Loading...
HomeMy WebLinkAboutBasile Construction Company; 1992-02-03;Recording requested by: 9 ) CITY OF CARLSBAD 1 ) When recorded mail to: 1 ) City Clerk 1 City of Carlsbad ) 3x2 1200 Carlsbad Village Drive ) Carlsbad, CA 92008 ) Space above for Recorder’s Use Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. NOTICE OF COMPLETION The undersigned is owner of the interest or estate stated bebw in the property hereinafter de. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 92 The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on September 1 The name of the contractor, if any, for such work of improvement is Basile Construction Co The property on which said work of improvement was completed is in the City of Carlsbad, of San Diego, State of California, and is described as follows: Project Nos. 3731, 3732 an Street and Sidewalk improvements on Oak, Grand and Chestnut Avenues and Maxton Brow The street address of said property is none. 8. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Ca 92008; the City Council of said City on asat. I7 , 19% accepted the above described L completed and ordered that a Notice of Completion be filed. I declare under penalty crf perjury tiiat the :c:egoing is i;uz and correct. Executed on NO\(. I r , 1 @at Carlsbad, California. CITY OF CARLSBAD City Clerk EXHIBIT 3 CITY OF CARLSBAD PROJECT: Oak Avenue Street Improvements CONTRACT CHANGE ORDER MO. 6 CONTRACT NO. 3731 P.O. NO. 13675 ACCOUNT NO. 310-820-1840-3391 CONTRACTOR: Basile Construction Company ADDRESS: __ _,_14....:..;63=5:....Y.:....:u=k=oc:....:n-=S=tr=-=e=e.:....t _____________________ _ San Dieao, California 921""29,:._ __________________ _ The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to Section 3-2, Changes Initiated by the Agency, of the Standard Specifications for Public Works Construction, 1991, fabricate stair handrails per S.D.R.S.D. #M-24, M-26 and sketch no. 001 (attached). Handrail shall be installed at the Split Pavilion stairs adjacent to pool #1. A total of four (4) handrails are required. They are to be installed along both the pool side and the planter wall side of the stairways. Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,490.00 !tern 2: Credit to the City cf Carlsbad for not installing the orignally fabricated handrailing in change order 3. Decrease to Contract Cost .......................................... <$225.00> TOTAL INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,265.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY NINE (9) WORKING DAYS. RECOMMENDED BY: 4;_ i. ~ [u-~.,__ ~cOONsPECTOR (DATE) ~kv+ \r "'--)Oi'\ • Bl 2. /q2. ~-CITY ENGINEE DATE) ~f--1-pz:- cbM~~ (DATE) ~;__, ~ 1/lf/ 'j-v FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR APPROVED BY: CllY OF CARLSBAD PROJECT: Oak Avenue Street Improvements CONTRACT CHANGE ORDER NO. 5 CONTRACT NO. ____ 3 ____ 73 ___ 1 __ P.O. NO. 13675 if/fO ACCOUNT NO. 310-820-.1M@:3391 CONTRACTOR: Basile Construction Company ADDRESS: __ ...a.1 .... 463-=Sa.......Y __ u=ko=n___.S"""tr.aa.ee=ta--_____________________ _ San Diego, California 92129 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to Section 3-2, Changes Initiated by the Agency, of the Standard Specifications for Public Works Construction, 1991, construct improvements at 2683 and 2687 Roosevelt Street per attached sketch #001. rTEM ITEM QTY. UNIT UNrT AUTHORIZED NO. DESCRIPTION AUTHORIZED PRICE AMOUNT 1 Clear/grub, remove shrubs & 1 LS $975.00 $975.00 tree, trim tree, provide new post and plate, attach mailbox and set in new location. 2 Excavation, cut/fill/haul 1 LS $1,635.50 $1,635.50 import, excess, grade lots. 3 Removal of existing 640 SF $2.50 $1,600 PCC/sawcutting. 4 Remove existing block 45 LF $6.56 $295.20 wall/sawcut. 5 Replace water meter boxes. 2 EA $90.00 $180.00 6 Construct 6" PCC driveway. 308 SF $3.50 $1,078.00 7 Construct 4• PCC sidewalk. 554 SF $2.95 $1,634.30 TOTAL: $7,398.00 TOTAL ESTIMATED INCREASE TO CONTRACT COST • • • • • • • • • • • . • • . • • . • • • • • • • • • • • • • • • • • • • • • . • • • • • $7,398.00 H:\LIBRARY\DPS\WPDATA\INSPECI\3731-5.CHN TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY 15 WORKING DAYS. TIME ACCOUNTING FOR THIS CHANGE ORDER SHALL BEGIN IMMEDIATELY UPON COMPLETION OF CHANGE ORDER NO. 4 WORK (MAXTON BROWN PARK). RECOMMENDED BY: 2-Z-n.. (DATE) 7-zf-9~ CITY INE R (DATE) ~i\.20. ~-~ CO~M. DEV. DIRECTOR~~TE) ~ ~, I 1ul 11--- FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRAR Y\DPS\ WPDA T A\INSPECI\.3731-S.CHN APPROVED BY: CONTRACTOR (DATE) :Sfli'/ £ 16fl.";Qill;'MAYOR (DATE) CITY OF CARLSBAD PROJECT: Oak Avenue Street Improvements CONTRACT CHANGE ORDER NO. 4 800 .335CP CONTRACT NO.---=3~7-=-3-'-1 __ P.O. NO. 13675 CONTRACTOR: Basile Construction Co. ACCOUNT NO. :>8:1.,-820-1821 ~ ADDRESS: ---=-14-=-6=3=5;._Y.:....;u=k-=-=o..:..::n--=S:;..:.t:..;:re=e-=-t _____________________ _ San Diego, California 92129 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to Section 3-2, Changes Initiated by the Agency, of the Standard Specifications for Public Works Construction, 1991, Construct improvements per drawing no. 215-2 sheets 1 and 2. Item No. Item Description Quantity Authorized Unit Unit Price Authorized Amount 1. Clearing & Grubbing 1 LS $4,441.00 $4,441.00 2. AC Pavement Sawcut 325 LF .87 282.75 3. AC Pavement Removal 1000 SF .95 950.00 4. Unclassified Excavation 140 CY 18.99 2,658.60 5. Asphalt Concrete Paving 80 TON 62.40 5,803.20 6. Class II Aggregate Base 140 TON 28.08 3,510.00 7. Type 'G' Curb & Gutter 240 LF 11.41 2,738.40 8. Concrete Sidewalk 1040 SF 2.95 3,068.00 9. Pedestrian Ramp 1 EACH 883.37 883.37 10. Asphalt Concrete Dike & 50 LF 10.80 540.00 Ramp 11. Adjust Manholes 1 EACH 670.00 670.00 12. Signing & Striping 1 LS 1,621.00 1,621.00 13. Remove & Replace 1 LS 1,350.00 1,350.00 Landscaping & Irrigation Total amount of bid in numbers: $28,516.32 TOTAL ESTIMATED INCREASE TO CONTRACT COST ........................ $28,516.32 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY 30 WORKING DAYS. ACCOUNTING OF THESE THIRTY (30) DAYS SHALL NOT BEGIN UNTIL THE CONTRACTOR RECEIVES WRITTEN DIRECTION TO BEGIN WORK ON THIS CHANGE ORDER. RECOMMENDED BY: APPROVED BY: ~ €_ ~ 5-z.>J/2_ PRINCIPAL INSPECTOR (DATE) y-<j.,_;tJvf kt;{_ S-2-2-n_ ~ (DATE) # ~,,---.., :S--c,2.-;c.__ A-c.--n (DATE) _V :__ ~ ~f J ?/12-- ~NcE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR ~ -l(-92 (DATE) (DATE) CITY OF CARLSBAD PROJECT: Oak Avenue Street Improvements CONTRACT CHANGE ORDER NO. 3 CONTRACT NO.----=3"""7"""3"""1 __ P.O. NO. 13675 CONTRACTOR: Basile Construction Co. ACCOUNT NO. 811-820-1880-3346 ADDRESS: __ ....:1"""4~63:;;.:5"--"'Y-=u=k.:e.o.:.:.n-=S=tr=e=e.:....t _______________________ _ San Diego, California 92129 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to Section 3-2, Changes Initiated by the Agency, of the Standard Specifications for Public Works Construction, 1991, fabricate and install stair handrails per S.D.R.S.D. #' M-24, M-26 and sketch No. 001 (attached). Handrail shall be installed at the Sculpture Park stairs. One handrail is required on each side of the stairways located on both the north and south sides of pool #1. A total of four (4) handrails are required. Increase to Contract Cost ......................................... $1,500.00 TOTAL INCREASE TO CONTRACT COST. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,500.00 H:\LIBRARY\DPS\WPDATA\INSPECI\CHGORDER\.3731-3.CHN ,•. TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY _I_ WORKING DAYS. RECOMMENDED BY: DISTRIBUTION: 5?-Ze-92- (DATE) INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\DPS\WPDATA\INSPECI'ICHGORDER\3731-3.CHN APPROVED BY: 5-2.7-'72. CITY OF CARLSBAD PROJECT: Oak Avenue Street Improvements CONTRACT CHANGE ORDER NO. 2 CONTRACT NO.---"-3~73~1 __ P.O. NO. 13675 CONTRACTOR: Basile Construction Co. ACCOUNT NO. 391-820-1840-3731 ADDRESS: ---=1~4=63=5'--"Y-=u=k-=-on=-=S"""tr""'e-=-et"'------------------------- San Diego. California 92129 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to Section 3-2, Changes Initiated by the Agency, of the Standard Specifications for Public Works Construction, 1991, construct 2 pedestrian ramps per Caltrans Standard Plan No. N8-B, as modified by the engineer, on both sides of a private drive located on the west side of State Street approximately 100 feet south of Carlsbad Village Drive. Payment shall be made at $554.12 each; 2 x $554.12 = $1,108.24. Increase to Contract Cost ......................................... $1,108.24 TOTAL INCREASE TO CONTRACT COST ............................... $1,108.24 H:\LIBRAR Y\DPS\WPDATA\INSPECT\3731-2.CHN .,, TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY _A_ WORKING DAYS. RECOMMENDED BY: r-'/-</2 (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\DPS\WPDATA\INSPECii,3731-2.CHN APPROVED BY: 1.., CITY OF CARLSBAD PROJECT: Oak Avenue Street Improvements CONTRACT CHANGE ORDER NO. 1 CONTRACT NO.~3~73 ___ 1 __ P.O. NO. 13675 ACCOUNT NO. 391-820-1840-3731 CONTRACTOR: Basile Construction Co. ADDRESS: --"""1'"""4""'"6""35"--"Y'-=u=k=o=n-"S'""'"tra...ae=e-"--t _______________________ _ San Diego, California 92129 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Item 1: Pursuant to section 3-2, Changes Initiated by the Agency, of the Standard Specifications for Public Works Construction, 1991, construct 60 feet of 6,Joot high redwood fence along the northside of Oak Avenue from approximate street stationing + or -7+40 to 8+00 for the agreed upon price of $1,393.80. Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,393.80 TOTAL INCREASE TO CONTRACT COST ....................................... $1,393.80 H:\LIBRARY\DPS\WPDATA\INSPECI\3731-1.CHN ... TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY 1 WORKING DAY. RECOMMENDED BY: FINAN , ft> DIS~I, UTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H:\LIBRARY\DPS\WPDATA\INSPECI\,3731-1.CHN APPROVED BY: i 1 a October 8, 1991 ADDENDUM NO. 1 CONTRACT NOS. 3731,3732,3739 - OAK AVENUE IMPROVEMENTS GRAND AVENU SIDEWALKS HANDICAP ACCESS RAMPS Please include the attached addendum in the Notice to Bidders/Request for Bids yo have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bil when your bid is submitted. e Purchasing RUT -Fzu*fihl FLETCHER Officer RF:af Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 /, 4- &Xr, & JJ4 ,/-?&& ry Bidder’s Signature # 1200 Carlsbad Village Drive Carlsbad, California 92008-1 989 - (61 9) 434-2802 \ ADDENDUM NO. 1 COMMUNITY DEVELOPMENT BLOCK GRANT PROJECTS OAK AVENUE IMPROVEMENTS GRAND AVENUE SIDEWALK HANDICAP ACCESS RAMPS CONTRACT NOS. 3731, 3732, 3739 OCTOBER 8, 1991 The following corrections and additions have been made to the above project: CONTRACTOR'S PROPOSAL - ApDroximate Quantity and Uk. Item No. 10 Cb-?qge the following From: To: 4" PCC Sidewalk at 1300 SF 4" PCC Sidewalk at 2540 SF 0 h6&cw GARY KELLISON Project Manager GK:jkb 8 t 1 8 I I 1 I I 1 TABLE OF CONTENTS ltern - Pa NOTICE INVITING BIDS ........................................... CONTRACTOR’SPROPOS .......................................... BIDDER’S BOND TO ACCOMPANY PROPOSAL 1 DESIGNATION OF SUBCONTRACTORS ............................... I BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .................. I BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 1 t .......................... I .......... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID : .............................. CONTRACT . PUBLIC WORKS ...................................... : LABOR AND MATERIALS BOND .................................... : PERFORMANCEBOND : ........................................... b ESCROW AGREEMENT FOR suETy DEPOSITS IN LIEU OF RETENTION ................................. : RELEASEFORM : ............................................... I SPECIAL, PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................ : 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOR CONSTRUCTION FOR CONSTRUCTION MATERIALS ................... ! 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOR CONSTRUCTION FOR CONSTRUCTION METHODS ..................... APPENDIX A . STANDARD DRAWINGS ............................... 1 APPENDIX B - FEDERAL DEPT OF HOUSING & URBAN DEVELOPMENT (HUD) I I I I P I 9/13/91 R I KT t CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS I Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 12 Carlsbad Village Drive (formally Elm Avenue) , Carlsbad, California, until 4:OO P.M. Tuesday, the 26th day of November, 1991, at which time they will be opened and re; for performing the work as follows: I OAK AVENUE STREET IMPROVEMENTS GRAND AVENUE SIDEWALK HANDICAP ACCESS RAMPS CONTRACX NOS. 3731, 3732, 3739 I 1 8 I I I I I I II) 1 I The work shall be performed in strict conformity with the specifications as approved by t City Council of the City of Carlsbad on file with the Municipal Projects Department. T specifications for the work include the Standard Specifications of Public Woi Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designat ttSSPWC”, as issued by the Southern California Chapter of the American Public Woi Association and as amended by the special provisions sections of this contract. Referer is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-own businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators a contractors to utilize recycled and recyclable materials when available and whc appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasi Department. Each bid must be accompanied by security in a form and amount requix by law. The bidder‘s security of the second and third next lowest responsive bidders IT be withheld until the Contract has been fully executed. The security submitted by all otl unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days af the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Secti 22300), appropriate securities may be substituted for any obligation required by this not or for any monies withheld by the City to ensure performance under this Contract. Secti 22300 of the Public Contract Code requires monies or securities to be deposited with 1 City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: b U 1. Contractor‘s Proposal 2. Bidder‘s Bond I 3. Non-Collusion Affidavit 9/13/91 R @ I 1 1 1 I I 1 All bids will be compared on the basis of the Engineer's Estimate. The estimated quantit are approximate and serve solely as a basis for the comparison of bids. The Engine€ Estimate is $160,000. No bid shall be accepted from a contractor who is not licensed in accordance with 1 provisions of California state law. The contractor shall state their license numb expiration date and classification in the proposal, under penalty of perjury, pursuant Business and Professions Code Section 7028.1 5. The following classifications i acceptable for this contract in accordance with the provisions of state law: A, C-8 or C-' If the Contractor intends to utilize the escrow agreement included in the contr documents in lieu of the usual 10°/o retention from each payment, these documents m be completed and submitted with the signed contract. The escrow agreement may not substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at - Purchasing Department) City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenu Carlsbad, California) at no charge. The City of Carlsbad reserves the right to reject any or all bids and to waive any mi1 irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute Contract shall be those as determined by the Director of Industrial Relations pursuant the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 the Labor Code, a current copy of applicable wage rates is on file in the Office of Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay I than the said specified prevailing rates of wages to all workers employed by him or he1 the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Ca "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1; shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work indicated in this proposal, times the unit price as submitted by the bidder. In case ( discrepancy between words and figures, the words shall prevail. In case of an error in extension of a unit price, the corrected extension shall be calculated and the bids will computed as indicated above and compared on the basis of the corrected totals. 1 1 I I i I I 4 I I 1p I 9/13/91 F @ II I All prices must be in ink or typewritten. Changes or corrections may be crossed out a typed or written in with ink and must be initialed in ink by a person authorized to sign f the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day pr; to bidding. Submission of bids without acknowledgment of addenda may be cause t 1 rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materi suppliers, in an amount equal to one hundred percent (100%) and fifty percent (500, respectively, of the Contract price will be required for work on this project. These bor shall be kept in full force and effect during the course of this project, and shall extend full force and effect and be retained by the City for a period of one (1) year from the d; of formal acceptance of the project by the City. Both bonds and insurance are to be placed with insurers that have a rating in Bests’ IC Rating Guide of at least A:V and are authorized to conduct business in the State California. The Contractor shall be required to maintain insurance as specified in the Contract. A additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 91-238, adopted on the 23rd day of July, 1991. 1 I I I I 1, I 1 I I I I P I /0///9, l2LCziLd Q& I Date Aletha L. Rautenkranz, City Clerk 4. 9/13/91 R @ I I CITY OF CARLSBAD CONTRACT NOS. 3731,3732,3739 CONTRACTOR'S PROPOSAL t City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read t Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fum all labor, materials, equipment, transportation, and services required to do all the work complete Contract Nos. 3731, 3732, and 3739 in accordance with the Specifications a Plans of the City of Carlsbad, and the Special Provisions and that he/she will take in f payment therefor the following unit prices for each item complete, to wit: I 8 I I 1 I I 1 u I I I P I Approximate Item Quantity unit No. Item Description and Unit - Price Total OAK AVENUE STREET IMPROVEMENTS PER DRAWING NO. 319-7 1 Clearing & Grubbing at LS c 2 $24 3% .17 d 2;r;t% 27 Twewi%Q Q'.,< "X60 22.4 2 11,3LSem E 1 evcq fTk&cid SrdCtl si*, EL-L+ "ZC f:cLctv Sed- Y9d/OL %?.-I8 ";I 23.7 e b Twc*k4 r6CAv giaLC4 @;ah+ y .o i: I? ( 0c v tr rW </ Dollars per Lump Sum 2 A.C. Pavement Removal at 400 CY Dollars per Cubic Yard 3 Concrete Removal at 12.8 CY 7x*x cJCkC T!&-..%cl,.cl Pe,v,ty Tanrp* I Dollars per Cubic Yard 4 Unclassified Excavation at 385 CY Ed +ee.v\ 2%6C 15 -2.8 S$'i^z,Cc, F'Le l-!* P+.AS*U.* I E.c4L,jt F,Q+,, rw Z' Dollars per Cubic Yird 9/13/91 Re. @ I 1 I I I I I I I 1 1 1 1 I I ). 1 Approximate Item Quantity unit No. Item Description and Unit Price Total A.C. Paving at 480 TONS t- /LO 39d-.Lz c q0c.m qy TK,.t,, cl he CI):-&ecJ T'h4,,J, (SW EL.L& y4-0 E, qb4 exL%\ 3e /c. 3 A3C /L,OCIY.C "00 '32 /03'1&( Dollars per Ton Class I1 Aggregate Base at 550 TONS 1 Dollars per Ton Seal Coat at 3230 SY 0 +cL -Is& Y%i".A Tk, .jc, -&\x2 $200 Dollars per Square Yard' 8" PCC Curb & Gutter per Dwg. G-2 at 245 LF 8 TK, c' + %e\ %m 13 & f(i 3 ;z oq *5@ TL-Pe TkT> .*% -4 TdC \,U+dC@d' k ,&c& eoQ Dollars per Linear Foot 6" PCC Curb & Gutter per Dwg. G-2 at 178 LF 9 b Twe\*e 5% o= i 1. sc 2i126.0P ?-&J-hUkS4*4 / I we.*+ u T;o,e ?55000 Dollars per Linear Foot ' + 2.' ;Z!i40 10 4" PCC Sidewalk at *SF 7-0 20- 2.3G c;,SS R4i. $:x 7LaC&,cariGi Fide hciu,dd T-CG y$xJ Dollars per Square Foot 11 7-1/2" PCC Driveway Apron at 1410 SF Tks. PB> q"i/;.o 3"'tY 4 p2030 -%7 TLOb.%d U;de T ulCdA4 [ qL7 Dollars per Square Foot 12 6" PCC Cross-gutter per Dwg. G-12 at 1250 SF TcAJo 7%AC3" 2.7% 397 5.00 , Tkee-Tb...t\aJlo( G,-, s 4a de\+* c G"E: 7zaci Dollars per Square Foot 9/13/91 R @ A 1 Approximate Item Quantity unit I 1 I I I I I II I I 1 1 I P I Price Total No. Item Description and Unit 13 4" PCC Swale at 24 SF r- 5eaw4eCn c3 %+Za 17.66 r109 .+i cokr bb 4 red Wbe- 4%00 Dollars per Square Foot 14 6" PCC Alley Apron & Pedestrian 480 SF Ramps per Det. A, Sheet 3 at Iwo Tkcic&.al.d Dollars per Square Foot F&As. 9902, 4'4 I 2;356,86 ri-4-e.e- kg.# L %'\$ %Cs rc 15 Pedestrian Ramp, SDRSD Type C at 2 EA F:se k,udtd U;,%e.eA 3v;oo 5 I ci .37 /.038 .-is e*m c Dollars Each 16 Pedestrian Ramp, CALTRANS 1 EA Case E at Ehbik4wd k* * ,, -!Ace< 3k,, 8"l.S-I 943.33 " 11 BI li i/ I 1, Dollars Each 17 Trash Enclosure at LS 3 4 55,s7 3,q55.37 K""r fF\w qoo + 7iie k,3 vi .c' GL -La=& ' t/ I' If rp f' r r I Dollars per Lump Sum 18 Guard Post at 4EA I55 "'9 e GS3 .%.e ~ OJLC. 'F;r=t, F\dL 9L/ s;.x LhvICp,ed( 1 UrlAk, TiA3-fp.g. gf0b - Dollars Each 19 Chain Link Fence at 30 LF Tiy4zl;L7y QY&.-;t.-c,b 22.5!3 436.7C LI Do ars per Li ear Foot 20 Grate Inlet at 1 EA € kL-4 K, r+ ef%w EJ %Jo 3 \x*% ?3\3.35 #f df tr u Dollars Each 9/13/91 Re @ 1 I 1 i I I I I I I I I I I I i II @ Approximate and Unit Price Total Item Quantity unit r- No. Item Description 21 12" Extra Strength VCP or 2000-D RCP Storm Drain at 78 LF Th- "3L - q3.89 S,bhU .I% 22 Headwall, Type A at 1EA Ei&& Sea3446 5:>( woo I/ S7t.79 WG.X /' ( If i: Dollars Each 23 Concrete Encasement at 52 LF Four- c2 goo 2 CI .9 z /;a9 5.32 7-d e*+- Onc Tkdd 74. @;,t7 G\QG 3%- TLm 256.83 -1 Dollars per Linear Foot 24 15 Gal. Tree (Bnsbane Box) at 4 EA "35 L--dr& G$b K!d€L e owe Tb&h;L\d TLa3ed u Tbwr.e- 32&- Dollars Each 25 Traffic Control, Red Curb, and Striping at LS c SWvMA?eA ?dCL %&fie LLtl.9-2 .c 6dk2 I (43 I i rI b 91% \L."Usd It If I/ I( Dollars per Lump Sum . GRAND AVENUE STREET IMPROVEMENTS PER DRAWING NO. 215-2 LS 26 Clearing & Grubbing at 03;*6. F:$JetLAA %%// * 0 SI";3$ 'i!S.$S &I L.I I/ Dollars per Lump Sum 27 A.C. Pavement Removal at 40 CY 34.10 /,56dc-I.GC, t OJ xt -+ iU\v,e 6,\eTk- Dollars per Cubic Yard - 08 F;w s:rct, fcu? A. Ls,( / 28 Unclassified Excavation at 30 CY 7w e--*, , T& 7Za 2x.77 <%3.10 Dollars p$r dubic Yard cy E &L& T\^r & . %08 9/13/91 I 1 I i I I I I I I I 1 i I F 1 Approximate Item Quantity Unit & Item Description and Unit Price Total 29 4" PCC Sidewalk at 1276 SF 7- Ym3 2 $75 3 s 6 q .2Q 1 T\h-veL. T\ouL*d Se oeu, 5LA4 Gr go Dollars per Square Foot 30 7.5" PCC Driveway Alley Apron 472 SF ?=MAC- 72 /*o 4.72 2,u3.%+ TLUO Tk%&AQ/ Ti& ~cclrr$td T""y &,e,, SPw Dollars per Square Foot 6" PCC Curb & Gutter per Dwg. G-2 at 31 227 LF E \eLJ e2.A c) $400 !L .4l 2,590.07 4 I@O Tb-ad f\Q,e Ot%.\t/ 5& Dollars per Linear Foot 32 Adjust Sewer Clean-out at 1 EA -7% re -e - 334Xh3 33793 rLz\r-%v N;Ae 9%-J E. if I# F 4t r/ Dollars Each Class I1 Aggregate Base at 30 TONS 3s 02 q% C( e b tu, .re++ t,dL 0-2"eJ Tw-d E+,-Gf F;&Q y2&l Dollars $er Ton 25 TONS l35 2.a 39-15crj7G A. C. Paving at 7 CJ&, ?k',A, Ucie JOG =rep, -rL+,&+cA ;FBYC E.~iCL* ?GO F\~C E\~LA~ u ;v,e 3T;ocj sw 37 5$4'34 Dollars per Ton h> 35 Refurbish & Install Iron Tree Grate at 1 EA It UP! f ll (I I Dollars Each 36 Traffic Control at LS €lqk4.. L&,4%;& GN* 'L%o BSU lb %SO 16 fr I' ,It I! Dollars per Lump Sum 9/13/91 F @ I Approximate Item Quantity Unit I I I I I I I t- No. Item Description and Unit Price Total HANDICAP ACCESS RAMPS PER DRAWING NO. 306-1 37 Construct Depressed Curb & Pedestrian Access Ramp per CALTRANS Standard Plan No. N8-B including removal & replacement of 8" of asphalt adjacent to the existing curb & gutter. (Note: Clear & Grubb and the removal of existing concrete and asphalt improvements are included in this bid item for each ramp) 9EA $%de ku"drf;$ F;ftd LG? \1 /"a 3 5% \x q YS7.02 - %A.c-- TbwAA&Ad 0% ne dckb hq 02- TaY 9%L3 2 93 \,f 7 2.w Dollars Each 38 Construct 4" PCC Sidewalk at 400 SF 0-he tcoud 6 &e SeJ%WL TL& 00 kou Dollars per Square Foot ' 39 Construct 6" PCC Curb at 10 LF F-A kP ~UUO 4 %l 44s.zc fL.r Ficcrt,, , -- 4- , kc,.&+ 220n C I Dollars per Lfnear Poot 40 Remove, Replant & Reconnect Existing Plants & Irrigation System from Ramp Top Landing at 1 LS F;oc h U4C.d s;\cic, r-:u< S@& 56S.%3_ SGS.82 I 1 I 1 I P I @ /I It nf fl /I I Dollars Lump Sum 41 Design and Provide Traffic Control During Construction at 1 LS 7-e L.\I-GLd GLK%* fiqLi f$..gOQ 298 e%q 24 S $84 lf 48 )I I li3 I/ Dollars Lump Sum c Total amount of bid in words: 0-e v,cr~.ltt.d Tw~~~~~ 4 1 :* - \ j<.LLcc$G .,Ll , t L,Li L TL.I i 4 YLV. yAG Total amount of bid in numbers: $ p 22. s13.95 Price(s) given above are firm for 90 days after date of bid opening. 9/13/91 Re I Addendum(a) No(s). 1 proposal. The Undersigned has checked carefully all of the above figures and understands that City will not be responsible for any error or omissions of the part of the Undersigned making up this bid. The Undersigned agrees that in case of default in executing the required Contract w necessary bonds and insurance policies within twenty (20) days from the date of awarc Contract by the City Council of the City of Carlsbad, the proceeds of the check or bc accompanying this bid shall become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that they are licensed to business or act in the capacity of a contractor within the State of California and that tl are validly licensed under license number classification A, wh expires on 61 130 /Li / . This statement is true and correct aid has the legal effeci an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursu to the Business and Professions Code shall be considered nonresponsive and shall rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved, bid submitted shall be invalidated by the failure of the bidder to be licensed in accordai with California law. However, at the time the contract is awarded, the contractor sE be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: has/have been received and is/are included in t I I I I I 1 I I I I I I I 1 63 \- t S 864Lf / C 1. That no Council member, officer agent, or employee of the City of Carlsbac personally interested, directly or indirectly, in this Contract, or the compensatior be paid hereunder; that no representation, oral or in writing, of the City Coun its officers, agents, or employees has inducted hiwher to enter into this Contr: excepting only those contained in this form of Contract and the papers made a F hereof by its terms; and I 2. That this bid is made without connection with any person, firm, or corporat making a bid for the same work, and is in all respects fair and without collusion fraud. Accompanying this proposal is for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code wh requires every employer to be insured against liability for workers' compensation 01 undertake self-insurance in accordance with the provisions of that code, and agrees comply with such provisions before commencing the performance of the work of 1 Contract and continue to comply until the contract is complete. (QG cc- k, Bond or Cashier's Check) 10 9/13/91 R 1 I 1 I I I I The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic 2, relative to the general prevailing rate of wages for each craft or type of worker need to execute the Contract and agrees to comply with its provisions. t IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: 96 a-...->6& (1) Name under which business is conducted &GL~;\ p_ as . ( (2) Signature (given and surname) of proprietor (3) Place of Business /q6 3 5 VU,. kk31R 54, (Street and Number) City and State 50,- b‘,. ”QJr? c.A ?an24 P (4) Zip Code ?zIl? Telephone No. (6 171 (” 72- 6968 IF A PARTNERSHIP IGN HERE: (1,- Name und which business is conducted ‘9 ’ (2) Signature (given and surname and character of partner) (Note: Signati must be made by a general partner) I \ 1 \ \ (3) Place of Business (Street and Number) I 1 I 1 I P I CB I City and State Zip Code Telephone No. L’ 9/13/91 R 1 I IF A CORPOR~ION, SIGN HERE: (1) Name under which business is conducted t (2) I I 1 I Signature Title Impress Corporate Seal hc I (3) Incorporated under the laws of the State of 1 (Street and Number) (4) Place of Business City and State \ ($ Zip Code Telephone No. i C NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST AITACHED I I I I '"e%:&\+ I I I P I @ List below names of president, vice president, secretary and assistant secretary, ij corporation; if a partnership, list names of all general partners, and managing partner 3eJcer- A\LA 3.;b1,kY> 3e CTT? lt4cL.i bcddn. A. acsE \e, 3 9/13/91 R 3 - 1 .z c BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: Thar we, BASILE CONSTRUCTION COMPANY as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount : follows: (must be at least ten percent (10%) of the bid amount) for which payment, well and truly made, we bind ourselves, our heirs, executors ar administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of ti above-bounden Principal for: THE EXPLORER INSUEUNCI 1 lr 1 *^ 1 1 3 3 11 3 .... 1 II 9 i@ 4 @ , as Principal, and COMPANY 1. TEN PERCENT (10%) OF AMOUNT BID ____________________------------------------- OAK AVENUE STREET IMPROVEMENTS GRAND AVENUE SIDEWALK HANDICAP ACCESS RAMPS CONTRAm NOS. 3731, 3732,3739 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly ent into and execute a Contract including required bonds and insurance policies within twen (20) days from the date of award of Contract by the City Council of the City of Carlsba being duly notified of said award, then this obligation shall become null and voi otherwise, it shall be and remain in full force and effect, and the amount specified here shall be forfeited to the said City. t .... .... .... .... .... .... 9/13/91 Rc STATE OF CALIFORNIA COUNTY OF SAN D1EGo On this -day of ss , in the year lggl , befc undersigned Notary Public, in and for the State of California, appeared personally known to me (or proven to me on the basis of s evidence) to be the penon who executed the written instrument as in-Fact on behalf of the Corporation therein named and acknowled that the Corporation executed it. 26TH NO Given under my hand and the Notary Seal this __day of __ A.D. 19 91 . My Commission expires 26 TH NOVEMBER INGRID ERIKA CROSBY JANUARY 11, 1994 Cnl 315R(04/86) MICHELLE R PINE STATE OF CAL1FoRN1A COUNTY OF %IN DIEGO , 19 91 , before me, the undersigned Notary Public, in and for the State of CALIFORNIA personally appeard PETER ALLEN BASILE and personnaly know to me (or proven to me on the basis of satisfactory evidence) to be the person (5) who executed the within instrument as PRESIDENT/OWNER day of NOVEMBER - On this 26~~ On behalf Of thesAsILE CONSTRUCTION COMPANY AI% ?ml Notary Public - .In the event Principal executed this bond as an individual, it is agreed that the deatl Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 26TH day of Executed by SURETY this26TH day c NOVEXBER , 1991. NOVEMBER ,1991. PRINCIPAL: SURETY: BASILE CONSTRUCTION COMPANY THE EXPLORER INSURANCE COMpAlY (Name of Principal) (Name of Surety) By: By: (sign here) PETER ALLEN BASILE INGRID ERIKA CROSBY, ATTORNEY-LN- (print name here) PRES IDENT/OWNER (attach corporate resolution show (title and organization of signatory) printed name of Attorney-in-Fact current power of attorney) 4 By: (sign here) (print name here) a 1 * (title and organizarion of signatory) (Proper notarial acknowledge of execution by PEUNCIPAL and SUETY must be anached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only c officer signs, the corporation must attach a resolution certified by the secretary or assistant secrerary unc corporare seal empowering that officer to bind die corporaIion.) a li 8 i APPROVED AS TO FORM: dc b KAREN 3. HIRATA ag Deputy City Artomey 9/13/91 Re a @ - n,-.aA------ -- - * THE EXPLORER INSURANCE COMPANY HOME OFFICE: SAN DIEGO, CALIFORNIA \ Certified Copy of 0. POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE EXPLORER INSURANCE COMPANY, a Corpor authorized and existing under the laws of the State of Arizona and having it5 office in the City of Son Diego, California, does hereby nominate, constitute anc Larry D. Cogdill Brian M. Kawamoto Ingrid Erika Crosby its true and lawful Attorney(s)-in-Fact, with full power and authority hereby cor . its name, place and stead, to execute, seal, acknowledge and deliver any and undertakings, recognizances or other written obligations in the nature thereof. - This Power of Attorney is granted and is signed and sealed by facsimile under c authority of the following Resolution adopted by the Board of Directors of TH INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, l! * said Resolution has not been amended or rescinded and of which the following full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Att Fact to represent and act for and on behalf of the Company, and.either the Pr Secretary, the Board of Directors or Executive Committee may at any time re Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it fu name of and on behalf of the Company any and all bonds and undertakings as the bt the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be os binding upon the Company as if signed by the President and : attested by the Secretory." IN WITNESS WHEREOF, THE EXPLORER INSURANCE COMPANY has caused its official seal t unto affixed and these presents to be signed by its duly authorized officers this THE EXPLORER INSURANCE COMPAh of December, 1988. L RESOLVED: That the Attorney-in-Fact may be given full power to execute for $p'"+?& 0 STATE OF CALIFORNIA @=J) s%2*,, 4- .$ President COUNTY OF SAN DIEGO '': On this 21st day of December, 1988 before the subscriber, 0 Notary Public of of California, in and for the County of Son Diego, duly commissioned and quali ERNEST RADY. President of THE EXPLORER INSURANCE COMPANY, to me personally known individual and officer described in and who executed the preceding instrumen acknowledged the execution- of the same, and being by me duly sworn, deposeth c that he is the soid officer of the Corporation aforesaid, and that the seal affi preceding instrument is the Corporate Seal of the said Corporation, . and that Corporate Seal and his signature as such officer were duly offixed and subscpi said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at Of Son Diego, the day and year first above written. NORMA PORTER Notaw SAN OlEGO Publicairomla COL" /..: 04 . 914.k , ,j Qj$L,. Notary ublic -- STATE OF CAL COUNTY OF SA I, the undersigned, JAMES W. AUSTIN, 111, Secretary of THE EXPLORER INSURANCE Cc hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a f and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretory, ond af e Corporate Seal of the Corporation, this 26TH day of NOEMBER 13 $li . THE EXPLORER INSURANCE CCMPAtJ'i (pJ 5 %o,, SEAL- 6 g g SwlnL3 LC?. OA'L-k _. /I! -:.-., JJQ & Secretary -- 1 I I I I 1 I I I 8 I 1 I I I ? @ 1 DESIGNATION OF SUBCONTRACTORS The Contractor certifies he/she has used the sub-bids of the following listed Contract1 in making up his/her bid and that the sub-contractors listed will be used for the work which they bid, subject to the approval of the City Engineer, and in accordance w applicable provisions of the specifications and Section 4100 et seq. of the Public Contra Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made these subcontractors except upon the prior approval of the City Engineer of the City Carlsbad. The following information is required for each sub-contractor. Additional pal can be attached if required: t Items of Complete Address Phone No. Work Full Company Name with Zip Code with Area Codc 5; &: 3 ; 33,3j 3') ihz 5, t-\w:s 54hbWL,', .e (4 %&O~-UU) (dt?) 177- ?.a . L$36L7 b 9/13/91 R 8 It I I I I I I R li - 1 1 I I I ? @ 1 AMOUNT OF SUBCONTRACTORS' BIDS The bidder is to provide the following information on the subbids of all the lis subcontractors as part of the sealed bid submission. Additional pages can be attachec required. r Type of State Contracting Carlsbad Business Amount of Bid Full ComDany Name License & No. License No.* I$ or Yo) s:,*- h . kic;:5 b-57 352 30 "db - C * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. 9/13/91 Re L. Personal Financia 0 Separated 0 The joint applicant IS a person who is not your spouse D The joint applicant is your spouse (complete one form (complete two forms). Name ,- NAME /iC-fpr ,//([.rp 3:GLd ' c AGE 275' EMPLOYEDBY YE ~ ,- -- c POSlnON -A~AT~ +C ... - . IF EMPLOYED LESS THAN 1 YEAR, PREVIOUS EMPLOYER 7, p ZIP . Securities Income Income Taxes .-, 1 .I- > n n.- LNV3nddv :eaea lNv3nddV :wea -sleq)o 01 gunme Inor( ue nor( lnoqe uogetuo4u! apex, @P!AOJd oa yuea eq) ez!Joq)ne os e noA *(e$eas &idad &!unww(M e u! eA!t pue peww ere nor( J! ‘esnds mol Gupnpu!) suodeJ gpeJo u!qo pue wewKoldwe hbyen ‘se3ueiepJ *!pen, JnoA ww ‘ueN6 UO~UO~U! eq) $0 he weqo JO bum 03 yue~ eq) ezuowe noA ‘moleq ue~@ wep eq) 40 se eaeidwm pue em eJe (ShUewLPQW Auk uo pue moqe quewwqs ew aaq) Awre3 nor( ‘MOIW 6u!u6!s AQ ZIH~UVNDIS HnoA -.- ~~I~UVNDIS o3zitloKLnv AQ VSVIN =wwv 40 ww moqe umoys s! UOQ!PUO~ ie!oueu!i E e41 Kq peu6!s ueeq seq wqm wewems iepueuy s!w pei :H33U30 XNVQ 30 AlNO 3Sfl XNVH 1V FOR lNl€RNAL BANK USE ONLY STATEMENT OF BANK OFFICER: I have reviewed this financial statement which has been signed by the person whose financial condition is shown above. Bank of Amenca NTBSA YOUR SIGNATURE By signing below, you cemty mat the statements at attachmeqs) are true and complete as of the date given be me Bank to venfy or check any of the Information gwen, references, venfy employment and obtain credit reports (ind if you are mamed and live in a community prope state). the Bank to provide credit informahon about you a2your aa - I . I I I I I i 1 II t I II I l I c Q, I BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY Bidder submits herewith a statement of financial responsibility. P I 9/13/91 R c3 Peter Allen Rasile J ..-* BASILE CONSTRUCTION C 14635 Yukon Street San Diego, CA 92129 (619) 672-0968 3 om EC I? VE Five year plan lo trfpk in size and work capacity QIM,IFICATOONS Oversaw portion of 53,000,000 grading project for a new Piston basketball stadlum In Auburn Heights, MI; $11,000,000 project on the Crysler Proving Grounds; and supervised other Jobs such as a %150,000 new parMng area for the hart Corporatlan. Supervised $150,1 drain project for State ol ! underground job for Pacific Bell; $500,000 storm ligan: and water servtces for commercial bul!dlng. J22nuek Handied 620O,C@C R 6: R concrete sldewalk, curb and gutter project in Detroit, MI; $650,000 street beautification In Korthvilie, Mi; along with projects sirnllar to $20,000 commercial driveway. Generaled local S?3,OOi3 residential rewodel. adding 700 sq. feet. 'Twelve (12) years constructlon knowledge and experience. EMPI.OYM?Eh'T BACl1.E CONSTRUCTION COMPANY Sat, Diego. C.4 Dwner/Operator provid!tig General Contracting servlces to private market consisting of storm drains. bul1d:ng slabs, flat work and other related projects. All clientele obtained 01s a referral basts R. D. CONSTRUCTION CO. 5i Cajon, CA various equ!pment. Also assisted on all concrete jobs. I-IOLEOWAY CONSTRUCTlON Co. Wixom, MI Supervised crews involving clearlng, grubblng and excavating for bullding sltes and surrounding areas. 11,'89 - Preseiit 3 09/87 - 11/89 Small contrdctiizg company. Work mainly consisted of operating bbckhoe and 07/85 - 07/87 Worked with surveyors providing services in grade checking and layout. PE'I'LK A. BASILE SOSS, INC. 1979.06/85 Llvonia, MI operating, concrete, underground. and other related work. Advanced to iwrman lor concrete, underground and varloiis projects. Completed four (4) years as a ]oiirneymar, w4th responsibilities such as WUCAIlON Schoolcraft Community College ! hlisc. business classes SWOVEC, hll / Cobol Computer Progranimlng - Certl!tcate recelved a Date Name and Phone Contract Name and Address No. of Person Completed of the Employer to Contract 1 I I Amount Work Contract Type of of I 1 I I I I 1 I I I I I I I I) 1 NON-COLLUSION AFFIDAW TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California 1 County of 1 f ) ss. --. -4 -+e;&&> P\\,e,,. Q>G> c 1 e’ (Name of Bidder) , being first duly sworn, deposes i i-z-2 L,’ -,- e\*< (Title) 3@- - /,‘ -_ and says that he or she is /- of SF;, ‘i L (6 ( c; :kc\ -\ 1 I LC., (Name of Firm) the party making the foregoing bid that the bid is not made in the interest of, or on bel of, any undisclosed person, partnership, company, association, organization, or corporatic that the bid is genuine and not collusive or sham; that the bidder has not directly indirectly induced or solicited any other bidder to put in a false or sham bid, and has 1 directly or indirectly colluded, conspired, connived, or agreed with any bidder or any( shall refrain from bidding that the bidder has not in any manner, directly or indirec sought by agreement communication, or conference with anyone to fix the bid price, 01 that of any other bidder, or to fix any overhead, profit, or cost element of advanti against the public body awarding the contract of anyone interested in the propo: contract; that all statements contained in the bid are true; and further, that the bidder 1 not, directly or indirectly submitted his or her bid price or any breakdown thereof, or contents thereof, or divulged information or data relative thereto, or paid, and will not p any fee to any corporation, partnership, company association, organization, bid depositc or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that t affidavit was executed on the 2& day of b cc c , 1991. Signature of Bidder Subscribed and sworn to before me on the % day of b&IpF1@€4 . ,194). I (NOTARY SEAL) 9/13/91 R I 1 ]I I I I I CONTRACT - PUBLIC WORKS - 3-- This agreement is made this- day of I-~B RH A R \c , 199&, by and between the C of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Basile Construction Company whose principal place of business is I (hereinafter called "Contractor".) r 14635 Yukon Street. San Diego CA 97179 City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contr: documents for: OAK AVENUE !SREET IMPROVEMENTS GRAND AVENUE SIDEWALK HANDICAP ACCESS RAMPS CONTRACT NOS. 3731,3732, 3739 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, materie tools, equipment, and personnel to perform the work specified by the Contri b 2. 1 Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Not Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation Subcontractors, Bidder's Statements of Financial Responsibility and Technil Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans a Specifications, the Special Provisions, and all proper amendments and chanj made thereto in accordance with this Contract or the Plans and Specificatio and all bonds for the project; all of which are incorporated herein by t I 1 1 i B P@ I 1 reference. Contractor, her/his subcontractors, and materials suppliers shall provide a install the work as indicated, specified, and implied by the Contract Documer Any items of work not indicated or specified, but which are essential to 1 completion of the work, shall be provided at the Contractor's expense to ful the intent of said documents. In all instances through the life of the Contra the City will be the interpreter of the intent of the Contract Documents, and 1 9/13/91 R I I I I I I I I u 1 I I I U P @ I City's decision relative to said intent will be final and binding. Failure of t Contractor to apprise subcontractors and materials suppliers of this condition the Contract will not relieve responsibility of compliance. Payment. For all compensation for Contractor's performance of work under tl Contract, City shall make payment to the Contractor per Section 9-3 of t Standard Specifications for Public Works Construction (SSPWC) 1991 Editic and the latest supplement, hereinafter designated "SSPWC", as issued by t Southern California Chapter of the American Public Works Association, and amended by the Special Provisions section of this contract. The closure date i each monthly invoice will be the 30th of each month. Invoices from t Contractor shall be submitted according to the required City format to the Cit assigned project manager no later than the 5th day of each month. Paymer will be delayed if invoices are received after the 5th of each month. The fi~ retention amount shall not be released until the expiration of thirty-five (3 days following the recording of the Notice of Completion pursuant to Califon Civil Code Section 3184. Independent InvestiEation. Contractor has made an independent investigation the jobsite, the soil conditions at the jobsite, and all other conditions that mig affect the progress of the work, and is aware of those conditions. The Contr: price includes payment for all work that may be done by Contractor, whet1 anticipated or not, in order to overcome underground conditions. A information that may have been furnished to Contractor by City abc underground conditions or other job conditions is for Contractor's convenier only, and City does not warrant that the conditions are as thus indicatt Contractor is satisfied with all job conditions, including underground conditic and has not relied on information furnished by City. t 4. 5. I I 6. Contractor Responsible for Unforeseen Conditions. Contractor shall responsible for all loss or damage arising out of the nature of the work or frc the action of the elements or from any unforeseen difficulties which may arise be encountered in the prosecution of the work until its acceptance by the Ci Contractor shall also be responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall not be responsible ! reasonable delays in the completion of the work caused by acts of God, ston weather, extra work, or matters which the specifications expressly stipulate v be borne by City. 9/13/91 RI M 1 I I 1 I I I I I I I I I P @ U Hazardous Waste or Other Unusual Conditions. If the contract involves diggi trenches or other excavations that extend deeper than four feet below the SUA Contractor shall promptly, and before the following conditions are disturb( notify City, in writing, of any: A. 1 7- Material that Contractor believes may be material that is hazardous was as defined in Section 251 17 of the Health and Safety Code, that is requii to be removed to a Class I, Class 11, or Class 111 disposal site in accorda1 with provisions of existing law. Subsurface or latent physical conditions at the site differing from thc indicated. Unknown physical conditions at the site of any unusual nature, differc materially from those ordinarily encountered and generally recognized inherent in work of the character provided for in the contract. B. C. City shall promptly investigate the conditions, and if it finds that the conditic do materially so differ, or do involve hazardous waste, and cause a decrease increase in contractor's costs of, or the time required for, performance of any p of the work shall issue a change order under the procedures described in t contract. In the event that a dispute arises between City and Contractor whether 1 conditions materially differ, or involve hazardous waste, or cause a decrease increase in the contractor's cost of, or time required for, performance of any p of the work, contractor shall not be excused from any scheduled completion d provided for by the contract, but shall proceed with all work to be perforrr under the contract. Contractor shall retain any and all rights provided either contract or by law which pertain to the resolution of disputes and prote I, I between the contracting parties. 8. ChanRe Orders. City may, without affecting the validity of the Contract, or( changes, modifications and extra work by issuance of written change ordc Contractor shall make no change in the work without the issuance of a writ- change order, and Contractor shall not be entitled to compensation for any ex work performed unless the City has issued a written change order designating advance the amount of additional compensation to be paid for the work. I change order deletes any work, the Contract price shall be reduced by a fair i reasonable amount. If the parties are unable to agree on the amount reduction, the work shall nevertheless proceed and the amount shall determined by litigation. The only person authorized to order changes or ex 9/13/91 R I I I I 1 I 1 I I I I 1 work is the Project Manager. The written change order must be executed by t City Manager or the City Council pursuant to Carlsbad Municipal Code Secti 3.28.172. Immination Reform and Control Act. Contractor certifies he is aware of t requirements of the Immigration Reform and Control Act of 1986 (8 U Sections 11 01 -1525) and has complied and will comply with these requiremen including, but not limited to, verifying the eligibility for employment of agents, employees, subcontractors, and consultants that are included in t Contract. Prevailing Wage. Pursuant to the California Labor Code, the director of 1 Department of Industrial Relations has determined the general prevailing rate per diem wages in accordance with California Labor Code, Section 1773 an( copy of a schedule of said general prevailing wage rates is on file in the office the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant California Labor Code, Section 1775, Contractor shall pay prevailing wag Contractor shall post copies of all applicable prevailing wages on the job sit( Indemnification. Contractor shall assume the defense of, pay all expenses defense, and indemnify and hold harmless the City, and its officers a employees, from all claims, loss, damage, injury and liability of every kind, nati and description, directly or indirectly arising from or in connection with I performance of the Contractor or work; or from any failure or alleged failure Contractor to comply with any applicable law, rules or regulations includj those relating to safety and health; except for loss or damage which was cau: solely by the active negligence of the City; and from any and all claims, IC damages, injury and liability, howsoever the same may be caused, resultj directly or indirectly from the nature of the work covered by the Contract, urd the loss or damage was caused solely by the active negligence of the City. 7 expenses of defense include all costs and expenses including attorneys fees litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contr insurance against claims for injuries to persons or damage to property which IT arise from or in connection with the performance of the work hereunder by 1 Contractor, his agents, representatives, employees or subcontractors. (A) COVERAGES AND LIMITS - Contractor shall maintain the types t 9. 10. - 11. b 12. 1 I coverages and minimum limits indicted herein: I P @ I 9/13/91 R I 1 I I I I i I I I I I I be @ 1 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily inji and property damage. If the policy has an aggregate limit separate aggregate in the amounts specified shall be established the risks for which the City or its agents, officers or employees ( additional insureds. Au torno bile Lia bilitv Insurance: $1,000,000 combined single limit per accident for bodily injury i property damage. Workers’ Compensation and Employers’ Liability Insurance: Workers’ compensation limits as required by the Labor Code of i State of California and Employers’ Liability limits of $1,000,000 1 incident. 1 2. 3. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies insurance required under this agreement contain, or are endorsed contain, the following provisions. General Liability and Automol: Liability Coverages: 1. The City, its officials, employees and volunteers are to be cove1 as additional insureds as respects: liability arising out of activit performed by or on behalf of the Contractor; products i completed operations of the contractor; premises owned, leas hired or borrowed by the contractor. The coverage shall cont no special limitations on the scope of protection afforded to i City> its officials, employees or volunteers. The Contractor‘s insurance coverage shall be primary insurance respects the City, its officials, employees and volunteers. P insurance or self-insurance maintained by the City, its offici: employees or volunteers shall be in excess of the contract( insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies SI not affect coverage provided to the City, its officials, employees volunteers. Coverage shall state that the contractofs insurance shall ap separately to each insured against whom claim is made or sui brought, except with respect to the limits of the insurefs liabil 9/13/91 R b m 2. 1 3. 4. I I I I I I I I I 1 I I I I c Qt 1 (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims ma( basis, coverage shall be maintained for a period of three years following 1 date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by t agreement shall be endorsed to state that coverage shall not be suspendc voided, canceled, or reduced in coverage or limits except after thirty (f days' prior written notice has been given to the City by certified mi return receipt requested. 1 (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - A deductibles or self-insured retention levels must be declared to a approved by the City. At the option of the City, either: the insurer sh reduce or eliminate such deductibles or self-insured retention levels respects the City, its officials and employees; or the contractor shall proci a bond guaranteeing payment of losses and related investigation, cla administration and defense expenses. (F) .WAIVER OF SUBROGATION - All policies of insurance required under t agreement shall contain a waiver of all rights of subrogation the insu may have or may acquire against the City or any of its officials employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insurf under its policies or shall furnish separate certificates and endorsements each subcontractor. Coverages for subcontractors shall be subject to all the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insur that have a rating in Best's Key Rating Guide of at least A:V, as specified City Council Resolution No. 90-96. VERIFICATION OF COVERAGE - Contractor shall furnish the City w certificates of insurance and original endorsements affecting cover: required by this clause. The certificates and endorsements for e: insurance policy are to be signed by a person authorized by that insurer bind coverage on its behalf. The certificates and endorsements are to be forms approved by the City and are to be received and approved by the C before work commences. COST OF INSURANCE - The Cost of all insurance required under t agreement shall be included in the Contractor's bid. b I (I) (J) 9/13/91 R I I I I I 1 I 1 I 1 I I I I .... 1 P QI I Claims and Lawsuits. All claims by Contractor for $375,000 or less shall resolved in accordance with the provisions in the Public Contract Code, Divis 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which incorporated by reference. All claims over $375,000 shall comply with Government Tort Claims Act (Section 900 et seq of the California Governm Code) for any claim or cause of action for money or damages prior to filing i lawsuit for breach of this agreement. Maintenance of Records. Contractor shall maintain and make available at no c to the City, upon request, records in accordance with Sections 1776 and 1812 Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does maintain the records at Contractor's principal place of business as specif above, Contractor shall so inform the City by certified letter accompanying return of this Contract. Contractor shall notify the City by certified mail of i change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing w Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier's check, or certified check n be substituted for any monies withheld by the City to secure performance oft contract for any obligation established by this contract. Any other security t is mutually agreed to by the Contractor and the City may be substituted monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purch order awarded by the City of Carlsbad, he will comply with the County of: Diego Affirmative Action Program adopted by the Board of Supervisors, includ all current amendments. Provisions Required by Law Deemed Inserted. Each and every provision of 1 and clause required by law to be inserted in this Contract shall be deemed to inserted herein and included herein, and if, through mistake or otherwise, i such provision is not inserted, or is not correctly inserted, then upon applicat of either party, the Contract shall forthwith be physically amended to make st insertion or correction. t 13. 14. 15. 16. b 17. 18. .... sa.. 9/13/91 R , acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies1, and that by his/her/ their signature(s1 on the instrument the person(s1, or the entity upon behalf of which the person(s) acted, executed the instrument. NCT4RY PUBLIC C41 FGRLflA PRINCIPAL OFFICE IY SF.% DIEGO COUlvTY I I I 1 I I Additional Provisions. Any additional provisions of this agreement are set for in the "General Provisions" or "Special Provisions" attached hereto and made part hereof. q 19. \ JC*T bN.54 ix<%'lt- ,*A<SL & +p+Gr A tlm &s,k NOTARIAL ACKNOWLEDGEMENT OF Contractor EXECUTION BY ALL SIGNATORIES MUST BE A'ITACHED (CORPORATE SEAL) --. -I Pnnt Name of Signatory . /-g-- I I' '4hc /</66T,,//2l I ? Signature of Signatory APPROVED TO AS TO FORM: 8 Pnnt Name of Signatory b WVCENT F. BIONDO, JR. City Attorney Signature of Signatory I By: I Title Deputy City Attorney I * L.Q.L- 1 I I ATTEST: I' I City Clerk i I 1) @ I 9/13/91 Re 2 LABOR AND MATERIALS BOND BOND NUMBER: 12011 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution Nc 92-5 , adopted January 7, 1992 , has awarded to Bade Construction Compan! PREMIUM INCLUDED 0 (hereinafter designated as the "Principal"), a Contract for: OAK AVENUE STREET IMPROVEMENTS GRAND AVENUE SIDEWALK AND HANDICAP RAMPS CONTRACT NO. 3731,3732,3739 in the City of Carlsbad, in strict conformity with the drawings and specifications, and othc Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad an all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tern thereof require the furnishing of a bond, providing that if Principal or any of the subcontractors shall fail to pay for any materials, provisions, provender or other supplic or teams used in, upon or about the performance of the work agreed to be done, or for ar work or labor done thereon of any kind, the Surety on this bond will pay the same to tk extent hereinafter set forth. NOW, THEREFORE, WE, Bade Construction Company ,i Principal, (hereinafter designated as the "Contractor"), and THE EXPLORER INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carlsbad in the sum ( sixty-one thousand, four hundred six and ninety-eight/lOO------ Dollars ($ 61,406.98 said sum being fifty percent (50%) of the estimated amount payable by the City ( Carlsbad under the terms of the Contract, for which payment well and truly to be made M bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly an severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/hc subcontractors fail to pay for any materials, provisions, provender, supplies, or teams USE in, upon, for, or about the performance of the work contracted to be done, or for any othc work or labor thereon of any kind, or for amounts due under the Unemployment Insuranc Code with respect to such work or labor, or for any amounts required to be deductec withheld, and paid over to the Employment Development Department from the wages ( employees of the contractor and subcontractors pursuant to Section 13020 of tk Unemployment Insurance Code with respect to such work and labor that the Surety wj pay for the same, not to exceed the sum specified in the bond, and, also, in case suit brought upon the bond, costs and reasonable expenses and fees, including reasonab attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 ( the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corporati01 entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencir with Section 3082). 0 e 9/13/91 Re @ s , 4 I , In the event that Contractor is an individual, it is agreed that the death of any SUI Contractor shall not exonerate the Surety from its obligations under this bond. Executed $y CONTRACTOR this '3 \ Executed by SURETY this 30TH day of day of Ny81/ 1992. JANUARY 9 1/99b/ 1992. r I- CONTRACTOR: SURETY: By: -A/>/> [f/& - LT p?)@l2 1 It I 1 BASILE CONSTRUCTION COMPANY THE EXPLORER INSURANCE COMPANY I (Name of Contractor) (Name of Surety) - /? /-- (sign here) ?e+e &\ev\ &%;\e INGRID ERIKA CROSBY, ATTORNEY-IN-FI (print name here) ME? (title and organization of signatory) printed name of Attorney-in-Fact 3 '\ J' - Kx3 i f2- Gfih*[~?~ (attach corporate resolution showi current power of attorney) By: (sign here) I, I 1 (print name here) 1 I (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only ( officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary un corporate seal empowering that officer to bind the corporation.) I I APPROVED AS TO FORM: I ', VINC F. BIONDO, JR. B- civL By: KAREN J. HIRATA 62 L Deputy City Attorney a t 9/13/91 R @ I State of California County of SAN DIEGO On 1 / 30 /9 2 before me, MICHELLE R. PINE, NOTARY PUBLIC , personally appeared INGRID ER1KA cRos,~e,son~ly known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WTTNESS my hand and official seal. (Seal) MICHELLE R. PINE basis of satisfactory evidence) to be the person(s) whose name(s) idare subscribed to the within instrument and acknowle~ged to me that he/she/they executed the same in his/her/their authorized caPaciv(ies). and that by his/her/ their signature(s) on the instrumentthe person(s), or the entity upon behalf of which the Person(s) acted, executed the instrument. S-1'260 (Rev. 8/91) THE EXPLORER INSURANCE COMPANY HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of e* POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE EXPLORER INSURANCE COMPANY, a Corporat authorized and existing under the laws of the State of Arizona and having its I ,office in the City of Son Diego, California, does hereby nominate, constitute and ( its true and lawful Attorney(s)-in-Fact, with full power and authority hereby coni .its name, ploce and stead, to execute, seal, acknowledge and deliver any and a1 undertakings. recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under an authority of the following Resolution adopted by the Board of Directors of THE INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 1% said Resolution has not been amended or rescinded and of which the following ir full, and complete copy: “RESOLVED: That the President or Secretory may from time to time appoint Attoi Fact to represent and act for and on behalf of the Company, and.either the Prer Secretary, the Board of Directors or Executive Committee may at any time rem Attorneys-in-Fact and revoke the Power of Attorney given him or her: and be it fur‘ RESOLVED: That the Attorney-in-Fact may be given full power to execute for ai name of and on behalf of the Company any and all bonds and undertakings as the bus the Company may require, and any such bonds or undertakings executed by any such 1 in-Fact shall be as binding upon the Company as if signed by the President and SE attested by the Secretary.” IN WITNESS WHEREOF, THE EXPLORER INSURANCE ,COMPANY has caused its official seal to unto affixed and these presents to be signed by its duly authorized officers this of December, 1988. THE EXPLORER INSURANCE COMPANY Larry D. Cogdill Brian M. Kawamoto Ingrid Erika Crosby .-. 0 SEAL- g President 3 9Qonp.8 z- .$.L k*db a STATE OF CALIFORNIA COUNTY OF SAN DIEGO ’’: On this 21st day of December, 1988 before the subscriber, a Notary Public of . of California, in and for the County of Son Diego, duly commissioned and qualif. ERNEST RADY. President of THE EXPLORER INSURANCE COMPANY, to me personally known t individual and officer described in and who executed the preceding instrument acknowledged the execution of the same, and being by me duly sworn, deposeth an that he is the said officer of the Corporation aforesaid, and that the seol affixt preceding instrument is the Corporote Seal of the said Corporation, . and that-- - Corporate Seal and his signature as such officer were duly affixed and subscF-ibc said instrument by the authority ond direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at of Son Diego. the day and year first above written. @ 4, $I,/ . k ,j R, +A/,. Notary Public -I STATE OF CALI COUNTY OF SA I, the undersigned, JAMES W. AUSTIN, 111, Secretary of THE EXPLORER INSURANCE COP hereby certify that the original POWER OF ATTORNEY, of which the foregoing is o fu and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, one off Corporate Seal of the Corporation, this 30TH day of JANUARY 1992 . THE EXPLORER INSURANCE COMPXIVY. e fJ) 5 ’$.,,,, SEAL- 6 z 00 MI* 1x3. &LLk -. ui cq* +i k*db Secretary -- r c PERFORMANCE BOND BOND NUMBER: 1201182 PREMIUM : $3,456.0( WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution N 92-5 , adopted Januarv 7, 1992 , has awarded to Bade Constructic Company , (hereinafter designated as the "Principal"), a Contract for e OAK AVENUE STREET IMPROVEMENTS GRAND AVENUE SIDEWALK AND HANDICAP RAMPS CONTRACT NO. 3731,3732, 3739 in the City of Carlsbad, in strict conformity with the contract, the drawings ar specifications, and other Contract Documents now on file in the Office of the City Clerk the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the ten thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, Bade Construction Company , as Principi (hereinafter designated as the "Contractor"), and THE EXPLORER INSURANCE COMPANY , Surety, are held and firmly bound unto the City of Carlsbad, in the sum of one hundrr twenty-two thousand, eight hundred thirteen and ninety-five/lOO--- Dollars ($1 22,813.9: said sum being equal to one hundred percent (100%) of the estimated amount of tl Contract, to be paid to City or its certain attorney, its successors and assigns; for whi payment, well and truly to be made, we bind ourselves, our heirs, executors ai administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contract( their heirs, executors, administrators, successors or assigns, shall in all things stand to ai abide by, and well and truly keep and perform the covenants, conditions, and agreemer in the Contract and any alteration thereof made as therein provided on their part, to kept and performed at the time and in the manner therein specified, and in all respec according to their true intent and meaning, and shall indemnify and save harmless the Ci of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligati( shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specifi therefor, there shall be included costs and reasonable expenses and fees, includi reasonable attorney's fees, incurred by the City in successfully enforcing such obligatic all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to t terms of the Contract, or to the work to be performed thereunder or the specificatic accompanying the same shall affect its obligations on this bond, and it does hereby waj notice of any change, extension of time, alterations or addition to the terms of t Contract, or to the work or to the specifications. @ 0 9/13/91 RI @ 8 In the event that Contractor is an individual, it is agreed that the death of any SI Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this day of ,/YWU 1992. JANUARY , 18$111 1992. Executed by SURETY this ~OTH day o CONTRACTOR: SURETY: BAS ILE CONSTRUCTION COMPANY THE EXPLORER INSURANCE COMPANY (Name of Contractor) (Name of Surety) F s -7L---- By: 7-4 &pk J!??\,~F&- (sign hire) INGRID ERIKA CROSBY, ATTORNEY- IN (print name here) printed name of Attorney-in-Fact (attach corporate resolution showj current power of attorney) 3 cGt?e--' -- LX>,\e ccl\S-\-"& (title and organization of signatory) By: (sign here) a (print name here) (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only c officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary unc corporate seal empowering that officer to bind the corporation.) 1, APPROVED AS TO FORM: VINCENT F. BIONDO, JR. City tto ey By: L 0.- -1 KAREN J. HIRATA Deputy City Attorney 9/13/91 RE a @ State of California County of SAN DIEGO On 1/ 30/9 2 before me, MICHELLE R. PINE, NOTARY PUBLIC , personally appeared INGRID ERIKA CROS~~ersonally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) idare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/thek sigature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. . (Sed) MICHELLE R. PINE basis Of satisfactoW evidence) to be the perSOn(S) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the Same in his/her/their authorized capacity(ies), and that by his/her/ their signature(s) On the instrwmntthe PerSOn(S), or the entity upon behalf of which the person(s) acted, executed the instrument. s-0260 (Rev. 8/91) THE EXPLORER INSURANCE COMPANY HOME OFFICE: SAN DIEGO. CALIFORNIA Certified Copy of 0 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE EXPLORER INSURANCE COMPANY, a Corpora authorized and existing under the laws of the State of Arizona and having its office in the City of Son Diego, California, does hereby nominate, constitute and its true and lawful Attorney(s)-in-Fact, with full power and authority hereby con1 its name, place and stead, to execute, seal, acknowledge and deliver any and a This Power of Attorney is granted and is signed and sealed by facsimile under or authority of the following Resolution odopted by the Board of Directors of THE INSURANCE COMPANY at a meeting duly called and held on the 22nd day of JULY, 791 said Resolution has not been amended or rescinded and of which the following i "RESOLVED: That the President or Secretary may from time to time appoint Atto Fact to represent and act for and on behalf of the Company, and either the Pre Secretary, the Board of Directors or Executive Committee may at any time renl Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it fur RESOLVED: That the Attorney-in-Fact may be given full power to execute for 01 name of and on behalf of the Company any and all bonds and undertakings as the bus the Company may require, and any such bonds or undertakings executed by any such in-Fact shall be as binding upon the Company as if signed by the President and sz attested by the Secretary." IN WITNESS WHEREOF, THE EXPLORER INSURANCE COMPANY has caused its official seal to unto affixed and these presents to be signed by its duly authorized officers this of December, 1988. THE EXPLORER INSURANCE COMPANV Larry D. Cogdill Brian M. Kawamoto Ingrid Erika Crosby . undertakings, recognizances or other written obligations in the nature themof. full, and complete copy: - &;o*Qpe%$2 . STATE OF CALIFORNIA 0 5 J4J %*,, kt+ 4% Q President L a COUNTY OF SAN DIEGO ": On this 21st day of December, 1988 before the subscriber, a Notary Public of of California, in and for the County of Son Diego, duly commissioned and qualif ERNEST RADY, President of THE EXPLORER INSURANCE COMPANY, to me personally known t individual and officer described in and who executed the preceding instrument acknowledged the execution of the same, and being by me duly sworn, deposeth ar that he is the said officer of the Corporation aforesaid, and that the seal affix preceding instrument is the Corporate Seal of the said Corporation, . and that- Corporate Seal and his signature as such officer were duly affixed and subscPib said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at of Son Diego, the day and year first above written. ;j4 $),f cs, / pj- 1 &I f7..t, . ,,, Notary Public -" STATE OF CAL COUNTY OF SA I, the undersigned, JAMES W. AUSTIN, 111, Secretary of THE EXPLORER INSURANCE Cor hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a fu and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and off Corporate Seal of the Corporatlon, this 3om day of JANUARY 1932 . THE EXPLORER INSURANCE COFlPANY e 0 SEAL- ,o -* a rs %o,, 34" .$ bl.?-c3 L49- 0dCxF-L 2.1 kd Secretary -- SAN DIEGO n Dj-ego CA 92108 PH: (619) 297-7111 Jill Tucker, Account Executive 615 Murray Canyon Road, Ske. 800 E CONSTRUCTION COMPANY San Diego CA 92126 SW?f OF IKSUFIAMCE CDWREhEMSEIE f3SiW : GLS449177 PREMISES/GPERNCNS PxmcTs/commo OPEMTI~S iN3EBENDiNT cewrP&c;c3s BROPD F3W P3OPERl3' DAUAGC PERSGKWL INJURY GPFVVGE L'AB1il-w ndorsement. ITY OF CARLSBAD Purchasing Dept. 1200 Carlsbad Village Drive a ' ~hk endorsement moaifia sua insuranct as ix atared b ttw pmntlclm af the wtiq rrkdnq tu tbs lolbiq: aYPRMMmE tMGUL UAEIUTI IHSnmcL MhWUF3ClRHERT MU CoNTXAmE WlUn IHSURIND , % En-uEX CITY OF CARLSBAD SURPLUS LINE BROKER AFFIDAWT Broker Namc: Willis Corroon Corp. of San Diego Address : 1615 Murray Canyon Road, #800 City/Srate/Zip: Date: Project Name: Nos. 37 31, 3732, & 3739 - Oak'Avenue Street Type of insurance: Access Ramps e San Diego CA 92108 1/29/92 Improvements, Grand Avenue Sidewalk, Handicap General Liability/Auto Liability I certdy that wi 1 li s Cor roon is the Broker of Record for Basile Constrl Company ("Contractor") who is required fo provide insurance under the specificatic of the above contract. I furrher certify that as Broker of Record for Contractor, I have contact he insurance companies listed below, all of whom meet the City's requirements included Resolution No. and all of whom have refused to wire the required policy due to t type of risk involved. Insurance Camel: Insurance Company of the West Name of Contact: Connie Niespodiany - Underwriter Ad cl r ess : Dare: 1/28/92 Reason for Refusal: Size of Operation Best's Raring A7 Listed by State Insurance Yes 10140 Campus Point Dr., San Diego CA 92121 -c e Commhioner (Yes/No) Insurance Carrier: CNA Group - Name of Contacr. Bob Keenan - Underwriter 1800 E. Imperial Rwy.; Brea CA 92621 1/28/92 Add;&: Date: Heason for Refusal: Length of time in Business Rcsr's Raring A+ 15 Listed by State Insurance Yes e Commissioner (Yes/No) - .- Insurance Camer: Maryland Casualty "me of Contact: Randy Gehres - Underwriter Address: 7676 Hazard Center Dr., #13.00, San Diego CA 92: 0 Date: -- 1/28/92 -- --- Reason for Refusal: Effective 1/1/92 they are no lonser writing Best's Rating A 10 Listed by State Insurance Yes Contractors Commissioner (Yes/No) Contractor is requesting that the City accept Scottsdale Ins ~ company who is B suvlu Line carrier having an A-:V or better rating in the most recent issue of Best's Rsting Guide anc who has an office within the State of California at the following address in order ro effect servicc of process Name of Surplus Line Camer: Scottsdale Insurance Cmy Address : 2650 Camino del Rio South, #308, c/o Burns & Wilcox 0 Ciry/Srate/zip: San Diego CA 92108 Address IO effvcr Service of Process within the State of California. P4amt.: See-.- Address: Ciry./St ate/Zip : 1 certify under Dated. Signed: 0 STATE CbM PS NSATl ON INSURANCE P.O. BOY 807, SAN FRANCISCO, CA 94101.0807 * FuN 0 CERTIFICATE OF WORKERS' COMPENSAPtBN INSURANCE JAWAPY 28, 1992 PCdCY NUMBER; 1 250840- 0 1 -0 1-93 CERTiFICATE EXPIRES: I- CITY w -m Am: 9UIU3ING nEPARPLl3T 2075 TAS PAINAS EIVE CARISBAD, CA 92009-4859 i This is to certify that we have issued a va!id Workerg' Corcpemat'on insurance pol:cy in a form approved by the Califari Insurance Commissioner to the ernplover nerned blow for the pol cy period indicated. This p01:cv 1s not subject to mnteiiation by the Fund except dpon ten days' advance written notice to the employer. ~FOF .. . ' give you TEN days' advapce. notice should this policy b~ cancelled prior to its normal expiration. e. i 5 cer:;ficate of insurance is not an insurance policy and does not amend, extend or alter the coverage affcrdea by 1 t. ctes listed herein. Notwithstanding any requirement, term, or condition of any contract or other document W respect to which this certificate of insurance may be issxd or may pertain, the imur8nce afforded by ?he polic described herein is subject to al! the terms, exclusions and sondit!ons of such poiicies. /94 Jo8: ViLOl?.T3RRTIOE PRES1 DEhT e EMPLOYER - I BPGXLS cmsmrxmm C~.PAYX 14635 M7EXlN STWET SAN DIECD, C11 92124 hR 0 L SCIF 10262 [REV. io-86) OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 0 This Escrow Agreement is made and entered into by and between the City of CarlsE whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinaf called Uty" and whc address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agI as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the opti to deposit securities with Escrow Agent as a substitute for retention earnir required to be withheld by City pursuant to the public works contract enter into between the City and Contractor for in t amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attached Exhibit "A". When Contractor deposits the securities as a substitute for Contri earnings, the Escrow Agent shall notify the City within ten (10) days of t deposit. The market value of the securities at the time of the substitution sh be at least equal to the cash amount then required to be withheld as retenti under the terms of the Contract between the City and Contractor. Securities sh be held in the name of City of Carlsbad and shall designate the Contractor as t beneficial owner. Prior to any disbursements, Escrow Agent shall verify that t present cumulative market value of all securities substituted is at least equal the cash amount of all cumulative retention under the terms of the Contract The City shall make progress payments to the Contractor for such funds whj otherwise would be withheld from progress payments pursuant to the Contri provisions, provided that the Escrow Agent holds securities in the form a amount specified above. Alternatively, the City may make payments directly to Escrow Agent in t amount of retention for the benefit of the City until such time as the escrc created hereunder is terminated. 0 2. 3. 9/13/91 Rc a @ Contractor shall be responsible for paying all fees for the expenses incurred Escrow Agent in administering the escrow account. These expenses any pap€ terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held escrow and all interest earned on that interest shall be for the sole account Contractor and shall be subject to withdrawal by Contractor at any time and fic time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in t Escrow Account only by written notice to Escrow Agent accompanied by writt authorization from City to the Escrow Agent that City consents to the withdrav of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default the Contractor. Upon seven (7) days written notice to the Escrow Agent frc the City of the default of the Contractor, the Escrow Agent shall immediate convert the securities to cash and shall distribute the cash as instructed by t: City. Upon receipt of written notification from the City certifying that the Contract has complied with all requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities and interest on deposit le escrow fees and charges of the Escrow Account. The escrow shall be closl immediately upon disbursement of all monies and securities on deposit ai payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and tl Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement ai the City and Contractor shall hold Escrow Agent harmless from Escrow Agen release and disbursement of the securities and interest as set forth in Sections thru 8 and 10. 0 4. 5. 6. 7. 8. 0 9. .... .... e... ...e e... .... 9/13/91 Re a QI 10. The names of the persons who are authorized to give written notices or receive written notice on behalf of the City and on behalf of Contractor connection with the foregoing, and exemplars of their respective signatures as follows: For City: Title 0 Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address 0 9/13/91 RI e @ At the time the Escrow Account is opened, the City and Contractor shall deliver to t Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper offict on the date first set forth above. 0 For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title 0 Name Signature Address 9/13/91 Rf a @ I I RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensati of whatever nature due the Contractor for all labor and materials furnished and for work performed on the above-referenced project for the period specified above with t exception of contract retention amounts and disputed claims specifically shown below RETENTION AMOUNT FOR THIS PERIOD: $ f I a R 1 1 DISPUTED CLAIMS 8 DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may ha- of whatever type or nature, for the period specified which is not shown as a retenti amount of a disputed claim on this form. This release and waiver has been ma voluntarily by Contractor without any fraud, duress or undue influence by any person b 1 entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, a work due Subcontractors for the specified period have been paid in full and that the part signing below on behalf of Contractor have express authority to execute this release. DATED: # I R I I I P I PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: By: Title: Title: 9/13/91 R @ 11 I SPECIAL PROVISIONS r. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUClTON t I 1-1 TERMS I I 1 I I I 1 I. I l 1 F 1 To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of simi import are used, it shall be understood that reference is made to the plans accompanyj these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used shall be understood that the direction, designation or selection of the Engineer is intend, unless stated otherwise. The word ''required'' and words of similar import shall understood to mean "as required to properly complete the work as required and approved by the City Engineer," unless stated otherwise. b c. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar imp are used, it shall be understood such words are followed by the expression "in the opini of the Engineer," unless otherwise stated. Where the words "approved," "approvi "acceptance," or words of similar import are used, it shall be understood that the appro of the Engineer is the meaning intended. I D. Perform and Provide: The word "perfom" shall be understood to mean that the Contractor, at her/his expen shall perform all operations, labor, tools and equipment, and further, including 1 furnishing and installing of materials that are indicated, specified or required to mean tl the Contractor, at her/his expense, shall furnish and install the work, complete in place a ready to use, including furnishing of necessary labor, materials, tools, equipment, a transportation. 9/13/91 R @ I I 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad Engineer - the City Engineer for the City of Carlsbad or his approved representative Project Manager - the City Engineer for the City of Carlsbad or his approved representat f I I I 1 I I I D 1 I I 1 P I I SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-4 CONTRACT BONDS Delete the third sentence of the first paragraph having to do with a surety being listed the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bo1 (Material and Labor Bond) shall be for not less than 50 percent of the contract price satisfy claims of material suppliers and of mechanics and laborers employed by contrac on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by 1 Contractor during the course of this project. Both bonds shall extend in full force a effect and be retained by the City for a period of one (1) year from the date of forn acceptance of the project by the City. Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide at least A:V and are authorized to conduct business in the state of California. 1 9/13/91 Rc @ I I 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The work shall be performed in accordance to the following documents: 1. 2. 3. t I Standard Specifications for Public Works Construction 1991 Edition. San Diego Area Regional Standard Drawings, current edition. City of Carlsbad Supplemental Standard Drawings as shown in the City Carlsbad's Standard Design Criteria approved 6/19/87. Construction plans consisting of 6 sheets designated as City of Carlsbad Drawi Nos. 319-7, 215-2, and 306-1A. State of California Department of Transportation Traffic Manual, Standard P1 and Standard Specifications, 1988 Editions; and the Manual of Traffic Contrc for Construction and Maintenance Work Zones, 1990 Edition. These project specifications supplied herein. 1 I I I I 1 I I li I 1 1 I 4. 5. 6. To Section 2-5.2, Precedence of Contract Documents, Replace with: If there is a conflict between different portions of the Contract Documents, then t instruction that is the more detailed, specific, or applicable to the work shall apply. If tl test does not resolve the conflict, then the following precedence order shall apply: 1. Change Orders and all revisions to the work issued by the City. 2. Plans 3. Specifications 4. Standard reference plans 5. Standard reference specifications To Section 2-5.3, Shop Drawings, add: The Contractor shall submit six (6) blueline or photocopied shop drawings for any itc requiring custom fabrication. I 9/13/91 Rc f 63 1 I I I I I I 8 I 1 1 I I I t I The Contractor shall schedule construction activities in such a way to allow the Citj period of up the thirty (30) days in which to review the first complete submittal oft shop drawings. If the City requires the Contractor to resubmit corrections to the init complete set of shop drawings, the City may take an additional fifteen (15) days in whi to review them. The Contractor shall receive no extension to the contract completion dz if the City completes its review of the shop drawings and returns them to the Contracf within the proscribed thirty (30) or fifteen (15) day review periods. To Section 2-5.4, Manufacturers' Submittals, add new section: The Contractor shall submit six (6) copies of the product brochures and catalogue she( for manufactured items. The manufacturer's product information shall be sufficien detailed as to allow the City to determine its suitability for the intended application a equivalence to the make and model specified in the Contract Documents. The Engh shall in all cases be the judge of whether the submitted item is functionally a aesthetically equal to the specified item. For bulk materials, the Contractor shall provide the location of the supply site and ti reports to demonstrate the material's conformance to SSPWC requirements. The source supply of any bulk material shall be approved by the Engineer prior to delivery to t jobsite. If, during the course of construction, the Engineer determines that the source supply does not furnish material of uniformly acceptable quality, the Contractor sh secure an alternative source. To Section 2-5, add: 2-5.5 Record Drawings: The Contractor shall provide and keep up-to-date a complete "as-built" record set, wh: shall be corrected daily and show every change from the original drawings a specifications and the exact "as-built" locations, sizes and kinds of equipment, all otl work not visible at surface grade. Prints for this purpose may be obtained from the Ci This set of drawings shall be kept on the job to be used as a recorded set and shall delivered to the Engineer upon completion of the work. To Subsection 2-6, Work to Be Done, add: The work to be done shall consist of furnishing all labor, equipment and materials, a performing all operations necessary to complete the project work as shown on the proj plans and as specified in the specifications. The Contractor shall perform all w( indicated on the plans. Payment shall be by the schedule of unit and lump sum bid pnl only; even if an item of work on the plans does not have a matching pay item. t I I 9/13/91 R @ I 1 I 1 1 I I 1 3 1 8 I I I To Section 2-6, Existing Conditions, add: Bidders shall be expected to visit the site prior to submitting a bid, and the action submitting such bid shall be accepted as an indication that the site has been visited a that the bidder is aware of the existing conditions and site constraints. The bid shall reflc the cost for performing all work shown in the plans and specifications. To Section 2-9, Surveying, revise as follows: Modify the first paragraph of Section 2-9.1, Permanent Survey Markers to read: The Contractor shall take necessary measures to ensure the preservation of sun monuments and bench marks. The Contractor shall not disturb permanent sun monuments or bench markers without the consent of the Engineer, and shall bear t expense of replacing any that are disturbed, including the costs related to filing of a recc of survey with the County Surveyor. Replacement shall be done by or under the directi of a licensed land surveyor or registered civil engineer in accordance with Section 8771 the California Business and Professions Code (Professional Land Surveyors Act). Delete Section 2-9.3, Survey Service and replace as follows: The Contractor shall employ a licensed land surveyor or registered civil engineer to perfo and be responsible for the accuracy of all surveying necessary for this project. TI includes any record search, construction staking, monument preservation, or filing of con records. The cost of surveying services shall be included within the prices paid 1 appropriate items of work. No separate payment will be made for this work. Add the following to Section 2-9.5, Line and Grade: Survey stakes shall be set and stationed by the Contractor‘s surveyor for curbs at ! intervals (2S9.intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, heade sewers, storm drains, and structures (4 corners min.). Rough grade as required to satir cut of fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown li base grade of streets as required by Engineer. Contractor shall provide Engineer with two (2) copies of survey cut sheets prior commencing construction of surveyed item. r I b I 9/13/91 Rc P @ 1 1 I I I I I I P I I I I 1 I 3-5 DISPUTED WORK To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance with t procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article I (commencing with Section 20104) which is set forth below: t 1 ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS 5 20104. Application of article; inclusion of article in plans and specifications (a) (1) This article applies to all public works claims of three hundred seventy-f thousand dollars ($375,000) or less which arise between a contractor and a local agenl (2) This article shall not apply to any claims resulting from a contract between contractor and a public agency when the public agency has elected to resolve any dispu pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work! has the same meaning as in Sections 3100 and 3106 of the Ci Code, except that "public work" does not include any work or improvement contracted by the state or the Regents of the University of California. b (2) "Claim" means a separate demand by the contractor for (A) a time extension, ( payment of money or damages arising from work done by or on behalf of the contrac pursuant to the contract for a public work and payment of which is not otherwise expres provided for or the claimant is not otherwise entitled to, or (C) an amount the pap( of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 9/13/91 R P QI I 8 8 8 I I I I 5 20104.2. Claims; requirements For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate claim. Claims must be filed on or before the date of final payment. Nothing in t subdivision is intended to extend the time limit or supersede notice requirements othem provided by contract for the filing of claims. r I (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency st respond in writing to any written claim within 45 days of receipt of the claim, or n request, in writing, within 30 days of receipt of the claim, any additional documentat supporting the claim or relating to defenses or claims the local agency may have agai the claimant. (2) If additional information is thereafter required, it shall be requested and provid pursuant to this subdivision, upon mutual agreement of the local agency and the claima (3) The local agency’s written response to the claim, as further documented, shall submitted to the claimant within 15 days after receipt of the further documentation within a period of time no greater than that taken by the claimant in producing 1 additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to th hundred seventy-five thousand dollars ($375,000), the local agency shall respond writing to all written claims within 60 days of receipt of the claim, or may request, writing, within 30 days of receipt of the claim, any additional documentation supporti the claim or relating to defenses or claims the local agency may have against the claima (2) If additional information is thereafter required, it shall be requested and provic pursuant to this subdivision, upon mutual agreement of the local agency and the claima (3) The local agency’s written response to the claim, as further documented, shall submitted to the claimant within 30 days after receipt of the further documentation, within a period of time no greater than that taken by the claimant in producing t additional information or requested documentation, whichever is greater. b I I 1 I I I P I (d) If the claimant disputes the local agency’s written response, or the local agency fa to respond within the time prescribed, the claimant may so notify the local agency, writing, either within 15 days of receipt of the local agency’s response or within 15 dz of the local agency’s failure to respond within the time prescribed, respectively, a demand an informal conference to meet and confer for settlement of the issues in disput 9/13/91 Rc @ I I I 1 I U 1 I I I U m I I I P B Upon a demand, the local agency shall schedule a meet and confer conference within days for settlement of the dispute. (e) If following the meet and confer conference the claim or any portion remains dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Sect; 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 the Government Code. For purposes of those provisions, the running of the period of ti within which a claim must be filed shall be tolled from the time the claimant submits or her written claim pursuant to subdivision (a) until the time the claim is deni including any period of time utilized by the meet and confer conference. 5 20104.4. Procedures for ad actions filed to resolve claims t The following procedures are established for all civil actions filed to resolve claims subj to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or respons pleadings, the court shall submit the matter to nonbinding mediation unless waived mutual stipulation of both parties. The mediation process shall provide for the select: within 15 days by both parties of a disinterested third person as mediator, shall commenced within 30 days of the submittal, and shall be concluded within 15 days fri the commencement of the mediation unless a time requirement is extended upon a gc cause showing to the court. b (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitrat: pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The C Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Tit1 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under t subdivision consistent with the rules pertaining to judicial arbitration. (2) In addition to Chapter 2.5 (commencingwith Section 1141.10) of Title 3 of Par of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced construction law, and (B) any party appealing an arbitration award who does not obt a more favorable judgment shall, in addition to payment of costs and fees under t chapter, also pay the attorney’s fees on appeal of the other party. 9 20104.6. Payment by local agency of undisputed portion of claim; interest on arbitration award or judgment (a) No local agency shall fail to pay money as to any portion of a claim whicE undisputed except as otherwise provided in the contract. 9/13/91 R @ II I m I I I I c (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the le: rate on any arbitration award or judgment. The interest shall begin to accrue on the di the suit is filed in a court of law. 5 20104.8. t Duration of article; application of article to contracts between Jan 1,19 and Jan. 1, 1994 (a) This article shall remain in effect only until January 1, 1994, and as of that date repealed, unless a later enacted statute, which is enacted before January 1, 1994, dele or extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into betwe January 1, 1991, and January 1, 1994, which is subject to this article shall incorporate t article. To that end, these contracts shall be subject to this article even if this article repealed pursuant to subdivision (a). 4-1 MATERIALS AND WORKMANSHIP I To Section 4-1.4, Test of Materials, add: The Contractor shall deliver material samples to the Inspector, and shall notify i Inspector at least 48 hours in advance of any required field tests. The City shall schedi and obtain field and laboratory tests as it requires. These tests include, but are not limit to, soil, aggregate base, and asphalt field compaction tests; concrete compressive streng and agricultural testing for plant top soil. The City shall pay for all conforming tests. 1 Contractor shall reimburse the City for the cost of repeated tests that fail to meet 1 quality or performance standard specified by the contract documents. To Section 4-2, Project Warranty, add: The Contractor shall warrant all work against defects in materials and workmanship a period of one (1) year after project acceptance by the City. This warranty shall be addition to any concurrent warranties required from manufacturers or subcontractor. To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representati The Engineer shall have free access to any or all parts of work at any time. Contrac shall furnish Engineer with such information as may be necessary to keep her/him fu informed regarding progress and manner of work and character of materials. Inspecti of work shall not relieve Contractor from any obligation to fulfill this Contract. @ I I n I 1 I P I 9/13/91 R1 @ I I I I I I I I I I I m 1 1 I 1) 1 Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of test materials and/or workmanship where the results of such tests meet or exceed requirements indicated in the Standard Specifications and the Special Provisions. The c of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall approved by him before the delivery is started. All materials proposed for use may inspected or tested at any time during their preparation and use. If, after trial, it is foL that sources of supply which have been approved do not furnish a uniform product, o the product from any source proves unacceptable at any time, the Contractor shall furn approved material from other approved sources. After improper storage, handling or i other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans i the SSPWC. Compaction tests may be made by the City and all costs for tests that m or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engine The costs of any retests made necessary by noncompliance with the specifications shall borne by the Contractor. Add the following section: 4-1.7 Nonconforminn Work The contractor shall remove and replace any work not conforming to the plans specifications upon written order by the Engineer. Any cost caused by reason of t nonconforming work shall be borne by the Contractor. ? b 5-7 GENERAL Utilities for the purpose of these specifications shall be considered as including, but I limited to, pipe line, conduits, transmission lines, and appurtenances of "Public Utiliti (as defined in the Public Utilities Act of the State of California) or individually solely their own use or for use of their tenants, and storm drains, sanitary sewer, a streetlighting. The City of Carlsbad and affected utility companies have, by a search known records, endeavored to locate and indicate on the plans all utilities which er within the limits of the work. However, the accuracy or completeness of the utilit indicated on the plans is not guaranteed. Service connections to adjacent property may may not be shown on the plans. It shall be the responsibility of the Contractor determine the exact location and elevation of all utilities and their service connectio 9/13/91 Ri @ I 1 The Contractor shall make his/her own investigation as to the location, type, kind material, age and condition of existing utilities and their appurtenances and sew connections which may be affected by the contract work, and in addition he/she sh notify the City as to any utility, appurtenances, and service connections located which k been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance excavating around any of the structures. At the completion of the contract work, 1 Contractor shall leave all utilities and appurtenances in a condition satisfactory to 1 owners and the City. In the event of damage to any utility, the Contractor shall notify 1 owner of the utility immediately. It is the responsibility of the Contractor to compens for utility damages. The temporary or permanent relocation or alternation of utilities, including sew connections, desired by the Contractor for his/her own convenience shall be 1 Contractor's own responsibility, and he/she shall make all arrangements regarding SI work at no cost to the City. If delays occur due to utilities relocations which were 1 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 relocate utilities which interfere with the construction, the Contractor, upon request to 1 City, may be permitted to temporarily omit the portion of work affected by the utility. 1 portion thus omitted shall be constructed by the Contractor immediately following 1 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 incluc in the price bid for various items of work and no additional payment will be made. fees, work orders and charges associated with work and inspection to be done by the uti1 companies will be paid by the City of Carlsbad. It is the Contractor's responsibility to coordinate and provide for the disconnection of utility service lines and to investigate and verify that those lines have been prope disconnected when necessary for the project construction. The Contractor is advised tl all necessary coordination required by the serving utility shall be included within i appropriate items of bid and no additional compensation will be allowed therefore. t II I I I 1 1 I 1 I I I P u b I 6-1 CONSTRUCTlON SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor for approval per requirements of this Section at the time of the preconstruction conference. No chan; shall be made to the construction schedule without the prior written approval of 1 9/13/91 R e? 1 1 II I I I I I U 1 1 I I I Ip I Engineer. Any progress payments made after the scheduled completion date shall r constitute a waiver of this paragraph or any damages. It is the responsibility of the Contractor to know the time required for varic manufacturers to deliver their respective products or materials. The Contractor shall orc products and materials sufficiently ahead of time so that they will be on site by t scheduled installation date. The Contractor will not be allowed extensions on the projc schedule due to delays caused by his/her failure to order products or materials in a timc manner. A construction schedule is to be submitted by the Contractor per the following: r 1. The prime contractor is required to prepare in advance and submit at t time of the project preconstruction meeting a detailed schedule using t critical path method (CPM) or in an alternative Gantt or bar chart form This schedule is subject to the review and approval of the City. The schedule shall show a complete sequence of construction activitil identifylng work for the complete project in addition to work requiri separate stages, as well as any other logically grouped activities. T schedule shall indicate the early and late start, early and late finish, 5C and 90% completion, and any other major construction milestonc materials and equipment manufacture and delivery, logic ties, float datc and duration. The prime contractor shall revise and resubmit for approval the schedule required by City when progress is not in compliance with the origir schedule. The prime contractor shall submit revised project schedules wj each and every application for monthly progress payment identifyl changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for ea item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise t aforementioned schedule(s) shall enable City, at its sole election, withhold up to 10% of the monthly progress payment otherwise due a payable to the contractor until the schedule has been submitted by t prime contractor and approved by City as to completeness and conforman 2. b 3. 4. 5. I with the aforementioned provisions. 9/13/91 Rc @ I I 6-7 TIME OF COMPLETION The Contractor shall begin work within fourteen (14) calendar days after receipt of 1 "Notice to Proceed" and shall diligently prosecute the work to completion within sixty (t consecutive working days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. s sunset, from Mondays through Fridays. The Contractor shall obtain the approval of 1 Engineer if he/she desires to work outside the hours stated herein. Contractor may work during Saturdays and holidays only with the written permission the Engineer. This written permission must be obtained at least forty-eight (48) ho prior to such work and the Contractor shall pay the overtime differential of the inspect. costs. 6-8 COMPLETION AND ACCEPTANCE r I I I I I I I I I 1 1 I) I Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completic and any faulty work or materials discovered during the guarantee period shall be repaii or replaced by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the Contractor will be assessed the sum of $200 per ( for each working day beyond the completion date as liquidated damages for the delay. f progress payments made after the specified completion date shall not constitute a wai of this paragraph or of any damages. Liquidated damages may be withheld from Contractor's progress payment of retention money at the discretion of the City. C I I 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guidc at least A:V and are authorized to conduct business in the state of California. 9/13/91 R 63 I I 1 I I I I b 1 1 I I P 1 74 WORKERS’ COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide at least A:V and are authorized to conduct business in the state of California. r I 7-5 PERMUS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-w grading, and building permits necessary to perform work for this contract on City proper in streets, highways (except State highway right-of-way), railways or other rights-of-w Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 7-8 PROJECT AND SlTE MAINTENANCE To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working di I at the City‘s request. To Section 7-8.5, add: The Contractor shall obtain a construction meter for water used in performing t contract. The Contractor shall pay the standard charge for a construction meter at the C Finance Department and include its cost within the bid price. No separate payment construction water will be made. I To Section 7-8, add: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muffl in good repair when in use on the project with special attention to City Noise Cont Ordinance No. 31 09, Carlsbad Municipal Code, Chapter 8.48. 1 9/13/91 R QI I 8 I I I I I I b 1 8 I D I I 7-10 PUBLIC CONVENIENCE AND SAFETY To Section 7-10.1, Traffic and Access, add: Contractor shall work within project limits as noted on the drawings and shall, other th trucks or equipment leaving or entering the site, do nothing to interfere with traffic flc on adjacent streets. The Contractor shall provide flagmen as may be necessary to faciliti trucks or other equipment leaving or entering the site. Barricading and traffic interrupti shall be coordinated with the Agency. The Contractor shall provide barriers, guards, ligh signs and flagpersons, as required, advising the public of construction zones. The Contractor shall use signs, delineators, bamcades, etc., as per the latest State California "Manual of Traffic Controls for Construction and Maintenance Work Zones", a stamped with the owner's name. All bamcades used at night shall be equipped w properly operating flashing or steady-bum lights. The Contractor shall notify the City at least two (2) normal working days in advance any lane blockages or street closures or implementing any construction detour. Appro7 is at the City's discretion. maintained during construction. The Contractor shall notify the owner or occupant (if not owner occupied) in writing the closure of the driveways to be closed at least three (3) working days prior to 1 closure. The Contractor shall minimize the inconvenience and minimize the time perj that the driveways will be closed. The Contractor shall fully explain to 1 owner/occupant how long the work will take and when closure is to start. The Contractor shall maintain, whether shown on the plan or not, all existing traj control signs or signals in their proper location on temporary mounting supports UI permanent signs or signals are restored. In non-emergency situations, the Contractor shall backfill trenches and restore roadway safe night traffic usage. No open trenches shall be allowed overnight unless prior appro. is received from the Engineer. Steel plating or portable concrete barrier (K-rail) may required when trenching cannot be secured overnight by backfilling. "Open trencht si2 shall be placed adjacent to any moving traffic lane at 100 feet intervals when excavati is in progress. Contractor shall supply steel plating or K-rail where required by the Age1 at open excavations. If parking must be restricted during construction, the Contractor shall post tow-away/ parking signs twenty-four (24) hours in advance after receiving approval from 1 Engineer. The signs shall contain days/hours information and be posted so as to reasonably seen by the public. r For this project, the Ciw requires two-way traffic to I 9/13/91 R QI ? I I I I I I 1 I I I I I I P I The Contractor shall assume sole and complete responsibility for the job site conditic during the course of the construction of this project. including safety of all persons a property. This requirement shall apply continually and not be limited to normal work hours, and that the Contractor shall defend, indemnify, and hold the City harmless fk any and all liability real or alleged, in connection with the performance of work on t project e Any deviations from the aforementioned traffic requirements or the approved traffic cont plans shall be approved by the Engineer. The Contractor shall submit three (3) copies any modified traffic control plans to the Project Inspector for review by the Agency approval at least forty-eight (48) hours prior to construction needs. All costs for maintaining traffic shall be included in the lump sum price for traffic cont in the bid proposal. The lump sum price bid shall include full compensation for furnishj all labor, materials, tools and equipment and doing all work required for traffic contr These costs include all costs for traffic control devices which may be required by the C for public convenience and the directing of traffic. 7-10.4 Public Safetv To Section 7-10.4.1, Safety Orders, add: The Contractor shall take all necessary precautions for the safety of employees on the w( and shall comply with all applicable provisions of Federal, State and Municipal safety la and building codes to prevent accidents or injury to persons on, about, or adjacent to 1 premises where the work is being performed. He/she shall erect and properly maintain all times, as required by the conditions and progress of the work, all necessary safegua for the protection of workers and public, and shall use danger signs warning agai hazards created by such features of construction as protruding nails, and rebar. t I b I SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT To Section 9-3.1, General, add: Concrete and base bulk materials delivered to the site shall be accompanied by a we master's certificate listing the weight or volume, and the mix design or SSP1 identification. Bulk material used on the job without correct weight/volume and mate] identification certificates will not be paid by the City. I 9/13/91 R @ I I P 1 I I I I I 1 I I I I 1 P I Modify Section 9-3.2, Partial and Final Payment as follows: Delete the second sentence of the third paragraph referring to reduction in the arnounl retention. t 1, 9/13/91 R Ca I 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCIION MATERIALS I I I 1 I I THIS SECTION SHALL CONFORM TO PART 2 OF THE STANDARD SPECIFICATIONS F( PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGES AND/( ADDITIONS : t SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS 200-1.1 General, add: Alternate Rock Material - Type S conforming to the provisions of Section 400 of I Standard Specifications may be used on the work. 1 200-2 UNTREATED BASE MATERIALS 200-2.1 General, modify as follows: Aggregate base shall be Class 2 per Section 26-1.02B of the Standard Specificatio January, 1988, State of California, Department of Transportation. SECTION 201 - CONCRETE. MORTAR AND RELATED MATERIALS ' I 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class, modify as follows: Portland cement concrete within the public right-of-way shall be 560-C-3250 wit1 maximum slump of four (4) inches. SECTION 211 SOILS AND AGGREGATE TESTS I I I I I 1) I 1 211-2 COMPACTION TESTS 21 1-2.3 Relative Compaction, add: Compaction tests may be made by the City and all costs for tests that meet or exceed requirements of the specifications shall be borne by the City. Said tests may be made any place along the work as deemed necessary by the Engineer. The costs of any rete made necessary by non-compliance with the specifications shall be borne by the Contract The Contractor shall give forty-eight (48) hours advance notice to the Engineer prior commencement of work requiring soil testing. 9/13/91 R @ 1 SECIION 212 LANDSCAPE AND IRRIGATION MATERlALS I I 6 I I I f 212-1 LANDSCAPEMATERIALS 21 2-1.2 Soil Fertilizing and Conditioning Materials 212-1.2.3 Commercial Fertilizer, add: Pre-plant fertilizer shall be granular commercial fertilizer 1-1 0-1 0 or approved eqi Planting tablets shall be compressed fertilizer tablets (20-10-S), in 21 gram sizes. 212-1.2.4 Organic Soil Amendment, add: Organic soil amendment shall be derived from wood with the following properties: It SI be a wood residual product derived from the bark of pine, white fir/and red fir, cec shavings or redwood shavings. Amendment upon analysis shall contain at least 0. nitrogen (on a dry weight basis) with an ash content not to exceed 10%. A comer( grade product shall be used. Contractor shall supply City Engineer or his appoin representative with a sample of the proposed amendment accompanied by laboratc analytical analysis. Soil conditioner shall contain a special blend of organic fractions to supply several degr of breakdown rate which lasts up to 10 years in the soil, a portion of inorganic amendmi that resists further breakdown PH of 5.5 to 6.5, salinity (EC8 x 103 AT 25" C) at 2 organic matter (dry weight basis) more than 9Ooh, non-ionin wetting agent and tc nitrogen (organic or ammoniac) content of 0.5%. Soil conditioner shall be Wil-gro L Laomex, Forest Humas or an approved equal. 212-1.4 Plants: 212-1.4.1 General, add: The Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, M proportioned plants are the intent of this specification. Plants which are even moderat "overgrown" or are showing signs of decline or lack of vigor are subject to the rejectit The size of the plants will correspond with that normally expected for species and vari of commercially available nursery stock, or as specified in the special conditions drawings. Plants larger in size than specified may be used with the approval of Engineer, but the use of larger plants will make no change in contract price. If the USE larger plants is approved, the ball of earth and spread of roots for each plant shall 1 1, U I I I I I P I I increased proportionately. 9/13/91 R @ 1 I I 1E i I 1 Rejection and substitution: All plants not conforming to the requirements herein specifi shall be considered defective and such plants, whether in place or not, shall be marked rejected and immediately removed from the site and replaced with new plants by 1 Contractor at his expense. ManufactureJs catalogue sheets shall be submitted for fertilizer tablets and planting s mix. A photo of the nursey stock shall also be submitted prior to delivery. No mater shall be delivered to the job site until the Contractor has obtained approval of the mater and source of supply. 212-1.5 Headers, Stakes, Ties, and Grates: 212-1.5.3 Tree Stakes, add: Tree stakes shall be two (2) inch diameter lodgepole pine of lengths required, pointed end. Tree ties shall be commercially manufactured ties made from black tire casings, c to a minimum ten (10) inch length and held in place by 12-gauge galvanized wire; or ST plastic hose with a minimum length of twenty (20) inches. Split plastic hose ties to equal to "Cinch-Tie" by V.I.T. The Contractor shall install an iron tree grate obtained from the stock yard located in t vehicle maintenance facility at the City Safety Center. Contractor shall deliver the gr; after removing rust and scale and repainting it with a flat black exterior enamel. The gr; shall be installed around the queen palm behind the Grand Avenue sidewalk. Pavemc will be by Bid Item No. 34. r m b t I I I 1 I I P I 9/13/91 Rt @ 1 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS I 1 E I T 1. t I MATERIALS I c 1 I li THIS SECTION SHALL CONFORM TO PART 3 OF THE STANDARD SPECIFICATIONS F( PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CHANGES AND/( ADDITIONS: SECTION 300 EARTHWORK 300-1.1 Clearinn and Grubbing Clearing and grubbing shall include demolition, removal, relocation, replanting, or salva work not specifically identified by a separate bid item but shown on the plans or requir for completion of the bid items included in the contract. Payment for asphalt and concrf removals will be by their respective unit bid item. ? 1 300-1.4 Payment, add: Payment for all work required by Section 300-1 of the specifications and these Spec Provisions shall be included in the lump sum price bid for clearing and grubbing, and additional compensation will be allowed therefore. b SECTION 300-2 UNCLASSIFIED EXCAVATION, add: Unclassified excavation shall also include salvaging clean excavated material and filli areas to the required grade and cross-section as necessary and directed by the Inspecto Unclassified excavation shall be measured measured according to its in-place volume pr; to excavation. Truck counts are not acceptable. All excavation measurements a calcutions are subject to verification and approval of the Inspector. SECTION 301 TREATED SOILS. SUBGRADE PREPARATION AND PLACEMENT OF BA E 301-1 Submade Preparation 301-1.2 Preparation of Subnrade, modify as follows: Scarifying, cultivating and recompaction of subgrade materials shall be required to minimum depth of twelve (12) inches below finished grade. 301-1.3 Relative Compaction, modify as follows: All subgrade materials within twelve (12) inches of finished grade shall be compacted a relative compaction of 95 percent. 9/13/91 Rt P @ 1 SECTION 302 ROADWAY SURFACING 302-5 Asphalt Concrete Pavement 302-5.1 General, revise as follows: Asphalt concrete shall be C2-AR4000 conforming to the requirements of the SSPWC. 302-5.3 Prime Coat, add: A prime coat shall not be required. 302-5.6 Rolling 1 I II 8 ? I 302-5.6.1 General, add: 1 Vibrating rollers shall be limited to breakdown, unless otherwise approved by the Engine A pneumatic-tired roller shall follow initial breakdown rolling. 302-8 Seal Coat for Miscellaneous Areas 302-8.2 Application 302-8.2.1 General, add: New and existing asphalt pavement within the project limits along Oak Avenue and delineated by the Inspector shall receive a seal coat in conformance with th specifications. The seal coat shall consist of a coat of asphaltic emulsion and a cover coat of aspha emulsion and a cover coat of sand. The asphaltic emulsion shall be mixing Q conforming to Section 203-3, "Emulsion Asphalt." Sand shall be clean and dry. Immediately before applying asphaltic emulsion, the surface to be seal-coated shall thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be appl when the street is overly wet or when the atmospheric temperature is below 50 degr Fahrenheit. The asphaltic emulsion shall be applied by use of a power spraying device that unifon applies the emulsion to the surfacing at a rate of 0.1 to 0.15 gallon per square yard. c distributor spray bar shall be equipped with asphaltic emulsion-type spray jets. CUI gutters, and other adjoining improvements shall be carefully protected from the emulsi and any such improvements spattered or touched with emulsion shall be carefully clean I t I I 1E t C I P B b 9/13/91 R @ 1 Immediately after the application of asphaltic emulsion, a cover coat of sand shall spread at the rate of 6 to 12 pounds per square yard. After the sand has been spread, a piles, ridges, or uneven distribution shall be broomed to maintain an even layer over t surface. Five days after the seal coat has been applied, the surface shall again be broom and any excess sand shall be picked up and removed from the job. SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-1.3 Forms, Change SSPWC requirements to: Form plywood shall be at least .5" nominal thickness and shall be completely straight a free from all visible bends or bows. Form material must be approved by the Inspector pr to construction, and may be rejected if unsatisfactory. The Contractor must schedi concrete pours to allow inspection of the completed formwork before pouring. If t approved formwork installation nevertheless bulges, bows, or slips out under the we& of the concrete, the Contractor is responsible for replacing the work. SECTION 304 METAL, FABRICATION AND CONSTRUCTlON 304-3 Chain Link Fence 304-3.1 General, add: Undamaged chain-link fence materials and gates salvaged from clearing and grubbi operations and meeting the requirements of Subsection 206-6 may be used upon appro' of the Engineer. Otherwise, supply new mesh and rails to match the height of the remov fence. Pole footings must be replaced. 304-3.4 Measurement and Payment, revise as follows: Gates shall be considered as included in the Contract Unit Price per linear foot of chain-li fence and no additional compensation will be allowed therefore. SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATlON 308-4 PWUVTING 308-4.1 General, add: Actual planting shall be performed during those periods when weather and soil conditic are suitable and in accordance with locally accepted horticultural practice and after t irrigation system is complete, as approved by the Engineer. No planting shall be done any area until it has been satisfactorily prepared in accordance with these specificatio. Soil moisture level prior to planting shall be no less than 75% of field capacity. T determination of adequate soil moisture for planting shall be the sole judgement of th ! 1. II I 1 t t m b B 1 I I 1 c 1E I? w @ 9/13/91 RI 1 ( Engineer and his decision shall be final. The Contractor shall obtain approval of planth pits before planting operations shall begin. insufficient for planting, all planting pits shall be filled with water and allowed to dra before starting planting operations. No more plants shall be distributed in the plantii area on any day than can be planted and watered on that day. All plants shall be planted and watered as herein specified immediately after removal oft containers. Containers shall not be cut prior to pit preparation and the plants shall planted immediately thereafter. 308-4.2 Protection and Storage, add: Any plant determined by the Engineer to be wilted, broken or otherwise damaged shall rejected at any time during the project whether in the ground or not. 308-6 MAINTENANCE AND PL.ANT ESTABLISHMENT, add: The Contractor shall plant the trees at least thirty (30) days prior to final projc acceptance so that the specimens will established before the City accepts them. During t time the trees are planted and until the City's acceptance, the Contractor shall water, ra2 weed, maintain tree stakes, cultivate, and keep the trees healthy and free from disease a pests. The Contractor shall also water and maintain shrubs replanted during clearing a. grubbing. Any planted area that is outside the work zone or marked on the drawings as "protect place" that is damaged by construction shall be repaired by the Contractor within thii (30) days. Repair shall consist of bringing the damaged area back to final grac replanting the area with the same vegetation as originally specified, and maintaining t area to achieve acceptable plant establishment. The cost of protection and maintenan shall be include within the unit price of the trees. Any tree found to be dead, missing or in poor condition during the establishment peric shall be replaced immediately. The Engineer shall be the sole judge as to the condition the contractor-supplied trees. Trees found to be dead or in poor conditions within t guarantee period shall be replaced by the Contractor at his expense within fifteen (1 days. Replacements shall be made to the same specifications required for the origir plantings. Contractor shall call for a final inspection. Failure to pass inspection will result in extension of the establishment period for such period as the Engineer deems necessary If the soil moisture level is found to t II 1 I 1 1 I t s 1 I I 1 u @ t b 1 P 9/13/91 Rc 1 B APPENDIX A STANDARD DRAWINGS The following Standard Drawings are a part of the project drawings and are included reference: SAN DIEGO REGIONAL STANDARD DRAWINGS t I 1 I 1 I 1 1, I I I I I 1 1 tp C-7 General Notes for Masonry Retaining Walls C-8 Details for Masonry Retaining Wall D-30 Straight Headwall - Type A (Circular Pipe) D-60 Pipe Bedding and Trench Backfill for Storm Drains D-61 Rounded Pipe Ends in Drainage Structures G-1 Curb and Gutter, Separate G-2 Curb and Gutter, Combined G-7 Sidewalk - Typical Sections G-9 Sidewalk Joint Locations G-10 Concrete Joint Details G-12 Cross Gutter G-14 Concrete Driveways G-17 Alley Apron G-25 Trench Resurfacing Types C & D G-29 Pedestrian Ramp, Type C G-31 Pedestrian Ramp, Type D G-32 General Notes for Pedestrian Ramp L-1 Tree and Shrub Planting L-2 Tree Staking M-5 Chain Link Gate M-6 Chain Link Fence M-9 Guard Post and Bamcade M-19 Fire Hydrant Markers M-20 Chain Link Fence Details S-7 Concrete Encasement II CALIFORNIA DEPARTMENT OF TRANSPORTATION N8-B Wheel Chair Ramp Detail No. 1, Case E T-13 Traffic Control System for Lane Closure on Two Lane Conventional Highw The Contractor must submit his own traffic control plan that is specially adap to this project and maintains access and traffic control for side streets. Concrete thickness shall not be less than what is identified on the plans or items. Concrete mix used shall contain six sacks of portland cement per cu yard per Section 201-1.1.2, regardless of what the above standard drawings n say. NOTE: NOTE: 9/13/91 R ? i n I I I 1 I I I 8 I I li I r b DESIGN CONOITIONS: INSPECTIONS: Walk an to b u$8d for the IOrcting conditiorn &own for uch type dl. Deign H shall not br excarded. Footing ky is requid axcapt 81 shorn othmwise or whm found unnrcrrrry by the Engineer. Spwirl footing ddgn is mquind when foundation mantid h uncapable of suppaning toe pnrarn lM in table. DESIGN OATA Wall Types 18. 48, 58 and 6): Reinforud Concna: Call for inrpraiorn I follows: A. When the footing ha been formed. with the SI meanly in find porition. and is ready for the tu br ptd Whom dunout hola am not provided: (1) Aftn the blab hm barn laid up to a I 4', w full height for wdk up to 5'. with plrcl but bofon the gmt is pound, and Fi = 20,000 psi n = 10 (2) Ah the first lift u properly grouted, thc ham ka lrid up to thr top of tha wall rtrd tbd rrunly in plm but befon the lift ia gmubd El. Fc = 1200 pi PC = mopti Reinforad Yronry: F'm = ww)pd Fm = 200pti R =2o*oOopsi n 150 Whom claaout hola are provided: Earth = 120 pd an Equivdmt Fluid Pmn = 36 psf per foot of height Wdk thorn for 1W:l unlimited doping ntrrh8fy an designed in rcordrnm with Aftn the blocks hm been laid up m the the dl, with the stad tied securely in pl. Aftw grouting is cornplat, and afta rock or ru drains am in pl+l but brfon ewth brckfill k I Find impaction whm 1 work hr bmn compla Ranltline's formula for unlimited doping turzharge with befm goutinq 86=3? 421 C. REiNfORCEMENT' InMmrdbta pnde. hud gradd. or nil rad drformation shall conform to ASTM A615 A616. A617. Ears shall Iq 40 dkmrtm, rrhrn spliod. unl- othwim shown on the ptrnr Elemis MI conform to thr Muud of Standard Mi, A.C.I. Winq for hooks u four dinntcn All bu embedmmtr n der dmmm to ouaidr of bu. SQICing for parallel bus is cmtw to onol of brr MASONRY: All ninfomd msonry mining Wak dull br CUWNC~S~ of rqulu or light mipht mdrd units conforming to the "Stmdud Sprifiutionr for Publk Work Cometion." JOINTS: VIltiul tmtrd joins &dl be plrcrd at 32 foot immb maimurn Join8 rhrll be ddgmi to mist duu and mt#r lrod )oca rrhiie pmiuing lonprmdd mOnmtnf Velcid apraim joins &dl L plrrd n 96 foot imr- VJ, muimm CONCRETE: Footing COIURW shall be 560-C-3250, using B aqgrqan when placing condition permit 8ACKFl LL: No backfill matwisl Ball be pld against masonry nnining mils until gmut hr rached design strength or until grout hat ami for a minimum of 28 dw Compaction of backfill mteriil by jetting or pondiq with mnr will not be pmnined. Each layer of backfill shall be moktsned I dimnd by the Enginnr and thoroughly tamped, rolled or otherwise -compacted until the relative compaction h not Ion than 9036. FENCING: Safety fencing shall be installed at the top of the wall as required by the agency. 0. CONCRRE GROUT AN0 MORTAR MIXES: Cwumm grout nd mom mixa dull k a qpwified ''!Standud Spaifintiom for Public Worb Conm~ctia All cella dull b filled with put Rod or vibnw gr within 10 minum of pouring m imun cumdidation gmut to a point 2" fmm ttu top of maanry units w vwtiq of trond lift is to be continued at another MORTAR KEY: lo ~ItUIN proper bonding be- the footing and thc cwm of block, a mortar key shall be formed by em& a flat 2 X 4 flush with and at the top of the freshly footinp The 2 X 4 should be removed after the coni stamd to harden (approximately 1 hour). A mom key mty be omitted if the first coum of bl sat into tha f& col~rete when the footing is pourad good bond is obtained. WALL OAAINS: Wall drains shall be provided at 6 foot intervals along of the vwll and located at the level of the bottom COI block. The drains shall be 4" in diameter, formed by block on its side, or laving out every head joint in th cuum of block Backfill behind wall drains or open 1 shall be loose rubble or gravel. so1 L: All footings shall extend at leart 12 inches into undirn natural soil or approved compacted fill. Soil should bi prior to plzcing concrsn in footings. Revision lev Approved Date 1 nEconwmaEn 81 T) RIG,a,,AL nA,,oARal New OerlW m.0. /O-R SAN DIEGO REGIONAL STANDARD DRAWING - GENERAL NOTES FOR MASONRY B P 4 I RETAl N I N G WA L L S udd&fl bmtMlW - 8 c.E 19M ORAWING NUMBER c I t I I I 1 t I I I I I 4 4 I 1 t I I P Fitar Matmid, 1" mu. aushd a$pgm, 4 cu. ft prr 4" dir 4" dk drain with 114" ~lv. win mesh rarrn 8'-O" on mtm, or om row hociromally of opon had joina Linr of undirmrbrd nrtunl soil TYPICAL SECTION Mortar w clrt-in-plra mnum Finishd ground lim rout filkd block mlh Honronal mnf. thru bond b#m block 2" x 4" (nomid) key CAP DETAIL KEY DETAIL NOTE All maonry retamiq mlh thll be constructed mth up, key and dnimq details as shown hmon. Remton ley' Apwrow amIIzaofo IY ~lcc su OIIEO SAN DIEGO REGIONAL STANDARD DRAWING &L/U&L/ &./m - RLtlW -0I DRAWING NUMBER RfGlOIAL STUOAIDI COlcllEE I DETAILS FOR MASONRY RETAINING WALL c-8 1 I I B I 1 I I I c I B I I t b R P OR (1' Min)- 34' &8rnfar\ 71- io C -- -- F-e-jGY!? i ~l-~-op~-~~ ii 1 I t !-I-!-, - - - -.- L L -A-1. I i L ' I i !i ELEVATION DOUBLE HEADWALL ELEVATION SINGLE HEADWAl DOUBLE SINGLE 'k L E!?? L E9 OH c 12" 2'-8" 5'-0" 35 0.60 8'-0" 50 0 18" 3'-2" 7.0- 50 0.91 10'-6- 75 1 21" 7-5" 7-6" 60 1.02 ll'-6" 90 1 24" 3'-8" g-6" 75 1.20 lr.6- 100 1 27- 3'-11" Y-6" 85 1.39 14-0" 115 2 r 4"-2" 10'-0" 85 1.52 1S.0" 126 2 reo" 33" C-5" 11'-0" 100 1.73 16'-0" 130 2 36" 4'-8" 12-0" 105 1.95 17'-0" 145 2. 39" 4'.11" lT.6" 130 209 18'-0" 170 2. 42" 5'-2" 13'-6" 140 234 19-0" 185 3. 45" 5'- 5" 14'06" 150 260 20'-0" 195 3. 48" Y.8" 1s'-0" 160 275 21'-0" 200 3. 51" 5'-ll" 16'-0" 180 3.03 22'-6" 225 4. !j4" 6'-2" 17'*0" 190 3.31 23'-6" 240 4. Roundd pipe ends, { 79"r 01 dmw 0-61. 15- r-ii'* 8-0- 40 a75 r-r 60 1 i II! 7 -gp lLY-7 112'' SECTION NOTES 2 All reinforcing steel I4 ban All vertical and horizontal tia ban 18" maximum spang. 1. COnMM ball be 56M-3250 LEGENO ON PLAN ------- il ------ Revision BY Appro! ma RCCOYYENDEO IV THE SA11 DIEGO SAN DIEGO REGIONAL STANDARD DRAWING Conc. -& RtGiOMAl STANOAROS COYNITTEE &~~~~~ - &u /m NUMBER D-30 STRAIGHT HEADWALL - TYPE A C , #sa XI* N r c I1807 bare ORAWING (CIRCULAR PIPE] 1 U I 1 I 1 I t m c e 1 I 4 I I I P' b 4" clmrancn (min) 1" mx graded agpmgaa. SECTION NOTES 1. For trtnching on rmprmd stnm8 JII Standrd Oramng 6-24 or G-25 for rasurfwing dealir 2. (*I indicates minimum dam comprction. Rawsion By Approv RLCOYYLIOEO 8Y THE $AN OILGO SAN DlEGO REGIONAL STANDARD DRAWING --A d7.U /l?S Compac a m.d &$<&/ REGIONAL STANOAIOS COYNl~tE Reference Ixr , PIPE BEDDING AND TRENCH BACKFILL , FOR STORM DRAINS c IWIW ut c imw K ORAWING NUMBER D-60 F~cr of dni- mmm Faa of dnim mchrm Faa of drainage rmtc BELL END SPIGOT END CUT END R Thkknat of pipa Fta of drainage sti Corrugated steel pipr Tlm rounded ueu mry k built up of amnt mortar or pound in pius with tho dni- RNC~UO. A = Inside diameter of pipe 10 DRAWING NUMBER IN DRAINAGE STRUCTURES I 1; I i 1 I 1 I I t ;I b ? \l # u I D P: 1 1- 13" I 6" CURB 8" CURB Area = 1.09 Sa. FT. Area - 0.89 SQ. FT. al c. -I Width Shown on Plans .- v 5 18" min. u r---- -7 =\ 2! 0 -1 3' ' Gutter Elevation -'...?--[:+A =o s L\ ""1 .. . '., - c-c7 i I I I -;i & c.93 E : '\ 25 '\ . ,. *; , ,-'; :. .' i 1 I I I 112" <: -- ,. .. .. . .. 'D' . . , , Weakened Plane Joint \ L --_--_-_------ --A Existing Curb 1 1/2" except where elevations shown indicate otherwise GUTTER LEGEND ON PLAN 6" curb NOTES: 1. Concrete shall be 520-C.2500. 2. See Standard Drawing G.10 fa: joint details. SAN D i EGO R E G ION A L STAND A R D DRAW I N G ~$~~~~~ ::iNERz cf Revision By Approved Date I rn.8 4-g Conc. e - &Y&L&' 1 .' r- Caara8owor R C E 19801 DRAWING NUMBER G CURBS AND GUTTER - SEPARATE 2" Wmhnrd Pknr Joint 1 1/2" except where born indicate othem ------ TYPE G & H CURB G 24" 1.34 , H ]30"1 1.61 , with 6" Curb Face NOTES: 1. Concna shall be 52OC-2500. 2 Sr Strndrrd Drawing G-10 for joint detaik I U 1 I D I -- ------ .-----4 I 8 I I u I; I I I I I P B - 1/4" p8f ft r W~lr~rd Rem Joint I I NON-CONTIGUOUS Weakened Aanr Joint I I I r----------, I b 1 CONTIGUOUS NOTES 1. Contretr shdl be 52&C-2500. 2. See Standard Oramng G-10 for joint details LEGENO ON Pun RFCOMMENOEO BY REGIONAL STANOAR ORAWING NUMBER SiDEWALK - TYPICAL SECTIONS I 1 I I i t 1 1 4 B I I I D 1. Mid Point of Curb Return t (. -. # -0 . .. . . .. b NOTES 1. Expansion Joints-at curb mtumr, adjacent to structures and at 45' interval% 2. Weakard Rn, Joints--- at mid point of wrb return, when required, (SII StindWd Oravring G-10). I and at 15' inmnis from P.C.R.'s (Ser Standard Drawing G-10). ORAWING SIDEWALK JOINT LOCATIONS P NUMBER I. 1 t U m I I I I I I B B I I I b I) . L &&on Joint filln matarid 1/4" (Slddk) EXPANSION JOINT CONTACT JOINT 2 enfomd Joint fik WEAKENED PLANE JOINT WEAKENED PLANE JOINT PAVEMENT SIDEWALK KEYED JOINT Revision 6vl Appr Radius 0. IEWIENOEO IY TMf u* DIEGO SAN DIEGO REGIONAL STANDARD DRAWING IEGIONAL nUOARM COlWlTEE &c7/& &u./77s --%- Cuumuim n C.L 1980~ 017;- CONCRETE JOINT DETAILS ORAWING 6-10 NUMBER ., I I I U I I U 1 I I B I 8 B t C I C ----- awnm poun M mdr PLAN l(r unlar othwto, shown on plan 1/2" R typical 6 '' 7 1.5% 1 1.5 % Top of Paving ,-- I '*.-** I =T 1 .-+? Easa material as shown on plans 7-A . I I I[/ I I SECTION A-A NOTES: 1. Canam shall k 560-C-3250. -Weakened plane joints. 2. --------I -- 3. - - =Typical flowlines. 4. 0 =Elmtiom to br shown on pluu 5. Return segments to br 5%'' thick. 6. Curb bemn P.C.R.s shall br considered as LEGEND ON PLANS l&=a part of crw gutter. SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approvl RLCOYYENOEO OY in€ sm DIEGO &./Z/-/ ai, '??S , Note 1 *G' m.0 C.. t 10 ,in, u c c ?Rot Om Note 6 qG 7n.6 0 RAW1 NG REGIOIIAL STAIIOMOS COYYlnEE Thickness * 05 * CROSS GUTTER NUMBER 6-12 I, I II I I I 1 I I I I I I B t I b P, Limit of drivtway for no sickwalk or PLAN Orinmy width rhom on plrm H Deprwnd Curb - - I. . .. .. - .e:: * . . Bottom of Curb / E LEVATION 9 Ed9 of Sidmlk k*q[,.-l . .?-::.I' .e.... L ;;'. 1" abow Gutter r'R SECTION 7 '2 NOTES 1. No concntl shall be placed until forms and subgndr am inspectad by thr Aqncy. 2 Concram shall k 52W2500. 3. SIH standard drawing G-15 wd G-16 for width and location mquirsmsna 4. Orivsmy ramp to axmd to 10 feet from curb fau or to proprrty line whichever LEGEND ON PLANS 4-+- G Of - ,ti is laz~ (For commercial driveways only) 01 Revision By1 Approve Thickness 4 0 3. Thickness 4 w, e! Cone. 74 tlr.0. Limits ef rnJ. SAN DIEGO REGIONAL STANDARD DRAWING nfcoMwmoto ov rut un DIEGO RfGIOIIAL UAUOAUOS COMMITTEE &e. 197s &7JTc&/ ORAWING CONCRETE GRIVEWAYS NUMBER 6-14 - c....w.,w N c c :**KT ALLEY APRON DRAWING NUMBER I 1 8 I I I I I I I I I. I I P I 56043251 560C-3250 Concna Existing P.C.C. PaveInont f m NPE-0 NPE-C GENERAL NOTES 1. Exiing AC, dull k cut and moved in such a rmrlnrr m at not to tsar, bulq or duplw dpunt pmmnt Ed- shall b dan and md. AN cuts dull k parallrl or prrprndicular to street antsriinr, whm pncaal. 2 sloughing of am& under pmmnt dull k causa for mquinng additional pmmrnt and ban. NOTES NPE-C 1. Comh shdl k colond black when rquirrd to match exuting pahmrnt Method to ba specified by Agan 2 Minimum wnuwts thicknrrr: Alloys and Id ddentid mnt 5 inches Major strmt, and higm 7 inches Tmnd mrfadng in P.C.C. pmment shdl hm tho abom minimum thickness or maah thr existing concret thicknrsr plw onr in& urhichmr u grnaar. I, NOTES NPE-0 1. AC. shall k hot plant mix. 2 A tack cat of aspblnc emulsion or paving arphdt shall k applied to thr exunng AC. at 811 COntact ruffaa~ md to tha portland concnta pnor 10 pleang tha new AC. 3. AC. nntrfaang shall k mi comd mth an emulufird asphalt and cowmd mth sand. Chip maling shall br applied as requind by lqncy. TRENCH RESURFACING TYPES C & D 12" widr baordrr vrith Y" oIoovr gpmx. 3L" O.C. 1 Strndvd ddmik finish I I I I 1 I I I I I I I I 1 c m Rminiq aJh or wrll b SECTION A-A X' Y' Ramp Long Curb Height 7" 4 . 6" 1. Typo C nmpa am only to bo und to mitigate existing conditions and am not to bo und in now construction. 2. !h Standard Dmng 6-32 for gonrnl nota 13" 10' - 6" RECOYYENOEO BY REGIONAL STANOAF ORAWING P NUMBER c I I I I 1 I I I I I I 1 I I II r 12" wide bordr w:th T gmm appmx. ?4" O.C. b WOWS 8ppfUX. x" I SECTION A-A ~ Sr Sundud Onmng 632 for qwad no- RECOYYENOEO BY 1 REGIONAL STANOAR 0 RAW1 NG NUMBER G P TYPE D I I I I I I I t I C 1 I I I I I I c 1. Mrmim mpc shown on Standud Drawing 6-27 through 6-30 do not conform to the nquiremrntt of tfu Sfam Budding Code (Part 2. Title 24, CA.C.1 and am not ncommrndd for um on prolects wth Fedml or State funding 2. Areas shorn thus: m Shall h~ a hsny bmom "ripple" tuttun find, tmmwm to axis of tamp. X A- shom thw: r-1 AR tha minimum mquid for a compim mp inmllatxm and shdl be 4. Whm pdam ramps am installed in or adjaccnt to uating colond concme. the new tamp shall be tinhd to match uirting wncm color. 5. Thr movtl of esbtiq wncnte curb, guar, adrmik and pmment for pedatnrn ramp installation shall comply mth Sln Oiqa Rogionrl Standard Omutng G-11. 6. If otxtruetiom such II inlets, utllity pol* fire hydrants, etc. are encountered. the nmp locatrom may be adiwM upon the appmnl of the Enginur. mnentl cirp 52o.c-z5oa Revision By Approve RECOMMENOEO BY THE SAN OIEGO SAN DIEGO REGIONAL STANDARD DRAWING REGIONAL STANOAIIOS COMMITTEE m3-n r3 4 ORAWING 6-32 PEDESTRIAN RAMP GENERAL NOTES FOR -7 r4c Coomnaior R C E tZ1133 Oar8 II NUMBER I I DRAWING TREE AND SHRUB PLANTING I I I I I T I 3 b I I I I 1 I I r ? b I*O. 12 galnnired win, min. stake PLAN 2 stab md 2 tiarm trn trunk 6" &ova banding mammt of tnr,Tir should prowdo flexibility of trunk but not allow rubbing of trunk against stake. Cut staka off 6" &on ma. For sng& stab ma, plra stakr on mndwurd $id# of mr. TREE STAKING - SLOPES TREE STAKING - LEVEL GROUND R.naon By Appro! Plan S D 5 lECDItNOED 8V TU€ YI DIEGO SAN DlEGO REGIONAL STANDARD DRAWING nmow nuIo*nos coumn~t dg/ifl &e /T7S M--- E,"~*llutol R c t 19801 Oat ORAWING NUMBER L-2 TREE STAKING 8 I I I I 1 I 1 1 I I I I I ? I t 10" dbm stop footing. Omit if mmtmy h concme. HALF ELEVATION DOUBLE SWING GATE 1. All footinq dm11 ba 52oc-2500 conema 2 The follomq itam dmll ba fumirhrd nd inrolbd oniy whrn shown on tlw plans and/or atlad for in thr sprdrl promiom: L Lrbrdvrin b I Lock typ~ fork latch EXTENSION POST AND BARBED WIRE WALK GATE - CHAIN LINK GATE I 0 RAW1 NG NUMBER M-6 Ii I I GUARD POST AND BARRICADE ORAWING NUMBER B I, II f ORAWING NUMBER M-20 D ETA I LS NUMBER s a I l II 1 1 1 1 I, N 1 I I I I I P t ~nt n - * moo I) 92 f-13 1 I I B I 1 I I b I 1 I I li I I -,- P B t ---------- -9 97 US. Department of Housing and Urban Development Federal Labor Standards Provisions 1, 8 I I R 8 1 I b B 1 1 b I 8 I P Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United states Of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or work- ing upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act d 1949 in thezonstruction or development of the project), will be paid unconditionally and not less often than once a week. and without subsequent deduction or rebate On any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3). the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates' not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractural relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFRJ.5(a)(l)(iv); also, regular contributions made or costs incurred for more than a weekly Period (but not less often than quarterly) under plans. funds, or Programs. which cover the particular weekly period. are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classifica- tion for the time actually worked therein: Provided. That the employer's pay- roll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(l)(ii) and the Davis-Bacon poster pH-1321) shall be posted at all times by the con- tractor and its subcontractors at the site of the work in a prominent and accessible. place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not Wed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met performed by a classification in the wage determination; and industry: and fits, bears a reasonable relationship to the wage rates contained in the wage determination. Davis-Bacon Act contracts. in the classification (if known), or their representatives. and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative. will approve, modify. or disapprove every additional classifi- cation action within 30 days of receipt and so advise HUD Or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions. including the vlew interested parties and the recommendation of HUD or its design Administrator for determination. The Administrator, or an authori sentative, will issue a determination within 30 days of receipt ant HUD or its designee or will notify HUD or its designee within the period that additional time is necessary. (Approved by the Office agement and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appro1 determined pursuant to subparagraphs (l)(b) or (c) of this paragi be paid to all workers performing work in the classification undc tract from the first day on which work is performed in the classif (iii) Whenever the minimum wage rate prescribed in the ca class of laborers or mechanics includes a fringe bevetit which , expressed as an hourly rate, the contractor shall either pay the stated in the wage determination or shall pay another bona fide benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee c person, the contractor may consider as part of the wages of an' mechanic the amount of any costs reasonably anticipated in pr bona fide fringe benefits under a plan or program, Provided. Th Secretary of Labor has found, upon the written request of the c, that the applicable standards of the Davis-Bacon Act have beei Secretary of Labor may require the contractor to set aside in a account assets for the meeting of Gbligations under the plan or (Approved by the Office of Management and Budget under OM Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own actio written request of an authorized representative of the Departme withhold or cause to be withheld from the contractor under this any other Federal contract with the same prime contractor, or i Federally-assisted contract subject to Davis-Bacon prevailing requirements. which is held by the same prime contractor so n accrued payments or advances as may be considered necess laborers and mechanics. including apprentices. trainees and h employed by the contractor or any subcontractor the full amoL required by the contract In the event of failure to pay any labo mechanic, including any apprentice, trainee or helper. empioyi on the site of the work (or under the United States Housing AC under the Housing Act of 1349 in the construction or developn project). all or part of the wages required by the contract HUD nee may. after written notice to the contractor, sponsor, apolici take such action as may be necessary to cause the suspensio further payment advance, or guarantee of funds until such vi0 ceased. HUD or its designee may, after written notice to the cc burse such amounts withheld for and on account of !he contri contractor to the respective employees to whom they are due. troller General shall make such disbursements in the case of c 3. (i) Payrolls and basic records. Payrolls and basic records thereto shall be maintained by the contractor during the courc preserved for a period of three years thereafter for all laborers mechanics working at the site of the work (or under the Unitel Housing Act of 1937. or under the Housing Act of 1949. in the or development of the project). Such records shall contam the address, and Social security number of each such worker, his rect classification, hourly rates of wages paid (including rates tions or costs'anticipated for bona fide fringe benefits or cash thereof of the types described in Section l(b)(2)(B) of the Davi daily and weekly number of hours worked, deductions made wages paid. Whenever the Secretary of Labor has found undi (a)(l)(iv) that the wages of any laborer or mechanic include th any costs reasonably anticipated in providing benefits under gram described in Section l(b)(2)(B) of the Davis-Bacon Act I shall maintain records which show that the commitment to pr Htil f (1) The work to be performed by the classification requested is not (2) The classification is utilized in the area by the construction (3) The proposed wage rate. including any bona fide fringe bene- (b) If the contractor and the laborers and mechanics to be employed 1 Previous Edition is Obsolete benetits is enforceable. that the Plan or Program is financially responsible. and that the plan or program has been communicated in writing to the laboren or mechanics affected. and records which show the costs antici- pit& or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship Programs and certiti- cation of trainee programs. the registration of the apprentices and trainees. and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all Payrolls to HUD Or its designee if the agency is a Pa* to the contract but if the agency is not such a party, the contractor will submit the payrolls to the applicant SPOnsOr. Or owner, as the case may be, for transmission to HUD or its designee. The Payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available tor this purpose and may be purchased from the Superintendent of Docu- ments (Federal Stock Number 029-005-0001 4-11, US. Government Printing Office, Washington. DC. 20402. The Prime contractor is responsible for the submission of copies Qf Payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the Persons employed under the contract and shall certify the following: required to be maintained under 29 CFR Part 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indi- rectly from the full wages earned, other than permissable deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the clas- sication of work performed, as specified in the applicable wage determina- tion incorporated into the contract (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3.(ii)(b) of this section. contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.34) of this section available for inspection, copying. or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcon- tractor fails to submit the required records or to make them available. HUD or its designee may, after written notice to the contractor, sponsor. appli- cant or owner, fake such action as may be necessary to cause the sus- pension of any further payment advance, or guarantee of funds. Further- more, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. 4. (i) Apprentices and Trainees. Apprentices. Apprentices will be per- mitted to work at less than the predetermined rate for the work they per- formed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the US. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau. or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on th in any craft classification shall not be greater than the ratio permitti contractor as to the entire work force under the registered progran worker listed on a payroll at an apprentice wage rate, who is not rf or otherwise employed as stated above. shall be paid not less than applicable wage rate on the wage determination for the clasificati work actually performed. In addition, any apprentice performing w( the job site in excess of the ratio permitted under the registered pri shall be paid not less than the applicable wage rate on the wage d nation for the work actually performed. Where a contractor is perfc construction on a project in a locality other than that in which its p registered, the ratios and wage rates (expressed in percentages of neyman's hourly rate) specified in the contractor's or subcontracto tered program shall be observed. Every apprenctice must be paid les than the rate specified in the registered program for the appre level of progress. expressed as a percentage of the journeymen hc specified in the applicable wage determination. Apprentices shall t fringe benefits in accordance with the provisions of the apprentice program. if the apprenticeship program does not specify fringe be apprentices must be paid the full amount Of fringe benefits listed c wage determination for the applicable classification. If the Adminis determines that a different practice prevails for the applicable app classification, fringes shall be paid in accordance with that deterrr the event the Bureau of Apprenticeship and Training, or a State AI ticeship Agency recognized by the Bureau. withdraws approval 01 apprenticeship program, the contractor will no longer be perrnittec apprentices at less than the applicable predetermined rate for the performed until an acceptable Program is approved. (ii) Trainm. Except as provided in 29 CFR 5.16, trainees will permltted to work at le= than the predetermined rate for the work formed unles they are employed pursuant to and individually reg a program whrch has received prior approval, evidenced by form; cation by the u.S. Department of Labor, Employment and Training stration. The ratio of trainees to journeymen on the job site shall I greater than permitted under the plan approved by the Employme Training Administration. Every trainee must be paid at not less tha specified in the approved program for the trainee's level of progre expressed as a percentage of the journeyman hourly rate specific applicable wage determination. Trainees shall be paid fringe ben accordance with the provisions of the trainee program. If the trair gram does not mention fringe benefits, trainees shall be paid the amount of fringe benefits listed on the wage determination unlesz Administrator of the Wage and Hour Division determines that thei apprenticeship program associated with the corresponding journ wage rate on the wage determination which provides for less tha fringe benefits for apprentices. Any employee listed on the payrol trainee rate who is not registered and participating in a training p approved by the Employment and Training Administration shall b less than the applicable wage rate on the wage determination for actually performed. In addition, any trainee performing work on tr in excess of the ratio permitted under the registered program sh6 not less than the applicable wage rate on the wage determinatior work actually performed. In the event the Employment and Trainii stration withdraws approval of a training program, the contractor longer be permitted to utilize trainees at less than the applicable mined rate for the work performed until an acceptable program I: approved. (iii) Equal employment opportunity. The utilization of apprer trainees and journeymen under this part shall be in conformity H aqua1 employment opportunity requirements of Executive Order amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contract comply with the requirements of 29 CFR Part 3 which are incorc reference in this contract 6: Subcontracts. The contractor or subcontractor will insert in contracts the clauses contained in 29 CFR 5.5(a)(l) through (10) other clauses as HUD or its designee may by appropriate instruc require, and also a clause requiring the subcontractors to incluc clauses in any lower tier subcontracts. The prime contractor shz responsible for the compliance by any subcontractor or lower ttc tractor with all the contract clauses in 29 CFR Part 5.5. I HUD-41 U I I I I 11 I I I, ff 1 II I I 8 I t (1) That the payroll for the payroll period contains the information (d) The falsification of any of the above certifications may subject the P c 7. Contracte termination; debarment A breach of the contract clauses in pensation at a rate not less than one and one-half times the bas1 pay for all hours worked inl- excess of forty hours in such workweek, :-, (2) Violation; liability for unpaid wages; liquidated damages event of any violation of the clause set forth in subparagraph (1) paragraph, the contractor and any subcontractor responsible thc be liable for the unpaid wages. In addition, such contractor and I tractor shall be liable to the United States (in the case of work dc contract for the District of Columbia or a territory. to such Distric territory), for liquidated damages. Such liquidated damages shall put& with respect to each individual laborer or mechanic, inclul watchmen and guards, employed in violation of the clause set fc paragraph (1) of this paragraph, in the sum of $10 for each caler which such individual was required or permitted to work in - -excess of the standard workweek of forty hours with ment of the overtime wages required by the clause set forth in SI graph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. designee shall upon its own action or upon written request of ar rized representative of the Department of Labor withhold or MU: withheld, from any moneys payable on account of work perform contractor or subcontractor under any such contract or any othl contract with the same prime contract or any other Federally-a! tract subject to the Contract Work Hours and Safety Standards I is held by the same prime contractor such sums as may be dete be necessary to satisfy any liabilities of such contractor or subc for unpaid wages and liquidated damages as provided in the cI forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall in$ subcontracts the clauses set forth in subparagraph (1) through paragraph and also a clause requiring the subcontractors to in( clauses in any lower tier subcontracts. The prime contractor sh responsible for compliance by any subcontractor or lower tier : tor with the clauses set forth in subparagraphs (1) through (4) o paragraph. 29 CFR 5.5 may be grounds for termination of the contract and for debar- ment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rul- ings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1,3. and 5 are herein incorporated by reference in this contract standards provisions of this contract shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in actor- dance with the procedures of the Department of Labor Set forth in 29 CFR Parts 5.6, and 7. Disputes within the meaning of this clause include dis- putes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) CertHication of Eligibility. By entering into this contract the con- tractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor’s firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(l) or to be awarded HUD Contracts or partici- pate in HUD programs pursuant to 24 CFR Part 24. ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(l) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Crimnal Code. Section 1010, Title 18 , U.S.C.. ”Federal Housing Administration transactions”, pro- vides in part “Whoever, for the purpose of. . .influencing in any way the action of such Administration. . . makes, utters or publishes any statement knowing the same to be false. . . shall be fined not more than $5,000 or imprisoned not more than two years, or both.” 11. Complalnts, Proceedings, or testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. graph, the terms “laborers” and “mechanics” include watchmen and guards. for any part of the contract work which may require or involve the employ- ment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in - - -.. excess of forty hours in such workweek unless such laborer or mechanic receives com- I 1 I 1 I 1 I I I, 1 1 I 1 1 8 I I 9. Disputes concerning labor standards. Disputes arising out of the labor t (ii) No part of this contract shall be subcontracted to any person or firm (iii) The penalty for making false statements is prescribed in the U.S. C. Health and Safety (1) No laborer or mechanic shall be required to work in su or under working conditions which are unsanitary, hazardous. ous to his health and safety as determined under construction I health standards promulgated by the Secretary of Labor by reg (2) The Contractor shall comply with all regulations issued Secretary of Labor pursuant to Title 29 Part 1926 (formerly part failure to comply may result in imposition of sanctions pursuanl tract Work Hours and afev Standards Act (Public Law 91-54. (3) The Contractor shall include the provisions of this Artic subcontract so that such provisions will be binding on each su The Contractor shall take such action with respect to any subc the Secretary of Housing and Urban Development or the Secre shall direct as a means of enforcing such provisions. B Contract Work Houn and Salety Standards Act. As used in this para- (1) Overtime requirements. No contractor or subcontractor contracting HUD t 1 ppmVE B ,-) 8'. ,1 n # FFr3 L" i I3Ll LABOR RELATIOPIE US CkpmtmmtofLabor wt Standarcs Administratton I wage ~nd Hour Division ' February 22, 1991 I 1 b I 1 il B I I Bra ? I US, Department of Labor I I I IC B 1 II b m GENERAL WAGE DECISION NO CA91-1 Supersedes General Wage Decision No, CA90-1 State. CALIFORNIA r County(ies): San Diego Construction Type. B~lilding, Heavy. Highway. Residential & Dredging Construction Description Building Projects; Heavy Projects (does not incluc TV/Grout work or Water Well Oriliing): Hiohway Prc Residential Projects (includes single family homes garden type apartments up to and including 4 stori and Credging. This decision does not include hopp dredge work or the installation of solar energy sy Modification Record I No. Publication Date Page No 1 a I !? r I I P e? t I r_ B y pjEEEdyg '<Q :{ :32] LABGR RELATIONS B E - I-* - - .^_ - Vol. Ill 31 us. veparrmenr OT LaDor U CA91-1 1 I I I II I 1 I, I 1 I I 1 I II 1 Basic Fringe Hour 1 y Benef its Rates 24.91 6.44 ASBESTOS WORKERS 24.60 4.80 BOILERMAKERS BRICKLAYERS ; STONEMASONS 20.00 5.45 BRICK TENDERS 15.41 6.83 CARPENTERS: r Work meeting any Gf the following criteria: 1) a residential wood frame project of any size; 2) work classified as Type 111. Type IV or Type V constructio 3) interior tenant imprcvement work, regardless of rhe 4) any wood frame project of four stcries size of the prcject; and or less 17.36 4.30 All building/cornmercial work 21.70 4.30 Heavy and Highway work: Light coniniercial 18.04 4.25 A1 1 other heavy 6 highway work 22.55 4.25 Millwright 23.05 4.25 Piledriver 22.68 4.25 CEMENT MASONS: Cement Masons 16.06 8.72 Epoxy/Resin material; Finishing machine Op; Clary, Bidwell or sim;lar type screed: Working from bos’n chair; Scafioid (minimum of 6’). Swinging scaffold, Safety belt or scaffold, attached to movab‘ie vehic-e; Ladder over 6’; Color when dusted on 16.36 8.72 D iver 51.05 4.25 Stand-Sy Divers 25.53 4.25 Tender 24.53 4.25 Work on singie family homes & apartnents up to 6 including four storiss 18.53 3.23 A11 other work 27.24 4.23 Work on single family homes & apartments Sound Work : DIVERS: DRYWALL INSTALLERS/LCTHERS: ELECTRICIANS: up to & including 3 stories 13.50 3.301 7;; Sound Technician 16.17 1.85+ 3% Telephone interconnect technician 12.79 1.85+ 3% Sound person 5 12.24 I .a5+ 2;; Utility Technicion #I 16.59 .74+ 3% Utility Technician $2 12.50 .74+ 3% Utility Work: All other work’: E 1 ectr i ci ans 19.79 3.70+ 3% Cable Spl icers 20.15 3.70+ 3% ELEVATOR CONSTRUCTORS: Mechanics 24.35 5.67+ a He1 pers 17.465 5.67+ a Probationary Helpers 12.475 GLAZIERS 22.56 6.15 IRONWORKERS: VOl. Ill 32 9. U.S. Department of Labor II CA91-1 I. 8 1 I 1c 1 c I, I 1 n 1 I 1 I I Fence Erectors 19.16 10.75 Reinforcing: Ornamental; Structural 20.05 10.75 Group 1 16.38 6.86 Group 2 16.68 6.86 Group 3 16.88 6.86 Group 1 - rebound j6.38 6.86 . Group 2 - gun 16.68 6.86 Group 3 - nozzle 6 rod 16.88 6.8G 16.68 6.86 Group 1 Group 2 16.88 6.86 Group 3 17.13 6.86 LABORERS : I) GUNNITE LABORERS: TUNNEL LABORERS: FINAL CLEAN-UP AND LANDSCAPE MAINTENANCE WORK : Group 1 8. 19 4.86 LINE CONSTRUCTION: Commercial overhead line work; Catenary work: Line Technician: Heavy Equipment Operator 23.58 3.70+ 4% Ground;/truck driver 12.50 3.'70+ 4% Line Technician; Heavy Equipment Operator 16.66 3.70+ 4% Ground/Truck Driver 12.50 3.70+ 4% Ground 18.07 3.70+ 4% All other commercial underground line work: MARBLE, TERRAZZO AND TILE SETTERS 24.91 2.90 MARBLE, TERZAZZO AND TILE FINISHERS 15.83 2.60 PAINTERS: Brush 20.70 5.7.: Brush, swing stage; Spray 20.95 5.74 Paperhangers. Spray, swing stage 21.20 5.74 Sandblaster; Iron, steel 6 bridge (ground work); Iron, steel and bridge - spray (ground); Riggers, climbing steel: Grush, climb- Sandblaster. swing stage; Iron, ing steel and bridge 21.45 5.74 steel and bridge (swing stage); Iron, steel & bridge (swing stage, spray 1 21.70 5.74 S teepl e j ack 22.45 5.74 Group 1 17.18 3.80 Group 2 . 16.32 3.80 Group 3 14.60 3.80 Group 4 17.18 3.80 Drywall finisher 21 .70 5.74 PARKING LOT WClRK and/or HIGHWAY MARKERS: Slurry Seal Work: Sea 1 e.r / in i xe r 15.58 3.80 Squeegee: applicator operator and Shuttle 13.80 3.80 PLASTER TENDERS 16.24 6.97 PLASTERERS: Work on single family homes and apartments All other work 18.47 4.49 uc to and including 3.stories 15.47 4.49 PLUMBERS; PIPEFITTERS; STEAMFITTERS; AIR Vol. Ill 33 ? 4 us. ueparrmenr OT LaDor a I I I I I 1 I b I 1 I 1 I 8 1 I CA91-1 CONDITION, REFRIGERATION: 24.13 9.02 Camp Pendleton ' Rernai nder of 'County 21.88 9.02 16.80 6.75 PLUMBER - LANDSCAPE 8 IRRIGATION ROOFERS 18.70 2.63 SHEET METAL WORKERS: t Work on existing residential buildings, both single and multi- family, where each unit is heated and/or cooled by a separate system: New single residential buildings including tracts; New multi-family residential buildings. not exceeding 5 stories of living space in height, provided each unit is heated or cooled a separate system, not including hotels and niotels; Llgnt commercial work, defined as being any sheet rneta:. heating and air conditioning work performed on a wood frame building up tr, and including 4 stories in height; Tilt-up or concrete block warehouses of any size; tiotels and motels provided they otherw qualify by size and type of construction; Tenant inprovernent w Camp Pendl eton 13.79 4. 12 Remainder of County 12.59 4.12 All other work: Camp Pendleton 22.98 7.08 Rerna i nder of County 20.98 7.08 SOFT FLOOR LAYERS 16.95 5.44 TRUCK DRIVERS: SPRINKLER FITTERS 24. ia 4.25 Group I-A 17.90 7.13 Group 3 18.40 7.13 Group 4 ia.60 7.13 Group 7 20.80 7.43 Group 1 8.61 7.13 Group 2 18.20 7.13 Group 5 18.80 7.13 Group. 6 19.30 7. 13 POWER EGUIPMENT OFERATORS: CONCRETE PUMPER: Group 1 21.35 7.85 Group 2 21 .73 7.85 Grouo 3 22.51 7.85 Group 4 22.61 7.85 Group 5 23.51 7.85 POWER EQUIPMENT OPERATORS: DREDGING: Hydraulic Suction Dredges: Lever Operator 23.00 7.85 Deckmate; Watch Engineer; We1 der 22.72 7.85 Winch (stern winch on dredge) 22. 17 7.85 Bargehand; Deckhand; Firefighter; Oiler 21.63 7.85 Dozer 22.83 7.85 Lever Operator 23.30 7.85 Deckrnate; Watch Engineer 22.72 7.85 Barge Mate 22.24 7.85 Bargehand; Deckhand: Firefighter; C1 amshel 1 Dredges: Vol. Ill 34 t U.S. Department ot Labor i I II I I 1 8 1 1. II I I I I 1) I CA91-1 ' Oiler 21.63 7.85 POWER EQUIPMENT OPERATORS: Group 1 21.45 7.85 Group 2 21.73 7.85 22.02 7.85 Group 3 Group 4 22. 16 7.85 Group 5 22.38 7.85 Group 6 22.49 7.85 Group 7 22.61 7.85 22.78 7.85 Group 8 Group 9 22.88 7.85 Group 11 22.99 7.85 Group 12 23.11 7.85 Group 13 23.28 7.85 Group 14 23.38 7.85 Group 15 23.49 7.85 23.61 7.85 Group 16 Group 18 23.88 7.85 Group 20 24.11 7.85 Group 21 24.28 7.85 t Group 10 22.91 7.85 Group 17 23.78 7.85 Group 19 23.99 7.85 CRANES, PILEDRIVING 6 HOISTING EQUIPMENT: Group 1 21.45 7.85 Group 3 22.02 7.85 Group 5 22.38 7.85 Group 2 21.73 7.85 " Group 4 22. 16 7.85 Group 6 22.49 7.85 Group 7 22.6: 7.85 Group 8 22.78 7.85 Group 10 23.95 7 85 I Group 13 26.95 7.85 Group 9 22.35 7.85 Group 11 24.95 7.85 Group 12 25.95 7.85 TUNNEL GROUP: Group 1 21.95 7.85 Group 2 22.23 7.85 Group 3 22.52 7.85 Group 4 22.66 7.85 Group 5 22.88 7.85 Group 6 22.99 7.85 Group 7 23.11 7.85 8 Group 8 23.41 7.85 TRUCK CRANE OPEvRATORS: Group 1 21.40 7.85 Group 2 21.81 7.85 Group 3 71.96 7.85 Vol. Ill 35 u.30 Ub.yUl LIIIUIIC U1 LUUUl U I t I U, 1 1 I I b 1 I I 1 1: u I I CA91-1 Group 4 22.69 7.85 Group 5 22.75 7.85 Group 6 22.87 7.85 Group 7 23.04 7.85 Group 8 23.29 7.85 Group 9 23.54 7.85 Note: Premium pay of $2.75 shall be paid on all work within the boundaries of Camp Pendleton. RIGGERS; WELDERS - Receive rate prescribed for craft performing operation to which rigging or welding is incidental. FOOTNOTES: . ELEVATOR CONSTRUCTORS: a. Employer contributes 8% of basic hourly rate for 5 years service and 6% of basic hourly rate for 6 months to 5 years service as Vacation Pay Credit. 7 Paid Holidays: New Year’s Memorial Day. Independence Day, Labor Cay, Thanksgiving Day. after Thanksgiving Day and Christmas Day. ELECTRICIANS SOUND WORK: Sound Technician: Terminating. operating and performing finai ct out Sound Person B: Wirepulling, splicing. assemb1:ng and instailin( dev i ces UTILITY WORK:. Utility Technician #I: Instaliation of street lights an3 traff signals, including electrical circuitry. proyramab.~e controller pedestal mounted eiectricai meter enclosures and iaying of pre- assembled cable in ducts. The !ayout of electrical systems and communication installation including proper position of trench depths, and radius at duct banks, !ocation for manholes, street lights, and traffic signals. Utiyity Technician #2: Distribution of materjal a: job site, installation of underground ducts for electrical, tolepnpne. c2 TV, and communication systems. The setting, ieve! ing, groundir, racking of precast manholes, handholes and transformer pads. LABORERS . Group 1: Laborer (genera. construction); Aspha7t Ironer - Sprea Boring Machine Tender: Carpenter Tender: Caulker; Cesspool Cigg Installer; Chucktender (except tunnels); Concrete Curer (Imperv Membrane and Form Oiler); Concrete Water curing, (excludlng use water trucks); Cutting Torch Operator (demolition); Driller s T (Caisson) including Bellowers; Dri-Pak-it Machine, Concrete Cut Torch; Dry packing of concrete, plugging, filling of Shee Sol: Fine Grader on Highways, streets and airport pavlng ‘(sewer and drainage lines when employed); Flag Person: Form Blower; Gas ar- Pipeline Laborer; Guinea Chaser; Housemover; Jet; Landscape Gar and Nursery; Packing Rod Steel and Pans; Pipelayer’s 5ackup (cc Val. Ill 36 r US. Department of Labor I t I ! l I II 1 1, 11 I I I II I I I CA91-1 grouting, making of joints, sealing. caulking, diapering and including Rubber Gasket Joints and pointing); Railroad work kat Rigging and Signaling; Riprap Stonepaver; Sandblaster (Pot Tenc Scaler, Septic Tank Digger and Installer (Lead): Tank Scaler ar Cleaner; Tool Shed Checker; Window Cleaner f Group 2: Asphalt Raker; Layton Box Spreader (or similar type); Buggymobile: Cement Dumper (on 1 yard or larger mixers and hanc bulk cement): Concrete Saw (excluding tractor type), Roto-scra~ Chipping Hammer, Concrete Core Cutter, Concrete Grinder and Sar Cribber - Shorer. Lagging and Trench Bracing, Hand-guided Lagg’ Hammer; Driller - Ail power Drills, including Jackhammer.‘ whett Core, Diamond, Wagon, Track, Multiple Unit. and all types of Mechanical Drills without regard to the form of motive power; C (all other where drilling is for use of explosives); Gas and 0’ Pipeline Wrapper (Pot Terder and Form); Gas and Oil Pipeline Wr (6 inch pipe and over); Operator and Tenders of pneumatic, gas electric tools, Concrete Pumps, Vibrating Machines, Multi-plate Impact Wrench and similar mechanlcal tools not separately class hereir,; Pipelayer (performing all services outside the mildins in the laying and installation of pipe from the point of receib pipe until completion of the operation, inc1udi.q any and a:l f of tubular material. Whether Pipe, Metallic or Non-metallic Cor and any other stationary type of tilbular devlce used for the conveying of any substance or element, whether water. sewage, 5 gas, air or other products whatsoever and without regard to thE nature of material from which the tubular material is faSricatE Powder Blasters’ Tenders.: Prefabricated Manhole Installer; Rock Si inger: Sandblaster and Waterbjaster (Nozzle operator); Scaler (using Bos’n Chair, Safety Belt): Steel Headerboard; Tree C’, im5 using mechanical tools: Welding in connecticn with Laborer’s wo Group 3: Asphalt raker TUNNEL LABORERS Group 1: Bull Gang Muckers (Track); Chucktender. Cabietender; Concrete Crew (includes Rodders and Spreaders); Dump; Grout Crew; Tender for Steel Form Raisers af?d Setters; Muckers - Tun- nel (hand or machine); Nipper; SwamFer (E3r3ke and Switch on tunnel work); Vibrator, Jackhammer. Pneumatic too.;s (erzept Driller) Multi-plate Impact Wrench Group 2: Blasters, Dr i 1 1 ers. Powder; Cherry Picker: Grout Gun: Kemper and other pneumatic Concrete P:acer Operator; Miners in short dry tunnels under streets, highways and sirnilat- places; Miners - tunnel (hand or machine): Powder (:vnne’l work): Steel Fora Raisers and Setters; Timber, Retimber wood or steel Group 3: Powder - Primer House (; icensed) on tunnei wo-k; Shaft and 2aise Miner: Shifters; Biasters (licensed) ail work of loading holes, placing 6 blasting all powder & explosives of whatever type regardless of method used for such loading and placlng VOl. Ill 37 r 4 g U.S. Department of Labor CA91-I 1 II I. 1 II I b 1 I I I II I 1 P, 1 FINAL CLEAN-UP AND LANDSCAPE MAINTENANCE WORK: Group 1: Final Clean-up: Final clean-up work includes that work performed r after all new construction work on a unit of the project is completed, including but not limited to: window washing, insidc and out, sweeping and cleaning all floors. fixture clean-up, cleaning of all appliances. scraping and excluding any floor I sand i ng Landscape maintenance: Work in existing or newly landscaoed projects, such as watering, weeding or mowing and edaing. prunli fertilizing. Replacing or repairing of existing fnstallalions (including the repair and replacing of electrical and water systems, sweeping, repainting. and restriping) PARKING LOT WORK AND/OR FiIGHWAY MARKERS: Group 1: Striper: ',ayout and aoplication of painted traftic stri and marking; hot thermo plastic: tape traffic stripes and marking Group 2: Traffic delineating device applicator; layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers: other traffic delineatlnc devices; includes ali related surface prepzration (sancblasting, waterblasting, grinding) as part of the application pracess Group 3: Traff.ic surface abrasives blaster; removal of traffic i i and markings: preparation of surface for coatings Group 4: Traffic protective delineating systems installer: ref?oL relccates; installs: permanently affixed roadside and parking delineating barricades, fencing, guard rail, cable anchor, retair walls. reference signs, monument markers POWER EOUIPMENT OPERATORS CONCRETE PUMPERS: Group 1: Compressor operator, Concrete pump operatGr (snai: portable, pea gravel), Engineer oiler, Heavy duty repa-rpers he 1 per Group 2: Conveyor operator Group 3: Heavy duty repairperson Group 4: Heavy duty repairperson/welder Group 5: Concrete pump operator (truck mounted), concrete pun and separate placing boom, concrete pump, iarge trailer type (iarge rock) POWER EQUIPMENT OPERATORS Vol. Ill 38 U.S. Department of Labor I 4 1. I, I I I t I b I I I 1 l I I 9 I CA91-1 Group 1: Barge. Brake, Compressor Operator, Ditch Winch, with see similar type equipment. Elevator Operator - inside, Engineer oil€ Generator Operator, Generator. Pump or Compressor Plant Operator, Heavy Duty Repair Helper, Pump Operator, Signal, Switch t Group 2: Concrete Mixer Operator - Skip Type, Conveyor Operator, Firefighter, Hydrostatic Pump Operator. Oiler Crusher (asphalt or concrete plant). Rotary Drill Helper (Oilfield).. Skiploader (wher wheel type up to 3/4 yd. without attachment), Soils Field Technic Tar Pot Firefighter. Temporary Heating Plant Operator, Trenching Machine Operator Group 3: Equipment Greaser (rack). Ford Ferguson (with draytype attachments), Heliccoter Radio (ground), Power Concrete Curing Machine Operator. Power Concrete Saw Operatcr. Power - Driver J Form Setter Operator, Stationary Pipe Wrapping and Cleaning Mac Operator Group 4: Asphalt Plant Firefighter, Backhoe Operator (mini-rnax o similar type), Boring Machine Operator, Box or Mixer (asphalt or concrete), Building Construction Inspector. Chip Spreading Ma Operator. Concrete Pump Operator (small portable), Drilling Mach Operator, Small Auger Types (Texorna Super Economatic, or simi:ar types - Hughes 100 or 200, or similar types - drilling depth of maximum). Equipment Greaser (grease truck), Guard Rail Post Driv Operator, Highline Cableway Signal. Hydra-Hammer-Aero Stomper, Power Sweeper Operator, Roller Operator (compacting). Screed Ope (asphalt or concrete), Trenching Machine Cperator (up to 6 ft.) Group 5: Asphalt Plant Engineer, Batch Plant Operator, Bit Sharpener, Concrete Jojnt Machine Operator (canal and sinnilar t). Concrete Planner Operator, Deck Engine Operator. Derrick ioiifi~ type). Drilling Machine Operator, Sucket sr auger Types (Caidwe! Bucket or similar types - Watson 1000 Auger or similar types - 1 330,500 or 600 Auger or similar types - drilling oepth of 45' maximum), Drilling Machine Operator (including water wel;s), Hydrographic Seeder Machine Operator (straw, pulp or seed!, Jac; Track Maintainer, or similar type. Kalamazoo Sw-,tch Tamper. or sinii*iar 'ype, Machine Too! Operator. hlaginnis Internal Fci',' S:at Vibrator, Mechanica'l Berm, curb or gutter (concrete or aspnalt) Mechanical Finisher Operator (concrete, Cl~ry-Johnson-Bic'~e;; 3r similar type), Pavement Breaker Operator (truck rnountec!), Zzad < Mixing Machine Operator, i?olier Operator (as~hait or finisn), Rl Tired Earth Moving Ecuiprnent (single engine, up :o and inc:udin! yds. struck), Self-Propelled Tar Pipelining Machine Operator. Skiploader Operator (crawler and'whee? type. over 3/4 yd. and ui and including 1-1/2 yds.). Slip Form Pump ODerator (power drive' hydraulic lifting device for concrete forms), Tractor Operator Bulldozer. Tamper-Scraper (single engine, up to IC0 h.p. fiywne similar types, up to and including D-5 and simi;ar types), Tugg Hoist Operator Group 6: Asphalt or Ccncrete Spreading Operator (tamping 3r finishing), Asphait Paving Machine Cperator (5arber Greene or s type). Backhoe Operator (up to and iccluding 3/4 yd.) Snail For Case or similar. Cast in Place Pipe Laying Machine Operator, Combination Mixer and Compressor Operator (gunite work), Compac VOl. III 39 \Y J; CA91-1 1. 1 1 I I I I I I) I I II I I 1 I 1 Operator (Self propelled). Conrete Mixer Operator Paving, Crushing Plant Operator, Drill Doctor, Drilling Machine Operator, Bucket or Auger Types (Caldwell 150 bucket or similar types -,Watson 1500, 2000, 2500 Auger or similar types - Texorna 700, 800 Auger or slmilar types - drilling depth of 60’ maximum). Elevating Grader Operator, Grade Checker, Gradall Operator, Grouting Machine Operator. Heavy Duty Repair, Kalamazoo Balliste Regulator or simil; type, Kolman Belt Loader and similar type, Le Tournesu Blob Compac- or similar type. Loader Operator (Athey. Euclid, Sierra and similai types). Pneumatic Concrete Placing Machine Operator (Hackley- Presswell or similar type), Puprncrete Gen Operator, Rotary Drill Operator (excluding Caison type), Rubber-Tired Earth Moving Equipment Operator (single engine. Caterpillar, Euclid, Athey Wagoi and similar types witn any and ali attachments over 25 yds. up to including 50 cu. yds. struck). Rubber-Tired Earth Moving Equipment Operator (multiple engine up to and including 25 yds. struck), Rubber-Tired Scraper Operator (s~lf loading paddle wheel type - do Deere. 1040 and similar single unit), Self-Propelled Curb and Gutt Machine Operator, Skipload Operator (crawler and wheel type Over 1 1/2 yds. up to and including 6-1/2 yds.), Surface Heaters and Plan Operator, Tractor Compressor Drill Combination Operator, Tractor Operator (any type iarger than D-5 - 100 flywheel h.p. and over, c similar - Bcrlldozer, Tamper, Scraper and Push Tractor single engir Tractor Operator (boom attachments), Traveling Pipe Wrapping. Cleaning and Bending Machine Operator, Trenching Machine Operator Group 7: Drilling Machine Operator, Bucket or Auger Types (Caidwel 200 B Bucket or similar types - Watson 3000 or 5000 Auger or simi types - Texotna 900 Auger or similar types - drilling depth of 105 maximun), Dual Drum Mixer, Heavy Duty Repair-Welder Combination. Monorail Locomotive Operator (diesel, gas or electric), Motor Pat - Blade Onerator (single engine). Multipie Engine Tractor Operatc (euclid and siniilar type - except Quad 9 Cat.), Rubber-Tired EarthMoving Equipment Operator (single engine, over 50 yds. stru: Rubber-Tired Earth Moving Equipment Operator (multiple engine. Euclid, Caterpillar and similar over 25 yds. and up to 50 yds.). Tower Crane Repairman, Tractor Loader Operator (crawler and wheel type over 6-1/2 yds.). Woods Mixer Operator (and similar Pugmill equ i pment ) t Group 8: Auto Grader Operator, Automatic Slip Form Operator, Dr?:. Machine Operator, Bucket or Auger Types (Caldweil, Auger 2CO CA c similar types - Watson Auger 6000 or sirniiar types - driliing de of 175’ maximum), Hoe Ram or simi’ar with Compressor, Mass Excav Operator, Mechanical Finishing Machine Operator, Mobile Form Traveler Operator, Motor Patrol Operator (Multi-engine), Pipe Mc Machine Operator, Rubber-Tired Earth Moving Equipment Operator (Multiple engine, euclid, caterpillar and similar type, over 50 yds. struck), Rubber-Tired Self-Loading Scraper Operator (paddle wheel-auger type self loading - two (2) or more units) Group 9: Rubber-Tired Earth Moving Equipment Operator operating equipment with push-pull system, (sing:e engine, up to and inciu 25 yds. struck) Group IO: Canal Liner Operator, Canal Trimmer Operator, Remote Control Earth Moving Equipment Operator, ’hiheel Excavator Operato e VOI. Ill 40 u.3. uGpai LIIIGIIC VI Lauui I I I I 1 I I I b 1 I I 1. I CA91-1 Group 11: Rubber-Tired Earth Moving Equipment Operator, operatii equipment with Push-pull System (single engine, Caterpillar, EI Athey Wagon, and similar types with any and all attachments OVI yds. and up to and including 50 yds. struck). Rubber-Tired EarthMoving Equipment Operator, operating equipment with Push-i System (multiple engine - up to and including 25 yds. struck) Group 12: Rubber-Tired Earth Moving Equipment Operator, operati equipment with Push-Pull System (single engine, over 50 yds. struck). Rubber-Tired Earth Moving Equipment Operator, operati equipment with Push-Puli System (multiple engine, Euclid. Caterpillar and simiiar, over 25 yds. and up to 50 yds. struck Group 13: Rubber-Tired Earth Moving Equipment Operator, operati equipment with Push-pull System (multiple engine, Euciid, Caterpillar and similar. over 50 cu. yds. struck), Tandem Trac Operator (operating crawler type tractors in tandem - Quad 9 a s i m i 1 ar type ) t Group 14: Rubber-Tired Earth Moving Equipment Operator, operati Tandem (scrapers, belly dumps, and similar types in any cornbin excluding compaction units - single engine, up to and includin yds. struck) Group 15: Concrete Pump Operator, truck mounted, Rubber-Tired E Moving Equipment Operator, operating in Tandem (scrapers, bel! dumps, and similar types in any combination, excluding compact units - single engine. Caterpillar. Euclid. Athey Wagon, and s types with any and all attachments over 25 yds. and up to and including 50 CU. yds. Struck), Rubber-Tired Earth Moving Equip Operator, operating ;n Tandem (scrapers. belly dumps,. and simi types in any combination. exciuding compaction units - multipl engine, up to and including 25 yds. struck) I Group 16: Rubber-Tired Earth Moving Equipment Operator. operati in Tandem (scrapers, belly dumps, and simjlar types in any combination, excluding Compaction units - single engine. over yds. struck) Group 17: Rubber-Tired Earth Moving Equipment Operator. operat- Tandem (scrapers, beily dumps, and similar types in any combir excluding compaction units - multiple engine, Euclid, Caterpi' and similar type, over 50 cu. yds. struck) Group 18: Rubber-Tired Earth Moving Equipment Operator. operat' equipment with the Tandem Push-Pull System (single engine, up including 25 yds. struck) Group 19: Rubber-Tired E; rth Moving Equipment Gperator. operat equipment with the Tandell] Push-Pull System (single engine, Caterpillar, Euciid, Athey Wagon and similar types with any ai attachments over 25 yds. and up to and including 50 yds. struc Rubber-Tired Earth Moving Equipment Operator, operating with Tandem Push-Pull System (multiple engine, up to and including I yds. struck) Vol. Ill 41 P I CA91-I I e Group 20: Rubber-Tired Earth Moving Equipment Operator, operatins equipment with the Tandem Push-pull System (single engine, over yds. struck). Rubber-Tired Earth Moving Equlpment Operator, operating equipment with the Tandem Push-pull System (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to yds. struck) 1 I I I I 1 b I I I I I I I I r Group 21: Rubber-Tired Earth Moving Equlpment Operator, operatin1 equipment with the Tandem Push-pull System (Multiple engine. EUI Caterpillar and similar type, over 50 cu. yds. struck POWER EQUIPMENT OPERATORS - CRANES, PILEDRIVING, AND HOISTING EQUIPMENT Group 1: Engineer Oiler, Fork Lift Operator, (under 5 tons capac i ty 1 Group 2: Truck Crane Oiler Group 3: A-frame or Winch Truck Operator. Ross Carrier Operat I (jobsi te) Group 4: Bridge-Type Unloader and Turntable Operator, Helicgp Hoist Operator Group 5: Stinger Crane (Austin-Western or similar type), Tugg Hoist Operator (1 drum) Group 6: Bridge Crane Operator. Cretor Crane Operator, Fork1 Operator (over 5 tons). ~oist Operator (Chicago Boom and similar type), Lift Mobile Operator. Lift Siab Machine Operator (Vagtborg and simiiar types), Marer Hoist Operator, Shovel. Backhoe, Dragline. Clamshell Operator (over 3/4 yd. and up to 5 cu. yds. MRC), Tugger Hoist Operator Group 7: Pedestal Crane Operator; Shovel, Backhoe, Dragline. Clamshell Operator (over 5 cu. yds, MRC), Tower Cran Repair, Tugger Hoist Operator (3 Drum) Group 8: Crane Operator (up to and including 25 ton capacity) Crawler Transporter Operator, Derrick Barge Operator to and including 25 ton capacity), Hoist Operator, S Legs, Guy Derrick or similar type (up to and inc!udi ton capacity), Shovel, Backhoe. Dragline, Clamsbe:; Operator (over 7 cu. yds, MRC) Group 9: Crane Operator (over 25 tons, and up to and inciudir ton MRC), Derrick Barge Operator (over 25 tons, up ? including 50 ton MRC), Highline Cableway Operator, !- Operator, Stiff Legs, Guy Derrick or similar type (c 25 tons, up to and including 50 ton MRC). K-Crane Operator, Polar Crane Operator, Tower Crane Operatc: Group 10: Crane Operator (over 50 tons, and up to and includ: ). Vol. Ill 42 CA91-1 I I I, I I I I I 1 I I I I I I00 ton MRC), Derrick Barge Operator (over 50 ton: to and including 100 ton MRC), Hoist Operator, St Legs. Guy Derrick or similar type (over 50 tons. I and including 100 ton MRC) Group 11: Crane Operator (over 100 tons, and up to and incll 200 ton MRC), Derrick Barge Operator (over 100 to to and including 200 ton MRC), Hoist Operator, St Legs, Guy Derrick or similar type (over 100 tons, and including 200 ton MRC), Mobile Tower Crane Op (over 100 tons, up and including 200 ton MRC. t Group 12: Crane Operator (over 200 tons, up to and includin 300 ton MRC), Derrick Barge Operator (over 200 to to and including 300 ton MRC), Hoist Operator, St Legs, Guy Derrick or similar type (over 200 tans, and including 300 ton MRC), Mobile Tower Crane Op (over 200 tons, up and including 300 ton MRC. Group 13: Crane Operator (over 300 tons), Derrick Barge Ope (over 300 tons, Helicopter Pilot, Hoist Operator, Legs. Guy Derrick or similar type (over 300 tons) Tower Crane Operator (over 300 tons) POWER EQUIPMENT OPERATORS- TUNNEL GROUP Group 1: Heavy duty repair person helper or welder helper Group 2: Truck crane oiler (25 tons & under) Group 3: Truck crane oiler (over 25 tons) Group 4: Heavy duty repairperson and/or welder Group 5: Truck crane operator (up to and inc;uding 25 :or Group 6: Truck crane operator (over 25 tons capacity L? ? I, & ificluding 80 ton MRC) Group 7: Mobile tower crane Group 8: Tunnel mole boriny machine operator POWER EQUIPMENT OPERATORS- TRUCK CRANE OPERkTOR Gorup 1: Heavy duty repair person he'per or welder he:per Group 2: Truck crane oiler (25 tons 8 under) Group 3: Truck crane oiler (over 25 tons) Group 4: Heavy duty repairperson and/or welder Group 5: Truck crane operator (up to and including 25 to1 I I? Vol. Ill 43 I CA91-1 I Group 6: Truck crane operator (over 25 tons capacity up to & Including 80 ton MRC) I I I 1 I I I I, I I 1 I I 1 I Group 7: Mobile tower crane Group 8: Truck crane operator (over 80 ton MRC up to and including 200 ton MRC) E Group 9: Truck crane operator (over 200 ton MRC); mobile Tower Crane (over 200 ton MRC) ’ TRUCK DRIVERS Group 1: Fuelperson (fueler without trucks), delivery by pickup: Group 2: 2 axle Dumps; 2 axle Flatbed; Bunker; Concrete Pumping; Industrial Lift: Forklift, under 15,000 lbs. Group 3: 3 axle Dump; 3 axle Flatbed: 2 axle Water Trucks; Eros Control Nozzle; Dumpcrete, less than 6 1/2 yds.; Forklift 15,00( lbs. and over; Preli; Pipeline working Truck Driver; Road Oil Spreader; Cement Distributor or Slurry Driver; Boot; Ross Carr i er Group 4: Off-road Dump, under 35 tons: 4 axle but less than 7 a: Lowbed and Trailer; Transit Mix. under 8 yds.; 3 axle Water Trui Erosion Control; Grout Mixer: Durnpcrete 6 1/2 yds. and over; Dumpsters; DW lo’s, 20’s and over; Fuel Truck and Dynamite: Win( axle; Truck Greaser Group 5: Off-road Dump, 35 tons and over: 7 axle or more: Trans Mix. 8 yds. and over; A-frame or Swedish Cranes; Tire worker; W Pull Tankers: Welder; Winch Truck, 3 axie or more Group 6: Truck Repair Group 7: Motorized Traffic Control, Pick-up on job site. 1 Unlisted classifications needed for work nct inciuded within -:he scope of the classifications listed may be added after award on1 as provided in the labor standards contract clauses (29 CFR, 5.5 (a>(l)(ii)) t Vol. Ill 44 April 6, 1993 Bade Construction Company 14635 Yukon Street San Diego, CA 92129 Re: Bond Release - Oak Avenue Improvements, Grand Avenue Sidewalks, Ramps - Con1 Nos. 3731, 3732, and 3729 The Notice of Completion for the above-referenced project has recorded. Therefore, wt hereby releasing 75% of the Faithful Performance Bond. Please consider this letter as ; notification that $92,110.00 of The Explorer Insurance Co. Faithfd Performance Bond 1201 182 is hereby released. A copy of the recorded Notice of Completion is enclosed for your records. dr& Assistant City Clerk Enc. c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 0 0 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL - C/O 5 Project: #3731, Oak Avenue Street Improvements Date Routed: To: 7/? /9 a City Engineer Engineering inspection Community Development Director Finance Director Engineering Inspection Z2Ea Ewi% 7-40-9t 7-[b-ciL- City Manager/Mayor Reason for change: item 1: The Oak Avenue contractor is currently performing change order work at Laguna DI and State Street (Maxton Brown Park) which is in close proximity to the work which is subject of this change order. Utilization of this contractor to perform the subject w would be cost effective and expeditious. Council approval is required for this change order. COST ACCOUNTING: Original contract amount . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $122,813. Total amount this c/o . . . . . . . . . , . . . . . . . . . , . . . . . . . . , . , . . . . . . , . . . . . . . . . . . . . . . $7,398. Total amount of previous c/o’s. . , . , . . . . . . . , . , . . . . . . . , , . , . . . , . . . . , . . . . . . . . . , . . . . .$32,518. Total c/o’s to date , . . . . . . . . , . . . . . . . . , . , . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . $39,916. New Contract Amount . . . . . . , . . . . . . . , , . , . . . . . . , , . , . . . . . , . , . . . . . . . . . . , , , . $1 62,730. Total c/o’s as % of original contract . . . . . . . . , , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . % Contingency monies encumbered . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . $51,516. Contingency increase or decrease . . . . . . . . . . . . . , . . . . . . . . . . . , . . . . . . . . . . . , , . . . . $3,198. Contingency Subtotal. , , . . . . . . . . , . . . . . . . . . , . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . .$54,714. Total c/o’s to date . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . $39,916. Contingency Balance .................................................... $14,797. H:\LIBRARY\DPS\WPDATA\INSPEC’IV731-S.CHN 0 0 CITY OF CARLSBAD PROJECT: Oak Avenue Street Improvements CONTRACT CHANGE ORDER NO. 5 / ;yi CONTRACT NO. 3731 P.O. NO. 13675 ACCOUNT NO. 31 0-820-&3391 CONTRACTOR: Basile Construction Company ADDRESS: 14635 Yukon Street San Dieqo, California 921 29 The Contractor is directed to make the following changes as described herein. Changes shall incli all labor, materials, equipment, contract time extension, and all other goods and services required implement this change. Payment stated on this change order includes all charges, direct or indin arising out of this additional work and is expressly agreed between the City and the Contractor to be complete and final costs hereof. The requirements of the specifications, where pertinent and no1 conflict with this change order, shall apply to these changes. This change order is not effective unlc signed by the City Manager and/or the Mayor. Item 1: Pursuant to Section 3-2, Changes Initiated by the Agency, of the Standard SDecifications -- Public Works Construction, 1991, construct improvements at 2683 and 2687 Roosevelt Street I attached sketch #001. TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $7,39t H\LIBRARY\DPS\WPDATA\INSPECX3731-5.CHN + 0 0 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED BY WORKING DAYS. TIME ACCOUNTING FOR THIS CHANGE ORDER SHALL BEGIN IMMEDIATELY UP( COMPLETION OF CHANGE ORDER NO. 4 WORK (MAXTON BROWN PARK). RECOMMENDED BY: APPROVED BY: (5ggk- <5,&/ vu FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR H\LIBRARYV)PS\WPDATA\INSPECK?731-S.CHN - /-% JG7 T T - - - __ __ ___ - - - - \ n .L I ld0 --__-____ WW N , "" .I"....*.