG5- 3* ap9/ 7.; Dollars Each 13 6 32 EA "re~~ to be supplied by 3+2 .- /08Lftl. - q gd PL &* + City, Install only, 15' B.T. Washingtonia Palms at Dollars Each t li 1 1 1 1 I Ik I 137 16 EA ~rees to be Supplied by City, Install only/ 10' B.T. Washingtonia Palms at Dollars Each lBBl.' 138 6EA Trees to be supplied by 33 F0 City, Install only, 14' Queen Palms at Dollars Each 139 2EA Relocate Existing Queen //fi. - 3 palm at Dollars Each ESTIMATED ' ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOT NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGU 140 1,990 EA 5 GALLONS SHRUB AT /CPL 294j 5';/3 4-23 8 ? I I 8 I I I I 1 8 I I I I Ir, I DOLLARS EACH 141 825 EA 1 GALLON SHRUB AT DOLLARS EACH 142 41,600 SF GROUND COVER (12" O.C.) AT 956 $2'3 - DOLLARS PER SQUARE FOOT 143 9,000 SF LAWN - "MARATHON" SOD AT * 55 495 DOLLARS PER SQUARE FOOT 144 2,350 CY TOP SOIL FOR MEDIANS, COMPLETE IN PLACE AT /7* ?-- 5481 DOLLARS PER CUBIC YARD 145 LS 120 - DAY LANDSCAPE MAINT. (ALLOWANCE) AT i 1/5/60.- ./5b DOLLARS (LUMP SUM) REPLACEHEEiT ACCESSORIES TO BE DELIVERED TO CITY MAIN"ANCE YARD AT THE CORNER OF OAK AVENUE AND STATE STREET 146 2 EA 13' "VILLAGE" STYLE STREET LIGHT AT 2 0 5 7.7' qi i.5 DOLLARS EACH 147 2 EA LIGHT BOLLARDS AT //97.- 239 DOLLARS EACH 148 2 EA REDWOOD BENCH AT 9L32$ /pr DOLLARS EACH ESTIMATED 4 ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOT, NO. AND UNIT PRICES WRITTEN IN WORDS (FIGURES) (FIGul u 149 2 EA TRASH RECEPTACLE AT 35+29 7oB. DOLLARS EACH 6 EA TREE GRATES AND FRAME SETS AT t 1 I5O I I I R 1 I 1 I 1 I b I 798. z 478d zsc vi * 250 SF 2 1/4" BRICK PAVERS AT $p DOLLARS EACH 151 250 SF 1/2" BRICK PAVERS AT 4- * DOLLARS PER SQUARE FOOT 152 5 6s- 1 DOLLARS PER SQUARE FOOT 153 250 SF 100 MM INTERLOCKING PAVERS (RED) AT 2. E 6: DOLLARS PER SQUARE FOOT 154 250 SF 100 MM INTERLOCING PAVERS (GREY) AT L& 62 5 DOLLARS PER SQUARE FOOT ' TRAFFIC CONTROL DEVICES TO BE USED DURING CONSTRUCTION AND TURNED OVER TO THE C UPON COMPLETION OF THE PROJECT 155 3 EA TRAILER MOUNTED FLASHING SIGN 10 BOARD* AT 4520. 1356c DOLLARS EACH d /'& dok7H 5fGd ~RLL -- __ 14 022 *Shall be a 1955 series trailer train traffic controller with lunette eyelet dr- 28 lamp 1963-ACHAS Arrow Panel, electric storage battery and power converter for silent operation during construction of this project. L,\L \ \r t b ". - ,< - :1! \-Le-'+$ ,;hei\, Exw ..)I tx j[ c '9') /("1 yp /,CZ 1 I t I I I I I 1 t 1 I I I I I 1.. I #(x rl BASE BID: All labor, material, services and equipment necess, for completion of all the work indicated in the construct drawings in conformance with the specifications. ~ Addendum (a) No (s) . has/have been recei and is/are included in this proposal. The Undersigned has checked carefully all of the above figu and understands that the City will not be responsible for error or omissions of the part of the Undersigned in making this bid. The Undersigned agrees to return four (4) signed copies of contract documents with the required bonds, notary stamps, PO contract documents with the required bonding company (one each bond), and certificate of insurance to the Project Mana no later than twenty (20) days from award of contract by the C Council and receipt of blank bid documents to be supplied by City. The Project Manager may be contacted at: CITY OF CARLSBAD, Municipal Projects Department 2075 Las Palmas Drive Carlsbad, California 92009-4859 Attention: Gary Kellison (438-1161, extension 4383) Late delivery of contract documents beyond the twenty (20) d allowed will reduce the time of completion specified in Sect 6-7 of the Supplementary General Provisions. The Undersigned agrees that in case of default in executing required Contract with necessary bonds and insurance polic within twenty (20) days from the date of Award of Contract City Council of the City of Carlsbad, the proceeds of check bond accompanying this bids shall become the property of the C of Carlsbad. Licensed in accordance with the Statutes of the State 'c roviding for the registration of Contractors, on '4' . Lice ~~~ 3 A'$* I The Undersigned bidder hereby represents as follows: I * 1 I I I I 1. That no Council member, officer agent, or employee the City of Carlsbad is personally interested, dire( or indirectly, in this Contract, or the compensatioi be paid hereunder; that no representation, oral 01 writing, of the City Council, its officers, agents, employees has inducted him/her to enter into 1 Contract, excepting only those contained in this 1 of Contract and the papers made a part hereof by terms; and, 2. That this bid is made without connection with person, firm, or corporation making a bid for the : work, and is in all respects fair and without collu: or fraud . Accompanying this proposal is for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of California Labor Code which requires every employer to be ins1 against liability for workers' compensation or to undertake sf insurance in accordance with the provisions of that code, agrees to comply with such provisions before commencing performance of the work of this Contract. The Undersigned is aware of the provisions of the State California Labor Code, Part 7, Chapter 1, Article 2, relative the general prevailing rate of wages for each craft or type worker needed to execute the Contract and agrees to comply 1 its provisions. (Cash, Certif I t 1 1 I I 8 la I 7fy72d Phone Number - /y-$jy 3 -- 1 ' Date Authorized Signature cy9 Ty$e of Organization (Individual,Corporation, ( P/&gm. Bidder's Address/ Partnership) 2 I I ? I I i I I I List below names of President, Secretary, Treasurer, and Manager if a corporation; and names of all partners, if a partnership: (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST 1 ATTACHED) (CORPORATE SEAL) I I I I I I I) I I personally known to me ** .* D .a 99 de. 9 -4 6. CERTIFICATE OF ACKNOWLEDGMENT - SURETY STATE OF CALIFORNU COWOF San Diego }ss Onthis 15th dayof-rci? , 1989, before me a Notary Public in and for the said county, personally appeared Ronald W. Rasmussen , personally kniwvn to be (or proved to me by satisfactory evidence) to be the person who executed the within instrument as Attorney-imFact of Surety therein named and acknowledged to me that the Surety executed it SEAL i 4 ] -,** - 25 BIDDER'S BOND TO ACCOMPANY PROPOSAL 1 7 1 KNOW ALL PERSONS BY THESE PRESENTS: That we, Principal, and Hartford Fire Insurance Company , as Surety are held and firmly bound unto the City of Carlsbad, California, ir an amount as follows: (must be at least ten percent (10%) of thc Km. 2. Kirchnavy, Inc. I as T I bid amount) for which payment will and truly made, we bind ourselves, ou heirs, executors and administrators, successors or assigns jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if th proposal of the above-bounden principal for: CARLSBAD BOULEVARD ,/ ELM AVENUE STREETSCAPE CONTRACT NO. 3288 in the City of Carlsbad, is accepted by the city Council of sa. City, and if the above bounden Principal shall duly enter in1 and execute a Contract including required bonds and insuran policies within twenty (20) days from the date of Award Contract by the City Council of the City of Carlsbad, being du notified of said award, then this obligation shall become nu and void; otherwise, it shall be and remain in full force 2 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 Princi] shall not exonerate the Surety from its obligations under tl bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of March , 1989. Corporate Seal (if Corporation) PHASE I1 r m I Hartford Fire Insurance Company . BY Title AttO ev -- ~n fact (NOTARIAL ACKNOWLEDGEMENT Ronald VI, Rasmussen (ATTm-m OF EXECUTION BY ALL PRINCIPA AND SURETY MUST BE ATTACH ATTORNEY IN FACT) 1 4.. *c + F. HARTFORD FIRE Harlford. INSURANCE Connecticul COMPANY U POWER OF ATORNEY Know all men by these Presents. That the HARTFORD FIRE INSURANCE COMPANY. a c3r- poration duly organized under the iaws of the State of Connecticut. and having its principai office in the City of Hartford. Couity of Hartford. State of Connecticut. does hereby make. constitute and appoint 0- RONALD W. RASMUSSEN of SAY DIEGO, CALIFORXU its true and lawful Attorney(s)-in-Fact. with full power and authority to each of said At!orney(s)-in-Fact. in their separate capacity if more than one is named above. to sign. execute and acknowledge any and all bonds and undertakings and other writings obligatory in the riature thereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust: guaranteeing the performance of contracts other than insurance po:icies: guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities. and executing or gUaraflte€?lng bonds and undertakings required or permitted In all actions or proceedinqs or by law allowed. -- ____------- ---%-- -_ _____L____CC___-C------------ --- .-__ - ---------- ------ ---- ---- -- -- --- ---_ and to bind the HARTFORD FIRE INSURANCE COMPANY &eby as fully and to the same extent as if such bonds and undertakings and other wcitings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by oneother of such Officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March, 1971. ARTICLE IV SECTION 8. The President or any Vice-president. acting with any Secretary or Assistant Secretary. shall have power and authority !o appninl for purposes only of. executing and attesting bonds and undertakings and other wrnings obligatory in the nature thereof. one or more Resident Vice- Presidents. Resident Assistant Secretaries and Attorneys-in-Fact and at any !!me to remove any such Resident Vice-president. Resident Assistant Secretary. or Attorney-in-Fact, and revoke the power and authority given to him. SECTION 11. Attorneys-in-Fact shall have power and authority. subject to the terms and limitations of the power of attorney :ssued to them. io execute and deliver on behall of the Company and lo attach the seal of the Company thereto any and all bonos and Undertakings and other writings obligatory In the nature thereof. and any such instrument executed by any such Attorney-in-Fact Shall be as binaing upon the Company as 11 signed by an Executive Officer and sealed and attested by one other of such Officers. duly called and held on the 11th day of June, 1976: (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD FIRE INSURANCE COMPANY RESOLVED: Robert N. H. Sener. Assistant Vice-president and Thomas F. Delaney. Assistant Vice-President. shall each have as long as he holds such office the same power as any Vice-president under Sections 6.7 and 8,of Article IN of me By-Laws of the Ccmpany. 0 This power Of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 6th day of August, 1976. RESOLVED. that. whereas Robert N. H. Sener. Assistant Vice-President and Thomas F. Delaney. Assistant Vice-President. acting with any Secretary or Assistant Secretary. each have the power and authority. as long as he holds such office. to appoint by a power of attorney. for purposes only of executing and attesting bonds and undertakings and other writings obligatory in !he nature mnreof. one or more Resident Vice-Presidents. Assistant secretaries and Attorney-in-Fact: Now, 1herefore.thesignaturesof SuchOfficers and thesea1of:heCompanymay beaffixedtoany such power of attorney or toany certificate relating thereto by facsimile. and any Such power of attorney or certificate bearing Such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company In the future with respect to any bond or undenaking to which it is attached. In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice-president, and its corporate seal to be hereto affixed. duly attested by its Secretary, this 1st day of April. 1983. Anest: HARTFORD FIRE INSURANCE COMPANY %+ @ ..$. 1 <&,n/ L:, 0 .:.&. Mary Scharf. Secretary STATE OF CONNECTICUT, RobeRN H Sener Assisranr Vice-Presidenl COUNTY OF HARTFORD, 1 5s On this 1st day of April, A.D. 1983. before me personally came Robert N. H. Sener. to me known. who being by me duly sworn. did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice- President of the HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of said corporation: that the seal affixed to the said instrument is such corporate sea!: that it was so affixed by order of the Board of Directors of said corporation and :hat he signed his name thereto by like p. .-c, order. STATE OF CONNECTICUT, (--J ',* .IC,>" . . .a' COUNTY OF HARTFORD. I ss CERTIFICATE 1. the undersigned. Assistant Secretary of the HARTFORD F!RE INSURANCE COMPANY. a Connecticut Corpora- tion. DO HEREBY CERTIFY thit the foregoing and attached POWER OF ATTORNEY remains !n full force and has not been revoked: and furthermore. that Article IV. Sections 8 and 11, of the By-Laws of the Companv. and the Resolutions of the Board of Directors. set forth in the Power of Attorney. are now in force. d&GxJW& G?,$.. %* Gloria Mazotas. Norary Public My Commission Expires Marcn 31 1988 Signed and sealed at the City of Hartford. Datad the day of @/ZF. a Form S-3507.3 (HF) Prinied in V SA David A Johnsor. ASS IS!^^! Secre!ary b 0 WM. J. KIRCHNAVY CONSTRUCTION, Inc. 1010 Linda Vista Drive San Marcos, CA 92069 (619) 744-0216 Project #3288 Carlsbad Blvd. and Elm Avenue Streetscape, Phase I1 SUBCONTRACTOR LIST TRADE NAME/ADDRES S LICENSE # PHONE # CONTACT Survey CEPA SURVEY LS3499 292-1353 Bob 8265-A Vickers St. San Diego, CA 92111 Guard ATLAS FENCE 176374 232-1151 Paul Rail P.O. Box 13249 C-13 San Diego, CA 92113 1211 South 32nd Street e San Diego, CA 92113 Electric MAC0 ELECTRIC #A-310659 562-3400 Roy 10111-A Prospect Avenue Santee, CA 92071 Paving ABC CONSTRUCTION #A-2 547 63 239-3428 Harold 3120 National Avenue San Diego, CA 92113 Pavers INTERLOCKING PAVERS 529809 434-5586 Steve 4351 Stanford Nielsen Carlsbad, CA 92008 North BRANDT COMMERCIAL 294275 (714) 644-8229 Bob LOUg Sign 2418 MacArthur B1. B, D-42 Wall Newport Beach, CA 92660 Traffic ALLIED BARRICADE 442-4401 Bob or Mik Control P.O. Box 710247 Santee, CA 92072-0247 801 Gable Way El Cajon, CA 92020 I) Stripers INTERSTATE STRIPERS 440-6415 ~- , & Install Signs 0 WM. J. KIRCHNAVY CONSTRUCTION, Inc. 1010 Linda Vista Drive San Marcos, CA 92069 Project #3288 Carlsbad Blvd. and Elm Avenue Streetscape, Phase I1 SUBCONTRACTOR LIST (Paqe 2) (619) 744-0216 TRADE NAME/ADDRESS LICENSE # PHONE # CONTACT Landscape AMERICAN EAGLE 430284 945-9009 Dick Shea; & Irrig. 116 Hannalei Drive C-27 Vista, CA 92083 0 I) I 2 I P 1. DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the sub-bids of th following listed Contractors in making up his/her bid and tha the sub-contractors listed will be used for the work for whic they bid, subject to the approval of the City Engineer, and i accordance with applicable provisions of the specifications an Section 4140 et seq. of the Public Contracts Code - ttSublettin and Subcontracting Fair Practices Act." No changes may be mac in these subcontractors except upon the prior approval of tk. City Engineer of the City of Carlsbad. The following informatic is required for each sub-contractor. Additional pages can k I attached if required: I Work Name with Zip Code with Area Code Items of Full Company Complete Address Phone No. I II I c I 1 1 c I I I' P I 1 27 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 k submission. Additional pages can be attached, if required. Type of State Carlsbad Contracting Business Amount of i Full Company Name License & No. License No.* Bid ($ or % 1 I t C 8 D f 1 11 c t d I€ t 1. * Licenses are renewable annually, If no valid license, iridic, "NONE." Valid license must be obtained prior to submission signed Contracts. (NOTARIAL ACKNOWLEDGEMENT OF EXCEPTION MUST BE ATTACHED.) 1 (CORPORATE SEAL) @Fc'ClA! SEX Mahnita L. Boyden Notary Pubiic.Caltfornla Principal Office In **..**,*.**.b..t.O**~~~~-* 28 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 1 The Undersigned submits herewith a notarized or sealed statemer financial responsibility. t 1 1 1: 1 8 5 1 8 P II 8 4 -6 1 P I (CORPORATE SEAL) rporation therein r- r i-a s. m .. -1 -3 -7 WILLIAM J. KIRCHNAW CONSTRUCTION, ONC. L1 -- FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATIC For the year ended October 31, 1988 and *. AUDITOR’S REPORT a 1. - -_- * -2 0 WILLIAM J. KIRCHNAVY CONSTRUCTION, INC. BALANCE SHEET OCTOBER 31, 1988 ASSETS CURRENT ASSETS CASH $283 , 31 ACCOUNTS RECEIVABLE INCLUDING $431,155 RETAINED BY CUSTOMERS (SCHEDULE 11) 1,782,6; COSTS AND ESTIMATED EARNINGS IN EXCESS OF BILLINGS ON UNCOMPLETED CONTRACTS (SCHEDULE IV) 242 , 7; -------- - TOTAL CURRENT ASSETS 2,3oaI6f PROPERTY AND EQUIPMENT (NOTE A) EQUIPMENT AND VEHICLES 2,182,41 FURNITURE AND FIXTURES 69,1( LESS: ACCUMULATED DEPRECIATION (1,226,9! 1,024 , 6d - - - - - - - -. - - - - - - - -. a $3 , 333,3 -____-_- _____-_- -2- e I I i -a I a i ! 3 LIABILITIES AND STOCKHOLDERS' EQUITY 'i j 7 ACCOUNTS PAYABLE (SCHEDULE 111) $1 , 168 , 9t i LINE OF CREDIT (NOTE E) 365,OC INCOME TAXES PAYABLE (NOTE A) (12,8( DEFERRED INCOME TAXES PAYABLE CURRENT (NOTE A) 39,O: ACCRUED PAYROLL AND RELATED EXPENSES 103 , 8; BILLINGS IN EXCESS OF COSTS AND ESTIMATED - CURRENT PORTION OF OFFICERS LOAN (NOTE C) 10,31 I CURRENT PORTION OF CONTRACTS PAYABLE (NOTE B) 285 , 6: I CURRENT LIABILITIES 1 3 1 EARNINGS ON UNCOMPLETED CONTRACTS (SCHEDULE IV) i --------- TOTAL CURRENT LIABILITIES 1 , 959,9' I I LONG-TERM LIABILITIES DEFERRED INCOME TAXES (NOTE A) 96,l' CONTRACTS PAYABLE (NOTE B) 344 , 6' 0 LOAN FROM OFFICER (NOTE C) 78,2! 519,ld 2 , 479 , 1: --------. -- ----- -. --------. STOCKHOLDERS, EQUITY COMMON STOCK, NO PAR AUTHOR1 Z IED 7,500 ISSUED 100 3 i OUTSTANDING 100 10,OI RETAINED EARNINGS 844 , 1' 854,l -------- -------- $3,333 ,3 --_-__-- __-____- i 3 E -3- THE ACCOMPANYING NOTES ARE AN INTEGAL PART OF THE FINANCIAL STATEM - 0 -1 1 -i i- 7 5 @ WILLIAM J. KIRCHNAVY CONSTRUCTION, INC. STATEMENT OF OPERATIONS AND RETAINED EARNINGS i FOR THE YEAR ENDED OCTOBER 31, 1988 2 , -- B L 1 EARNED REVENUES 1( CONSTRUCTION CONTRACTS $9,585,110 3 ----------- ! COST OF EARNED REVENUES 1 7 MATERIALS 1 , 112 , 887 EQUIPMENT RENTAL 1,234 , 648 LABOR 1,908,628 "_ PAYROLL TAXES AND UNION BENEFITS 710,827 J SUBCONTRACT 2,610,097 '1 EQUIPMENT FUEL 217 , 603 EQUIPMENT MAINTENANCE 361,067 INSURANCE 391,633 71,805 DUMP FEES I DEPRECIATION 180 , 515 1 ENGINEERING 38,109 r MISCELLANEOUS 12 , 054 J r( 5 t ----------- 8,849,873 ! ----------- GROSS PROFIT ON EARNED REVENUE 735,237 612 , 693 OPERATING INCOME 122,544 e ; GENERAL AND ADMINISTRATIVE EXPENSE (SCHEDULE I) ----------- i OTHER INCOME (EXPENSE) INTEREST & PENALTIES INTEREST INCOME (18 , 827) 1,286 , INCOME BEFORE INCOME TAXES 105,003 INCOME TAXES 23 , 799 81,204 j RETAINED EARNINGS AT BEGINNING OF PERIOD 762 , 992 ----------- 1 ----------- NET INCOME ----------- RETAINED EARNINGS AT END OF PERIOD $844,196 --_-__-_--- _-_-__-__-- ,' THE ACCOMPANYING NOTES ARE AN INTEGAL PART OF THE FINANCIAL STATEM -4- $ -4 ... d Address 8 Name and Phone No. of Person Type of Amount of .a .* 4 s 84 + -++e .7 0 0 8 Q h * Q. 3 -3 p * -. * 9 C)it !:I/;L ?F,<L b) 'p 9 * 0 0 * * * + c d .e * * * t * Q . L .. ., * 0 t c CORPORATE ACKNO~EWUENTFORY MBC-MISC-505 i CONTRACT - FTJBLIC WORRS This agreement is made this F day of ,&, , 1989, by between the Housing e! Redevelopment Commission of the City c Carlsbad, a municipal corporation, (herejnafter called "City") whose principal place of business is 1010 Linda Vista Drive. Sa (hereinafter called "Contractor". ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all t 0 I - r khlliam J . Kirchnaw Construction. IncorporaLed Flarcos. CA 92069 , specified in the Contract documents for: CARLSBAD BOULEVARD / ELM AVENUE STREETSCAPE CONTRACT NO. 3288 I PHASE 11 .) (hereinafter called rlprojectlt) 2. Provisions of Labor and Materials. Contractor shall pro7 all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of 1 Contract; the bid documents, including the Notice Bidders, Instructions to Bidders' and Contractc Proposals; the Plans and Specifications, the Spec Provisions, and all proper amendments and changes 1 Specifications, and the bonds for the project; all of wl are incorporated herein by this reference. The Contractor, her/his subcontractors, and mater suppliers shall provide and install the work as indica. specified, and implied by the Contract documents. Any i. to the completion of the work, shall be provided at Contractor's expsnse to fulfill the intent of I documents. In all instances through the life of Contract, the City will be the interpreter of the inten' the Contract documents, and the City's decision relativc said intent will be final and binding. Failure of Contractor to apprise her/his subcontractors and mater her/him of the responsibility of compliance. 4. Pavment. All full compensation for Contractor's perform of work under this Contract, City shall make payment to Contractor per Section 9-3 of the Standard Specificat for Public Xorks Construction. The closure date for monthly invoice will be the 30th of each month. 1 I e J thereto in accordance with this Contract or the Plans 1 t of work not indicated or specified, but which are essen' i i , suppliers of this condition of the Contract will not re1 > e l Invoices from the Contractor shall be submitted according the required City format to the City's assigned proj manager no later than the 5th day of each month, Payme will be delayed if invoices are received after the 5th each month. The final retention amount shall not released until the expiration of thirty-five (35) d following the recording of the Notice of Completion pursu to California Civil Code Section 3184. 1 5. Independent Investisation. Contractor has made 1 Independent Investigation of the jobsite, the s conditions at the jobsite, and all other conditions t might affect the progress of the work, and is aware of th conditions. The Contract price includes payment for work that may be done by Contractor, whether anticipated not, in order to overcome underground conditions. information that may have been furnished to Contractor City about underground conditions or other job conditions for Contractor's convenience only, and City does warrant that the conditions are as thus indicat Contractor is satisfied with all job conditions, includ underground conditions and has not relied on informat 6. Contractor Responsible for Unforeseen Conditio Contractor shall be responsible for all loss or dan arising out of the nature of the work or from the action the elements or from any unforeseen difficulties which arise or be encountered in the prosecution of the work ur its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall be responsible for reasonable delays in the completion the work caused by acts of God, stormy weather, extra wc or matters which the specifications expressly stipulate h be borne by City. 7, Chanse Orders. City may, without affecting the validit1 the Contract, order changes, modifications and extra worl issuance of written change orders. Contractor shall makc change in the work without the issuance of a written chz order, and Contractor shall not be entitled to compensal for any extra work performed unless the City has issue written change order designating in advance the amount I additional compensation to be paid for the work. change order deletes any work, the Contract price shall reduced by a fair and reasonable amount. If the parties unable to agree on the amount of reduction, the work SI nevertheless proceed and the amount shall be determinec litigation. The only person authorized to order change: extra work is the Project Manager. The written Chi order must be executed by the City Manager if it is $5,000.00 or less or approved by the City Council executed by the Mayor if the amount of the change o exceeds $5,000.00. I 4 P 1 1 b J I I 0' d 1 1 t I 1 furnished by City. I 8. Immisration Reform and Control Act. Contractor shall com] with the requirements of the ltImmigration Reform and Cont: Act of 1986" (8 USC Section 1101-1525). 9. Prevailinq Wase. Pursuant to the California Labor Code, I director of the Department of Industrial Relations I determined the general prevailing rate of per diem wages accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates on file in the office of the Carlsbad City Clerk, and incorporated by reference herein. Pursuant to Califori Labor Code, Section 1775, Contractor shall pay prevail wagers. Contractor shall post copies of all applical prevailing wages on the job site. 10, Indemnitv. Contractor shall assume the defense of, pay l expenses of defense, and indemnify and hold harmless - City, and its officers and employees, from all claims, lo: damage, injury and liability of every kind, nature l description, directly or indirectly arising from or connection with the performance of the Contractor or wo' or from any failure or alleged failure of Contractor comply with any applicable law, rules or regulatic including those relating to safety and health; except loss or damage which was caused solely by the act negligence of the City; and from any and all claims, lo: damages, injury and liability, howsoever the same may caused, resulting directly or indirectly from the nature the work covered by the Contract, unless the loss or dam( was caused solely by the active negligence of the City. r expenses of defense include all costs and expenses includ attorneys fees for litigation, arbitration, or other dispi resolution method. 11. Insurance. Without limiting Contractor's indemnificatic it is agreed that Contractor shall maintain in force at i times during the performance of this agreement a policy policies of insurance covering its operations and insurai covering liability stated in Paragraph 10. The policy policies shall comply with the special insurar instructions in the Supplementary General Provisions < shall contain the following clauses: A. "The City is added as an additional insured as respec operations of the named insured performed under contri with the City." (1) The amount of the insurance shall 1 I I l I t b I IE I J I. 31 I I i $1,000,000.00. B. "It is agreed that any insurance maintained by the C shall apply in excess of and not contribute wid insurance provided by this policy." t I All insurance policies required by this paragraph shi contain the following clause: A. "This insurance shall not be cancelled, limited or nc renewed until after thirty (30) days written notice 1 been given to the City." B, @*The insurer waives any rights of subrogation it has may have, against the City or any of its officers employees e 'I i I I 1 I i I b II 1. I S i a Certificates of insurance evidencing the coverage requi by the clauses set forth above shall be filed with the C prior to the effective date of this agreement. requirements of Section 3700 of the California Labor COI 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 evj kind, nature, and description brought by any person emplo. or used by Contractor to perform any work under t: Contract regardless of responsibility for negligence. 13. Proof of Insurance. Contractor shall submit to the C certification of the policies mentioned in Paragraphs 10 q 11 or proof of worker's compensation self-insurance prior the start of any work pursuant to this contract. Government Tort Claims Act (California Government C Section 900 et seq.) prior to filing any lawsuit for bre of this contract of any claim or cause of action for mo or damages. 15. Maintenance of Records. Contractor shall maintain and m available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chapter Article 2, of the California Labor Code. If the Contrac does not maintain the records at Contractor's princi place of business as specified above, Contractor shall inform the City by certified letter accompanying the ret of this Contract. Contractor shall notify the City certified mail of any change of address of such records. 12. Workers' ComDensation. Contractor shall comply with '14. Claims and Lawsuits. Contractor shall comply with 16. Labor Code Provisions. The provisions of Part 7, Chapter commencing with Section 1720 of the California Labor C are incorporated herein by reference. 17. Security. Securities in the form of cash, cashier's che or certified check may be substituted for any mon withheld by the City to secure performance of this contr for any obligation established by this contract. Any ot security that is mutually agreed to by the Contractor U t I 34 B the City may be substituted for monies withheld to ensure performance under this contract. 18. Provisions Rewired bv Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 19. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions1' 01 I'Special Provisions1I attached hereto and made a part hereof. E 1 I I I I I a 8 l L - (Seal: 1 ,// (NOTARIAL ACKNOWLEDGEMENT OF By e).;---? /~~A~~+~~-~fl~ EXECUTION BY ALL PRINCIPALS A: 5f- MUST BE ATTACHED. ) Title ,~J%L-?'% A PR VED AS TO FORM: 6 ' "7-H. Cornmisslon Ib City LR.L Attorney ATTEST : C3ftyCldJ or/ fl(y' e n t /I 1 8 0 0 0 0 .++ + 0-643 84 rb 4 6)-c. 68 6.4- Q d 4 CFFTIAL SEAL Mabrtito k. RQyden td ot,q PC ?>It. Ca!:fornia Pf;flC!pa; Office irc sa7 Dlego County proved to me on the basis of satisfactory evidence he withln instrument as he corporation therein ion executed it. My Comn. Exp July 31. i9 0 e 0 Q ++0908 eo e Q 0 e 0 0 * B 9 B e 9 +-+ OfFlClAL StAL he within instrument as Nntay Public.Cal!tornia ?rmcIi%l Office In Ssn i)qo P,oonty y Co~m Ex:) JUIV 31. *s*a~~aoc,obus~pon*r,*Pr, a CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY "1 am aware of the provisions of Section 3700 of the Labor C which requires every employer to be insured against liability workers i compensation or to undertake self-insurance accordance with the provisions of that code, and I will com with such provisions before commencing the performance of work of this Contract.i1 i I I E i. i I I b 1 f I 8 1 I 4 1 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "1 am aware of the requirements of the Immigration Reform a Control Act of 1986 (8 USC Section 1101-1525) and have compli with these requirements, including, but not limited to, verifyi the eligibility for employment of all agents, employee subcontractors, and consultants that are included in th Contract e I( t y/vr-v . - -2-f ut // I. 3t LABOR AND MATERIALS BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad State California, by Resolution No. 141 , adoptedMaY 16, b89 I awarded to William J. Kirchnavy Construction, Incorporated (hereinaf designated as the IqPrincipaltt), a Contract for: i CARLSBAD BOULEVARD / ELM AVENUE STREETSCAPE PHASE I1 1 I I It I I b 1 8 I & SI CONTRACT NO. 3288 in the City of Carlsbad, in strict conformity with the drawi and specifications, and other Contract documents now on file the Office of the City Clerk of the City of Carlsbad and all which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute s Contract and the terms thereof require the furnishing of a b with said Contract, providing that is said Principal or any his/her or its subcontractors shall fail to pay for materials, provisions, provender or other supplies or teams u in, upon for or about the performance of the work agreed to done, or for any work or labor done thereon of any kind, Surety on this bond will pay the same to the extent hereinaf set forth. NOW, THEREFORE, WE, William J. Kirchnavy Construction, Incorporated nated as the IqContractorlt), a as Surety, are held firmly bo unto the City of Carlsbad in the sum of Eight hundred fourty five Dollars ($ 345,990.51"*"**""**"**), said sum be fifty percent (50%) of the estimated amount payable by the C of Carlsbad under the terms of the Contract, for which paym well and truly to be made we bind ourselves, our heirs, execut and administrators, successors, or assigns, jointly severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person his/her subcontractors fail to pay for any materials, provisio provender or the supplies, or teams used in, upon, for, or ab the performance of the work contracted to be done, or for other work or labor thereon of any kind, or for amounts due un the Unemployment Insurance Code with respect to such work labor, that the Surety or Sureties will pay for the same, in amount not exceeding the sum specified in the bond, and, also, case suit is brought upon the bond, a reasonable attorney's f to be fixed by the court, as required by the provisions Section 4202 of the Government Code of the State of Californ This bond shall insure to the benefit of any and all perso companies and corporation entitled to file claims under Title of Part 4 of Division 3 of the California Civil Code (commenc # nine hundred ninety and 51/00 1 with Section 3082). P 1 1 In the event any Contractor above named executed this bond as individual, it is agreed the death of any such Contractor sh( not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed b . Contractor and Surety above named, on the w day of &K/ 1989. &/U/Afl . z/e!#m'&& '-4 1 R I 11 (CORPORATE SEAL) 1 I I I CJ I t 5 (NOTAIPIAL ACKNOWLJ3DGEMENT OF EXECUTION FOR EACH SIGNER MUST BE ATTACHED.) OFFICIA sFbl Mafiniia L 130yd2n No:ary P~t~iic Cdtl'orm $an Olego Courti b Prircipa Offtci. (1 I *+++~ooe--*****- CERTLF~CATE OF ACKNOWLEDGMENT - SURETY nATE OF CALIFORNIA COUNTY OF I ss On this ,Z, day of Notary Public in and for the said county, personally appeared personally known to be (or proved to me by satisfadory eviden within instrument BS Attorney-iwFact of Surety therein named and acknowledged to me that the Sur kWhL Notan Pt 4' \ I executed it SEAL 1) 1 /2u/ /co. JQ/YiJ-/ I- PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State California, by Resolution NO. 141 , adopted Nay 16. $9@as awar to William J. Kirchnavy Construction, Incorp?ra@@reinafter designated the llPrincipalll), a Contract for: i CARLSBAD BOULEVARD / ELM.AVENUE STREETSCAPE PHASE I1 CONTRACT NO. 3288 I I 1 1 I I b I 1 I 1; It c I I in the City of Carlsbad, in strict conformity with the contra the drawings and specifications, and other Contract documents on file in the Office of the City Clerk of the City of Carls all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute s Contract and the terms thereof require the furnishing of a b for the faithful performance of said Contract; NOW, THEREFORE , WET3Jilliam J. Kirchnavy Construction, ($ereinafter designated as the t*Contractorll) , and bound unto the City o lsbad, in the sum ofOne million six hu mo one "hundred percent (lbO%)' of the estimated amount the Contract, to be paid to the said City or its cert attorney, its successors and assigns; for which payment, well truly to be made, we bind ourselves, our heirs, executors administrators, successors or assigns, jointly and several firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the ak bounden Contractor, his/her or its heirs, executo administrators, successors or assigns, shall in all things st to and abide by, and well and truly keep and perform covenants, conditions, and agreements in the said Contract any alteration thereof made as therein provided on his/her their part, to be kept and performed at the time and in manner therein specified, and in all respects according to th true intent and meaning, and shall indemnify and save harm1 the City of Carlsbad, its officers and agents, as ther stipulated, then this obligation shall become null and vc otherwise it shall remain in full force and virtue. As a part of the obligation secured hereby and in addition to face amount specified therefore, there shall be included cc and reasonable expenses and fees, including reasonable attorr fees, incurred by the City in successfully enforcing E obligation, all to be taxed as costs and include in any judgen rendered. Incorporated P/%2?- S@M .& NflM , as Surety, are held and fir one thousand - red einhtv 0% &iBErs ($1 691 981 n:! A****), said sum be t . _1 -- -.-- ---.+- 5 RAn 4 ,tij-;L .-:pa? SZJ'RANCE 60 dartford Connecticut f* POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COVPANY a cor poration duly organize3 under the laws of the State of Connecticut and having its principal office in the City of Hartford Cou~ty of Hartford State of Connecticut does hereby make constitute and appoint ROXALD W. MSMTSSEN of SAN DIEGO, CALIFORNIA its true and lawful Attorney(s)-in-Fact. with full power and authority to each of said At:orney(s)-in-Fact ir their separate capacity if more than one is named above to sign. execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on benalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust. guaranteeing the performance of contracts other than insurance policies guaranteeing the performance of insurance contracts where surety bonds are accepted by s?ates and municipalities and eXeCUting or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed ______________------------ ---_ -_ -- ---~ c_________--- -------------- ---_ -. --- --_ -- -- --- ---- -- and to bind the HARTFORD FIRE INSURANCE C0MPAN;ii;ereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof This power of attorney is granted by and under authority of the following provisions (1) By-Laws adopted by the Stockholders of the HARTFORD FIRE INSURANCE COVPANY at a meeting duly called and held on the 9th day of March, 1971 ARTICLE IV SECTION 8 The President or any Vice-President acting with any Secretary or Assistant Secretary shall have power and authority to appoint for purposes only of executing and attesting bonds and undertakings and other wrttings obligatory in the nature thoreof one or more Resioent Vtce Presidents Resident Assistant Secretaries and Attorneys-in-Fact and at any Itme to remove any such Resident Vice-President Resident Assisiant Secretary or Attorney-in-Fact and revoke the power and authority given to him SECTION 11 Attorneys-in-Fact shall rave power and authority subpct to the terms aid IimltatiOnS of the power of attorney sssued to them to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonas and undenaklngs and other writmgs obligatory in the nature thereof and any such instrument executed by any such Attorney-in-Fact shall be dS binding upon the Company as if signed by an Executive Officer and sealed and attested by one other of such Officers (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORD FIRE INSURANCE COMPANY duly called and held on the 11th day of June, 1976. such office the same power as any Vice-President under Sections 6 7 and 8 of Article IV of the By-Laws of the Company RESOLVED Robert N H Sener Assistant Vice-President and Thomas F Delaney Assistant Vice-President shall each have as long as he holds This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY ata meeting duly called and held on the6th day of August, 1976 RESOLVED that whereas RobertN H Sener Assistant Vice-PresidentandThomas F Delaney. ASsiStantVice-President acting with any Secretary or Assistant Secretary each have the power and authority as long as he holds such office to appoint by a power of attorney for purposes only of executing and attesting bonds and undertakings and other wrrtings obligatory in *he nature thereof. one or more Resident Vice-Presidents Assistant Secretaries and Attorney-in-Fact Now therefore thesignaturesof such Officersand the seal0f:heCompanymay beaffixedtoanysuch power of attorneyortoanycertificaterelat!ng thereto by facsimile and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it IS attached In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caussd these presents to be signed by its Assistant Vice-President. and its corporate seal to be hereto affixed. duly attested by its Secretary, this 1st day of April 1983 Attest HARTFORD FIRE INSURANCE COMPANY *&/&f @ <h4- L7 / (-J ++* "-0. 0 ..-& Mary Schari Secretary STATE OF CONNECTICUT RobertN H Sener Assistanf Vice Presidenl COUNTY OF HARTFORD I ss On this 1st day of April, A D 1983. before me personally came Robert N H Sener, to me Known who being by me duly sworn, did depose and say that he resides in the County of Hartford. State of Connecticut that he is the Assistant Vice- President of the HARTFORD FIRE INSURANCE COMPANY, tne corporation described in and which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to the said instrument IS such corporate seal, that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order &m& :.. i Gloria Mazotas Notary Puolrc My Commission Expires March 31 1988 o**IccL STATE OF CONNECTICUT COUNTY OF HARTFORD 1 ss CERTIFICATE I the undersigned Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY a Connecttcut Corpora tion DO HEFIEBY CERTIFY that the foregoing and attached POWER OF ATORNEY remains in full force and has not been revoked and furthermore that Article IV Sections 8 and 11 of the By-Laws of the Companv and the Resolutions of the Board of Directors set forth in the Power of Attorney are now in force P l9 89 L David A Johnson Assisfant Secrerary @+titi day Of 73 A + Signed and sealed at the City of Hartford Date Form S-3507.3 lHFI Printed n J S A I I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California 1 County of 1 ) ss. 1 i II 1 8 I B I 8 I s 8 I I I , being first duly sworn, the party making the foregoing bid that the bid is not made the interest of, or on behalf of, any undisclosed pers partnership, company, association, organization, or corporati that the bid is genuine and not collusive or sham; that bidder has not directly or indirectly induced or solicited other bidder to put on a false or sham bid, and has not direc or indirectly colluded, conspired, connived, or agreed with bidder or anyone else to put in a sham, bid, or that anyone sl- refrain from bidding that the bidder has not in any manr directly or indirectly, sought by agreement communication, conference with anyone to fix the bid price, or of that of other bidder, or to fix any overhead, profit, or cost element advantage against the public body awarding the contract of ani interested in t he proposed contract; that all statemf contained in the bid ar true: and further, that the bidder not, directly or indirectly, submitted his or her bid price any breakdown thereof, or the contents thereof, or divul information or data relative thereto, or paid, and will not E any fee to any corporation, partnership, company associati organization, bid depository, or to any member or agent ther to effectuate a collusive or sham bid. b 1) COMPANIES AFFORDING COVERAGE Diego, CA 92130 COMPANY A LETrER Aetna Casualty & Surety Company SUB-CODE COMPANY LETTER B William J. Kirchnavy Construction, Inc. COMPANY I010 Linda Vista Drive LETTER c San I%rcos, CA 92069 COMPANY LETTER [p COMPANY LETTER E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLK INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO W CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL Tt EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPEOFINSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSAI DATE (MM/DD/YY) DATE (MMIDDIYY) GENERAL LIABILITY GENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGGREGATE CLAIMS MADE x OCCUR 05Am5256290 1 1 /I /88 1 1 /I /89 PERSONAL & ADVERTISING INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one person) SINGLE $ 1 I 000 AUTOMOBILE LIABILITY COMBINED X ANYAUTO LIMIT ALL OWNED AUTOS BODILY SCHEDULED AUTOS (Per person) INJURY $ x HIREDAUTOS BODILY x NON-OWNED AUTOS 05FJ5256290 I I /I /88 1 1 I’ /89 (Per accident) INJURY $ PROPERTY $ DAMAGE GARAGE LIABILITY EXCESS LlABlLlTY 05XS5256290 11/1/88 11/1/89 OTHER THAN ULBRELLA FORM WORKER’S COMPENSATION $ (DISEASE- $ (DISEASE- EMPLOYERS’ LIABILITY RE: It is hereby understood and agreed that the policy to which this Certificate refers Carlsbad Blvd. /Elm Avenue Streetscape Phase 11-3228 TIONAL INSURED: of Carlsbad NOTICE SHALL IMPOSE NO OB1 rlsbad, CA 92008-1 989 YL LU _. ._ _- :el -. ) (Ed. 31 This enoorsement forms a part of the ool~cy to which apcned. effective 3n 73: 1?::?1:;: .X: c ..I. -- <* 0 otherwise :;ate0 herein. (The followinl information is required only wnen this tndorremen! is issued subsequent Endof. ment efiective 11/1/88 POl'CY NO. 0 5 A C 12 5 25 6 2 9 0 Named Insured Additional Premium $ L '#illiam J. Kirchnavy Construction, Inc. This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADC!T!QNAL !!VSURED (Owners or Contracton) Schedule kame of Perron or Orraniration (Additional Insured) Location of Covered Operations Per Certificate Per Certificate Premium Bases Rates Advancc Premium S 5 .. SlDO of cost ibdily Injury Liability cost hoperty Damage Liability Cost SlDO of cost Total Advance Premium 5 NIL 0 It is agreed that L The "Penom Insurer provision is amended to include as an insured the person or organization named above (hereinafter called "additional insure but only with respect to liability arising out of (1) operations performed for the additional insured by the named insured at the location designated a1 or (2) acts or omissions of the additional insured in connection with his general supervision of such operations. 2 None of the uciusions of the policy. except exclusions (a), (c). (f), (g). (i), (j) and (m). apply to this insurance. 3. Additional Exclusions This insurance does not apply: (a) to bodily injury or property damore occurring after (1) all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured a; the site of covered operations has been completed or (2) that. portion cf :De mmcd insured's wrk nut of which the injury or damape arises has been put to its intended use by any person or organiza other than another contractor or subcontractor engaged in performing operations :or a principai as a part oi the same project; (b) to bodily injury or propedy damale arising out of any act or omission of the additional insured or any of his empioyes, other than general su vision of work performed for !he additional insured by the named insured; (c) toprope* damage to (1) property owned or occupied by or rented to the additional insured. (2) propert). used by the additional insured, (3) property in the care. custody or control of the additional insured or as lo which the additional insured is for any purpose exercising phy control, or (4) work performed for the additional insured by the named insured. . 4. Additional Definition When used in reference to this insurance. "work" includes materials. parts and equipment furnished in connection therewith. ,a GL 20 09 01 73 NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOl COMPANIES AFFORDING COVERAGE Diego, CA 92130 COMPANY L~ER A Fremont Compensation Insurance cornpa SUB-CODE COMPANY LE-ER B COMPANY William J. Kirchnavy Construction, Inc. L~ER c 101 0 Linda Vista Drive COMPANY San Marcos, CA 92069 LEXER D CERTlFiCATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TI EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ALL LIMITS IN THOUSAI POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER GENERAL LIABILITY GENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGATE CLAIMS MADE OCCUR PERSONAL &ADVERTISING INJURY OWNER’S & CONTRACTOR’S PROT EACHOCCURRENCE FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one person) SINGLE $ AUTOMOBILE LIABILITY COMBINED ANY AUTO LIMIT ALL OWNED AUTOS BODILY SCHEDULEDAUTOS (Per person) HIRED AUTOS BODILY NON-OWNED AUTOS GARAGE LIABILITY INJURY $ INJURY $ EXCESS LIABILITY OTHER THAN UMBRELLA FORM WORKER’S COMPENSATION ’FTp88474381 -C1 11/1/88 11/1/89 EMPLOYERS’ LIABILITY $ 1,000 (DISEASE-I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHlCLES/RESTRlCTlONS/SPECIAL ITEMS RE: Carlsbad Blvd/ Elm Avenue Streetscape Phase 11-3228 00 Elm Avenue EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL EN1 rlsbad, CA 92008-1 989 MAIL 30 DAYS WRITEN NOTICE TO THE CERTIFICATE HOLDER NAI 1 1 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in f for a11 compensation of whatever nature due the Contractor all labor and materials furnished and for all work performed the above-referenced project for the period specified above w the exception of contract retention amounts and disputed cla specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ 1 I 1 4 I I C 1 2 II I 1 I @ I DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any cl the Contractor may have, of whatever type or nature, for period specified which is not shown as a retention amount o disputed claim on this form. This release and waiver has b made voluntarily by Contractor without any fraud, duress or un influence by any person or entity. Contractor further certifies, warrants, and represents that bills for labor, materials, and work due Subcontractors for specified period have been paid in full and that the part signing below on behalf of Contractor have expressed authority execute this release. DATED: b PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) BY BY P m ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between City of Carlsbad whose address is 1200 Elm Avenue, Carlsk California, 92008, hereinafter called ItCity1l and whose address is hereinafter called ttContractortt and 1 I I 1 n I 1 I Q I 1 e @ P I I whose address is - hereinafter called ttEscrow Agent. (I For the consideration hereinafter set forth, the Owr Contractor and Escrow Agent agree as follows: 1. Pursuant to Section 4590 of Chapter 13 of Division 5 Title 1 of the Government Code of the State of Califorr Contractor has the option to deposit securities with Esc Agent as a substitute for retention earnings required to withheld by City pursuant to the Construction Contr entered into between the City and Contractor for Str Improvements to Manzano Drive in the amount of dated (hereinafter referred tc the ttContractut). A copy of said contract is attached Exhibit '@Att. When Contractor deposits the securities a substitute for Contract earnings, the Escrow Agent sh notify the City within ten (10) days of the deposit. market value of the securities at the time of substitution shall be at least equal to the cash amount t required to be withheld as retention under the terms of Contract between the City and Contractor. Securities sh be held in the name of and shall designate the Contractor as beneficial owner. Prior to any disbursements, Escrow Aq shall verify that the present cumulative market value of securities substituted is at least equal to the cash amc of all cumulative retention under the terms of the Contra I) 2. The City shall make progress payments to the Contractor such funds which otherwise would be withheld from progr payments pursuant to the Contract provisions, provided t the Escrow Agent holds securities in the form and amc specified above. 3. Alternatively, the City may make payments directly to Esc Agent in the amount of retention for the benefit of the C until such time as the escrow created hereunder terminated. 4. Contractor shall be responsible for paying all fees for expenses incurred by Escrow Agent in administering escrow account. These expenses any payment terms shall determined by the Contractor and Escrow Agent. 1 5. The interest earned on the securities or the money mar accounts held in escrow and all interest earned on t interest shall be for the sole account of Contractor shall be subject to withdrawal by Contractor at any time from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any F of the principal in the Escrow Account only by writ notice to Escrow Agent accompanied by written authorizat from City to the Escrow Agent that City consents to withdrawal of the amount sought to be withdrawn Contractor. 1 L I s s I I s t II I I (t t I 7. The City shall have a right to draw upon the securities the event of default by the Contractor. Upon seven (7) c written notice to the Escrow Agent from the City of default of the Contractor, the Escrow Agent sk. immediately convert the securities to cash and sk. distribute the case as instructed by the City. 8. Upon receipt: of written notification from the C certifying that the Contractor has complied with requirements and procedures applicable to the Contre Escrow Agent shall release to Contractor all securities interest on deposit less escrow fees and charges of Escrow Account:. The escrow shall be closed immediately L disbursement of all monies and securities on deposit payments of fees and charges. 9. Escrow Agent shall rely on the written notifications f the City and the Contractor pursuant to Sections 1 to inclusive, of this agreement and the City and Contrac shall hold Esc:row Agent harmless from Escrow Agent's rele and disbursement of the securities and interest as set fc above. T m 10. The names of the persons who are authorized to c written notices or to receive written notice on behalf the City and on behalf of Contractor in connection with foregoing, and exemplars of their respective signatures as follows: For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address 44 1 At the time the Escrow Account is opened, the City Contractor shall deliver to the Escrow Agent a fu executed count:erpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above. For City: Title Name Signature Address 1 I I SI d I For Contractor-: Title Name Signature Address m f 3 1 I 1 U Y e t 1 1 E I 1 a I t e b 1 I 8 I 1, I n E SECTION B SUPPLEMENTARY PROVISIONS TO THE SSP’ PART 1 - GENERAL PROVISIONS r 1 SECTION B SUPPLEMENTARY PROVISIONS TO THE SSPWC PART 1 GENERAL PROVISIONS SECTION B SHALL CONFORM TO PART 1 OF THE STANDARD SPECIFICATIOE FOR PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGI AND/OR ADDITIONS: 1 SECTION 1: TERNS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS I I I u t I 3 8 I II 1 u I 1-1 TERMS, add: A. Reference to Drawings: Where words "shown", "indicated", "detailed", I' no t e d I "scheduled", or work of similar import are used, it shall 1 understood that reference is made to the plans accompanying the: provisions, unless stated otherwise. B. Directions: Where words "directed", "designated", "selected", or words ( similar import are used, it shall be understood that tl direction, designation or selection of the Engineer is intendec unless stated otherwise. The work "required" and words of simili import shall be understood to mean It as required to proper: complete the work as required and as approved by the Cii Engineer", unless stated otherwise e C. Equals and Approvals: Where the words "equal", "approved equal", "equivalent", and suc words of similar import are used, it shall be understood suc words are followed by the expression "in the opinion of tl Engineer," unless otherwise stated. Where the words "approved' "approval", "acceptance", or words of similar import are used, : shall be understood that the approval, acceptance, or simili import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that tl Contractor, at her/his expense, shall perform all operation: labor, tools and equipment, and further, including the furnishii and installing of materials that are indicated, specified, I required to mean that the Contractor, at her/his expense, sha. furnish and install the work, complete in place and ready to USI including furnishing of necessary labor, materials, tool: b 1 equipment, and transportation. 1-2 DEFINITIONS, Modify: Agency - The City of Carlsbad, California. Engineer - The Project Manager for the City of Carlsbad or h approved representative. d I 46 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.1 General fl add : The work shall be performed in accordance to the following documents: 1. Standard Specifications for Public Works Construction 1988 2. Standard Design Criteria For The Design Of Public Works Improvements In The City of Carlsbad approved 6-19-87. 3. Standard Special l?rovisions For Use In Conjunction With The AGC/APWA Standard Specifications for Public Works Construction, as shown in the City of Carlsbad's Standard Design Criteria. 4. San Diego Area Regional Standard Drawings with ModificationE as listed in the City of Carlsbad's Standard Design Criterie approved 6-19-87. 5. City of Carlsbad Supplemental Standard Drawings as shown ii the City of Carlsbad's Standard Design Criteria approvec 6. California Department of Transportation Standard Plans ant Specifications Section 86, Signals Lighting and Electri Systems, 1988 Edit-ion. 7. Standard Plans arid Specifications for Construction of Wate Mains for Costa Real Municipal Water District dated Januar 1987 adopted by Resolution 539. 8. Construction plans consisting of 56 sheets designated as Cit 9. State of California Department of Transportation Traffi 1 I 1 8 4 I 1 1 8 8 8 I II Edition. 6-19-87. b of Carlsbad Drawing No. 291-2. Manual. 10. These project specifications supplied herein. 2-5.3 Shop Drawings, add: Where installation of work is required in accordance with t product manufacturer's direction, the Contractor shall obtain a distribute the necessary copies of such instruction, including t (2) copies to the Engineer. When approved by the Engineer, each copy of the Drawings will stamped approved, signed, and dated by the Engineer. Upon the Contractor's receipt of approved Shop Drawings, he sha furnish to the Engineer instruction and maintenance manuals 3 parts lists of all major equipment furnished. Data in thr manuals shall cover completely all items as specified and 8 P I supplied. I 1 1 TO SUBSECTION 2-5, addl: 2-5.4 Record Drawings: The Contractor shall provide and keep up-to-date a complel "as-built" record set of transparent sepias, which shall 1 corrected daily and show every change from the original drawinc and specifications and the exact "as-built" locations, sizes a1 kinds of equipment, underground piping, valves, and all other WOI not. visible at surface grade. Prints for this purpose may 1 obtained from the City'. This set of drawings shall be kept on tl job and shall be used only as a recorded set and shall 1 delivered to the Engineer upon completion of the work. 1 1 I R I I 1 8 1 I I fl 1 I TO SUBSECTION 2-6 ADD: 2-6.1 Scope: The work to be done shall consist of furnishing all lab01 equipment and materials, and performing all operations necessai to complete the project work as shown on the project plans and z 1 specified in the specifications. 2-6.2 Existing Conditions: BIDDERS SHALL BE EXPECTED TO VISIT THE SITE PRIOR TO SUBMITTING BID, AND THE ACTION OF SUBMITTING SUCH BID SHALL BE ACCEPTED AS I INDICATION THAT THE SITE HAS BEEN VISITED AND THAT THE BIDDER 1 AWARE OF THE EXISTING CONDITIONS AND SITE CONSTRAINTS. THE B1 SHALL REFLECT THE COST FOR PERFORMING ALL THE WORK AS SHOWN ON TE PLANS AND SPECIFICATIONS. I) 2-6.3 General Requirements: a. The Contractor shall furnish all supervision, technice personnel, labor, material, tools, permits, services ar equipment needed to perform and complete the improvement shown on the plans and specifications listed in Section 2-5. b. It is the Contractors responsibility to coordinate an provide for the disconnection of all utility service line and to investigate and verify that those utilities have bee properly disconnected before starting work under thi Contract. c. Maintenance of work area. The contractor shall maintai project site clear of debris and in a safe condition unti work has been completed and accepted by agency. 2-6.4 Protection Of Existing Improvements: The contractor shall save and protect from damage, all public an private improvements adjacent to the site, including sidewalks curbs, gutters, street light circuits and other facilities an equipment. Any public or private improvement damaged by th Contractor shall be removed and replaced in kind at th contractor's expense. P I 48 2-6 - 5 Stamped Concrete Dates: The City of Carlsbad Historic Preservation Commission would lik to preserve the stamped concrete dates in existing sidewalk within the project. The contractor shall sawcut and remot existing stamped dates and reset them per direction of the Cit Engineer. The Contractor shall, with a representative of tk Historic Preservation Commission, identify stamped dates to t saved prior to starting demolition work. 2-6 - 6 Rejected Work: The Agency may reject all work which is not done in accordanc with the Contract. All work which has been rejected shall t remedied or removed and replaced by the Contractor in e acceptable manner and no compensation will be allowed for SUC removal, replacement or remedial work. Any work done beyond the boundaries established by The Agency c any work as hereinafter specified which is done without prop€ permits, inspection and testing, will be considered e unauthorized work and will be rejected. Upon order of the Agencb unauthorized work-shall be remedied, removed, or replaced at tk Contractorfs expense. Upon failure of the Contractor to comply promptly with an order The Agency may cause rejected or unauthorized work to be remedied removed, or replaced, and deduct the costs from any moneys due c to become due to the Contractor. 2-6 .) 7 Notifications: It is the contractor's responsibility to notify the Agency, thre working days prior to start of work and obtain clearances ar release for demolition permits from all private and public utilit companies. The contractor shall contact the utility companies i advance of the necessary work to be performed in order to meet tl. project schedule specified in Section 6-1. 2-6- 8 Damage : Should any work under this section of the specification damage c cause to be damaged any item or items not scheduled to be removed such shall be restored to their original condition and position c shall be replaced, all at the Contractor's expense. All repair or replacements shall be performed to the satisfaction of th 1 1 I I II 1 I 1 I II P I I I b I Agency. P I 2-6 . 9 Safety Requirements: Contractor agrees that he shall assume sole and complet responsibility for job site conditions during the course o construction of this project, including safety of all persons an property; that this requirement shall apply continuously and no be limited to normal working hours; and that the Contract0 shall defend, indemnify and hold the Agency and Engineer harmles from any and all liability, real or alleged in connection with th performance of work on this project excepting liability arisin from the sole negligence of the Agency or the Engineer. 1 I 1 I I I 1 1 I I I R I I 2-6.10 Cleaning and Clean-up: The Contractor shall not permit the adjacent propert,y, public o private, to become dirty and unsightly because of work under thi section of the specifications. Use water or other means t control dust generated by work noted herein. All dirt or debri spilled on any street shall be cleaned up immediately. 2-6.11 Drinking Water and Toilet Facilities: The Contractor shall provide, at his own expense, adequat drinking water and toilet facilities for his workmen throughou the course of the contract work. 2-6.12 Debris Removal: Disposal of refuse generated as a result of this contract at Cit or County landfills is subject to a fee. Any cost of disposing o refuse should be included in your bid. 2-6.13 Water for Construction: The contractor shall obtain a construction meter for wate utilized during the construction under this contract. Th contractor shall contact the appropriate water agency fa requirements. The contractor shall include the cost of water an meter rental within appropriate items of the proposal. N separate payment will be made. b I TO SUBSECTION 2-7, ADD: 2-7 . 1 Examination of Subsurface Conditions: Unless shown on the plans or referenced in this Contract Document the City has made no investigation of the subsurface conditions i areas where work is to be performed. The Contractor may do hi own exploration as to subsurface or latent physical conditions a the site of the work and the bid should reflect the cost t perform the job as shown on the plans. I? I 2-9 SURVEYING 2-9.3 Survey Services, delete and substitute: Contractor shall employ a licensed land surveyor or register( civil engineer to perform necessary surveying for this projeci Requirements of the Contractor pertaining to this item are st forth in Section 2-9.5 of the SSPWC. Contractor shall incluc cost of surveying service within appropriate items of proposa: No separate payment will be made. Survey stakes shall be set and stationed by the contractor surveyor for curbs at 25' intervals, curb returns at BCR, 1/1 1/2, 3/4, and ECR, driveways, pedestrian ramps, headers, sewer storm drain and structures, street lights, street trees, walls ar grade stakes as required to satisfy cut or fill to finished grac or flowline. Contractor shall provide engineer with two (2) copies of surve cut sheets prior to commencing construction of surveyed items. 1 I I 1 I 1 1 8 I 1 I I I I SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKHANSHIP 4-1.3 Inspection Requirements: 4-1.3.1 General, add: All work shall be under the observation of the Engineer or hi appointed representative. The Engineer shall have free access t any or all parts of work at any time. Contractor shall furnis Engineer with such information as may be necessary to keep her/hi fully informed regarding progress and manner of work and characte of materials. Inspection of work shall not relieve Contractor o any obligation to fulfill this Contract. b a 4-1.4 Test sf Materials, Modify: Except as specified in these Special Provisions, the Agency wil bear the cost of testing of material and/or workmanship where th results of such tests meet or exceed the requirements indicated i the Standard Specifications and the Special Provisions. The cos of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of th materials shall be approved by him before the delivery is started All materials proposed for use may be inspected or tested at an time during their preparation and use. If, after trial, it i found that sources of supply which have been approved do no furnish a uniform product, or if the product from any sourc proves unacceptable at any time, the Contractor shall furnis approved materials from other approved sources. After approval any material which becomes unfit for use due to improper storage handling or any other reason shall be rejected. P I All backfill and subgirade shall be compacted in accordance wit the notes on the plans and the SSPWC. Compaction tests may bi made by the City and all costs for tests that meet or exceed th requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deeme necessary by the Engineer. The costs of any retests mad necessary by non-compliance with the specifications shall be born by the Contractor. I ADD TO SUBSECTION 4-1: I I i I I I li I u I 8 1 4-1.9 Nonconforming Work, add to subsection: The Contractor shall remove and replace any work not conforming t the plans or specifications upon written order by the Engineer Any cost caused by reason of this nonconforming work shall b borne by the Contractor. SECTION 5 - UTILITIES 5-7 GENERAL, add subsection: Utilities for the purpose of these Specifications shall b considered as including, but not limited to, pipe line, conduits transmission lines, and appurtenances of "Public Utilities" (a defined in the Public 1Jtilities Act of the State of California) o individually solely for their own use or for use of their tenants and storm drains, sanitary sewer, and street lighting. The Cit of Carlsbad and affected utility companies have, by a search o known records, endeavored to locate and indicate on the Plans a1 utilities which exist within the limits of the Work. However, th accuracy or completeness of the utilities indicated on the Plan is not guaranteed. Service connections to adjacent property ma or may not be shown om the Plans. It shall be the responsibilit of the Contractor to determine the exact location and elevation o all utilities and their service connections. The Contractor shal make his/her own investigation as to the location, type, kind o material, age and condition of existing utilities and thei appurtenances and service connections which may be affected by th Contract Work, and in addition he/she shall notify the City as t any utility, appurtenances, and service connections located whic have been incorrectly shown on or omitted from the Plans. The Contractor shall notify the owners of all utilities at leas 48 hours in advance of excavating around any of the structures.A the completion of the Contract Work, the Contractor shall leav all utilities and appurtenances in a condition satisfactory to th owners and the City. In the event of damage to any utility, th Contractor shall notify the owner of the utility immediately. I is the responsibility of the Contractor to compensate for utilit I I damages. r I 1 The temporary or permanent relocation or alteration of utilities including service connections, desired by the Contractor fo his/her own convenience shall be the Contractor's ow responsibility, and he/she shall make all arrangements regardin such Work at no cost to the City. If delays occur due t utilities relocations which were not shown on the Plans, it wil be solely the City's o,ption to extend the completion date. In order to minimizie delays to the Contractor caused by th failure of other parties to relocate utilities which interfer with the construction, the Contractor, upon request to the City may be permitted to temporarily omit the portion of Work affecte by the utility. The portion thus omitted shall be constructed 1: the Contractor immediately following the relocation of the utilit involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of a1 utility lines shall be included in the Price Bid for various iter of Work and no additional payment will be made. All fees, work orders and charges associated with work an inspection to be done by the utility companies will be paid by th The Contractor is advised that all necessary coordination require by the serving utility shall be included within the appropriat items of bid and no additional compensation will be allowe therefore. i I I I I I b 1 I 1 I I I I I I City of Carlsbad. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK, Modify: A construction schedule is to be submitted by the Contractor pe Section 6-1 of the SSPWC at the time of the preconstructic conference. No changes shall be made to the construction schedul without the prior written approval of the Engineer. Any progres payments made after the scheduled completion date shall nc constitute a waiver of this paragraph or any damages. Coordination with the respective utility companies for removal new construction, or relocation of conflicting utilities shall 1: done by the Contractor prior to commencement of work. Contractc will not be allowed extensions on the project schedule due t delays caused by his/her lack of coordination with utilit companies. It is the responsibility of the contractor to know the tin required for various manufacturers to deliver their respecti! products or materials. The contractor shall order products ax materials sufficiently ahead of time so that they will be on si1 by the scheduled installation date. The contractor will not I: allowed extensions on the project schedule due to delays caused I: his/her failure to ordler products or materials in a timely mannei t I 6-7 TIME OF COMPLETION 6-7.1 General, add: The Contractor shall begin work within 14 calendar day after receipt of the "Notice to Proceed" and shall diligent1 prosecute the work to completion with 220 consecutik calendar days after the dates of the Notice to Proceed. 6-7.2 working Day, add: Hours of work - All work shall normally be performed between tk hours of 7:OO A.M. and sunset, from Mondays through Fridays wit the exception of the work to be performed on Carlsbad Boulevar between Elm and Grand which must be done after 5:OO PM in order t minimize disturbance to the existing business located in thj area. It is the responsibility of the contractor to make tt necessary arrangements with suppliers to provide materials aftc 5:OO PM to complete his/her work. The Contractor shall obtain the approval of the Engineer if he/sh desires to work outside the hours stated herein. Contractor may work during Saturdays and holidays only with th written permission of the Engineer. This written permission mu8 be obtained at least 48 hours prior to such work. The Contractc shall pay the inspection costs of such work. I I 1 I I I 1 I I I I I I I I b 6-8 COMPLETION AND ACCEPTANCE, ADD: All work shall be guaranteed for one (1) year after the filing c a "Notice of Completion" and any faulty work or material discovered during the guarantee period shall be repaired c replaced by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES, ADD: If the completion date is not met, the Contractor will be assess€ the sum of $ 750.00 per day for each calendar day beyond tk completion date as liqzdated damages for the delay. Any progres payments made after the specified completion date shall no Fo constitute a waiver of this paragraph or of any damages. purposes of this section, completion is "substantial completion and is defined as safe opening of the project _. to public use an( completion of the landscape planting and irrigation system. The 120 day landsc maintenance section 308-6 is not a part of project completion for purposes of section. 6-10 CONSTRUCTION SEOUENCING Notice to Proceed Will be issued after award of construction by the City councj and after Contractor bonds have been received and verified. anticipated to Occur after April 95 1989. side Of Car1sbad Boulevard from sta. w-20 shall - ___^ -b_e9i-n_~fff~~~-n~o~~llp__8_5! ac commo -&XJl 1 at that location. Construction/demolition shall begin at the south end of Carlsbad Bouelvard and proceed north. sequenced last. Elm Avenue sequen convenience. I Notice to proceed Construction activities on the east %-.--.x% - - -_ -- ^*"*a .- -I_Li - Avenue construction east Of Carlsbad Boulevard shall be construction west of Carlsbad Boulevard may be -- ------"----~~~-~-r~---".- r ""- - ---- I - --- e-- I I SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE AND 7-4 WORKERS COMPENSATIO INSURANCE, MODIFY: SPECIAL INSURANCE 1NST:RUCTION FOR CONTRACTOR Contractor shall procure and maintain for the duration of th contract insurance against claims for injuries to persons o damages to property which may arise from or in connection with th performance of the work hereunder by the Contractor, his agents representatives, employees, or subcontractors. If the insurance is on a "claims made" basis, coverage shall be maintained for period of three years from the date of completion of the work The cost of such insurance shall be included in Contractor's bid The insurance company or companies shall meet the requirements o City Council Resolution No. 8108. A. Minimum Scope of Insurance i I I I I I I b I 8 I I 1 I I Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed 1/73) covering Comprehensive General Liability; ar Insurance Service Office form number GL 0404 coverir Broad Form Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (El 1/78) covering Automobile Liability, code 1 "ar auto"; and 3. Worker's Compensation as required by the labor Coc of the State of California and Employer's Liabilit Insurance. B. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combine single limit per occurrence for bodily injury ar property damage. If the policy has an aggregat limit, a separate aggregate in the amounts specific shall be established for the risks for which the Cil or its agents, officers or employees are addition: 2. Automobile Liability: $1,000,000 combined sing: limit per accident for bodily injury and properi damage. 3. Worker's Compensation and Employer's Liabilit! Workers' compensation limits as required by the Labc Code of the State of California and Employer Liability limits of $1,000,000 per accident. I insured. t I - c C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must b declared to and approved by the City. At the option o the City, either: the insurer shall reduce or eliminat such deductilbles or self-insured retentions as respect the City, its officials and employees; or the Contract0 shall procurie a bond guaranteeing payment of losses an related investigation, claim administration and defens expenses. i i I 1 I E I b I I 1 E @ I 1 D. Other Insurances Provisions The policies are to contain, or be endorsed to contain the following provisions: 1. General Liability and Automobile Liability Coverages a. The City, its officials, employees and volunteer are to be covered as insured as respects liability arising out of activities performed k or on behalf of the Contractor; products ax- completed operations of the Contractor; premise owned, leased, hired or borrowed by tf. contractor. The coverage shall contain r special limitations on the scope of protectic afforded to the City, its officials, employees c volunteers. B. The Contractor's insurance coverage shall I: primary insurance as respects the City, it officials, employees and volunteers. Ar insurance or self-insurance maintained by tk City, its officials, employees or volunteer shall be excess of Contractor's insurance ar shall not contribute with it. c. Any failure to comply with reporting provisior of the policies shall not affect coveras provided to the City, its officials, employees c volunteers. d. Coverage shall state that Contractor's insuranc shall apply separately to each insured again: whom claim is made or suit is brought, excel with respect to the limits of the insurer' 2. Workers' Compensation and Employers' Liabilii I liability. Cove rages The insurer shall agree to waive all rights ( subrogati.on against the City, its official! employees and volunteers for losses arising from wo performed by Contractor for the City. r I 3. All Coverages Each insurance policy required by this clause shal be endorsed to state without qualification tha coverage shall not be suspended, voided, canceled reduced in coverage or in limits except after thirt (30) days' prior written notice by certified mail return receipt requested, has been given to the Citi i E. Acceptability of Insurers 1 I 1 2 D b I: 1 1 I I I I Insurance is to be placed with insurers with a Best' rating of no less than A:XI unless otherwise authorize by City Council Resolution No. 81018. 1 F. Verification of Coverage Contractor shall furnish the City with certificates c insurance and with original endorsements affectir coverage required by this clause. The certificates ar endorsement for each insurance policy are to be signed 1 a person authorized by that insurer to bind coverage c its behalf. The certificates and endorsements are to 1 in forms provided by the City and are to be received ar approved by the City before work commences. G. Subcontractors Contractor shall include all subcontractors as insure under its policies or shall furnish separal certificates and endorsements for each subcontractoi All coverages for subcontractor shall be subject all c I the requirements stated herein. 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, a: encroachment, right-of-way, grading, and building permil necessary to perform work for this contract on City property, : streets, highways, railways ( other right-of-way. Add the following: Contractor shall not begin work until all permits incidental i the work are obtained. 7-7 COOPERATION AND COLLATERAL WORK, add: All work involving the water system such as hydrant: laterals, meters, etc.., will be performed by Costa Real Municipi Water District under a work order to the City of Carlsbad. It the contractors responsibility to coordinate its work with tl Costa Real Municipal Water Districts work. P 7-8 PROJECT AND SITE MAINTENANCE I 7-8.1 Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends a1 other non-working days at the City's request. 7-8.2 Air Pollution Control, add: Gas powered generators are not allowed during constructioi contractor shall provide electric type flashing arrow direction; signs. Contractor is to make the necessary arrangements with tl City to obtain power hook ups at his/her own expense. 1 1 I II E 3 I b B @ I t 1 E 1 TO SUBSECTION 7-8, add: 7-8.8 Noise Control: All internal combustion engines used in the construction shall 1 equipped with mufflers in good repair when in use on the projec with special attention to City Noise Control Ordinance No. 310' Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access, add: Contractor shall work within projects limits as noted on tl drawings and shall, other than trucks or equipment leaving c entering the site, do nothing to interfere with traffic flow c adjacent streets. The contractor shall provide flagmen as may I necessary to facilitate trucks or other equipment leaving c entering the site. Barricading and traffic interruption shall I coordinated with the Agency. The contractor shall provic barriers, guards, lights, signs and flagpersons, as requirec advising the public of detours and construction hazards. The Contractor shall use signs, delineators, barricades, etc., i per the latest State of California, "Manual of Traffic Contro: for Construction and Maintenance Work Zones". The Contractor shall notify the agency at least two (2) normi working days in advance of any lane blockages or street closuri or implementing any construction detour. The Contractor shall notify the owner or occupant (if not own1 occupied) of the closure of the driveways to be closed at lea: three (3) working days prior to the closure. The contractor sha. minimize the inconvenience and minimize the time period that tl driveways will be closed. The contractor shall fully explain * the owner/occupant how long the work will take and when closure to start. The Contractor shall maintain, whether shown on the plan or no all existing traffic control signs or signals in their propc location on temporary mounting supports until permanent signs I signals are restored. a I) All barricades used at night shall be equipped with proper11 operating flashing lights. In non-emergency situations, the contractor shall backfil: trenches and restore roadway for safe night traffic usage. Nc open trenches shall be allowed overnight unless prior approvals i! received from the Engineer. Steel plating or portable concrete barrier (K-Rail) may b required when trenching cannot be secured overnight b backfilling. "Open trench" signs shall be placed adjacent to an moving traffic lane at 100 feet intervals when excavation is i progress. The name of the Agency who owns the traffic control safety device shall be clearly noted on each device. If parking must be restricted during construction, the contractc shall post tow-away/no parking signs twenty-four (24) hours i advance after receiving approval -from the Engineer. The sic shall contain days/hours information and be posted so as to 1: reasonably seen by the public. The Contractor shall keep the streets in and adjacent to tl- construction area clean at all times. Streets must be sweg before washing. The Contractor shall assume sole and complete responsibility fc the job site conditions during the course of the construction ( this project including safety of all persons and property. Th: requirement shall apply continually and not be limited to normi working hours, and that the contractor shall defend, indemnif! and hold the owner and the Engineer harmless from any and a: liability real or alleged, in connection with the performance t work on this project, except for liability arising from so: negligence of the owner or Engineer. Any deviations from the aforementioned traffic requirements or t approved traffic control plans shall be made and signed by registered engineer. The contractor shall submit three copies any modified plan the the agency for approval at least two wee prior to construction needs. All costs for maintaining traffic shall be included in the lu sum price for traffic control in the bid proposal. The lump F price bid shall include full compensation for furnishing a labor, materials, tools and equipment and doing all work requir for traffic control. These costs include all costs for traff control devices which may be required by the City, setting up detours, public convenience, and the handling of existing traff control signs. The contractor shall provide for a safe four (4) foot wi pedestrian walkway along the entire length of construction a1 and maintain pedestrian and vehicles ingress/egress to all plat of business, residents, etc. during construction. a i t ff c I li t b C 1 t 1 I M 8 I r P Pedestrian access facilities shall be provided throuc construction areas within the right-of-way as shown on the plar and as specified herein. Pedestrian walkways shall be providc with surfacing of asphalt concrete, portland cement concrete ( timber. Surface shall be skid resistant and free ( irregularities. Handl railings shall be provided on each side ( pedestrian walkways as necessary to protect pedestrian traff: from hazards due to construction operations or adjacent vehiculi traffic. Protective overhead covering shall be provided i necessary to insure protection from falling objects and drip foi overhead structures. Railings shall be constructed of wood, S4S, and shall be paint( white. Railings arid walkways shall be maintained in go( condition by the Contractor. Walkways shall be kept clear i i 1 T I I I I 1 obstructions. Full compensation for providing said pedestrian facilities sha. be considered as included in the lump sum price for traff control in the bid proposal. The Contractor shall. also be responsible for compliance wi. additional public safety requirements which may arise durii construction 7-10-2 Storage of Equipment and Materials in Public Street, add Contractor shall acquire his/her own staging and storage arc during the entire duration of the work. 7-10.4 Public Safety I TO SUBSECTION 7-10.4, add: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safe of employees on the work and shall comply with all applicab provisions of Federal, State and Municipal safety laws ai building codes to prevent accidents or injury to persons o about, or adjacent to the the premises where the work is bei performed. He/she shall erect and properly maintain at all time as required by the conditions and progress of the work, a necessary safeguards for the protection of workers and public, a shall use danger signs warning against hazards created by su features of construction as protruding nails, hoists, well hole 1 I c 3 ff I a and falling materials. 7-13 LAWS TO BE OBSERVED, ADD: Municipal ordinances which affect this work include Chapter 11.0 Excavation and Grading. If this notice specifies locations or possible materials, such borrow pits or gravel beds, for use in the proposed constructi project which would be subject to Section 1601 or Section 1603 the Fish and Game Code, such conditions or modificatio established pursuant to Section 1601 of the Fish and Game Co shall become conditions of the contract. P SECTION 8 - FACILITIES FOR AGENCY PERSONNEL I 8-2.1 Class "A" Field Office, add: Contractor shall provide the City of Carlsbad a class "A" fie1 1 office for the City Inspector. II I I I b li 1 I I t I I 1 SECTION 9 - MEASUREMENIT AND PAYMENT 9-3 PAYMENT t 9-3.1 General, add : Concrete and DG base bulk materials delivered to the site shall 1 accompanied by a weigh master's certificate listing the weight ( volume, and the mix design or SSPWC identification. Bulk materiz used on the job without correct weight/volume and materiz identification certificates will - not be paid by the City. Payment for installation of underground facilities shall 1 inclusive of trenching, backfilling and pavement restoration. 9-3.2 Partial and Final Payment, delete: Delete the second sentence of the third paragraph having to c with reductions in amount of retention. TO SUBSECTION 9-3, addl: 9-3.5 Traffic Control: Payment for performing all work necessary to provide traff: control and pedestrian access and safety measures shall 1 included in the lump sum price bid for traffic control. q h t E i 1 I I 1 t E I) I I I 1 t 1 1 1 SECTION C SUPPLEMENTARY PROVISIONS TO THE SSP1 PART 2 - CONSTRUCTION MATERIALS Y SECTION C SUPPLEMENTARY PROVISIONS TO THE SSPWC PART 2 - CONSTRUCTION MATERIALS SECTION C SHALL CONFORM TO PART 2 OF THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGES AND/OR ADDITIONS: E SECTION 200 - ROCK MATERIALS I I d I I 1 I b I n I I II I 1 200-1 ROCK PRODUCTS8 add: 200-1.7 Stone for Exposed Aggregate Concrete Finish Shall be .375" to .625" cambria pebbles. SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class, add: The concrete class and maximum slump for the various items of concrete work shall be as specified in the table under Subsectic 201-1.1.2 of the Standard Specifications and with the following additions: ITEMS CONCRETE CLASS MAXIMUM SLUMP(1E Concrete subslab (walks) 560-C-3250 4 Inch 560-C-3250 6 Inch Driveways, (Alleys) 560-C-3250 4 Inch Concrete curbp gutter, pedestrian ramps, curb outlet, stairs, sidewalk underdrain. 201-1.2.4 Ad Mixtures a. General Requirements, add: Ad mixtures to ac:celerate the hardening of the concrete sha: be used for the c:onstruction of the sidewalks in front of existing shops in order to minimize disturbance to its dail! operation. Ad mixtures to be in accordance with Subsection 201-1.2.4 and shall be approved by the engineer. I 201-1.2-6 Acrylic Additive, add: In lieu of adding clear water to the grout, add a latex acrylic additives comparable to Custom's Acrylic Mortar add mix. t I 201-3 EXPANSION JOINT FILLER AND SEALANTS I 201-3.4 Type "A" Sealant, add: 201-3.4.1 Sealant: The component sealant shall comply with Federal Specification TT-S-00227e; use Type 1 (self-leveling) for joints. The cured sealant shall have a Shore A Hardness greater than 35. Back-up strip shall be a flexible and compressible type of closed-cell foam polyethylene or butyl rubber, rounded at surfaces to contac sealant and as recommended by sealant manufacturers. It shall fit neatly into the joint without compacting and to such a heigh to allow a sealant depth of 1/2 the width of the joint. Sealant shall not bond to the back-up material. Tile edges to which the sealant will bond shall be clean and dry Sand or grind these edges to obtain optimum sealant bond. Prime on tile edges is mandatory when recommended by sealant manufacturer. Keep primer off tile faces. 201-3.4.2 Penetrating Sealer: Apply a colorless, non-yellowing penetrating sealer such as Synz P-103 Penetrating Sealer, or equal, to all exposed concrete surfaces. Contractor shall submit proposed product specifications to the Engineer for approval prior to construction. i 1 I li I I I b SECTION 202 MASONRY MATERIALS li 202-1 Brick, addl subsection: 202-1.4.1 Brick Pavers: Brick pavers shall comply with ASTM C 216 type FBX. Design grot joint shall be a minimum three-eighths (3/8") grout joint width and a maximum of one-half inch (1/2") grout joint width. Brick paver products shall be as manufactured by Endicott Clay Products Co., Fairbur-y, Nebraska and distributed by Del Piso Tile, San Diego, California. No other brick brands will be acceptable for this project. Brick paver product shall conform to the Coefficient of Frictio Requirement SE 871 arid shall exceed the minimum requirement set by ASTM Specification C 216-75A for severe weather. 202-1.4.2 Thin-set Brick Paver at Walkway Areas: Length is to be seven and five eights inches (7 5/8") by three and five eights inches (3 5/8") by half an inch (1/2"). All brick bands and corners shall be medium ironspot TK46 smooth texture, All field areas shall be dark ironspot smooth texture (See landscape plans for details). A sample panel of brick pavers shall be submitted to the Engineer to indicat color and type of brick pavers to be supplied on this job. Approval of brick pavers shall be secured prior to the 1 I I I I n r 1 installation of brick pavers. 202-1.4-3 Full Brick Paver at Driveways and Alleys: Length is to be seven and five eights inches (7 5/8") by three and five eights inches (3 5/8") by two and one quarter inches (2 1/4"). All brick bands shall be medium ironspot TK 46 smooth texture. All field areas shall be dark ironspot smooth texture. (See landscape plans for details). A sample panel of brick pavers shall be submitted to th supplied on this job. Approval of brick pavers shall be secured prior to the installation of brick pavers. 202-1.5.4 Brick Setting Adhesive: The brick or tile pavers shall be installed in dry set mortar with a latex acrylic additive comparable to Custom's thin set mortar (sanded) with their Custom's acrylic mortar to be used as prescribed by the manufacturer. Prior to application of the above adhesive, the existing or new concrete surface shall be either a) blast cleaned in accordance with method 2 as specified in Section 310-2.5.2 and leveled in accordance with Section 201-6.2, Paragraph 1, of these specifications, or b) blast cleaned in accordance with Method 2 as specified in Sectio 310-2.5.2, and leveled and water proofed in accordance with Section 201-6 of these specifications. At the Contractor's option, equal or better tile setting adhesive may be used if approved by the Engineer prior to construction. I Engineer to indicate color and type of brick pavers to be 1 1 1 1 I I 1: b 1 E I I I I 1 202-3. 1 CONCRETE PAVERS 202-3.1 INTERLOCKING CONCRETE PAVING STONES 202-3-1.1 Materials, add: All interlocking concrete paving stones shall conform to the following specifications: 1. Pavers shall have a minimum compressive strength of 8,000 psi in accordance with testing procedures ASTM C-140. 2. Materials used to manufacture interlocking concrete paving 1 stones shall conform to the following: a. Cement: ASTM C-150 (Portland Cement) b. Aggregates: ASTM C-33 (washed, graded sand and rock, not expanded shale or lightweight aggregates.) 3. Pavers shall be as manufactured and supplied by the following manufactures: a. Muller Supply Co., Lodi, CA (209) 334-3781 Paving stones shall be 100 mm, as manufactured by Muller Supply co. t I A sample panel of paving stone shall be submitted to tk supplied on this job. Approval of paving stones shall be securc prior to the installation of paving stones. Paving stones Shall be delivered and unloaded at the jobsite on pallets or bound in such a manner that no damage occurs to the product during hauling, handling or unloading at the jobsite. Size, shape, design and colors shall be in accordance with details as noted on the plans or in these specifications. Engineer to indicate color and type of paving stones to be I B r u I a I b I T # 1 I B 1 I SECTION 206 MISCELLANEOUS METAL ITEMS 206-3 GRAY IRON CASTINGS, add 206-3.7 Utility Frames, Boxes, Covers and Grates: Utility frames boxes and covers as indicated in the utility legend shall be furnished and installed with new frames and/or covers as shown on the plans and as specified herein. Payment for the utility frames and/or covers shall be as specified in tl proposal, and the bid price shall include full compensation for furnishing all labor, materials, tools and equipment, and for performing all work involved in the installation of the utility frames, boxes and covers as shown on the plans. For brick paved areas, all concrete covers shall be replaced wii metal covers. All such covers shall be painted flat black with (2) two coats of enamel based paint. Finish shall be "baked on' at the factory prior to delivery to the site. See utility legei on landscape plan. For the covers that are existing to be painted in place, contractor shall exercise extreme care when sand blasting near any existing plant material, paving, etc. Any cost to repair items damaged by the contractor shall be borne by the contract0 The amount of damages shall be established by the City Engineer or his designated representative. Utility boxes and covers to be replaced shall be of a size and standard as approved by the respective utility or governing agency. 1. Contact S.D.G.E for: Gas meter boxes, electrical transformers, electric pull boxes. signal boxes, street light pull boxes. 2. Contact the City of Carlsbad Utility Dept. for: traffic t I 3. Contact Pacific Bell for: Telephone vaults and telephone pull boxes. 4. Contact Daniels Cablevision for: CATV pedestals and CATV pull boxes. 206-3.7.1 Shop Drawings: When the utility frame covers and frames are not standard items, manufacturer shall supply two (2) copies of all necessary shop drawings to the Engineer for his approval. These drawings shall show all connections, material description, etc. 206-6 CAST METAL LETTERS, add: Style and material for letters to be used on sign to be selectec by artist as specified on sheet 4s of the construction documents I I P I 1 I b I # 1 I I 1 SECTION 209 ELECTRICAL COMPONENT 209-2.5 Light Pole and Luminare: The "Carlsbad Light Pole" shall be a complete assembly and equal to the specified product manufactured by Centrecon, Inc., 1130 F Marine View Dr, Everett, WA 98206. (Represented in San Diego by VIVA Lighting Associates, Inc. - Roy Leskowski - Phone (619)226-1861). The approved shop drawing number for this pole and luminary is Q-5310-3A and no other pole/luminaire shall be acceptable. Contractor shall contact manufacturer's representative and place order within 14 days after award of contract. 209-2.5.1 Fixture Specification: 1. Metal structural units to be heavy duty cast aluminum. 2. All exterior fasteners are stainless steel or solid brass. 3. Fixture to fit 3 1/2" O.D. pole top tenon. 4. Separate, removable ballast housing containing a porcelain I k.v. mogul base socket and compartment ballasting components. 5. Fixture to contain an activated charcoal-filtered air 1 breather a 6. Luminaire to be secured to post top by means of 3 stainles! steel set screws. 7. Fixture to be furnished with type I11 distribution borosilicate glass refractor. 8. Screw type input. terminal block. t e 9. All ballasts shall be high (minimum 90%) power factor. I Minimum starting temperature - 40 degrees F, core and coil type. Line voltage regulation plus or minus 5% (high pressure sodium). polycarbonate. 10. Luminaire globe to be alabaster ripple - uv stabilized 12. Lurninaire to be furnished with specular reflector/heat shield. i 1 t I 1 ll I I, I I I I 8 1 13. Luminaire to include spun aluminum top globe section and aluminum final per Drawing Q-5310-2A. Capital to be as per drawing in style and coated utilizing the same series 73 Endura-Shield I11 coating in matching color (to be determined) in accordance to metal applicatioi procedure. 14. 15. Fixture shall perform at a rating minimum of 71%. 16. Fixture to be Centrecon Victorian series 1902-21 MOD-100 1 HPS-LAT-73-ES-III-TYPE 111. 17. Fixture dimension to be per detail on plans (Shop drawing 18. All exposed metal parts shall be finished with two (2) coa of Sinclair Paint (Green) - (SIN 8705). Paint shall be "baked on" finish and shall be applied at the factory prio to delivery to the site and shall be protected from damage at all times. Q-5310-3A). I 209-2.5.2 Pole Specification: AGGREGATE: Shall conform to A.S.T.M. C-33 and shall be uniform:ty graded from a maximum size of 1/2" to 5% passing #lo0 sieve. CEMENT : Shall conform to A.S.T.M. C-150 Type I or 111, or other types for special conditions. WATER: Shall not contain quantities of alkalis, oil or I organic matter which shall be harmful to the quali of the concrete. f 4 I STEEL : 1. Prestressing wire shall conform to A.S.T.M. A-42 except for strengths noted in Manufacturing Specifications which follow. conform to A.S.T.M. A-82. 2. Mild reinforcing wire and spiral wire shall 3. Base plates shall conform to A.S.T.M. 4. Anchor bolts shall conform to A.S.T.M. Specification designated on drawing. A-615 grades 40 and 60. shall conform to A.S.T.M. B-26 alloy ZG32A. 2. All other cast aluminum parts (handhold frames, cable exists, M-series pole top collars, etc.) shall conform to A.S.T.M. B-26, alloy, SG70A. ? m Specification A-36. 5. Top mount coupling shall conform to A.S.T.M. I I 1 1 I b I I I 8 I I I ALUMINUM: 1. Cast aluminum pole top collars for 'IS" series MANUFACTURING SPECIFICATIONS: The prestressing wire have a minimum ultimate strength of 234, 700 psi for 5mm diameter, 220, 500 psi for 7mm diameter, 206,000 psi for 9mm diameter. Initial prestressing force shall be smaller of 70% of ultimate tensile strength or 80% of yield strength. The spiral reinforcement shall be not less than 13 gauge. Pitck shall be no more than 4". This reinforcement shall continue frc the top of the pole over its entire length, and be secured to tk longitudinal reinforcement by an approved automatic caging method. Poles shall be prestressed concrete of the design and dimensions shown in the catalog and machine-made in steel molds by the centrifugal process to insure maximum density and a smooth finish. Reinforcing shall be placed according to plans and specifications to assure that no cracking shall occur during normal handling. S-Series poles shall have a minimum opening o the raceway of 1-3/8". M-Series shall have a minimum opening fc the raceway of 2" and the concrete cover over prestressing wire shall not be less than 1/2.". The proportions of water to cement shall produce a concrete aft1 steam curing, having a minimum compressive strength of 3,500 ps before transfer of prestressing force. A minimum 28 day compressive strength of 7,000 psi after atmospheric curing shal be required for conci:ete with natural aggregate. Following the casting operation, the pole shall be cured with low-pressure steam (:L75 degrees F., maximum) for as long as needed to reach the necessary strength to allow handling and release of prestressing wires. The poles shall not be subjecte to temperature changes of more than 20 degrees F. per hour duri the next two (2) hours. Poles shall remain in outside storage for as long as needed for the concrete to reach the required compressive strength. I r I 1 1 8 B 1 8 1 b 1. 1 1 1 I I 1 DIMENSIONS: Pole top diameter maximum 5" diameter Pole base diameter maximum 14" diameter Pole weiight not to exceed 560 lbs. embedded 450 lbs. base plate Pole to be Centrecon baseplate octagonal style number VBS-04-TV, finish shall be #163 with exposed aggregate, color to be determined. 209-2.6 Light Bollard: The "Carlsbad Bollard" shall be a complete assembly and equal tc the specified product manufactured by Architectural Area Lightin Inc 14249 Artesia Boulevard, La Mirada, CA 90638. (Represented in San Diego by O'Connor Sales Agency - Phone (619)234-3255). The approved model number for this Bollard is ALC-801W-36-50HPS-WDT-NC-LSB. Bollards shall conform to this shop drawing exactly and no other bollard shall be acceptable. Contractor shall contact manufacturer's representative and place order within 14 days after award of contract. See landscape plans for locations and details. t SECTION 210 PAINT AND PROTECTIVE COATINGS 210-6 Waterproof Membrane For Retaining Wall, add subsection: Waterproofing membrane for retaining wall shall be Mer-krete 30( Waterproof Membrane by Mer-kote Products, Inc., (213) 775-2461 ( approved equal. contractor shall submit proposed product specifications to the engineer for approval prior to I construction. SECTION 211 SOILS AND AGGREGATE TESTS DELETE ENTIRE SECTION AND SUBSTITUTE THE FOLLOWING PARAGRAPHS: 211-1 Soils Testing: All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. compaction tests may be made by the City and all costs for tests that meet or exceed thc requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engjtneer. necessary by non-compliance with the specifications shall be borne by the contractor. "R" value tests are required to be conducted on the prepared sub-base material as noted on the plans. The City will provide the services of a qualified soils engineer to conduct "R" value tests at no cost to the Contractor. The contractor shall give 48 hours advance notice to the Engine prior to commencement of work requiring soil testing. The costs of any retests made P SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS I SECTION 212-1 LANDSCAPE MATERIALS 212-1.1 Topsoil: Topsoil shall be class "A" (imported). 212-1.1-1 General, add: Agricultural grade gypsum shall be a (CASO4. H 0) calcium sulfate product - 94.3% 90% shall pass a 50 mes6 screen. Chemical reaction will remove sodium attached to soil particles. Gypsum also loosens heavy clay soils through electrochemical action. Control of dust during application is mandatory. (Shall be similar or equal to: U.S. Gypsum, Dolmar, or Bandini) Iron sulfate - iron shall be expressed as metallic - derived fro sulfate - deep green (FESOQ - H20). A minimum analysis of 20.0% and 98.3% retained on a 10 mesh screen. (Shall be similar or equal to: Wilson & Geo. Meyer, Wil-Gro, o Bandini ) . 1 I 8 II I 8 C 1 212-1.2.3 Commercial Fertilizer, add: Pre-plant fertilizer shall be granular commercial fertilizer 1-10-10 or approved equal. Post-plant fertilizer shall be 14-7-3 or approved equal with CA, FE, ZN, and MN and with the majority of nitrogen in non ammoniac form to prevent acidification of soil. Planting tablets shall be compressed fertilizer tablets (20-10-5), in 21 gram sizes. I I 212-1.2.4 Organic Sail Amendment, add: Organic soil amendment shall be derived from wood with the following properties: It shall be a wood residual product derived from the bark of pine, white fir/and red fir, cedar shavings or redwood shaving. Amendment upon analysis shall contain at least 0.5% nitrogen ( on a dry weight basis ) with a1 ash content not to exceed 10%. A commercial grade product shal' be used. Contractor shall supply City Engineer or his appointed representative with a sample of the proposed amendment accompanied by laboratory analytical analysis from an approved laboratory illustrating degree of compliance. Contractor shall supply tests for added organic materials only. The City Engine will provide agricultural testing on amended soil in place. B I I I I 1 f Soil conditioner shall contain a special blend of organic fractions to supply several degrees of breakdown rate which last up to 10 years in the soil, a portion of inorganic amendment tha .resists further breakdown PH of 5.5 to 6.5, salinity (EC8 x 103 at 25O C) of 3.0, organic matter (dry weight basis) more than 90%, non-ionic wetting agent and total nitrogen (organic or ammoniac) content of 0.5%. Soil conditioner shall be Wil-Gro Life, Loamex, Forest Humus or an approved equal. *212-1.2.6 Herbicides and Pesticides: Shall be used in their appropriate applications with strict adherence to manufacturer's specifications and instructions. Post emergent herbicide for all areas shall be Roundup, Diquat, Montar, or approved equal. Fre-emergent herbicide for shrubs and ground cover areas (plante from flats), shall be Treflan, Surflan, Eptan, or approved equal 212-1.4 Plants: 212-1.4.1 General, add: Trees for this project have been pre-selected and pre-purchased by the City. Contractor shall furnish a bid for installation ar maintenance of the trees per plans and specifications. The contractor shall inspect the trees for health, appearance, and growing conditions. Contractor shall submit to the City Enginer a letter of acceptance that indicates he reviewed the trees and will guarantee them through the maintenance period (120-day) an( the (1) one-year guarantee period. The contractor shall inspect the trees again upon delivery to tl site for health, broken limbs, disease, etc. and submit written acceptance of the trees to the City Engineer. The trees shall I maintained by contractor's personnel. In a healthy, thriving condition at a storage yard secured by the contractor at his co: until ready for installation during construction. Contractor shall notj.fy engineer 48 hours before each plant delivery so the engineer can inspect them. Nomenclature: The scientific and common names of plants herein specified conform to the approved names given in "a checklist o woody ornamental plants in California, Oregon and Washington" published by the University of California, Division of Agriculture Sciences, Publication 4091 (1979). (See list of I i II 8 i I 8 I I II I I 1 I I t u plant materials on drawings). The Contractor shall obtain a site to which the City's vendor will deliver trees in whole truckload(s). accept responsibility for their protection upon unloading. Contractor shall coordinate tree deliveries an P Labeling: Each group of plant materials delivered on site shall be labeled clearly as to species and variety. All patented plants (Cultivars) required by the plant list shall be delivered with a proper plant patent attached. Quality and size. Plants shall be in accordance with the California State Department of Agriculture regulations for nursery inspection, rules and grading. The Engineer is the sole judge as to acceptability of each plant Vigorous, healthy, welt1 proportioned plants are the intent of this specification. I?lants which are even moderately "overgrown' or are showing signs of decline or lack of vigor are subject to rejection. The size of thee plants will correspond with that normally expected for species and variety of commercially available nursery stock, or as specified in the special conditions or drawings. Plants larger in size than specified ma be used with he approval of the Engineer, but the use of larger plants will make no change in contract price. If the use of larger plants is approved, the ball of earth and spread of roots for each plant shall be increased proportionately. Rejection and substitution: All plants not conforming to the requirements herein specified shall be considered defective and such plants, whether in place or not, shall be marked as rejecte and immediately removed from the site and replaced with new plants by the contractor at his expense. Right to changes: The Engineer reserves the right to change the species, variety, and/or sizes of plant material to be furnished provided that the cost of such plant changes do not exceed the cost of plants in the original bid, and with the provisions that the contractor shall be notified in writing, at least sixty (60) days before the planting operation has commenced. 212-1.5 Headers, Stakes and Ties: 212-1.5.3 Tree Stakes, add: Tree stakes shall be two (2) inch diameter lodgepole pine of lengths required, pointed on end. (See details on landscape plans). Tree ties shall be commercially manufactured ties made from blac tire casings, cut to a minimum ten (10) inch length and held in place by 12 gauge galvanized wire; or split plastic hose with a minimum length of twenty (2) inches. Split plastic hose ties ti be equal to "Cinch-Ti.e" by V.I.T. 212-4 Site Furnishings, add subsection: The Contractor shall provide and completely install all site furnishings and required footings, appurtenances, etc. Installation of all site furnishings shall be in strict conformance with manufacture's instructions. Furnishings are a follows: I 1 1 1 R 8 1 I; b I I 1 I 1 1. t m P I 1. Tree Grates and frame sets shall be equal to the specified product manufactured by Urban Accessories or an equal to be approved prior tlo ordering product. See landscape plans fo location, quantity and installation details. Tree Grate manufacturer shall provide (6) copies of necessary shop drawings to the Engineer for approval prior to being manufactured. Engineer shall retain the right to reject castings not conforming to specifications on plans, this specification and/or submittal drawings. Urban Accessories, Inc. First St and Avenue "A". Snohomish, WA 98290 I The Landscape Architect and City 1 I 1 1 1 I il b 1 1 1 I i 8 I (206) 568-8000. 2. Trash receptacles shall be equal to the specified product manufactured by Dura Art Stone or an equal to be approved prior to ordering product. See landscape plans for location. Dura Art Stone PO Box 666 Fontanta, CA 92335 (714) 350-9000 3. Newspaper rack shall be equal to the specified product manufactured by Sho-Rack, K-Jack or an equal to be approvec prior to ordering product. See Landscape Plans for location o K-Jack Co., Inc. 1522 W. 134th St.. Gardena, CA 92049 (213) 327-8389 4. Drinking fountain shall be equal to the specified product Install per regional standard manufactured by Haws, Model #3176 in natural concrete colo with medium sand blase finish or an equal to be approved prior to ordering product. detail SDM-107. See landscape plans for location. Southern California Representative: Specification Sales 6007 Bandini Sales Los Angeles, CA 90040 I (213) 724-1120 5. Redwood bench shall be equal to the specified product manufactured by Columbia Cascape Timber Company or an equa to be approved prior to ordering product. Plans for location. Columbia Cascade Timber Company 1975 S.W. Fifth Avenue Portland, Oregon 97201 See Landscape P (800) 547-1940 I 1 I 1 1 II 1 I I B 1 I I I 8 P I 1, SECTION D SUPPLEMENTARY PROVISIONS TO THE SSP1 PART 3 - CONSTRUCTION METHODS I SECTION D SUPPLEHENTARY PROVISIONS TO THE SSPWC PABT 3 - CONSTRUCTION METHODS SECTION D SHALL CONFORM TO PART 3 OF THE STANDARD SPECIFICATIONZ PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGES Ab ADDITIONS: SECTION 300 EARTHWORK I 1 I i I I I b 1 I 1 I I 1 1 300-1 CLEARING AND GRUBBING, add: Clearing and grubbing shall consist of removal of all items as s on the plans. All of the work performed for this item shall con to Section 300-1 of the Standard Specifications, and all inciden required to construct this contract if not precisely noted. 300-1.3 Removal and Disposal of Materials: 300-1 . 3.1 General, add: The contractor shall salvage the existing street light stand being removed as a part of this contract. Contractor shall steps necessary to protect the standards and luminaries from da during removal and transport. The contractor shall deliver salvaged standards to the City storage and maintenance yard at corner of State Street and Oak Avenue. Full compensation for removal, protection and delivery of the existing street1 standards shall be included in the price bid for removal of exis street lights. 300-1.3 e 2 Requirements, add: Portions of the pavement to be removed in Elm Avenue and Carl Boulevard may be underlain by the the Old State Highway 101 conc pavement or remnants of old concrete swales and curbs. Payment pavement removal as bid in the proposal is to include compensation for removal of all pavement and concrete encountere long as existing pavement can be removed with conventional equipm Concrete pavement encountered is to be removed and disposed according to Section 300-1.3.2 (b) of the SSPWC. Sawcutting to remove existing pavement is required as shown on plans. The price bid for pavement removal is to include all requ sawcutting and no furtlher compensation will be allowed therefore. 300-8 Backfill and Site Leveling, add subsection: All excavations shall be backfilled with material and to a 11 grade, satisfactory to the Engineer. The areas to be backfi shall be inspected and approved by the Engineer prior to placement of any backfill. Any backfill material placed or compacted without compliance with requirements of these Special Provisions shall be deemed unauthorized work and shall be treated in accordance with Subsec 2-6.6 rejected work. 1 f gWJqk4 /IWW Material to be placed as fill for excavations and depressions E be placed in horizontal, uniform layers not to exceed (12) inchc thickness, before compaction; each layer is to be brought to opt moisture content and thoroughly compacted to a relative compactic not less than 90% relative compaction, in accordance with ASTM 1 Method C. Backfill shall be a well graded, previous, material containir large rock or other deleterious material. The source and mate shall be approved by the Engineer prior to its use. All backfill shall be inspected and tested by the City’s consultant and approved by the Engineer. Soil consultant and t are provided by the City. The Contractor shall schedule for soil testing by providing 48 k advance notice to the Engineer prior to commencement of back operations. Compaction shall be by means of tamping or sheeps foot roll multiple-wheel pneumatic-tired rollers or other types of rollei equivalent which will be able to compact the fill to the de: density. Rolling shall be accomplished while the fill material is a1 desired moisture content. Rolling of each layer shall be contir over its entire area and sufficient trips shall be made by rolling equipment to insure that the desired relative compactior been obtained. If the moisture content of the fill material is below the nt amount necessary to create the necessary density, the proper ar of water shall be addled. Similarly if the moisture content ol fill material is above the needed amount necessary to create desired density, the fill material shall be aerated by bladin! other satisfactory method until the moisture content of the material is satisfactory. 1 1 m I I 1 I I li D I I 1 I I C SECTION 301 TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT OF II MATERIALS 301-1 Subgrade Preparation: 301-1.2 Preparation of Subgrade, add: Subgrade shall be prepared according to the recommendations of Soils Engineer. Where no specific recommendations are made by Soils Engineer, all of the work performed under this item ! I. conform to Subsection 301-1 of the Standard Specifications. SECTION 302 ROADWAY SURFACING 302-5.2 COLD PLANING ASPHALT CONCRETE PAVEMENT, add: Existing asphalt concrete shall be planed at the locations and to dimensions shown on the plans and in accordance with these spe provisions. Planing asphalt concrete pavement shall, at the option of Contractor and subject to approval of the local Air Pollution Con Officer, be performed by either cold planing or heater planing. The cold planing machine shall have a cutter head at least 30 in wide and shall be operated so as not to produce fumes or smoke. The heater planing machine shall have, in combination or separat a means for heating and cutting the asphalt concrete surface blading the displaced material into windows in one continuous for motion. The cutting width of the blade shall not be less tk feet. Heat shall be applied uniformly to the area to be-planed and shal accurately controlled according to conditions and road surfe being planed. Heater planing operations shall not be carried on at any time wk if an open flame is used in the heater, there is danger of igni entrapped gases from sewers or gas mains. The depth, width and shape of the cut shall be as indicated or typical cross sections or as directed by the Engineer. The final shall result in a uniform surface conforming to the typical c sections. The outside lines of the planed area shall be neat uniform. The road surfacing to remain inplace shall not be dan in any way. Planed widths of pavement shall be continuous except intersections at cross streets where the planing shall be cai around the corners and through the conform lines. The material planed from the roadway surface, including matc deposited in existing gutters or on adjacent traveled way, shal immediately removed from the site of the work and disposed c provided in Section 7-1.13, "Disposal of Material Outside the Hi! Right of Way," of the Standard Specifications. The removal shall follow within 50 .feet of the planer, unless otherwise dirc by the Engineer. Planing asphalt concrete pavement will be measured by the s( foot . The quantity to be paid for will be the actual area of SUI planed irrespective of the number of passes required. The contract price paid per square foot for plane asphalt conc pavement shall include full compensation for furnishing all 1i materials, tools, equipment, and incidentals, and for doing all involved in planing asphalt concrete surfacing and disposii material removed, as specified in these Special Provisions ai directed by the Engineer. I 1 I I I 1 I s 1 I I I I I I C II I. I 302-6 PORTLAND CEMENT CONCRETE PAVEMENT I 302-6 - 4 . 5 Sub-base for Interlocking Paving Stones: Portland Cement Concrete to be used as sub-base for Interloc Paving Stones shall be as specified in Subsection 201-1.1.2 of Standard Specifications and these Special Provisions. Form thickness shall be as shown on the civil plans and details, shal true to line and grade, be installed to properly coincide adjacent work and elevations and be acceptable to the paving s installer. Refer to civil drawings for sub-base detail. 302-6 - 5 JOINTS i I I I ID I I I I I I I I I P I 302-6- 5 - 3 Transverse Expansion Joints, add: All brick paver surfaces shall have a minimum 3/8" expansion join 12' to 15' intervals in each direction hardscape (see plans for j locations). Expansion joints shall also be located where pa abuts restraining surfaces such as perimeter walls, dissimilar f surfaces, curbs, columns, pipes and where changes occur in bac materials. All expansion, control, construction, cold and sei joints in the subslab shall continue through paving work. 302-7 Interlocking Concrete Paving Stones: 302-7 - 1 General: This work shall consist of furnishing, sawcutting and ple interlocking paving stones, and furnishing and installing laying course all to the form and dimensions called for and F indicated on the plans. 302-7.2 Placement of Interlocking Concrete Paving Stones: Pavers shall be clean and free of foreign materials be installation. Installation should start from a corner of straight edge and prc forward over the undisturbed sand laying course. Paving work shall be plumb, level and true to line and grade; : be installed to properly coincide with adjacent work and elevat (All edges must be retained to secure the perimeter and the laying course.) a. Paving stones shall be installed hand tight and level o undisturbed sand laying course. String lines should be usel hold pattern lines true. b. A roller vibrator or plate vibrator shall be used to compac stones and to vibrate the sand up into the joints betwee stones. b c. Plaster sand shall be spread over the installed paving ston that it may be vibrated into the joints between the stones. d. Excess sand shall be swept into the joints or disposed of e. The completed paving stone installation shall be washed down f. Apply penetrating stealer (See 201-3.4.2). Cutting of paving stone shall be done with a masonry saw. Measurement: Measurement of concrete pavers shall be by the sq foot as measured along the plan of the finished paver surface. Payment: The contract unit price paid per square foot for conc pavers shall be considered full compensation for furnishing labor, materials, tools, equipment, sawcutting and incidentals accomplish the work as specified herein and as detailed on the p and no additional compensation will be allowed therefor. I surface area. cleaned to provide a clean finished workmanlike installation. i I I 1 1 8 C IC I I I I P I P I SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-4 -2 Brick Masonry: E 303-4.2.2 Bricklaying/Tile Laying, add: Brick paving and concrete dividers shall be laid and construct< patterns as indicated on the plans. Method and finished qualit brick paving must be demonstrated and approved by the Engineer c eight foot ( 8 '1 panel of sample paving pric construction. The 8' sample paving panel shall be used at construction site for reference throughout the construction pel This demonstrated method and quality shall then be mainti throughout the construction. Apply penetrating sealer. Til€ brick contractor shall be involved in the preliminary work to ir proper installation sf subslabs and locations of expansion joj All brick pavers shall be cut with a masonry saw or other methc approved by the Engineer. Grout joints shall be flush with SUI of brick, The concrete dividers and ramps shall be inst: immediately or maintained with a suitable temporary material i the brick pavers have been laid. Blast cleaning and installin! underlayout shall not; precede the installation of brick by more two weeks. One-half hour prior to lunch or one-half hour pric the end of each working day, an inspector (as selected by Engineer) will randomly remove 10 pieces of tile to insure tha tiles are receiving proper backbuttering and bonding. If any have not been properly backbuttered, leaving voids under the til if there are indications of not receiving a proper bond, the one-half day of installation will be required to be remove replaced at the tile contractor's own expense. R I Y I 8 I 1 After 25% of the installation is complete and each 25% inter thereafter (a total of 4 times) there will be a request for a for * inspection from the Ceramic Tile Institute (C.T.I.). From t inspection, the C.T.I. will submit a written appraisal of the qual of the installation with any recommendations. The City Engineer or his designated representative shall make determination if any changes, either to constructed work installation procedure, shall be made with any cost for these chan to be borne by the contractor. The brick and the grout should be sealed with a penetrating sealer sooner than one day after the brick has been grouted and cleaned; later than one week after the brick has been grouted and clean1 The penetrating sealer should be comparable to Aqua Mix Penetrat Sealer and application method should be strictly adhered prescribed by the manufacturer. Subslab for brick sidewalks and driveways finish shall conform section 303-5.5.3 walks and Section 302-6.4.1 General. The use curing compound or admixtures is prohibited for all subslabs. 303-4.2.4 Measurement and Payment, delete and substitute: Delete entire subsection and substitute the following: Payment 1 the brick masonry shall be per square foot of brick paving specified in the proposal. The bid price shall include fi compensation for brick setting adhesive and grout, furnishing i setting the brick pavers, concrete dividers and aprons, cleaning i raising to finish grade all manholes, utility frames and aprons, i for furnishing all labor, materials, tools and equipment, and 1 performing all work involved in the construction of such br: masonry, in place, as shown on the plans, t I I, 1 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSSGUTTERS, ALI INTERSECTIONS, ACCESS WIMPS AND DRIVEWAYS ci E I I P 1 I 303-5.5.6 Sandblast Finished Concrete Surfaces, add subsection: Concrete curb and gutter shall be smooth trowel finish. Fini shall be sandblasted with 20/30 silica sand or an approved alterna sand blasting material. Surface shall be uniform in texture. Metk and uniformity of texture and color must be demonstrated and approt by the Engineer, on an eight foot (8') section of sample curb pri to construction. 8' section of sample curb shall be used at t construction site for reference throughout the construction peric This demonstrated method and texture shall then be maintair B throughout the construction. 303-5.5.7 Broom Finished Concrete Surfaces, add subsection: Certain portions of concrete walkways shall be heavy broom fir panels with 6" smooth trowel bands. (Refer to landscape plans details for location). Broom finish shall run perpendicular direction of traffic flow. Surface shall be uniform in text1 Method and uniformity of texture and color must be demonstrated approved by the engineer, on an eight by eight foot (8'x 8') par of sample paving prior to construction. 8' x 8' sample paving pz shall be nsedat the construction site for reference throughout construction period. This demonstrated method and texture shall t be maintained throughout the construction. 303-5.5.8 Seeded Exposed Aggregate Concrete Surfaces, Apply seeded exposed aggregate finish to areas as called for on pl while concrete is in a wet state, hand sprinke cambria pebbles to wet surface at a uniform rate to give a consistent appearance. concrete surface with pebbles shall be lightly tamped so pebbles slightly exposed and well embedded into concrete. Apply retarc spray finish to exposed pebble surface per manufacture specification. After recommended setting time, the retardant fir 303-5.5- 9 Smooth Trowel Concrete Surfaces, add subsection: Trowel Finish: Apply trowel finish to monolithic slab surfaces tc exposed-to-view. After floating, begin first trowel finish operat using a power-driven trowel. Begin final troweling when surf produces a ringing sound as trowel is moved over surfa Consolidate concrete surface by final hand-troweling operation, f of trowel marks, uniform in texture and appearance, and wit surface plan tolerance not exceeding 1/8' in 10' when tested wit uniformity of texture and color must be demonstrated and approved the engineer, on an eight foot (8') section of sample paving durir construction. This demonstrated method and texture shall ther maintained throughout the construction. 303-5.8 Backfilling and Cleanup, add: No Agent or method shall be used that will adversely effect plar buildings, or flatwork. Cleaning schedule, method and procedt must be approved by the Engineer prior to start of cleaning. The following is the minimum effort that will be acceptable. 1. Spray a 1,000 SF section with a nontoxic foam degreaser and a1 2. Spray subject area with steam using 600 psi steam machine. 3. Powder wash area with cold water using 2,000 psi wet blast 4. If necessary, spot clean (remove p.aint, gum, etc.) with li Objective is to leave brick and concrete free of dirt, oil, gum, paint and other unsightly substances. 1 I 1 I I I I 1 I 1 1 f t 1 F I: t subsection: r I shall be removed to mnewhat: expose pebbles. UP\- F Jp?, b to sit for three to five minutes. machine. west sandblast. 303-7 CONCRETE MONUMENT SIGN 1 303-7.1 General : Construction of the monument sign shall be done according to plans and specifications prepared by Hubbel Design, sheets 45 ar of the construction documents. Forming and finishing of moni sign to be done under the supervision of the artist or its desigr agent. Since the wood form for the monument sign (corner of State Street and Carlsbad Boulevard) creates a texture on the finish concrete, that finish shall be revii and approved by the Artist. SECTION 304 METAL FABRICATION AND CONSTRUCTION I I 1 M 1 4 I t I I I I 1 I P I t 304-1 Fabrication: A. Verify dimensions on site prior to shop fabrical B. Fabricate items with joints tightly fitted secured. C. Fit and shop assemble in largest practical sect. for delivery to site. D. Grind exposed welds flush and smooth with adji finished surface. Ease exposed edges to ! uniform radius. E. Exposed Mechanical Fastenings: Flush counte screws or bolts; unobtrusively located; consi! with design of structure, except where specific noted otherwise. b F. Make exposed joints butt tight, flush, and hair G. Supply components required for anchorage of 1 fabrications. Fabricate anchorage and re components of same material and finish as 1 fabrication, except where specifically 1 otherwise. 1 8 304-2 Finish: A. Shop Painting: 1. Preparation for painting and painting SI comply with SSPC "Manual". Preparation shal: in accordance with SSPC-SP4, SP-3, or SP-2 SP-1. Pretreatment shall be in accordance 1 t I PT2 or PT3. 2. Apply paint to a dry film thickness of 2.5 3.5 mils. Paint surfaces which will inaccessible after assembly or erection wii second coat of same primer before erection fc total dry film thickness of not less that 3. Omit shop paint on surfaces to be enclose( concrete, surfaces to be welded, coni surfaces in high strength bolted friction 1 connections, tops of beam in compos construction, surfaces to receive welded si and surfaces to receive cementious 1 protection. 1 1 1 B 1 i 1 I 1 1 U F I i mils. 4. All primer paint shall be compatible with finish coatings described in Section 0990( these specifications. B. Galvanize items to minimum 1.25 oz/sq ft zinc coating in accordance with ASTM A386. 1, 304-3 Execution: 304-3 - 1 Preparation: A. Obtain City Engineer approval prior to site cut1 B. Clean and strip site primed steel items to € or making adjustments not scheduled. metal where site welding is scheduled. bracing. Keep work in alignment. embedded in masonry with setting templates, appropriate sections. C. Make provision for erection loads with tempo] D. Supply items required to be cast into concretf 304-3 - 2 Installation: A. Install items plumb and level, accurately fitt B. Perform field welding in accordance with AWS D.1. free from distortion or defects. m 1 I I I 1 C. After installation, touch-up field welds, scrat or damaged surfaces with primer. D. Install expansion joint covers and compression s in accordance with manufacturer's recommendation SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION t 306-7 CURB DRAINS, delete and substitute: DELETE PARAGRAPHS 2 AND 3 AND SUBSTITUTE THE FOLLOWING: The portion of existing building roof drains under the sidewalk c the right-of-way shall be removed and replaced according to San f Regional Standard Drawing D-27 and the details on the plans. W extension of an existing roof drain is called for on the plans, extension shall be installed in accordance with the Standard Dra and these Special Provisions. Payment for the roof drains/extens shall be as specified in the proposal and the price shall inc full compensation for furnishing all work involved in constructic the roof drains/extensions as shown on the plans. I I SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS Attention is directed to Subsections 307-1 and 307-2 of the Star Specifications and Regional Standard Special Provisions. 307-4 TRAFFIC SIGNAL CONSTRUCTION: For traffic signal specifications see Section E (Supplemer provisions to the Caltrans Standard Specifications Section 8t these specifications. b 1 1 t I I 1 F I SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General : During installation contractor shall observe safe practice: accordance with the City of San Diego Standard Specifications, all appropriate Federal, State, and Local Laws concerning safe practices. a I 308-2 . 3 Weeding, Topsoil Preparation and Conditioning, add: 308-2.3.1 General, add: Weed eradication for entire project site. After irriga installation but before planting installation, the contractor E irrigate the entire project site three to four times over sew ten days to germinate existing weed seeds. Allow weed seeds to until they reach a maximum height of two to three inches. Sl- shall then apply the post-emergent herbicide per manufactur specifications and instructions. Weed eradication for shrub areas and groundcover areas (planted flats). Three to four days after these plants have been instal the contractor shall apply the pre-emergent herbicide I I I I I I I I I 1 I I P I t I manufacturer's specifications and instructions. Raised planters shall be backfilled with type "A" topsoil to wi 2" of the top of planter. Raised planters land medians shall be backfilled with type topsoil to within 2" of the top of planter/median. Contractor shall supply f 2, - 6" of type "A" topsoil in all mec (typical). See landscape Plans for median locations. 308-2 . 3.2 Fertilizing and Conditioning Procedures, deletc After the areas have been deep ripped, the following rates of conditioning and amendment materials shall be evenly spread ovex planting areas and shall be thoroughly scarified to an average c of six inches by rototilling a minimum of two alternating pas Amendment must be intimately blended with soil. Soil Conditioner 5 cu. yd. per 1,000 SF Iron Sulphate 20 lbs. per 1,000 SF Gypsum 250 lbs. per 1,000 SF The entire project shall then be irrigated with a deep watr schedule to leach out salts. A total of six (6) inches of t shall be applied at the rate of one (1) inch per application. soils shall then be tested again by the agricultural chemist fc and salts. If soil is found to be in the appropriate range, nutritional correction may take place. If the soil is not accept to the chemist, it shall be further leached through deep irrigi until it is acceptable. Nutritional correction. After soil has been chemically correc contractor shall amend and rototill 40 lbs. of 1-10-10 fertilize] 100 SF into the top 8' of soil. The contractor shall apply post-plant 14-7-3 fertilizer at the of 20 lbs. per 1000 SF, 60 days after planting and every 60 through the end of the maintenance period. substitute: C e 1 8 I P I I I I II P 8 I I I I 308-4 PLANTING: 308-4.1 General, add: Actual planting shall be performed during those periods when we; and soil conditions are suitable and in accordance with lo( accepted horticultural practice and after the irrigation systt complete, as approved by the Engineer. No planting shall be dor any area until it has been satisfactorily prepared in accordance these specifications. Soil moisture level prior to planting sha: no less than 75% of field capacity. The determination of adec soil moisture for planting shall be the sole judgment of the eng: and his decision shall be final. The contractor shall 01 approval of planting pits before planting operations shall begii the soil moisture level is found to be insufficient for planting planting pits shall be filled with water and allowed to drain bc starting planting operations. No more plants shall be distributi the planting area on any day than can be planted and watered on day. All plants shall be planted and watered as herein spec immediately after removal of the containers. Containers shall nc cut prior to pit preparation and the plants shall be pl, immediately thereafter. t 308-4.2 Protection and Storage, add: The contractor's on-site plant storage area shall be approved b. engineer prior to the delivery of any plant materials. Any 1 determined by the engineer to be wilted, broken, or otherwise dai shall be rejected at any time during the project whether in ground or not. All plants shall be handled by its trunk or shall be rejected. All rejected plants shall be removed from site immediately. 308-4.5 Tree and Shrub Planting, add: Planting backfill shall be a thoroughly blended mixture of exi site soil. and soil amendments at the following mixture: Soil Conditioner 1/4 CY Site Soil 3/4 CY . Iron Sulphate 1 lb./per CY of mix Gypsum 10 lbs./per CY of mix Planting Tablets as noted. Fertilizer planting tablets (21 Gram size) shall be placed with plant at the following rates: ONE (1) TABLET PER 1 GALLON CONTAINER TWO (2) TABLETS PER 5 GALLON CONTAINER FOUR (4) TABLETS PER 15 GALLON CONTAINER ONE (1) TABLET PER EACH TWO (2) INCHES OF BOX SIZE C I CONTAINER -P 1 All plants which settle deeper than specified shall be raisec correct level or replaced as directed by the Engineer. Pruning shall be limited to the minimum necessary to remove in: twigs and branches, and to compensate for loss of roots dl transplantation, but never to exceed one-tenth (l/lOth) the branc structure. Pruning may be done only with the approval of, and in the presenc the City Engineer or his designated representative. Limbs three-quarters of an inch shall be painted with an approved sound paint. 308-4.6 Plant Staking and Guying, add: All boxed trees shall be staked to the satisfaction of the Engii Trees planted in tree grates shall be single-staked. (See detai: Refer to section 212-1.5.3 these addenda for approved Sti materials and guying materials. ; I I D I B I 1 I I 1 II 11 P a m 308-5 IRRIGATION SYSTEM INSTALLATION 308-5.3 Installation of Valves, Valve Boxes and Special Equipment: Quick coupling valves shall have concrete footings. 308-6 Maintenance and Plant Establishment, add: For all areas the maintenance period shall be 120 days, but m: extended by the Engineer if thre required maintenance work is neglected by the or there is remedial landscape work remaining. The contractor shall provide complete landscape maintenance o planting areas. The work shall include, but not be limitec watering, litter control, weed control, stake repair, cultiva repair of irrigation systems, and control of diseases and pests. All planted areas shall be treated with an approved gra, pre-emergent herbicide according to manufacturer's specificatio< the beginning of the maintenance period and if the product speci additional schedules treatments on a regular schedule, as req. through the maintenance period. At the direction of the Engineer, the contractor shall control w disease, and pest infestations in the planting areas. The Eng shall approve all methods and materials for such control. approval, the contractor shall implement the control mea exercising extreme caution in using pesticides and taking all to ensure the safety of the public. Only licensed personnel wi permitted to perform toxic spraying work. C The 120 day maintenance period shall begin the day after all punch list items 1 been completed and the Engineer certifies final acceptance of the projects. A1 material shall have been planted and established for a minimum of thirty (30) ( prior to the start of the 120 day maintenance period. No separate payment will made for landsacping care and remedial work during construction and/or the thi1 (30) day establishment period. 1 During establishment period the contractor shall furnish suffic men and equipment on a daily or weekly basis to perform and required by this section. Any day when the contractor fail adequately carry out specified maintenance work, as detern necessary by the Engineer, the day will not be credited as one of plant establishment days. All planting areas which are damagec construction shall be repaired by the contractor within 30 following completion of construction in such areas, unless othei approved. Repair shall consist of bringing the damaged area bac final grade: Replanting the area with the same vegetatior originally specified, and maintaining the area to achieve accept plant establishment. 308-7 Guarantee, add: All 15 gallon and larger trees installed under the contract sha: guaranteed to live and grow for own (1) year from the day of j acceptance of contract work. All other plant material, including ground covers, shal: guaranteed to live and grow for a period of sixty (60) days fro1 day of final acceptance of the contract work. Any material found to be dead, missing or in poor condition di the maintenance period, shall be replaced immediately. The Eng shall be the sole judge as to the condition of the mate Material found to be dead or in poor condition within the guar( period shall be replaced by the contractor at his expense w fifteen (15) days. Replacements shall be made to the specifications required for the original plantings. Contractor shall call for a final inspection two (2) weeks befor( end of the 120 day maintenance period. Failure to pass inspel will result in an extension of the maintenance period for such p' as the Engineer deems necessary. i I I I E I I B 1 I I 1 a i P I C I i 1 I I c I 1. E 1 I I 1 I I P I C SECTION E SUPPLEMENTARY PROVISIONS TO THE CALTRANS STANDARD SPECIFICATIONS SECTION 86 I I 1 1 I 1 8 1 1 1 I I I 1 P I SECTION E TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES All equipment, materials, and components for traffic signal and highway safety lighting systems, for underground electrical service, for decorative fixtures and irrigation, and the installation thereof, shall conform the California Department of Transportation Standard Plans and Standard Specifications, Section 86, "Signals and Lighting," dated January, 1988, except as noted in these Special Provisions and on the Plans. Copies c these documents are available from the State of California, Department of Transportation, Central Publication Distribution Unit, 6002 Folsom Boulevard, Sacramento, California 95819. These special provisions shall not apply to decorative lighting fixtures. The following subsection numbers coincide with those of the specifications set forth above. Only those sections requiring amendment or elaboration, or specifying options are called out. t I 86-1 General: 86-1.01 Description of Work, delete and replace: Traffic Signal work is proposed at Elm Avenue and Carlsbad Boulevard and Grand Avenue at Carlsbad Boulevard. An undergrour city-owned electrical system is proposed on portions of Carlsbac Boulevard, Elm Avenue, and Grand Avenue. The Contractor is not responsible for any traffic signal and electrical work designated on the plans as future, not-in-contract (NIC), not-a-part (NAP), or crossed off the plans. Underground electrical service is proposed on the plans for Gra Avenue, Elm Avenue and Carlsbad Boulevard. Electrical service, points and Type 111 services are required a indicated on the plans. C I Two separate circuits are provided for portions of the system within separate conduits: an unmetered lighting service and a metered general service. The general service will provide power to irrigation controllers and to 117VAC duplex outlets proposed on the lighting fixtures. See architectural lighting plans. Type I11 service pedestals shall provide for both metered and unmetered service, as indicated above. Traffic signals and existing street lights shall remain in operation at all times except for brief changes over to new temporary or permanent service. All materials and labor require! for maintaining temporary or overhead traffic signal service shall be included in the Contractors lump sum bid. No extra wor compensation will be allowed for maintaining temporary signal operation. I I 1 I s I 1 I I 1 I I I 86-1.04 Warranties, Guarantees, and Instruction Sheets The traffic signal and highway safety lighting systems and underground electrical systems shall be guaranteed for a period of one year. 86-2 MATERIALS AND INSTALLATION 86-2.03 Foundations: Portland cement concrete for foundations shall contain no less than 470 pounds of cement per cubic yard, and shall obtain a 28-day compressive strength of 2500 pounds per square inch; except that concrete for reinforced pile foundations shall contain not less thar 564 pounds of cement per cubic yard, and shall obtain i 28-day comprehensive strength of 3250 pounds per squarf inch. 86-2.05 Conduit: Conduit shall be rigid steel with metallic fittings. Galvanizing shall be certified to meet Caltrans standards. 86-2.06 Pullboxes: Pullboxes shall be precast reinforced concrete. Recesses for suspension of ballasts will not be required. Pullboxes shall be installed on a 6-inch crushed rock base without grout. 86-2.09 Wiring: Splices for No.8 or larger conductors shall be Type C insulated by Method B as shown on Caltrans Standard P1 c t ES-13. 6;. I 1 1 I I I I 1 il I li I I B P I 86-2.10 Bonding and Grounding: Bonding and grounding jumpers shall be visible after caps have been poured on foundations. 86-2.11 Service: The Contractor shall arrange with the serving utility (San Diego Gas and Electric Company) for service connections in conformance with the requirements of the utility and these special provisions, and the Contract0 shall pay all required costs and fees required by the utility. Type I11 service shall be installed. Service equipment wiring shall consist of 120/240 V, with 120V unmetered luminaries and 120V metered general service. 86-2.16 Painting: All paint shall be furnished by the Contractor. Factory finish will be satisfactory for new luminaries on traffic signal poles and no further painting will bc t I- required. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS: 86-4.01 Vehicle Signal Faces, add: Each lens shall be of best quality glass, true to coloi and free of imperfections. All lamps for traffic sign? units shall be furnished by the Contractor. Signal section housings shall be the metal type. 86-4.05 Pedestrian Signal Faces, add: Pedestrian signal faces shall be Type C (international symbol) with the eggerate type front screen. C 86-5 DETECTORS 86-5.01 Vehicle Detectors, add: Vehicle detectors shall be of the inductive loop type. Loop conductors shall be No. 12, stranded copper wire and shall have Type USE cross-lined polyethylene insulation. Sawcuts for loop conductors shall provide minimum of 1 inch of cover over conductors. Loop lead-in cable shall be Type C. 1 I The Contractor shall test the vehicle detectors with a motor-driven cycle, as defined in the California Vehicl Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator wh shall drive the motor-driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector sensor unit shall provide the required output in response to this test. i i I 1 I 1 I i I; 1 8 t P I B 86-6 LIGHTING 86-6.01 High Pressure Sodium Luminaries, add: Highway safety lighting luminaries shall be of the cut-off type. A separate activated charcoal filter shall be provided for the sealed optical system chamber The integral ballast components shall be mounted on a Each luminaire shall be provided with Type IV photoelectric control. Minimum light distribution shall be as shown on Caltrar Standard Plan ES-10. 86-6.065 Internally Illuminated Street Name Signs, adc Internally illuminated street name signs shall be Type with Type IV photoelectric control. 86-6.10 High Intensity Discharge Lamp Ballasts, add: The integral ballasts for highway safety lighting luminaries shall be designed for operation on 120 volt multiple circuits. PAYMENT : 86-8.01 Payment: Full compensation for the furnishing of all labor, equipment and materials for performing all of the work shown on the plans and/or specified herein shall be considered to be included in the unit or lump sum pric bid for traffic signal work, and underground electrica work and Type 111 services, and no additional compensation will be allowed therefor. I separate down opening door. C 86-8 t 86-9 EMERGENCY VEHICLE TRAFFIC SIGNAL CONTROL SYSTEM, add subsection: The contractor shall furnish and install equipment, wiring and appurtenances required to provide or maintai an emergency vehicle traffic signal priority control system as indicated on the plans. The system shall permit emergency vehicles to remotely cause the traffic signal controller to advance to and/or hold in a desire traffic signal display by using existing controller functions. The control shall be effective for distance of up to 1800 feet along an unobstructed "line of sight path. The system to be provided shall consist, where applicable, of the following components: A. Vehicle Emitter which shall be mounted on the 1 1 I 1 1 I I I 8 I 1 0 emergency vehicle and shall transmit optical enerc signals only in a forward direction. (Not include in this contract). B. Detector which shall be mounted on or near a traffic signal and shall receive the optical ener5 signals generated by a Vehicle Emitter. C. Phase Selector which shall cause the signal controller to advance to and/or hold the desired traffic signal display for the emergency vehicle from the normally available signal displays. The equipment to be provided shall be installed in the controller cabinet. I C SYSTEM OPERATION A. Operating sequence shall be initiated when the Detector receives the required optical energy signal from an Emitter. B. Phase Selector shall cause the traffic signal controller to advance to and/or hold the desired traffic signal for the emergency vehicle. time dependent, sequence of the traffic signal display. This requirement is not applicable to traffic signal controllers not having such a time dependent sequence. Only the durations of the displays may be altered. advance to and/or hold the desired traffic signal display even if the optical energy signals cease before the desired display is obtained. E. Phase Selector shall slow the traffic signal controller to resume normal operation within ten seconds after optical energy signals cease after the desired traffic signal display is obtained. C. Phase Selector shall not alter the predetermined, D. Phase Selector shall cause the controller to 1 P I 1 F. Phase Selector shall not respond to optical energy signals from an emergency vehicle if it is already processing optical energy signals from another emergency vehicle. SYSTEM COMPONENTS A. Detector: i 1. Shall be of solid state construction. 2. Shall operate over an ambient temperature rangc 3. Shall have internal circuitry potted in a 1 I I 1 I I Of - 30'F to + 165'F (-34'C to +74'C) semiflexible compound to insure moisture resistance. Shall operate in 0 to 95 percent relative humidity . 5. Shall be capable of receiving optical energy signals from either one or both of two axially opposed directions. 4. B. Phase Selector: 1. Shall use primarily solid state electrical 2. Shall include an internal power supply to 3. Shall have two channel operation with the components. supply power to the Detector(s). capability of interfacing with an additional Phase Selector for expansion of channels of operation. 4. Shall have a maximum of three standard ''MS" C I i I I B I 1 P I Type connectors, one for the main wiring harness to the controller and one for each channel. 5. Shall have an integral fuse for input power. 6. Shall have adjustable Detector range controls 7. Shall be capable of providing advance or for each channel of operation. "manual" pulses to manipulate the controller advance to and/or hold the desired traffic signal display from those normally available. 8. Shall have digital timing controls for each channel which adjust the time between advance pulses during yellow intervals from at least one to ten seconds in one-second steps. I 9. Shall have digital timing controls for each channel which adjust the time between advance pulses during non-yellow intervals from at least one to ten seconds in one-second steps. 10. Shall have a control that is capable of multiplying the time settings by two. 11. Shall have solid state indicator lights to indicate power one, signal being received, channel called, and advance circuit operation. call on a predetermined channel after servicin a call on another channel ("recall"). 1 I 1 m I I I 8 I I I 12. Shall be capable of automatically placing a 13. Shall have switches to control system power, activate "recall", test phase selector advance operation, and to multiply timing control settings by two. 14. Shall operate over an ambient temperature ran? 15. Shall operate in 0 to 95 percent relative I Of 30'F to +165'F (-34'C to +74'C) humidity. D. Accessories 1. Such as relays, coupling devices and harnesses shall be eJectrically compatible with the Typi 170 controller components and useful for the purpose of proper operation of the system. b E. Detector Cable 1. Shall meet specifications of the system manufacturer and the Standard Specifications. INSTALLATION A. The equipment manufacturer shall be responsible f ''System Design and Documentation". System Design and Documentation includes the 1. Design of controller interface logic to generate an interface diagram that indicates the recommended interface technique. I following: 2. Provide the installing agency and using agenc I with interface diagrams. B. The installer shall install the equipment consistent with the equipment manufacturer's recommended installation procedures and interface diagrams in neat and workmanlike manner. I. I I C. The equipment manufacturer shall be responsible foi "System Checkout" prior to final acceptance and approval by the agency. System Checkout includes the following: 1. The system is properly installed per the manufacturer's recommendations and the interface diagrams as provided by the manufacturer. Priority system timing and range are properly set for optimum performance. i 1 1 8 I I I I I 1 I I I 1 2. I 3. System warranties are put into effect. PAYMENT Full compensation for furnishing and installing EMERGENCY VEHICL TRAFFIC CONTROL SYSTEM shall be considered as included in the lump sum paid for the installation of the traffic signal and lighting system, and no additional compensation will be allowed therefor. b P HARTFORD FIRE INSURANCE COMPANY 57 Hartford. Connecticut ;.i*: POWER OF ATTORNEY Know all men by these Presents, That the HARTFORD FIRE INSURANCE COMPANY. a cor- poration duly organize3 under the laws of the State of Connecticut. and having its principal office in the City of Hartford. County of Hartford. State of Connecticut. does hereby make, constitute and appoint RONALD W. RASMUSSEN of SAH DIEGO, CALIFORNIA its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said At:orney(s)-in-Fact. ip. their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the company in its business of guaranteeing the fidelity of persons holding places of public or private trust: guaranteeing the performance of contracts other than insurance policies: guaranteeing the performance of insurance contracts where surety bonds are accepted by s?ates and municipalities. and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed. ___________---------- ___---------- --- ~--- __------------- ---_ -\ ----- --- ---_ --- -- --- -- --- --- and to bind the HARTFORD FIRE INSURANCE COMPANY t&reby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers. and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof. This power of attorney is granted by and under authority of the following provisions: (1) By-Laas adopted by the Stockholders of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the 9th day of March. 1971. ARTICLE IV SECTION 8. The President or any Vice-president. acting with any Secretary or Assistant Secretary, shall have power and authority to appoint. for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thweof. one or more Resident Vice- Presidents. Resident Assistant Secretaries and Attorneys-in-Fact and at any time to remove any such Resident Vice-Presldent. Resident Assisrant Secretary or Attorney-in-Fact. and revoke the power and authority given to him. SECilON 11. Attorneys-in-Fact shall have power and authority. subject to the terms and limitations of the power of attorney issued to them. to execute and deliver on behalf of the Company and to attach the seal of the Company thereto any and all bonos and Undertakings and other writings obligatory in the nature thereof. and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested by one other of such Officers. (2) Excerpt from the Minutes of a meeting of the Board of Directors of the HARTFORDFIRE INSURANCE COMPANY duly called and held on the 11th day of June, 1976: RESOLVED: Robert N. H. Sener. Assistant Vice-president and Thomas F. Delaney. Assistant Vice-President. shall each have as long as he holds such office the same power as any Vice-President under Sections 6.7 and 8 of Article IV of the By-Laws of the Company. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Directors of the HARTFORD FIRE INSURANCE COMPANY at a meeting duly called and held on the6th day of August, 1976. RESOLVED, that. whereas Robert N. H. Sener. Assistantvice-President and Thomas F. 0elaney.Assistant Vice-President. acting withany Secretary or Assistant Secretary. each have the power and authority. as long as he holds such office, to appoint by a power of attorney. for purposes only 01 executing and attesting bonds and undertakings and other writings obligatory in !he nature thereof. one or more Resident Vice-presidents. Assistant Secretaries and Attorney-in-Fact: Now, therefore. thesignaturesof suchofficersand thesealof thecompany may beaftixed toany such power of attorney orto any certificate relating thereto by facsimile. and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified.by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it IS attached. In Witness Whereof, the HARTFORD FIRE INSURANCE COMPANY has caussd these presents to be signed by its Assistant Vice-President, and its corporate seal to be hereto affixed. duly attested by its Secretary, this 1st day of April. 1983. Attest: HARTFORD FIRE INSURANCE COMPANY <*,4-,, L--7 STATE -w. OF Mary CONNECTICUT, Scharf. Secretary / Robert N. H. Sener Assistant Vice-Presidenr 1 ss. COUNTY OF HARTFORD, On this 1st day of April, A.D. 1983. before me personally came Robert N. H. Sener, to me known. who being by me duly sworn, did depose and say: that he resides in the County of Hartford. State of Connecticut; that he is the Assistant Vice- President of the HARTFORD FIRE INSURANCE COMPANY, tne corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal: that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. am+ STATE OF CONNECTICUT, 1 SS COUNTY OF HARTFORD, CERTIFICATE I. the undersigned. Assistant Secretary of the HARTFORD FIRE INSURANCE COMPANY. a Connectrcut Corpora- tion. DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked: and furthermore. that Article IV. Sections 8 and 11, of the By-Laws of the Companv. and the Resolutions of the Board of Directors, set forth in the Power of Attorney. .are now in force. Gloria Mazotas. Norary Public My Commission Exptres March 31. 1988 A.m Signed and sealed at the City of Hartford. Dated the 3$qy day of H#f 19 H David A Johnson Form S-3507.3 (HF) Printed in il S A. 3 i 5i!P %.-,J’ - Pd4p Assistant Secretary 8-