HomeMy WebLinkAboutCALCO CONSTRUCTION; 1984-08-07;. '
--
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS & SPECIFICATIONS
for
CONSTRUCTION OF POINSETTIA LANE
FROM AVENIDA ENCINAS TO CARLSBAD BOULEVARD
• CONTRACT NO. 3079
APRIL, 1984
,_
'
TA.BLE OF CONTENTS
ITEM PAGE
NOTICE INVITING BIDS 1
PROPOSAL 3
BIDDER'S BOND TO ACCOMPANY PROPOSAL 11
DESIGNATION OF SUBCONTRACTORS 12
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 14
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 15
CONTRACT 16
LABOR AND MATERIALS BOND 21
PERFORMANCE BOND 23
GENERAL. PROVISIONS 25
SPECIAL PROVISIONS 31
RAILROAD REQUIREMENTS & COORDINATION 47
CALTRANS' STANDARD DRAWINGS 62
RAILROAD AGREEMENT SAMPLE 73
' CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Agent,
City Hall, 1200 Elm Avenue, Carlsbad, California, until 2:.00 PM on
the 2nd day of Julf , 1984, at which time they will
be opened and r,ead for per orming the work as follows:
CONSTRUCTION OF POINSETTIA LANE
FROM AVENIDA ENCINAS TO CARLSBAD BOULEVARD
CONTRACT NO. 3079
The work shall be performed in strict conformity with the ~peci-
fications therefor as approved.by the City Council of the City of
Carlsbad on file in the Engineering Department. Reference is hereby
made to the specifications for full particulars and description of
the work.
No bid will be received unless it is made on a proposal form
furnished by the Engineering Department. Each bid must be
accompanied by security in a form and amount required by law. The
bidders' security of the second and third next lowest responsive
bidders may be withheld until the contract has been fully executed.
The security submitted by all other unsuccessful bidders shall be
returned to them, or deemed void, within ten days after the contract
is awarded. Pursuant to the provisions of law (Government Code
Section 4590), appropriate securities may be substituted for any
money deposited with the City to secure any obligation required by
this notice.
The documents which must be complet•d, properly executed, and
notarized are:
1. Proposal
2. Jlidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and
Experience
All bids will be compared on the basis of the Engineer's estimate.
The estimated quantities are approximate and serve solely as a basis
for the comparison of bids. The Engineer's Estimates are $1,105,000
for Alternate No. 1, and $1,261,000 for Alternate No. 2.
No bid shall be· accepted from a Contractor who has not ,been licensed
in accordance with the provisions of State law. The Contractor
shall state his or her license number and classification in the
·proposal.
I One set of plans, special provisions, and contract documents may be
obtained at the Engineering Department, City Hall, Carlsbad,
California, for a nonrefundable fee of$ 30.00 per set.
'
Page 2
'
The City of Carlsbad reserves the right to reject any or all bids
and to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of
worker needed to execute the contract shall be those as determined
by the Director of Industrial Relations pursuant to the Sections
1770, 1773, and 1773.l of the California Labor Code. Pursuant to
Section 1773.2 of the California Labor Code, a current copy of
applicable wage rates is on file in the Office 9f the Carlsbad City
Clerk. The Contractor to whom the contract is awarded shall not pay
less than the said specified prevailing rates of wages to all
workers employed by him or her in the execution of the contract.
The Prime Contractor shall be responsible to insure compliance with
provisions of Section 1777.5 of the California Labor Code.
The provisions of Part 7, Chapter 1 of the California Labor Code
commencing with Section 1720 shall apply to the contract for work.
Bidders are advised to verify the issuance of all addenda and
receipt thereof one day prior to bidding. Submission of bids
without acknowledgment of addenda may be cause for rejection of
bid.
Bonds t~ secure faithful performance of the work and payment of
laborers and materials suppliers each in an amount equal to one
hundred percent (100%) of the contract price shall be required for
work on this project.
Approved by the City Council of the City of Carlsbad, California,
by Resolution No. 75"0:! , adopted on the 771:: day of
APRIL , 19_.g<.::!f.--
City Council
City of Carlsbaij
1200 Elm Avenue
Carlsbad, CA 9200B
CITY OF CARLSBAD
~ONTRACT NO. 3079
PROPOSAL •
Page 3
The undersigned declares he/she has carefully examined the. location
of the work, read the Notice Inviting Bids, examined the Plans and
Specifications, and hereby proposes to furnish all labor,
materials, equipment, transportation, and services required to do
all the work to complete Contract No. 3079 in accordance
with the Plans and Specifications of the City of Carlsbad, and the
Special Provisions and that he/she will take in full payment
therefor the following unit prices .for each item complete, to wit:
BID SCHEDULE FOR ALTERNATE NO. 1
Approximate
Quantity Item
No.
1
Article w/Unit Price or
Lump Sum Written in Words & Unit
LS
Unit
Price
$_-"11.1~IA:.,.__ j
TOTAL
$~t>i)
2.
3.
4.
Asphalt Concrete Pavement
Removal at "flan, dollars
cents
Clearing and Grubbing
at 'f--ta:J: +/u,,. t? o avJ d o l l a r s & _________ cents
per Lump Sum.
Road11ay Embankment at ,q...6-u./L dollars
& ~ cents per Cubic Vars.
2900 SF
LS
40,300 CY
5. Structural Excavation (F)* 410 CY
(Bridge) at ::i-(&?'(«1 -
...=========-'collars & ~ c e n t s
per CubicYards.
(>O
$ I, 1./50
$ ,.;/9 • $/0.000 -
$ /{,/,;Jct) tlO ,
$o2D50 00
Item
No.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Page 4
Article w/Unit Price or
Lump Sum Written in Words
Approximate
Quantity & Unit
Structural Backfill (Bridge)(F)*210 CY
at tAi11 hd do 11 a·rs
& fl?fs cents per Cub1c ars.
Erosion Control at iw-o~ 1.15 AC ~ -1.,1 ,.. '1,µ£ do 11 ars ·
~-cents per ~ ~ ~ w11c.
Finish Roadway at &..cl
:t:,tlvwlLO"-"QU:O~mdl:l.d.!.......:====-'dorlars r--"" a:kQ cents pe_r_L~u_m_P_._S_u_m-."-'-'"""'--
Class 2 Aggregate Base at
PFi:..gD~,~~~>fal:aJ~)/....;:===~aollars & -..---~LYYa.ud.J.) __ cents per Ton.
Type "B" Asphalt Concrete
Paving at '1-ft,rbt --
..-:=====-==-=~=~ o11ars & ,0?...(? cents per Ton.
LS
1,585 Ton
1,500 Ton
Unit
Price
HP 14x89
Piles at
t>-0 1,133 L.Ft. $_./uaJ,,__ __
HP 14x89 Drive Steel Piles
at 'fu..rQ dollars
& ~2 cents per Lineal Foo.
1,133 L.Ft. $ q),-0
Pre-stressed Precast 4' (F)* 33 Ea.
~:cre~l ~bs at m
---!:4?~ ~ o ars .AM2 cents.
Each.
Class "A" -3500 PSI (F)* 373 CY.
1~r.e~~!!~~~
pefiio1c ar •
TOTAL
$ (eQQO"°
$.L.2d.3500
Item
No.
15.
16.
17.
18.
19.
20.
21.
22.
23.
Article w/Unit Price or
Lump Sum Written in Words
Class "A" -3000 PSI High
Strength Grout at {~ -1.,, ,y-y/1 9 d o a rs
& ~ cents per C.u61 C Yar.
Approximate
Quantity
& Unit
120 CY
Unit
Price
$ o<l .
elQO
Page 5
TOTAL J
$~09
Reinforcing Steel at (F)*56,600 LB --tlo do l'Tars
$0.s~ $~00
-,--~~;J._-.-~-,~,-,--cents
per Pound. 17 I
18" R.C.P. -Class III at {Bob,,e0Jdl dollars
' cents
per Lineal Foot.
24; R.C.P. -Class III at
{ J 01t b, :P, IO do 11 ars
r ~> cents
per L,nea1ciot.
3°zt R.C.P. -Class III at
{ ~-~ ~ do~!~~~
per Linea oo .
54" R.C.P. -Class III at ':t} iin• t,.4 do 11 ars & ..:'.1:lA cents
per L1nealFoot.
Each.
Type "A-4" Cl eanout .,at .J ~ Mn1«:1"J4;,, ~s • llffk12 cents
Each.
4' Concrete V-Ditch at
7..J&d do 11 ars
& ~2 cents per Linealoot.
00 48 L. Ft . $..,3.,_,8"'-----
00 2,578 L.Ft. $~,3~J...._ __ _
"'° 5 2 0 L • Ft . $_,,.3"-'){,.._ __
6-0
130 L.Ft. $~9~0L---$ .11+200 oO
1 Ea. oc $/900 t>C
$/900
8 Ea. ,x)
$ 1.$00 ,
t>O 540 L. Ft. $.L/0""'-: __ _ $:S+!£_oooo
Item
No.
24.
25.
ti(-
27.
28.
29.
30.
31.
32.
. Page 6
Article w/Unit Price or
Lump Sum Written in Words
Approximate
Quantity & Unit
Unit
Price
--...,_
Class "A" -'3000 PSI Concrete 131 ~Y
Slope Paving at ~., f;;;,,1,.....J ---......J
$ -lteO
:4:i,..1p o 1 ars
& , r 1 ./YL.() cents
per Cubic _Yard.
Sewer Protection at
.,..Ka;vl,l,:!41di4-~bld4-1 ____ d.o11ars
151 r ~ cents
per Lineal Foot.~
6" P.C.C. Curb and Gutter
at vi· l dollars
& ~ .a:JJ? cents
per L1neal ~oot.
6" !J~-C. Curb at -~--~td>v dollars ~,-;:J/...J~~-£2'.l--.Q--cents
per Lineal Foot.
4" P.C.C. Sidewalk at
~ dollars &~ cents per Sqare ott.
P.C.C. Cross Gutter at t'&~ dollars -(A ;'f f., cents per quare oot~
6' Chain Link Fence at r411Tecav dollars
. ,;'Y\.-0 cents
per L1neal Foot.
Type ~ain Link Railing at 'f;,,,1 dollars
& r~ cents
per L1neal Foo.
25 L. Ft. $ (;O o-o
J Ea.
1,320 L • Ft • $-=6,=-o,c----
1,260 L.Ft. $~•~1-o,,c, __ _
6,600 SF $ ~o
1,600 SF
2 $ /,,t>O 15 L.Ft. _:t_
4E.' 356 L.Ft. ~P."--: __ _
TOTAL
~ $~~()
00 $,3 1,8"0 '
-.
,
Item
No.
33.
34.
35.
36.
37.
38.
39.
40.
Article ~/Unit Price or
Lump Sum Written in Words
Type 25 Barrier Rai~
w/Sound Wall at ~~
& .o:::z-q cents
per Lineal Foot.
Type 26 Barrier Rail at
,St,0:f& t;.1 do 11 ars & r?::k<-2 cents
per Lineal Foot.
Metal Beam Guard Railing
at f.,1J f,,,n, dol 1 ars
& ~2 cents per L1neal Foo.
Utility Relocation, Other
~Gasline at ~ -~r0c0md o ars 4'.Y? cents
per Lump Sum.
Modify Invert Slope of
Existin9 30" R.C.P. at 7f'41 +Ju,,,, t4/lm-d do 11 a rs
.A1--Q cents
per Lump Sum.
at
/Js,.!0....i!li.'2:l.tl'.!l..t.«:!ZU..!1..!!~ollars
---~~.4Ji.u_c.ents per
Concrete Headwall for 24"
R.C.P. at~w~~~,_._..-. __ 1:.Al'H, :<J;(,)~ dollars ~&""-'= ...... ~.-:n-:P.._......._"--cents
Each.
Type •1 11 Junction Box for
24•: Vi· at ;)11 ~_,4,,_J] 9&:j ,mA o ars
& /Y\11: cents Each. ·
Approximate
Quantity & Unit
Unit
Price
750 LFt. S.,:$'Q.-
178 L.Ft. $70 00
572 L.Ft. $ /,f D<J
LS
LS $ ,.;/;z '
_,,..(J ' ,.. ? 0 _.f,
-5-0~ L.Ft. oO so2ao
1 Ea.
1 Ea.
Page 7
TOTAL
s.3z5.x, 00
$ i.,.flt:tO DO
Item
No. -
41.
42.
43.
Article w/Unit Price or
Lump Sum Written in Words
16K Lum~n; Stree~ ghts at tlt,, ~e0a~dollars
Bi 4YJ cents
per Each.
Temporary Private Railroad
Crossing at "liPAa
...--------Vdol iars __________ cents
per Lump Sum.
Unclassified Excava ion
and Backfi 11 at
& ~ per cubic Var.
Approximate
Quantity Unit
& Unit Price
6 Ea. $ ,30QQ o<>
LS $ -o -
Page 8
TOTAL
$1J;ooo~
$ -o---
(F}* 833 C.Y. $JJ,.__e>-0 __ _
NOTE: If the Contractor does not intend to have a Temporary
Crossing constructed, enter zero for Item No. 42. (~ee
Section 10-31}
(F}* Indicates "Final Pay Quantities", when the quanti.tfes
for a specific portion of the work are designated on
the Plans as final pay qua,ntities •. Said quantities
shall be the final quantities for which pay~ent for
such specific portion of the work will be made, unless
the dimensions of said portions of the work shown on
the ~lans are revised by the City Engineer •. (See
Section 9-1.015 of Standard Specifications.)
...Lj..J!al...,£---1,jtdA!,.;~'4-'Jd.4.I44,...~~JJ:::u.,,U.4!:~!:2!.L....1L&d.~t1.&.d~~-:!#-.!,/JIA/,
Total amount of bid for Alternate No. 1 in. numbers: s91,,4:f1&t>()
Addendum (a} No(s} / has/have been. q 6?_,';;'1--I
received and fs/are included lh this proposal. ,
Page BA
BID SCHEDULE FOR ALTERNATE NO. 2
Alternate No. 2 consists of all items in Alternate No. 1, plus the
following items for four-lane fill:
Item
No.
1.
2.
3.
4.
'1.
Article' w/Unit Price or
Lump Sum Written in Words
Approximate
Quantity Unit
&·Unit Price
Roadway Embankment at --1../uie . do 11 ars
23,134 C.Y. $,3'-0 ·
& ~p;,. cents per Cub1c ~d~
Eros i o;\C~nt ro l at "lt1A'J -,.J _,,_ f4d ~ ~offars-~
-4Y2 cents per Acre.
54" R.C.P. Class III at
... & ..... f~•::::i1l~h~h..,_,_4 ___ .dollars o T ~ cents
per L1near F'oot.
Class "A" -3000 PSI
Concre~ Paving atON. dollars
& · ~ cents per Cubic Yar.
Adju~ at·
O..,.,,_ Ac&° 11 ars
g; r ,4'.':Q cents
per Each.
1.15 AC
60 L. F •
36 c.v.~
3 Ea.
LS
$ lleO 0-C
o,<)
$ J,lft>O
TOTAL
$ /3. za:i t1o '
or,-t;c)rN'-0
$~o,<)
Tot al amount of bid for Al tern ate No. 2 in numbers: $U)q '/..37 !/!£. 1 \ 014 4-?°S.• Addendum (a) No(s) / has/have been J ' received and is/ar_e....,,.1~n-cT1-u~a~e~a......,1~~-t~h~1rs,-p_r_o~p~o-s~a,l-.-
' -r
Page 9
All bids are to be computed on the basis of the given ·estimated
quantities of work, as indicated in this proposal, times the unit
price as submitted by the bidder. In case of a discrepancy between
words-and figures, the words shall prevail. In case of an error in
t.he extension of a unit price, the corrected extension shall -be
calculated and the bids will be computed as .indicated above and.
compared on the' basis of the corrected totals.
The Undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the. Undersigned in making up this bid • .
T-he Undersigned agrees that in case of default in executing the
required contract with necessary bonds and insurance policies
·within twenty (20) days from the date of award of contract by City
Council of the City -0f Carlsbad, the proceeds of check or bond
accompanying this bid shall become the property of the City of
Carlsbad.
Licensed in accordance with the Statutes of the State of California
providing for the registration of Contractors, License No. 437429
Iden ti f i cat i on General ....;;.;===----------
The Undersigned bi~der hereby represents as follows:
1. That no Counci lmember, offfcer, agent or employee of the
City of Carlsbad is personally interested, directly or
indirectly, in this contract, or tbe compensation to be
paid hereunder; that no representation, oral or in writing,
of the City Council, its officers, agent~ or employees, has
induced him/her to enter into this contract, excepting only
those contained in this form of contract and the papers
made a part hereof by its terms; and
2. That this bid is made without connection with any person,
firm or corporation making a bid for the same work, and is
in all respects fair and without collusion or fraud.
Accompanying
in an amount
price.
this proposal is
(Cash, Certified
of not less than ten
Bidders Bond
Check, Bond, or Cashier's Check)
percent• (10%) of the total bid
I ,•
'
. -.-. June 28, 1984
ADDENDUM NO. 1 (CONTRACT NO. 3079)
Page 2
Add:
It shall be the responsibility of the Contractor to determine the exact
location of all utilities. The Contractor shall make his/her own
investigation as to the location, type, kind of material, age, and
condition of existing utilities and their appurtenances and service
connections which may be affected by the contract work, and in
addition, he/she shall notify the City as to any utility,
appurtenances, and service connections located which have been
incorrectly shown on or omitted from the plans.
4. On Page 7 of the Specifications, omit Bid Item No. 36, "Utility
Relocation".
5. On Sheet 11 of the Plans, Tie Cable Detail:
Change: 1-1/4" Tie Cable
To: 1-1/4" Galvanized Tie Cable
6. On Sheet 4 of the Plans, under "Construction Notes -Item 1 :
Add: 5" A.C. over 611 base is the mi!limum section required. The
exact section shall be decided after the "R"-value test.
7. The Bid Opening has been extended to 4:00 P.M., Friday, July 6, 1984.
If you have any further questions, please call me at (619)438-5529.
~ ~~:-
PAT ENTE~
Project Manager
PE:hmj
;
1200 ELM AVENUE
ARLSBAD, CA 92008-1989 ) . .
Office of the City Engineer
otitp of otarlsbab
June 28, 1984
ADDENDUM NO. 1
CONSTRUCTION OF POINSETTIA LANE
FROM AVENIDA ENCINAS TO CARLSBAD BOULEVARD
(CONTRACT NO. 3079)
1. On Page Hof the Specifications, add the following items:
6. Temporary Siltation Basin
per Pl ans at ----.d.,..o""'ll ... a-r~s
...--------cents
per Lump Sum.
7. 18" R.C.P. at--~--dollars ...--------cents
per Lineal Foot.
8 •. 2" A •. c. "V"-ditch at
dollars --------cents pe-r""'L,...1""n_e_a,..l ..,F_o_o..,.t-. --
Quantity Price Total
L.S.
· 55 L.F.
800 L.F.
2. Page 34 of the Specifications, Section 7 (Flagging Costs), is amended to read:-
TELEPHONE
(619) 438-5541
The cost of furnishing all flagging costs, including flagmen, shall be
incuded in the Various Items of Work and no additional payment shall be
made therefor.
·3. Page 36, Section 10.5, Paragraph 5:
Omit: If the Contractor discovers underground main or trunk lines
not indicated on the plans or in the Special Provisions, he
shall i11111ediately give the Engineer and the Utility Company
written notification of the existence of such facilities.
Such mains or trunk lines shall be located and protected from
damage as directed by the Engineer and the cost of such work
will be paid for as extra work as provided in Section 4-
1.030. Damage due to the Contractor's failure to exercise
reasonable care shall be repaired at his cost and expense.
:¼¼Designation of Subcontractors, continued, page iJ*
INDIVIDUAL ACKNOWLEDGEMENT
' .. j ," ,.
i r I ; .,
' "' 1W '%
I " IJ
' L
11
; .,
j
I •
-
CENTRAL SAVINGS I
STATE OF CALIFORNIA }
-~=_E.~=----· ss. COUNTY OF an ego
On July 6th, 1984 before me, the undersigned, a Notary Public in and for said
County and State, personally appeared---------Charles J. Lumsdaine------------,
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument, FOR NOTARY SEAL OR STAMP
"'· and acknowledged that----he-------executed t~e.
Becky S Treadway
Name (Typed or Printed)
BA 270 (7/B2)
/,$# DIEGO } ss.
/ ,;:, ) July ,intheyear 1984, .:._~ o/i• a Notary Public in and for said County and
)~ •.• n.:__ ______ _
/~ $ ~-.
; . '-~~ ~ ,-~...J~:/ ~ .. \-----•personally known to me
. " _ '?q-:.)\basis of satisfactory evidence) to be
· ~ ' ·-\•rs of the partnership that executed the
~wledged to me that such partnership
7
'
0mCIALIIIAI.
BECKY S. TREADWAY
~OTARY PUBLIC• CALIFOlffllA
Principal Office In Sin Qil8o Do
My CommiNIDfl Explia rtti, 10,
llliiUtfuliULIIIUUIIIIU
•
OFFICIAL SEAL
CARLA L MARTIN
NOlARY PUBLIC , CALIFORll!IA
PAtNCIPAt OFHr.:t 1'4
8AN DIEGO COUNTY
MyCommiss,onExplresDec.14, 1987 -/ Name (Typed or Printed) ✓M"• ,,ua"' -C~~ oOO S••
-
FOR NOTARY SEAL OR STAMP
I
. I
I
. '
,-~
/ /.
•
..
..
•
Page 10
The Undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply w·ith
such provisions before commencing the performance of the work of this
contract.
I
The Undersigned is aware of the provisions of the State of California
Labor Code, Part 7, Chapter 1, Article 2,-relative to the general
prevailing rate of wages for each craft or type of worker needed to
execute the contract and agrees to comply with its provisions.
r:;z 4-~ Av€~ 1 f'ii cl,/C-/ I'/ ft-J
619-ijB-844~ umber
Juln s. 1984 ate
P.O. Box 1171. Carlsbad, CA 92008 B1dder1 s Address
/
Partnership
Type of Organ1zation
(Individual, Corporation,
Partnership)
List below names of President; Secretary; Treasurer; and Manager,
if a corporation; and names of all partners, if a ~artnership:
Wm. A. Corn
Charles J. Lumsdaine
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
_( CORPORATE SEAL)
;'
'
'i
State of California,
-------"'=="'----• } SS: County of ORANGE
' I
• ' .
,.·
On this 29TH , day of JIJNll , in the year 19S4 , before me ;Notary of Public
'personally appeared OWEN M. BROWN , personally known to me (or proved to me
on the basis of satisfactory evidence! to be the person whose name is subscribed to this instrument as the Attorney•ln•Fact
of UNITED PACIFIC INSURANCE COMPANY, and acknowledge to me that he (she) subscribed the name of UNITED
PACIFIC INSURANCE COMPANY thereto as surety, and his (her) own name as Attorney-In-Fact.
.
··••-~---•--•--..... -••--R•
OFFICIAL SEAL
BARBARA J BENDER
NOlARY PUBLIC • CAI.IFORNIA
ORMG: COUll1Y
My co:nm. ""Pires JUN 15, 1988 .
"' ,
•·· . _ ... -kl'rop9sa1 for City of
CENTRAL SAVING!" I
Page 10*
•••• I
·; .. '-:--INDIVIDUAL ACKNOWLEDGEMENT
t .. ·~ ..
% .. •J L
=
STATE OF CALIFORNIA
COUNTY OF San Diego } ss.
On July 6th, 1984 before me. the undersigned, a Notary Public in and for said
County and State, personally appeared -------Charles J Lurnsdaine---------------,
personally known to me (or prqved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument, FOR NOTARY SEAL OR STAMP
and acknowledged that ---he------executed the
same.
Becky S Treadway
Name (Typed or Printed)
· OfflCIAL ~ .
•
G~CKV S,. TRcADWAY
i<Jtif:Y f U,~m • CALIFORNIA
Prio:i~I ome.s i,1 Son Oie8D Olllnty
My Commissi:f.l Expires Feb. 10.
'\ } . STATE OF CALIFO'm(.i DIEGO SS.
COUNTY50tF.h July 1984
-..
ii ll , ., ·-
On this ___ day or ___ ;:... __ , in the year ---•
before me. the undersigned, a Notary Public in and for said County and
S,ate, personally appeare'orn wm. A,
------------:--:-· personally known to me
(or proved to me on the basis or satisfactory evidence) to be
one or the partners or the partnership that executed the
within instrument, and acknowledged to me that such partnership
executedtbe(}J l ~ m~
Signature --
Carla L. Martin
Name (Typed or Printed)
Notary Public in and for said County and State
1•ll9 I/BJ MAINE
OFFICIAL SEAL
CARLA L MARTIN
NOT.-.RT .. ueur. r~~L1JMNT.
P■INCIPAI ()fHCl , ..
aAN tNlOO COUNTY Mytomm1,,1ontxplr110K.14, 1987
FOR NOTARY SEAL OR STAMP
' j
i
l l ~-~ I • I I
; '
. '•'.·. ,•
,
' j
·1
l _i
' ' ' l
.. " '· I
_.1
' . :-, I
'
1 .. 1
l
1 1 ! l
•
•
•
•
L
•
•
' !
Bond No. U492702
Page 11
BIDDER'S BONb TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, CALCO CONSTRUCTION, A JOINT VENTURE • as Principal.
and UNITED fACIFlC tNSfRANCE eoMPm • as Surety. are held and firmly bound un o t e{ y ofarsad, California, in the sum
of TEN PERCENT OF THE TOTAL BID IN----------------------------------Do 11 ars-
( $ 10% of total b0id ), lawful money of the United States for the
payment of which sum well and truly to be made,.we bind ourselves,
jointly and severallj, firmly by these pres~nts.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
CONSTRUCTION OF POINSETTIA LANE
FROM AVENIDA ENCINAS TO CARLSBAD BOULEVARD
CONTRACT NO. 3079 .
in the City of Carlsbad, is accepted by the City Courtcil of. said
City, and if the above bounden Principal shall duly enter into and
execute a contract including required bonds and insurance policies
within twenty (20) days from the date of Award of Contract by the
City Council of the City of Carlsbad, being duly notified of said
award, then this obligation shall become null and void; otherwise,
it shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City •
In the event any Principal above named executed this bond as an
individual, it is agreed that the death of. any such Principal shal 1
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 29th
day of JUNE , 19 84 --------------
Corporate Seal (If Corporation)
--,.. • R
Tit 1 e. ATTORNEY-IN-FACT
(Attach acknowled9ement of
Attorney in Fact)
A JOINT VENTURE
(Notari al acknowledgement of
execution by all PRINCIPALS and
SURETY must be attached.) j .
\·
(
'
. '
UNITED PACIFIC INSURANCE COMPANY
HEAD OFFICE, FEDERAL WAY, WASHINGTON
POWER OF ATTORNEY
·MOW ALL MEN BY THESE PRESENTS, Thllt tho UNITED PACIFIC INSURANCE COMPANY, 1 mrpor■tion duly or111nlnd under tho lows of tho
._:-11• ot Wahington. dDIII tllniby m1ke. CDMtitutt and appoint
OWEN M. BROWN of ANAHEIM, CALIFORNIA---
ill true and l■Mul Attornay-in•Fact, to make, eaec:ute, •' ■nd d■livw for and on lb behalf, and• its Kl and. deed
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP------
and to bind the UNITED PACIFIC INSURANCE COMPANY thereby II fully and to the ume extant 11 if such bonds and undertakings and other writings
ablig11ory iri the naturw thlnot were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed end anested bv one
other ol such oflicer1. ■nd hlrllby r~tifiel and confirms 111 that ill uid Attornavld-in-F1c1 mav do in pursuance hereof.
Th11 Power of Anorney ii granted under and by authority of Artie .. VII of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which
bec.tnw eftec1ive ~Ptember 7, 1978, which provilions ■re now in full form ■nd effact, r■■ding as follows:
ARTICLE VII -EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chlirm1n of the Board, any s■nior Vice President, any Vice President or Auisutnt Vice President
or other officer dH19nau,d by the Board of Oiree1ors 1hlll have power and au1hority to t■) eppoint Attorneys-in-Fact nnd to authorize them 10 execute
on behalf of 1he Company, bonds and undertakings, recogniuncn. mntr1c:t1 of indemnity and other writings obligatory 1n the nature thereat, and lbl
to remove any such Anornoy-in-Fact at any time and rltVDke the power and authority lii¥1n to him.
2. Anorney1•in•F1ct shall have power and authority, aubjeci to the terms and limitat1on1 of the power of attorney issued to them, to execute
and deliver on behalf of th■ Company. bonds and undertakings, recogniuncn. contracts of indemnity and olher wri1ings obligatory in the nature thereof.
the corporate MIi ii not MCftlltY for the validity of any bonds and undertaking., recogniunces, contracts of indemnity and other wmings obligBtory
m the nature lh■reol.
3. A1torney1-in-FK1 shall hive power and authority to H■cute effid■vitl requirld to be attached to bonds, recognizances, contracts ot,mdem-
n11y or other conditional or obligatory undertakings and they shall al10 hive power and authority 10 cenify the financial statement of the Company &nd
copees of 1he By•LIWI at the Company or any artic:te or IKl'ion th•reof.
n,1IS power of attorney is ■ignad and -■led by facsimile Under and by authority of the following Resolution adopted by the Boerd of Directors of
UNITED PACIFIC INSURANCE COMPANY•• 1 m■eting held on thl 5th day of June, 1979, 11 which a quorum w.s presen1, ■nd 11id Resolution has not
been ■mended or repullld:
.. Resolwd, th■t lhe 1ign11ures of such directon and officers and th• ••I of the Company may be affixed 10 1n-y such power of ■Horney or any c:enific:ate r■l■ting therelo by facsimile, and eny such powrer of.attorney or c:enifictte bearing such facsimile
11;n1tures or t■csimile -■I lhlll be v■lid and binding upon lhe Company end any such pc,wer IO executed and certified by
facsimile sign■twn and f■climile sul shall be v■lid ■nd binding upc,n the Company in the future with respect to any bond or
unden■king-to which ii is attached."
IN WITNESS WHEREOF,tha UNIJEP PACIFIC INSURANCE COMPANY hl1 c■ulld tbe,e pri!unu to be 11gned by its Vice President, and its corporale
, .. 1 to ... horoto.1llixed, this !>tn d■y of March -19 84
NV r. ,/(,,~ /
STATE OF,
COUNTY OF
On lhis 5th
Washington
King
day of
Vici P,nid■nt
}a.
March . 19 8'oerson■tly ■ppo■rod Charles B, Schmalz
to me known 10 be lht Vic:e.Prnid■nt of the UNITED PACIFIC INSURANCE COMPANY, and acknowl■dgod that he ■•ecuted' and 1ues1~· the t0re•
,ooina 1n11rumen1 and 1ffixld th■ 11■1 of uld corporation therelo, and 1h11 Artk:ie·v11, Sec1ion 1. 2, and 3 of the By•L■w1 c;af Mid Company, lind 1he
R..,lulion. lfll forth therein, •• ltill in full force.
Mr Cammt1110n Exparn:
July 20 86
~kl.-~44~
ZPMl>lic in and for St■t• of Washington ,18
Fllsiding at f/J.lton
_, Charles J • Falskow , Aa;nan1 Soaet■ry of the UNITED PACIFIC INSURANCE COMPANY, do hor■by conifv INI •••
llboWII and forego1ngt1 I true 1nd corrKI a,py of I Power of Attorney HICllled by Uid UNITED PACIFIC INSURANCE.COMPANY, which ii Hill in full
force and efftcl. -
IN WITNESS WHEREOF,.! ho• hereunto_, my hood end ■lfi-■d tho-of •Id C-,,y this 6th d■y of
. 4 f~ Aai111nts■Cfa11ry C/.. .. ta..P, ~k--
llDU•l'31 Ed. ,SO ~~ 7
JULY 11184
Page 12
?-
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the
following listed Contractors in making up his/her bid and that the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the City Engineer, and in accordance
with applicable provisions of the specification~. No changes may
be made in these subcontractors except upon the prior approval of
the City Engineer of the City of Carlsbad. The following"
information is required for eath subcontract6r. Additional pages
can be attached, if required: ·
Items of
Work
Fu 11
Company
Name
Complete
Address
w/Zi_e Code
--___ 5_a_-e_ 1trr11e11CJ)
-------------!
'
,. ;
f.
' •
Phone No.
w/Area Code
________ ,CALCO CONSTRUCTION ________ _
General Engineering Contractor
' SUB-CONTRACTORS Poinsettia -Listed on bid
Gunite
Mission Gunite, Inc.
11929 Woodside Ave
Lakeside CA 92040
619 -562-4450
374889 -c-61
Electric
Select Electric
4580 Federal Blvd.
San Diego, CA 92102
619-263-7223
F.nsfe
297034 C-10
Minor Structures
Tatlock Structural Concrete
P.O. ·!lox G
El Cajon, CA 92022-2231
· 619-579-7527
Curb and Gutter
Mondale, Inc.
7370 Mission Gorge Road
San Diego, 92120
619-583-9364
Bob Whit~
Base and A/C pavement-
Fence
!'-: 1 , ... --:-... -:-~r.3.d:ing and Paving .l1u!.
2150 N. Centre City Pkwy
Escondido, CA 92026
619-743-3007
Bill Meyers
Atlas Fence
P .0. Box 13248
San Diego, CA
619-232-1151
Dean
Fern
92113
Pre-Stress Pre-cast slabs
•
. ; ·,~
Tanner Pre Stress
12167 Arrow Highway
Etiwanda, CA 91739
Mei \2.1-'I T"'-.t>JNl'i:Q. -<.:,oz.-2(o2. -I~ 7 8
Phoenix, Arizona
•• --(_
7_t:1_-_q_2,_i_-_'-_?_._;_r\. BOX 1171 • CARLSBAD, CA 92008 • (619) 434-3151
..y:)\\ \J £,()12.KL
..... , ,~~-. '
__________ CALCO .CONSTRUCTION~--.....,.....----
General Engineering Contractor """
·:1b-contractors -Poinsettia Lane Carlsbad '
Rebar
1lafeT Steel Co -Listed on bid
5915 Mission Gorge Road
P.O. Box 2007
San Diego, CA 92120
Bob
Lance
619-281-5575
Pile Driving
Foundation Constructors Inc. not listed on bid
P.O. Box 1167
Fontana, CA 92 ',.~
714-350-1584
nnn .Johnson
'
·---/
Ji
',.
./ '---------P. O.\BOX 1171 • CARLSBAD, CA 92008 • (619) 434-3151 _______ ,~
•
_, .,
•
.. -..,.. -,-.--------·-·-~ -' -. , -.. -.--. ----
COUNTY OF N DIEGO SS.
STATE OF CALIFORiIJt }
On this 5th day or july , in the year 1984,
before me, the undersigned, a Notary Public in and for said County and
State, personally appeared :::::-------------Wm. A. Corn
-:--------------, personally known to me
(or proved to me on the basis of satisfactory evidence) to be
------or the partners or the partnership that executed the
within instrumen~, and acknowledged to me that such partnership
executed the same.
Signature
0 _____ C_a~r.:..:l.:acL:+..::=M7a::;r-:t;i::.n~------
Name (Typed or Printed) ·
OFFICIAi.SEAL I CARLA L MARTIN1
NOTARY PUBLIC , CI\L•Fmt,.IA
PRl~CIPAI 01:•·1,:r fJI
GAN DIEGO COUNTY
, MyCommissionExplresDec.14, 1987
•
• ~r :· .. -
.,'·
'
Notary Public in and for said County and State
1-119 I /83 MAINE
FOR NOTARY SEAL OR STAMP
-·-----·-·--·------·
j . '
tl'Pr6p0sar tor G1t:y or GarLBD11u-pc,i;c· LLt .._. • ._.._..,_,. u· ... v••-_._ ------c -~-J
INDIVIDUAL ACKNOWLEDGEMENT
} ss, COUNTY OF __ B::.a::no:..cD::.:ie::..,.go=------'
STATE OF CALIFORNIA
On July 6th, 1984 before me, the undersigned, a Notary Public in and for said
County and State, personally appeared -------Charles J. Lumsdaine-------------
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument,
and acknowledged that ----he executed the
same.rle
Becky S Treadway
Name (Typed or Printed)
BA 270 (7/82)
FOR NOTARY SEAL OR STAMP
r
',; ..
'"
' -
•
Page 13
' DESIGNATION OF SUBCONTRACTORS continued
The bidder is to provide the following information on the subbids
of all the listed subcontractors as part·of the sealed bid
submission. Additional pages can be attached if required.
Full Company Name . .
r<\1'5S\ oµ G-11,fS?d,:f,
A+las feqe.e.
:U -i Al e,c :::?re S+ress
~~Q2--~ ( E:.,£_~ I
Type of State
Contracting
License & No.
Carlsbad
Business
License No.*
Amount
of
Bid ($ or %)
z_.0/0'
1,7°/.:,•
2-. C:, o/,,
*Licenses are renewable annually by January 1st. If no valid license,
indicate "NONE". Valid license must be obtained prior to submission
of signed contracts_.
(Notarize or
Corporate Seal)
CALCO Construction
Bidder's Company Name
P.O. Box 1171
•
..
C rirtartciei resoonsibility, PAie 14*
INDIVIDUAL ACKNOWLEDGEMENT
STATE OF CALIFORNIA
COUNTY OF San Diego } ss.
On July 6th. 1984 before me, the undersigned, a Notary Public in and for said
County and State, personally appeared -------Charles J, Lumsdaine------------
personally known to me (or prQved to me on the basis of satisfactory evidence) to be the
:i
person whose name is subscribed to this instrument,
and acknowledged that ---he------executed the
I
'!
Becky
Name (Typed or Printed)
BA 270 (7/82)
STATE OF CA_LI_F_~ __ D_I_E_G_O _____ } SS.
COUNTY OF
Onthis Sthd,yof ,Jnly ,lntheyear ]964.
before me, th~ undersigned, a Notary Public in and for said County and
State, pew!'Y 'l'll'.°"relm-n-----------
--------------• personally known to me
(or proved to me on the basis of satisfactory evidence) to be
one of the partners of the partnership that executed the
within instrument, and acknowledsed to me that such partnership
Carla L. Martin
Name (Typed or Printed)
Notary Public in and for said County and State
1•119 1/B3 MAINE
-:.
FOR NOTARY SEAL OR STAMP
0Ff1CIALS£AL .
BECKY S. TREADWAY
HOTMIY PUBUc • OOJfORNIA
Principal Ofllco In Sin Dillll Olunty Mr r.ommluh,n Expi11111 Feb: 10, 1
!
. · ..
OFFICIAL SEAL J CARLA L MARTIN
NOTARY PUBLIC • CIL•FnRhlA
,AINCIPAl l')Ft·ir:t ,,.
SAN 01[00 COUNTY
MvCommi,sionExplroaOec.14, 1987
IH!'Jt9t'lltH/O/\IMIIID~
FOR NOTARY SEAL OR STAMP
.. ' ~·
. _· 1
., · .. • ..
a
i
•
•
· Page 14
'\. I"
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of
his/h~r financial responsibility.
CALCO Construction has financial statement on file with the City
City of Carlsbad----see Richard Allen
(Notarize or
Corporate Seal)
~.re
'
_.__.
I . ··. . . ~ ..
*Bidd4r1s Stateinent of Technica1 ~i,:ii:tty-and -~erience, ~ase is*
INDIVIDUAL ACKNOWLEDGEMENT :-_/:. · .. \: •, · ...
•• I
' '"
. : .. j . ... '
' ..
·1 ...
' r .j
STATE OF CALIFORNIA
COUNTY OF San Diego
On July 6th, 1984 before me, the undersigned, a Notary Public in and for said
County and State, personally appearect-----------Charles 'J. Lumsdaine---------,
personally, known to me (or Pr<lVed to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument,
and acknowledged that-----he------executed the
samerJSe£ JJua
. 0 "~'"~ '
Becky S Treadway
Name (Typed or Printed)
BA 270 (7/82)
.. · FOR NOTARY SEAL OR STAMP
OfFICIAL SEAL .
•
BECKYS. TREADWAY
NOTARY PUBLIC • CALIFORNIA
Principal Office In Sin Diego County
My Commission Explra Feb. 10,
---------------_,, __
0
• ii i
STATE OF CALIFORNIA
COUNTY OF SAN DI EGO } ss.
On this 5th ~ay of ,Jn) ¥ , in the year J 984 .
before me. the undersigned, e Notary Public in and for said County and
State, aersonallE appe,ared T-----------·wm. l'\. Lorn
-------------• personally known 10 me
(or prig~ e to me on the basis of satisfactory evidence) 10 be
------of the partners of the partnership that executed the
within instrument, and ncknowledsed to me that such partnership
executed the same. . .
Signature 0i&aem~
Carla L. Martin
Name (Typed or Printed)
Notary Public in nnd for said County nnd State
1-J19· 1/83 MAINE
..
C OFFICIAL ~';,~ ARLA L MA.
No••~r •us, RT!N
PR1Nc•PA1 •co,c"uFn5t,.,~ I s ,,er. •~ MyCo,nmt~i DIEGO_ COUNTy
ontrp1resDec. 14, 1987
FOR NOTARY 8EAL})R .STAMP
-----'----
;,
'
'
'
BIDDER'S STATEMENT OF
TECHNICAL .ABILITY AND EXPERIENCE
Page 15
The Bidder is required to state what work of a similar character to that
included in the proposed contract he/she has successfully performed and
give references~ with telephone numbers, which will enable the City to
judge his/her responstbility, experience and skill. An attachment can
be used, if notarized or sealed.
Date
Contract
Completed
Name and address
of the Employer
Name and Phone No.
of Person
to Contact Type of Work
Amount o1
Contrac1
I I
I I
I
___:C:!:AL=CO~C::.o~nd,~I t~ra!:u~c.l:;ti!.lo~n!....!!ahaa5s!.....!!s.i.tae.Jt.saei!!!m~enwtl.....llP.l.f4f1..1:E~G.t1.liNlll.lLl.G.aAJ.1,,. • ...1.A1.1:Bu.U.1,,.IuTY1:.I.....e.JANDw·1..,i:;E,xiy~E:;i;R~IE:HWIC;:JiE"-----+----I
ON FILE WiTH THE CITY OF GARLSRAp -t SEE BlCHABD AJJEN I I · I I I . . I
--------------1----------------.......----' I I
I
----+-------------1-----------------1----' I
-----------------,1--~-------------.......----' I -----;~--------1---------,f--------+---' I --------------1----------------.......----' I
-----'----------'-----------''---:e-----"----'
(Notarize or . re
Corporate Seal)
-
-
...
CALCO CONSTRUCTION
· (A California Partnership)
Financial Statements.
For the Period April 1, 1983 (Inception)
to December 31, 1983
(with Accountants' Compilation Report)
__ ...
The Partners of
Calco Construction
PANNELL
KERR
FORSTER
Certified Public Accountants
1420 Bristol Street North
N""'P()fl Beach, CA 92660
Telephone (714) 752-9404
We have compiled the accompanying balance sheet of Calco Construction
(A California Partnership) as of December 31, 1983, and the related
statements of operations, and changes in financial position for the
period April 1, 1983 to December 31, 1983, in accordance with
standards established by the American Institute of Certified Public
Accountantg.
A compilation is limited to presenting in the form of financial
statements information that is the representation of management. We
have not audited or reviewed the accompanying financial statements
and, accordingly, do not express an opinion or any other form of
assurance on them.
Management has elected to omit substantially aH of the disclosures
required by generally accepted accounting principles. If the omitted
disclosures were included in the financial statements, they might
influence the user's conclusions about the company's financial
position, results of operations, and changes in financial position.
Accordingly, these· financial statements are not designed for those who
are not informed about such matters.
-
March 20, 1984
'
CALCO CONSTRUCTION
Balance Sheet
December 31, 1983
(See Accountants' Compilation Report)
Current assets
Cash
Contracts receivable
Total current assets
Plant and equipment
Construction equipment
Autos and trucks
Accumulated depreciation
Total plant and equipment
Total assets
Assets
Liabilities and Equity
Current liabilities
Accounts payable -trade
Accrued payroll taxes
Notes payable -Union Bank
Total current liabilities
Partnership equity
Draw
Net income/loss current year
Ending partners capital
Total liabilities and partnership equity
2
$ 33,651
50,656
84,307
45,594
1,500
(9,802)
37,292
$ 121,599
$ 3,710
321 so,ooo
54,031
(146,000)
213,568
67,568
$ 121,599
>
CALCO CONSTRUCTION
Income Statement
For the Eight Months Ended December 31, 1983
(See Accountants' Compilation Report)
Revenues
Contract revenues
Other revenue
Total revenues
Direct costs
Equipment rental
Equi~ment repair
Materials and supplies
Subcontractors
Job expenses
Rent
Trucking
Direct labor and payroll taxes
Survey
Utilities
Fuel
Bonds and permits
Cost of revenue
Gross margin
General and administrative expenses
Depreciation expense
Dues and subscriptions
Employee welfare
Plans
Insurance
Office rent
Office expenses
Telephone
Other
Total general and administrative expense
Operating income
Other income/expense
Interest expense
Other income/expense
Net income
$ 1,001,292
968
$
1,002,260
187,617
21,934
12,271
160,021
21,038
4,950
162,557
135,695
558
15,182
26,266
858
748 947
253,313
9,802
586
213
4,030
16,505
392
1,290
4,678
279
37 775
215,538
l 970
l 970
213,568
3
99.90
.10
100.00
18. 72
2.19
1.22
~5.97
2. 10
.49
16.22
13.54
.06
1.51
2.,;2
.09
74.73
25.27
.98
• 06
.02
.40
1.65
• 04
. 13
.47
.02
3.77
21.51
-.20
-.20
21.31
.. · CALCO CONSTRUCTION
(A California Partnership)
Statement of Changes in Financial Position -Cash Basis
For the Period Aprill, 1983 to December 31, 1983
(Unaudited)
Source of funds
Net income
Depree ia t ion .
Funds provided by operations
Net bank loans
Trade and payroll taxes payable
Total sources
Uses of funds
Purchase of equipment
Increase to contracts receivable
PartneI's' draws
Total uses
Increase in cash and balance at December 31, 1983
See accountants' compilation report
$
$
$
$
4
213,568
9,802
223,370
50,000
4 031
I
277,401
47,094
50,656
146,000
243,750
33,651
rnco r.nNs1'1>l'r.TJn111
(A California PartnP.rshin)
-Finnncial StatP.rnents
For thP. Pprio~ Anril 1, 1981 (Tnceotion)
to nPcenher 11, 1083
(with Acconnt~nta' COMpilation Report)
.,
The Partn~rs of
l..tlco Cnn~tructi.on
~e have co~niled the acco~o~nvinr ~al~nce sheet of Calco Construction
(A California Partnership) as of llecemher ~I, lg.RJ, and thP. related
state~ents of operations, and changes in financi~l position for the
oeriorl Aoril 1, 19P3 to O,ece,,.her 31, [Q83, in accordance with
stan~ards estahlished bv thP_American Institute of Certified Puhlic
Accountants.
A compilation is limited to ~resePting in the forM of financial
st;itements information tl-iat is the representation of ""lanagereent. He
have not audited or revie""1prl the acco!'l'lr,anyin.e: financial statetn.ents
and, accordinely, no not ~xpress an opinion or anv other for~ of
assurance on them.
"anavement has elected to Ol"it substaPti.ally all of the disclosures
reouireci l--y rrenerallv acceptP.d .1ccountin~ r,rincinles. Tf tl,e omitted
rfiscl.osures were· inc1uc1erl in thP. financial staterie-nts, thPv mi'!ht ..
influence the user'!!; conclui::;ions arout the cotT1r,anv' s fin;mci i1l
nC'lsition, rP.sults of ooerat:.ions, and chanP.es in financial nosition.
-~ccorrlinC?lv, theRe fjni1ncial ~tRtf..':tN?nts are nnt <lP~ic,;ne:<l fnr those who
are not i.nforrned a\,{'11t !=luch matters.
'-'arch 20, lC'l~4
. CALCO CONSTRIICTION
Ralance Sheet
DP.cember 31, 1983
(See Accountants' Comoilation Reoort)
Current assets
Cash
Contracts receivAhlP.
TotRl c11rrent assets
Plr\nt and eouirment
Constructinn e~uipMent
Autos and trucks
Accumulated depreciation
Total olant and equio~ent
Total assets
Assets
Lia~ilities and le11itv
Current liabilities
·A:ccounts nayable -trade
Accrued oayroll taxes
~iotes 11ayable -1lnion Rank
Total current lia~ilities
Partnershio eouity
nraw
Pet incor-ie/loss current year
F.nding n~rtners cP.nital
Total liabilities and partner~hip equity
2
s 33,651
50 f\ 56
P.4,307
45,594
I , 500
(q 1'02)
37,292
s 12115g9
~ 3,710
321
5'1 n00
54 f13 I
([46,000)
213,5~8
~7,561'
$ 12[,5Q9
CALC:O CONSTR\lCtI<lN
Income Statement
For the Eight '1onths f.nded December 31, 1QR1
(See Accountants' Compilation Report)
~evenueR
Contract revenues
Other revenue
Total revenues
nirect costs
~nuir~ent rental
~quin~ent reryair
Yaterials and sunolies
Suhcontractors
Job exr,P.nses
ll.ent
Trucl<inv
Direct labor and payroll taxes
Survey
Tltilities
l'uel
~onn$ an~ permits
Cc,st of revenue
Gross Mar~in
r.en~ral and ad~inistrative exrenses
PP.preciation exoense
nues and suhscriptions
~wployee wplfRre
Plans
tnsurance
f'fficP rent
nffice e>C"penses
Telenhone
f'ther
Total ~P.nP.r~l and administrative expense
Ooeratino; incor.i.P.
nthcr i~conP/P~oen~e
Int~rest exnP.nse
0trP.r incomP./~~nense
,.7et incone
$ 1,001,292
%8
1,002,260
1~7, H 7
2],Q34
12,271
16fl, '12 l
21,038
4, 9'i0
162,557
135,695
,58
15,li:\2
26,266
e58
74R,947
.253,313
9,802
5R6
213
4,03(1
16,'iO'i
392
l,2Q'l
4,678
z7q
'.17, 77 5
215,'i3R
1,01n
3
99. 90
• Io
inn.no
]1'.72
2. 1 q
1.22
15.97
2.10
.4Q
16.22
13.54
.06
I. 51
2. 62
.09
74.73
25.27
• 9!!
• Ni
.n2
.40
J.li5
.04
. 13
• 47
.n2
:i. 77
21. 5 I
21. 11
_CALCO CON~nUCTION (i California Partnership)
Statement of Chan~es in Financial Position -Cash Basis
For the Period April l, Jg83 to December 31, 1983
(Unaudited)
SourcP. of funds
'let income
nepreciation
Funds provided by operations
Net hank loans
Trade and oayroll taxes oavahle
Total sources
l'ses of funds
Purc~ase of equipment
Increase to contracts receivable
PartnP.rs' ctra,;,_,s
Total uses
Increase in cash and balance at nece~ber 31, 1Q83
See ncco11ntanti:' cnl'"lni lat ion reryr,rt
$
s
$
$
4
213,568
9 802
223,370
so,ono
4 031
277,401
41, og4
sn,65fi
146,()00
243,750
33,651
..... '.
INSURANCE
. . ~ '~ -.,
;.: •. . .. . . . . '.---~-·. .. !
-', .
June 12, 1984
TO WHOM IT MAY CONCERN
. . .. · .•. •
. : :, . ·.• . .·.:•:":·,/
SUBJECT:. CALCO CONSTRUCTION
Gentlemen:
SURETY BONDS
, .. ·: . ._; ,.·
. ·;.· _.,.
Please be advised we have issued bonds on behalf of Calco Construction for·
projects that vary in size from $300,000 to $6,000,000 through United
Pacific Insurance Company.
The Principals of Calco Construction, William Corn and Charles Lumsdaine,
are experts in their field and a client in good standing with United Pacific
Insurance Company's Surety Department.
NM R Attorney-in-Fact.
NITED PACIFIC INSURANCE COMPANY
OMB/sbg
J
SERVING THE CONSTRUCTION (NDUSTRY
June 5 ,. 1984
Calco Construction
UNION
BANK
5162 Princeton Ave.
Westminster, California 92683
Dear Mssrs. Lumsdaine and Corn,
This letter serves as your confirmation that Union
Bank has committed commercial loans to a high of
$500,000 in the past to finance working capital
requirements for specific projects. We have currently
extended a low six figure revolving line of credit
to·Calco Construction which expires November 13, 1984.
We look forward to continuing to service your banking
requirements as a valued customer of Union Bank.
Sincerely,
\ . _ _, (£; .-,~ -:~·f:-;•.,•.--
_, : • J. • ... !
• .. Cynthia I. Borrero
Vice President
CIB:sw
:/ •
Orange ccu~Iy Regic"ial Head o·:•ce. 500 South r.'iair:. S11ee1 • Orc;ge California 92669 • (714) 558-5208
PO B::>x 1057 • Or2!":;:e. Califorr.·a 92659 '
Page 16
CONTRACT -PUBLIC WORKS
This agreement is made this ~-ti\. day of A-u.~--, 19.U,
by and between the City of Carlsba, California, a municipal
corporation, (hereinafter called "City") and CALCO C.CA/~T,et.1c,10N
whose -------------------------------·
whose principal place of business is ~C/1.""-'-~~;.;..;;.l~S~IJ~IJ-.~j)----------
(hereinafter called "Gontractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified
1n the contract aocuments for:
CONSTRUCTION OF POINSETTIA LANE
FROM AVENIDA ENCINAS TO CARLSBAD BOULEVARD
CONTRACT NO. 3079
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide
all labor, materials, tools, equipment, and perso.nnel to perform
thi work specified by the contract documents.
3. Contract Documents. The contract documents consist of this
contract; the bid documents, including the Notice to Bidders,
instructions to Bidders' and Contractors' proposals; the plans and
specifications, and all proper amendments and changes made
thereto in accordance with this contract. or the plans and
specifications, and the bonds for the project; all of which are
incorporated herein by this reference.
4 .. Payment. As full comp~nsation for Conttactor's performance of
work under this contract, City shall make payment to Contractor
per Section 9-3.2 of Standard Specifications for Public Works
Construction, 1982 Edition. The closure date for each monthly
invoice will be the 30th of each month.
Page 17
Payment of undtsputed-contract amounts shall be contingent upon
Contractor furnishing City with a release of all claims against
City arising by virtue of this contract as it relates to those
amounts.
Extra compensation equal to 50 percent of the net savings may
be paid to Contractor for cost reduction changes in the plans
or specifications made pursuant to a proposal by Contractor.
The net savings shall be determined by City. No payment shall
be made unless the change is approved by the City.
5. Independent Investigation. Contractor has made an independent
investigation of the Jobsite, the soil conditions under the
jobsite, and all other conditions that might affect the
progress of the work, and is aware of those conditions. The
contract price includes payment for all work that may be done
by Contractor in order to overcome unanticipated underground
conditions. Any information that may have been furnished to
Contractor by City about underground conditions or other job
conditions is for Contractor's convenience only, and City does
not warrant that the conditions are as thus indicated.
Contractor is satisfied with all job conditions, including
underground conditions and has not relied on information
furnished by City.
6. Contractor Responsible for Unforeseen Conditions. Contractor
shall be responsible for all loss or damage arising out of the
nature of the work or from the action of the elements or from
any unforeseen difficulties which may arise or be encountered
in the prosecution of the work until its acceptance by the
City. Contractor shall also be responsible for expenses
incurred in the suspension or discontinuance of the work.
However, Contractor shall not be. responsible for reasonable
delays in the completion of the work caused by acts of God,
stormy weather, extra work, or matters which the specifications
expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of
this contract, order changes, modifications, deletions, and
extra work by issuance of written change orders. Contractor
shall make no change in the work without the issuance of a
written change order, and Contractor shall not be entitled to
compensation for any extra work performed unless the City has
issued a written change order designating in advanc~ the amount
of additional compensation to be paid for the work. If a
change order deletes any work, the contract price shall be
reduced by a fair and reasonable amount. If the parties are
unable to agree on the amount of reduction, the work shall
nev~rtheless proceed and the amount shall be determined by
arbitration or litigation. The only person authorized to order
8.
9.
10.
11.
12.
13.
Page 18
changes or extra work is the City Engineer. However, no change
or extra work order in excess of $5,000.00 shall be effective
unless approved by the City Council.
Prevailing Wa~e. Pursuant to the Labor Code of the State of
California, t e City Council has ascertained the general
prevailing rates of per diem wages for each craft or type of
worker needed to execute the contract and a sc.hedule containing
such information is in the City Clerk's off_ice, and is
incorporated by reference herein. Pursuant to Labor Code
Section 1775, Contractor shall pay prevailing wages. Contractor
shall post copies of all applicable prevailing wages on the job
site.
Indemnity. Contractor shall assume the defense of and indemnify
and hold harmless the City, and its officers and employees, from
all claims, loss, damage, injury an.d liability of every kind,
nature and description; directly or indirectly arising from the
performance of the contract or work regardless of responsibility
for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused,
resulting directly or indirectly from the nature of the work
covered by the contract, regardless of responsibility for
negligence. The expenses of defense in~lude all costs and
expenses, including attorneys fees, for litigation, arbitration
or other dispute resolution method. Nothing in this paragraph.
shall require Contractor to indemnify City for losses caused by
the active negligence of City.
Insurance. Contractor shall maintain insurance covering the
liability stated in Paragraph 9 in the amount acceptable to the
City Council and shall cause the City to be named as an
additional insured on any policy of liability or property damage
insurance concerning the subject matter or performance of this
contract taken out by Contractor. Also, see Page 47 for
Railroad Insurance Requirements.
Workers' Compensation. Contractor shall comply with the
requirements of Section 3700 of the California Labor Code.
Contractor shall also assume the defense and indemnify and save
harmless the City and its officers and employees from all
claims, loss, damage, injury, and liability of every kind,
nature and description _brought by any person employed or used by
Contractor to perform any work under this contract regardless of
responsibility for negligence.
Proof of Insuranc~. Contractor shall submit to the City
certification of the policies mentioned in Paragraphs 10 and 11
or proof of workers' compensation self-insurance prior to the
start of any work pursuant to this contract.
Arbitration. Any controversy or claim in any amount up to
$100,000 arising out of or relating to this contract or the
breach thereof may, at the option of City, be settled by
arbitration in accordance with the construction industry rules
,----• I
,..;;·. ; ·•· .. :. _______ L .... ,. ----,-.· ..... ~-: ' ' . *C6ntract pocs & Specs for coust
-~~
or Po1.nsi,tt;j A T,t1 tr Aw, En¢:/.oas to C1 shd BJ vd-kk
INDIVIDUAL ACKNQWLEDGEMENT
.,A$4!!.W&NGS ~ ... ~<(9
STATE OF CALIFORNIA
COUNTY OF San Dieg!) } ss,
On August 3, 1984 before me, the undersigned, a Notary Public In and for said
County and state, personally appearecr-William A, Corn AND C,J, Lumsdaine.:. _____ ,
personally known to ·me (or proved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument,
and acknowledged that ----they----·-executed the
Becky S Treadway
Name (Typed or Printed)
BA 270 (7/82)
FOR NOTARY SEAL OR STAMP
.' . . -. .
OFFICIAL SEAL
•
BECKYS. TREADWAY
NOTARY PUBLIC • CALIFORNIA •
Principal Office In San Diego County
My CommiSSloli Expires Feb. 10, 1986
i I
I
I
I I,
I·
,,
I
I
I
--·-~----'
•
:,
'
Page 19
of the American Arbitration Association and judgment upon the
award rendered by the arbitrator(s) may be entered in any
California court having jurisdiction thereof. The award of the
arbitrator(s) shall be supported by law and substantial evidence
as provided by the California Code of Civil Procedure, Section
1296.
14. Maintenance of Records. Contractor shall maintain and make
avai I able to the City, upon request, records in accordance with
Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the
California Labor Code. If the Contractor does not maintain the
records at Contractor's principal place of business as specified
above, Contractor shall so inform the City by certified letter
accompanying the return of this contract. Contractor shall
notify the City by certified mail of any change of address of
such records.
15. Labor Code Provisions. The provisions of Part 7, Chapter 1,
commencing with Section 1720 of the California Labor Code are
incorporated herein by reference.
16. Security. Pursuant to the requirements of law (Governement Code
Section 4590) appropriate securities may be substituted for any
monies withheld by City to secure performance of this aontract or
any obligation established by this contract. ·
17. Additional Provisions. Any additional provisions of this
agreement are set forth in the "General Provisions" or "Special
Provisons'' attached hereto and made a part hereof.
~LO) . ~v-.:i"-;,'t\W C... T\ 0~
Confi'actor
(Notarial acknowledgement of By '--)j ) 1 Y'-l.,, ~
execution by ALL PRINCIPALS l. -
must be attached.) TitlfJ,I\Q,,'1.LL~o/ ,,
By U J/L---€; / \' ~--~ -12 ~
Title • -v
F 'CARLSBl
ayor
ATTEST:
CALIFORNIA ~
~ ,! /(a,..,J,. 47 City Clerk -.
•
•
'I
i*contract Docs & ~pees for Const of Polhns~ttia. t.n fr Ave Endoes to Chbd Bi11cl p.26~!
t
.J
•
C . CEN'!'RAL :;,= INDIVIDUAL ACKNOWLEDGEMENT >-;
. $AVUl\!GS . ..
STATE OF CALIFORNIA
CQUNTY OF San Diego } SS,
On August 3rd, 1984 before me, the undersigned, a Notary Public in and for said
County and State, personally appeared --------C;J Lumsdaine~---------------
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument,
and acknowledged that ----he--~--executed the
Becky S Treadway,
Name (Typed or Printed)
BA 270 (7/82)
FOR NOTARY SEAL OR STAMP
... -. . . . -. . -
•
OFFICIALSl!AL .
BECKY S. TREADWAY
NOTARY PUBLIC • CALIFORNIA Prinolpal Offk:& in San Diego County
My Commission ElpiRIS Feb. 10. 1986 ---,, -,, ............
·---------=------.
' ' • I 1·
' I
1-,
' . . ' . '
I
• •
·•
,··
•
Page 20
Contractor's Certification of Awareness of Workers' Compensation
Responsibility.
11 ! am aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liability for workers'
compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply th such visions before
commencing the performance of the work of 11
'
Premium charge for this bond
included in charge for
,Performance Bond.
Bond No. U 50 10 35·
Executed· in Four (4) Parts
Page 21
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of ~
California, by Resolution No. z,t,1f , adopted d,'fr-/?/ll~,
has awarded to C/ltC,o 6o,11,;v'ifuc1!0/Vher«:afte:
designated as the "Principal'', a contract for:
CONSTRUCTION OF POINSETTIA LANE
FROM AVENIDA ENCINAS TO CARLSBAD BOULEVARD
CONTRACT NO. 3079
in the City of Carlsbad, in strict conformity with the drawings and
specifications, and other contract documents now on file in the
Office of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond
with said contract, providing that if said Principal or any of
his/her or its subcontractors shall fail to pay for any materials,
provisions, provender or other supplies or teams used in, upon for
or about the performance of the work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond
will pay the same to the extent hereinafter set forth.
NOW, THEREFORE , WE , CALCO CONSTRUCTION. A JOINT VENTURE
as Principal, hereinafter designated as the "Contractor", and
UNITED PACIFIC INSURANCE COMPANY as Surety, are held
firmly bound unto the City of Carlsbad in the sum of ONE MILLION sEv NTY
FOUR THOUSAND FOUR HUNDRED FIFTY EIGHT & 40 lOOths Dollars ($ ld074.458 4IJ Sal sum
e1ng one un re per cen o he estimate amount payable
by the City of Carlsbad under the terms of the contract, for which
payment well and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or
his/her subcontractors fail to pay for any materials, provisions,
provender or other supplies, or teams used in, upon, for, or about
the performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount not
exceeding the sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee. to be fixed by
the court, as required by the provisions of Section 4202 of the
Government Code of the State of Califor~ia.
•
••
' [ •
•
' ' STATE OF CALIFORNIA
COUNTY OF San Diego } ss,
On August 3rd, 1984 before me, the undersigned, a Notary Public in and for said
County and State, personally appeared ------C, J, Lumsdaine----------,
personally known to me (or prqved to me on the basis of satisfactory evidence) to be the
-\
person whose name is subscribed to this instrument,
and acknowledged that ---he-------executed the
same.
Becky S Treadway
Name (Typed or P.ri nted)
BA 270 (7/82)
County of ___ ~O=R~A~N~G~E~----f SS:
On this_2_6.ct_h ____ , day ot JULY
FOR NOTARY SEAL OR STAMP
.
Of'flCIAL SEAL ,. a BECKY s. TREADWAY •
NOTARY PUBLIC • CA~IFORNIA
_ 1 . Principal Office in San Oieg°i~"i~
My Commission Expires filb. '
-'
OWEN~M,,--. -,B""R"'O'"WN=----
personally appeared ---------------------, personally known to me (or proved to me
on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney-In-Fact
of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that UNITED PACIFIC INSURANCE COMPANY
in the year __ 1_9_8_4 ___ , before me Notary of Public
executed the instrument.
OFFICIAL SEAL
BARBARA J BENDER
NOTARY PUBLIC -CALIFORNIA
OR.~NG'.: COUN1Y
My comm. e;:pi~es JUN 15, 1938
"-'.°lY Commission expires _________ , 19 __
BDU-1818 ED. 6/83 (CALIF.I
.,
:t,
• •
•
•
. .
I . .
. .•
Page 22
This bond shall inure to the benefit of any and all persons,
companies and corporations entitled to file claims under Section
1192.1 of the Code of Civil Procedure so as to give a right of
action to them or their assigns in any suit brought upon this bond,
as required by the provisions of Section 4205 of the Government Code
of the State of California.
In the event any Contractor above named executed this bond as an
individual, it is agreed the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surely above named, on the 26th day of _J_U_L_Y ___ _
--------· 198 __ .
(Notarize or Corporate
Seal for each Signer)
0
Contractor
COMPANY
Surety
•
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
Bond No. U 50 10 35
Executed in Four (4) Parts
Premium: $7,947.00
Page 23
WHEREAS,. the City Counci 1 of the City of Carlsbad, State of~!
California, by Resolution No. $29 , adopted~j--.Cs,/2/!z::.,
has awarded to CAv~ C?o/Y~;r;f c,Jc77oc( , hereinafter des~1~g~n~a~te~ecl"'a:'s""""=a~s....,.:t~h~e.:..,;."~P~r~1~n~c~i~p~a~lw"~,..!.....:a=c~o-nt~r-a-c~t~f-o_r_:--~-
CONSTRUCTION OF POINSETTIA LANE
FROM AVENIDA ENCINAS TO CARLSBAD BOULEVARD
CONTRACT NO. 3079
in the City of Carlsbad, in strict conformi,ty with the drawings and
specifications and other contract documents now on file in the
Office of the City Clerk of the City of Carlsbad.
WHEREAS, s.aid Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond for
the faithful performance of said contract;
----...
---?' ' ---------.... NOW, THEREFORE, WE, (CALCO CONSTRUCTION, A JOINT VEN~-::-_: , as Principal, hereinafter~aes-f!j'/i"a'f'ea--g·;:"f&~"·co'rft'i''a or", and
,UNIT~D PACIFIC INSURANCE COMPANY ,
as Surety, o~li~Ar.!SN a~2vlN1rlfrriJmiRb~J\'JWAWt<roa~11IrlinM of Car 1 sbad, in the sum of FIFTY EIGHT' AD _________ ;_ _____________________ Dollars
($1,074,458.li , sai sum e1ng equa to one undre per cent
(100%) of the estimated amount of th~ contract, to be paid to the
said City or its certain attorney, its successors and assigns; for
which payment, well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIG~TION IS SUCH that if the above bounden
Contractor, his/her or its heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions, and
agreements in the said contract and any alteration thereof made as
therein provided on his/her or their part, to be kept and performed
at the ti.me and in the manner therein specified, and in all
respects according to their true intent and meaning, and shall
indemnify··and save harmless the City of Carlsbad, its officers and
agents, as therein stipulated, then this obligation shall become
null and void; other.wise it shall remain in full force and virtue ..
• . t:t:. t· fr· A.•·• vnciuas to (;J.soa ".vu ,-.2'f· :_l"~o-~•~·!...~-:.~-!.!:"~·::c:.1is:.Jf~o~t~C~o~!i~~Et::::r~o5£_1'::.~0l.::_ll~S:'.:e=.:.~l.ia~~n~~~·f"i"'~KiiKiiwu~G1~iENT :,~conttact u "~ " INDIVIDUAL ACKNOWLEDGEMENT am
C
j
.f.'
~ ;l&l:i/S'Y SAVINGSe ..
STATE OF c_AL_r_F_OR"-N"-l"-A..=!.==-----} ~-COUNTY OF San Diego
August 3rd, 1984 before me, the undersigned, a. Notary Public in a~~~~:~:~d On _ _.::===...:::..:=c....::c....___ -------CJ. Lwnsdaine------------, County and State, personally appeared • .
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument, FOR NOTARY SEAL OR STAMP
and acknowledged that ----he------executed the
same.
Becky S Treadway
Name (Typed or Printed)
BA 270 (7/82)
. . . .
OFFICIAL SEAL
•
BECKYS. TREADWAY
NOTARY PUBLIC • CAl,JFORNIA
Principal Offica in San Diego County
My Commission ~RIS Feb. 10, 1996
~ . . . . . . . . . . .
·------
'.
--------
State of California,
-----''-==:::__ ___ ' } SS: CountY of ORANGE
On this 26th , day ot JULY in the year 1984 , before me Notary of Public
personally appeared OWEN M • BROWN , personally known to me (or proved to me
on the basis of satisfactory evidence} to be the person whose name is subscribed to this instrument as the Attorney-In-Fact
of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that UNITED PACIFIC INSURANCE COMPANY executed the instrument.
OFFICIAL SEAL
BARBARA J BENDER
NOTARY PUBLIC • CALIFORNIA
ORANGE COUNTY ,
My comm. e;;pires JUN 15, 1988 / lk,,._,.;.""""""'~~==~-~~-:::-,e::; ',j
My Commission expires __________ , 19 __
BDU-1818 ED. 6/83 {CALIF.I
•
I l
;
Page 24
And said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall affect its
obligations on this bond, and it does hereby waive notice of any
change, extension of time, alterations or addition to the terms of
the contract or to the work or to the specifications.
In the event that any Contractor above named executed this bond as
an individual, it is agreed that the death of any su.ch Contractor
shall not exonerate the Surety from its obligations under this
bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the 26th day of JULY , 19 84 . ------
(Notariz~ or Corporate
Seal for Each Signer)
Surety
•
.•
UNITED PACIFIC INSURANCE COMPANY
HEAD OFFICE, FEDERAL WAY, WASHINGTON
POWER OF ATTORNEY
1_, ,:•~NOW ALL MEN BV THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, ti corporation.duly organized under the laws of the
State of Washington, don hereby make,·mnstitute ■nd·1ppoint
)
\
OWEN M. BROWN of ANAHEIM, CALIFORNIA---
its true and lawful Attornoy•in•F■ct, to make, e,cecute, 1011 and deliver for and on Its behalf, and es its act and deed
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP------
and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and-undertakingsa_nd other writings
obligatory in .the nature thereof were signed by an E,cecutive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one
other of such officers, and hereby ratifies and confirms ell that its said Attorney Id-in-Fact may do in purs~nce hereof.
This Power of Attorney is granted under and by authority of Article VII· of the By-Laws-of UNITED PACIF. IC INSURANCE COMPANY which
became effective September 7, 1978, which provisions are now in full force and effect, reading as follows:·
ARTICLE VII -EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairman-of the Board, any Senior Vice,President, any Vice President or Assistant Vice President
or other oflicer designated by the ·eoard of Directors shall have power and authoriW to (al aj;,poinl Attorneys-in-Fact and to.authorize them to execute
on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity ~nd other writings obligatory 1n the nature thereof, and lb)
-to remove any such Attorney-in-Fact at any ti~ and revoke the power and authority ~iven to him. '
2. Attorneys-in-Fact shall have power and authoritv. subject to the terms and limitations of the power of attorney issued to them, to execute
and deliver on behalf of the Company, ~nds and.undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof.
The corporate seal is not necessary for the validity of any bonds and undertaking;;,, recognizances, contracts of indemnity and other writings obligatory
1n the nature thereof.
3. At1orneys-in•Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem-
nity or other conditional ·or obligatory undertakings and they shall also.have PDwer and authority to certify the financial statement of the Company and
;,o copies of the By-Laws of the Company or any article or section ther10f.
This power of attorney is signed and sealed by facsimi!e under and by authority of the following Resolution adopted by the Board of Directors of
UNITED.PACIFIC INSURANCE COMPANY iit a meeting held on the 6th day of June, 1979, at which a quorum was present, and said Resolution has not
been amended· or repealed: ··
"Resolved, •that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of
attorney or any certificate relating thereto by facsi·mue, and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the Company and any such power so e,cecuted and certified by
facsimile signatures and facsimile seal s_hall be valid and binding upon the Company in the future with respect' to any bond or
undertaking to which it is attached."
IN WITNESS WHEREOF, the UNIJEP PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President,'and its corporate
seal to be hereto ilffiJCed, this .. otn . day.of March 19 84 .
STATE OF
COUNTY OF
On this 5th
Washington
King .
day of
NY ,._
,,1., l<.a..
Vice Presid9nt
}"·
March . 19 81oersonallv appeared Charles B. Schmalz
to me known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the. f0re-
going instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By-Laws of said C0mpany, and the
Resolution, set forth therein, are still in full force.
My·Comm1u161'1 Expire,:
July 20 , 19 86
~~d<L·~A~
Notary Public.i~ and f(!! State of Washj ngton r
Residing at Milt\)n,
~ ~~ : .. -· I, Charles J ~ Falskow , Auistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the J
above and foregoing 11 • true and correct copy of a Power of Attorney ex9Cuted·by said UNITED PACIFIC INSURANCE COMPAr'.JY,'which is 'still m'1i.Al1 ., .•
force and effect. -1
IN·WITNESS WHERE('.)F, I h■ve'her■unto set my.hand and affix-=t the ... I of 1■id Company thi1 26th day of JULY:: 19 34::S
eou-,·•31 eo. 4/80 ~\ Assiruon, Sec:ralii,v ~C:::!L~.,~....,!!::~t~.._!:;,2~~•~~~~~,i6
~~-!,,:!'·~' ii:!:!-~-::--......... .,. 7
Page 25
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest
edition of the Standard Specifications for Public Works
Construction, hereinafter designated SSPWC, as issued by the
Southern Chapters of the American Public Works Association, the
City of Carlsbad supplement to the SSPWC, the Contract
documents, and the General and Special Provisions attached
thereto.
The Construction Plans consist of 15 sheet(s) designated
as City of Carlsbad Drawing No. 234-4 . The standard
drawings utilized for this project are the San Diego Area
Regional Standard Drawings, hereinafter designated SDRS, as
issued by the San Diego County Department of Transportation,
together with the City of Carlsbad Supplemental Standard
Drawings. Copies of pertinent standard drawings are enclosed
with these documents.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor,
equipment and materials, and performing all operations
necessary to complete the project work as shown on the project
plans and as specified in.the specifications.
3. DEFINITIONS AND INTENT
A. Engineer:
The word "Engineer" shall mean the City Engineer or his
approved representative.
B. Reference to Drawings:
Where words "shown'', "indicated'', "detailed", "noted'',
"scheduled" or words of similar import are used, it shall
be understood that reference is made to the plans
accompanying these provisions unless stated otherwise.
C. Directions:
Where words "directed", ''designated", "selected" or words
of similar -import are used, it shall be understood that the
direction, designation or selection of the Engineer is
intended, unless stated otherwise. The word "required" and
words of similar import shall be understood to mean "as
required to properly complete the work as required and as
approved by the City Engineer'' unless stated otherwise.
Page 26
D) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and
such words of similar import are used, it shall be
understood such words are followed by the expression ''in
the opinion of the Engineer" unless otherwise stated.
Where the wor.ds "approved", "approval", "acceptance", or
words of similar import are used, it shall be understood
that the approval, acceptance, or similar import of the
Engineer is intended.
E) Perform and Provide:
The word "perform" shall be understood to mean that the
Contractor, at her/his expense, shall perform all
operations, labor, tools and equipment, and further,
including the furnishing and installing of materials that
are indicated, specified, or required to mean that the
Contractor, at her/his expense, shall furnish and install
the work, complete in place and ready to use, including
furnishing of necessary labor, materials, tools equipment,
and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest
edition at the time of receiving bids. It shall be understood
that the manufacturers or producers of materials so required
either have such specifications available for reference or are
fully familiar with their requirements as pertaining to their
product or material.
5. CONSTRUCTION SCHEDULE
A complete and detailed construction schedule shall be
submitted by the Contractor per Section 6-1 of the SSPWC, 1982
Edition, at the time of the preconstruction conference.
If the completion date shown on the "Notice to Proceed" letter
is not met by the Contractor, he will be assessed the daily
salary of the City Inspector'for each working day beyond the
completion date, as damages.
Page 27
Coordination with the-respective utility company for removal or
relocation of conflicting utilities shall be requirements prior to
commencement of work" by the Contractor.
The Contractor shall begin work after being duly notified by an
issuance of a ''Notice to Proceed" and shall diligently prosecute
the work to completion within 240 consecutive calendar days
from the date of receipt of said "Notice to Proceed."
6 . NONCONFORMING WORK
The Contractor shall remove and replace any w·ork not conforming to
the plans or specifications upon written order by the City
Engineer. Any cost caused by reason of this nonconforming work
shall be borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a
"Notice of Completion" and any faulty work or materials discovered
during the guarantee period shall be repaired or replaced by the
Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the
product manufacturer's directions, the Contractor shall obtain and
distribute the necessary copies of such instructions, including
two (2) copies to the City Engineer.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be
equipped with mufflers in good repair when in use on the project
with special attention to City Noise Control Ordinance No. 3109,
Carlsbad Municipal Code, Chapter 8.48. -
10. CITY INSPECTORS
All work shall be under the observation of a City Construction
Inspector. Inspectors shall have free access to any or all parts
of work at any time. Contractor shall furnish Inspectors with
such information as may be necessary to keep her/him fully
informed regarding progress and manner of work and character of
materials. Inspection of work shall not relieve Contractor from
any obligation to fulfill this contract.
Page 28
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to
be inserted in this contract shall be deemed to be inserted
herein and the contract sha~l be read and enforced as though it
were included herein, and if, through mistake or otherwise, any
such provision is not inserted, or is not correctly inserted,
then upon application of either party the contract shall
forthwith be physically amended to make such insertion or
correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors, and materials suppliers
shall provide and install the work as indicated, specified, and
implied by the contract documents. Any items of work not
indtcated or specified, but which are essential to the
completion of the work, shall be provided at the Contractor's expjnse to fulfill the intent of said doc~ments. In all
instances throughout the life of the contract, the City will be
the interpreter of the intent of the contract documents, and
the City's decision relative to said intent will be final and
binding. Failure of the Contractor to apprise her/his
subcontractors and materials suppliers of this condition of the
contract will not relieve her/him of the responsibility of
compliance.
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with
the drawings, specifications, and based upon the items
indicated or specified. The Contractor may offer a
substitution for any material, apparatus, equipment, or process
indicated or specified by patent or proprietary names or by
names of manufacturer which she/he considers equal in every
respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's
approval (if required), all necessary information,
specifications, and data. If required, the Contractor, at
her/his own expense, shall have the proposed substitute,
material, appar.atus, equipment, or process tested as to its
quality and strength., its physical, chemical, or other
characteristics, and its durability, finish, or efficiency, by
a testing laboratory as selected by the City. If the
substitute offered is not. deemed to be equal to that so
indicated or specified, then the Contractor shall furnish,
Page 29
erect, or install the material, apparatus, equipment or process
indicated or specified. Such substitution of proposals shall
be made prior to beginning of construction, if possible, but in
no case less than ten (10) days prior to actual installation.
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a complete
"as-built" record set of transparent sepias, which shall be
corrected daily and show every change from the original
drawings and specifications and the exact "as-built" locations,
si~es and kinds of equipment, underground piping, valves, and
all other work not visible at surface grade. Prints for this
purpose may be 6~tained from the City at cost. This set of
drawings shall be kept on the job and shall be used only as a
record set and shall be delivered to the Engineer on completion
of the work.
15. PERMITS
The general construction, electrical and plumbing permits will
be issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other
required licenses and fees.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price items, are
for comparing bids and may vary from the actual final
quantities. Some quantities may be increased and others may be
decreased or entirely eliminated. No claim shall be made
against the City for damage occasioned thereby or for loss of
anticipated profits, the Contractor being entitled only to
compensation for the actual work done at the unit prices bid.
The City reserves and shall have the right, when confronted
with unpredicted conditions, unforeseen events, or emergencies,
to increase or decrease the quantities of work to be performed
under a scheduled unit price item or to entirely omit the
performance thereof, and upon the decision of the City to do
so, the City Engineer will direct the Contractor to proceed
with the said work as so modified. If an increase in the
quantity of work so ordered should result in a delay to the
work, the Contractor will be given an equivalent extension of
time.
Page 30
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the
safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal safety
laws and building codes to prevent accidents or injury to
persons on, about, or adjacent to the premises where the work
is being performed. He/she shall erect and properly maintain
at all times, as required by the conditions and progress of the
work, all necessary safeguards for the protection of workers
and public, and shall post danger signs warning against hazards
created by such features of construction as protruding nails,
hoists, well holes and falling materials.
lB. SURVEYING
Contractor shall employ a licensed land surveyor or registered
civil engineer to perform necessary surveying for this project.
Requirements of the Contractor pertaining to this item are set
forth in Section 2-9.5 of the SSPWC. Contractor shall include
cost of surveying service within appropriate items of proposal.
-No separate payment will be made. ·
19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances, and regulations are to editions
in effect as to date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows:
Agency
American Society for Testing
Materials
U.S. Government
National Board of Fire
Underwriters
American Institute of Steel
Construction
American Standards Association
American Concrete I~st.itute
Underwriters Laboratories, Inc.
Department of Commerce
Standards
Abbreviation
ASTM
Fed. Spec.
NBFU
AISC
ASA
ACI
UL
cs
Page 31
SPECIAL PROVISIONS
GENERAL
SPECIAL PROVISIONS FOR
CONSTRUCTION OF POINSETTIA LANE
Page 32
The work embraced herein shall be done in accordance witn the Standard
Specifications, dated January, 1981, and the Standard Plans, dated January,
1981, of Caltrans, and Standard Specifications for Public Works Construction
(1979), insofar as the same may apply and in accordance with the following
Special Provisions. ·
1. DEFINITIONS -Wherever in the Special Provisions, Notice to
Contractors, Proposal, Contract or other contract.documents, the following terms
are as fo 11 ows:
State City of Carlsbad
Department of Public Works
Director of Public Works
CalTrans
A.T.& S.F.
Engineer, Chief Engineer
Standard Specifications
Laboratory
City of Carlsbad
City Engineer, City of Carlsbad
City of Carlsbad
Atchison, Topeka and Santa Fe
Railway Company
City Engineer, acting either directly
or through properly authorized agents,
such agents acting within the scope of
the particular duties entrusted to
them.
CalTrans -The Standard
Specifications, dated January, 1981
The laboratory to be designated by the
City of Carlsbad to test materials and
work involved in the contract.
2. DESCRIPTION OF WORK -The work to be done, in general, shall consist of
construction of Poinsettia Lane from Carlsbad Boulevard to Avenida Encinas,
which includes a 3-span prestressed slab bridge crossing over the Santa Fe
Railway tracks and roadway embankment paving, drainage, and such other items or
details not mentioned that are required by the plans, standard specifications,
or these Special Provisions to be performed, placed constructed, or installed.
/ ..... :. _,
Page 33
3. CLEARING AND GRUBBING -After acceptance of the contract pursuant to
Section 7-1.17, "Acceptance of the Contract," of the Standard Specifications,
the amount, if any, payable for a contract item of work in excess of the maximum
value for progress payment purposes hereinabove listed for said item, will be
included for payment in the first estimate made after acceptance of the
contract.
In determining the partial payments to be made to the Contractor, only the
following listed materials will be considered for inclusion in said payment as
materials furnished but not incorporated in the work completed:
Precast prestressed slab units
Steel HP
Bar reinforcing steel
4. SOUND CONTROL REQUIREMENTS -Sound control shall conform to the
provisions in Sect ion 7-1. OlN, "Sound Contra l Requirements," of the Standard
Specifications and these Special Provisions.
Construction equipment shall not be operated, nor shall engines of such
equipment be allowed to run, between the hours of sunset to 7:00 AM, on
Saturdays and Sundays.
Minor deviations from this section concerning hours of work which do not
significantly change the cost of the work may be permitted upon the written
request of the Contractor, if in the opinion of the Engineer, the work will be
expedited and sound levels resulting from such work will not adversely affect
the public.
The requirements in this section in no way relieve the Contractor from
responsibility for complying with local ordinances regulating noise level
outside the limits of the State's rights-of-way.
Ssaid noise level requirement shall apply to all equipment on the job or related
to the job, including but not limited to trucks, transit mixers, or transient
equipment that may or -may not be owned by the Contractor. The use of loud sound
signals shall be avoided in favor of light warnings except those required by
safety laws for the protection of personnel.
Full compensation for conforming to the requirements of this section shall be
considered as included in the prices said for the various contract items of work
involved and no additional compensation will be allowed therefor.
Page 34
5. SUBCONTRACTING -Attention is directed to the prov1s1ons in Section
8-1.01, "Subcontracting," of the Standard Specifications and these special
provisions.
In accordance with the requirements of Sections 4100 to 4113, inclusive of the
Government Code, each bidder shall, with respect to the items of signals ·and
lighting, list in his Proposal:
A. The name and the location of the place of business of each
Subcontractor who will perform work or labor or render service to the
Prime Contractor in or about the construction of the work or
improvements, or a Subcontractor licensed by the State of California
who, under subcontract to the Prime Contractor, specially facticates
and installs a portion of the work or improvement according to detailed
drawings contained in the plans and specifications, in an amount in
excess of one-half of 1 percent (.5%) of the Prime Contractor's total
bid.
B. The portion of the work which will be done by each such subcontractor;
only one subcontractor shall be listed for each such portion.
A sheet for listing the Subcontractors, as required, is included in the
proposal.
6. PROJECT APPEARANCE -The Contractor shall maintain a neat appearance to
the work.
In any area visible to the public, the following shall apply:
Debris developed during clearing and grubbing shall be disposed of
concurrently with its removal, If stockpiling is necessary, the material
shall be removed or disposed of weekly.
7, FLAGGING COSTS -The first paragraph.in Section 7-1.095, "Flagging Costs,"
of the Standard Specifications is amen·ded to read:
"The costs of furnishing all flagmen to provide for passage of public
traffic through the work, under the provisions in Section 7-1.08, "Public
Convenience," and 7-1.09, "Public Safety," will be borne equally by the
Contractor. The costs of placing and moving the flagging signs and
transporting the flagmen shall be considered as part of stands or towers
for use of the flagmen shall be considered as part of the cost of
furnishing flagmen. The payment of cost will be made by determining the
cost of furnishing flagmen in accordance with the provisions in Section
9-1. 03, "Force. Account Payment," and paying to the Contractor such cost."
Page 35
8. SITE CLEANING -The Contractor shall furnish trash bins for all debris
from structure construction. All debris shall be placed in trash bins daily.
Forms or falsework that are to be reused shall be stacked neatly concurrently
with their removal. Forms and falsework that are not to be reused shall be
disposed of concurrently with their removal.
Full compensation for conforming to the provisions in this section, not
otherwise provided for, shall be considered as included in prices paid for the
various contract items of work involved and no additional compensation will be
allowed therefor.
9. LEGAL RELATIONS AND RESPONSIBILITY -The Contractor's attention is
directed to the provisions of Section 7, "Legal Relations and Responsibility,"
of the Standard Specifications and these Special Provisions for the requirements
and conditions which he must observe in the execution of the work. The
Contractor shall cooperate with others in compliance with the requirements of
said Section 7 of the Standard Specifications.
10.
10-1
Section
Special
CONSTRUCTION DETAILS
ORDER OF WORK -Order of work shall conform to the prov1s1ons in
5-1.05, "Orders of Work," of the Standard Specifications, and these
Provisions. The order of the bridge work shall be staged as follows:
10-2 MAINTAINING TRAFFIC -Attention is directed to Sections 7-1.08, "Public
Convenience;" 7-09, "Public Safety," and 7-1.095, "Flagging Costs," of the
Standard Specifications, and these Special Provisions.
The Contractor shall be reponsible for all traffic control during construction,
except train traffic which will be controlled as directed by A.T. & S.F.
When entering or leaving roadways carrying public traffic, the Contractor's
equipment, whether empty or loaded, shall in all cases yield to public traffic.
No compensation for extra work will be allowed for work performed as specified
in Sections 7-1.08, "Public Convenience," and 7-1.095, "Flagging Costs," of the
Standard Specifications.
Page 36
Full a:rnµmsation for conforming to the requirements of this article shall be
considered as included in the contract bid prices paid for the various items of
v.0rk, and no additional canf€nsation will be allowed therefore.
10-3 COOPERATION Attention is directed to Sections 7-1-14,
"~peration," and 8-1.10, "Utility and Non-Highway Facilities," of the Standard
Specifications, and these Special Provisions.
'Ihe Contractor shall =rdinate all v.0rk with City, A.T.S.F., and utility
canpanies involved in the project (see Section 10-5 "Cbstructions" l •
Full a:rnpensation for conforming to this article shall be considered as included
in the various contract items of work involved, and no additional canpensation
will be allowed therefore.
lQ-4 P:roGRESS SCllEDUIE The requirements in Section 8-1.04, "Progress
Schedule, " of the Standard Specifications are superseded by the following:
'Ihe Contractor shall subnit to the Engineer a practicable progress schedule,
,including utility installations, within ten (10) working days of executicn of the
contract, and within five (5) v.0rking days of the Engineer's written request at
any other time. ·
10. 5 OBSTROCTIONS -Attention is' directed to Sections 8-1. 10, "Utility and
Non-Highway Facilities", and 15, "Existing Highway Facilities", of the Standard
Specifications and these special provisions.
'Ihe contractor shall at all times maintain a vertical construction clearance of
· 23 feet fran top of RR tracks and a horizontal construction clearance of 8 '-6" to
·centerline of tracks.
The sixth paragraph of Section 8-1. 10, "Utility and Non-Highway Facilities", of
the Standard Specificaticos is amended to read:
Attention is directed to the p:,ssibliity that underground main or trunk lines may
be in a location different fran that which is indicated on the plans or in the
Special Provisions. 'Ihe Cbntractor shall ascertain the exact location of
underground main or trunk lines whose presence is indicated on the plans or in
Special Provisions, the location of their service materials or other
appurtenances, and of existing service laterals or appurtenances of any other
underground facilities.
If the Cbntractor discovered underground main or trunk lines not indicated on the
plans or in the Special Provisions, he shall imnediately give the Engineer and
the Utility Cl:mpany written notification of the existence of such facilities.
Such mains or trunk lines shall be located and protected fran damage as directed
by the Ebgineer and the cost of such v.0rk will be paid for as extra work as
provided in Section 4-1.03D. I:amage due to the Contractor's failure to exercise
reasonable oare shall be repaired at his cost and expense.
•
Page 37
Section 8-1.09, "Right-of-Way Delays," of the Stamard Specifications STYJl] I.<·
anitted.
Full a:mpensation for conforming· to the requirements of this article shall be
considered as included in the contract bid prices paid for the the various items
of w:>rk, arrl no additional a:mpensation will be allowed therefore.
10-6 Dl6T CONI'ROL -Shall confonn to the provisions in Section 10, "D.Jst
Control" of the Standard Specifications, arrl these Special Provisions.
The second paragraph in Section 10-1.01, "Description," of the Standard
Specifications is superseded by the following:
Dust resulting fran the Contractor's performance to the w1::>rk or by public
traffic, either inside or outside the right-of-way, shall be controlled by the
Contractor, in accordance with the provisions in Section 7, "Legal Relations and
Responsibility," of the Standard Specifications.
Section 10-1.04, "Payment of the Standard Specifications is superceded by the
following:
No S!'parate payment will be made for any w:,rk performed or material used to
control dust resulting fran the Contractor's performance of the w1::>rk, or by
public traffic, either inside or outside the right-of-way. Full conpensation for
such dust control will be considered as included in the prices paid for the
various items of w1::>rk involved.
10-7 EXISI'ING HIGHWAY FACILITIES -The w:,rk performed in connection with
various existing highway facilities shall conform to Section 15, "Existing
Highway Facilities," of the Standard Specifications, and these Special
Provisions.
10-7. 01 PAVEMENT REMOVAL -Pavement removal shall conform to Provisions of
Section 15-2.02A "Obliterating Roads and Detours" and these Special Provisions.
A.C. pavement removal shall include saw cutting, removal, disposal and adjustment
of area to final grade as shown on plans.
Payment for pavement removal shall be at a unit price per square fcot and
shall be considered as full canpensation for pavement removal and no additional
canpensation will be made.
10-8 1IDrolillZAT~J -@;i'l<i'Zat-ior1,._~$jjfr}1iace0raance:'W1't.n .. ~ctcionJ1 oD
tlW.l,S~a_fq.;sfu'(.i!-f.:i:cafil:0hs~ .
10-9 CIEARING AND GRUBBING -Clearing and Grubbing shall conform to the
provisions in Section 16 of the Standard Specifications am these Provisions.
10-10 WATERING Watering shall conform to Section 1 7 of the Standard
Spe~ifications. Full a:mpensation for developing a water supply, furnishing all
water, and applying water; shall be considered as included in the price paid for
the various itans requiring ~~ter am no separate payment will be made therefore.
i.
Page 38
10-11 EARTHWORK -Earth\<.Ork shall confonn to Section 19 of the Standard
Specifications and these Special Provisions.
10-12 EXCAVATION & BACKFILL (PIPE LINES) -Excavation and Eackfill for
Pipelines (Water, Sewer, Drainage) shall conform to the applicable Sect ions of
the Standard Specifications, and these Special Provisions.
The individual contract prices paid for the various items of pipeline
construction shall include structure excavation and backfill and no additional
canpensations shall be allowed therefore.
10-12,01 EXCAVATION & BACKFILL (SIDPE PAVING) -Excavation and Backfill for
Slope Paving shall be considered as included in the contract price paid for that
item and no additional canpensation will be allowed therefore.
10-12.02 STRlal'RE EXCAVATION & BACKFILL (BRICGE) -Bridge Structure Excavation
and Backfill shall confonn to Section 19-3 of the Standard Specifications.
10--12,03 .RellU:WAY EMBANKMENT a:NSTRUCTION Roadway Embankment Construction
shall confonn to Section 19-6 of the Standard Specifications and these Special
Provisions. Roadway Embankment shall be constructed to a height of 1 f=t · above
finish curb elevations shown on plans and have side slopes of not less than
1-1/2: 1. All. roadway embankment material obtained when finish grading of
roadway, side slopes and structure excavation shall spread and canpacted in 6"
lifts ·along the east side of the railroad right-of-way north of Poinsettia lane
to an elevation not to exceed 4 7. O feet.
The contract unit price paid for roadway 8llbankment shall be considered
as full canpensation for furnishing the material and palcement of material for
all road1.vay 8llbankment \<.Ork shown on the plans and required by the Standard
Specifications and these Special Provisions.
10--13 EROSIOO o:NTROL -Erosion control shall confonn to the provisions in
Section 20--3, "Erosion Control", of the Standard Specifications and these Special
Provisions.
The \<.Ork shall consist of hydro-seeding erosion control material
consisting of a mixture of stabilizing emulsion, fiber, seed, commercial
fertilizer and water to 8llbankment slopes as shown on the plans.
Before seeding the area to be hydroseeded shall be moistened to a depth
of 4".
Fiber shall be produced fran non-recycled \<.Ood such as \<.Ood chips or
similar wood materials and shall be of such character that the fiber will
disperse into a unifonn slurry \'.hen mixed with water. Water content of the fiber
before mixing into a slurry shall not exceed 15 percent of the dry weight of the
fiber. Fiber shall not be produced fran saw::lust or fran paper, cardboard, or
other recycled materials. Fiber shall be colored to contrast with the area on
\'.hich the fiber is to be applied, shall be nontoxic to plant or animal life, and
shall not stain con=ete or painted surfaces •
Page 39
stabilizing emulsion shall "be a concentrated liquid chemical that forms
a plastic film up:,n drying and allows water and air to penetrate. 'The film shall
"be n:,n-flanmable and sha+l have .an effective life of at least ooe year.
Stablilizing emulsion shall be nontoxic to plant or animal life and
nonstaining to concrete= painted surfaces. In the cured state, the stabilizing
emulsion shall not be reanulsifiable. The material shall be registered with and
licensed by the state of California, l:Epartment of Food and AgricuJ. ture, as an
"auxiliary soil chemical."
Stabilizing emulsion shall be miscible with water. at the time of mixing
and application.
Stabilizing emulsion :51all not be applied during rainy weather= when
soil temperatures are below 40 F. Pedestrians or equipnent shall not enter
erosion control areas after the erosion control materials have "been applied.
Erosion control work shall not carmence until the rate and method of
application of stabilizing emulsion have l:een approved by the Engineer.
Seed shall consist of the following:
Botanical Name
(Camon Name)
Atriplex semibaccata
Gaillardia aristata
Cerastium tanentost.nn
O'Conner's Legume
Pennisetum ruppeli
Iobularia rnaritima
Percentage
(Minimum)
Purity
90
90
90
Percentage
(Minimum)
Germination
90
90
40
Founis
Per Acre
10
10
2
5
10
3
Before seeding, the Contractor shall furnish written evidence (seed
label = letter) to the Engineer that seed not required to "be labeled under the
California Foob and Agricultural Code confonns to the purity and gennination
requirements in these Special Provisions.
Seed designated without a purity or germination shall be labeled to
inclUde the name, date (nonth and year) collected, and the name and address of
the seed supplier. Seed at the time of sowing shall be :Eran the previous =
current year's harvest.
All legumes shall "be inoculated with a viable bacteria canpatible for
use with that species of seed. The application rate for seed shall be the weight
exclusive of inoculated materials. All inoculated seed shall "be labeled to show
the weight of seed, the date of inoculatioo, and the weight and source of
inoculant materials.
Inoculated seed shall be sown within 24 hours of inoculation = shall
be reinoculated.
Page 40
'!he legume seed shall be inoculated as pr-ovided in Bulletin AX'I'-280,
'"Pellet Inoculation of Legume Seed", of the University of California,
A3riculatural Extension Service, except the inoculant shall be added at the rate
of 5 times the anount recarrnended on the inoculant package.
Seed shall be mixed on the project site in the presence of the
Engineer.
G:mnercial fertilizer shall have the following guaranteed chemical
analysis:
Ingredient
Nitrcgen
Phosphoric Acid
Water Soluble Potash
Percentage (Minimum)
16
20
0
Water shall_ be of such quality that it will pranote germination and
growth of see:ls and plants •
The erosion control materials shall be mixe:1 and applie:1 in tow
application as follows:
TI-le first application shall consist of the :following:
~.aterial
Fiber
Seed
Ccmnercial Fertilizer
Water
Per Acre
(Slope Measurement)
500 pounds
40 p:mnds
300 pounds
As neede:1 for application
'!he second application shall consist of the :following:
Fiber
Water
Material Per Acre
(Slope Measurement)
1500 potmds
As needed for application
The prop'.)rtion of erosion control materials may be change:1 by the
Engineer to meet field conditions.
Mixing of erosion control materials shall be i;erforrne:1 in a tank with a
built-in continuous agitation system of sufficient operating capacity to produce
a h:mogeneous slurry and a discharge system which will apply the slurry to the
slopes at a continuous and uniform rate. TI-le tank shall have a minimum capacity
of 1,000 gallons. The Engineer may authorize use of equipnent of smaller
capacity if it is derronstrated that such equipnent is capable of performing all
+he oi;erations satisfactorily.
Page 41
The slurry shall be appied within 30 minutes after the seed has been
added to the slurry.
Moisten soil to a depth of 4" before hydroseedi ng.
The weight of fiber wi 11 be determined by deducting from the weight of
fiber, the weight of water in the fiber at the time of weighing in excess of 15
percent of the dry weight of the fiber. The percentage of water in the fiber
shall be determined by California Test 226, in the same manner as provided for
determining the percentage of water in straw. Commercially packaged fiber shall
have the moisture content of the fiber marked on the package.
The weight of solids per gallon of stabilizing emulsion will be
determined by multiplying the percent of solids in the emulsion by the weight
per gallon of the emulsion. The percent of solids and th~ weight per gallon of
the emulsion will be determined by California Test 402, in the same manner as
provided for determining the percent of non-vo 1 at i1 e content and the weight per
gallon of paint.
"Plant Establishment" shall conform to Section 20-4.08 of the Standard
Specifications.
10-13.01 PAYMENT -The contract lump sum price paid for erosion control, highway
planting, and plant establishment shall include full compensation for furnishing
all labor, materials, tools, equipment, and incidentals, and for doing all the
work necessary to complete the erosion control, highway planting, and plant
establishment as shown on the plans, and specified in the Standard
Specifications and these Special Provisions and as directed by the Engineer, and
no additional payment will be made therefor.
10-14 FINISHING ROADWAY -Finishing roadway shall conform to Section 22 of
the Standard Specifications and these Special Provisions.
10-14.01 TRAFFIC MARKINGS AND PAVEMENT MARKERS -The Contractor shall install
Traffic Marking and Pavement Markers as shown on plans or as directed by the
Engineer, and shall conform to Sections 82 and 85 of the Standard
Specifications.
Lump sum price paid for finishing roadway shall include traffic
markings and pavement markers and shall be full compensation for work done.
10-15 AGGREGATE BASE -Aggregate Base shall conform to Provision of Section
26, "Aggregate Bases," of the Standard Specifications and these Special
Provisions.
Aggregate base shall be Class 2 material.
10-16 ASPHALT CONCRETE -Asphalt concrete shall be Type Band shall conform
to the Provisions in Section 39, "Asphalt Concrete," of the Standard
Specifications and these Special Provisions.
Paving asphalt shall be viscosity grade AR4000.
Page 42
The aggregate gradings used shall confonn tothe following requirements:
When the =npacted thickness of the asphalt concrete being placed is 0.10 foot or
less, the 3/8 inch maximum grading shall be used; when the =npacted thickness
being placed is between 0.10 foot and 0.17 foot, the 1/2 inch maximum, medium
grading shall be used; when the =npacted thickness being placed is equal to or
. greater than 0.17 foot, the 3/4 inch maximum, medium grading shall be used, or as
directed by the Engineer.
Inrnerliately in advance of placing ·the asphalt =ncrete, paint binder consisting
of penetration type asphalt anulsion confonning to the Provisions in Section 94,
"Asphaltic Emulsions", of the Standard Specifications shall be applied to all
vertical surfaces and any existing pavement to be covered at a rate of 0.05 to
0. 10 gallons per square yard as detennined by the Engineer •.
Where asphalt concrete is to be placed on aggregate base, a prime coat of MC-250
conforming to and awlied in accordance with Section 93, "Liquid Asphalts", of
the Standard Specifications shall be installed.
After paving, fcg seal Type ssrn confonning to Section 37, "Bituminous Seals"
shall be applied.
Payment for paint binder, prime coat, and fog seal shall be considered as
included in the price paid for asphalt concrete and no additional cx:rnpensation
will be allowed therefore.
'!he contract price paid for asphalt concrete shall include full canpensation for
furnishing all labor, materials, tools, equipnent, and incidentals, and for doing
all the =k involved in =nstructing asphalt concrete, canplete in place, as
slown on the plans, and as specified in the Standard Specifications and these
Special Provisions, and as directed by the Engineer.
10.17 SI'EEL PILES -Steel piling shall confonn to the provisions in Section
49, "Piling," of the Standard Specifications, and these Special Provisions.
10-17. 01 FURNISHING STEEL PILING, ( CU\SS 70) -Steel piling for use in the
proposed =k shall be HP 14 x 89 piles confonning to Section 49-5 "Steel Piles",
of the Standard Specifications and the construction plans.
10-17. 02 DRIVE S'I'EEL PILES ( CU\SS 70) -Steel piles shall be driven to a
bearing value of 70 tons each, as shown on the plans.
10-17.03 PAYMENT -Payment for steel piles shall confonn to Section 49--6,
measurements and payment of Standard Specifications and these special provisions •
10-18 PRESTRESSJNG CililCREI'E -Prestressing
provisions in Section 50, "Prestressing
Specifications and these Special Provisions.
'Ihe first paragraph in Section 50-1.02,
Spe~ifications is amended to read:
concrete shall confonn to the
Concrete, " of the Standard
"Drawings, " of the Standard
Page 43
'!he Contractor. shall suhnit to the Engineer, for approval in a=rdance
with the provisia,s in Section _ 5-1. 02, "Plans and Working Drawings," =rking
drawings of the pre-stressing system proposed for use. Fbr initial review, 3
sets of such drawings· shall be sul:rnitted. After review, between 6 and 12 sets,.
as requested by the Engineer, shall be suhnitted for final approval and for use
during construction.
10-18.01 PRECAST PRESTRESSED CWCRE'rE DECK SIAB ,.1\11 pre-fabricated
bridge members shall be inspected at the plant and certification and testing
reports shall be furnished to the City. \Sanpling and certification to be
performed by an inde,:.endent qualified testing firm approved by the City. Test
reports and certification to be performed" by an ·independent qua'l ified testing
firm approved by the City. T\'st reports and certification shall be sul:rnitted to
the City prior to delivery of materials to the job site.
'Ihe contractor's attention is directed to Sheet N:J. 11 of the plans
indicating deck slab tie rods. 'Ihe holes for these rods will have to be cast
precise in the deck slabs.
All =ncrete for precast-prestressed deck slabs shall have a design mix of 7
sacks of canent per cubic yard.
'!he =ntract price paid per each for precast-prestressed concrete deck slab shall.
include full canpensation for furnishing and erecting, ccmplete in place, and no
additional canp;,nsation will be allowed therefore.
10-19 CXJNCREI'E STRUCTURES -Portland canent con=ete structures shall
=nform to the provisions in Section 51, "Concrete Structure," of the Standard
Specifications and these special provisions.
'!he contractor's attention is directed to the fact that the Pacific Telephone
Canpany requires three 4" ducts in the bridge sidewalk on the south side and
three additional ducts are required in the sidewalk on the south side.
Pacific Telephone Canpany will furnish three 4" conduits and the Contractor will
install all furnished =duits. 'Ihe Contractor will furnish and install the
three 4" conduits for future utilities. Full canp;,nsation for conforming to this
requirement shall be considered as included in the contract price paid for the
con=ete and no additional payment will be made therefore.
10-19. 01 FORI'IAND CEMENT CWCRE:rE -lhless otherwise indicated, all· :Ebrtland
Cement Concrete shall be made with Type II canent and have a strength of 3,500
psi.
10-19.02 MlNOR STRlCI'URES -Minor structures shall .include pipe headwalls, curb
inlet and clean out structures and shall conform to Section 51-1.02 "Minor
Structures" of the Standard Specifications and these Special Provisions.
J::ernolition of portion of existing pipe headwall shall be included in the contract
price paid for construction of concrete pipe headwall and no additional
canpensation shall be made.
Page 44
Minor structures will be paid for at the rontract lunp sum price per each, which
price shall include full a:rnpensation for all excavation and backfill, all
concrete and reinforcing.steel and miscellaneous iron and steel involved, frame,
grates and covers conforming to Section 75 "Miscellaneous Metals" and no
additional a:rnpensation will be made.
Payment for the 6" thick =crete paved drainage depression shall be considered
as included in the contract price paid for 'fype A curb inlet structure and no
additional a:rnpensation will be made.
10-19, 03 HIGH STRENGI'H GROur: High strength grout shall confonn to the Standard
Specifications, Section 51-1.135, "1-brtar" and these special provisions.
Grout shall have a zn4rimum 28 day strength of 3000 psi.
aggregate size shall be 1/4".
Maximum
10-20 BAR REINFORCING STEEL -Bar reinforcing steel shall canfonn to the
provisions in Section 52 "Reinforcement," of the Standard Specifications.
10-21 REINFORCED CXNCRETE PIPE -Reinforced Concrete Pipe
the provisions of section 65, "Reinforced Concrete Pipe",
Specifications and these Special Provisions.
shall =fonn to
of the Standard
The 54" R,C.P. is to be installed for future use and the sealing of
both ends shall be included in the contract price paid for the 54" R.C.P.
'Ihe contract price paid for the 18" R,C,P. to be installed for future
use shall include sealing of one end.
'!he contract price paid for the 30" R,C,P. to be installed for future
use shall include sealing of both ends •
'!he contract unit price paid for foot of R,C,P, shall inclu:l.e full
compensation for furnishing all labor, materials, tools, equipment and
incidentials, and for doing all =rk involved to install R,C,P. Complete
in-place as shown on plans including earthwork and paving, as specified in the
Standard Specifications and these special Provisions, and as directed by the
Engineer,
10-22 SEWER PIDI'ECTION: Sewer Protection shall CCT1.fonn to Section 71,
"S=wers" of the Standard Specifications and to these Special Provisions.
'Ihe unit contract price per foot of sewer protections shall include all
earthwork, excavation and backfill, concrete and reinforcing to canplete work in
place as shown on the plans and no additional a:mpensation will be made.
10-23 ADJT.ET EXISTING MH's: .Adjustment of existing M,H. 's shall confonn to
Section 71 "Sewers" of the Standard Specifications and to these Special
Provisions.
Page 45
10-24 MISCEUl'.NEDlJS CXNCREI'E o::NSI'RLCI'ION Construction of cx:ncrete
curbs, gutters, sidewalks and slope paving shall confonn to the provisions in
Section 73, "Concrete Curbs and Sidewalks" of the Standard Specifications and
these Special Provisions, Curbs~ gutters, sidewalks and slope paving shall be
constructed of Class A Concrete confonning to the provisions in Section 90,
"Portland Canent Concrete", of the Standard Specifications.
Payment for sidewalk ramps will be included in the contract un{t price paid for
concrete sidewalk and no additional canpensation will be made,
Miscellaneous concrete construction will be paid for en the basis of whatever
unit is designated in the contract item. Such payment shall include full
compensation for furnishing all labor, materials, tools, equipment, and
incidentals, and for doing all the work involved in constructing curbs, gutters,
sidewalks, and slor:e paving a::mplete in place, as shown on the plans, as
specified in the Standard Specifications and these Special Provisions, and as
directed by the Engineer.
~."!$fe:te,m.,itet-iasrrail>lwbe ■~~~j,¥,~~-~asg14ip).lacefw14p-,ff.x&:1t7
10-26 METAL BEAM GUARD RAILING -Metal Beam Guard Railing shall copfonn to
section 83, "Railings and Barriers" of the Standard Specifications,
10-27 CHAJN LINK FENClNG -Chain Link Fencing shall confonn to Section 8Q-4,
"Chain Link Fence", of the Standard Specifications and these Special Provisions,
For Chain Link Railing 'fype 3L, See Exhibit-I.
10-28 UI'ILI'I'Y RELOCATICN -Utility Relocation shall include the acccmrodation
of the temporary and final relocation of the utilities shown on plans and provide
all material, equipnent and labor required for relocating water line,
The contract price paid for utility relocation shall be at a lump sum
price to include the providing of all materials, equipnent and labor required for
utility relocation as shown on plans and indicated in these special provisions.
10-29 Invert modification to existing 30" R.C.P. The contract= shall, by an
an approved method, modify the invert slope of the existing 30" R.C.P. as shown
on the plans. O:mpliance with all O.H.S.A, requirements is required.
The lunp sum contract price for perfonnance of this w=k shall be considered as
full canpensaticn f= furnishing all materials, equipnent and ·1abor for doing all
work involved in the invert rrcdification as shown on the plans, as specified in
the Standard Specifications and these Special Provisions and as directed by the
Engineer.
10-30 PIPE JACKlNG -Jacking of RCP pipe shall confonn to the provis1.ons in
Section 65-1.05, "Jacking Pir:e", of the Standard Specifications and these special
'>revisions.
Page 46
10-31. TEMPORARY PRIVATE RAILROAD CROSSING -If the contractor des ires to
cross AT&SF right-of-way (including tracks) at any time, the contractor shall
execute an agreement with the AT&SF Railway. The isntallation of this crossing
is entirely the option of the contractor.
The AT&SF Railway will construct the crossing within their track limits and the
· costs shall be paid by the contractor to the AT&SF Railway for this crossing
work .. In addition, the contractor shall submit for approval to the Railway and
the Engineer, shop drawings showing the haul route layout and typical section fo
the haul road approaches within the railroad right-of-way.
A sample agreement to be executed between the AT&SF Railway and the contractor .
is included in the bid package for the contractor's information. (See Pages 73-
79.)
10-31.01 PAYMENT -The contract lump sum price bid for temporary private
railroad crossing shall include full compensation for furnishing all labor
materials, equipment, and payment of all contract agreement fees for doing the work required for construction of a temporary railroad crossing if included at
contractor's option. If the contractor does not intend to have a tempor-ary
crossing constructed, enter zero dollars ($0) for this bid item.
!?age 47
EXHlBl'r "C"
RELATIONS Wt!H RAILWAY COMPANY
-1.01 Ceneral.--The Contractor, .:is ., prec-equi.site for award, shall he 1;atisfac:cnry a'I to his
rP-.1,1nn.c1ihi \ ily ,1ml .ihi. \ i.ty tn perform thP work over and acrou the propPrty ,1nd over or tinder the
tr,1ck.'I ,,r fhc Atchiqon, Topeka and S.mc 1 F~ Railway Cnmp,1ny.
tc is expected that The Atchison, Topeka and Santa Fe Railway Company will cooperate with the
Contractor rn tho.? end that the work may be handled in an efficient rfianner, but the Contract~r shall
have nn claim for damages or ~xcra comp1?nsation in the event his i.,ork is held up by the work of Che
Railway Company forces.
-1.0Z AgrPemenc.--Before doing any work on Railway right of way, or prorerc~, the Contractor will
he rE"qnired to Pi<ecuce and deliver Co The c\Cchison, Topeka and Santa Fe Kailwav Comp.tny a leccer
agrPPmPnt, in ChP. form attached hereto, obligating the Contractor to provide and keep in full force and
effect the in!lurance called for under "insurance" of these special provisions.
-l.03 Railway Requirements.--The Gontractor shall cooperate with The Atchison, Topeka and Santa Fe
Railway Company where work is over or ,wder the tracks, or within the limits of Railway property in
or,ter to expf'dite thP. work 1nd to avoid interference with the operation llf Railway equipment.
111e Contr:1cc,,r <iollall cnmp\y wirh th,· ru\rq and rPgularinn!I of R11ilway or thP instructioni-1 of it!I
rf'p11•!-tr11L:1tiv,•!-I in r,•lRtion t11 ,lh' pr,,111·1 m,mner ,,r protectina th~ tr11ck!'I ancl prupcrty of Railway and
th,· tr.1ffic 111ovimi: ,,n such tr.1cks, ,1s wrll as the wires, Signals and other property of Railway, its
tenant~ or licen~ees, at and in the vicinity of the work durinR the period o~ construction.
The Contractor shall perform his work in such manner and at such times as shall not endanger or
interfere with the safe and i:imely oper.'.lcion of the tracks and property of Railway and the traffic
moving on such tr.-ic:ks, as ~ell as wires, signals and other property of Railway, its tenants or
licensees, at nr in the vicinity of the work.
The Contr,1ccor -;11.11 I take protective measures necessary to keep Railroad facilities, including
crack h~l\Asr. free of ~and or debris resulting from his operations. Any damage to Railroad facilities
rc!'mlting fr11m Cnntractor's operations will be repaired or c-eplaced by Railroad and the cost of such
repairs or rf'p\acemP.nt shall be deducted from the Contractor's progress and final pay estimates.
The Contractor shall not pi.le or score any materials, p,Jrk or use his equipment closer to the
centt!r of Che nearP.st Railway track, or overhead lines, than permitted by the following clearanc:e11:
Ill' -0" Hori/.onl.-illy rr.1m centerline of track
22'-h" Vert ic-al ly ah,,ve top of r ... i. l
27'-0" Vertically ;ihove top of rail for electric wires carryinlil: less than 750 volts
28' -011 Vertically above top of rad for electric wires ·arrying 750 volts to 15,000 volts
1(1' · ll" v,,,·ri,•,il ly ;1h,1vr ror .. r r:1i I r .. r <-l1•ct rit: wirf'!I , -.nrv inR l'i,mlO vol I" '" ".!0,11110 vol t.'I
J/♦ I -u" Vertic.1lly above top of rail for electric wires ,·arryi.ng more than 20,000 volts
Any infrin~ement on the above clearances or walkways due to the Contractor's operation11 shall be
suhmitted to the Railway and to thP. En!itineer and shall not be undertaken until approved hy che Railway,
and until thE' Engineer ha11 obtained any necessary authorization from the Puhlic Utilities Commission
fnr the-i.nfri11gcment. No extr,1 com11f'nsarion will hP allowed in th• .-vent thr Cnntraclnr•~ work is
rlel.1yr1I pt?nrti,1g R.:ii.\w.'ly appruval, anrl l'uhlic Utilities Commission authorization.
In ch@ c.'.l~e of i~paired vertical clearance above top of rail, R~ilway shall have the option of
in~t.1lling tl'll-tale" or nther protective deyices Railway deems necessary for protection of Railway
tr.-iinmE"n or r.1il traffic:.
ThP detail11 nf c,,Mtruction affecting the Railway tracks at1d property not included in the contract
pl~ns shall be Ruhmitted to the Railwar for approval before such work is undertaken.
If thP Cnntraccor desires to move his equipment or materials across Railway's tracks he shall
obtain permission from Railway and, should it be required, the Contractor shall obtain a private
cros~inR aRreement. The crossing installation for the use of the Contr3ctor, if required, shall be at
the expense of the Contractor.
1.
Page 48
The Contractor shall, upon completion of the work covered by this contract co be performed by the
:nncraccor upon the preaines or over or beneath the tracks of Railway, promptly remove from the
iremises of Railway all of ContraCtor's toots, implements and other m~terials, whether brought upon
,airt pr@mii:.es by said Contractor or any Subco11,cractor, employ,• or alitenc of Contractor or of any
Soihc,1ncractoc, and c~use s.iid premisPs co be left in a clean ,nd presentable condici1Jn.
-l.04 Prot~ction of RAilroad Facilities:-
( I) !'pun :,clv:1ncc nuci.fication of not l~H than 24 houn by Contractetr, Railro.,d represPntatives,
cnn,luctors, rtai::mtan or w.icchmen will be provided by Railroad c.o protect ic1 faci-licies, property
Rnd movement, o( its trains or engines. In general, Railroad will furnish such personnel or other
protective services:
{;1) When any p.,rt of any equipr11e-nt is standing or being -,perated within 10 feet, measured
horizontally, f rnm centerl inf' of any track on which c ra ina may operate, . or when any erect ion
or con~truction 3ctivities are in pro~ress within ~uch limits, regmrdless of eleV3tion above
or i,e\ow tr3ck.
(b) for any excavation below elevation of tr3ck subgrade if, in th~ op1n1~n of Railroad's
representative, track or other railr~ad facilities may be subject to settlement of movement.
(c) For any clearing, grubbing. grading. or blasting in proximity to Railroad facilities which, in
the opinion of Railroad's representative, may endanger Railroad facilities or operation■•
(2) Railr•nld will furnish such personnel or other protective services when, in che opinion of
Railroad's representative, Railroad facilitie.-i, including, but not limlted to, track■, buildings,
siRnals, wire lines or pipelines, may be enda11gered.
(J) Information as to the Railroad employes which ma.y be required co provide protection to Railroad
f~cilities is as follows:
Maicimum
Nmnltfl r ( 11)
J
l
2
2
2
Cla~111i(i.rati,111 (B)
Pilot Conductors
Yard Engine Foreman
Yard Engine Helpers
Secti.on Foreman
Trackmen
B&B Foreu:.an
B&B Caf"l'enters
R,ue pav
r,,r 8 hnurs (c)
115.02
82.34
70.08
84.26
78.79
Headquarters (0)
Fullerton
Fullerton
Fullerton
Oceanside
Oceanside
1n ~eneral, a flagging crew consists of three men, as indi:ated in the above grouping, although
unrler some conditions leu than three men may be sufficient. Rates of pay, payment for overtime,
number of hours to be paid for, and travel, meal and Lodgi'lg allowances will be in accordance with
1-lhor union agreements in effect at the time Che .worl< is p,?rfonned.
To all direct labor co■ts, there sha\1 be added additional charges for Vacation Allowance; Holiday
P;1'."; Kealth and Welfare; Railroad Retirement and Unemployment Taxesj Public Liability, Property
namage, and Workman'• Compensation tnsurancej and Accounting and Billing. For estimating purposes
only, thP.■e addirives collectively m.ay,he considered as approximately 65% of all direct Labor C01'C ■•
"fhP. .'.lhovc ntett 3r~ for infom.ation only, and rates in effect at the time of construction will be
llS~d.
The cost nf all Railroad personnel, equipment, and facilitie■ deemed necessary by the Railway arid
provided by the Railway for the protection of Railroad facilitie1 and train■, durin1 the period of
con•cruction within Railway right of way and the co■t of inatallin1 protective device ■ in the case
of impmir,•d clearance, shall be bol'ne by the Contractor. 't'he Contractor shall be re■ponsible for
pavment of all cost■ incurred for any damages to Railroad roadbed, track and/or property resultin1
frnm use, occupancy, pre■ence of it9 emptoyea or agent■ oa or about the con■truction site.
··•> Railroad will submit it■ final bills for ftaJr;gin11 and related sarvices to City/-.., after
Cf'lmpletiou of the project. City/....-, will pay all fla11in1 charges.
-1.05 Work by Railway Company.~-Railroad will rearrange its tracks, telephone, telegraph, and
!iKn•l line, 3Tid appurtenance■, and will perform any other work in connection therewith, except gradins
to be done by others.
!l8b/09l7P z.
Page 49
agreement between
THE ATCHISON, TOPEKA AND SANTA FE RAILWAY COMPANY
ANO THE CONTRACTOR
IN CONNECTION WITH
The Atchison, Topeka and Santa Fe Railway Company
One Santa Fe Plaza, 5200 E. Sheila Street
Los Angeles, CA 90040
(JJoL
. 1 !11 I ' 191</l, "ith TheAundersfgned ~ en~r~d into a contract dated -----"'b.lY---~L'-'"--"-+---lf:t-".
Attention:
Gentlemen:
General Manager
tho
of --~'--:::e..LI t'-.L-+l--i..62...>'s--,---'C"""A='-"(Z=='-( ..,~,.u~J.LA::i.1,D:c_:_· ______ _.__ ___ , f~r the performance
certain work in connection with--------------------------------------
VCtl() S~T1A LAV\J\D
in t:he pl'"!rformi\nrf• of ...,hich work the underr•igned will neces■arily be roquired to conduct operations
...,ithin your right of way dnrl prol,urty. The Contract provides that no work shall be commenced within
your right of way or property until the contractor employed in connection with said work for
shall have executed and delivered to you a letter agreement in the form hereof and shall have provided
insurance of the coverage and limits specified in said contract. It this letter agreement is executed
by other than the OWner, General Partner, President or Vice President of the undersigned firm, evidence
is furnished to you herewith certifying that the signatory ia empowered to execute thi■ agreement for
the firm.
Accordingly, as one of the inducements to and a■ part of the consideration for your granting per-
mission to the undersigned to enter upon your right of way or property for the performance of so much of
the work as is necessary to be done wilhin ~our right of way or property, the undersigned, effective on
the date of ~he contract with the 9, . L7 ~ ff c\--; has agreed and does hereby agree :-,1th you as follo-.,s:
1. The undersigned shall indemnify and save harmless the Santa Fe, its agents and eq,loyees against
all liability, claims, demands, damage9, or costs for (a) death or bodily injury to persons, including
without limitation the employees of the parties hereto, (b) injury to property, including without limi-
tation, the property of the parties hereto, (c) design defects, or (d) any other loss, damage, or expense
arising under either (a), (b), or (c), a.nd all fines or penalties impo1ed upon or assessed against Santa
Fe, and all expenses of investigatinq and defending against same, arising in any manner out of Cl) use,
occupancY or presence of the undersigned, sub-contractors, employaes, or agents in, on, or about the
construction site,(2) the performance, or failure to perform, by the undersigned, its subcontractors,
employees, or agents, its work or any obligation under this agreement, or (3) the sole or contributing
acts or omissions of the undersigned, its subcontractors, employees, or agents in, on, or about the
construction site. Nothing contained in this provision is intended to, nor shall be deemed or construed
to, indemnify Santa Fe from its sole negligence or willful misconduct, or that of its agents, servants
or independent contractors who are directly responsible to it.
2. That the undersigned will procure, and maintain in force, insurance meeting all of the requirements
outlined in the spe.cial provisions for and in contract referred to in the second paragraph above, and
there is handed you herewith:
(1) Original Policy in Railroad Protective Liability Form, favor of The Atchison, Topeka and Santa
Fe Railway Cofft)any, one Santa Fe Plaza, 5200 Ea.st Sheila street, Los Angele•• CA 90040, Md
(2) Certificate reflecting the existence of Contractor's Public Liability and Property Damage
Liability Insurance and contractor'a Protective PUblic Liability and Property Damage Liability
Insurance,
meating such requirements. It is further distinctly understood and agreed by the undersigned that its
liability to ·the Railway Coq,any herein under Paragraph l, will not in any way be limited to the amount
of insurance obtained and carried by the undersigned in coMection with said contract.
3. That the undersigned will obaerve and comply with all the provisions, obligations and limita-
tions to be observed by Contractor which ara contained in the sub-diviaion of the specification■ of the
contract referred to in the second paragraph hereof, entitled ~Relation■ with R4ilvay Companyft, and
shall include, but not be limited to, payment of all coats incurred for any dam.ages to Railroad roadbed,
tracks, and/or property, resulting from use, occupancy, pra■ence of its employees or agents on or ab:>ut
the construction site.
Page 50
AT&SF Railway Co.
Kindly acknowledge receipt of this letter 411d of the insurance policies herein provided to be
furnished to you by signing and returning to the undereigned a copy of this letter, which shall there-
upon constitute an agreement between us.
Receipt of the foregoing letter and of the policies
and certificates of insurance herein provided to be
furnished is hereby acknowledged this
--~--d.ay of ---~--------• 19 ,
THE· ATCHISON, TOPEKA AND SANTA FE RAILWAY COMPANY
By ____________________ _
Its. _____________________ _
Yours truly,
Page 51,
EXHIBIT "C-2"
RAILROAD PROTECTIVE INSURANCE
In addition to an1 other form of in■urance or bonds required under the term• of the contract
and apecific ■tions, the Contractor will be required en carry insurance of the kind■ and in the amounta
hereinaf~1·r specified. · Such in11urance shall be approved by:
TH.! ATCHISON, TOPEICA AND SANTA FE RAILWAY COMPANY
her-einaft£'r called 11Rai_lroad" before any work i9 performed on Railroad property and shall b'e carried
until gll work required to be perfortaed on or adjacent to the Railroad's property under the terms of
the contract is satisfactorily completed as determined by the Engineer, and thereafter until all cool■,
equipment and material have been removed from Railroad's property and such property i■ left in a clean
and presentable condition.
The insurance herein required shall be obtained by the successful bidder, and the oriainal and
certified ..:opies of all policie■ aa hereinafter specified shall be· furnished to the Engineer •
•
The Contnctur ~hall Cu.rniah Che F.ngine-er with one (l) cf'rtifi■d copy of Heh of th■ executed
pulicie■ n•quired hy 11 21 and 3 below, and in 11ddition1 ■hull furniah Railroad throuah the !n1ine•r,
uni• (l) ccrtificat~ reflectin1 the exi■tence oi the ex~cuted policie1 required by land 2 and the
ori1inal polic ie■ 11£ che insurance required by 3 .belov.
A certification of au.ch copies of insurance shall guarantee that the policy under 1 and 2 will
not be amended, altered, modified, or cancelled insofar aa the coverage contemplated hereunder i■
concerned, without at least thirty (30) days' notice mailed by registered mail co the Engineer and to
Railroad.
Fnll compensation for all premium■ which the Contractor is required to pay on all the
insurance described hereinafter shall be considered a1 included in the pricl"■ paid for the variou1
items of wnrk to be perfori..ed und~r the contract, and no additional allowance will be made therefor or
for additional premium■ which may be required by extensions of the policies of insurance.
The approximate ratio of the estimated cost of the work over or under or within 50 feet of
Railroad's tracks to the total estimated contract cost is 0.---.
1. Contractor's Public Liability and Property
Damage Liability Insurance
T11e Contractor shall, with respect to the op'erations he performs within or adJacent to
Rail road's property, cany regular contractor's Public Liability and -Property D4mage Liability
rnsurance providing for the same limits as specified for Railroad's Protective Public Liability and
Property Damage Liability Insurance to be furniahed for and in behalf of Railroad ■I her■in■fter
rrovided.
I£ any part of the work within or adjacent to Railr,,ad' s property is subcontracted, the
Contractor in addition to carrying the above insurance, shall provide the above insurance in behalf of
the subcontractors to cover their operation,.
2. Contractor'• Protective Public Liability and
Property Damage Liability Insurance
ThP Contractor ■hall, with reapect to the operations performed for him by subcontractors vho
do work within or adjacent to Railroad's property, carry in his own behalf regular Contractor's
Protective Public Liability and Property Damage Liability tnaurance providing for the same limit• aa
specified for Railroad'11 Protective Public Liability and Property Damage Liability Insurance to be
furnished for and in behalf of R4ilroad a• hereinafter provided.
3. Railroad'■ Protective Public Liability and
Property Dam.age Liability Insurance
The Contractor shall, with respect to the operation• he performs within or adjacent to
Railroad'• property or that of any of his subcontractor• who do work within or adjacent to Railroad'•
property, have ia■ued and fumished separately, policy or policies of in■urance in the Railroad
ProteCtive Liability Fotin a1 hereinafter specified in favor of The Atchison, Topeka and Santa Fa
Railway Company, One Santa Pe Plaza, 5200 Ea■t Sheila Street, Lo• An1ele1, CA 90040.
RAILROAD PROTECTIVE LIABtLITY FORM
(Name of Insurance Company)
OECLARA TIO NS
ltem \. Named Insured:
The Atchison, Topeka and Santa Fe Railway Company
One Santa Fe Plaza, 5200 E. Sheila Street
Los Angeles, CA 90040
JtP.m z. Policy Period:
From ___________ to __________ _
12:01 a.m., Standard Time, at the designated job site stated herein.
Page 52
Tl •·m 1. Tlw in.•111r;incc 11fforrlPd i!I only with reapcct to euch ol the (nllovins covrrages aa ara
indicatPd in lte'III fl by /:lpecific premium charge or cbarget1. The limit ot the Company'•
liabillty against such coverage or coverages shall be as stated herein, subject to all the
tenns of this policy having reference thereto.
Coverages Limits of Liability
---------------------------------------
A Bodily Injury Liability
R Property Damage Liability • C a11d Physical Damage to
Property
Ttem 4. N,1me an,\ Address 0£ Contractor:
$2 million Combined Single Limit per
occurrence, with an aggregate limit of
$6 million for the term of the policy.
(tFm ~-N~me and Address of Governmental Authority for whom Che work by the Contractor ia beina
p,•rformr.1\:
[te1n r,. D"1!aignation of the Job Site and Description of Work:
l'rc-mium
Haai.:tt
C:ontracc
f'.nst
Rent.11
GO!IC
Kates p1•r
Coverage A
s
$
$100 of Coat
Coverages
*
$
Ct)unter!ligned ____________ _ 19
1'01.(CY
S&C
By
AdvancP PremiUmo
Coverage A Coverages ••c
* s
$ *
(Name of Inaurance COt:1pany)
Page 53
A~---,-,---:-,c,c-::,.,--,---::-,---insurance company I herei•t called the Company. agrees vich the
insured n.-1med in the Declarations made a Part hereof, in co,,aideration of the payml!nt of the premium
and in reliance upon the 1eatement0 in the Declarations mad•• by the named insured and subject to all of
che tcnna of chi• policy:
r.
INSURING ACREEHElf,'S
Coverage A -Bodily Injury Liability
To pay on behalf of the insured all sums which the insured shall be~ome legally obligated co
pay aa damages because of bodUy injury, sickneas, or disease, including death at any time
resulting therefrom, h.,:,reinafter called "bodily injury", either ( l) sustained by any person arising
011t of acta or omissions at the designated job site which are related co or are in connection vith
the work de~cribed in Item 6 of the Declaration•, or (2i sustained at the designated job aite by
the contractor or any employe of the contractor or by a~y designated employe of the insured whether
or not ari1ing out of such acts or omissions.
Coverage B -Propertv Damage Liability
To p.::iy on hehalf 0£ the insured all ■uma which the insured shall become legally obligated co
pay as damages becauae of physical injury to or destruction of property, including lo■■ of uae of
any property due to such injury or destruction, hereinafter called "property damage", ari■ing out
of aces or omissiona at the designated job site which are related to or are in connection vitb the
work descrihed in Item 6 of the Declarations.
CoveragP. .c -Physical Damage to Property
To pay for direct and accidental Loa■ of or damage ~o rolling stock and their contents,
mechanical construction equipment, or motive power equip1nent 1 hereinafter called los11 arising out
of acts or omissions at the designated job site which ar•? related to or are in connection vitb the
work described in Item 6 of the Declarationsj provided such property is owned by the named inaured
or is Leased or entrusted to the named insured under a l••a.oe or trust agreement.
rr. Definitions
(.::i) Insured -The unqualified word "insured" includes the named insured and also includes any
executive officer, director or stockholder thereof while acting within the scope of his dutie ■
as such.
(b) Contractor -The word "contractor" means the contractor designated in Item 4 of the
Declarations and includes all subcontractors of said contractor but shall npt include the
named insured.
(,·) ll<'Mignated employee of the insured -The words "deaigna1ted empluye of the insured" mean:
(1) any supervisory employe of the insured at the jobsite, or
(2) any employe of the insured while operating, attached to or engaged on work train• or
other railroad equipment at the Jobsite which are asoigned exclusively to the contractor.
(d,) Contract -The word "contract" means any contract or agreement to carry a person or property
for a consideration or any le3ae, truat 1 or interchange contract or agreement respecting
motiv~ power1 rolling stock or mechanical conatruction equipment.
I I I. Defenaf', Sett Lement, Supp temencacy Payments
With respect co such iniurance s1 is afforded by this policy under Coverage• A and B1 the
Cnmpa_ny shall:
(a) Jefend any suit against the insured alleging such bodily injury or property damage and seeking
~omage■ which are payable under the terms of thi1 policy, even if any of the allegation, of
the suit are groundtP.al!I, false or fraudulent; but th,! Company may make such investigation and
settlement of any claim or suit as it deem• expedienti
IV.
Page 54
(b) pay, in addition to the applicable limits of liability:
(l) all expense• incurred by the·Company, all co1t1 taxed against the in1ured in any such
~uit and all interest on the entire amount of any judgment therein which accrue■ after
entry of the judgment and before the Company haa paid or tendered or dep01ited in court
chat part of the judgment which doea not exceed the limit of the Company11 liability
thereon;
(2) premium• on appeal bonds required in any such suit, premiums on bond■ co releue
attachments for an amount not in exce11 of the applicable limit of liability of thi1
policy, but without obligation to apply for or furnish any such bond1;
(J) expenses incurred by the insured for such immediate medical and surgical relief to other,
aa shall be imperative at the time of the occurrence;
(4) all reasonable expenses, other than leas of earnings, incurred by the insured at the
Company's request.
Policy PPriud1 Territory
This policy applies only to occurrences and losaes during the policy period and within the
United States of America, its territories or possessions, or Canada.
EXCLUSIONS
Thin policy does not apply:
(a) to liability assumed by the insured under any contract or agreement except a contract ao
defined herein;
(b) to bodily injury nl· property damage caused intentionally by or at the direction of the insured;
(c) Lo hc,di ly in.i11ry 1 property ,lamage or 1011■ which occun after notification to the named inaured
of the acceptance of the work by the governmental authority, other than bodily injury,
property damage or loss resulting from the existence or removal of Coale, uninntalled
equipment and abandoned or unused materials;
(d) under Coverage~ A(l), Band C, to bodily injury, property damage or loss, the sole proximate
cause of which is an act or omission of any insured other than acts or omissions of any
designated employe of any insured;
(e) under Coverage A, to any obligation for which the i,,sured or any carrier as hie insurer may be
held liable under any workmen's compensation, unemployment compensation or disability benefit•
law, or under any similar law; provided that the Federal Employer•' Liability Act, U.S. Code
(1946), Title 45, Sections 51-60, ·as amended, shall for the purpose11 of this insurance be
dPemed not to be any similar law;
( f) under Coverage 8 1 to injury to or destruction of pr,,perty (I) owned by the named insured or
(II) leased or entrusted co the named insured under a lease or trust agreement.
(g) l. Under any Liability Coverage, to inj_ury, sicknnsu, diseane, death or destruction:
(a) with respect to which an insured under the policy is alao an insured under a nuclear
energy liability policy iaaued by Nuclear Energy Liability Undervriter1 or Nuclear
Insurance Aaaociation of Canada, or would be an inaured under any such policy but
for it1 termination upon exhauation of its limit of liability; or
(h) res11ltin14. from the hazardoua propertie• ol nuclear material and with ['.eapect to
"which ( 1) any penon or orsanization i■ r•·quired to maintain financinl protaction
purauant to the Atomic Energy Act of 1954, or any law amendatory thereof, or (2) the
in$ured ia, or had chi• policy not been isaued would be, entitled to indeca.ity froa
the United States of America, or any agency thereof, under any agreement entered
into by the United State• of America, or any agency thereof, with any person or
organization.
2. Undr.r ,iny medical Payment a Coverage, or under any Supplementary-Payment• proviaion
rel~ting to iamediate medical or 1urgical relief, to expen1e1 incurred with reapect to
bodily injury, sickness, diaeaae or death re1ulting fro. cha hazardou• propertie• of
nuclear material and ariain1 out of th• operation of a nuclear facility by any per1on or
organization.
Page 55
). Under any Liability Cover1ae1 to injury, 1ickn•••• di1ea1e, death or de■truction
re1ultin1 froa the ha1ardou1 propertie1 of nu.clear aaterial, if
(a) the nucle•~ .. cerial (l) ia at any nuclear facility ovned by, or operated by or on
behalf of, an inaured or (2) ha■ been di1ch1rged· or di1per1ed therefroa;
(b) the nuclear ... cerial i■ contained in ■pent fuel or va■te at any tiDI! po1■e■■ed,
handled, used, proce11ed, atored, traa1ported or di■poaed of by or on behalf of an
in■uTed ; or
(c) the injury, 1icknea11 di1ea1e, death or de■truction 1Tiae1 out of the furni1hin1 by
an in■ured of services, material■, part■ or equipment in conneccion vith the
planning, construction, maintenance, operation or u■e of any nuclear facility, but
if auch facility is located vithin the United State• o( America, it• territoriea or
poeaiuaion• or C1111ada 1 thia ~xcluaion (c) app1ie■ only to injury tu or de■tructian
o( pruperty at such nuclear facility.
4. A• us~d in t~11 exclusion:
"Hazardous proper~ie■" include radioactive, toxic or exploaive propertie■;
"nuclear material" means 11ource material, special nuclear uterial or byproduct uteri81;
"11ource ru~ter ia l 11, "Spec ia 1 nuc le~r materioil.l 11, and 11byproduc t material" have the
IM!anins■ given the■ in the Ato■ic Eneray Act of 1954, or in any law
■mendatory thereof.
"spent fuel" mcane any fuel element or fu•l component, aolid or liquid, which ha• beeo
used or expoaed to radiation in a nuclear reactor;
11waste11 mean■ any waste material:
(1) containing byproduct material and
(2) resulting from the operation by any per■on or ar1anization of any nuclear
facility included within the definition of nuclear facility under Paragraph (a)
or (b) thereof;
"nuclear
\al
(bl
\cl
(dl
facility" means:
any nuclear reactor
any equipment or device de■igaed or u■ed for (I) 1eparatin1 the i1otape1 of·
uranium or plutonium, (2) prac•111inJ or utilising ~pent fuel, or (l) handlia1,
pr"c1.•■•inJ or packaging wat1c.;
any ~quipme:nt or device used far thr proc:e■1ing, fabricating or alloyin1 of
~pecial nuclear material if ■t any ti• the total ■mount of ■uch material in
the cu•tody of the ia■ured at the premiaea vbere such equi~nt or device i■
loeJted conaist1 of or contain• more than 25 gram, of plutaniwa or uraniua 2ll
or any combination thereof, or more than 250 ar•• of uraniua 235.
■nf 1truccure, ba■in, excavation, premises or place prepared or used far the
atorage or dispo1al of wa•te,
.and includes the ■itr. an which any of the foregoing ia located, •11 operation■ conducted
~n such 1ite snd all premi1e■ u1ed fqr ■uch operatiaoa;
"nu,: leilr reactor" aean■ any ■pparatu1 de■igned or used to sustain nuclear fia1ion in a
1elt-1upporting chain reaction or to contain a critical -■11 of
fi■■iooable ■aterial;
"injury11.or "de■truction" with respect ta injury ta or de■truction of property, the
word include■ all fana■ of radioactive contamination of
property.
<h) under Coverage C, to 1011 due to nuclear reaction, nuclear radiation or radioactive
contamination, or to any act or condition incident to any of the fore1oin1.
CONDtTtON&
(The condition■. t'>cc.:ept c,1nditions 3, 4, 5, 7, I, 9, 10, 11 and 12, apply ta aq cuvecas•••
C"nditi11n1 31 4, 5, 7, a. 9, 10, 11 and 12 apply only to the cavera1e1 noted thereunder.)
I, Pr•~iwa The pre■iUtR ba1e1 and rAtea for th■ hazards de■cribed in th■ Declaraticm•, ■re ■tated
therein• Pre■iu:11 ba■e■ and rate■ for hasa,·d■ not 10 de■cribed are tho■-applicable
in accordance with the .. nual■ iD u■■ by the Co■pany, The Cera "c1>ntt'■CC ca■c" a:an■ the
rnr~I co~t or all vnrk drscrihed in Jee• 6 or the Declaration,.
Thi• Liu-. "rental co11:11 M■n■ the total co■c to the cootr■ctor for rencal of vorlr. train■ or
orher railroad equipaent. includin1 the reauner■cioa of all eaploye1 of the in■ured vhile
ou.-r.at inst. •ttach~;I to or ~na:aaed thereon.
2.
Page 56
·rhc advance premiwa atated in the Declarations i1 an estimated premitm. only. Upon termination
of chi• policy the earned premium 1hall be computed in accordance with the Company'• rule■,
_ r~tea, racina plan•, premiums and minimum p1·emium1 applicable to thia insurance. If the
earned premiua thu■ com,uterl exceed• the estimated advance premium paid, the Company ahall
look co the Contractor. specified in the Declaration■ for any such excen; if leu, the Company
•hall return to the said contractor the unearned portion paid.
In no evPnt shall payment oi premium be an obligation of the named in■ured.
Inspection The named insured shall make available to the Company records of information
relating to the subject matter of thi1 insurance.
The Company shall be permitted to inapect"all operation■ in connect~on with the work deacribed
in Ttem 6 of the D~clarations.
3. Limits of Liability The limits of bodily injury liability stated in the Declaration• a■
Coverage A applicable to "each pereon" is the limit of the Company's liability for
4.
5.
, all damagea, including da[!l&gea for care and lona of services, ari■ing out
of bodily injury austained by one person as the re1ult of any one occurrencei the limit of
auch liability stated in the Declarations as applicable to "each occurrence" is, aubject to
the above proviaion1 reapectin1 each per~on, l he total limit of the Comp9:ny' ■ liability for
all 11uch 1lsm:,gp arising out of bodily injury suatained by two or more pe:r■on■ •• the ra■ult of
any ~ne occurrence.
L~mits of Liability
Coverages B&C
The limit ■ of liability under Co,verage■ B and C ataced
a• applicable to 11each occurrence" ia the total limit of the Coapany' o
ari ■ing out of physical injury to, deatructioQ or losa of all property of
one or more persona or organization■, including the 1011 of use of any property due to ■UCh
injury or destruction under Coverage B, as the re■ult of any one occurrence.
Subject to the above provision■ respecting "each occurrence", the limit of liability
under Coverages 8 and C stated in the Declaration. a1 1111ggregate:" i■ the total limit of the
CompAny's liability for all damage• and all lo■• u~der Coverage• Band C combined ari■ing out
of phvsical injury to, destruction or loa■ of property, including the loa• of u■e of any
property due to such injury ,or destruction under Coverage 8.
Under Coverage C, the limit of the Company's liability for las■ shall not exceed the
actual cash value of the pc-operty or if the loss is of a part thereof the actual cash value of
such part; at time of losa, nor what it would then co1t to repair or replace the property or
such part thereof with other of like kind and quality.
Sev~rality of Interests
Coverages A&B
The term 11 the insured" is used severally-and not collectively, but the
inclusion herein of more than one insured shall not operate to
increase the limits of the Company's liability.
fi. !!_ol_i.£!, In the ewnt of an occurrenC'I! nr 101111, written notice contain.ina particular■
1t11Cficient to identify the insured auJ also rcaaonably obtainable information with
re~pect to the time, place and circumstances thereof, and the name■ and addres■e• of the
injured and of available witnesses, shall be given by or for the insured to the Company or any
of its authorized agent ■ a• soon a■ practicable. If claim is made or suit i1 brought again■t
the insured, he ■hall immediately forward to the Company every demand, noti~e, summon• or
other process received by him or his representative.
7. Assistance and Cooperation of the Insured The insured shall c<>operate with the Company
Coverage• A6!1 andt upon the Company' e requeat I attend hearinga and trial ■ and aasiai: in
8.
making settlement•, aecurin1 and giving evidence, obtaining the
attendance of vitnessea and in the conduct of ■uits. The insured shall not, except at hi• ovn
cost, voluntarily uke any payment, asoume any obligation or incur any expense other than for
such itrcaediate medical and surgical relief to others aa shall b_e imperative at the time of
accident.
Action Against Company
Coverages A&B
No action. shall lie again■t the Company unleu, as a condi_tion
precedent the·reto, the in■ured shall have fully coaplied with all
term■ of thi• policy, nor until the amount of the insured'■
obligation to pay shall have been finally determined eithe:r by judgment again■t the inaured
aCter actual trial or by written agreement of the insured, the claimant and the Company.
the
Any person or organization or the legal representative thereof who ha• secured such
judgment or written agree1DP.nt ahall thereafter be entitled to recover under thi• policy to the
extent of the in■urance afforded by this policy. Ho person or oraanization ■hall have ~ny
right under thi■ policy to join the C:Offlpany H a pa .. ty to any action a1ain■t the in1ured to
determine th• in■ured 1 ■ liability. Bankruptcy or inaolven.cy of the ia■ured or of the
in~ured'• e1tate ·shall not relieve the Company of any of it• obligation■ hereundar.
Page 57
CovPrage C No action· shall lie against the Co■pany, unle11 1 a■ a condition precedent thereto,
there ■hall have been-full compliance with an the term• of thil policy nor until
thirty day ■ after proof of lo ■■ i ■ filed and the aniount of lo■■ i1 determined a111 provided in.
thi• pol icy.
q_ ln■ured'a Dutie■ in Event of Lo11 In the event of lo■■ the in1ured shall:
10.
Coverage C
(a) protect the property, whether or not the lo■■ i■ covered by thi■ policy, and any further
lose due co the inaured's failure co protect shall not be recoverable under chi, policy;
reasonable expenses incurred at the Company'• reque■tj
(h) file with the Company, a■ soon· as practicable after loaa, hi• sworn proof of loaa in ■uch
form and including such information a• the Cmnpaay, may reasonably require and shall, upon
the Company'• requeat, exhibit the da~ged, property.
Appraiaal.
CovPrage C
If the in9ured and the Company fail to agree as to the amount of loaa, either may,
within 60 days after the proof of 1.o•• is filed, demand an appraisal of
the lo••• In such event th~ insured and the Company shall each aelect a
competent appraiser, and the appraisers shall select a competent and diein~ereeted umpire.
The appraisers shall state separately the actual cash value and the amaunt of lo•• and failing
to agree shall submit their differences to the umpire. An award in vritina of any cw ■hall
determine the amount of lo■■• The inoured and tbe Company shall each pay hi■ choaen appraiser
and shall bear equally the other expense■ of the apprai■al and umpire.
The Company shall not be held to have waived aay of its right9 by any act relating to
appraisal.
LL. Payment of Losa
~rage C
The Company may pay for the lose in aioney but there shall be no
abandonment of th• damaged property to the Company.
1'2. No Benefit to Sailee
Coverage C
The insurance afforded by thi■ policy shall not inure directly or
indirectly to the benefit of any carrier or bailee, other than the
named in■ured, liable for lo■■ to the property.
LJ. s·ubrogation In the event of any payment under thi■ policy, the Company shall be
subrogated to all the insured's right■ of recovery therefor again■t any
person or organization and the insured shall execute and deliver in■trument ■ and paper■ and do
whatever else is necessary to secure such rights. The insured 9hall do nothing after loa ■ to
prejudice such rights.
14. Applic~tion of Insurance The insurance afforded by tbi~ policy is primary inaurance.
15. 1'hree-Year Policy A policy period of three yean i• comprised of three consecutive annual
perioda. Computation and adjust~ent of earned premium shall be made at
the end of each.annual period. Aggregate limit ■ of liability ae stated in this policy shall
apply sPparately to each annual period.
16. Changes Notice Ct> any agent or knowledge possessed by any agent or by any other per■on shall
not effect a vaiver or a change in aoy part of this policy or stop the Company froa
asserting any righc under the teTID8 of thim policyi nor shall the terms of thia policy be
waived or changed, except by endor1ement ie■ued to form. a part of thia policy.
A111i1nment o! intcr,~,L under thi1 pulky Hhnll nut bind the Company until iu
con■ent i ■ endorsP.d hereon.
18. Cancellatinn This policy may be cancelled by the named in1ured by mailing to the
Company written notice ,eating vhen thereafter the cancellation 1hall be
effective. Thi• policy may be cancelled by the Company by mailing to the named insured,
contractor and sovernmental authotity at th• re1pective addresae■ ■hovn in thi1 policy vricteu
notice stating when not l~•• than thirty day• thareafter auch cancellation ■hall be
effective. The mailin1 of notice a• aforeiaid ahal.l be sufficieat proof of notice. Th•
effective 0date and hour of canceltacion ■tated in the notice thalt become the end of the
policy period. Delivery of 1uch written notice either by the named ia1ured or by th• Company
shall be equivalent tQ mailin1.
If the named insured caacell, earned preaiua siiall be computed ia accordance with the
cu■tomary short rate table and procedure. tf the Coapaay cancel,, earned premium shall be
computed pro rata. Premium adjuatment may be mad• eithar at the ti• cancellation ia effected
or a■ soon a■ practicable after cancellation becoae• effective, but payment or tender of
unearned pre■iua ia not a condition of cancellation.
Page 58
19. OeclarAtiont · By acceptance of this policy che named insured agree• that such ■tatement
in the Declarations a, are ma,le by hi11 are hi1 agreementa aa.d
representation■, that tbi■ policJ i• issued in reliance upon the truth of such representatioaa
and that chi■ policy embodiea all agreements existing between himsolf and the Company or any
of its agent■ relating to chi■ inaurance.
tN WITNESS WHEREOF, the ________________ Indemnity Company ha■ cauaed
thi■ policy to be si'gned by its preaident and a secretary at ---,--=----,:---------■nd
countersigned on ·the Declaration■ page by a duly authorized agent of the Company.
(FACSIMILE OF SIGNATURE) (FACSIMILE OF SIGNATURE)·
Secret•TY Pre■ident
El8•/0936P
v.c.
P.I.
T.C.
PRC
o.c.
B.V.C.
E.V.C.
R
L.F.
I.E.
R.L.P.
POR.
F.L.
C.F.
E.I.
S.D.
ST ..
B.C.R.
B.C.
E.C.
R/W
M.H.
A.C.
A.B.
P.C.C.
s
STA
POINSETTIA LANE
ABBREVIATIONS
VERTICAL CURVE
POINT OF INTERSECTION
TOP OF CURB
POINT OF REVERSE CURVE
ON CENTER
BEGIN VERTICAL CURVE
END VERTICAL CURVE
RADIUS
LINEAR FEET
INVERT ELEVATION
REINFORCED CONCRETE PIPE
PORTION
FLOW LINE
CURB FACE
ELEVATION
STORM DRAIN
STREET
BEGIN CURVE RADIUS
BEGIN CURVE
END CURVE
RIGHT OF WAY
MANHOLE
ASPHALTIC CONCRETE
AGGREGATE BASE
PORTLAND CONCRETE CEMENT
SLOPE
STATION
Page 59
INV
F.S.
GND
ECR
ACF
WWF
M.L.
M.C.
C.I.
TB
POINSETTIA LANE
ABBREVIATIONS (CON'T.)
INVERT
FINISH SLOPE
GROUND
END CURVE RADIUS
ASBESTOS
WELDED WIRE FABRIC
MORTAR LINING
MASTIC COATING
EXIST ELEVATION
PROPOSED ELEVATION
CURB INLET
THRUST BLOCK
Page 60
SECTION 11. . PROJK'T STANDARD PI.ANS AND ABBREVIATIONS
STANDARD PI.ANS
Regional
D-1
D-2
D-9
D-10
D-11
D-12
D-29
D-34
D-60
D--£1
G-2
G-6
G-7
G-8
G-10
G-12
M-2
M-5 ---6
-7
CURB INIET -TYPE A
CURB INIEI' -TYPE B
SI'ORM DRAIN CIEANOUI' -TYPE A
SI'ORM DRAIN CLE'J\NOUI' -TYPE B
JNIEI'S AND CIEANOUI'S -NOI'ES AND DETAILS
CURB INIEI' OPENING
CATCH BASIN -TYPE 1·
WING AND U-TYPE HEAIWALl.S
PIPE BEDDING AND TRENCH PACKFIIL FOR STOR-1 DRAINS
ROlNDED PIPE ENI:6 IN DRAINAGE STROC'TURES
CURB AND GUI'TER -CCTvlBINED
CURBS AND GUI'TER -MEDIANS
SIDEWAIK -TYPI<;:AL SECTICN
SIDEWAIK RAMP
CCNCRETE JOINT DETAILS
CROSS CUI'TER
24" MANHOIE FRAME AND CDVER
CHAIN LINK GATE
CCNCRETE PROTECI'ICN FOR EXISTING SEl:'/ER PIPE
STATE OF CALIFORNIA -ATmCHED STANDA.s'mS
A35-B
A62-B
l\62-C
A74-A
'A77--ol
A77-E
B0--1
B0--3
B2-5
Bl3-l
APPROACH SIAB
EXCAVATICN AND PACKFIIL
EXCAVATICN AND PACKFIIL BRIDGE
~:ARKERS AND I.ELINEA'IORS
ME'mL BFAM GUARD RAILING
CABIE J\NCOOR ASSEMBI.Y
BRIDGE DETAILS
BRICGE I.ETAILS
PIIB DE'li\ILS -CIASS 70
SIOPE PROTECTICN I.ETAIL NO. 1 (TYPE "C")
Page 61
rn
X :c -CD --I
I -
(Nr(RM{OIAT( POSTS
(NP WT (NP POST
(lfflllloqf 1lttlr1Col tott!t,c,r,,,} rrPtCAL OCTAILS(WII/J ll«lrtrol cond«!Orf} -'-"'-==-===--
CHAIN
ELEVATION
OE'TAIL -,,•
·9gok,,,,.
I•-lr1l,,,e, t"r,,t,h KNdf, ttlvov, ,11 lrJo tmd bo(,r,,,,.
,• --::::.·':'t.~,,.r;~,:;,/;, ":rt-
.,,. ltU P1~ '* SIii lo ,,. .,,rd .,,_ ft,/1,V ~,
111'::J"orgr,o,,.,.. --
• SMJrt rob!• IOCP1 .;w, rr""'1#d sl«w rla"'I) art! p,rwl(I, ,,,,,,.0,,1,
E'LE'VATION
·~--'. __ -.· ,,,__ ,.,,.,,, ..... _.,_
"""'•,pe,,J,onf,fl"'9'1110IUffd.
I ·(-9f'.'•'"'~-,.,, I ,,.-~,r,ollp,pn
EXPANSION JOINT
::J',,.,.,......,,.,.,.,
For ...... , .... . ,,,,.,..., "-"•"
Norcs
I Pr,~,"'I cmr,,,.,,,. r,,cppt t/tolot ,,,., ~t,,~ 10 I#
90Mlt11nd ofPp,r '"'"-,
' •
'
Pr,1l,ttV Jholl n,,,la,nn _, f'ton,o,,ttJI ---ol19tt,..,.,.t Pmr, 1"'1ff b# ..,.,,r., ,.,_IOI ppn ,t'dl
bt t,,rr,I ,trod"" ,s IX1° or '1111 -,.,,,,. II, II" ~•
rltordJ tf ,,,,,,..,, " -,~·
,,..,,,. oil ¾," • bonl
W/¥n rr,,/"'9 ,, o,, I~. fat,r,e 1/loll t,rp,lorpd """"''' ,,, ~ ,w,.,.IIOhvr ct,,101l1 ""'1' N M,.,,,,,.,,, ~ ~ lo, £"9,_) _..,,,
All D'CV "3ff'J'"/I t/rch'inll rr:,r,dWl'r,rJ vtalf t>,~"'1fl'ldJ °"""'" ,,,,. Ro,""9 ~ .J lJ .Jt -s,-b" """ Tyrr •' ~ ""1 ""'7 .. ,.,,., /1vtw.1
LINK RAILING TYPE 3L
To I» pot"Olltl A, lt!Cf of
,0,,111'1 ft/Jtr/t la, d9"" 11t1 to 10•. -------r----~~--a ,---~
PCC P-/11 __i._ ' ' LtlNJ'/l,d"'1/ n;n!rK/Jo,,rf 1,--J-or ,,,_,.,,,t'd pt-1011, 1
£lit/ 1/lc,,,ldlt,1 ''"" l!,r• ~ ~ _,.,, «IJOCP"I Id tTJnl,,.,,tllll -• ,.,~,.,,,, .oil.
·,·
NORMAL
ScCTION B·B
£nt1~ .. """"" . 7
0.
'
PLAN
l0ftl/1IIJ/l,no/ Cl)IIIIOC/ ,Om/
"' "'"',,.«I 1)/0M '°"'
Prlo1111n1 •Oil
Far approacll 1to/J
~r:J6"•1rlr,IH
'Appr/10C"II Slob·
£nd Slaf/rpr 0,,0,1•
APPROACH SUB· EMJ STAGQER DETAIL
,_.,.,, ·,. ·,· 801 n.111/orr,,,,,nl Tal>II ,, .. ·o· btlrJ 1 "l>"borf 1 'r'bon I r,,,. I ,o:6" 0.6'' •6,10:2•,6 1 .,, , 12 1 •" , ,2 I ,,.. , Sd-d' lOO' •s,ntll',61•~,,2 1•,,,2 I
rl'"Of>1rw11 rt111lod µ,,111(1!10,mJ ., •
,,,
,·-11·
2'-4•
Patµl,r-oro,,ntf
011cl!or •111ml>IJ'
or -1-rftt'd plo,., Jotnl \
,,,,._.,~~--·,· le.··· .. ,. t-:-~= f.~,,.-s,, 0,10,1 ·c • ---~~c~=-===s-·c·,,,,,. ,..,,n •Alli 2'rl 'b' bo11 ,,,., ,, """' ,o•
SECTION A·A
,.
"o'tio-,,
•,•.f.6'ltl
ABUTMENr WlrH BACKWALL
·-~.~c...r.~ .,,,. , ........ , .... _.,..,,. , ............... ,_,.-:! •:
•~o. JulJ 1, "I•:'
I
/
_,,.,
~ I
/lti,td,,., 1x111~
12• PAVING NOrcH
TYPE 2 APPROACH SLA 8
QETAIL •G•
!-" SIH( CtHtp/itll ,_,
pt 2.-t-•.rJ ".rZf"r,111 l•I HI•
TIE DETAIL
Plor• Pan,1111 to [ Roodra,
SECTION C·C
NOTCS
I. SHlldjo,tlNR~Rrh,,g/m~ooP6W~ 1/IH's AdJf/11 W ,,_~ A, ~ • -, ,tr ,.,,_ /0,,..,. ~ "Vf!IIWI
, Al -C'p,'"1("/o=i, od,r:,o, ,,W -II • ..,.,. "'~ ~ ""'7 /Is r"t,r,o•/ •u ,,_. ,,., _,., .-•
~1¥-•J!fr;,,"'~
, ,..,_ ,.,,, ,,...a,w,, "-.J6',,,..,fnffa'--J.'('lt'
s/'Ja// « 1/Jt!VVff'P't/. n., ~ •,d,,._, /ll'fallt,,,.,. -"""'" of i'•" •Ill -J6'...:t,II IJ#f'TIWINI Ar,,., ('..,..,_.,,,.. 1
r,,phr,11,ont/op:o,, lfllt-£119,-) _,,,,.~J/DW"'
dt/"01I "1117 ~ tJl~rd tr, ocn,,r,o,dlo,w, l'0"""9 ~-•-
,.,., ,.,,.ft,rrr,,,r,,t 1"'111 ~ odJt'Jrt'd 11(1 '""' ,,,. ~
1/ol> ,1 tTJnlt-.)'" fvlly -"~ ~ 11W ,__,., P"'
STAT[ OF CALIFORNIA BUSINESS ANO TRANsPOATATIOH AGENCY 0£PARTMENT 0, TRANSPORTATION
APPROACH SLAB
A35-8
"' w
,
DCAYATIQN
CRIB WALL 1 ON SLOPE
f9:.I~
REINFORCED CONCRETE or TIMBER CRIB WALL
METAL CRIB WALL
GENERAL NOTES,
I. Roodwa, .... ba .. klNIII 11 Ml d1li...C!ld on UCG'<'allon
h•lllQI tar Clo"l1.
Z. Efflbtnlm1111I, !I 011J, fft,111 t,,. n ploc'I ti.ft>•• 11ructvr1
UCG'<'al~ II madl
3. 11 r,o roodwoy or dit(l'I ll(OYallan ar lfflbtnkrr...i ,, !n.ol"fld
11'1 111, -all, 1lrvctur1 ui::a·,1mo11 WIii M mtasurld lnl'" ""
orlq,r,al Qta..nd •
4. Na dPdud!on tar cribwall ll"tff'a• ,ot,lumn 11 <.-.ode lrom
11rue1u,1 toc\1111 ~a,,1,un. ·
~-W1'1111 on l'!lbankmtn! N!lllffl!III Pff,od II "Q\l"l'd,ll'lt upptr 11'!'1111 al 1ln,1Clurt IIQOW!lan art ralMd to oor,lorm to
IN 11...alla" a! 1111 1mb;mkm1nl allet lh1 Nlllllfll/11 parlod
ar, -.tlln Ofl lmba11\m1nl .,rchat91 l1 uMd to 1111 fl11l1htd
-~ ond grodll'IQ pia,,t 111wtlon1.
_SLOPE BEHIND WAL~ _ __Ft,AT BEHIND WALL
EXCAVATION
,.rs Ui.ndld
I ,.., , ..
, ..... ,.,j· .. ... ,
~ I-~ J;.' l'Q;j I-~ \Bl" --'---CCl-o.G.
RETAINING WALL IN FILL
BACKFILL
J . Ji~' OG. .OG --
i GP.
~ G~•
~I-~~ ~I-~~ ~I-~~ ~I-~~
RETAINING WALL IN FILL B CUT
_j
~~
RETAINING WALL IN CUT
"
ELEVATION
~ ....... -----. __ ...,,.., .. ,1-1• •I
,jplJ 1 191!1; __ •
SUACHlRGE M)TES
•. &d;a~-....C~li:,~ ~~~-"l'O .. ~ hl'fd .. ,.,,, IOft"'l)lc,,oo..-1
IT. Surc:"'°"91 11i:t~1 10 Doi i,t 1-..V •
1Ji»i.1y<J_..,.,a1~
A88RE\ll&TIONS
OG Or,q,,.gl G,wn,11
f S Pia,w,l'd Fr-...., S.-"=9
GP "aN'lld G-od~ ,._
LEGEND
--
SECTION F·F
BRIPGE EMBANKMENT SURCHARGE
STl.lt or CltlHJIINII
BUSINESS ANO TRANsPORTATION AG[JfCY
(ICNIITll(NT fl' Tll&NSll'O"llllCIIII
LIMITS OF PAYMENT FOR
EXCAVATION AND BACKFILL
BRIDGE ·suRCHARGE AND WALL
.
J
IN FILL
"··'K ,_ . ..,
" \ I oa.-
ELEVATION
-
IN CUT
o,
'"'SK~---:'.!:-\ /_~7,:-:..-
H(i1f •
·--.
ELEVATION
PLAN
·~
j
II "0 IOlld.c!J ,,ca.ahOII II ,nwol td 01 ~-d •• ~01>1rld 1,om 0.,;nol 0,oulld • ..,i Qt, 11ructu•t ••ta.aha"
EXCAVATION -BACKFILL
~FS ~-FS
o,,o~I-~1-'-d ~Q'..j~
~ SECTION A-A
SECTION B•B
~,::·,::4
0
~-0".,.lL Jl.,fO" .kf.,11.. ~i./o"
SECTION C-C
EXCAVATION -BACKFILL
~ ~· ..
-•• I " ,•o·-11--11-''0' 1'o~IL -11-''0'
SECTION G•G
-11-'0~ GP ~:~~~(O'
SECTION H·H
··-·::~fl,d
SECTION J-J
EXCAVATION -BACKFILL
rFStaltrdtd ~e . '
fS !
o, -,'.'o'.l,jLio' 10·-1i:-1~•o·
SECTION O·P
SECTION E·E
EXCAVATION BACKFILL
~ fS
(O:.JIJL/0' •~IJL•o·
SECTION K•K
o,
A88REYla.TIONS
o .• 0,,...al Gt .... ,. PlcroNd ,....., s..,1;:ce •~-Pt-.cl~na"-
LEGEND
~ , ...... .__
~ ~ax1,,1
CillEllll ,._,.., [---
°' U1
GP-'~ ~---
ro·..:
SECTION
L
L-L
ST&tl o, UL1r011111.1i
BUSINESS ANO TRANSPORTATION AG[JfCY
O,UUITll[ltl (JI 111.utSl'OIHU-,,.
LIMITS OF Plr.YMEHT FOR
EXCAVATION ANO BACKFILL
BRIDGE A62·C
l> O> N
' n
•--
B,oc~•I to bl 1/8" 1 z• Mold SIMI
SIDE VIEW
POST s1ofviEw
SNOW POLE BRACKET
~d_:-·
DETAIL A 1 oo:~:it-•"6~ 9
•• .... ' .....
711ft ~6·
A SfCTIQN A-A
Mtto I Po,1 lo be 01 lho,on ~ uc,pl lhol minor Y(lrJ0li0111 in
dOi'1'! ond dime111!ons -~1 be
i,armilled to m11t ITIClrufoch.nrti
1lord<1rd1.
•gg"tcr T)111 P cbj1ct ma,N1 8, 36" lot Typt I( cbjtcl 111ClfM•
METAL POST DETAIL
TWQ PLATE POST MOUNT
Whitt Toro•• Pioli
wl1h block Sarin 0 11umtral1 011d ltlllrt
)O(·Postm~e tquollon
BK« AH wlM11
direct1d b, th■ '-t1
En;lnur. N ,·
MILEPOST MARKER TYPE M
,,,._
R.!litetc,,t :,;~
3 Ytllow
R1f11Clort
,·
""'/.cla. ..,.~~,t,,•--;-cr -,..o-1 ,..., ~ v
1-·r-?::7 F'::a \. ~-~ -I
-Ml,l9fl0 ' r----:::a.-:..,;;-:-, ---, r----:::a'"'•"s,.,, --~ !
OCUIE.I.TOR R[Fl[C'TI)~lATlON' oc.,l[&TO'II 11.['L[CW'lll•T"C:'f\l :
TYPE C~ ~ BACK TYi"! m,_c,.,I ~ •-~--11
E 'MILT[ OffE ONE E CU'-" OH( 00.. , ,
F '11141TE ONt NONE F CLEA.II 0"1[ -~ !
G YEUDW ONt NONE O ~ T"WO ""c,.(.
I YELi.aii ONE ONE ,
Tht IJ'PI of r1flldortZGllall O'ld ttil do• of
~!o, to bl ~tied wll be ~td c,,
II'-. pb,t III E•I, F-2, .-C.
DELINEATOR REFLECTORIZATION
01<4[ 1
,o ..
~' ~·: !:
TYPER
OBJECT MARKER
319• o,o Ho111 TYPE K
OBJECT MARKER
~~. Lu'1
DELINEATOR POSITIONING I
I Mttol o, Flt11lbl1 Pait)
TYPE N·11N-21N·3 TYPE N-4,N-5
TYPE N SIZE BOROER MARGIN • • C 1~~~~: w,-." w,-."
-l,·Z,-3 1a•. 10• .,,. ,,. •• , .. -, ... _,. -, 10·1 10• --•• , .. •• I ...
-I. Yellow Rlfl1cll'II boc:•ground wllh Block BOfdtf.
-Z. Rid R1fl1ctl~1 background wllh Block Border,
-3. OrOl\91 R1ll1ctl¥11 background with Block Bordlr,
-... Y11low boc•11rou11d wllh 9-3"' Yellow R1lltclor1
• 5, Rid bock;~und with 9-3~ Rid R1IIKICWI
OBJECT MARKERS
"""1 tr-,i,,· ~~-:::D i-,~=! _ r r r ~ ~~~
'
, .L
lorft.3"i:12" .r ;f T~ ~ ~ ~ ..,
' ' ~_in
.lli"-1
f'l.EXl!LE POST
.... : :
.L..N re ,,
.llill.1 METAL POST
OELINEATORS
STATE ~ CALIFORNIA
BUSINESS ANO TRANSPORTATION AGENCY
DEPARTMENT OF TRANSPO~TATIO"t
MA KEAS a DELINEATORS
A74-A
"' "'
----·-------------------------,----------------
Slatted hol•~·• 11.ti•
RETURN SECTION TERMINAL SECTION
TYPE aA"
,,, .. ~
~ t21'"
~a"¢ RECESS NUT 5/e"¢BUTTON HEAD BOLT
12 "Lo
Slo11ed
holu ~·••la"
Some 01 roil ~
1l1menl S1ct1on
TERMINAL SECTION
TYPE B'
7 n:,,;;,;.. ...
-
t~,.
' -
3'4"12"2" Slol
~••II.ti" 510!1
~dlq" ButlOl'IMOd OYOl 1houldet bolts
w1lh II.ii rlCHHd hu null· Total· 8 per 1plic1 ond 4 per terminal uction
Lop In direction ol lrollic.
RAIL SPLICE
6'· •
~ Traffic
SECTION THRU
RAIL ELEMENT
,,,..
-FF1 ify:i-·
FLAT PLATE WASHER
ELEVATION
-Jvlrll?QO
Totno,l wilh I ·16d 901 nail
on l<ICh lldt of lht block
Gll)IJnd LN or
·.
St.>,,,ldtr Surloein; J:J,, Ul'ldtrroillnQ -.J ...
' n
6"18"1:1'-4~0.F. ~
""' Pott 1poclnQ 6'-3" c toe.
LINE POSTS
NOTES•
L for tnd onchoroq, d1toi11 IH Standard
Pinn A77·Dw, A79•C, A79·D.
T1rmlnol wctlont will nol bt ln1loll1d on lhl lrailln; 1nd of q11<1rd roil ploc9d
odjoctnl to on, ·way 1t1e1dway1
3 All llolll ~ poH Cll'ICI blc:d.1 .iiall 119 -.•,t I'.,"
STU( o, CAL110ANIA llUSl.'£SS ANO TIU,NSPCRTATION AGENCY
OfPARTMENT Of TRANSPOATATIOt,I
WOOD POST
METAL BEAM GUARD RAILING A77-CW
r
/Nwt,ol o■it * ... f _
1
___,2=··•-·3_...,'"
OPTIONAL DESIGN TERMINAL SECTION
•
0.111·
No•.
TERMINAL SECTION-ELEVATION
TERMINAL SECTION TYPE C
DETAIL A
SIHIOI
Trpico1 I
Lil'II Po■lt
c,no; 6'-3• ~ --~\
(!"? rt.:. ,_ :
Bac:k ol Rail lor Stroiqllt s«:tio,, 1;1~;,r:.~\~·:!:~::-.:•.!i,." ~ ·
.C::, T,o!hc Top11 or Flo,e occo,d111fi1 to Plon1
--~ _____ _,, ...
~
Su Nol, 2
l"O,o 11"lon9 ll'ud
Th11odtdenllrt
1111>-;lh
'
SO'Mi!'limum
ELEVATION
6'-6"
1~1& '½6
-!~--I 'Y" ! / ,, . ..-Coblt lo bt ....!. l•O~ COIVl<ltled
~ .:.:::•I r:_::, c::1 I
SWAGED FITTING ANO STUD
s·,e·, !i'-4"D.F.Pott s·,s·.,•.4•0.F. Po■t
Trim Poll lo Al
'"91 Carrioqa bolt
•/ha...,to,,d cvl --,.,.,
6'-3•
',i1Macl'li"" boll■ •lrul
•1nfl1t1 on P,11111 roe,
Total:15 Iv._", tun
m"
0f' Anc:llar Plate
Z¼iDlo. Plolt
G'°"'d Lll'lt
.~: ,~·:
I
)~l!B!l!l!lll!l!llll!HI
T1rm!t■,I Stello,,
TrPt C
P\..3"12\-■'J;
~,i•.adoll~
Mt1Mlotl"
"""
-• ,Mrll'iRQ
~-··
Metol ~
Gvoulroil
·----
1"0ia.1W
l~Dioho'lll'I
½ii" Plott
Slal'lodord ...... ..,_,....,
to,'4"cob1,
ANCHOR Pt ATE DETAILS
~
I. UMd wlll'I SINI ar \llllctod Pott Guardrail
2.Far Tniilln9 tnd c,I quardt01l Gdjoc.-it lo __ _,,,~
Cllril lemiir,ol Section. Nt-■t to last pot I to bt o L" Pita!
3. Far dmllll no1 st,c,wn -Slondcrd Pl-
4. PDsfl tobt e.nl'trtd ~ ci::increlt loatinQ.
For'" 1c■:k.t i11 cone,.,, to rec.in 6'"1e"PM1 ar ploct
COl'ICrtll a,ou!'ld 6'",e"Po1I wrapptd .r111110,., af 'ii"ttiict.
npand,d r,olytlJrtnt foam 11'1Mlillfil.
CABLE ANCHOR ASSEMlLY
(BREAKAWAY)
A77-E
"' CX)
. .,,
AC""' ACP •• BM
~ CG CIDH CIP
Cl C.I CSP
C8 EP
E,pJr
" ,,.
HW IF
LDL MH NS DC
811/0GF: PLAN ABBIIF:VIA 7/0NS
A/Jul-I
~II cone,.,. P'J"-1
Jlbff/cl.ll rwrrwnl pip,
&,g,nn,,,g al brrdpl
OMdl lfft1rl ... ,,,,, o,n,.. toe_,,. g-:.:!3,r:7-Z.
CDll·ttt·plao, c,-
Column c:onugol«I ,,,., pi~
Eld of bridg1 £dg, ol pa_,,.,
£qHlf'1JIOII }0111I
Far Iii# Footi119 Hip •olrt
ln,ldt, f«I
Ltly(JUI li,w _..,,
Nrtlrlidl
Owrcrollil'I{/
Dr DG DH PSP J ,
s r .. ,
RJW
s .. , .. vc VP VCP
w
WW 8AGR HS
MSGR
Oullldr Ion Or,gtllOI (ltoomd
~t/'4od Pwlof'IJtld ittff pip,, Out,,, o.hf llfl /Jndp,
""'" ,,,, /Jridfltl Ou., r,ghl bnlpl
Ov#t,OUIW r,gllt bndg1
:~:,:}'':I.a,
~~''°" Ti,p ond bollom t/ll~rcro11ing Ulldttrpou Vilflflld cloy pip,,
DtolllO(II pu,rping p/tJnll w,,., .. 011
SrldQI Qp/HO(lt/J guard ttllling
Htgfl 1/r,ngl/l
Mila/ 1110m g11ord rolling
l;t"m,n. d,o. IHJII, <f' mo11, IIJ«lng • .J'mn. ,m/wdmMI, lns,r/ 01u111/JI}' fN¥ U 11Hd.fll'OI' Cr,gin,1111 QPprtNo/. .. B8or CB
' •a,p111 of porm(I notch or d1m.n11011
/0 ob11ltN11I bod-II CMllt~f,011 joint
01111/t ol "°''"' ""''" • _,z• aMI _., bl tldutld to g• "''"· IO
S11 Sl(llldord_ Pion Q 1··;.1 _,,. 6 ....
•4· ,,, wlrid, fou
•4 U •c• 6or1 l!eJ ,,,,~ ,-
Sll[ION J·J »l',1i, (0/ltflll BlrlM ~ 2.,A a 111«1.
0-. "c' ... ...J ') ltllltll /on
\
'"4lllan1t111titw . ,.
f"l€YATJON =~ :,r,::::,~:,,••fo °ofj!:,,,,
IJ«J•oll to111t111et,on Joli,/, 111 S,.,1I No. A.JS ·8.
SLOPING ABUTMENT
811/0GF: OF:TAIL 1·2
Top of /Appl fO 0. (JI Of~ 11,f /op of rJ«j ~.
~ ml bol,r lo I» rrrror«I llfl-6aJl(y pr,or lo pJcri,g app,oodl p(lr9,,..,,
~,,w_,
1,t',12•~ bolldld .J'min .
.ullfl OIi #odl lldl ol p'nl.
W,,., 1111d on CIP prr1tr,11,d v,~,. donol llPfllY -11r,1op until ,,,.,.;ng If rw,ipw,,
(ltonl~ (T (JIN,~ mt1t,r,o/J
ST/1/P WATF:IISTOP OF:TAIL
BRIDGE DETAIL 1-3
v,••12•1t1cp,-i,1 .1t,ip olOIIV
lop a lidH of''""' .. ,. C.m11tf lo o/J11lml1tl Ollly,
Sli1t1, ,,,
SHF:Afl l<F:Y JOINT PIIOTECrtON
BIi/OGE OF:TAIL (·6
~r,mt1ldfd II~ JI. 111,,,-or
1.q)ONJ,d polyllp-.
SH o/JulrMfll t#l(l//,1
!"mitt.
Littlil ol &1tw/iflfl ,·-Pro/«'" ~('-dlxJotTI
.or olfW a.'tol>II -"'"'''
-"'·•11·~ ~ .,.
min ll'Jtllll ,a&/1 lit# "' ,,,,., • ( Ftlld ,_,,,..,., lflltl dlOtttf• J
l'd»ml.-
S[R/P WATERSTOP CORNER DETAIL
8R/Q(i£ DETAIL J·:f
WIMl'I 11ud 1111 CIP p,-11,111# trldgll,tlo_,
apply ,,0/,r,1/c,, 111tlll llr1111ng ii tom/NII!.
., . ,,. , •. ,. . ,..
,o'
'·.
®••~""-"
~~ f C :::...wwwwDa. ___ _.M<L.11~, ;?\H_Q___
"c"IJM.....J ftlltMfoa, ftllll tlJ,Hfflf-'ttl .... •4,,,, ,.,,,.,,. ....... ........
•,u
0. Cl~ ,,.,1r.,,,, t,nq,,-. $, ,/-./ di, ""'p/#1 ~,,, .. ,, 1[111111/
♦'6" frlr'"!I .,,.,.inf;, nm,,.,.,
{6-'6°b'W (j'\t, •~111n -J "j -.... ltttw
,.. -..,,.,..a. ., .
tt·-Nom,aJ to ti/Jul. CL€VATIQN
VERTICAL ABlJfM€NT
·v•eo,, ,,.,_ D•H" O•J6"
• .,.9. '"4 I Ill' "61 ,a•
'"619• • .,, 18' •.,~ 9 • .
• ,, g• .. , ~· ..,, g•
•s, g• • .,, g• "619'
•g•g •4, ,· • .,, 6"
.,,.
CORNF« P€TAJl
fPR SKFW trrAND LW CQRN£1f DETAIL
fQR SKFW WER I()•
W/Mi'WALLS FQR DIAPHRAGM ASUrMfNT
811/0GF: OF:TAIL /·$
,.. -
... ., a• I· .,,u M1t RCINFORCJN(J ,,_.,
CALlfOANIA ITAUCTinl!I-DHIQN
//60 =..: BRIDGE DETAILS --·----...__.._ ___ _
80•1
Ill o_
,
' ,·
'
(
~ .-
' '·· ., . •
...... ·5·
:-.. -1/80
Grt1diftt plot,,
No/II:
,~&."-.:'.
ELO'ATl()N SECTION
WE'E'P HOLE' ANO PE'RV/OUS BACKFILL
BRIDGE' DETAIL :,-/
A. 4'1 rtrotm1 , 2j'ma11, cw,t,r IO tt111!1r (!J'c-r Irr r,~ .J and 9!.J" c r tor r,,;-,f ~Mil,ng HtJl/1} For _,/J udjccrnl Ir, J/«,,,(J/kJ 0, c,rb:,, prOllldt
,f COIi iron or 01bnf'OI Ctm,ft/ pipl un<#r ,,,, rlfk.alll lo dscflargl 111'11
a,r/J /Ott. EJ(po:,,d ,,.,II drollrr rho/I~ kxtJlld ,•~ a11a .. f,fllf/1# grad,,
ti. 6" 1(/lltl,.. 01.,,,,Nm or V(J(r,/Jlllt«/ IIHI wlfw # ,nn/t "'1rrlwofw rloll'l,(M/11
,rlr, di#fflllft 0. OJ•} ArJCIJDr 1/nnfy IO bod foe,.
C, Off ~Ir fool pr,YIOUI ~Ifill ""11'rrlOI ft ti /Jurlap 1«11,-,ly,.d.
D. Ptfriw, IJaclflP ,,,,,,,,io, cr,r,/JNCUI DHIIM r,l(1lnlf'9 .all"' otx/tmf'tll.
STA.NOAR0 DRAWlNc; <'.i) ADDEO NOTE
-·
-..
WALL EXPANSION JOINT
BR/OGE' DETAIL :,.4
WALL EXPANSION JOINTS
AND WEAKENED Pi.ANES
BRIDGE' DETAIL :,-:,
--·----
.......
.CAllFORNIA
l!P.IIMl'I Df TUIISl'OITlTl)II
--~ ..-w---~-.w. .LHQ_..__ .!
., .., _..Ji=p=;;i
/Jondlttf #n.,_....,,,__,,r:
WATE:RSTrJP
'·
~-,_,,.,,,,_
11•in ., ,w,,-4 n·t• • ,__,
01 .. ,o _,._ ,.. ---·--___ _. ,_,,,,.,. _,,,_
....,., .. ,,,.,~,,,,., .. ,,....,,.,,,,. "'' ~ .... ""'°"'..,.,,-,,,,.-r. n,....,,.•,~.., bort,,z·--~,,.-,:,,,,,.. ... .....,. .. ,_,,~~_,.,,,~. Aw.rr.11" __,..,,,_ _.,,.h'INlr__., ., ,,-~.
BRIDGE' OE'TAIL 3·6
Joml rrtf!J' 1w,,,,,,., .. "' '1o01rorr1/loord tt"'1 rw OocJt 1v ,,.. ,ool ,,, ~ ~, .. 0,
lfW "1JIO#d lr:ttt
, .. -1::~--
D£T.IIIL A
WEAKENED Pi.ANES
BRIDGE' DETAIL .J·I!
IITIIUCT1Jl'll!!I-DE!IIO
BRIDGE DETAILS -------BD·
_,
0
M,tt 1lt1fl /lt,tlf'IHI ;:A
"-1:.._ u->'6o'l"0""""911, ~,.
/ SECTION U•U
(_ w11, .. drl.-111 ,r/11! ntt111dr1I, '"'" , /IJ/tlflUI mo, bl r,d1,1t,(/ lo o.,.,,,:
.J-/mln .e
ALrERNATIVE "u'
NtU#61
SECTION W·W
.. ,,,, ~" '
--+-l l ! j
! 1 s l
A
A IO' minilrll1'1 dittmtllr pi~ lll'IMslon (lllfdntll • 0.2:JO"mllt J
fftt1Y IJ, 11,rd al IM llp of Allt!rnotit-, ·z• •!Ja11 lap,r ,.,
.JO' or mo,w flt /1nglf!
All dow/1 or bot7 111/tlfld/rlg Info a fcollng /ltNfng o dPplll ln1 tllan ~o• ,1ta11 tw 11~«1.
S ~ug, 11ir1 mrry 1w 1ubllllu1Pd l!Y W S.S ,rlrr,
P,/11 may /'IOI bl lilfMdH ,n,pl in tl('COf(/(111(1 '"'" (ltlaill 11/o•ft ill I/II Pro],cl Plon1.
Prut11I PrutruHd
C011tr1l1 -----
SECTION X•X
'
ALTERNATIVE: •x•
PR«AST PR£STR~S£D Plf.ES:
P • Pr11tn11/11v Fon, ~ a11cllorog1 II Jf'CIICII U1t'd is Jorvtr Iha,,
,,.,, m,n lt<t:/,on Ylr,,,,n • fllM
'p" lht(/ prv,ld, 860 p$I. .....,_
A1 •Minimum Ar,a al p,utr,ulng 111.,1 r,qufr,d.
Cane,,,, Str,ngflt< IS •ZtJ day11 • 6,000 p.11 (Alt,rnaf/-11 "X"J
4,000 p1I (Afl,rnali•• "r"J
rttfllran1f11 • 4,000 p.,J
DESIGN LOAD/Ml • 70 TONS
,_.,
PILE WELDING RETAIL· BUTT JOINTS
lfOln•
I S'°t't Vtt•C•-• .... ,. ..... 0•-• ., .. uott ••• ,11 ,.,,, ... ,
2 11-.,1 ,, • .,.a_ .. ,. .... ,,,, , .. .__,., _,,_,
NOrE' F' •
1n A1t,mo1,-,., ·z~ '" "'6 oc,, llltalf11""'1 to"'' p,-,. 10 and,,,, ol/1,,-,.,, "°'6 l>a17 tlftd ,,,, 11/IITJI -~ 1/10111111,nd, al J,011, l'O a""'"' /lalf•ay b,l_n ,,.. p,11 tio and Mt
lawuf of 111, fot,O .. ,,.g •
o Bollom af faahltg
b. rap of 1,11al ground 111r/ae,.
,:. rt¥' al o,/ginal ground 111,lae, .,.,,. llo/11 a,, dtl/11d ll,ra,.,g/1 .,,,1,a,.Jm1nl con1lrwt1d
br Conlraclar.
d. Bo,,om of pr,.dfillrd /la/11 gr,ol,r I/Ian
pl/1 dl1m1l1r.
---------...... -
4 -c.,-J __ ...
---· -------""" 1~.l'Jl!IQ ~
snn p,,, :'!:'!!Z::9".
S/Wlp,,.,,oo,,~,..,,,._._
a,\ooo'I a,tPOJf --~ .,,,,,.
S,.Oal~lf!I,..
CALIFORNIA STIIUCTUJl:H0D!!IQN
8AR CALL our _ ...... _ -------------PILE DETAILS -CLASS 70
B 2-~
-.J
I-'
,-----------------------------------r,=-~-::";:-=--•o~
~ ~~-"'?·.1
SECTION A-A
SECTION OF SCOUR
CUT-OFF STUBS
SCOur cut all 1r11bl 111 !O' 1nr.,yol1
COnllrll(I .. mllo• lo Ind '-'"'"·
Cb--
PLAN OF FIR]_T __
COURSE IN TRENCH
TYPICAL SECTION
__ SAa,C,.K_E,.o._c_o,.N .. c,.R.,E,_T"E'-'S""L""O"P-'E'-P'-R"'O""T'""E,.cT.,_la,O.;N;....;Oa.N:....:SaaLaaOa.P..:Ea:S;.....I ½ q a I : I
,~,
will\
()ril l~ Ill end
eut•ofl lfub
9• ~;:-:,: p=~~.i:·
Pion ogo;n,1 11ndi1lurbld
ma!ulol llCIPI Ill p11mlll1d
bf lht Enginnr -"----
• _ •• ,,, i,eo · · ___ ,_ • -.1
I
TYPICAL SECTION "C" TYPICAL SECTION "O"
Noli• T701cal S1clion •c• and •o• nol to b1 uud adjonnl to w1111rwor1.
-,~
.. ~ 1poctrad'l8 cir■.
0
3,, ,~::ructr,.L
/ «Jnflnuout btlwHII /, .!' 1lub1, E•lsllng IP'tu'ld
/ ~ llnt.
., 3°dhr dro1n111>61! l1'111r,ol1 •
.,{scour cul·olf 1tub1 • zo•
// lnltrvllll and 1111nd1.
14 1llrrup1~12 Clrl
Wh,n ao,J condih0n1 or1 un1labl1,
rul lool on pilu. (lncrton to
12° lh/c1ot,1u. SPN:iol dnl9" rtcr.1lr-.!. I
-~
• 1Z clrt
,~ cut·oll nt. t' ro'
..... ,_ .. Qf\d °' ..-61
, ...
OQOinll 11nd11Ubed motlfld, TYPICAL SECTION "A" TYPICAL SECTION SECTION B-8
Scolt• J· • i-o·
_,. ___ _ ---
CONCRETE SLOPE ~ROTECTION Sea1,, 1-'"•i'-o
STRUCTURES•DESION s,crr • .,
CALIFORNIA
DEP&mlOO 01 11.lllY'Oll&TI0I SLOPE PROTECTION DETAIL NO. ----------... --~-·· 813· I
....,
"'
• Page 73
J\GRfilWNT FOR PRIVATE COOSSING
THIS JIGREEMENT, made this __ day of ______ 198
between THE MOUSCN, '!OPEKA J\ND SANTA FE RI\.Iil'/AY CXMPANY, a
Delaware =rporation (hereinafter called the "Rail-y
Carpany"). party of the first part; am ___________ _
(h<:reinafter whether one or rrore persons or corp:,rations
called "Second Party"), party of the se=nd part.
RECITALS:
'lhe Sea:lnd Party has requested of the Railway Carpany pennission to cross for
private pllrFOses the right of way and tracks of the Railway Carpany situated at
or near Irvine, Cotmty of Orange, State of 03.lifomia, at the l=ation am in the
manner shown upon the print hereto attached, No. 3-00313, dated July 20, 1983,
marked -"Exhibit A", and hereby made a part hereof, which pennission the Rail.way
Caipany is willing to grant upon conditions hereinafter set fort]:i.
ARTICIE I.
In consideration of the covenants of the Seaxld Party hereinafter set forth, the
Railway Carpany . her~by agrees to construct am ~t use of a temporary
contractor crossing m the l=ation shown upon said Exhibit A, including, ir
considered necessary by the Railway Carpany, crossing signs, whistling JX)Sts am
necessary gates or vehicle cattle guards in FaiJ.-y Carpany's fences, if any, as
also shown on said Exhibit; am hereby gives to the Second Party license am
permission to enter UJX)n am cross Railway O:npany's right of way and track or
tracks. Fbr convenience, said crossing, including gates, vehicle cattle guards,
crossing signs am whistling JX)sts, if any, are hereinafter collectively referred
to as the 11Crossing11 •
ARTICIE II.
In consideration of the foregoing license and permission given by the Railway
Crnpmy the Second Party, hereby agrees:
1. Second Party shall pay in advance the license fee of
and No/100 Iollars ( _ __, __ .....,._), in addition to---,t~n-e--e-n~t-1._r_e--c-o~s""t-o=f
construction of the Crossing, such cost being estimated at
and No/100 [ollars ( _____ ) • If the actual
_co_s.,.t.....,.th,-er_eo__,,f___,shal,--,-1-be,---more or less 'than said estimated cost, the difference
shall be paid by Second Party or refunded by Railway Carpany, as the case
may be.
•,
Page 74
S#PLE FOR WFOR'1ATIOO a-JLY
may be, at the address shown on the signature page hereof, or addressed to
such other address as the parties hereto may frcrn time tc time designate.
3. In the event that the Second Party herein embraces t\lO er ncre perscns or
corporations, all the covenants and agreenents of the Second Party herein
shall be the joint and several covenants and agreements of such perscns or
corporations.
4. All the covenants and provisions of this 1\greement shall be binding uµm and
insure to the benefit of the successcrs, legal representatives, and assigns
of the parties to the same extent and effect as the same are binding up:m
and insure to the benefit of the parties hereto, but· no assignment of this
l'greement by the Second Party may be rrade without the written consent of the
Railway Carpany in each instance.
5 • Second Party agrees to bear the entire cost of installation and maintenance
of any Crossing protection devices required by any governmental agency
having jurisdiction, whether or not such agency allocates all or a ,!X)rtion
of such costs to Railway Carpany. If Railway Ccrnpany pays all or a portion
of such ccsts in the first instance, Seocnd Party shall reimburse Railway
Carpany therefor within tMmty (20) days after receipt of bill therefor.
wben ir.stalled, such Crossing protection devices shall beccrne and are
considered a part of the Crossing,
6. Second Party agrees to construct and maintain gates satisfactory to Railway
Carpany and to keep same securely closed and locked when Railway Ccrnpany
representative is not in attendance. Scraper-loaders shall not be permitted
a=oss this crossing and all vehicles will stop before crossing tracks.
7 • Second Party agrees to carry and keep in force during the tetrn of 'this
l'greanent, insurance of the kinds and in the arrounts not less than those
specified below:
(a) Public Liability Insurance with limits of not less than Five Hundred
'Ihousand I:bllars ($500,000) for all liability arising out of bodily
injuries to or death of one perscn and, subject to that limit for each
perscn, Coe Million I:bllars ($1,000,000) for all liability arising out
of bodily injuries to or death of t\lO or more perscns in any one
accident or occurrence.
(b) Property Carnage Insurance wi.th limits of not less than cne Million
I:bllars ($1,000,000) for each occurrence for all liability arising out
of damage to or loss or destruction of property; and
(c) Contractual Liability Insurance insuring its indannification of the
Railway Ccrnpany under the provisions contained in Article · II, Section 4
of this Agreement in arrounts not less than these stated above as to
deaths and bodily injuries and as to damage to or loss or destruction
of property; it being distinctly understood and agreed by_ Second Party
that its liability to the Railway Canpany under the provisions of said
Section 4 of Article II hereof is not in any way limited to the arrount
of insurcU1ce obtained and carried by Second Party pursuant to this
Subsection (c).
8. Second Party agrees to furnish the Railway Canpany certificates of insurance
or, if requested, a certified copy of insurance polity or policies providing
the aforesaid insurance coverage which shall, by proper endoroement, name
the Railway Carpany as an additional insured. 'There shall be excluded from
such p::;licy or policies, by proper endorcement, any and all provisions which
' Page 75
, SNPLf FOR INFO~Wicr~ 0'11 Y
2. 'lb pay to the Railway Cotpmy fran time to time within twenty (20) days
after bills are rendered therefore the entire cost of maintaining the
Crossing.
3.
\
4.
s.
Crossing gates shall be kept closed and locked except when a Santa Fe
representative is in attendance.
'Ihat it will at all times idemnify and save hannless the Railway O:::npany its
successors and assigns, fran and against all claims,, denands, actions, or
causes of action, arising or grcwing out of loss of or damage to property or
· injury to or death of persons or livestock, resulting in any manner fran the
construction, maintanance, use, state_ of repair, or presence of the Crossing
U_FCl'l the Railway Carpany's premises, or the rem::ival of said Crossing
therfran, and shall pranptly pay tothe Railway CaTpany the full amount · of
any loss or damage 1-hich the Railway O::nipany may sustain, incur, or bea::me
liable for, and all sums which the Railway O::nipany may pay or be canpelled
· to pay in settlement of any claim on account there:,£ whether or not such
loss or damage is caused or a:ntributed to by the negligence, or alleged
negligence, or the Railway Ca!pany, its employees, agents or =ntractors.
(a) Second Party covenants that it will not handle, transp:,rt or permit to
be transported over the Crossing on Railway Company's property
''hazardous waste" or ''hazardous substances", as ''hazardous waste" and
''hazardous substances" may rDW or in· the future be .defined by any
federal, state, or local governmental agency or bcrly. In the event the
Crossing is rDW or in the future used in transp:,rting of ''hazardous
waste" and ''hazardous substances", Se=nd Party agrees fully to canply
with all applicable federal, state, and local laws, rules, regulations,
orders, decisions and ordinances (hereinafter referred to as
"Standards") =ncerning ''hazardous waste" and "hazardous substances".
-Second Party further agrees periodically to furnish Failway O:::npany with
proof, satisfactory to Railway Cotpmy, that Second Party is in such
canpliance. Should Seoond Party not canply fully with the al:ove-stated
obligations of this Section, notwithstanding anything contained in any
other provision hereof, Railway Ccmpany may, at its option, terminate
this Agreement by serving five (5) days' notice of termination up:,n
Second Party; but any waiver by Railway Ccmpany of any breach of ·Se=nd Party's obligation shall not constitute a waiver of the right to
terminate this Agreement for any subsequent breach which may occur, or
to enforce any other provision of this l\greanent. tpon termination,
Secand Party shall remove the Crossing and restore Railway O:::npany' s
property as herein elsewhere provided.
· (b) Notwithstanding anything ccntained in the liability Section hereof, in
case of a breach of the obligations contained in this Section, or any of
them, regardless of the negligence or alleged negligence of Railway
Ca!pany, Second Party agrees to assune liability for and to save and
hold harmless Railway Ccmpany fran and aga.inst all injruies to any
person and .damage to property, including without limitation, employees
and property of Railway Ccmpany and Se=nd Party and all related
expenses, including without limitation attorneys' fees, investigators'
fees and litigation expenses, resulting in whole or in part fran Seoond
Party's failure to canply with any Standard issued by any governmental
authority concerning hazardous substances and/or hazardous waste.
Second Party, at its cost, shall assune the defense of all claims, suits
or actions brought for danages, and fines or penal ties hereunder,
regardless of whether they are asserted against Railway catpmy or
Second Party. Second Party also agrees to reimburse Railway O:::npany for
all costs of any kind incurred as a result of the Seccnd Party's ·
'
•
Page 76
SflJP1£ FOR INFORJV8JIOO OOLY
failure to c:cmply with this Section, including, but not limited to
fines, penalties, clean-up and disposal costs, and legal costs incurred
as a result of Se=ld Party's handling, transporting, or disposing of
''hazardous waste" or ''hazardous substances" over the Crossing on Railway
O:mpany' s premises.
(c) It is urxierstood and agreed that a Second Party who does net now, or in
the future, tran..cport, or permit to be transported over the Crcssing on
Railway Q:npany' s premises "hazardous waste" or ''hazardous substances"
within the meaning of this Section, is not subject to the provisions of
Subsection (b) supra.
6. In the event of the termination of this l'greement and permission as
hereinafter in Article III provided, the Railway Catpany may rarove the
Crossing and restore the adjoining fences and the right of way to their
condition at the date of this Agreement without thereby incurring any
liability to the Second Party of any character whatever, and the Second
Party shall within twenty (20) days after bill is rendered therefor,
reimburse the Railway Catpany for all expense which the Railway Catpany may
incur in connection therewith.
7. While this Agreement and permission is personal to the Second Party, the
servants, employees and agents of the Second Party, it is recognized that
there is likelihood of th Crossing being used by unauthorized persons, and
said Second Party agrees that f= the purp;:,ses of this Agreement all persons
using the Crossing shall be deemed the agents and invitees of the Second
Party.
ARI'ICIE III
l. It is mutually agreed that this Agreement and permission may be terminated
by either party upon ten (10) days notice in ;..Titing to be served upon the
opfX)site party, stating therein the day of the month that such termination
will take place; ard upon the expiration of the time specified in such
notice the existence of this Agreement and permission, and all rights and
privileges of the Second Party thereunder shall absolutely cease. No
termination of cancellation hereof shall release the Second Party £ran any
liability or obligation hereunder, whether_ of indeminity or otherwise,
resulting £ran any acts, anissions or events happening prior to the date of
termination = cancellation =, if later, the date when the Crossing is
removed and the adjoining fences and right of way restored to their
condition at the date of this l'greement as in this l'greement provided.
2. All notices to be given hereunder shall be given in w-riting, by defX)siting
same in the tnited States mail duly registered or certified, with fX)Stage
prepaid, and addressed to the Second Party or Railway Catpany, as the case
'
9.
Page 71
SA~Plf FOR INFORWITHJl 001 Y
=uld exclude liability for death of or bodily injury to enployees of the
Railway Ccmpany or damage to or loss or destruction of prq:erty of the
Railway Ccmpany, resulting in any nanner £ran the construction, maintenance,
use, state of repair or presence of the Crossing or the raroval thereof, or
fran operatiai of Second Party thereover. Certificates reflecting =verage
required by Sect,i.on 7 shall unqualifiedly require thirty (30) days written
notice to Railway Ccmpany of cancellation or m::dification of insurance
referred to in such certificates.
In the event Second Party subcontracts any of its oi:,erations over the
Crossing, it will require each and every one of its subcontractors to
provide insurance =verage as hereinabove outlined and furnish certificates
evidencing such insurance or, if requested, a certified =PY of the policy
or policies of insurance to the Railway Q:npany.
IN WI'lli""ESS WHEREOF, the parties have executed this Agreanent, in duplicate, the
day and year first al:xJve written.
THE ATClilSCN, '!OPEKA AND SANTA FE RAilliAY rolPANY
Cile Santa Fe Plaza
5200 East Sheila street
Ios Angeles, CA 90040
By--------------
Its _______________ _
By ____________ _
Its ----------------
' •
•
~age /'/j
EXl--!IBIT "A" SJlf·PiE FOR INFOfU~IIOO i}1I Y
ATTACHED TO CONTRACT BETWEEN
THE ATCHISON, TOPEKA AND SANTA FE RAILWAY COMPANY
AND
I
CHICAGO, ILLINOIS
SCALE: 1 IN. TO JOO
LOS ANGE.LES
f"OURTH
DATE: JULY 20, 198~
,s·
To FULLER-YON
Tu ~ T I "-I t-..l E.X. "'J'
0
i'
X u ~ ..
3 ..
t:
FT.
DIV.
DIST.
\
1:: 1\1\YFOR'O OVE.'l....,-....,0
N'\.P. 17-S + ':!SctB.o
E.S.:-.Z3~"-+4~-~
LEGEND:
P. SW.
C.P.
--------------CHIEF ENGINEER
DESCRIPTION APPROVED
~
" " • ,I-.. ~ " • ,.J r
r • .. ~ ..I
" ~., .. . .,
<T •
3 !:: 0
. 2 UJ II'.., R/Ul I.: !O ,.; -,-
So'
.5o'
R/UJ l _ ----'H+--"-~"C"
To N....,TIO"-JA.l...
0
WTY
VA.L E.t,..JC.IA. t,.J E., T
MOULTON
•
_j_ __
4; HAUL. R OA..0 .W:.-1Jrr,.,JC:.
f'v\.P, 17-t ... .:::S7'f,i5.C.
E...S. ~ ~'-"T ..-,q.z..o
i "",•w
POINT OF SWITCH
CLEARANCE POINT
RIGHT-OF-WAY LINE
END OF TRACK ' T.
COMPANY OWNED TRACKAGE
A 1
.,.~ :---i
I ./
.-' '-
, S/>/1PLE FOR INFORMATION OOIY'
PROFILE SCALE.: 1·=10·
.-.----2.0' ----~+------z.o· ------1
-OESCRI PTION -
~MP0RARY 1.:.· PLANKED CROSSIIJG AND
Al-.lD ROADWAY SHOIJ.J/..L SHA.OED.
RAILROAD WORK
Page 79
PLACE. 1'-T.F:' 112." FULL 0£PT\4 SECTIONAL PLANK ..
F'LAC.E 2 1'3:.B SlGN.S.
INDUSTRY· WCRK
PLACE 2. 3'HIGH (M11'1) CHAIN LINK GATES-LE.NG.TH
AND LOCATI0t-1 TO 5E. DE.TE RMINED BY SA.1-.JTA. FE
INSPECTOR.
PLACE A.C. PAVING APPROAC.HES.
NOT£: CROSSll'-lC:. TO BE:. CLOSED AND LOCl-<E.O WI-IE/J IJOT
ll'J USE:.
SANTA FE. FLAC:.MA.N TO BE .STA. TI0l-JE.O AT
CROSS Ir-JG A.T ALL TIME.S WHEN ROAD IS I'-! USE.
A2