Loading...
HomeMy WebLinkAbout1986-08-26; City Council; 8200-1; Holiday Park/Eureka Place Improvements, hp# tf200- I QTG. 08/26/86 IEPT. MP TITLE: DEPT. HDLB HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS, CITY AmYYJm CITY MGR.& CITY PROJECT NO. 3140 Adopt Resolution No. 8764 approving plans and specifications, authorizing the advertisement of bids for the construction of street and parking improvements to Holiday Park/Eureka Place, approving additional engineering design requirements, and authorizing the transfer of funds for the project. ITEM EXPLANATION: On June 4, 1985, the City Council adopted Resolution No. 8052 authorizing the design of street and parking improvements to Holiday Park/Eureka Place. This project involves substantial street improvements to Pine and Basswood Avenues, reconstruction of the existing storm drain system, installation of marked parking facilities on Pine and Eureka, and completing intersection improvements at Pine and Basswood. The project will add approximately 2,000 square feet of Basswood Avenue, between Eureka Place and Pine Avenue, to the park. The large eucalyptus tree on Basswood will be saved and added to the enclosed park site. Parking improvements will result in paved and marked parking spaces to City standards surrounding the park. Design modifications were necessitated by protracted right-of-way negotiations which have since been resolved. Additionally, unforeseen utility conflicts and further analysis of the difficult Pine/Basswood/Eureka Place intersection resulted in an expanded scope of work for Willdan and Associates, the design engineers. During the design of this project, input was received from the property owners in the immediate area of the park as well as City Parks and Recreation staff. These design modifications resulted in an extension of time and additional costs to complete the right-of-way negotiations and project design. Construction of the project improvements will be coordinated with Parks and Recreation staff to begin after the Octoberfest scheduled for Holiday Park this fall. FISCAL IMPACT: The City Council appropriated $295,000 in the 1985-86 C.I.P. budget for this project. The revised Engineer's estimate for the construction phase of the project is $336,960. Additionally, an expanded scope of work due to right-of-way acquisition and design modifications was negotiated with the design engineers, Willdan and Associates, in the not to exceed amount of $14,840 bringing the total design costs to $42,335. L ..{ Page Two of Agenda Bill No. raoo- / The total estimated project cost is therefore $432,991. Staff recommends approval of an additional $137,991 from the unappropriated balance of the General Capital Construction Fund to the project account No. 333-820-1821-3140 to enable proceeding with the bid of this project. A summary of the estimated project funding is as follows: Project Design Estimated Construct ion Construction Contingencies (10% of above estimate) Project Administration, Inspection, and Soils Testing Subtotal Available Funding Additional Funding Required $ 42,335 336,960 33,696 20,000 (est.) $432,991 295,000 $1 37,991 EXH IBI T S : 1. Location Map 2. Resolution No. 8767 approving plans and specifications, authorizing the advertisement of bids for the construction of Holiday Park/Eureka Place, and authorizing the transfer of funds for this project. 3. Supplemental Consultant Agreement LOCATION MAP PROJECT NAME PROJm NO- HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS 3140 LEGEND EXH/BlT i .............. ............... ............... ............... ............... ............... ............... ............... ............... ............... PROPOSED AREA BE IMPROVED TO AS ITE VIClNrrY MAP N. 1.0. t 1 2 3 4 5 6 7 a 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 8769 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING PLANS AND SPECIFICATIONS, AUTHORIZING THE ADVERTISEMENT OF BIDS, APPROVING A SUPPLEMENTAL CONSULTANT AGREEMENT, AND AUTHORIZING THE TRANSFER OF FUNDS FOR HOLIDAY PARK/EUREKA PLACE, CONTRACT NO. 3140 WHEREAS, the City Council of the City of Carlsbad has determined it is necessary and in the public interest to improve Holiday Park/Eureka Place between Pine and Chestnut Avenues; and WHEREAS, plans and specifications for the furnishing of all labor, material, tools, equipment, transportation, and other expenses necessary or incidental for said project, Contract No. 3140, have been prepared and are on file in the Office of the City Clerk of the City of Carlsbad and are incorporated by reference herein; and WHEREAS, the City Counci.1 has previously appropriated $295,000 for this project; and WHEREAS, the attached Supplemental Design Consultant Agreement is required on the basis of extended right-of-way negotiations and design modifications; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the plans and specifications as presented are hereby approved. /// /// /// c 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 3. That the City Clerk of the City of Carlsbad is hereby authorized and directed to proceed to publish, in accordance with law, Notice to Contractors inviting bids for the construction of the Holiday Park/Eureka Place improvements in accordance with the plans and specifications hereinabove referred to. 4. That the transfer of $137,991 from the unappropriated General Capital Construction Fund balance to the project account No. 333-820-1821-3140 is hereby authorized and approved. 5. That the Supplemental Consultant Agreement is hereby approved and the Mayor is hereby authorized to sign the agreement on behalf of the City of Carlsbad. PASSED, APPROVED AND ADOPTED at a regular meeting of the Carlsbad City Council held on the 26th day of August 9 1986 by the following vote, to wit: AYES: Council Members Casler, Lewis, Kulchin, Chick and Pettine NOES: None ABSENT: None ATTEST: +de,, MARY H' CASLER, Mayor 1 ALETHA L. RAUTENKRANZ, City ClJrk (SEAL) CITY OF CARLSBAD San Diego County California CONTRACT DOCUHENTS & SPECIFICATIONS for HOLIDAY PARK/EUREKA PLACE IMPROVEHENTS CONTRACT NO. 3140 APRIL 1986 DATE: 4 - z 7-gc- ty +nqinW SUPPLEMENTAL AGREEMENT FOR ENGINEERING SERVICES RELATED TO EUREKA PLACE/HOLIDAY PARK, PROJECT NO. 3140 All conditions and provisions of the existing Consultant Agreement with Willdan and Associates, approved by the City ' Council on September 3, 1985, as Agenda Bill No. 8321 are to remain in effect except as follows: The duration of this Supplemental Agreement will extend through the preconstruction meeting with the Contractor. The total fee to be paid for engineering services related to this project is not to exceed $42,335. IN WITNESS WHEREOF, we have hereunto set our hands and seals. WILLDAN AND ASSOCIATES: CITY OF CARLSBAD: Ti.tle ATTESTED: City Clerk TABLE OF CONTENTS PAGE - ITEM NOTICE INVITING BIDS PROP 0 SAL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE CONTRACT LABOR AND MATERIALS BOND PERFORMANCE BOND CERTIFICATE OF COMPLIANCE SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS GENERAL PROVISIONS SPECIAL PROVISIONS 1 3 10 11 13 14 15 20 22 24 25 28 39 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 24th day of September, 1986, at which time they will be opened and read for performing the work as follows: HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS CONTRACT NO. 3140 The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the City Clerk's Office. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security 'in a form and amount required by law. The bidders' security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (IO) days after the Contract is awarded. Pursuant to the provisions of law (Government Code Section 45901, appropriate securities may be substituted for any money deposited with the City to secure any obligation required by this notice. The documents which must be completed, properly executed, and notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience Provision for additive alternates is included in this project. The bidder is required to submit a bid on both the base bid as well as the additive alternates. The additive alternates will be authorized or rejected at the time of contract award depending on the availability of funds. All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's base estimate is $300,000. No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of State law. The Contractor shall state his or her license number and classification in the proposal. -2- A total of sixty-five (65) calendar days is authorized to complete the project. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, Carlsbad, California, for a nonrefundable fee of $25.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code. 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 be held at 2 PM, Wednesday, September 17, 1986, in City Council Chambers. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent and fifty percent, respectively, of the Contract price shall be required for work on this project. The contractor shall be required to maintain insurance as specified in the contract. Any additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, day of by Resolution No. 8769 , adopted on the --- 26th August , 19 86 -3- CITY OF CARLSBAD CONTRACT NO. 3140 PROPOSAL City Council CITY OF CARLSBAD 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3140 in accordance with the Plans and Specifica- tions of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: .. Item No. 1. 2. 3. 4. Approximate Article w/Unit Price or Quantity Unit Lump Sum Written In Words & Unit Price TOTAL Clearing and Grubbing, Mobilization and Traffic Control at dollars and cents lump sum. Lump Sum Unclassified Excavation at dollars and cents per cubic yard. 1,230 C.Y. Unclassified Fill at and cents dollars per cubic yard. Asphalt Concrete Pavement at dollars 642 C.Y. and cents per ton. 1,405 Ton . -4- Approximate Article w/Unit Price or Quantity Unit Lump Sum Written In Words & Unit Price TOTAL Aggregate Base Material at dollars and cents per ton. 2,886 Ton Item No. 5. 6. Masonry Retaining Wall (Type 1B) - at - dollars- and cents per square foot. 748 S.F. 7. 6" Type 'GI Curb and Gutter at dollars and cents per lineal foot. 1,983 L.F. 8. 6" P.C.C. Curb at dollars and cents per lineal foot. 1,120 L.F. 9. 6" Type 'A' A.C. Berm at dollars and cents per lineal foot. 57 L.F. 10. P.C.C. Sidewalk at dollars and cents per square foot. 7,098 S.F. 11. Concrete Driveway (5 112") at - dollars and cents per square foot. 1,550 S.F. 12. P.C.C. Cross Gutter at dollars and cents per square foot. 950 S.F. 13. P.C.C. Gutter (W=3') at and cents per square foot. 2,971 S.F. dollars 14. Pedestrian Ramp (Type 'A') at and cents per each. 7 Ea. dollars -5- Approximate Quan t i t y Unit & Unit Price TOTAL Item Article w/Unit Price or No. Lump Sum Written In Words 15. Adjust Manhole Frame and i i i Cover to Grade at and cents dollars 5 Ea. per each. 16. Adjust Water Valve Cover to Grade at and cents per each. dollars 7 Ea. 17. Relocate or Adjust Water Meter at and cents per each. dollars 14 Ea. 18. Relocate Fire Hydrant and Appurtenances at dollars , 1 and cents per each. 3 Ea. 19. Street Survey Monument at and cents per each. dollars 3 Ea. 20. 18" R.C.P. (1500-D) at dollars and cents per lineal foot. 86 L.F. 21. 21" R.C.P. (1500-D) at dollars tind cents Fer lineal foot. 434 L.F. 22. and cents per each. 1 Ea. 23. Type 'B' Inlet (L=5') at and cents per each. dollars - 1 Ea. -6- Apprcximate I tem Article w/Unit Price or Quantity Unit TOTAL No. Lump Sum Written In Words & Unit Price 24. Type 'A' Clean Out at dollars and cents per each. 25. 26. 27. 28. 29. 30. 31. Connection to Existing Inlet at and cents per each. 6c)l lar s Paint Stripe, Legend and Marking at dollars 1 Ea. 1 Ea. and cents per square foot. 1,015 S.F. Reflective Paviement Marker at dollars and cents per each. Handicapped Parking Sign at and cents per each. dollars Traffic Signs at dollars and cents per each. lO"x16" Precast Concrete Drain Box and Appurtenances at dollars and cents per each. Job Signs at dollars and cents per eab.h. 41 Ea. - 3 Ea. 3 Ea. - -7- \ Total amount of base bid in words: Total amount of base bid in numbers: $ Additive Alternate 7 'A': A. Street Light at dollars and cents per each. 15 Ea. Additive Alternate - 'B': B. Sod Lawn at dollars and cents per square foot. 3,240 S.F. Total amount of bid including Additive Alternates 'A' and 'B' in words: Total amount of bid including Additive Alternates 'A' and 'B' numbere: $ Addendum (a) No(s) has /have ceived and is/are included in this proposal. in been re- -8- All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of Award of Contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Classification The Undersigned bidder hereby represents as follows: 1. That no Councilmember, officer, agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has induced him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is (Cash, Certified Check, Bond, or Cashier's Check) for the exact dollar amount of ten percent (10%) of the amount bid or 10% of the bid amount not to exceed 10% of the bid amount. Using l1IO% of the amount accompanying bid" is not acceptable. dollars. The figure in the blank must exceed -9- The Undersiqned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract. The Undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. - Phone Number Bidder's Name Date Authorized Signature Authorized Signature Bidder's Address Type of Organization (Individual, Corporation, or Partnership) 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 BE ATTACHED) (CORPORATE SEAL) - 10 - BIDDER'S BOND TO ACC0MPAN.Y PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we 9 9 as Principal, and ? as Surety, are held and firmly bound unto the City of Carlsbad, California, in an amount as follows- (must be at least ten percent (10%) of the bid amount) ~~ for ')de, we bind outselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden principal for: HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS CONTRACT No. 3140 in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter-into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null - and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this - day of 9 19 . Corporate Seal (If Corporation) Principal Surety BY Title ' (Notarial acknowledgement of (Attach acknowledgement of and SURETY must be attached.) execution by all PRINCIPALS Attorney in Fact) - 11 - DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No chanqes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following Additional Items of Work information is required for each subcontractor. pages can be attached, if required: Full Company Name Complete Address w/Zip Code Phone No. w/Area Code - 12 - DESIGNATION OF SUBCONTRACTORS ( contin ued) The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. Full Company Name Type of State Carlsbad Amount License & No. License No.* Bid (.$ -or X) Contracting Business of "Licenses are renewable annually. . If no valid license, indicate "NONE". Valid license must be obtained prior to submission of signed Contracts. Bidder's Company Name (Notarize or Corporate Seal) Bidder's Complete Address I Authorized Signature - 13 - BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. I Signature (Notarize or Corporate Seal) - 14 - Date Contract Name and Address Completed~ of the Employer - - 7 - I_ BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE Name and Phone No. of Person Type of Amount of to Contact. Work Contract - - The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used, if notarized or sealed. (Notarize or Corporate Seal) Signature - 15 - CONTRACT - PUBLIC WORKS This agreement is made this day of 9 1986, by and between the City of Carlsbad, California, a municipai corporation, (hereinafter called "City1'), and whose principal place of business is (hereinafter called "Contractor". ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS CONTRACT NO. 3140 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract documents. " 3. Contract Documents. The Contract documents consist of this Contract; the bid documents, including the Notice to Bidders, Instructions to Bidders' and Contractors' Proposals; the Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and the bonds for the project; all of which are incorporated herein by this reference. 4. Payment: As full compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor the total amount of $ per section 9- 3.2 of the Standard Specifications for Public Works Construction, 1985 edition. The closure date for each monthly invoice will be the 30th day of each month. Partial payments will he r(i=hiir=tor! mnnthlv fnr the previous month's invoices accox 3 for 1986: 1987 P&VMENT September 19 October 17 January 1 February March 2' November 21 April 18 /d@k&&#m& p/& December 19 Invoices from the contractor shall be submitted according to the required City format to the City's assigned project manager no later than the first Friday of the month. No payments will be made at any time other than those scheduled. - 16 - Payment of undisputed Contract amounts shall be contingent upon Contractor furnishing City with a release of all claims against City arising by virtue of this Contract as it relates to those amounts. Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduct-ion changes in the plans or specifications made pursuant to a proposal by Contractor. The net savinqs shall be determined by City. No payment shall be made unless the change is approved by the City. 5. Independent Investigation. Contractor has made an independent investigation of' the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor in order to overcome unanticipated underqround conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied. on i-nformation furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor shall b e responsible for 'all 1 oss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However., Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this Contract, order changes, modifications, deletions, and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the Contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined - 17 - by arbitration or litigation. The only person authorized to order changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has- ascertained the general prevailing rates of per diem wages for each craft or type of worker needed to execute the Contract and a schedule containing such information is in the City Clerk's office, and is incorporated by reference herein. Pursuant to Labor Code Section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. 9. Indemnit Contractor shall assume the defense of and 4 and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safet-y,and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, d'amage, injury and liability, howsoever the same may be caused, resu1tin.g directly or indirect1.y from the .. nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses, including attorneys fees for litigation, arbitration, or other dispute resolution method. 10. Insurance. Without limiting contractor's indemnification, it is agreed that contractor shall maintain in force at all times during the performance of this agreement a policy or policies of insurance covering its operations and insurance covering the liability stated in Paragraph 9. The policy or policies shall comply with the special insurance instructions attached to the bid documents and shall contain the following clauses: 1 Contractor's liability insurance policies shall contain the following clauses: A. "The City is added as a'n additional insured as respects operations of the named insured performed under contract with the City.!' B. "It is agreed that any insurance maintained by the City shall apply in excess of and not contribute with, insurance provided by this policy." All insurance policies required by this paragraph shall contain the following clause: - 18 - A. "This insurance shall not be cancelled, limited or non- renewed until after thirty days written notice has been given to the City.'' Certificates of insurance evidencing the coverages required by the clauses set forth above shall be filed with the City prior to the effective date of this agreement. 11. Workers' Compensation. Contractor shall comply with the lion 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury, and liability of every kind, nature, and description brought by any person employed or used by Contractor to perform any work under this Contract regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City certification of th e policies mentioned in Paraqraphs 10 and 11 or proof of workers' compensation self-insurance prior to the start of any work pursuant to this Contract. 13. Arbitration. Any controversy or claim in any amount.up to -$100,000 arisinq out of or relatina to this Contract or the breach thereof -may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and'l8lZ of Part 7, Chapter 1, Article 2, of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the California Labor Code are incorporated herein by reference. 16. Securit . Pursuant to the requirements of law (Governement dtion 4590) appropriate securities may be substituted for any monies withheld by City to secure performance of this Contract or any obligation established by this Contract. - 19 - 17. Addit.iooa1 Provisions. Any additional prqvisions of this agreement are set forth in the "General Provisions" or -, "Special Provisons" attached hereto .and made a part hereof. Contractor (Seal) (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) APPROVED AS TO FORM: BY Title Title ~ CITY OF CARLSBAD, CALIFORNIA -Assistant City Attorney hayor, for Contracts $10 ,000 and above City Manager, for Contracts less than $10,000 ATTEST: City Clerk Contractor s Certification of Awareness of Workers Compensation Responsibility. ''1 am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract." , I- Contractor - 20 - LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. -,. adopted , has a warded to (hereinafter designated as th:E for: HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS CONTRACT NO. 3140 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad and incorporated by this reference. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond with said Contract, providing that if said Principal or any oT his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, 9 as Principal, (hereinafter deyignated as the "Contractor"), and firmly bound unto the City of Carlsbad in the sum of as Surety, are held Dollars ($ - - - - - - - 1, said sum being fifty per cent (50%) of the estimated- amount payable by the City of Carlsbad under the terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Suret,ies will pay for the same, in an amount not exceeding the sum specified in the bond, and, also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4202 of the Government Code of the State of California. - 21 - This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event any Contractor above named-executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the - day of . 198 (Notarize or Corporate Seal for each Signer) Contractor ~ Surety - 22 - \ PERFORMANCE BOND KNOW ALL PERSONS B,Y THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. , adopted , has (hereinafter designated as the "Principal"), a Contract for: awarded to 9 HOLIDAY PARK/EUREKA PLACE IMPROVEMENTS CONTRACT NO. 3140 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, 9 as Principal, (.hereinafter designated as the "Contractor"), and 9 as Surety, are held and firmly bound unto the City of Carlsbad, - in the sum of Dollars ($ I, said sum being equal to one hundred per cent (100%) of the estimated amount of the Contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assiqns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said Contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full' force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any chanqe, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications. - 23 - In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the-. - day of 9 19 - (Notarize or Corporate Seal for Each Signer) ~ ~~ Contractor Surety -. - 24 - CERTIFICATION OF COMPLIANCE I hereby certify that in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. Legal Name of Contractor Date Signature (Seal) (NOTARIZE OR CORPORATE SEAL) Title (Notarial acknowledgement of execution by all principals must be attached. ) - 25 - SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the 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 main- tained for a period of three years from the date of completion of t he wo rk . The cost of such insurance shall be included in Contractor's bid. The insurance company or companies shall meet the requirements of City Council Resolution No. 8108. A. Minimun Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed.1/73) covering Comprehensive General Liability; and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed,1/78) covering Automobile Liability, code 1 "any auto"; and 3. Workers' Compensation as required by the Labor Code of the State of California and Employers' Liability insurance. 8. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit a separate aggregate in the amounts specified shall be established for the risks for which the City or its aqents, officers or employees are additional insured. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers' Liability: Workers compensation limits as required by the Labor Code of the State of California an,d Employers' Liability limits of $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. - 26 - 0. OTHER INS,URANCE 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 volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased or used by the Contractor; or automobiles owned, leased hired or borrowed by the Contractor, The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officials employees or volunteers shall be excess. of Contractor's insurance and shall not contribute with it. c. Any failure to cdmply with reporting provisions of - the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liability Coverages The insurer shall agree to waive all rights of subrogation against the City, its officials, employees and volunteers for losses arising from work performed by Contractor for the City. 3. All coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. c - 27 - E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rating of no less than A:XI unless otherwise authorized by City Council Resolution No. 8108. F. Verification of ,Coveraqe Contractor shall furnish the City with certificatas of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms provided by the City and are to be received and approved by the City be fore work commences. G. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the require-ments stated herein. GENERAL PROVISIONS - 28 - 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specffications for Public Works Construction, hereinafter designated SSPW C, as issued by the Southern ChaDters of the American Public Works Association. the City of'carlsbad supplement to the SSPWC, the San Diego Regional Standard Special Provisions supplement to the SSPWC, the Contract documents, and the General and Special Provisions attached thereto. In case of conflict between the SSPWC and these Special Provisions, the Special Provisions shall take precedence over and shall be used in lieu of such conflicting portions of either the SSPWC or the General Provisions. The Construction Plans consist of four (4) sheets designated as City of Carlsbad Drawing No. 271-1. The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings, hereinafter designated SDRS , as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawinqs. Copies of pertinent standard drawings are enclosed with these documents. .. The reflective pavement marker, and sign installation work included herein shall be performed in accordance with the State of California business and Transportation Agency Department of Transportation Standard Secifications dated July, 1984 and the Standard Plans dated July, 1984 (hereinafter referred to as 'State' or 'Caltrans' Standard Plans and Specifications) and in accordance with these Special Provisions. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT I A. Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. 8. Reference to Drawings: Where words I'shown", I'indicated'', "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. - 29 - 4. 5. C. D. E. Directions: Where words "directed1', "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer", unless stated otherwise. Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer!', unless otherwise stated. Where the words "approved", "approval", "acceptance1', or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Perform and Provide: The word "perform1' shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, touls and equipment, and further, .. including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. CODES AND STANDARDS Standard Specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. CONSTRUCTION SCHEDULE A construction schedule is t'o be submitted by the Contractor per Section6-1 of the SSPWC at the time of the preconstruction conference. No changes shall be made to the construction schedule without the prior written approval of the City Engineer. - 30 - Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph 01: any damages. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work within 15 calendar days after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 65 consecutive calendar days. If the completion date is not met the contractor will be assessed the sum of $500.00 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 6 . NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two (2) copies to the City Engineer. 9. SOUND CONTROL REQUIREMENTS The Contractor shall comply with all local sound control and noise level rules, regulations and ordinances which apply to any work performed pursuant to the contract. All internal combustion engines used in the construction shall be equipped with muffle'rs in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound siqnals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. - 31 - IO. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. CITY INSPECTORS All work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract. 11. PROVIS1,ONS REQUIRED BY 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 the Contract shall be read and enforced as though it were included herein, and if, throuqh 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. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the Contract, the' City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawings, specific'ations, and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment, or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications, and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment, or process tested as to its - 32 - quality and strength, its physical, chemical, or other characteristics, and its durability, finish, or efficiency by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment, or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than ten (IO) days prior actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every chanqe from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on completion of the work. 15. PERMITS - The general construction; electrical, and plumbing permits - will be issued by the City of Carlsbad at no charge to the Contract or. The Contractor -is responsible for all other required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performanc'e thereof, and upon the decision of the City to do so, the City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be qiven an equivalent extension of time. - 33 - 17. 18. 19. SAFETY ,& PROTECTION 0F.WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with a11 applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditi0n.s and progress of the work, all necessary safeguards for the protection of workers and public, and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. SURVEYING Contractor shall employ a licensed land surveyor or reqistered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC; Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment wi.11 be made. Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 50' intervals (25' intervals for curves) curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, storm drains, structures (4 corners min.). Rough grade and as required to satisfy cut or fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown line base grade of streets as required by engineer. Contractor shall provide engineer with 2 copies of survey cut sheets prior to commencing construction of surveyed item. UTILITIES Attention is directed to Section 5, 'lUtilities" of the SSPWC, and these special provisions. Utilities for the purpose ,of these specifications shall be considered as including, but not limited to pipe lines, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individuals solely for their own use or for use of their tenants, and storm drains, sanitary sewers, and street lighting. The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans all utilities which exist within the limits of the work. - 34 - c However, the accuracy or completeness of the utilities indicated on the Plans is not guaranteed. Service connections to adjacent property may or may not be shown on the plans. It shall be the responsibility of the Contractor to determine the exact location and elevation of all utilities and their service connections. The Contractor shall make his/her own investigation as to the location, type, kind of material, age and condition of existing utilities and their appurtenances and service connections which may be affected by the contract work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the contract work, the Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility, the Contractor shall notify the owners of the utility immediately. It is the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation or alteration of utilities, including service connections, desired by the Contractor for his/her' own convenience shall be the .. Contractor's own responsibility, and he/she shall make all arranqements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be permitted to temproarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting OF all utility lines shall be included in the price bid for various items of work and no additional payment will be made. I , - 35 - _- 20. WATER FOR CONSTRUCTION The contractor shall obtain a construction meter for water utilized during the construction under this contract. The contractor shall contact the appropriate water agency for requirements. The contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. 21. TEST OF MATERIALS Testing of materials shall conform to Section 4-1.4 of the SSPWC and the following: Except as elsewhere specified, the Agency will bear the cost of testing material and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the City Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish 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. 22. COMPACTION TESTS 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 such testing shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the City Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 23. CLEANUP AND DUST CONTROL Cleanup and dust control shall conform to Section 7-8.1 of the SSPWC and shall be executed even on weekends and other non-working days at the City's request. - 36 - Full compensation for furnishing all labor, materials, equipment, and incidentals to clean up and control the dust as specified above shall be considered as included in appropriate items of the proposal and no additional compensation will be allowed therefor. 24. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Section 7-9 of the SSPWC is supplemented by the following: Except as may otherwise be provided in specific instances nothing in the Contract shall be constructed as vesting in the Contractor any property in any material, article or structure existing at the time of the award of Contract within the area in which the work is to be done or in any material, article, or structure subsequently furnished for the work by the City, or in any material, article, structure or work furnished or performed by the Contractor after having been accounted for on an approved estimate supporting the contractor's demand for payment as provided in Section 9-3 of the Standard Specifications entitled, "Payment". In the latter event any such material, article, structure or work shall become the property of the City after being so accounted for. The Contractor shall maintain all existing official signs other than those called for removal, including but not .. limited to directional, warning, advisory, regulatory, and street markers and also roadside mailboxes in an erect and functional position and condition at all times during the construction period in either temporary or permanent location as designated by the City Engineer. Any of these facilities which are damaged or lost shall be replaced by the Contractor at no cost to the City. All costs involved in protection and restoration of existing improvements shall be included in appropriate items of the proposal and no additional compensation shall be allowed therefor. 25. TRAFFIC CONTROL The Contractor's attention is directed to Section 7.10 of the SSPWC and these requirements. The Contractor shall notify the following City Departments 24 hours prior to the start of work on this project and 24 hours prior to the restriction, closing or opening of a street or alley within the City of Car 1s bad : Engineering Department - 438-1161 Police Department - 438-5511 Fire Department - 438-5521 - 37 - No street or alley closures shall be permitted except upon specific, written approval of the City Engineer. The Contractor shall keep one lane of traffic in each direction and one pedestrian walkway open during all evening hours and on weekends and nonworking days. Traffic may be restricted to one lane as necessary at times when the Contractor is actively working in the working area, except where specific approval for less has been granted in writing by the City Engineer. The Contractor shall furnish, maintain and install all lights, signs, barricades, and other safety devices and equipment required. The Contractor shall submit a traffic control plan showing the intended construction zone signing and striping for each phase of the work to be accomplished. This plan shall be submitted within fifteen days after the Notice of Award has been issued to the contractor. No work shall commence until this plan has been reviewed and approved by the City Engineer. Personal vehicles of the Contractor's employees shall not be parked on the traveled way or shoulders at any time, including any section closed to public traffic. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The Contractor shall make every effort to keep driveways open during working hours. After working hours all driveways shall be accessible with smooth and safe crossings through the construction area. The Contractor shall be required to notify all adjacent residents and businesses three (3) days in advance of his work, using "doorknob type" or other typewritten notices which will be furnished by the Contractor. These notices will be distributed at the beginning of the project and at other times during the work as required to notify affected people in the area of impending work. All open ditches within traveled areas shall be covered with steel plates adequate to support traffic loadings without noticeable deflection and shall be required at night and all non-working days. Temporary A.C. transitions shall be placed on either side of such plates, in the direction of traffic when adjacent surfaces are asphalt or concrete. Traffic control shall include the cost of all barricades, signs, flagmen, providing notices, traffic stripe application and removal, ditch plate installation and removal, and any other cost connected with any temporary rerouting of traffic or maintenance of access to properties during the construction period. - 38 - Full compensation for furnishing all barricades, lights, flashers, flagmen, and any other safety measures used for the control of traffic during the project construction period shall, be considered as included in the prices paid for appropriate items of the proposal and no additional compensation will be allowed therefor. 26. SHORING OF EXCAVATIONS The Contractor shall conform to Labor Code Section 6705 by submitting a detailed plan to the City Engineer showing the design of shoring, bracing, sloping or other provisions to be made for worker protection from the hazard of caving ground during the excavation of trenches or during the pipe or structure installation therein. This plan must be prepared for all trenches five feet or more in depth and approved by the City Engineer prior to excavation. If the plan varies from the shoring system standards established by the construction safety orders, the plan shall be prepared by a registered civil or structural engineer at the Contractor's expense. -39- SPEC I AL PROVISIONS I. CLEARING AND GRUBBING, MOBILIZATION AND TRAFFIC CONTROL.- Clearing and grubbing shalt consist of clearing natural ground surfaces of all trees, shrubs, vegetable growth and objectionable materials within the limits of construction in accordance with the provisions of Section 300-1 of the Standard Specifications and in accordance with the plans and these Special Provisions and as directed by the Engineer. Clearing and grubbing shall also include the removal and disposal of all miscellaneous concrete, pavement, pipes, hardware, timber, rubble or any other objectionable material encountered beneath the ground surface as a result of grading or trenching operations connected with the construction of the project improvements. Clearing and grubbing shall also include the removal, relocation, adjusting, or salvaging of all facilities so indicated on the plans which are not designated as separate bid items or which are not included in other bid i tems . In addition to the above items, clearing and grubbing shall include, but not be limited to the following items as shown on the plans or specified in these Special Provisions: 1. 2. 3. 4. 5. 6. 7. 8. 9. Removal of trees, shrubs, stumps, trash, debris and fences, whether or not specifically indicated on the plans or otherwise shown to be protected or relocated. Deleterious materials resulting from clearing and grubbing opera- tions shall be hauled away and disposed of at a legal site obtained by the Contractor. Clearing for and providing temporary graded driveways and con- tinuing maintenance thereof to provide safe, smooth, stable and continuous access to all residences within the project area, and as directed by the Engineer. Minor grading for swales and drainage control. Sawcutting of concrete and asphalt concrete at joins and right- of-way limits. Protection of existing and relocated utility structures prior to and during construction of proposed improvements. Removal and disposal of interfering portions of abandoned utility lines and structures and the plugging of abandoned pipes and conduits not removed. Removal and disposal of any additional items not specifically men- tioned which may be found within the work limits. Furnishing and applying water. -40- 10. Dust control. 11. Maintenance of project appearance. 12. Control of water and dewatering during construction. 13. 14. Removal of miscellaneous concrete items such as drain boxes, catch Cleanup of project area upon completion of work. basins, drainage inlets, headwalls, water meter boxes, utility boxes and covers, drainage pipe, interfering portions of water, sewer and storm drain pipes, posts, poles, and retaining walls. 15. Removal and disposal of interfering portions, modifications to and maintaining in working order, existing private sprinkler systems. This includes both water supply, water distribution, electrical supply and electrical control elements of the existing sprinkler system. 16. Relocation of and maintaining accessibility of mail boxes and relocati,on of traffic signs. Relocation and reconnection of existing chain link fences as shown on the plans including posts, concrete post bases, poles, hardware and all incidentals necessary to complete the work. 17. 18. The installation, maintenance, and removal of temporary fences or gates . 19. The salvaging and replacement of portions of existing fences when removed for the Contractor's convenience or when shown on the plans to be salvaged and replaced. 20. The repair of lawn areas on private property where disturbed by construction operations. 21. 22. The relocation or removal of park playground equipment, trash Removal of existing wood post, metal beam guard rail. receptacles, BBQ stands, benches, irrigation equipment, hose bids and landscape poles as shown on the plans. The Contractor shall protect all existing structures or facilities which are adjacent to, or fall within, the limits of the work to be done under this contract in accordance with Section 7-9 and 200-1 of the Standard Specifications. This item shall also include those structures and facilities which the plans show or these Specifications indicate to be pro- tected. Any structure or facility to be protected which is damaged as a result of the Contractor, shall be repaired or replaced at his cost to the satisfaction of the Engineer. Mobilization shall consist of preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equip- ment, sanitation facilities, materials and incidentals to the project site -41 - necessary for work on the project, and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site. Mobilization shall also include survey staking for the project in con- formance with the requirements of Section 18 of the General Provisions of these Specifications. Traffic control shall be provided in conformance with the requirements of Section 25 of the General Provisions of these Specifications. Payment for clearing and grubbing, mobilization and traffic control shall be at the contract lump sum price and shall be full compensation for furnishing all labor, materials, equipment and incidentals necessary to perform the items of work. 2. UNCLASSIFIED EXCAVATION. - Unclassified excavation shall include excavating, removing, hauling and disposing of all materials to the subgrade efevations indicated on the plans as required to construct the new roadway improvements. This item involves the removal and legal disposal of all pavement, concrete, soil and miscelfaneous items (including loose or dumped material and base material) which are within the grading and excavation section on both public and private property. Unclassified excavation shall be done in accordance with Section 300-2 of the Standard Specifications and these Special Provisions. The Contractor shall be responsible for obtaining a suitable legal dis- posal site for this excavated material in accordance with Section 300-2.6 of the Standard Specifications. The quantities for unclassified excavation are based on cross-sections along the roadway with considerations made for localized variations between, and are believed to be accurate. Excess soil remaining from excavations on the project site may be used for fill material as required subject to the requirements of Section 300-4 of the Standard Specifications, these Special Provisions and as determined by the Engineer. Payment for unclassified excavation shall be at the contract unit price per cubic yard and no additional Compensation will be allowed therefor. 3. UNCLASSIFIED FILL. - Unclassified fill shall be done in accordance with Section 300-4 of the Standard Specifications and these Special Provisions. It is anticipated that surplus material will result from excavation operations. Section 300-4.1 of the Standard Specifications is supplemented to include the following: 4 -42- Excess soil remaining from excavations on the project site may only be used for fill material when rocks, broken concrete or asphalt, base material, or other solid materials are less than four inches in greatest dimension and only when suitable for the particular area to be filled as determined by the Engineer. The fourth paragraph of Section 300-4.1 of the Standard Specifications shall be deleted. Payment for unclassified fill shall be at the contract unit price per cubic yard in accordance with Section 300-4.1 of the Standard Specifications and no additional compensation shall be allowed therefor. 4. SUBGRADE PREPARATION. - Subgrade preparation for the roadway improvements shall be done in accordance with Section 301-1 of the Standard Specifications and these Special Provisions. The provisions of Section 301-1.3 of the Standard Specifications shall be amended as follows: In areas outside of the public roadway shown on the plans to be paved (including parkways, driveways and parking areas), the top six inches of subgrade material shall be compacted to a minimum relative compaction of ninety percent. Subgrade preparation shall also include furnishing and installation of plastic root control barrier at locations and as shown on the plans. Payment for preparation of subgrade will be considered included in the various items of work for which the subgrade is prepared and no additional payment shall be made therefor. 5. 200-2.5.2 of the Standard Specifications, Processed Miscellaneous Base. BASE MATERIAL. - Aggregate for base material shall conform to Section Placement of base material shall conform to Section 301-2 of the Standard Specifications. Payment for aggregate base material shall be at the contract unit price per ton in accordance with Section 301 -2.4 of the Standard Specifications. 6. ASPHALT CONCRETE. - Asphalt concrete shall be in conformance with Sections 203-6, 302-5, and 400-4 of the Standard Specifications, except as amended herein. The provisions of Section 302-5.4 of the Standard Specifications shall be supplemented by the following : The final surface layer of asphalt concrete within the public roadway shall not be placed until all grading and P.C.C. improvements are substantially completed as determined by the Engineer. c I -43- Within the public roadway, asphalt concrete of 0.20-foot thickness or less may be placed in one lift. Asphalt concrete of greater than 0.20-foot thickness-shall be placed in a minimum of two lifts. The compacted thickness of the final surface course of asphalt concrete shall not be greater than 0.20 foot or less than 0.10 foot. In all other areas (outside of public roadway), asphalt concrete may be placed in one lift to a maximum compacted A.C. surface of 0.25 feet.. The provisions of Section 400-4 of the Standard Specifications shall be supplemented by the following: The gradation of combined aggregate shall be as follows: 3/4 inch Base Course Type 111 - 62-AR-4000 1/2 inch Surface Course Type 111 - C3-AR-4000 Asphalt concrete pavement shall include asphalt concrete in all public and private roadway, driveway and ramp areas shown on the plans including 'feathering' to join existing surfaces. Payment for asphalt concrete pavement shall be at the contract unit price per ton and shalt include full compensation for furnishing all labor, materials, equipment, and incidentals necessary to perform the work. 7. LIQUID ASPHALT. - Tack Coat Asphalt tack coat shall be Grade SS-1 h emulsified asphalt, conforming to Section 203-3 of the Standard Specifications. Tack coat shall be applied to all asphalt concrete and concrete surfaces to be joined by new asphalt concrete pavement. 302-5.3 of the Standard Specifications. Care should be taken to prevent tracking the tack coat on finished concrete surfaces. The rate of application shall be as designated in Section Payment for tack coat shall be included in the contract bid price per ton for asphalt concrete roadway pavement, asphalt concrete overlay or asphalt concrete berms for which tack coat is required and no additional payment shall be allowed therefor. Prime Coat No prime coat will be required. Seal Coat No seal coat will be required. 8. ASPHALT CONCRETE BERM. - Asphalt concrete materials to be used in constructing asphalt concrete berms shall be Type I 11-D-AR-8000 in conformance with Section 400-4 of the Standard Specifications. c -44- A tack coat, as provided in Subsection 302-5.3, shall be applied to the existing or new pavement preceding the placement of the asphalt concrete berm. The material shall be placed and compacted to the required lines, grades, and cross sections shown on the plans. The berm shall be shaped and compacted with an extrusion machine capable of providing the finished berm in place to the required dimensions. Payment for asphalt concrete berm shall be at the contract bid price per linear foot in place, and shall include full compensation for furnishing all labor, materials, tools, equipment, and doing all work involved in providing the berm complete in place. 9. PORTLAND CEMENT CONCRETE. - Portland cement concrete shall meet the requirements of Section 400 of the Standard Specifications. The Cleanness Value requirements of Section 200-1.4 shall be replaced with the following: Tests Test MeThod No. Requirements Cleanness Value Calif. 227 Individual Test Moving Average 70 Min.* 75 Min.* The Sand Equivalent requirement of Section 200-1.5.3 shall be replaced with the following: Tests Test Method No. Requirements Sand Equivalent Calif. 217 Individual Test Moving Average 70 Min.* 75 Min.* * For 2,500 or less class concrete, except concrete pavement, a minimum 65 Individual Test result and a minimum 70 Moving Average will be acceptable if 2,500 psi 28 day strength criteria of Section 201-1.1.4 are met, at a six inch slump or greater. testing and acceptance determination will be made by the Agency. The Evaluation of Sand Equivalent and Cleanness Value results shall conform to the provisions of Subsection 400-1.4. 10. CONCRETE CURB, CURB AND GUTTER, SIDEWALK, DRIVEWAY, GUTTER, CROSS GUTTER, AND PEDESTRIAN ACCESS RAMPS. - Concrete items, as listed above, shall be constructed in accordance with Section 303-5 of the Standard Specifications, referenced Standard Plans, and as described herein. Slab thickness and curb heights shall be as shown on the plans and applicable Standard Plans. -45- The last sentence of the second paragraph of Section 303-5.5.2 of the Standard Specifications shall be modified as follows: The name of the Contractor and the year in which the improvement is constructed shall not be stamped in the completed work. Payment for concrete curb and gutter shall be at the contract unit price per linear foot, including transition sections where the curb face varies (such as at pedestrian ramps and at curb returns at cross-gutters). Payment for concrete curb shall be at the contract unit price per linear foot, including transition and depressed sections where the curb face varies or is zero as shown on the plans. Payment for concrete sidewalks shall be at the contract unit price per square foot. Measurements for sidewalk pay quantities will be taken from the back of curb to the back of walk and between the limits of driveways, catch basins, planters, etc. Payment for concrete driveways shall be at the contract unit price per square foot. Measurements for driveway pay quantities shall be from the back of curb to the back of driveway slab and the width of driveway. Payment for pedestrian access ramps shall be at the contract unit price per each. Payment for concrete cross gutter shall be the contract unit price per square foot, including spandrels up to, but not including, the curb. Payment for concrete gutter shall be at the contract unit price per square foot. 11. REINFORCED CONCRETE PIPE. - Reinforced concrete pipe shall conform to Section 207-2, bedding shall conform to Section 306-1.2 .l, and the pipe laying shall be in accordance with Section 306-1.2.2 of the Standard Speci- fica t ions. Payment shall be per linear foot of reinforced concrete pipe and in accordance with Section 306-1.6 of the Standard Specifications. unit price per linear foot of reinforced concrete pipe shall also include sawcutting of existing asphalt pavement; excavation; backfill; bedding; shoring; compaction and imported fill if directed by the City Engineer; making connection of pipes; applying cement mortar inside and outside the pipes on all joints; making connections to new catch basins; temporary and permanent trench resurfacing; supporting utilities; replacement of existing asphalt concrete street improvements; dewatering; and concrete sewer encasements as required. The contract Payment for connection of storm drain pipe to existing inlet structure, shall be at the contract lump sum price bid and shall be full compensation for providing all labor, equipment, materials and tools necessary to perform the work. -46- 12. VARIATION OF DEPTH OF CURB INLETS AND CONNECTOR PIPE. - The selection of the various depths for the catch basins was based upon hydraulic requirements and the best available data with respect to the locations of various utilities; however, in order to further assist in avoiding utilities, or for other reasons deemed necessary by the City Engineer, the City reserves the right by direction of the City Engineer, to increase or decrease the depth of any catch basin from that shown on the drawings. If the "V" depth of a catch basin is increased or decreased by order of the City Engineer as a result of excavation, then an adjustment (greater or less than the price bid) for the increase or decrease will be made and the amount thereof will be based upon the method stipulated hereinafter; fur- thermore, any increase or decrease in cost of constructing the connector pipe resulting from the WI1 change, or of the catch basin due to thickening of the concrete section or addition of steel reinforcement shall be included in said stipulated amounts. Any reduction Wff depth must be approved by the City Engineer. Determination of these stipulated amounts involves the exclusion of all metal work and reinforcing steel not necessary to the increase or decrease of the catch basin "V" depth. Such exclusion is accomplished by the factor 0.40 used in the stipulated formula below. If the adjustment is an increase in the total amount of money due the Contractor, then the City will be entitled to and shall receive a monetary credit from the money due the Contractor. In addition to the work listed in the bid proposal, the Contractor agrees that, if directed by the City Engineer, he will either increase or decrease the fIV" depth of any given catch basin and that the amount to be paid to the Contractor or credited to the City therefor shall be based upon the following stipulated method: (Bid Price) X (0.40) Adjustment per foot change Plan Depth of Catch Basin = in plan depth as ordered by the City Engineer. The adjustment per foot or fraction thereof of change in plan depth (defined hereinabove) is the ratio of the total price bid for any given catch basin to the plan depth of the given basin all multiplied by the applicable factor. If an interference occurs between a connector pipe and a utility, the Contractor shall not be entitled to additional compensation unless a concrete collar is required. If a concrete collar is required, the Contractor shall be paid for the grade change at a price as agreed upon by the Contractor and the City Engineer in writing. No additional compensation shall be allowed for delays which might result. 13. CURB INLETS, DRAIN BOXES, CLEANOUTS AND MISCELLANEOUS CONCRETE STRUCTURES. - Concrete catch basins, inlets, cleanout struc- tures, and other storm drain structures and miscellaneous concrete struc- tures shall be constructed in accordance with Section 303-1 of the Standard Specifications. Concrete for these structures shall be in accordance with -47- Section 201-1 of the Standard Specifications and shall have a minimum twenty-eight (28) day compressive strength of 3,250 pounds per square inch. Reinforcing steel shall be Grade 40 minimum, conforming to ASTM A61 5. The Contractor may extend or otherwise increase the total length of inlet or manhole structures by as much as a total of four feet, to meet the uncut ends of pipe. Payment for pipe to the limits shown on the construc- tion plans shall be full compensation for extending such structures. Where concrete structures are extended, steel reinforcing shall be extended in the pattern and spacing shown for the standard length structure. Payment for concrete storm drain structures and miscellaneous concrete structures shall be in accordance with the provisions of Section 303-1.11 of the Standard Specifications and the following: Payment for curb inlets shall be at the contract unit price per each including local depressions and monolithic curb to the ends of the local depressions and shall include form removal , backfilling , and all labor , mater- ials, equipment and incidentals necessary to perform the work. Payment for clean outs shall be at the contract unit price per each including all labor, materials, equipment and incidentals necessary to perform the work. Payment for precast drain box inlets shall be at the contract unit price per each including concrete base , outlet pipe, curb outlet, connection to curb inlet structure and shall include excavation, backfilling, and all labor, materials, equipment and incidentals necessary to perform the work. 14. MONUMENTS - Cast-in-Place survey monuments shall be constructed in accordance with Section 309 of the Standard Specifications. Payment for monuments shall be at the contract unit price per monument in place, and shall include full compensation for furnishing all labor, ma- terials, tools, equipment, and incidentals necessary to perform the work. 15. ADJUSTING EXISTING WATER VALVE AND ADJUSTING TO GRADE OR RELOCATING WATER METER BOXES AND COVERS - The Contractor shall adjust all water valve covers, meter boxes and covers to grade as shown on the plans or encountered within construction areas. Valve boxes within the street section shall be adjusted to grade after paving by placing a six inch thick concrete ring on compacted backfill with 1-1/2 inches of asphalt con- crete pavement around the valve box. Minor adjustments to grade of exist- ing water meter boxes in parkway areas shall be done prior to construction of parkway improvements. Should the new finished surface elevation be such that relocations of the meter is necessary or if the plans show to relocate the water meter, the Contractor shall make the necessary relocation. Any broken meter boxes shall be replaced by new boxes supplied by the Contractor and approved by the City Engineer. c -48- Payment for adjustment of existing water valve boxes and covers to grade shall be at the contract unit price per each. meter boxes and covers shall be at the contract unit price per each. Payment for relocation or adjustment to grade of water meter andlor Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in adjusting valve covers and relocating or adjusting existing water meters andlor meter boxes and covers to the grade of the finished pavement or finished surface, and for furnishing new meter boxes if necessary, shall be included in the contract unit price and no additional compensation will be allowed therefor. 16. ADJUSTlNG EXISTING MANHOLE FRAMES AND COVERS TO GRADE - Existing sewer manhole frames and covers shall be adjusted to the grade of the new finished surface where shown on the plans and where directed by the Engineer. Adjustment of manhole frames and covers shall be in accord- ance with Subsection 302-5.7 of the Standard Specifications. Payment for adjusting existing manhole'frames and covers to grade shall be at the contract price per each and shall be full compensation for furnish- ing all labor, materials, equipment and incidentals necessary to perform the completed work. 17. RELOCATE FIRE HYDRANTS - The Contractor shall furnish all trans- portation, tools, materials, equipment, labor, supplies, excavation, backfill, street resurfacing, water pipe, valves, fittings, tests, valve boxes and covers, bolts, nuts, gaskets, couplings, jointing materials, and thrust blocks together with all appurtenant work necessary or incidental to completing in a workmanlike manner, the relocations of fire hydrants as shown on the plans. Materials used in relocation of fire hydrants shall con- form to Section 207 of the Standard Specifications and construction methods shall conform to Section 306 of the Standard Specifications. In addition, relocation of fire hydrants shall conform to the requirements of the Costa Real Municipal Water District. Payment for the relocation of existing fire hydrants shall be at the con- tract unit price per each complete in place and shall include full compensa- tion for furnishing all labor, materials, tools, equipment and incidentals necessary to perform the work. 18. MASONRY RETAINING WALLS - Masonry work shall include all materials, equipment and labor necessary to complete the construction of the block retaining wall as shown on the Plans, Standard Drawings and as specified in these Special Provisions and Standard Specifications. Materials 1. The concrete blocks shall be Grade N-ll hollow, loadbearing masonry blocks conforming to ASTM Designation C90, to the requirements of the -49- I 2. 3. 4. 5. 6. 7. 8. Quality Control Standards of the Concrete Masonry Association, and Section 202-2 of the Standard Specifications. The masonry units shall be 8"W x 8"H x 16"L nominal size standard precision block of uniform color. The color shall match as close as practicable to the existing block wall on the private property at the Pine Avenue/Basswood Avenue intersection. The Contractor shall submit a sample of the proposed block to the Engineer for approval of the color two weeks prior to beginning work on the masonry construc- tion. Mortar shall conform to Section 201-5 of the Standard Specifications and as amended herein. Mortar for joining the blocks shall be freshly prepared and uniformly mixed in the ratio (by volumes) of one part portland cement (conforming to ASTM Designation ClSO) , 1 /4 to 112 part lime putty, 3 1/2 parts damp loose sand, and water. All ingredi- ents shall be mixed in a mechanical mixer for a minimum of three (3) minutes and until a uniform mix is obtained. Portland cement mortar shall be colored to match the block units. Coloring shall be chemically inert, fade resistant mineral oxide or synthetic type. Grout shall conform to Section 201-5 of the Standard Specifications and as amended herein. Grout for filling cells shall be of a consistency that allows pouring without segregation of the constituent parts. It shall consist of the following volumes: One part portland cement, Type 11, conforming to ASTM Designation C150, 1/10 part hydrated lime, three parts damp loose sand, and two parts clean pea gravel and water. All ingredients shall be mixed in a mechanical mixer for a minimum of three (3) minutes and until a uniform mix is obtained. Water for mortar and grout shall be free from deleterious quantities of acids, alkalies, and organic materials. The use of admixtures shall not be permitted in mortar or grout unless substantiating data is submitted to and approved by the Engineer. Reinforcing shall be deformed steel bars with deformation conforming to the requirements set forth in ASTM Specifications A-615 Grade 40. Construction 1. All masonry construction shall be done by or under the direct supervi- sion of a mason that is licensed in the State of California to do masonry work. All masonry shall be laid true, level, plumb, and in accordance with the plans. Masonry units shall be laid in running bond and grouted as shown on the plans. 2. i -50- 3. Masonry blocks shall be sound, dry, clean, and free from cracks. blocks shall be stored off the ground and protected from rain and moisture. The 4. Wherever cutting may be necessary, the cuts shall be neat and true. 5. Mortar joints shall be 3/8 inch thick, straight, clean and uniform. Joints shall be tooled when the mortar is partially set but still sufficiently plastic to bond. All tooling shall be done in a manner that compacts the mortar, pressing the excess mortar out of the joint, rather than dragging it out, 6. If it is necessary to move a block after it has been set in place, the block shall be removed from the wall, cleaned, and set in fresh mortar. 7. Vertical reinforcing steel shall have a minimum clearance of 1/4 inch from the masonry and not less than one base diameter between bars. Where spliced, bars shall lap thirty (30) bar diameters. Vertical bars shall be held vertical at the top and bottom. All reinforcing steel shall be inspected in place and approved by the Engineer before grouting. 8. All vertical cells are to be filled with grout and shall have a continuous, unobstructed opening of not less than 2" x 3". be poured continuously and rodded to insure proper densification. Grout shall 9. All concrete scum and grout stains shall be removed immediately. 10. No continuous inspection shall be required. 11. Weep hole wall drains shall be formed by omission of vertical head joints as indicated in the Standard Drawings. 12. Concrete footings and reinforcing shall be as shown on the Plans and Standard Drawings. 13. Matching mortar caps shall be included on all walls constructed. Payment for masonry retaining walls shall be at the contract unit price per square foot and shall be considered as including all compensation for concrete footings, excavations, steel, backfill, labor, material and equipment necessary to construct said walls. 19. REMOVAL OF EXISTING STRIPING AND PAVEMENT MARKINGS - Paint- ed stripes and pavement markings to be removed will be in the field as designated by the Engineer. Removal of stripes and markings in the public roadway by painting or slurry will not be allowed. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such re- moval operation is being performed within ten (10) feet of a lane occupied by -51- public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation, or by other methods approved by the Engineer. Payment for removal of traffic stripes and pavement markings in the public roadway shall be considered as included in various bid items, includ- ing traffic striping and traffic control and no additional compensation shall be allowed therefor. 20. TRAFFIC STRIPING, PARKfNG LOT STRIPING, LEGENDS AND MARK- INGS - The Contractor shall furnish and apply two coats of either white or yellow reflective traffic stripes, legends and markings at the locations shown on the plans and as directed by the Engineer. Paint used for traffic and parking lot striping and markings shall be rapid-dry type paint with reflective material and shall conform to Section 210-1.6 of the Standard Specifications. All work of applying the traffic striping shall be done in accordance with Section 310-5.6 of the Standard Specifications. Stencils used for striping, markings or legends shall be approved by the City Utility and Maintenance Division manager before work begins. Payment for furnishing and applying paint striping and marking shall be at the contract unit price per square foot, regardless of color. 21. REFLECTIVE PAVEMENT MARKERS - The Contractor shall furnish and install two-way, yellow or blue, Type ID1 reflective pavement markers on public roadways at the locations shown on the plans and as directed by the Engineer. Pavement markers shall conform to the provisions of Section 85, "Pave- ment Markers" of the CALTRANS Standard Specifications , and these special provisions. Pavement markers shall be placed to the line established and approved by the Engineer, which will consist of existing markers or new or existing stripe. Markers shall be cemented to the pavement with epoxy adhesive con- forming to Section 95-2.04, "Rapid Set Epoxy for Pavement Markers," of the CALTRANS Standard Specifications. Payment for reflective pavement markers shall be at the contract unit price for each complete in place regardless of color. 22. HANDICAPPED PARKING AND TRAFFIC SIGNS - This work shall consist of furnishing and installing handicapped parking and traffic control signs and posts complete with fastening and mounting hardware at the locations shown on the plans and as directed by the Engineer. This work shall be . * -52- performed in conformance with Section 56 "Signs" of the CALTRANS Standard Specifications and these special provisions. Handicapped parking and traffic control signs will be paid for at the contract unit price per each sign. Said price shall constitute full compensa- tion for furnishing all labor, materials, including sign panels, posts, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing signs and posts-complete in pface, as shown on the plans and specified herein or as directed by the Engineer. 23. STREET LIGHTING SYSTEM. - Street lighting system materials shall conform to Section 209 of the Standard Specifications. Attention is directed to additional Sections 209-2.1 through 209-2.10 in the Standard Special Provisions and these Special Provisions. Installation of street lighting system shall conform to Section 307 of the Standard Specifications. Attention is directed to additional Sections 307-1.3 through 307-8 in the Standard Special Provisions and these Special Provisions. The Contractor's particular attention is directed to Section 307-1 of the Standard Specifications which shall be strictly adhered to. Anchor Bo1 ts The first sentence of the first paragraph of Section 209-2.2 of the Standard Specifications shall be revised to read: Anchor bolts shall be of a type and size, and anchor base foundations shall be constructed, as shown on Supplement to Regional Standard Drawing Number E-1 attached herein. Conduit Section 209-2.3 of the Standard Specifications is amended to read: Acceptable materials are U. L. approved galvanized rigid steel and U.L. approved heavy wall polyvinyl chloride (P.V.C. Sch. 40). All conduits shall be of a size as shown on the plans but in no event shall conduit be less than one-inch inside diameter. Wire f Conductors 1 The first sentence of the first paragraph of Section 209-2.4 of the Standard Specifications shall be revised to read: Circuit conductor runs to lights shall be solid or stranded copper wire, No. 8 AWG minimum. Concrete Liaht Standards The second sentence of the first paragraph of Section 209-2.5.1 of the Standard Specifications shall be revised to read: . -53- They shall be round, black and white marble aggregate or natural exposed aggregate, anchor base type. Direct burial. type poles will not be accepted. Section 209-2.6 of the Standard Specifications shall be supplemented to include the following: Light standard handhole cover plate securing bolts shall be stainless steel. Securing bolts made of brass, plain steel, cadmium coated or galvanized steel will not be allowed. Pole height shall be 25 feet plus or minus two (2) feet as required per Supplement to Regional Standard Drawing Number E-? attached herein. Luminaire Section 209-2.6 of the Standard Specifications shall be supplemented to include the following : Street lighting luminaries shall be a horizontal burn- ing, G.E. M-250A cutoff or ITT series 13, or equiva- lent type for lOOW high pressure sodium (9,500 lumen output) lamps. Glare shields will not be allowed. Luminaire mounting height shall be 27 feet, plus or minus one (1) foot, above finished surface of pole foundation per Supplement to Regional Standard Draw- ing Number E-l attached herein. Street lighting luminaries shall be completely assembled and furnished with a lamp and a photoelectric control unit. It shall be cutoff type of standard make and manufactured by a manufacturer of recognized experi- ence and ability, who is now regularly engaged in the manufacture of street lighting luminaries. The lumin- aire shall be die cast aluminum and furnished with an optical assembly removable without the use of special tools. Leveling and clamping of the luminaire to the mast arm pipe shall be accomplished by tightening mounting bolts which are externally or internally accessible. Provision shall be made to check leveling of the unit. Luminaires shall include an integral twistlock type receptacle for photoelectric cell control in accordance with the latest EEI-NEMA standards, and photoelectric control unit. The receptacle shall be prewired to the terminal board. The luminaire power unit assembly shall consist of an integral ballast, starter board, capacitors, and a heavy duty terminal block, and the power unit assembly shall be mounted on a separate component of the luminaire to facilitate replacement. -54- The luminaire optical assembly shall provide a true ninety degree (goo) cutoff that does not allow any light to escape above the horizontal and shall consist of a die cast aluminum lens holder, an Alzak processed or equivalent aluminum reflector, a heat and impact resistant clear flat glass lens, and a porcelain enclosed mogul multiple screw socket with lamp grips. The socket support assembly shall be adjustable to provide variations in the light distribution and shall be factory pre-set to produce a medium or long cut off Type Ill distribution. The optical assembly shall be sealed with a heat resisting gasket, and also filtered to prevent light loss from gaseous and particulate material infil- tration. The optical assembly door hinge shall be designed so that when the door is opened the hinge pins shall prevent the door from swinging free of the pins. The luminaire shall be constructed and installed in such a manner to provide the required lighting distribution with the lower edge of the luminaire's housing below the entire light source and all glass- ware. External shielding added to the luminaire to accomplish the function shall not be acceptable. The fifth paragraph of Section 209-2.6 of the Standard Specifications shall be revised to read: The net weight of the luminaire, including ballast, and its projected area shall be no greater than the follow- ing : HPS Lamp Size Weight Projected Area (Watts) (Ibsl (Square Feet) 100,150 & 250 50 2.0 400 55 2.5 700 75 2.8 1,000 76 3.0 Section 209-2.6 of the Standard Specifications shall be supplemented with the following: High pressure sodium vapor lamps shall have a clear glass bulb and be suitable for use in street lighting applications. The lamp shall be designed to operate in any position. High pressure sodium vapor lamps shall comply with the following minimum performance requirements. -55- ANSI Lamp Size Ballast Rated Ave. Life Initial Lumens (A) Light Output Factor (Watts) Code (@ 10 hrs. per start) (Burning any Position) Mean (B) Per (C) 100 150 250 400 (A) In s54 s55 S5 0 S51 tial lumen rat 24,000 24,000 24,000 24,000 9,500 .90 .70 16,000 .90 .70 30,000 .90 .70 50,000 .90 .70 ngs based on 100 hour photometry readings. (6) Mean light output factor is taken at 112 rated lamp life. (C) Lumen Output at end of rated life. High pressure sodium vapor lamps shall be able to reach eighty percent (80%) of light output within four (4) minutes and to restrike within one (1) minute after an outage due to power interruption or voltage drop at the lamp socket. The base of the lamp shall have a device that will allow the installer to indicate the month and year of installation. Section 209-2.7 of the Standard Specifications shall be supplemented with the following: Mast arm length shall be eight (8) feet and shall provide a one foot minimum overhang past the curb face. Ballast Section 209-2.10 of the Standard Specifications shall be supplemented with the following: Ballast shall be suitable for use on multiple distribution circuits with 60Hr, 120 and 240 voltage rating. Each ballast system shall have an auxiliary starting circuit capable of supplying the pulse characteristics listed below. The starting aid shall be readily accessible and easily re- placed in the field. Starting aids must be compatible with core and coil of the same rating without need for adjustment. Starting aids must be suitable for continuous operation for a minimum of three (3) months in the event of lamp failure without loss of life or ballast damage. -56- HIGH PRESSURE SODIUM VAPOR BALLASTS Lamp Size ANSI Line +/- % Allow. Line Var. Line Power 8 (Watts) Code Volts Line Volts Oper. Amps Start Amp Factor -- 100 s54 120 240 150 s55 120 2 40 250 S50 120 240 400 S5 1 120 240 10 10 10 10 10 10 10 10 1.2 .6 1.8 .9 2.8 1.4 4.1 2.1 .8 .4 1 .o .6 1.2 .7 1.1 .7 98 98 98 98 98 98 98 98 Photoelectric Control Unit The photoelectric control unit shall consist of a photoelectric cell in a weatherproof housing which plugs into an EEI-NEMA twist lock receptacle integral with the luminaire. The photoelectric control unit shall provide an output in response to changing light levels. life of the control unit. The response level shall remain stable throughout the The control unit shall contain a cadmium-sulfide photoelectric cell suitable for operation with 120 V or 240 V line supply as noted on the plans. The unit shall have a rated load capacity of 1,000 volt - amperes minimum, with a normal power consumption of not more than 10 watts. The control unit shall also have surge protection to prevent damage from sudden voltage surges. The control unit shall have a 'ITurn-Ont1 level between one (1) and five (5) foot-candles. The l'Turn-Offt1 level shall be between one and one-half (1 1/2) and five (5) times the I1Turn-Ontt level. The photocell shall be properly oriented with the photocell window facing north. Fuses Fuses shall be slow blow 13/32 x 1 1/2" in line 10 amps. The fuse shall be installed in the hot leg of the lighting conductor. be fused in the base of the pole and not in the pull box. The circuit shall Fuseholders Fuseholders shall be completely waterproof, shall grip the fuse in load side section when fuseholder is opened, be able to take a 13/32 x ? 1/2" fuse, with crimp type tubular terminals of a size able to take the size of cable in the particular street light. Wire and Conduit Run to Service Point Service conductor runs to feed points shall be solid or stranded copper Allow. Lin Volt D toy: 40-50 40-50 40-50 40-50 40-50 40-50 40-50 40-50 wire, No. 8 AWG minimum. L -57- Service runs vary in type, as shown on the plans. These include intercepting existing underground electrical system service at pad transfor- mer stations and constructing riser conduits at the base of an existing power pole for connection by S.D.G.&E. For service points that are from overhead electrical distribution on a wood power pole, the Contractor shall be respon- sible to install the conduit riser sweep, pull box within five feet of pole, and all trenching and resurfacing required at existing power pole. The Contractor shall be responsible to coordinate closely with the utility company regarding the specific circuit feed connection procedures for each individual service location. Payment Payment for street lighting system shall be at the contract unit price per street light and shall include full compensation for furnishing all labor and materials, including coordination with S. D.G. &E. necessary to provide the system complete in place including sawcutting, removal and repair of existing A.C. or concrete improvements disturbed in the construction of conduit, boxes, foundations, etc. 24. JOB SIGNS. - The Contractor shall furnish and install job signs at locations on the site as directed by the Engineer. The sign shall be four feet high by eight feet wide constructed on 314 inch exterior plywood with 4x4 redwood posts on each end. be five feet above the ground and the posts shall extend a minimum of 2.5 feet into the ground. When installed, the bottom of the sign shall The sign shall be professionally painted and lettered and shall contain the following information: The name of City and City seal; the project name; the name of the prime Contractor; the name of the Engineer, the name and title of the Mayor, the City Council members and City Manager. The exact layout of the sign shall be coordinated with the Construction Inspection Division of the City Engineering Department. The City will provide City seals for the Contractor's use in preparing these signs. Lettering shall be a minimum of four inches high, block (Gothic) style, painted black on a white background. At the completion of the project, the signs will be delivered to the Engineer's designated storage area. Payment for job signs shall be at the contract unit price per each which shall be full compensation for preparing, installing, maintaining, removal and delivery of signs to designated storage area, 25. SOD LAWN. - The Contractor shall furnish and install sod lawn at the locations shown on the plans and as specified herein. City forces will rework andlor modify the existing sprinkler system in the park area to accommodate the additional area to receive sod lawn. Contractor shall coordinate with said City forces so that the following work -58- I operations may be done with as little impact to the sprinkler system as possible . Scarify all areas to receive fill material prior to installation of sod to a minimum depth of six inches. Remove all rocks or cobbles larger than four inches in diameter. Do not place, spread, or roll any fill material during unfavorable weather conditions. Do no resume operations until moisture content and fill density are satisfactory to the Soils Engineer. All imported fill shall be clean and free of debris, weeds, seed, or rocks larger than one inch (1") in diameter. Fill shall have no more than five percent (5%) clay particles. Contractor to submit a soil analysis by an independent soil lab for approval by Engineer. When fill material has been applied and rough grading is otherwise completed, all areas to receive sod are to be deep ripped to a depth of twelve inches in a cross pattern. All rocks greater than one inch (1") in diameter shall be removed from the top six inches of the soil. The areas shall be brought to a smooth uniform surface free of ruts, depressions and other irregularities. Following deep ripping, all turf areas to receive the following soil amendments and fertilizers,, all of which are to be roto-tilled into the top six inches of soil; Wood Shavings 3 cu. yds per 1,000 sq. ft. 12-12-12 commercial Fertilizer 20 lbs. per 1,000 sq. ft. Iron Sulfate 5 Ibs. per 1,000 sq. ft. Organic fertilizer 150 Ibs. per 1,000 sq. ft. Rotary tilling shall be done in at least two passes in a cross pattern. Upon completion of the soil preparation operations, the sod areas shall be compacted and settled by an application of heavy irrigation to a minimum depth of twelve inches. Care shall be taken to insure that the rate of application does not cause soil erosion. Finisil grading shall be consistent and free of all undulations, irregularities, and depressions. floating loose soil into depressions shall be thoroughly watered to ensure settling. native soil surface. Areas filled by The surface of the amended soil shall be flush with the adjacent Soil amendments as specified above, shall conform to the following: A. Soil Conditioner: Nitrolized redwood sawdust with a minimum of one percent (1%) nitrogen, particle size 1 /SO" to 1 /4", 97% organic matter, moisture content 30%, Ph 6.5 B . Commercial Fertilizer: 12-1 2-1 2 by Scott Fertilizer , or equal. C. Iron Sulfate: Expressed as metallic, 19% 0. Organic Fertilizer: Uniform, beaded, homogeneous mixture, formula 5-3-1 (Growpower Plus or equal). All areas receiving nsod99 shall be planted with 'Common9 Bermuda, as outlined following: -59- A. B. C. D. E. F. G. Follow grading and soil prep for thickness of sod. Immediately prior to sodding , or soggy. nstructions above, allowing one inch (1 'I) soil to be thoroughly moistened, not dry Lay sod parallel to curb line butting joints tightly, not overlapping edges. brick. Stagger joints between sod strips, as if laying running bond Water in all lawn within 20 minutes of installation. Do not lay whole lawn before watering if this results in a delay longer than 20 minutes. Roll in lawn lightly to eliminate irregularities and to form good contact between sod and soil. Water periodically to keep sod moist (but not soggy) at all times until established. Sod strips which die back, discolor, show signs of disease or otherwise do not appear healthy shall be replaced with new sod. Payment for sod lawn shall be at the contract unit price per square foot complete in place and shall be considered full compensation for all elements of the work as specified herein. I PLAN TYPICAL SECTION owr5'.v NOTES 1. SII Standard Orminga C-7 md C-8 for additional nota md dMaik 2 Fill 111 block allr with grout. TYPICAL SECTION 5'*1"nUX OIYENSIONS AND REINFORCING STEEL 18916" I.-.- I 4 to~il 5 I 4 total 6 +I DESIGN CONOITIONS: Wells YO to br usod for tho lording conditions hown for owh typo well. Daign H shell not bo oxcoodod. Footing key ir roquirtd oxcept a chown othomir or whon found unnoerrrrry by thr Enginoor. Spuirl footing daign is roquirtd whore foundation mot~rid b uncrprblo of supporting too prowro listed in table. OESJGN DATA: (Well Typa 18, 48, 58 and 61: Roinforeed ConcnU: Fe 1200 psi F'c = 3000 psi fr 20,000 pri n = 10 Reinforced Maonry: F'm 600 psi Fm 200 pd Fr 20,000 psi n 50 Euth 120 pcf en Equivtlont Fluid Prossure - 36 prf pr foot of hoight. Wtllr shown for 1H:l unlimitod doping turchergo err dosigned in wcordenco with Rtnklinr'r formula for unlimitd sloping wrchrrpr with e e= 33. 42: REINFORCEMENT: Intrrmodirto gredr. herd grldo, or nil shel deformation dull di~moton, whom spliced. unless othemio shown on tho pbm Bends shall conform to tho Menurl of Standard Prutiu, A.C.I. Backing for hooks is four diemotem All bar rmbodmtncl uo clou dirunca 10 outride of br. Spacing for parallel ban b centrr to centor of brrr. MASONRY: All ninforud maonry rotriniq wrllr shall bo corntrucnd of rogulr or light might stendud units conforming to the "Sundud Spcifiertiona for Public Works Construction." JOlMS: VOnhJ control joim %hdl br plmd et 32 foot hltrMb maimum Joints hall bo daignod to min show end othor lemnl forca whilo pormifthg longitudd mmmt Vottkd uprmion jano JIJl bo pleud n B6 foot intor. vl maimum CONCRETE: Footing concnu shell be 560-C-3250. using B ewrogeto when plKing conditions permit. BACKFILL: No backfill metorial shall bo placed qeinst masonry ntrining wells until grout ha reached daign strength or until grout has cured for e minimum of 28 dryr. Compaction of bwkfill metoriel by jotting or ponding with water will not bo pormittod. Each Ioyor of backfill shall be moisroned as directed by tho Engineer and thoroughly tamped. rolled or otherwiu compacted until the rolative compaction is not IOU than 90%. FENCING: Sefoty fencing shall be initallod 81 tho top of the wall a1 roquirod by the egoncy. conform 10 ASM A615, A816. A617. Ball shall Irp 40 Atvision 8v Approved Dati j SAN DIEGO REGIONAL STANDARD DRAWING New 00s. frP W.6 /O-A? M.8. 5-.% ' NOIIS GENERAL NOTES FOR MASONRY RETAINING WALLS INSPWIONS: Call for -tian I follows: IICOYYfbOlO EV IWt SAM OlfC0 nIG,OMAI l,AMo,loI WJrW.;v/ .tic /f?S CIW~~~IOI nc __- f IWII - om DRAWING NUMBER c-7 r A. 8. C. 0. Whm tho footing ha boon formed, with tho stool tied rmdy in find poution, md a rody for tho concrete to bo plwod. Whoro clunout hola arb not prwidod: (1) Aftn tho blocks hm boon laid up to a height of 4', or full height for WJL, up to 5'. with :tool in plwr but bdon tho grout it pound, and . . . , , (2) Ahor tho fin1 lih h proporly grouted, tho blocks ham ban laid up to tho top of the wall with tho rtnl tiod rrcunly in plwr but bofore the upper lift ir gmutrd. Whrn clourout hola 00 prwidod: Aftor tho blocks hm boon laid up to tho top of tho wall, with tho stool tiod acurely in plrcr, but brf oro grou ting. After grouting is complou end after rock or rubblo wall drains ero in plK0 but bofon oerth backfill u plaod. Find inspoetion whon JI work ha boon complotod. CONCRETE GROUT AN0 MORTAR MIXES: Cwroto grout and mortw mixa shell bo a specified in tho "Sundwd Sprcificuiorn for Public Works Construction". All cdlr shall k filled with grouf. Rod or vibntr grout within IO minum of pouring to imn consolidation. Bring grout to I point 2" from tho top of masonry uniu whon grouting of wcond lift u to bo continued 11 Mothrr time. MORTAR KEY: To imuro propor bonding btwrn tho footing end thr fiat court) of block. 0 mortar k*y shell ba formod by embodding e 1181 2 X 4 flush with end 81 tho top of tho freshly pound footinp Tho 2 X 4 should bo removod after tho concrot~ her mnod to harden (approximetely 1 hour). A mom koy may br omittod if tho first courso of block is mt into tho frmh ~~ncrofo whon tho footing b poured. end 8 good bond is obtained. WALL DRAINS: Well drainr shall br provided at 6 foot intomls along thi longth of tho mll and located at tho Iwol of tho bottom courso of block. The drains shell bo 4" in diemoter. lormid by placing I block on ia stdo. or loaving out wory hoed joint in tho first court) of block. Backfill behind well drains or open hoed joints shall bo loorr rubble or grevol. SOIL: All footinpr shall oxtand at Ieat I2 inchrr into undisturbed natural soil or approved compacted fill. Soil should be dampened prior to placing concrati in footings. TT Raviaion By1 Apptond nwommiaoio rv TWI un DIIOO ntoionht CTUDhIo1 comminii I ~VYLIII nct 1-1 01 DRAWING NUMBER SAN DIEGO REGIONAL STANDARD DRAWING I DETAILS FOR MASONRY RETAINING WALL 1 /m ~ C-8 ---- -7-1 or11 MM g. 0" on antm. or om row horizontalk( of opn &Id join& '-1 Linr of undisturbed nrtunl 'T wild TYPICAL SECTION row filkd block ob Horizontal ninl. thru bond b8~1 block Id lin CAP DETAIL KEY DETAIL NOTE All NIonFy retaining mllr shall be conrtrucrad with up. key and drainage detaila aa ahom hrraon. . J .f I DRAWING CURBS AND GUTTER - SEPARATE NUMBER G-1 6" CURB Am = 0.89 SQ. FT. - 3 Width Shown on Plrna 18' min. z u r Guttor Elmtion I 1 I I NOTES: 1. Concrrtr dull be 517 - C - 2500. 2. Sw Standard Omwing G-10 for joint drtrils. W' CURB Am = 1.09 SQ. FT. LEGEND ON PLANS 6 curb , II-o DV ma w mna II.uouI rrYD*Iol "I WdW &.m n.CK 7 DRAMUS0 NUMBER 6-2 c AREA TYPE w SQ. FT. G 24" 1.34 , H DO'' 1.61 Anhion SV Apomnd Dm SAN DlEOO REGIONAL STANDARD DRAWIMG CURB AND GUTTER - COMBINED I with 6" Curb Facr NOTES: 2. Sr Smndrd OnwingG-10for pint druilt. 1. C0-t rhrll br 517 - C - 2500. LEOEHD ON PLANS - TYPE A-SECTION Rovision ley Approwd Dote SAN DIEGO REGIONAL STANDARD DRAWING - DIKES [BERMS] 0 ASPHALT CONCRETE -- Height 6", 8", or 9" ::~~':~~~~~$c~~~o t.rrmr nct in07 Ikr &U& &/rn ORAWING NUMBER 6-5 2H + 6" TYPE C-SECTION whm not joining other impronmena Slooe end of dike 1 : 1 ALL TYPES-SIDE VIEW 4 J TYPE 6-SECTION I- 0- TYPE 0-SECTION IAPPROX. DIKE QUANTITIES 1 TYPE 1 TONWLIN. FT. AI 0.0250 0.0375 0.0375 C-8" 0.0583 C-9" 0.0702 0.0062 NOTES 1. Oike is to be pland on a minimum 2' of A.C. road surfacing, extanding throughout the width of the dike. 2. AR-8000 grade asphalt to be wed for all dikes 3. AX. dikes may be shaped and compacted with an extrusion machine or other equipment capable of shaping and compacting the material to the required cross section. LEGEND ON PLANS NON-CONTIGUOUS CONTIGUOUS NOTES 1. Conerrto ahdl bo 520.C.2500. 2. Sr Standard Drming G-10 for joint dotail& LEGENO ON PLANS ... '. .. ,,:,-.-,*. :\.....- . ... .. SAN DIEGO REGIONAL STANDARD DRAWING I SIDEWALK - TYPICAL SECTIONS I ORAWING NUMBER G-7 r R8vis1on Bv Approved Thicknco D 9 ntco*rinoio (v IMI am oiioo SAN OIEGO REGIONAL STANDARD DRAWING nioiona aimomos COUUITIII _i-- Dale 7-19 IJ. Y\ / 1 I &L/Yt-i-fl & /m If * T-Vm u*w NUMBER G-12 ORAWING CROSS GUTTER , I I LContrr Joina prr Standud Ad on win^ G-IO whon _CJQ~) 1 PA N.8. /Mz Nolo 6 *e BP8 b:g6 r#nu poun UI N6 PLAN yln- R typic81 5%" 1 SECTION A-A NOTES: PLAN ntcouaimoto IV rwt sm oitoo It010NAL STMOAIOI CDUUlTTlt &d:<&f diu fV3 T.I,~,,~, wr[ -.Bf DM DRAWING NUMBER 6-14 I Drivrr#y Curb Owning I Revlston By Approved Dale SAN DlEGO REGIONAL STANDARD DRAWING Thicknoo SC D 3 7-72 CONCRETE DRIVEWAYS Limits bi md 5* I1 E LEVATION Normal Ah 1/4" por foot . . :: 5%" Rnidontirl SECTION r'R I/ L1" abow Guttor 5%" Cornrmrial NOTES 1. No concntr shall br pirod until forms and tubpradr an impOCWd by tho Apcy. 2. Conento shall bo 52M-2500. 3. Seo standard drminpr 6-15 and G-16 for width and location nquiromentr. 4. Drivwoy ramp to oxtond to 10 foot from curb fur or to property line whichwor is loss. (For commo~i~l drivmlys only) LEGEND ON PLANS $ of - Recidential (Commercial) +-t Orivmry n 1" 2" 3" v I 0' - 6" 1' - 6" I 2.25 1' - 6" 1' - 6" I 2.75 2' - 6" 1' - 8 1 3.25 3' - 6" 2' - v I 3.75 Atvision 6" [ 5' - 6" I 3' - 0" I 4.50 7" I 6' 6" I 3' - 0" 1 4.50 nrcouutmofo 61 rnf SAW oifco I SAN DIEGO REGIONAL STANDARD DRAWING lft,OllAl s,IWoI~OSCoY~,r,ft Bv Approwd Dm cOO,O,MW Clrra-h,3& R c t CIIIII om PEDESTRIAN RAMP TYPES A AND B DRAWING NUMBER G-27 Tog TY Prop. tin,, oroovrn rppror. y" O.C. NOTE Sr Standud Drming G-32 for ganoral nom 4 L6" thick groat J Cum'' md tha "Ending of Cum" rrhrn th8 '%Point of Iatom3ion" frlk within thr pmffmt rrn. hl Wtion of my monummt othlrrrir nquind by tlun mndwb, wbm ita pWhn ankdetemhd by turning w u1@8 frolnr p0iM ma $might Ikwkcmr, trro rtllmnocwmng $fm#kq(Iffh poht L not lMII tkn JOO frct from tk point 00 rNehtk6#wln#m#rtrrwY hmknpbod. LOCATION OF STREET SURVEY MONUMENT 24" min % I I Pd NOTES 1. Cow md frwu to k M inmyally with Oior box. 11" I I 2 C.I. L I RISER RlNO 7 Grout wound box TYPICAL MONUMENT SECTION IN PAVED AREA .. STREET SWEY MOHWT Core 5" db Hand hole to face strrt . , , . . . . ndisturbed Earth minimum relative 564 . C - 3006 P.C.C. Anchor bam square or round, add 1' to each dimension tor loom roil or soft 1VJ IIRECT BURIAL FOUNDATION Finbhrd Gradr Anchor bolo must ANCHOR BASE FOUNDATIOI A not protrude. I I I LA4' minimun - Anchor Bola (4 nq.1 1% Wx 4' hook, gab. Use two lewling nuts with #mom (all on each bolt. 1 ' gab/ .. ,. ORNAIVIENTAL STRELT LIGHT I - I SUPPLEMENT TO DRAWING E-l SEEL CUNDUIT NON-METALLIC CONDUIT DIRECT BURIAL FOUNOATION M evl ~op~ond 1m-m n ma w ma0 SAN DlLOO REQIOeYAL WAMDARD DRAWING nvwr uu I I 6ROUWDlW6 I 1 oamwe OF CONCRETE L16HllW6 STANDARDS aumn €02 A - I- STEEL CONDUIT NON-METALLIC CONDUIT Om ANCHOR BASE FOONDAllON 1 7 Anchor Rod, DETAIL A 1/2YMlN. I/B"EDG€ TAPER /-FINISHED GRADE SECTION A-A SECTION 8-B 111 I COVER REINFORCING PLAN PLAN NOTES COVER YIN.DWfM tm OcnNWOW . TRAmC LOADS. TYPE LOG€ BOXAND La R I). USE STEELCOVER WHEN SUBJECTED Io 2). PULL WX COVER SHALL BE YARKLO mSTRIET LIWINO" WHIRL PULL BOX CONTAINS STRLfT LlCHTlNO CONDUCTORS 5 2" 22" 23 V@ 13 34'' I 1/4" ONLY. mMIOH VOLTAGE SMALL BE AOOLO ' WLRL VOLTAGL IS AWL 600 VOLTS. 1) THE L AND W DIMCNSIONS OF TMLCOVER . 3V2 I3/4" 153/8" 10 I/$' I 1/6" J dl TOP DIMENSION SEAT SHALL IC l/8" GREATER THAN THE COVER OIYENSIONS. PULL BOX. 41. COMPACT EARTH UNDER AND AROUND REV. IAPPRoVEb IoPnE I CITY OF CAF PULL BOX SUeRt MENTAL STANDARD NO. TRAFFIC SIGNAL AND STREET LIGHTING -. Ytnholr fnm r-k ollv. noel angla continuous and otoction bor. 141;~ 12" , , L SECTION 6-6 /Curb Lina LA Le Edg~ of Guttar PLAN L Lwrgrh aown on plam 4 U 1 - mrwrdiout~m Ootanninod by uipo sizo-4' min, 8' nux. SECTION C-C Rounded pim ondr SECTION A-A NOTES: 1. SII Standud Omringa 0.1 1 6 0.12 2. Typa ari ddgmttd m follow: (no dng) 8, tono wing) 8.1. (two wings) 6.2. 3. Expond edgm of concroti shill bo rounded with a radius of ln". 4. When V ixcnds 4' naps shall be installed. Sn Standard Orowing 0.1 1 for dotails. 5. Concnto guttor to match adjacent gutton. 6. An expansion joint shall bi placid at tho ends of tha inlot whora the curb it to adjoin. 7. Provida 1/4" toolod groow in top slab in line with back of adjaunt curb. 8. surfru of top slob dull bo sidrmlk finishod to dnin tomrd stint a1 a slopr of 1/4" por foot. 9. hinuin 1 1/2" clorr spacing bolwwn ninforciq Md surf# unlm othorwiw notad. for additional nom nd douila. LEGEND ON PLANS 15' Type 8-1 inlet ORAWING NUMBER 0-2 I t II II I I . -. -. Bend Oown 15" (Tvp.1 hiuon PLAN BY Apprond D~te R€COllt*OtO I* IN€ Lu 01fOO J SAN DlEGO REGIONAL STANOARO DRAWING ntGIO*A, Rend Down I I i &U&A/ &4 /vs badlLlw ICI 1-7 orc DRAWING NUMBER D-9 STORM DRAIN CLEANOUT - TYPE A Oiagonal ears t Manhole Frame end Cover /- see drawing M-3 For step details, see drawing 0-1 1 4 - I4 Around pipe f Slope floor 12:l towards outlet r c SECTION A-A NOTES 1. See Standard Drawing 0.11 for additional notes and details. 2. Concrete base shall be 564 . C . 3000. 3. All precast components shall be reinforced with 1/4" diameter steel, 4. All joints shall be set in Class C mortar. 5. Maintain 1 112"clear spacing betwren reinforcing and surface unless 6. Expotrd edges of concrete shall be rounded with a radius of 112". wound spirally on 4" centers. othanrvise noted. LEGENO ON PLAN: 5' / 2.3 ' CUR8 INLET ~~ 2.5' 2.5' - 5' r-------- 1 I I \ SECTION I I A:; y?,7.-9-. : .: 1 !I jk,? .. L r 5.5' -- CURB INLET 5.5' 5' I -------- I I . L-------J r I REV. - z L /0-/J-$p AP#)(WED WE CITY OF CARLSBAD am LNOWCLR MTC LOCAL DEPRESSION lmLYLWAL ne-; . CENTERLINES - 2 LANE HIGHWAYS , POLICY Contorllno pattorn with pavement markon for umo on two=lano stnots and highw8ya MARKER OfTAllS TYPE D DETAIL A GS-121 SUmCMLNT4L STAMOARO rr0. A I I I I DETAIL e IIIII 'Ilo P= X 0 I W a O1 I I 01 I c REQUIRED LOCATIONS FOR FIRE HYDRANT MARKERS NOTES I). MARKCR8 MUST IN8TALL~O AT ALL NW AND RlLOCAfLD HYDRANTa AND WlltNlN ALL RSbURtACINe PROdrCTS. 2). FlRR DtPARTYRNT WILL PROVIOL LOCAnOM(S) FOR ALL YARKCRS IN PRD'S, COMMLRCIAL LOTS AND ALLOTHLR AREAS OUTSIDL OF PUBLIC RIOHTOF WAY. 8). MARILRS: ¶HALL 8C DLUC 2-WAY STIYSONITE LlFLLlTC 8OAB OR CQUAL. 4). AOMC31Vt: AM AMPLI AMOUNT OF TVO PARTtA lbDlCPOXY OR CQUAL. 8). 8URFACCS: CLEAN AND ORY PRIOR 10 INSTALLATION PIR MANUFACTURER'S 8). INSTALL YARKtRS WtTH RlfLLCTlVR SURFACES FACINO ONCOMINO VCHlCu9 R~COMMENOATlONS. AND OttSLT Z'FROW LAM LIMES. COR STREETS WITHOUT LANt LlNtS OR ITRLCTS WITH RAJ3LD PAVCYtNT YARUER3 AN0 NO PAINTED LANE UNLS, INSTALL YARI(LR8 ONCLNTtRLlMt OR m LINE WITH LXlSTlNO YARKLRS. FIRE HYDRANT MARKERS I - I *- ESTIMATED QUANTITY DESCRIPTION ITCh NO. TOTAL UNIT COST COST 1. CLEAR & GRUB, TRAFFIC CONTROL E MOBILIZATION L.S. $ 43,000.00 2. UNCLASSIFIED EXCAVATION f ,230 C.Y. 18.00 22,140.00 3. UNCLASSIFIED FILL 642 C.Y. 11 .oo 7,062.00 4. AGGREGATE BASE MATERIAL 2,886 TONS 11.50 33,189.00 5. ASPHALT CONCRETE PAVEMENT 1,405 TONS 36.00 50,508.00 6. TYPE "G" CURB & GUTTER 1,983 L.F. 8.50 16,856 .OO 7. 6" P.C.C. CURB 1,120 L.F. 8.50 9,520.00 8. 6" TYPE "A" A.C. BERM 57 L.F. 12.00 684.00 9. P.C.C. SIDEWALK 7,098 S.F. 1.90 13,486.00 10. P.C.C. DRIVEWAY 1,550 S.F. 3 .oo 4,650.00 11. P.C.C. CROSS GUTTER 9 50 S .F. 3.00 2,850.00 , 12. P.C.C. GUTTER (W.=5', THK.=34") 2,971 S.F. 3.00 8,913.00 13. PEDESTRIAN RAMP (TYPE "A") 7 EA. 175.00 1,225.00 14. ADJUST M.H. FRAME & COVER TO GRADE 5 EA. 275 .OO 1,375.00 15. ADJUST W.V. COVER TO GRADE 7 EA. 140.00 980.00 t I rat no./rroltcr Date 8/8/86 Job No. 681 O-D n 16. 17. 18. 19. I L Page of ,- Pages 6363 Greenwich Drive, Suite 250 Sari Diego, CA 92122 (619) 457- 1199 RELOCATE OR ADJUST W.M. & APPURT. 14 EA. 300.00 4,200.00 RELOCATE F.H. AND APPURTENANCES 3 EA. 2,200.00 6,600 .OO TYPE "1B" MASONRY RETAINING WALL 748 S.F. 18.00 13,454.00 EA. 400.00 1,200.00 STREET SURVEY MONUMENT 3 20. 18" R.C.P. (1500-0) 86 L.F. 65.00 5,590 .OO I UNIT COST 75.00 3,300 .OO 2,700.00 2,200 .oo 3.00 TOTAL COST $ 32,550.00 3,300.00 2,700.00 2,200 .oo 2,500 .OO 2,541 .OO YELLOW TRAFFIC STRIPE TYPE "D" TWO-WAY R.P.M. 168 41 29. 30. , 31 32. A. INSTALL HANDICAPPED PARK1 NG SIGN 3 EA. EA. EA. EA. 125.00 1 50.00 450.00 400.00 TRAFFIC SIGNS 3 10"x16" PRECAST DRAIN BOX & APPURT. 2 JOB SIGNS 2 L COST ESTIMATE ESTIMATED QUANTITY UNIT Dt SCH I PTION 21" R.C.P. (1500-0) 434 L.F. 21. 22. 23. EA. 16' TYPE "6-1" INLET (MODIFIED) 5' TYPE "B" INLET TYPE "A" CLEAN OUT EA. 24. 1 EA. L.S. - 25. 26. CONNECTION TO EXISTING INLET WHITE STRIPE 6 LEGENDS 847 S.F. s.F.( 3.001 504.00 EA. I 6.00 I 246.00 375.00 450.00 .. goo. 00 800.00 $ 296,718.00 BASE TOTAL: ADDITIVE ALTERNATE: 2,600 .oo STREET LIGHT I 15 EA. $ 39,000.00 ~~ ~ SOD LAWN 3,240 I S.F. 0.80 I 2,592.00 1 $ 338,310.00 TOTAL WITH ADDITIVE ALTERNATES 'A'b'B I'rcpared by MCL f-axX6Final Cost Estimate Client ' WIlLDAW ASSOCllttS Checked by CITY OF CARLSBAO HES Reviewed by Tract ~o./project HOLIDAY PARK/EUREKA PL. 681 0-D 2 Date 8/22/86 Job No. 2 Of ,-, PdgeS Pagc 6363 Greenwich Drive, Suite 250 Sari Diego, CA 92122 (619) 457-1 199 ~ TO FILE A. M. DATE 9-11 19 86 P. M. RE: Bid Advertisement for Contract No. 3140 The City Council approved the plans and specs and authorized the advertisement of bids at its meeting of 8-26-86. The Notice Inviting Bids was signed on 8-27-86 and advertised in the Journal. A signed copy of the Notice and an explanation was sent to Mun. Projects. It has come to our attention that Mun. Projects has changed the date of the bid opening date and pre-bid date after we had published the Notice. K. REPLY ON THIS SHEET FROM