Loading...
HomeMy WebLinkAboutInterwest Pacific Ltd; 1994-07-18; 3391-2E e Recording requested e ~y: ) 1 735 CITY OF CARLSBAD ) 1 When recorded mail to: 1 1 City Clerk ) City of Carlsbad 1 1200 Carlsbad Village Dr. 1 Carlsbad, CA 92008 ) Space above for Recorder’s Use NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hc described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 4. The nature of the title of the undersigned is: In fee. 5. A work of improvement on the property hereinafter described was completed on March * 6. The name of the contractor, if any, for such work of improvement is Interwest, Pacific, In 7. The property on which said work of improvement was completed is in the City of Carlsbad of San Diego, State of California, and is described as follows: +Park Drive between Tamarack Avenue and Monroe Street tMonroe Street between Chestnut Avenue and Park Drive +Monroe Street between Basswood Avenue and Gayle Way t Magnolia Avenue between Valley Street and Monroe Street tCelinda Drive between Chestnut Avenue and Dana Court .Sara Way tMaria Lane dank Way east of Bedford Circle tPaseo Del Norte between Palomar Airport Road and Camino Del Parque a. The street address of said property is within t VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, Cs 92008; the City Council of said City on >m cvi 2 , 19ay accepted the above describc as completed and ordered that a Notice of Co pletion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on ,my .? , 19z at Carlsbad, California. CITY OF CARLSBAD City Clerk CITY OF CARLSBAD PROJECT: Sidewalk 2 and Mar Y Montanas Units 1 and 2 Repairs CONTRACT CHANGE ORDER NO. 8 CONTRACT NO. 3391-2 & 3413 P.O. NO. 18203 ACCOUNT NO. 310-820-1840-3391 CONTRACTOR: lnterwest Pacific Ltd. ADDRESS: 3010 Fifth Avenue San Diego CA 92103 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 3-2.2.1 Contract Unit Prices and 3-2.2.3 Agreed Prices respectively, SSPWC, 1994 perform the following as directed by the Engineer: Item 1: Item 2: Provide all labor and materials for constructing a wheelchair ramp on the northwest corner of Monroe Street and Basswood Avenue. Price includes AC and PCC removals. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00 Provide all labor and materials to construct 57 LF of wooden fencing at 3305 Monroe Street to match existing; 57 LF@ $18/LF = $1,026.00. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,026.00 TOTAL INCREASE TO CONTRACT COSTS ............................ $3,026.00 H:\UBRARV\ENG\WPDATA\INSPECT\MONTANAS\MON-8.CHN Change Order No. 8 Project Nos. 3391-2 & 3413 Page: 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE JANUARY 6, 1995. RECOMMENDED BY: P INCIPAL INSPECTOR A,0;7c1~t= co&~~ ¾" / I /' ',~ 'V\_ (,~ l--r\Ld ~- FINANCE DIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P,O, CHANGE ORDER) FINANCE CONTRACTOR /Z-'2 (DATE) (DATE) I /1.J/~,<:'/ (DATE) H:\UBRARV\ENG\WPDATA\INSPECT\MONTANAS\MON-8,CHN APPROVED BY: ONT CTOR (DA TE) ~- 10'd lt:HOl lnterwcst Pacific Ltd. ll-30-94 City of carlsbad 207_, Las Palmas Carlsbad. CA 92009 ___ _ ___ .. ·········--·Jack Nickolaisen, President Re: Contract #3391-2 ct 3413. Mar Y Montanas and Sidewalks Attn: 8 11 il;.Project Inspector Gentlemen, Fax #619-438-0894 Pl¢85~ accept this letter as confirmation that a wheelchair ramp located on the northwest corner of Basswood and Monroe will be consuuctcd al a cost of $2000.00. If you have further comments or questions, please call. Very truly your5, ~~ r Jack Nickolaisen JN/dr 3010 5th Avenue • San Diego • California • 92103 10"d t:>6808£:t:>00.!..T O.l CITY OF CARLSBAD PROJECT: Sidewalk 2 and Mar Y Montanas Units 1 and 2 Repairs CONTRACT CHANGE ORDER NO. 7 CONTRACT NO. 3391-2 & 3413 P.O. NO. 18203 ACCOUNT NO. 152-820-5110-2411 CONTRACTOR: lnterwest Pacific Ltd. ADDRESS: 3010 Fifth Avenue San Diego CA 92103 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 2.2.3 Agreed Prices, SSPWC, 1991, perform the following as directed by the Engineer: Item 1: Provide all labor, materials, and traffic control for the removal and reconstruction of 625 LF of Type "G" curb and gutter 7,171 square feet of sidewalk on Paseo Del Norte south of Palomar Airport Road. Precise limits of work will be designated by the Engineer. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $28,850.00 TOTAL ESTIMATED INCREASE TO CONTRACT COSTS ................. $28,850.00 H:\UBPAR"t'\ENG\W~TA\INSPECl\MONTANAS\MON-7.CHN Change Order No. 7 Project Nos. 3391-2 &3413 Page: 2 DATE FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE EXTENDED TO NOVEMBER 30, 1994. RECOMMENDED BY: ,,/ p.te Qd ~ CITY ENGINEER fD(Z; Od!~ COMM. DEV. DIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR If/ r~/i+ (DATE) / ( I /0 /9.,.. I (DATE) H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-7.CIIN APPROVED BY: CITY OF CARLSBAD PROJECT: Sidewalk 2 and Mar Y Montanas Units 1 and 2 Repairs CONTRACT CHANGE ORDER NO. 6 CONTRACT NO. 3391-2 & 3413 P.O. NO. 18203 ACCOUNT NO. 342-820-1843-3391 CONTRACTOR: lnterwest Pacific Ltd. ADDRESS: 3010 Fifth Avenue San Diego CA 92103 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and . the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 2.2.3 Agreed Prices, SSPWC, 1991, perform the following: Item 1: Item 2: Provide all labor and Materials to construct additional cinder block wall at 3357 Monroe Street, cinder block wall return at 191 O Basswood Avenue, and additional excavation and compaction required for retaining wall on Basswood Avenue. Increase to contract cost ................................ $2,200.00 Provide all Labor and Materials to remove existing crosswalks and repaint crosswalk at new alignment to pedestrian ramps. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $750.00 TOTAL INCREASE TO CONTRACT COSTS ............................ $2,950.00 H:\LIBRARY\ENG\WPDA TA\INSPECT\MONTANAS\MON -6.QIN Change Order No. 6 Project Nos. 3391-2 & 3413 Page: 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: CITY E INEER ~L coMM.D.DJREC ~c:~ FINANCDIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL) PU'ICHASING rN/P.O. CHANGE ORDER) FINANCE CONTRACTOR (DATE) tr-(7-1 (DATE) J/-rf;-M (DATE) /,?-,-1-gy (DATE) H:\LIBRARY\ENG\WPDATA\ INSPECT\MONTANAS\MON -6.CllN APPROVED BY: CITY OF CARLSBAD PROJECT: Sidewalk 2 and Mar Y Montanas Units 1 and 2 Repairs CONTRACT CHANGE ORDER NO. 5 CONTRACT NO. 3391-2 & 3413 P.O. NO. 18203 CONTRACTOR: lnterwest Pacific Ltd. ADDRESS: 3010 Fifth Avenue San Diego CA 92103 ACCOUNT NO. 305-820-9602-3166 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Subsection 2.2.3 Agreed Prices, SSPWC, 1991, perform the following: Item 1: Provide traffic control and remove + 155 LF of 1' crosswalk stripe on San Marcos Boulevard at the west side of Acacia Drive for the lump sum price of $750.00 Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $750.00 TOTAL INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . $750.00 H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-5.CIIN Change Order No. 5 Project Nos. 3391-2 & 3413 Page: 2 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: ~L{'. <': ~ FINANCDIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL} Pl.R::HA.SING (Yv/P.O. CHANGE ORDER) FINANCE CONTRACTOR (DATE) //-/f(··:7f' (DATE) H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-5.CIIN APPROVED BY: CITY OF CARLSBAD PROJECT: Sidewalk 2 and Mar Y Montanas Units 1 and 2 Repairs CONTRACT CHANGE ORDER NO. 4 CONTRACT NO. 3391-2 & 3413 P.O. NO. 18203 ACCOUNT NO. 342-820-1843-3391 CONTRACTOR: lnterwest Pacific Ltd. ADDRESS: 3010 Fifth Avenue San Diego CA 92103 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Sub-section 3-2.2.1, Contract Unit Prices, SSPWC, 1991, the following adjustments to bid items are required. Item 1: Item 2: Item 3: Item 4: Item 5: Increase Bid Item 30, 4" AC Pavement, from 194 tons to 304 tons; 11 O tons @ $80/ton = $8,800. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $8,800.00 Increase Bid Item 32, AC Driveway, from 9. 7 tons to 11. 7 tons; 2 tons @ $100/ton = $200. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $200.00 Increase Bid Item 48, 4" AC Pavement, from 47 tons to 62 tons; 15 tons at $80/ton = $1,200.00 Increase to contact cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,200.00 Increase Bid Item 52, AC Driveway, from 7.9 tons to 8.3 tons; 0.4 tons@$100/ton = $40. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $40.00 Increase Bid Item 71, 4" AC Pavement, from 86 tons to 104 tons; 18 tons @ $80/ton = $1,440. Increase to contract cost $1,440.00 H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-3.C~IN Change Order No. 4 Project Nos. 3391-2 & 3413 Page: 2 Item 6: Item 7: Item 8: Item 9: Item 10: Item 11: Item 12: Item 13: Item 14: Increase Bid Item 75, AC Driveway, from 6.6 tons to 7.9 tons; 1.3 tons @ $100/ton = $130. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $130.00 Subtotal for increased bid items . . . . . . . . . . . . . . . . . . . . . . . . $11,810.00 Decrease Bid Item 7, 4" AC, from 132 tons to 111 tons; 21 tons @ $80/ton = $1,680. Decrease to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$1,680.00> Decrease Bid Item 9, 6" Type G Curb and Gutter, from 482.11 LF to 354 LF; 128.11 LF @ $10.25/LF = $1,313.13. Decrease to contract cost ............................ <$1,313.13> Decrease Bid Item 11, 2" AC Driveway, from 3.6 tons to O; 3.6 tons @ $100/ton = $360. Decrease to contract cost .............................. <$360.00> Decrease Bid Item 12, PCC Sidewalk, from 2,870 SF to 2,037 SF; 833 SF @ $1.89/SF = $1,574.37. Decrease to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$1,574.37> Decrease Bid Item 13, PCC Private Stairs, from 1.5 cy to O; 1.5 cy @ $1,000/cy = $1,500. Decrease to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$1,500.00> Decrease Bid Item 20, Pedestrian Ramps from 1 to O; 1 @ $750 = $750. Decrease to contract cost .............................. <$750.00> Decrease Bid Item 21, Relocate Water Meters, from 5 to 3; 2 @ $480 = $960. Decrease to contract cost .............................. <$960.00> Decrease Bid Item 26, Tree Root Trimming and Root Barrier, from 1 LS to o; 1. @ $1,500 = $1,500. Decrease to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . < 1,500.00> H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-3.CHN Change Order No. 4 Project Nos. 3391-2 & 3413 Page: 3 Item 15: Item 16: Item 17: Item 18: Item 19: Decrease Bid Item 34, Raise Existing Block Retaining Wall, from 206 SF to 25 SF; 181 SF@ $15/SF = $2,715. Decrease to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$2,715.00> Decrease Bid Item 45, Tree Root Trimming and Root Barrier, from 1 LS to O; 1 @ $1,500 = $1,500. Decrease to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$1,500.00> Decrease Bid Item 46, Cast Iron Tree Well Grate, from 1 to O; 1 @ $1,500 = $1,500. Decrease to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$1,500.00> Decrease Bid Item 66, Tree Root Trimming and Root Barrier, from 1 LS to O; 1 @ $750 = $750. Decrease to contract cost .............................. <$750.00> Decrease Bid Item 83, Masonry Retaining Wall, from 120 SF to O; 120 SF @ $22/SF = $2,640. Decrease to contract cost <$2,640.00> Subtotal for decreased bid items ...................... <18,742.50> TOTAL DECREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . <$6,932.50> H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-3.CHN Change Order No. 4 Project Nos. 3391-2 & 3413 Page: 4 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: FINANCE DIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL) PURCHASING (W/P.O. CHANGE ORDER) FINANCE CONTRACTOR ll-1-'ti (DATE) /(-1-?Lf (DATE) /J./ 7/C,, .. / . / (DATE) H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-3.CHN APPROVED BY: CITY OF CARLSBAD PROJECT: Sidewalk 2 and Mar Y Montanas Units 1 and 2 Repairs CONTRACT CHANGE ORDER NO. 3 CONTRACT NO. 3391-2 & 3413 P.O. NO. 18203 ACCOUNT NO. 342-820-1843-3391 CONTRACTOR: lnterwest Pacific Ltd. ADDRESS: 3010 Fifth Avenue San Diego CA 92103 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Sub-section 3-2.2.1, Contract Unit Prices, SSPWC, 1991, the following adjustments to bid items are required. Item 1: Item 2: Item 3: Item 4: Increase Bid Item No. 8, 6" Aggregate Base, Caltrans Class II from 189 tons to 201.25 tons; 12.25 tons at $19.00/ton = $232.75. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $232.75 Increase Bid Item No. 18, Retaining Wall, from 245 SF to 333 SF; 88 SF at $18.00/SF = $1,584.00. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,584.00 Increase Bid Item No. 28, P.C.C. Sidewalk, from 4,565 SF to 5,353 SF; 788 SF at $1.89/SF = $1,489.32. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,489.32 Increase Bid Item No. 31, 6" Aggregate Base, Caltrans Class II from 277 tons to 307.43 tons; 30.43 tons at $19.00/ton = $578.17. Increase to contract costs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $578.17 H:\LIBRARY\ENG\WPDATA\INSPECf\MONTANAS\MON-3.ClIN Change Order No. 3 Project No. 3391-2 & 3413 Page: 2 Item 5: Increase Bid Item No. 49, 6" Aggregate Base, Caltrans Class II from 67 tons to 103.63 tons; 36.63 tons at $19.00 tons = $695.97. Item 6: Item 7: Increase to contract costs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $695.97 Increase Bid Item No.72, 6" Aggregate Base, Caltrans Class II, from 122 ton to 148.16 ton; 26.16 tons at $19.00 tons = $497.04. Increase to contract costs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $497.04 Increase Bid Item No. 81, relocate sewer clean out from 1 each to 3 each; 2 each at $1,100 per clean out = $2,200.00. Increase to contract costs ............................... $2,200.00 TOTAL INCREASE TO CONTRACT COST ............................ $7,277.25 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS CHANGE ORDER. RECOMMENDED BY: A:,/ . vii· / (1.· ,·' ;x,· '"/ 1 ,/1 ' -/.( /:f L,, L l-'\.., \ ___ ,,'.c. (..,,. ----- FINANCE DIRECTOR DISTRIBUTION: INSPECTION FILE (ORIGINAL) PUACHA.SING rN/P.O. CHANGE ORDER) FINANCE CONTRACTOR (DATE} /ti 1i/::1'f (DATE} H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-3.ClIN APPROVED BY: CONTRACTOR (DA TE} -~~~ • CITY OF CARLSBAD PROJECT: Sidewalk 2 and Mar Y Montanas Units 1 and 2 Repairs CONTRACT CHANGE ORDER NO. 2 CONTRACT NO. 3391-2 & 3413 P.O. NO. 18203 ACCOUNT NO. 342-820-1843-3391 CONTRACTOR: lnterwest Pacific Lid. ADDRESS: 3010 Fifth Avenue San Diego CA 92103 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2.2.3, Agreed prices, SSPWC, 1994, perform the following work: Item 1: Item 2: Item 3: Construct 1080 LF. of 6" P.C.C. Type "G" curb and gutter (bid item 27) in lieu of 6" P.C.C. Type G curb specified for the additional cost of $4.00/LF; 1,080 LF x $4.00/LF = $4,320.00. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,320.00 Clear and grub and construct 200 LF of 6" P.C.C. type "G" curb and gutter, 500 sf of P.C.C. sidewalk, 580 SF of P.C.C. driveway, three (3) pedestrian ramps at 3690 Monroe Street for the lump sum price of $7,695.00. Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $7,695.00 Construct 224 SF of retaining wall on the south side of Basswood (Sheet 4) pursuant to SDRSD C-3 for the lump sum price of $4,032.00. Increase to contract cost ................................ $4,032.00 TOTAL INCREASE TO CONTRACT COST ............................ $16,047.00 H:\l.,IBRARY\ENG\WPDA TA\ INSPECI'\MONTANAS\MON -2.0IN Change Order No. 2 Project No. 3391-2 & 3413 Page: 2 Tlme for completion of all work under this contract shall be Increased by 10 working days. RECOMMENDED BY: COMM. DEV. DIRECTOR FINANCE DIRECTOR DISTFIBUTION: INSPECTION FILE (OAIGINAI..) ~ING r,i/P.O. CHANGE OFl)ER) FINANCE CONTRACTOR 9-z.z-9'! (DATE) -Z7-9tf (DATE) (DATE) (DATE) H:\LIBRARY\F.NG\WPOATA\INSPECr\MONTANAS\MON-2.0IN APPROVED BY:· CONTRACTOR (DATE) CITY MANAGER/MAYOR (DATE) CITY OF CARLSBAD PROJECT: Sidewalk 2 and Mar Y Montanas Units 1 and 2 Repairs CONTRACT CHANGE ORDER NO. 1 CONTRACT NO. 3391-2 & 3413 P.O. NO. 18203 ACCOUNT NO. 342-820-1843-3391 CONTRACTOR: lnterwest Pacific Ltd. ADDRESS: 3010 Fifth Avenue San Diego CA 92103 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor. Pursuant to Section 3-2.2.3, Agreed prices, SSPWC, 1994, perform the following work: Item 1: Provide all materials, labor and equipment necessary to construct the roadway improvement on El Camino Real as referenced by the attached drawing and the items of work as referenced by the Request for Quote dated July 27, 1994. Work will be performed for the lump sum price of $32,700.00. Increase to Contract Cost ............................. $32,700.00 TOTAL INCREASE TO CONTRACT COST ............................ $32,700.00 H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-1.CHN Change Order No. 1 Project No. 3391-2 & 3413 Page: 2 Time for completion of all work under this contract shall be increased by 12 working days. RECOMMENDED BY: W Elk PRINCIPAL INSPECTOR '/-zi--r1 (DATE) (DATE} ~ ~ ~ 7---1-· 7y FINANCE DIRECTOR (DATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL) PUACHASING r,,1/P.O. CHANGE ORDER) FINANCE CONTAACTOA H:\LIBRARY\ENG\WPDATA\INSPECT\MONTANAS\MON-1.CHN APPROVED BY: TABLE OF CONTENTS i - Item pane CONTRACTOR'SPROPOSAL ........................................ 5 NOTICE 1"ING BIDS 1 ........................................... BIDDER'S BOND TO ACCOMPANY PROPOSAL 22 DESIGNATION OF SUBCONTRACTORS 24 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .................. 26 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... 27 i .......................... II 1 I I I I 1 11 I ............................... I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMJTED WITH BID .............................. 28 CONTRACT PUBLIC WORKS 29 . ...................................... II LABOR AND MATERIALS BOND .................................... 37 PERFORMANCEBOND........................................... 40 REPRESENTATION AND CERTIFICATION 42 ............................. b ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ................................. 43 RELEASEFORM 47 SPECIAL PROVISIONS ............................................... I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................ 48 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS ................... 63 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION METHODS .................... 66 75 1 MODIFICATIONS TO SAN DIEGO REGIONAL STANDARD DRAWINGS ......... 02/16/94 t 6&, 1 I 8 le1 ClTYOFcARIs&AD,CALIFORNIA NOTICE I"G BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 8th day of June, 1994, at which time they will be opened and read, for performing the work as follows: 1 SIDEWALKS, PROJECT NO. 3391-2 AND MAR Y MONTANAS UNITS 1 & 2 REPAIR WORK, PROJECX NO. 3413 The work shall be performed in strict conformity with the specifications as approved by the City Council of the City of Carlsbad on file with the Engineering Department. The specifications for the work include the Standard SDecifications of Public Works Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association and as amended by the special provisions sections of this contract. Reference is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available and where appropriate. No bid will be received unless it is made on a proposd form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The biddeis 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 (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 22300 of the Public Contract Code requires monies or securities to be deposited with the city or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: I I I 1 1 1 @ I ' 8 li 1 I I 1. Contractor's Proposal 2. Bidder's Bond u 3. Non-Collusion Affidavit VI6194 @ t I 2 1 I 1 1 1 1 All bids will be compared on the basis of the Engineeis Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineeis Estimate is $398,162. No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: General Engineering Contractor "A", in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each papent, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, for a non-refundable fee of $90.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. ? I b I I It I 1 I I I BP 2/16/94 F 3 All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for 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 of rejection of bid. Bonds to secure faithful performance and warranty of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50%), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Special Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) I 1 the Contractor. ? 1 I II 1 ll 1 1 1 I 1 1 An original, or a certified copy , of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. 2) b If the bid is accepted, the City may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of the execution of the bond. The financial statement shall be made by an officeis certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Key Rating Guide of at least A-:V, and (2) are authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: (1) meet the conditions stated above for all insurance companies and (2) cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. I 1 U16194 83 F I 4 The prime contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 94-118, adopted on the 26th day of April, 1994. 1 1 ? &l-. 4&&4?&&& ' I % Date wf% etha L&IU&X 'city Clerk I I u 1 1) I I I I I 1 I 1 2/16/94 @ I, I 5 QTY OF CARISBAD I 1 1 1 i 1 1 Item b PROJECT NO. 3391-2 1 SIDEWALKS, PROJECT NO. 3391-2 AND MAR Y MONTANAS UNITS 1 & 2 REPAIR WORK, PROJECX NO. 3413 CONTRACTOR’S PROPOSAL t City Council 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares he/she has carefdy 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 Nos. 3391-2 and 3413 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: Approximate Quantity Unit i City of Carlsbad - No. Description and Unit - Price - Total TAMARACK AVENUE (200 L.F.+/-) AND PARK DRIVE PO STA 19+93.08) Site Prep & Grading 1 1 T aKic Control t Ls 3S@. o 0 3S-O .o o I Dollars per Lump Sum 1 Excavation at I Dollars per Lump Sum &&U / 2 Clear & Grub and Unclassified Ls ~Z,OOO 22,OOd - k z* LC/ ISao.00 /SdU. 0 0 1 3 ysY!eLtUA Ls I* Dollars per Lump Sum 1 I @ 2/16/94 I 6 Approximate Item Quantity unit - No. Descrimion and Unit - Price - Total TAMARACK AVENUE & PARK DRIVE (Cont'd) 4 d Root Barrier at is JJ%. 00 /s^bo. 00 1 1 8 I 8 I II, 1 1 1 I L + '*&- I I I Dollars per Lump Sum Water 5 Remove & Replace Sprinkler Heads and LS 3~00.00 3SiO. 0 0 Imgation Lines to Private Property and o' Dollars per Lump Sum 6 Storm Drain: Modified Type "A" C.O. 1EA IlOO.00 1j80.00 per D-9 at 21 + 89.17 Park Drive at LA-4uSc i Dollars Each RoadwaWStreet Imorovement 7 4" AC. at 132 TON 80.56 /o.s'Lo .oo 1 Dollars per Ton 8 ase, Calms Class 11, at 189 TON 19.0 0 3SSL 00 Dollars per Ton 6" .C.C. Type "G" Curb & Gutter at 482.11 LF 16 .zc 4991. L 3 9 L,, arj- I Dollars per Linear Foot 10 P. .C. Driveway at 1,853 SF a IO 57*9 30 Dollars per Square Foot U16194 @ I. 7 1 1 Approximate Item Quantity unit No. Descriotion and Unit - Price - Total RoadwavBtreet Immovement ?- TAMARACK AVENUE & PARK DRIVE (Cont'd.) 1 3.6 TON /e 0.66 3Lo.o a Dollars per Square Foot 12 P.C.C. Sidewalk at 2,870 SF 1.84 s+asz 30 I I I 1 i. 1 I Ld %9/7 I 1 I A a4L& wk- Dollars per Square Foot . Private Stairs at 1.5 CY /b 00. b 0 /J-HO. 0 0 Ld Dollars per Cubic Yard 14 Sawcut AC. Pavement at 520 LF *. so 260.00 I 3 Dollars per Linear Foot 15 2EA (SO. 0 0 360.00 I Doflars Each 363-0 .m - 9, P Amenities & Specid Construction & Private Landscaping at 3,650 SF /.@o * mm/r I I Dollan per Square Foot 17 ting Fences at 295 LF Il.00 324S o o Dollars per Linear Foot 245 SF /9.:00 q 4 18.0 0 I 1 Dollars per Square Foot 2/16/94 6&, I. I I 1 1 I 1 I f I I I 1 I I 1 E Approximate Quantity unit - No. Description and Unit - Price Total t Item TAMARACK AVENUE (L PARK DRIVE (Cont'd.) Amenities & Speeiat Construction /L-O .60 7Sd.00 SEA Doflars Each 20 P desnian amps at 1EA 7sP -00 7n.00 LL-h Dollars Each 21 5EA 4 80.00 24Ud.00 Dollars Each MONROE SIREET. MAGOLIA AVENUE: 425 E. So. OF MAGNOLIA TO 165 E. NO. OF MAGNOLIA MONROE TO 410 FT. WEST 1. 22 Ls 4eoo. 00 L7(40o.b0 Dollars per Lump Sum I / /I,ooo /poo 23 Clear & Grub and Unclassified Ls Dollars per Lump Sum 1,045 LF . so 52 a. SO Dollars per Linear Foot 25 ee Removal at Ls ~000.00 Ll~m .QO 1 Ltsoud Dollars per Lump Sum 2/16194 @ #e 8 8 f Item II 1 I 47.4 s?r/v I I I 1 i 1 . -rc 1 I i 9 Approximate Quantiw unit - No. DescriDtion and Unit - Price - Total M0NROW”OLIA (Cont‘dJ 26 ee Root TmRoot Barrier at ls lSOO.0 0 I SOb.0b Dollars per Lump Sum .C. Type “G” Curb at 1,080 LF 6 ..?A” 6 7Sd -00 Dollars per Linear Foot 28 P. .C. Sidewalk at 4,565 SF I. 87 SL 2 7.9f L 7 fi5ho- L L.rrR. v&-- I Dollars per Square Foot 29 P .C. Driveway at 2,795 SF 3.10 c94 L c/. SO Dollars per Square Foot Ir, 30 Pgement: 4“AC at 194 TON 80.00 /5; 3-20.00 yti=zs_ Dollars per Ton fv Base, Caluans Class 11, at 277 TON 19.00 sa6 3.0 o Dollars per Ton 1 32 9.7 TON lbb.00 970.00 Dollars per Ton 33 Remove & Replace Existing 120 LF 13.00 /st!o. 0 0 ain Link Fence at Dollars per Linear Foot 2/16/94 @ a* I I 1 8 I 1 1 I II) I I I I I I I 1 10 Approximate Quantity Unit - No. DescriDtion and Unit - Price - Total t Item MONRO~~ (cost'd) 34 Ie Existing Block Retaining 206 SF /s.o 0 36 96. b 0 Two (2) Blocks (Ave.) at Dollars per Square Foot g Wood Fence at 270 LF /8.o t9 (z 94 0.8 0 PC Dollars per Linear Foot /Jd 9 d YL4/.00 36 4,691 SF &w 5%%-0 Dollars per Square Foot 1.5 CY /dOb.Ob Koo.0 a Dollars per Cubic Yard 2EA /SO.bb 300.00 Dollars Each 10 EA 1- .oo /so0 .uo Dollars Each 40 P estrian Elamps at 2EA 7S2.00 lC00 .oo LL,& Dollars Each 41 11 EA YJO-Od 4940. U a Dollars Each 2/16194 @ 1. I I t czL&b.ea I I m I TZLd I I b 45 I I I 1 I 8 11 Approximate Item QUantity unit - No. Descriution and Unit - Price - Total BASSWOOD AVENUE & MONROE STREET 42 (SA 11+92.22 TO INTERSECTION) (SA 16+25 TO INTERSECXION) Ls 1200 40 /am. 00 Dollars per Lump Sum Site haration & Grading 43 Wear & Grub and Unclassified Ls S-aoo. 06 so 60 * 00 Dollars per Lump Sum Ls 2c60. do 2~00.00 l_..l.a 44 Dollars per Lump Sum Ls /s-w- a o /s50.00 Dollars per Lump Sum 46 m 1EA 1s-00.00 /-sOO> 0 d I Dollars Each Water 47 Remove & Replace Sprinkler Heads and Irrigation Lines to Private Property and LS 3906. uu 3SOO. 0 0 Dolks per Lump Sum Roactwav/ Smxr Irttpmvement 48 4" C. at 47 TON so .od 3740.66 1 L2-W t Dollars per Ton U16194 @ I I t Item I I I I I I b I I I I I I 1 1 12 Approximate Quantity unit - No. DescriDtion and Unit - Price TOtai BASSWOOD/MONROE (Cont'&) Roadwav/S met Improvement Base, Calm Class 11, at 67 TON 19.00 /173- 00 Dollars per Ton 50 6" P CC Curb & Gutter at 677.43 LF to. x- LLTy 3.4 G L-4 =q7r Dollars per Linear Foot 51 P .C. Driveway at 1,224 SF 3. to 374% YO & &+J/ /qm-- Ll24-t.d Dollars per Square Foot 52 C. Driv ayat 7.9 TON /bO e5 0 794.0 0 Doliars per Square Ton 53 2,795 SF /. 87 52 83.s-2r Dollars per Square Foot 54 C.C. Stairs at 0.6 CY moo. 00 %o. Ob Lu Dollars per Cubic Yard 55 730 LF ,so 3dJ: 0 0 Dollars per Linear Foot 56 4EA /A..Od lO&.OO Dollars Each 2/16/94 @ F I 13 Approximate Item Quantity unit No. Descrimion and Unit Price - Total BASSWOOD/MONROE (Cont'd) - - 3300.00 95 Amenities & Swcial Comction 1.00 rssa f & Private Landscaping at 3,300 SF Ea=s@ -0 4 ud/v I I I I I I I I I 0 1 1 Dollars per Square Foot 25 LF 36.fi6 Sno.00 Dollars per Linear Foot elocate and Replace M ilboxes at 4EA /Sa.&? LOO.00 L*U& 59 , n Dollars Each 1EA 750.00 7s'b.O 0 I 6o em,& 61 +ELPLJ Dollars Each ater Meters per MWD at SEA 4W.00 2;200.00 Dollars Each 62 Water Sampler at Sta. 18 + 30 1EA 2000.00 200u.00 Dollars Each PARK DRIVE (SA 21+83.16 TO STA 24+44.76) LS ISdO .od /si-id -00 63 YT I Dollars per Lump Sum 2/16/94 @ t I 14 Approximate Quantity unit - No. DescriDtion and Unit rntice Total 1 Item PARK Dm (Cont'dJ Site Prwaration & Grading 64 ear & Grub and Unclassified Excavation at Ls 3-4013 .6 0 5-000. 0 0 1 I D 1 I b 67 Remove & Replace Sprinkler Heads and LS /5-00.00 /sm.oo 1 I I Dollars per Lump Sum 65 T ee Removal at Ls ~OOL9.66 /b uo.0 u LLd Dollars per Lump Sum Tr e Root rimming and oot Barrier at Ls 70 coo 732.0 0 1 66 LL.& Dollars per Lump Sum Water Irrigation Lines to Private Property and aintain Syst m Integrity at Ys.4.Z- u Dollars per Lump Sum Storm Drainane 68 Main Lines: Relocate Exist. 18' RCP at 25 LF bo. 00 ~000.00 S a. 21 + 89 Park Drive at I L.Yz+ Dollars per Linear Foot 69 1EA 2s00.00 2~0.i90 1 Dollars Each 70 Catch Basins: Convert Existing 1EA /S'OO.Od /So0.00 It $!*=L%&.dL I. Dollars Each 1 I 63 2116194 I 15 Approximate Quantity unit - No. Description and Unit - Price Total f Item PARKDRIVE (Coni?&) Roadwav Street ImDrovement 71 gA.y at 86 TON 86 .oo LJ&ii.bU 1 1 B se, Caltrans Class 11, at 122 TON /9.5 0 23/8: 80 P I ID I I 1 I I I I I @ Dollars per Ton Dollars per Ton 73 . Curb & Gutter at 261.6 LF /D. 7s an. $6 ci 2.0- Dollars per Linear Foot 74 702 SF 3.10 a 176. to e Dollars per Square Foot 75 6.6 TON la0 .o 0 I Lo.00 Dollars per Ton 930 SF l,g9 / 73-7.76 Dollars per Square Foot 290 LF . si0 l4S 00 Dollars per Linear Foot Amenities & Special Construction 78 j.00 8’ >3&0.0d 8.i hay & Private Landscaping at 2,300 SF 2-d 4-&?&4%4 L-%!u-e-- Dollars per Square Foot 2/16/94 I. I 16 Approximate Item Quantity unit - No. DescriDtion and Unit - Price - Total PARK DRIVE (Confd) Amenities & Swcial Construction 1 I 1 79 4EA /S0.60 Loo -00 I I 1 II I I I I I I c Dollars Each 1320.00 elocate Water Meters pe CMWD at 3EA 440.00 8o LI--c-n"& Dollars Each 81 1EA 1 loo. 00 1) Ob. 6 6 Dollars Each Walls & Fences ocate Existing Fences at 135 LF lL .o 0 21 Lo .to D 82&, I Dollars per Linear Foot all (Slump BIock) at 120 SF aa 00 34 40*0 0 Dollars per Square Foot - END OF PROJECT NO. 3391-2 - U16N @ 1 8 1 17 Approximate Item Quantity unit - No. DescriDtion and Unit - Price - Total PROJECT NO. 3413 Is 9A-dO.00 ?SO u .oo u # 1 1 I LWIV I 1 If Dollars per Lump Sum 6,833 LF 7.8 0 q7.8Si.ao Dollars per Linear Foot 86 pwailckt 34,905 SF IsL3 .5Z, 89S.rS '"t /vd--""L-- I Dollars per Square Foot 7,350 LF .#d 29W.00 Ig I Dollars per Linear Foot b 88 "C& 190.29 TON Ro.'~ /A- 323.20 1 Dollars per Ton iEW 89 ase, Caltrans Class 11, at 213.04 TON 19 4 0 VoY7.7G Dollars per Ton I 1 1 I 1 90 rat 8,230 SF 2- /b 17.28 3.00 fO/Cw--- Dollars per Square Foot 9EA 7.52.0 0 6 732.0 o 91 *LU& Dollars Each 92 2,912 SF 3-6 b 8736.0 0 y- Dollars per Square Foot U16194 @ f 1 I 1' I 1 B i I i I. Tru I I 1 I 18 Approximate Item Quantity unit - No. Description and Unit pr& - Total 93 6,840 LF * Bo s./ 7f. 0 6 r Dollars per Linear Foot 34,905 SF .36 /a, Y 71.270 m us I, I Dollars per Square Foot 95 8,230 SF 0 #a9 3 392.0 o If J Dollars per Square Foot 96 move A.C. Pavement at 8,615 SF /.do A=L/J7:aO 4 wfm - f Dollars per Square Foot 97 Median Curb B-2 1,305 LF 8.0 o /6. Y q0,oo 2 Std. Dwg. G-6) at Dollars per Linear Foot U 98 ove 6" Curb at 1,305 LF /.6 0 /30sloo tz4 k/i- Dollars per Linear Foot Total amount of bid in words: $- bU-3 -& '7- -6- Total amount of bid in numbers: $ 467, / 93 - 60 d?Z Price(s) given above are firm for 90 days after date of bid opening. ' Addendum(a) No(s). doNE has/have been received and is/are included in this I proposal. The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this bid. @?My tC-+L55F/ &-,,QM 1 1 Bp 2/16/94 dz&&y itit I* I 1 ,/!&c.K j!!/&J ’ (b-Jy’;, /q+ f7 1 @* 19 The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, the proceeds of the check or bond accompanying this bid shall become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of pexjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number 575 classification A J whichexpires on 91 q< ,J and that this stated::! is &e and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: I 1 1 R I I B I ’ I 1 I I 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted 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, h, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. B Accompanying this proposal is BIA&.er\5 Bond -Lrrbchea -ta smii cgveb (Cash, Certified Check, Bond or Cashier‘s Check) for ren percent (10%) of the amount bid. The Undersigned is 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 agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. .... .... 2/16/94 tB I I I 1 I I I U 20 The Undersigned is aware of the provisions of the 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 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: 1 (1) Name under which business is conducted (2) (3) Place of Business Signature (given and surname) of proprietor (Street and Number) City and State I (4) Zip Code Telephone No. 1 IF A PARTNERSHIP. SIGN HERE: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signature must be made by a general partner) ID 1 I I I 8 I (3) Place of Business (Street and Number) City and State Zip Code Telephone No. U16P4 BP i I WITNESS my hand and official Seal u I 1 I I I 1 1. City and State SAAJ 3 ieco eA 1; I I I Lrse L 2mPT V-P / Sec I 1 I 21 IF A CORPORATION. SIGN HERE: (1) Name under which business is conducted / .* Jb972*&es?- k&/T'IC. LfD IY I Impress Corporate Seal here (3) (4) Place of Business 3010 FIFTA A\I cnLce. Incorporated under the laws of the State of C A LIFO p n I 4 (Street and Number) (5) tip Code 9z jo3 Telephone No. 6 19- 345- JKoo NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE I AlTACHED List below names of president, vice president, secretary and assistant secretary, if a corporation; if a partnership, list names of all general partners, and managing partners: SkK D. r\l rtlCoLA15td f?=std- U16/94 @ I" 6 22 t a KNOW Au PERSONS By THasE PRBSElvm as Srrretyare hjeta and fIrmly’twnmd Uplto’tbeatyaf~Ld, CaEfibOnia, healrmcYlmt OE admintblrrrtors, s-a or dgw, jddy rmd s %we, Interwest Pacific, Ltd. ,aRtrdsal,pnd Merchants Bonding C”f”p”Y(ML * follows: (must be at bt ten pem~ (WW of rh! bid amputrl) fm‘whkh pyaat, w%md trvly made, m bfnd wndvc+ aut hcinr, umatom md T)fB CONDK’lON OF THE FOREGOING OBWWTSON IS SUCH tbrt if th? pmpad eftbe abovt-bounden PridpJ &. T~Q Pm-c ent of unt of Rid fiSmlrbY~Pm=- I mwEsfcs, PRmKr NO- 33912 MAR Y MomNAs rtmtMs f L 2 mm‘M]R1K, xa,uJlm NCI, 341s in the alyole:catfSbpd, is aceepbbd bythe City CoUn& snd lf the PrttlEipal w diuly am being duly mdfied bemneI~ruUdvadd; shall hc. fddtd $9 && sat4 city. AND ’ into and execute a Crratract hdudkrg trqulrea bonds nnd irmnanm Poydw withbtwmty (20) days &om Ue d aithmstiAtycrfu2wt&d# @ orhennoIst,itrshalfbt amMlntSpadiiadhcrdn .... ..rr 1 4+*& ..I. *... 4 Whb s... .... ...* B , .... lltw (93, 1) TOTFlL Jun 03,1994 04:10PM FROM The Postal Connection TO MILES INSURANCE 04/19/89 22: 16 6192973013 THE POSTAL WNJECtSaV PAGE * a 23 hthr cvcntprtndpal executed this b~dd BI rn WdNit h tqpeed'thattkc dABdrof *dpd Phalt not rxpnuata the Surety li.clm its obligadum under this bond P&ce~tmd by PRINCIPAL t)rfr 8th d@y rrfJune hmiM by RTRFiTY thin 8th. , day nf ,1994, June 41994 June . PMCZPAL: SUREN: Irkwest Pacific, Ltd. CN- of -Pa k- V 2425 E. Camelback Rd. #800 Phoenix, Az. 85016 Wdrm afsrmtul (602) 955-0022 c. -. (p*t-hWe) , nP-1 . @tic &nd o'rgntli2adon of sijpatclry) By: 0 ?k.S*. , , ,, , ,, , , -~ ,_, , - R. Jerome Miles prfilttd - afAmuey--FaM - cam& ccmpomte dutim 8brYWjq Ipht name hur) cu~'r?nf pwww of attomy) mPrt tlopLieIu ackrawlad RONAebR811tt ikpuiy aiy irirorncy 643 mm Cy&:lj: t: I CATE up, ~C~i~ij.~~.~~~I-j~~~~M~N:~-~ e S'TA'i"jl; ub: AK-1. ZijL\-A c ijy -[vjARj- CijpA fjjq ;j.tfj i s 8th ijAy ob' June,1994 , 8 t.2 i. : 0 K i-; pip; , A iu ij ri a i y .l' i j jj L 1. c i iq ai\i u ~.,U~ ii., H E s A i Li cu u i~, li; .~-. , i-' fi;' H s ( j i\i A i; L -y- K i\j u w lq ;1 i, jvl E i w li. L-' tic) -". j+; jj y ij jj E B .y s A i ii .i s i.' a (.. ; i; 1 j K .y. . &".I.Uj+jCE .. 1 rii, tjE -i'HE j+Kso& d\;'iiU L.KLyj:yk;u :.!;HE \,v1:j;jj i iq -l-~,js:f7KU[vi~;NiI; AS a ;i' :i" < jK pJ E y - 1 j\ - j: A <; :y < j b: s u -K E :1-, y :y H b; K E 1 pd i'i A pi E ij A LV ij A (2 K iu (- j j;4 .L, ;c 1.; <; g j 1; :.Li < j ivi -c :1;j-&,:.p :.yHE 'jU~p.'Ly EXEcG:yk,:jj 1:;y pji]KSoiqALk,Y &ippj+;&jKp;ij K, ,jEK[jivib; ivii iA~s, -, . e e 2762 90393 HEBK-MJ.LES INSUMNCE INC. Merchants Bonding Company (Mutual) e POWER OF ATTORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual). a corporabon duly orgamed under the laws of the State of Iowa. and havlng its pnnapal office in the Cny of Des Moms. County of Polk, State of Iowa. hath made, consbtuted and appointed, and does by these presents make, constttute and appoint ;.>>R. JEROME MILES**KENNETH E. HEINE<<< >>><<< >>><<< of an8&&%&k&iby conferred in Its name, place and ste&stgn. execute. acknowledge and deliver in its behalf as surety and State of I& true and lawful Attorney-m-Fact. wrth full power >>>ONE MILLION DOLL~RS($l~OOO~OOO.OO)<<< and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as d such bond or undertaktng was stgned by the duly authonzed officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of md Attorney, pursuant to the authorrty herem gwn, are hereby rahfted and confumed Ths Powerof-Attorney IS made and executed pursuant to and by authority ofthe follomng By-Laws adopted by the Board of Dlrectors of the MERCHANTS BONDING COMPANY (Mutuel) ARTICLE 2. SECTION 8 - The Chairman of the Board or Prescient or any Vke Prestdent or Seaetary shall have power and authomy to appocnt Attorney-Fect, and to authomethem to execute on behalf ofthe Company. and attach the seal ofthe cOmpanymereto,bondsandundecta)cmgs,recognuances,contractsofidem~anciother~ngsobllgetorymthenature~~ ARTICLE 2. SECTION 9 - The slgnature of any authonzed officer and the Seal of the Company may be affixed by facslmile to any Power of Attorney or Ce- thereof authonungtheexecuhon and dellvery of any bond, tsdertakmg, recognuance, or other suretyshlpob@bons ofthecampany, and such slgnature and seal when so used shall have the same force andeffect as though manually fixed. ?3"' ** &~L Lnt &.s ,**Q- LF :> p ' K., y e.3 -1- In Wrtness whereof, MERCHANTS BONDING COMPANY Mutual) has caused these nts to bs signed by its Vi Re Resident. and Its Corpotate seal to be hereto affixed, ths &til An&: MERCHANTS BONDING COMPANY (Mutual) dayof K&St AD, 19 ...**' e. * i -. - By dm=-+ :c - 'S?," -. I .-. c : t'. . - . CY. '.:I*. a. .....* STATE OF IOWA At!!?+ couNiyOFpou< u On this 25th waf August ,l9 93 , betore me appeared MJ Long and W.G Brundage, to me personally known, who bang by ma duly swam did say Mat they are Vice Premdent and Secretaryflreasurer resfmctiVeCy of the MERCHANTS BONDING COMFANY (Mutual), the corporatmn described in the foregoing ~nstrument, and that Me Sear affixed to the W instrument 18 the Corporate Seal of the scud Corpommn and that the 8cud instrument was agned and sealed in behalf of md Corporrmon by authority of tts Board of DirectDcs InTmmony Whereof, I havehsreunto setmyhandandaffocsd myolfiaalseal, athe City of Des Manes, rolwelhedeyand year fast above wntten. *. *e .* ,LY N *e e*= .QO : v+,...*.*..y*m : a{ 10: navypvaws,po(*counykm : i IOWA i : My comlnwm E.** : 4 t ;* t 114% % o>"'.....*.~~v .= STAE OF IOWA **e 4elAL *e.** COUNTYOFpou( U. *......... I. M J. bng, Vi Rssldent afthe MERCHANTS BONDING COMPANY (Mutual), do lwebyc&jfylhntUw.above and fomgmg IS a true and corrsct~ of the POWER OF ATTORNEY, e.mated by sad M-WDING COMPANY (Mutual), wtuch IS still n force and effsct ** ?.A * 5 Af'G4+ +$*. In wi where~4. I haw hemunto set my hand anci aff~ed the seai ofthe Cunpany, af Phoenix : e-c, ths 8th dayof June le* 94 qg+ .V ,-\ . . ' a December 31,1996. ** .. ..a' ~~pomn~rmomeygeprss MB 96 1 I 24 DESIGNATION OF SUBCONTRAmRS The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up hisher bid and that the sub-contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." 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 each sub-contractor. Additional pages can be attached if required: t I I t 1 8 1 i I I I 1 1 I 1 Items of Complete Address Phone No. Work Full Companv Name with ZiD Code with Area Code PO. 0& /sz/ Lagesidc CQ. 9~rh L/F. Sd/-35d3 PI-4 BIcdk %rcy.'q P.0. BO% sw 134 N. k%pao/r~ % Bhgerc~ C ether& %& k%*bS.&. s&7!? L/p -799- 1479 I) 2Zb 4s .8 L. €1 I% 'Om C% 9to~a Lff- V+Y-L//P U16M @ P I 25 AMOUNT OF SUBCONTRACTORS' BIDS 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. + B Type of State Contracting Carlsbad Business Amount of Bid i I I I e 1 B I I II I I Full Commnv Name License & No. License No.* IS or %) 4 8koL%&c&#?q CrPL-r /lt3-261- flbdl? 536 C r-* u;~~ ) n.GLtm. L3L496- c G/ A)@ N e- L y4 D Cnsr p8x. S6Y7P2- A do de- cls * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. I 2/16/94 @ ? 1 L ,F 26 BIDDER’S STATEMENT OF FINANW RESPONSIBILITY Bidder submits herewith a statement of t*mancial responsibility. k II 1 8 I # 1 m I I I I 8 1 2416194 e3 c B INTERWEST PACIFIC,LTD BALANCE SHEET DECEMBER 3 1,1993 ASSETS -e CURRENT ASSETS Cash 67,582 Contracts Receivable 91,633 Certificates of Deposit (Note 4 ) 100,000 Prepaid Expenses 1,377 Total Current Assets 260,592 PROPERTY AND EQUIPMENT, AT COST (Note 2) Equipment and Machinery 12,781 Office furniture and equipment 2,776 Trucks 16.405 3 1,962 Less accumulated Depreciation 3222 28,740 OTHER ASSETS UN amortized organization cost 950 Security Deposits - 349 1299 -0 $290,631 LIABILITIES AND STOCKHOLDERS' EOUITY CURRENT LIABILITIES Accounts Payable 41,181 Accrued expenses 3,249 Payroll Taxes payable 1,83 1 Sales Taxes payable 2.532 Total Current Liabilities 50.804 STOCKHOLDERS' EQUITY Common Stock - No par value 250,000 authorized shares 187,070 issued and outstanding 187,070 Retained earnings (Note 1) 52,757 239.827 a $ 290,631 1 27 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 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 hisher responsibility, experience and skill. An attachment can be used. 'r i I 1 I I m I 1 I I 1 I I 316194 @ t B 1 28 NON-COLLUSION AFFIDAW TO BE EXECUTED BY BIDDER AND SUBhElT'ED WITH BID State of California 1 county of 1 1 =. c I I I andsays tha he or sheis es ,de67 t T#CK- N tcKoLR~sd , being first duly sworn, deposes 8 (Title) (Nameo idder) of (Name of Firm) 1 I L, I 1 the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone shall refrain from bidding that the bidder has not in any manner, directly or indirectly, sought by agreement communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to fix any overhead, profit, or cost element of advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly submitted his or her bid price or any breakdown thereof, or the conrents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I ddare under penalty of perjury that the foregoing is true and correct and that this affidavit was executed on the sday of I I I Subscribed and sworn to before me on th I (NOTARY SEAL) 2/16/94 I Bo I 8 I 1 I I I I) I I 1 I il I I 29 comer - PUBLIC WORKS This agreement is made this &day of &+> 19- d by and between the City of Carlsbad, California, a municipal co INTERWEST PACIFIC, LTD. whose prinapal place of business ti n, (hereinafter called "City"), and t is 3010 FIFTH AVENUE SAN DlEGO CA 92103 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: SIDEWALKS, PROJECT NO. 3391-2 AND MARY MONTANAS u"S 1 & 2 REPAIR WORK, PROJECT NO. 3413 I (hereinafter called "project") PLEASE NOTE: The Mar Y Montanas project work has a limited budget. The maximum amount of work per bid item is shown in its own bid list. It is required that at least a minimum of 50% of each listed item in said list will be done. The exact locations of the work will be as directed by the City's Engineering Inspector and as shown on the plans. The maximum construction budget for this portion of the contract will be $155,000. This work is in addition to the sidewalk work, Project No. 3391-2, herein. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, BiddeJs Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, the Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fXll the intent of said documents. In all instances through the life of the Contract, I 2. 3. 2/16/94 @ P 31 the City will be the interpreter of the intent of the Contract Documents, and th City's decision relative to said intent will be final and binding. Failure of th Contractor to apprise subcontractoia and materials suppliers of this condition c the Contract will not relieve respoilsibility of compliance. Pavment. For all compensation for Contractor's performance of work under thi Contract, City shall make payment to the Contractor per Section 9-3 of th Standard Specifications for Public Works Construction (SSPWC) 1991 Editior and the latest supplement, hereinafter designated "SSPWC", as issued by th Southern California Chapter of the American Public Works Association, and a amended by the Special Provisions section of this contract. The closure date fa each monthly invoice will be the 30th of each month. Invoices from th Contractor shall be submitted accoi:ding to the required City format to the City' assigned project manager no later than the 5th day of each month. Paymeni will be delayed if invoices are received after the 5th of each month. The fh retention amount shall not be released until the expiration of thirty-five (35 days following the recording of the Notice of Completion pursuant to CalifoA Civil Code Section 3184. Public Contract Code section 20104.50 requires a summary of its contents to b set forth in the terms of the contract. Below is such a summary. Howeve contractor should refer to Public Contract Code section 20104.50 for a complet statement of the law. The city shall make progress payments within 30 days after receipt of a undisputed and properly submitted payment request from a contractor on construction contract. If payment is not made within 30 days after receipt of a undisputed and properly submitted payment request, then the city shall pa interest to the contractor equivalent to the legal rate set forth in subdivision (a of section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the city shall, as soon as practicable aftf receipt, determine whether the payment request is a proper payment request. the city determines that the payment request is not proper, then the request sha be returned to the contractor as soon as practicable but not later than seven (; days after receipt. The returned request shall be accompanied by a documei setting forth in writing the reasons why the payment request was not proper. If the City fails to return the denied request within the seven (7) day time limi then the number of days available to the city to make payment without incUrrit: interest shall be reduced by the number of days by which the city exceeds tk seven (7) day return requirement. "Progress payment" includes all payments due contractors except that portion ( the final payment designated by the contract as "retention eamings". 4. 2/161! @ 1 31 IndeDendent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at 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, whether anticipated or not, in order to overcome 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 infomation furnished by City. t 5. 1 I 1 I I L, I I I I I I 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 I be borne by City. 7. Hazardous Waste or Other Unusual Conditions, If the contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Material that Contractor believes may be material that is hazardous waste, as defined in Section 251 17 of the Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class 111 disposal site in accordance with provisions of existing law. Subsurface or latent physical conditions at the site differing from those indicated. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. B. C. City shall promptly investigate the conditions, and if it finds that the conditions do materially so Mer, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. 2/16/94 BP i I a In the event that a dispute arise:; between City and Contractor whether t€ conditions materially differ, or involve hazardous waste, or cause a decrease ( increase in the contractois cost of, or time required for, performance of any pa of the work, contractor shall not be excused from any scheduled completion da provided for by the contract, but shall proceed with all work to be performe under the contract. Contractor shall retain any and all rights provided either I contract or by law which pertain to the resolution of disputes and protes between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, ordc changes, modifications and extra work by issuance of written change order Contractor shall make no change in the work without the issuance of a writte change order, and Contractor shall not be entitled to compensation for any extl work performed unless the City has issued a written change order designating ' advance the amount of additional compensation to be paid for the work. If change order deletes any work, the Contract price shall be reduced by a fair ar reasonable amount. If the parties are unable to agree on the amount 1 reduction, the work shall nevertheless proceed and the amount shall 1 determined by litigation. The only person authorized to order changes or ext work is the City Engineer. The written change order must be executed by tl City Manager or the City Council ]y.muant to Carlsbad Municipal Code Sectic 3.28.1 72. Immimition Reform and Control &. Contractor certifies he is aware of tl requirements of the Immigration Reform and Control Act of 1986 (8 US Sections 1101-1525) and has complied and will comply with these requirement including, but not limited to, veiifying the eligibility for employment of 5 agents, employees, subcontractors, and consultants that are included in th Contract. Prevailinn Wane. Pursuant to the California Labor Code, the director of t€ Department of Industrial Relations has determined the general prevailing rate ( per diem wages in accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates is on file in the office the Carlsbad City Clerk, and is intiorporated by reference herein. Pursuant California Labor Code, Section 1:775, Contractor shall pay prevailing wage Contractor shall post copies of all applicable prevailing wages on the job site Indemnification. Contractor shall assume the defense of, pay all expenses defense, and indemnify and hold harmless the City, and its officers ar employees, fiom all claims, loss, damage, injury and liability of every kind, natu and description, directly or indirectly arising from or in connection with tl performance of the Contractor or work; or from any failure or alleged failure c " 8. 9. 10. 11. 21161" @ 1 I 33 I I 1 1 I ID I I I 1 I I I @ Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise fkom or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91 403. (A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverages and minimum limits indicted herein: 1. Comprehensive General Liabilitv Insurance: f I 12. $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited'in any manner. Workers' Compensation and Employers' Liabilitv Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. 3. 1 (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. General Liability and Automobile Liability Coverages: 2416194 P 3 The City, its officials, employees and volunteers are to be covere as additional insured as respects: liability arising out of activitie performed by or OIL behalf of the Contractor; products an completed operatiom; of the contractor; premises owned, lease<: hired or borrowed by the contractor. The coverage shall contai no special limitations on the scope of protection afforded to th City, its officials, employees or volunteers. The Contractoys insurance coverage shall be primary insurance a respects the City, its officials, employees and volunteers. An insurance or self-insurance maintained by the City, its official: employees or volunteers shall be in excess of the contractor insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies sha not affect coverage provided to the City, its officials, employees c volunteers. Coverage shall state that the contractor's insurance shall appl separately to each insured against whom claim is made or suit brought, except with respect to the limits of the insurds liabili? (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims mad( basis, coverage shall be maintained for a period of three years following 12 date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by th agreement shall be endorsed to state that coverage shall not I: nonrenewed, suspended, voided, canceled, or reduced in coverage or limil except after thirty (30) days' prior written notice has been given to the Cir by certified mail, return receipt requested. 1. 2. 3. 4. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - An deductibles or self-insured retention levels must be declared to an approved by the City. At the option of the City, either: the insurer shp reduce or eliminate such deductibles or self-insured retention ievels i respects the City, its officials and employees; or the contractor shall prow a bond guaranteeing payment of losses and related investigation, clai administration and defense e:rcpenses. (F) WAIVER OF SUBROGATION - All policies of insurance required under th agreement shall contain a waiver of all rights of subrogation the insun may have or may acquire against the City or any of its officials f employees. 2/16! 64 I 35 (G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (H) ACCEPTABILlTY OF INSURERS - Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V, and are authorized to transact the business of insurance by the Insurance Commissioner under the standards specified in by the City Council in Resolution No. 91403 . VERIFICATION OF COVERAGE - Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before work commences. COST OF INSURANCE - The Cost of all insurance required under this agreement shall be included in the Contractor's bid. i. 1 I I 1 I I II, I I (I) (J) 13. Claims and Lawsuits. Contractor shall comply with the Government Tort Claims Act (Section 900 et seq of the California Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the 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 now the City by certified mail of any change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other sedty that is mutually agreed to by the Cantractor and the City may be substituted for moneies witheld to ensure performance under this Contract. 14. I I 15. 16. I B 1 1 @ 2i16P4 F 3 Provisions Reauired bv Law Deemed Inserted. Each and every provision of la. and clause required by law to be inserted in this Contract shall be deemed to 1 inserted herein and included herein, and if, through mistake or otherwise, ar such provision is not inserted, or is not correctly inserted, then upon applicatic of either partty, the Contract shall forthwith be physically amended to make suc insertion or correction. Additional Provisions. Any additional provisions of this agreement are set fofl in the "General Provisionst' or "Special Provisions" attached hereto and made part hereof. 17. 18. NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTAW ZZdJ*JT Contractor (COWRAIE SEAL) salt Dl N*Lllo&&,s&J Print Name of Signatory v S' ature of Signatory -D€%OI S€ L*=ae.F. APPROVED TO AS TO FORM: c- RONALD R. BALL City Attorney By: Title L Q ,h'M €&LEN J. HIMTA Deputy City Attorney Mayor ' V ATTEST: 2/16l @ CERTIFICATE OF ACKNOWLEDGEMENT STATE OF ARIZONA COUNTY OF MARICOPA 0 ON THIS^^^ DAY OFD/F~EFORE ME, A NOTARY PUBLIC IN AND FOR THE SAID (OR PROVED TO BE BY SATISFACWRY EVIDEN TO BE THE PERSON WHOSE~NAMELJS COUNTY, PERSONALLY AP + EARED 1SP I - 7 P , PERSONALLY KNO!dlTO ME SUBSCRIBED TO THE WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE/SHE EXECUTED THE SAME IN HIS/HER AUTHORIZED CAPACITY AND THAT BY HIS/HER SIGNATURE ON THE INSTRUMENT THE PERSON, OR THE ENTITY UPON BEHALF OF WHICH THE PERSON ACTED, EXECUTED THE INSTRUMENT. WITNESS MY HAND AND OFFICIAL SEAL: -> a 0 CERTIFICATE OF ACKNOWLEDGEMENT @ STATE OF ARIZONA COUNTY OF MARICOPA ON THIS e~d DAY OFZ~ ~S~BEFORE ME, A NOTARY PUBLIC IN AND FOR THE SAID COUNTY, PERSWY APPEARED JACK D. NICKOLAISEN, PERSONALLY KNOWN TO ME (or prove be by satisfactory evidence) TO BE THE PERSON WHOSE NAME IS SUBSCRIBED TO THE WITHIN INSTRUMENT AND ACKNOWLEDGED TO ME THAT HE EXECUTED THE SAME IN HIS AUTHOR CAPACITY AND THAT BY HIS SIGNATURE ON THE INSTRUMENT THE PERSON, OR THE ENTITY U BEHALF OF WHICH THE PERSON ACTED, EXECUTED THE INSTRUMENT. WITNESS MY HAND AND OFFICIAL SEAL: /? c,, ’ ? k- J ddc 4 -/.._-_/J I /-< dk.&;j e e 37 fji$$/&d /&* e=%? - z LABOR AND MATERIALS BOND 0 WHEREAS, the City Council of the Ci 94-178 JUNE 28, 199 , adopted of Carlsbad, State of California, by Resolution No. (hereinafter designated as the "Principal"), a T , has awarded to INTERWEST PACIFIC, LTD Contract for: SIDEWALKS, PROJECX NO. 3391-2 AND MARY MONTANM UNITS 1 & 2 REPAIR WORK, PROECX NO. 3413 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon 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. , as Principal, (h reinafter designated as the "Contractor"), and ~'fie~chw~~ &&+d$,+ d J.~~L~%.cz/ as Surety, are held firml bound unto the Ci of Carlsbad in s& of Dollars ($ 234,596-80 ----------j; said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender, 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, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor that the Surety will pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is brought upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 of the California Civil Code. NOW, THEWFOE, WE, INTERWEST PACIFIC, LTD a iL2 TWO HUNDRED THIRTY FOUR THO6SAND, FIVE HUN % RED NINETY !h% E 8011 a 2/16/94 @ 38 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3082). Surety stipulates and agrees that no change, exqension 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 contrac or to the work or to the specifications. ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 2/16/! @ e c; rJii'y ;\, r. i <ylT E <) r: AC K Nun L E liGE.ivl EN ;i' ,/*,I / S7iTA;2E uE; ARl zoiqja i; 0 u iv. 7i- y 0 j-. iVlA g 1 c u p A (j jv- 2- i-1 .L s 8th DAY UF July,l994 , fi L4 j-(jCjT$lK.y p (j f.j j, x(: !? iq ANrj E'WK THE SAlrj pU-uI\fi~-y, jpRLs(jl\\IALLy App'EJlx'EU -fi o j L;;Hwp/jp; ~vjvjij,f~. , jj E; R s cj iv-Fl L L y K i\'U ifl. h :j; 0 pi .E [ OK pKU-"-f$$ :iyj HE; rjy S&lrl,I SFA[:;iUKy i i\; s 7; H -u j - - '- -i-i h;-iJLDp:;Lqcb j :1c1 jifil, ;j:HfL ppHsO]\ . ..-.. A:.j.~~l~jKj.~~~~.'-~ ivu-E'A <ji2? ;5ij-gE,j,ly :i;H;p;K;p+;L j$ i\j&vjk;jj Ai\.j-j iS[liij~(jWi~ljj[;P~jj :rcj ME ;i' HA ;-~~., T -~i ~~ s .~ H ~ ~,l . . . . . y- &, H(J p. 'x p: <i fj:j: E i;i ;ji H fi; .w- j. :j i kl vji iu Yt5N 1. AS ,- .. ~ . E,X ~ ; .; - --~. -. k'i u'1r;LB i'i; L1 0 0 3?6? "19-194 tlEINE-MILES INSURANCE INC. Merchants Bonding Company POWER OF ATTORNEY (Mutual) 0 Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa. hath made, constituted and appointed, and does by these presents make, constitute and appoint >>:.X?. .IERO,ME MTLES**KENNETH E. HEINE**JERI LYNN "HOMPSON**CLME B. MARSHAI,L<<< >>><<c )i><<< of PHOENIX and State of AZ its true and lawful Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety: >>>FIVE HUNDRED THOUSAND D0LLARS($500~000.00)<<< and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2. SECTION 8. - The Chairman of the Board or President or any Vice Resident or Secretary shall have power and authority to appoint Attorney-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto. bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE 2, SECTION 9. - The signature of any authorized officer and the Seal ofthe Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond. undertaking. recognizance. or other suretyship obligations ofthe Company. and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY Mutual) has caused these resents to be signed by its Vice Resld t and Attest: MERCHANTS BONDING COMPANY (Mutual) Resident, and its corporate seal to be hereto affixed, this &I dayof fiugust A.D., 19 49 0 STATE OF IOWA VP+k COUNTY OF POLK as. On this 25th dayof August , 19 93 ' , before me appeared M J. Long and W.G. Brundage, to me personally known. who being by me duly sworn did say that they are Vice President and Secretarynreasurer respectively of the MERCHANTS BONDING COMPANY (Mutual). the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and axed my Official Seal, at the City of Des Moines, Iowa the day and year first above written. r(\MJyx,w ....*.*** e* .e* Y N eo **. 0. Q." *.**.., c % : P.* : ;IOWA j : or**. ......-a i%w i STATE OF IOWA : r; =.o ; NMUy Public. Pdk Cwnty, Iowa My Commrssron Expins 11 495 '= % r :* ***e ....*. **. 4ew .... COUNTY OF POLK us. I, M.J. Long, Vice President ofthe MERCHANTS BONDING COMPANY (Mutual), do hereby certifyWthe.above and foregoing is a true and correct copy of the POWER OF AlTORNEY, executed by said M-TDING COMPANY (Mutual), which is still m force and effect. t au,... ...:FK... . e.. .&;PO&.. 4 Fb3TiX :'%:.'G. *<:.?e.. * *.' c In Wmess Whereof, I have hereunto set my hand and affixed the seal. of the Company, at this 8th day of July 19, 94 $2 <+ 19. , , .) 3' 0 I -' . &' ... ..' ,A 9 *** ... * ** nis power of -may wires December 31,1885. \. MB 96 ,fjgddJ>b. c/q-- 7G2 39 In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this Executed by SURETY this 2!?& day of * day of 4TP , 19@ x-e A# ,19e. CONTRACTOR: SURETY: /? ‘,s. /flZdCH4d13 ad&/;y‘cj, Lz+..fl4yi aAAc & JKAk -- I_ d&fPA.,jeJT g ;?dk/ lGa LA/: (Name of Contractor) (Name of Surety) sp &2*2J&. &&&%k AHJ5 - #P9&eCj/3#+ 8Q 3 “kqk, &c5.?Q./& /a - (sign here) (Address of Sur6ty) c> 4- &. -D * bJ rclL0 LAI$&4 4cGz- /,Ad - 002z (print name here) (Telephone Number of Surety) L(hrd zr<McsT PAC,+,~ Lt-0 By: (title and organization of signatory) e By: arpulsf- L* 7. (attach corporate resolution showing current power of attorney) (print name here) L(‘PW?+ - (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: e--+ g; /LA KAREN J. HIRAT Deputy City Attorney * 2/16/94 @ 40 FAITHFUL PERFOFW.ANLX/VVARRANTY BOND REAS, the City Council of the City of Carlsbad, Stat adopted JUNE 28, 1994 (hereinafter designa MONTANAS UNITS 1 & Contract Doc ce and warranty of saic Contract; NOW, THEREFORE, WE, (hereinafter designated as ourselves, OUT he THE CONDITION OF TH that if the above bounden Contractoi or assigns, shd in all things stand to ani covenants, conditions, and agreement of Carlsbad, its offic ein stipulated, then this obligatio full force and effect. y’s fees, incurred by the City in succ y enforcing such obligatio1 2/16r @ JUL 06'94 13:44 N0.008 p PURCHASING ID :4341987 1' /I/&, CY- 7Q5Q/ 40 FAITHPULP E€U?OWCWVVm BONQ WEREAS, the City Council of the City of Carlsbad, State o€ California, by Resolution No. 94-178, adopted June 28, 1994 , has awarded to INTERWEST PACIFIC, LTO. , (hereinafter designated as the "PrinCipal'T, a Contract for: e SJDEWALIG, PRWCI' NO. 3391-2 AND MARY MONTANAS - 1 & 2 REPNR WORK, PROJECT NO. 3415 h the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Wlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has execured or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; Dollars($469,193.60 1, said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to city or its certain atrorney, 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 CONDITEON OF THIS OBLlGATlON IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successor^ 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 Contracr and any alteration thereof made as therein provided on their part, t9 be kept and performed at rhe time and in the Manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carfsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as cosrs and included in any judgment rendered. Surety stipulates and agtees that no change, extension of time, alterafion ar addidon to the rems of the Contract, or to the work ta be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive 2IlQ94 0 a @ B*/& /do. CM-2 41 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 Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this #d 1 I Executed by SURETY this dZ& , 19 day of ? SURETY: day Of + l9 zo 1 1 I 1 I D Dm I 1 D I CONTRACTOR flL2&/4Ty- &AkLd3 dMpd?> (Name of Surety) I 3At-/L p . td L LPLO L R r S &-Id &OZ- y*rng&zL (print name here) (Telephone of Surety) P,- &3%&&0 p QG&M ~ kP. By: (title and organization of signatory) By: PJ7me /?%&a Printed name of Attorney-in-Fact (attach corporate resolution showing current power of attorney) 3€r-uIS€- L \ -a?d& (print name here) ue &&&&?- 94s 1 (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) ('President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R BALL 9 i &d!--2u KAREN J. HERATA v Deputy City Attorney 2/16/94 Iii I BP City of Grlsbad Purchasing Department Representation and Certification The following representation and certification are to be completed, signed and returned with proposi REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) I am currently certified by: Cdr/ Certification #: CT- o 1 ;;z I 7cc CERTIFlCATiON OF BUSINESS REPRESENTATION(S) : Mark all applicable blanks. This offeror repre! part of this offer that: This firm is J. is not an business. This firm is , is not /+ aM owned business. WOMAN-OWNED BUSINESS: A worn business is a business of which at least 51 I owned, controlled and operated by a woman c Controlled is defined as exercising the powei policy decisions. Operation is defined a? involved in the day-today management. DEFINITIONS: MINORITY BUSINESS ENTERPRISE: 'Minority Business' is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (Le. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (Le., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. &G#&ZiC* LrD - 3;LL 3. #ql &KOLA1 Sd TZSS 1 P0.a- WdE 5G-ii~rn7- F COMPANY NAME 36f6 FiFd &UP* ADDRESS L& - 4 Sd D/cG.d & 92/63 CITY,STATE AND ZIP 61q- 299- a>u TELEPHONE NUMBER 2JW e3 -0 (:t<;R'l'j t: j.(-:J\'l'P; 01p ;4i, (. ji,q I-, p; 1 j[, p;p] p; i\ '1' s iliU 'I' tt; or: AH -I [ . . ' '1 (.JN A c;cj ij (\i ;,: ;y i j p i"jAH I c;tj pA p;EF(,jRp; yit.,; , '4 iqc',:j',AH'y. r. ' ,. JUlY,M I . JkJH.lLJI~3 lhl CjpJ q'Ff:is 8th -oA&Y [jr A iL; Jj E: u -e :i; H fi;; s /, J i j (-s'o [j iv. y :k' , PfilHSOiuAL,LY APPEAKhlu Is. dk;KWiE iviL.i.,ES, pEHSONALi.,.y. [(-,..~ jurJw,\j ,. :jyj i"i,E [ [;)K pp(j-"+;) :1yj tjy; jjy ~~~;i~i:~~~:~~~:,i-~~j.K.~: E\j1,ijk;i\icp; j 'iij i<~ 2i:kjk; i'i.;)jS(;)iy h!H:1 ~.;:~t,:~~~~~i:k.;j~~ 1.; i,,! 1 i j : f-1 i i< i [\ S TI,', k< (j pi b; [\i 'j,; /is .. A:];cj.:< jH N b-;.y' - 1 (1 - i;.bj<::j 1 (:, p S L,, (1 b.'j'y : i5 k f( K i.; i , i ,\ iuAi4b;i:i ANI) ~~[~i~iu~~i.~i,~;i.j~~~ij 'iYj iViE :j-??k,:l.. :r'-H't.; L~cjp.k;rj~',y t. ..ft.<-,( '".i ' 1'1; 8~ I, , j'l'?,LJ __/--., e a 37C,? ';i)'lY4 HEINE-NLES INSURANCE WC. Merchants Bonding Company (Mutual) 0 POWER OF ATORNEY Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the State of Iowa. and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does b these resents make constitute and a :,';.>a. .l$RO% 8LES**KENNE?H E. HEINE**J%?i?Y" THCWSON**CLYDE 8. MARSHALL<<< >>><<< Y>><<< of PHOENIX andstateof AZ its true and lawful Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety: >>>FIVE HUNDRED THOUSAND DOLLARS($SOO~OOO.OO)<<< and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the authority herein given, are hereby ratified and confirmed. This Pawer-ot-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2, SECTION 8. - The Chairman of the Board or Resident or any Vice Resident or Secretary shall have power and authority to appoint Attorney-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Companythereto, bondsand undertakings, recognizances, contractsof indemnityand otherwritingsobligatory inthe naturethereof. ARTICLE 2. SECTION 9. - The signature of any authorized officer and the Seal ofthe Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. 82; and In Witness Whereof, MERCHANTS BONDING COMPANY Mutual) has caused these esents to be signed by its Vice Pres A.D., 19 President, and its corporate seal to be hereto affixed, this &h Attest: MERCHANTS BONDING COMPANY (Mutual) dayof &Ut 0 STATE OF IOWA Veh+f COUNTY OF POLK 19. On this 25th dwof August , 19 93 . before me appeared M.J. Long and W.G. Brundage, to me personally known, who being by me duly worn did say that they are Vice President and Secretarynreasurer respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first above written. *..-*-* .* ,LY N **- -w ** 0.. : e ..**...yo ** Or" ....... *5*v : P .*- : +; *..e : Notary Public. Polk Counfy. Iowa : ;IOWA i : My cOmm16.9mn Explms 11-4-95 : % t :- : -** -.* .*- STATEOFIOWA ** 'RIAL ** COUNTYOFPOLK M. I, M.J. Long, Vice ResidentoftheMERCHANTS BONDINGCOMPANY (Muhral),doherebycertifytfiatthg.abveand foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said MF$WDING COMPANY (Mutual). which is still m force and effect. . de,.-' ... u.T;c... **&:.Q P 0 /i', . 4 In Wttness Whereof, I have hereunto set my hand and affixed the seal of the Company, at m, : cc. 2 < ',q. this 8th dayof July 19194 &l, <+ 79, .. . 3' -. 0 '&. ... . ' \?**. ws power ~f anomey expies December 31,1995. ****.,..*. MB 96 Pacific Ltd. a Jack Nickolaisen, Pre 7/13/94 City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1989 Attn: Joe Frederico, Field Inspections Re: Mary Y Montanas and Sidewalks Project #3391-2 & 3413 Gentlemen, Our company has no owned or leased vehicles. The current autos being used are those of the employees, and is therefore picked up under the “nonowned auto” indicated on the certificate. The “hired auto” would provide liability coverage for any auto which we would need to rent for this project. Based on our operations, we feel that we have complete automobile coverage at this time. If you need further information, please contact our agent, Mr. Dick Fairchild of the Lawrence Group at a 619-235-6301. &y7 6 Ja D. Nickolaisen e 3010 5th Avenue San Diego * California * 92103 ENCE UNITED CORP. DIEGO CA 92138 BOX 80187 NTERWEST PACIFIC, LTD. 010 5TH AVENUE AN DIEGO, CA 92103 R'S 8. CONTRACTOR'S PAOT ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS CITY OF CARLSBAD CARLSBAD CA 92008-1989 1200 CARLSBAD VILLAGE DR I-EFT. R4m4xmPTm~mm~x&~x Must Be Completed ENDT. NO. POLICY NO. 102168596 Complete Only When This Endorsement Is Not Prepared with the Policy Or Is Not to be Effective with the Policy ISSUED TO EFFECTIVE DATE ON THIS ENDORSEMENT INTERWEST PACIFIC, LTD. 7/5/94 I --I ~ ~~----.- _...__...._ I ! ! Date: July 13, 1994 TI : bian :/ Ihte west Pacific, Inc. 0 I F.x# a t (819)297-3013 . (i cluding cover) 4 R4 i. : t 4 I P&Je # : Fdom i Jpy dabinson I L'awrdnce United Corporation Insu3ance Agency of Southern California City,of Carlsbad Certificate b 4 ~+r Diane: P&r our cabve#satian today we are not able to issue a c+rtificate' af insurance with limy auto," as this coverage is nqt currently dravided under the automobile policy. Due to the fact thht'there are no Dwned automobiles it is also not adailable.b'y F&nk Glynn. P~I: my convefsation with Ruth Fletcher in the purchasing department pf the Clty of Carlsbad you need to advise the c$ty, in wrjtidg, along with the certificate, that the firm bas no owneh.0: leased automobiles. The current autos being u&ed are thpse of the employees, and this is therefore,picked u$ under th,e 'fnonowned auto" indicated on the certificate. TFe ''hired r auto" would provide liability coverage for any ayto which ydu would need to rent for this project. Therefore, basqd on your operations, Interwest Pacific, Inca h 8 campletie B tomobile coverage at this time. Ween this ib:fo ,mation is received by Ruth she will then pass .tFie by the; ci$y attorney far approval. Should there be any further que:stigns at that time please contact Dick Fairchild Stricerely, I! I 0 !. 1 :t o$ me. i I &@*cF Jo o inson, count Executive I I 1 If YOU DO NOTIRECEIVE THE TOTAL NUMBER OF PAGES INDICATED (619)233-0340 ! ,ABOVE PLEASE^ CALL (619)235-6301. our Facsimile # is i i i .I i i I e STATE INSURANCE P.O. BOX 420807, SAN FRANCISCO, CA 941 42-0807 COMPENSATION * Fu N D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE *ltijLY 12, 2.994 POLICY NUMBER: 1258075 - $14 CERTIFICATE EXPIRES: 8-1-95 r CITY OF CARLSBAD ATTN : BlfXLDIEIG DEPARTHENT %2rjCf CARLSSAD VLG DR CARLSBAD CA $2068 L168 : NARY Y . ~~I~~~AN~~ d 81 DEWALKS PRffJECTZ L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. __ e &LE? - EMPLOYER r e ENTERNEST PACIFf;C LfD P 0 BfSX 479 DEL HAR 614 92024 NR L SClF 10262 (REV. 10-86) I 1 1 I OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSlTS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City'' and whose address is t hereinafter called "Contractor" and whose address is I hereinafter called "Escrow Agent." 1 as follows: For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree Pursuant to Section 22300 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the owner shall make payments of the retention earnings directly to the escrow agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall now the City within 10 days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the contract between the City and Contractor. Securities shall be held in the name of the , and shall designate the Contractor as the beneficial owner. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld fiom progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and 1. I I c 1 1 1 I I 1 1 in the amount of 2. 1 amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the escrow agent shall hold them for the benefit of the contractor until such time as the escrow created under this contract is terminated. The contractor may direct the investment of the payments into securities. AU terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the escrow agent directly. 2/16/94 49 P 4 The contractor shall be responsible for paying all fees for the expenses incurre by the Escrow Agent in administering the Escrow Account and all expenses of tk of the City. These expenses and payment terms shall be determined by the Ci? Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held i escrow and all interest earned on that interest shall be for the sole account ( Contractor and shall be subject to withdrawal by Contractor at any time and fro: time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in tl Escrow Account only by written notice to Escrow Agent accompanied by Writtc authorization from City to the Escrow Agent that City consents to the withdraw, of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default t the Contractor. Upon seven days’ written notice to the Escrow Agent from tk City of the default, the Escrow Agent shall immediately convert the sedties 1 cash and shall distribute the cash as instructed by the City. Upon receipt of written notification from the City certifying that the Contract final and complete and that the Contractor has complied with all requiremen and procedures applicable to the Contract, the Escrow Agent shall release 1 Contractor all securities and interest on deposit less escrow fees and charges ( the Escrow Account. The escrow shall be closed immediately upon disbursemei of all moneys and securities on deposit and payments of fees and charges. The Escrow Agent shall rely on the written notifications from the City and tk contractor pursuant to Sections (4) to (6), inclusive, of this agreement and tk City and Contractor shall hold Escrow Agent Mess from Escrow Agent release, conversion and disbursement of the securities and interest as set fort above. 4. 5. 6. 7. 8. 9. .... .... .... .... .... .... f... 21161 @ 45 The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title 10. 1 I 1 1 u I 1 I B 1 1 I 1 1 Name Signature Address t 1 For Contractor: Title Name Signature I Address For Escrow Agent: Title Name c Signature Address 21161’94 @ I. 4 At the time the Escrow Account is opened, the City and Contractor shall deliver to tl Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper office on the date first set forth above. For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address 2/16/! @ 47 RELEASE FORM THIS FORM SHALL BE SUBMJTTED AND APPROVED PRIOR TO APPROVAL OF MONTHLY PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges upon payment in the full amount specified all compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed work or claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ I I B 1 P 1 1 DlSPUTED WOWCLAIMS DESCRIPTION OF DISPUTED WOWCLAIM The Contractor further expressly waives and releases any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as disputed work/claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period will be paid according to Public Contract Code Section 20104.50 and Business and Professions Code Section 7108.5 and that the parties signing below on behalf of Contractor have express authority to execute this AMOUNT CLAIMED JOR ESTIMATE) I I 1 m I release. DATED: I PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) 1 1 i By: Title: By: I Title: 2/16/94 I. 8 e3 4 SPECIAL PROVISIONS PART I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLJC WORKS CONSTRUCXON SECTION 1-1 TERMS. DEFINITIONS. ABBREWATIONS AND SyMBOLs: Modify Section of SSPWC as follows: To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," 'kcheduled," or words of simil import are used, it shall be understood that reference is made to the plans accompanyh these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, shall be understood that the direction, designation or selection of the Engineer is intende unless stated otherwise. The word "required" and words of similar import shall 1 understood to mean "as required to properly complete the work as required and approved by the Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar impc are used, it shall be understood such words are followed by the expression "in the opinic of the Engineer," unless otherwise stated. Where the words "approved," "approva "acceptance," or words of similar import are used, it shall be understood that the approv: acceptance, or similar import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expens shall perform all operations, labor, tools and equipment, and further, including tl furnishing and installing of materials that are indicated, specified or required to mean th the Contractor, at her/his expense, shall Wsh and install the work, complete in place ar ready to use, including furnishing of necessary labor, materials, tools, equipment, ar transportation. 2/16/ @ 1 I 1 I 4 I 1, follows: 1 1 I B 8 1. 1 1 49 1-2 DEFINITIONS Mow Section 1-2 as follows: Agency - the City of Carlsbad Eugineer - the City Engineer for the City of Carlsbad Owner Operator - Any person who operates equipment or tools used in completing the work who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Own organization - When used in Section 2-3.1 - Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administered, as applicable, by the Contractor. When used in Section 2-3.1 - Construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of these contract documents. SECTION 2 - SCOPE AND CONTROL OF THE WORK: Modify Section 2 of SSPWC as t I 1 2-3.1 GENERAL, eighth paragraph Except as specified in this section the Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract price. Within the meaning of this section Contract work shall include all of the elements used to complete the construction of discrete portions of the Work. A discrete portion of the work is a single bid item and all of the costs associated with the labor, equipment and materials used to construct or install the bid item. The individual components of labor, equipment or materials that are used to construct or install a bid item are not severable. For determining the percentage of work performed the value of a bid item shall be the contract unit price extended by the quantity of units completed. The performance of the actual labor involved in the installation or construction of an item is the principal indicator of what force the work is performed by. As an example, the individual cost of a material can not be separated from the cost of the labor necessary to construct or install the material when computing the percentage of Contract work performed by the Contractor's own forces. U16194 @ I. I Add the following: 2-3.3 SUBCONTRACTOR ITEMS OF WORK where a bid item or any portion of a bid item of the Work is subcontracted the amount the subcontract shall include all labor, materials and equipment required to complete tl subcontracted bid item or portion of the item designated. Where only a portion of a b item is subcontracted the Bidder shall stipulate in the bid documents what portion of tl work required to complete the bid item is to be performed by subcontract and what portic the Bidder proposes to perform. The value of material incorporated in any subcontractc bid item that is supplied by the Contractor shall not be included as any part of the portic of the Work that the Contractor is required to perform with its own forces. Add the following: 2-3.4 PENALTIES AND REMEDES Should the Contractor fail to adhere to the provisions of Section 2-3.3 preceding the Ci may at its sole option elect to cancel the contract or to deduct an amount equal to 1 percent of the value of the work performed in contravention of said sections from paymen that would otherwise be due to the Contractor all in accordance with section 4110 of tl California Public Contracts Code. 24 CONTRACTBONDS Delete the third sentence of the first paragraph having to do with a surety being listed the latest revision of US. Department of Treasury Circular 570. Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bo1 (labor and materials bond) for this contract. The faithful performance/warranty bond shi be in the amount of 100 percent of the contract price and the payment bond shall be the amount of 50 percent of the contract price. Both bonds shall extend in full force an effect and be retained by the city during the course of this project until they are releasc according to the provisions of this section. The faiW performance/warranty bond will be reduced to 25 percent of the origin amount 35 days after recordation of the Notice of Completion and will remain in full fori and effect for the one year warranty period and until all warranty repairs are completc to the satisfaction of the city engineer. 21161 a9 I I 51 The payment bond shall be released six months plus 35 days after recordation of the Notice of Completion if all claims have been paid. Add the following: AU bonds are to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. t I B 1 1 2-5 PLANS AND SPEQmcATToNS To Section 2-5.1, General, add: The specifications for the work include the Standard St>ecifications for Public Works Construction, (SSPWC), 1991 Edition, and the 1992 supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association; and as amended by the Special Provisions section of this contract; City of Carlsbad Standard Special Provisions for construction; Caltrans Standard Specifications (July 1992), as modified in the special provisions, for traffic control plans, signing and striping plans, traffic signal plans, pedestrian ramps and rip rap; Carlsbad Municipal Water District Rules and Regulations for Construction of Public Potable Water Mains (October 1993); City of Carlsbad Standard Sewer System Design Criteria, (revised May 1993), and as amended by the Special Provisions section of this contract. The Construction Plans consist of 20 sheet(s) designated as City of Carlsbad Drawing No. 336-1. The standard drawings utilized for this project are contained in the May 1992 edition of the San Dieao Area Renional Standard Drawings, hereinafter designated SDRS, as published by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings, Carlsbad Municipal Water District Standard Drawings for Public Potable Water Mains, Carlsbad Municipal Water District Standard Sewer Systems, and Caltrans Standard Plans (1992). Copies of pertinent standard drawings are enclosed with these documents. I 1 m 1 I I I m I I 1 2-5.3 %OD Drawinffs: Adding the following to Section 2-5.3; When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that he has reviewed, checked and approved the Shop Drawings and that they are in conformance With the requirements of the Contract Documents. The following Contractor's certification shall appear on all submittals: 2/16/94 @ P I "It is hereby certified that the (equipment, material) shown and marked in tl submittal is that proposed to be incorporated into this Project, is in complian with the Contract Documents, can be installed in the allocated spaces, and submitted for approval. Certified by: Date I1 To Section 2-5, add: 2-5.4 Record Drawinns: The Contractor shall provide and keep up-to-date a complete "as-built" record set 1 transpm~ sepias, which shall be corrected daily and show every change from the origin drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmer: underground piping, valves, and all other work not visible at surface grade. Prints for th purpose may be obtained from the City at cost. This set of drawings shall be kept on tl job and shall be used only as a record set and shall be delivered to the Engineer upc completion of the work. 2-6 Work to be Done: Add the following paragraphs to Section 2-6: Materials, supplies or equipment to be incorporated into the work shall not be purchasc by the Contractor or the Subcontractor subject to a chattel mortgage or under a condition sale contract or other agreement by which an interest is retained by the seller. Whenever under this Agreement it is provided that the Contractor shall furnish materia or manufactured articles, or shall do Work for which no detailed specifications are sc forth, the materials or manufactured articles shall be of the best grade in quality an workmanship obtainable in the market from firms of established good reputation, or, if nc ordinarily carried in stock, shall conform to the usual standards for first class materials ( articles of the kind required, with due consideration of the use to which they are to be pu In general, the work performed shall be in full conformity and harmony with the intent 1 secure the best standard of construction and equipment of the Work as a whole or in par All equipment, materials, and supplies to be incorporated in the Work shall be new, unle: otherwise specified. U16E a9 I 53 Add: 26.1 RECONSIRUCI' OR REPLACE Construct the "removed" item in kind, except that materials and methods shall conform to specifications. 2-9 SUWEYING: Modify Section 2.9 as follows: The Contractor shall hire and pay for the services of a land surveyor licensed in the State of California, hereinafter surveyor, to perform all work necessary for establishing control, construction staking and records research as directed by the Engineer. The surveyor shall perform all survey work, calculations and preparation of notes and exhibits associated with this project, as directed by, and to the satisfaction of, the engineer. AU survey notes, calculations and exhibits prepared by the surveyor for this project shall be provided to the engineer within ten (10) days of preparation in a form and format acceptable to the engineer. The Contractor shall provide a survey to "As-Built" locations, line and grade, of the existing improvements that are to be removed with the Mar y Montanyas survey. Two sets of field notes shall be provided to the City prior to any demolition. Two sets of grade sheets shall be provided to the City prior to work commencing in a given area. One set of field notes for all surveying required herein shall be provided to the City within ten days of performing the survey. Two sets of grade sheets shall be provided to the City prior to work commencing in a given area. One set of field notes for all surveying required herein shall be provided to the City within ten days of performing the survey. The minimum survey requirements are as follows: Stakes shall be set at 50 foot intervals as measured along the project stationing unless a lesser interval is specified herein. Rough sub-grade stakes on slopes shall be set at top of cut, toe of fill, or slope catch point and crown line where no median exists. Large slopes shall have a line point set to aid in i II I B ' I 1 I 1 1 1, D I construction of the slope. I curb. D Rough sub-grade stakes for roadway section shall be set at edge of pavement and top of Finish sub-grade stakes for sub-base base for the roadway section shall be set at edge of pavement and top of curb. 2/16194 I. @ I r Finish sub-grade stakes for the aggregate base for the roadway section shall be at 25-fo intervals at edge of pavement and top of curb and crown line where no median exis1 Intermediate stakes between edge of pavement and top of curb shall be set at 15-fo intervals by either the surveyor or Contractor. Finish rock grade stakes shall be at 25-foot intervals at top of cub, edge of pavement, ax all crown lines and grade breaks. Intermediate stakes between edge of pavement and tc of curb shall be set at 15-foot intervals. Storm drain staking shall be done at 25-foot intervals. Catch basins shall be staked centerline and each end of the local depression. Curbs/curbs and gutter shall be staked at 25-foot intervals, center line of driveways, ax 1/4, 1/2, 3/4 delta on returns. Fills to finish grade at 25-foot intervals by the paving pass width shall be painted on t; pavement prior to the first and last lift of asphalt on variable thickness pavement overla requiring leveling courses. Paving pass width shall be as approved by the Engine( Intersections showing specific finished asphalt grids shall be painted per the grid. Add the followinz 2-12 CROSS SECTION DATA Cross sections at 50 foot nominal spacing are available for inspection at the office of tl Engineer. The cross sections consist of 4 sheets of varying size. Copies of the cro sections can be made at the Bidder's request and expense by a bonded blue print firm th has been approved by the Agency. Vellum originals of the cross sections may be held I longer than 4 hours by the bonded blue print company. Any additional cross section da shall be obtained by the Bidder or the Contractor at their own expense. The cross sectioi were prepared for the Agency's use as a design tool. No representation is made as to tl suitability of the cross sections for any use by the Bidder or Contractor. No representatic as to the accuracy or completeness of the cross sections is made by the Agency. The crc sections shall not be used to substitute for the survey requirements of section 300-2 SSPWC as modified by the special provisions of the contract documents. The cross sectio may be used by the Agency to review information provided by the Contractor. Bidders sll the Contractor are urged to verify the suitability of the cross section data for t purpose(s) that they may use it. This does not apply to the Mar y Montanas project. U161 @ I R II i 1 1 i 55 SECI'ION 4 - CONTROL OF MA- - Modify Section 4 of SSPWC as follows: 1 MATERIALSAND WORKMANSHLP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative. The Engineer shall have free access to any or all parts of work at any time. Contractor shall furnish Engineer with such information as may be necessary to keep berm fully infomaed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor fiom any obligation to fulfill this Contract. Mom Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not liunish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: 4-1.9 Nonconforming Work The Contractor shall remove and replace any work not conforming to the plans or spedfications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. t+ I b I 1 1 l 1 1 R 1 U16194 @ P C . SECTION 5 - UTILITCES: Modify Section 5 of SSPWC as follows: 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known record endeavored to locate and indicate on the Plans, all utilities which exist within the limi of the work. However, the accuracy of completeness of the utilities indicated on the Pla is not guaranteed. The Contractor shall no* the following agencies forty-eight (4i hours prior to construction: San Diego Gas & Electric 438-6200 Pacific Telephone 489-3441 Underground Service Alert 1-800-4224133 Daniels Cable Vision 438-5241 Carlsbad Municipal Water District 438-3367 City of Carlsbad Inspection Department 438-3891 54 RELOCATION Add: All existing sewer and water laterals, sewer cleanouts, and water meters within scope ( this work shall be located and protected by the contractor during construction. Tho: water meters noted for relocation, and any sewer or water laterals or water meters show or not shown on these plans that may be in conflict with sidewalk construction, shall 1 relocated, to back of sidewalk set to grade horizontally set to grade horizontally ar vertically, per Carlsbad Municipal Water District Standard Drawing No. W-3 and/or Nl s-7. All utilities (power poles, valves, laterals, risers, etc.) within the public right-of-way th< are noted for relocation or found by the contractor to require relocation will be relocatc by the applicable utility company. The temporary or permanent relocation or alteration of utilities, including servic connection, desired by the Contractor for hisher own convenience shall be the Contractor own responsibility, and the Contractor shall make all arrangements regarding such WOI at no cost to the City. If delays occur due to utilities relocations which were not show on the Plans, it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties 1 relocate utilities which interfere with the construction, the Contractor, upon request to t€ City, may be permitted to temporarily omit the portion of work affected by the utility. ll portion thus omitted shall be constructed by the Contractor immediately following tl 2/161? @ 1 I I 1 I 57 relocation of the utility involved unless otherwise directed by the City. No additional payment shall be due the contractor as a result of each delay. SECXION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF WORK: Mod@ Section 6 of SSPWC as follows: t 6-7 TIME OF COMPLETlON The Contractor shall begin work within 15 calendar days after receipt of the "Notice to Proceed and shall diligently prosecute the work to completion within 40 working days after the date of the Notice to Proceed, exclusive of the maintenance period. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. and 4:OO p.m., from Mondays through Fridays. The contractor shall obtain the approval of the Engineer to work outside the hours stated herein. Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least 2 working days prior to such work. The Contractor shall pay the inspection costs of such work. I I m m 6-8 COMPLETION AND ACCXPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor, at his expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 1 1 1 D 1 1 I R 6-9 LIOUIDATED DAMAGES Mow this section as follows: If the completion date is not met, the contractor will be assessed the sum of Four Hundred Fifty Dollars ($450.00) per day for each calendar day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. 2/16/94 @ Di I SECTION 7 - RESPONSIBILITIES OF CONTRACTOR Modify Section 7 of SSPWC follows: 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide at least A-:V and are authorized to conduct business in the state of California and are list1 in the official publication of the Department of Insurance of the State of Califonria. 74 WORKERS COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in tl state of California and are listed in the official publication of the Department of Insuran of the State of California. Policies issued by the State Compensation Fund meet tl requirement for workers' compensation insurance. 7-7 COOPERATION AND COLLATERAL WORK Add: SDG&E, Pacific Telephone Company, and others will be installing, relocating, repairing ar maintaining their respective facilities and the Contractor shall cooperate in coordinat5 and allowing access to the work site. The Contractor shall cooperate with these organizations and their respective personnel ar Contractors. The Contractor shall coordinate its work and operations so as to minimi interference and shall allow access through the work site to adjacent areas. No claims for additional compensation will be allowed for this cooperative and collater work or any delays resulting therefrom. The Contractor's representative shall attend bi-weekly construction coordination meetin, at such times and locations as the Engineer shall direct. No separate payment for the meetings will be made. 7-8 PROJECT SlTE MAINTENANCE To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed twenty four (24) hours a day, seven (7) dq a week, and at the City's request. 21161 @ I I I I I 59 Add the following to Section 7-8: To Section 7-8.5 Temporary Light, Power and Water, add: The Contractor shall obtain a construction meter for water utilized during construction under this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall include the cost of water and meter rental within the appropriate items of the proposal. No separate payment will be made. 7-8.8 Noise Control 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. t I I 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Modify this section as follows: When a portion of a sprinkler system within the right-of-way must be removed, the balance of the system shall remain operational. Existing facilities may be salvaged and reused with u b the EngheeJs approval. u -10 PUBLlC C0"cE AND SAFETY :-IO3 Street Closures. Detours, Barricades. Add to the first paragraph of 7-10.3, Street Closures, Detours, Barricades. The Contractor shall conduct a prephase site construction meeting with the Engineer. The prephase site construction meeting shall be set up to the satisfaction and subject to the approval of the Engineer and conducted by the Contractor prior to the beginning of work on each major work phase. These meetings are intended to help improve the quality of construction, personnel safety on the project site, and safety of the traveling public. These meetings shall include all subcontractors connected with the particular phase. At each meeting, the Contractor shall indicate its current schedule for the phase, discuss maintenance of traffic, traffic control, project site personnel safety, compliance with the plans and specifications including quality construction, and all other pertinent subjects. The number of prephase site construction meetings will be determined at the preconstruction conference. No additional payment will be made for these meetings. I I I I I I I 2116194 @ I. 6 Traffic controls shall be in accordance with Chapter 5 of the California Department ( Transportation "Traffic Manual", and these Special Provisions. In the event that t). Contractor fails to install barricades or such other warning devices as may be required E the Engineer, the City may, at its sole option, install the warning devices and charge tl- Contractor $20/day/warning device. Traffic Control Plans (TCP) shall be submitted to the City for approval for any constructia activities for this project. Traffic control facilities shall be furnished installed and remove for the lump sum price for temporary traffic control. Street closure shall be approved in writing by the Engineer. Detour of traffic shall be j accordance with the approved traffic control plan. Street closure shall be permitted od during daylight hours. Contractor shall provide temporary measures to permit traffic t pass through the work when the detour plan is not in effect. ADD: 7-10.3.1 Maintaining Traffic Attention is directed to Sections 7-10 SSPWC "Public Convenience and Safety". Nothing j these special provisions shall be construed as relieving the Contractor from h responsibility as provided in said Section 7-10. If illuminated traffic cones rather than post-type delineators, are used during the hours ( darkness they shall be affixed or covered with reflective cone sleeves as specified j Caltrans Standard Specifications, except the sleeves shall be 7 inches long. Lane closures shall conform to the provisions in Section 7-10.3.3 entitled "Traffic Contrc System for Lane Closure." All construction traffic control devices shall be maintained in good order and according 1 the plan throughout the duration of work. 7-10.3.2 Traffic Control System for Lane Closure A traffic control system shall consist of closing traffic lanes in accordance with the detai shown on the approved traffic control plan, Caltrans Manual of Traffic Controls fc Construction and Maintenance Work Zones (1990) and provisions under "Mahtahk Traffic" or elsewhere in these special provisions. The provisions in this section will not relieve the Contractor from his responsibility t provide such additional devices or take such measures as may be necessary to maintaj public safety. 21161 @ I 1 D I 1 I I 1 61 During the hours of darkness, as defined in Division 1, Section 280, of the Vehicle Code, portable signs shown on the plans to be illuminated shall be, at the option of the Contractor, either illuminated signs in conformance with the provisions in Section 12- 3.06B, "Portable Signs," of the Calm Standard Specifications; or Reflexite vinyl microprism reflective sheeting signs; or 3M high intensity reflectorized sheeting on alhum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens retro- reflective sheeting signs; or equal. If any component in the traffic control system is displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. When lane closures are made for work periods only at the end of each work period, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. The contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs), materials (including signs), tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans, and as specified in these special provisions, and as directed by the Engineer. Flagging costs will be paid for as a part of the Lump Sum Amount for 'Traffic Control." Progress payment for "traffic control" will be based on the percentage of the improvement work completed. 7-10.3.3 Traffic Control for Traffic Striping During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System For Lane Closure" of these special provisions, or by use of an alternate traffic control plan proposed by the Contractor and approved by the City of Carlsbad. The Contractor shall not start traffic striping operations using an alternate plan until he has submitted his plan to the Engineer and has received the Engineer's written approval of said plan. t )) I I ' D I I I I Full compensation for providing traffic control for applying traffic stripes and pavement markers with bituminous adhesive shall be considered as included in the contract lump sum price paid for temporary traffic control system and no separate payment will be made therefor. 2/16/94 @ P e Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safetv and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the WOI and shall comply with all applicable provisions of Federal, State and Municipal safety lav and building codes to prevent accidents or injury to persons on, about, or adjacent to tl premises where the work is being performed. He/she shall erect and properly maintain all time, as required by the conditions and progress of the work, all necessary safeguart for the protection of workers and public, and shall use danger signs warning again hazards created by such features of construction as protruding nails, hoists, well holes, ar falling materials. 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation an Grading. 8 FAcIllTIES FOR AGENCY PERSONNEL Delete this section. U1615 @ 1 I I I I I I 6 PART XI. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSIRUmON FOR CON!iXRUCTION MAlXIUALS If 200-2 UNTREATEg BASE MATERIAL Untreated base material shall conform to Section 26-1.02 of the Caltrans Specificatiom Class I1 aggregate base. 201-1 PORTLAND CEMFiNT CONCRETE I 201-1 General. Modify Section 201-1 of the SSPWC as follows: Mow Section 201-1.2.4, Admixtures as follows: (b) Air-entraining Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is allowed. The air content of freshly mixed concrete will be determined California Test Method No. 504." 201 -1 -4 Job Site Mixing. Job site mixing will not be permitted except as followed pursuant to Subsection 201-1.4 of the SSPWC or as otherwise authorized by the Engineer. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmasteis certificate: "Transit mixed concrete may be certified by mix design number, provided a copy of the mix proportions is kept on file at the plant location for a period of 4 years after the use of the mix." 201-3.3 Expansion Joint Filler and Joint Sealants. Delete Section 201-3.3, Polystyrene Joint Filler, in its entirety. 203-6 and 4004 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000 for surface course, and B-AR 4000 for base course. Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete 'land from the Engineer's field laboratory." b I I I I 1 I I I 2/16/94 t@ & Last paragraph, add after D 2172: "method A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follows: Add the following: "Open graded asphalt concrete stored in excess of 2 hours, and an; other asphalt concrete stored in excess of 18 hours, shall not be used in the work." Second paragraph, amend to read: r'Unless otherwise specified, AR4000 paving gradc asphalt shall be used for Type 111 asphaltic concrete, and AR-8000 paving grade asphal shall be used for asphalt concrete dikes." Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "The total amount of material passing the No. 200 sieve shall be determined b1 washing the material through the sieve with water. No less than 1/2 of the materk passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry sieving." Add the following paragraph: "Fine aggregate shall be tested for soundness in accordanc with ASTM D-1073, and shall not exceed fifteen percent (15%) loss by weight." Mow Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM D-2419 Test Method may be substituted for Test Method Nc Calif. 217." 210 - PAINT AND PROTECXW COATINGS: Modify Section 210 of SSPWC as follows: 210-1.6.1 Paint for Traffic Stripinn, Pavement Marking and Curb Marking. Paint for traffic striping shall be rapid dry water borne in accordance with Stat Specification No. 8010-91D-30. 212 - LANDSCAPE AND IRRIGATION MATERIALS Landscape Specification Addenda All provisions of the SSPWC shall apply PO the work as if bound herein, plus the followin: Section 212-1 Landscape Materials 211615 Bp I I I I I I 65 212-1.1.2 Class A Topsoil, add the following: After rough grading, soil samples shall be taken from enough locations on the site tc represent an adequate cross section of conditions. Soil Test shall be performed by a soil testing laboratory (pre-approved by the Engineer). The test shall indicate but not be limited to the following: I A. Organic matter content B. N, P, K C. pH D. EC E. F. Soil texture (silt, clay sand) Recommendations for amendments, leaching, and maintenance fertilization. The results and recommendations of the soil testing laboratory shall be submitted to and approved by the Engineer. The approved recommendations for amendments and backfill shall be incorporated into the landscape plans prior to the start of construction and shall become part of the approved plans. Products specified by product name by the soil lab in the recommendations may be substituted with "or equal" products approved by the I I B Engineer. I Add the following: I 212-1.4.2 Trees Root control barriers shall be fabricated from a high density and high impact plastic such as polyvinyl chloride, ABS or polyethylene and have minimum thickness of 0.06 in. The plastic shall have 1/2 - 3/4 inch high raised vertical ribs on the inner surface spaced not more than 6-8 inches apart. 212-1.5 Headers. Stakes and Ties. 212-1.5.3 Tree Stakes. Add the following: Tree stakes shall be two (2) inch diameter lodge pole pine of lengths required, pointed on end. Tree ties shall be commercially manufactured ties made from black tire casings, cut to a minimum ten (10) inch length and held in place by 12 gauge galvanized wire; or split plastic hose with a minimum length of twenty (20) inches. I 1 I I I I 2116194 t@ 6r PART m. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS FOR CONSI'RUCITON METHODS 300 EARTHWORK 300-1.3.2 Reauirements. Modify (a) Bituminous Pavement as follows: Sawcutting as shown in plans will be required at limits of bituminous pavement removah Where only the surface of existing bituminous pavement is to be removed, the method c removal shall be approved by the Engineer, and a minimum laying depth of two (2) inche of new pavement material shall be provided at the join line. The contractor shall not perform any AC or existing aggregate base removals without fin giving sufficient notice to the project inspector. Failure to give sufficient notice shall b cause for the City to refuse payment for work performed. 300-2 Unclassified Excavation. Add the following: Unclassified Excavation shall include compaction of the top one foot of subgrade in th roadway prism to 95% relative compaction. 300-2.9 Payment Mom this section as follows: Payment for all clearing and grubbing and unclassified excavation will be made at th contract lump sum price, and no additional compensation will be allowed therefore. 300-4 UNCLASSIFIED FILL. All fills shall be constructed in conformance to this sectio: except as follows: 300-4.2 Preparation of Fill Areas. Add the following to this section: Areas to receive fill, including areas over excavated as directed by the engineer, shall b scarified to a depth of 6 to 8 inches, brought to near optimum moisture conditions ani compacted to at least 90 percent relative compaction. 300-4.9 Measurement and Payment. Modify this section as follows: All costs for unclassified fill shall be included in the Lump Sum price bid for Unclassifiel Excavation and no additional compensation will be allowed therefore. 211619 @ I I I I I 1 1 I I 1 I I I I 6' 301 -1 SUBGRADE PREPARATION General. Supplement Amendments, relating thereto. Recornpaction of subgrade to a twelve inch (12") depth is an integral part of the roadwaj section (structural section and typical section) for the entire roadway except in area tc receive AX. overlays. Payment for subgrade preparation shall be included in the contraci bid price for Unclassified Excavation and shall include all operations and equipment tc compact or recompact all subgrade, either in cut areas or in fill areas, to 95% maximm dry density (ASTM-1557) and no further compensation will be allowed. Mow Section 301-1 to include the applicable portions of the Regiona I. I 302-5 ASPHALT CONCRETE PAVEMENT General. Placement of asphalt concrete pavement shall conform to Section 302-5 of the SSPWC as modified herein: 302-5.5 Distribution and Smeading. Modify this section as follows: After second sentence of sixth paragraph add: The spreading and finishing machine used to construct the asphalt concrete surface source shall be equipped with an automatic screed control for surface course paving. The automatic screed control shall be 30 feet minimum length. The paving machine shall be operated by an operator and two full-time screed men during all paving. The surface course shall be 2 inches thick. Leveling courses shall be installed in a variable thickness pavement section as directed by the Engineer. Tack coat will be required between the interface of existing pavement and new pavement and when new pavement, in the opinion of the engineer, is dirty enough to preclude bonding between successive lifts of asphalt. 302-5.6.1 Rollinn General. Mod@ this section as follows: Second paragraph, Part (2), add: Pinched joint rolling procedures shall be required, vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer. After last paragraph, add: "Unless directed by otherwise the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this Section." b ' 2116194 t@ 6 303-5 CONCRETE CURBS. WALKS. GUTIERS. CROSS GUTTERS, ALLEY INTERSECIIONS. ACCESS RAMPS AND DRIVE34AYS 303-5.1.3 Drivewav Entrances. Modify as follows: Driveways are to conform to Standard Drawing No. G14, as modified by City of Carlsba Standards for Design and Construction of Public Works Improvements. 303-5.5.5 Alley Intersections, Access Ramps, and driveways. Modify as follows: Finishing of access ramps (including pedestrian ramps) shall be as indicated on referenc drawings. Special finishing tools are required for the perimeter scoring and herringbon pattern (both left and right handed) for Caltrans ramps. Contractor shd have possessio of such tools prior to starting work. 303-5.9 Measurement and Pavment. Add the following: Curb and gutter and curb shall be considered as continuing across driveways and acce: ramps when constructed adjacent thereto. Neither curb and gutter nor curb will be paj for across the length of local depressions. 304-3 CHAINLINKFENCE 304-3.2 Fence Construction. Add the following: Where a portion of an existing fence within the right-of-way must be removed, it shall 1 reinstalled new in-kind at the property line on private property. Add the following sections: 304-5 WOODFENCES 304-5.1 General. Materials for wood fences shall conform to sub-section 204. 304-5.2 Fence Construction. Add the following: Fence construction shall be in accordance with the plans. Changes in line or grade whe: the angle of deflection is 30 degrees or more shall be considered as corners and sloi points, respectively, and corner or slope posts shall be installed at these points. 2ti6r 43 1 I 1 1 I i 111, following: 1 I I I 1 i 6 304-5.3 Installation of Gates. Add the following: The widths of any gates to be installed will be indicated in the plans or in th specifications. 304-5.4 Wood Fences. Add the following: Wood fences will be measured parallel to the ground slope along the line of the complete( fence. Full compensation for clearing the line of the fence and disposing of the resultin! material, excavating high points in the existing ground between posts, excavation an( furnishing and placing concrete footings, connecting new fences to structures and existin$ fence as shown in the plans, and all gates, posts, and hardware required, and all painting, staining and preserving shall be considered as included in the contract unit price per linea foot of fence and no additional compensation will be made therefor. 306 UNDERGROUND CONDUIT CONSIRUCITON General. Modify Section 306 as follows: t 1 I 306-1 OPEN TRENCH OPERATIONS 306-1.3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the Trench backfill shall meet City Standards. SECTION 308 - LANDSCAPE INSTALLATION I 308-1 GENERAL. Add the following: All landscaping operations shall comply with the City of Carlsbad's Landscape Manual. 308-4.5 Tree and Shrub Planting. Amend each cubic yard of backfill for planting holes with a mixture of 30# gypsum, lo# calcium carbonate lime, 1# iron sulfate and 2/3 cu. yd. organic soil amendment, blended to homogeneous mixture. I 2/16/94 I. Bb 1 Fertilizer planting tablets (21 gram size) shall be placed with each plant at the followh rates: One (1) tablet per 4" pot container Two (2) tablets per 5 gallon container After preparation of the soil in accordance with specifications, the Contractor shall pla one (1) tablet per each two (2) inches of box size container. Pruning shall be limited to the minimum necessary to remove injured twigs and brancht and to compensate for loss of roots during transplanting, but never to exceed one-tenth tl branching structure. Pruning may be done only with the approval of, and in the presen of the Engineer. Cuts over three-quarters of an inch shall be painted with an approved tr sound paint. Root control barriers shall be installed at the location shown on the plans following tl manufacturer's instructions. 308-4.6 Plant Stakinn and Guying. All boxed trees shall be installed per SDRS Drawing L-P and L-2. 308-5.4.2 Location. Elevation and SDacing Add the following: When a portion of a sprinkler system within the right-of-way must be removed, loca additional sprinkler heads as necessary to assure complete coverage of the remahi planting area. 308-7 Guarantee. Add the following: All box trees installed under the contract shall be guaranteed to live and grow for one ye from the day of hal acceptance of the contract work. Any material found to be dea missing or in poor condition during the maintenance period, shall be replaced immediate1 The Engineer shall be the sole judge as to the condition of the material. Materid foul to be dead or in poor condition within the guarantee period shall be replaced by ti Contractor at his expense within fifteen days of written notification. Replacements sh be made to the same specifications required. for the original plantings. 2/161 @ I I 1 I 1 71 SECTTON 310 - PAI"G: Modify Section 310-5 as follows: 310-5.6 paint in^. Traffic Striping. Pavement Markins, and Curb Markinns. Delete Section 310-5.6 and substitute the following: 310-5.6 Final Traffic Simhn. Stri~inn. Pavement Markinm 310-5.6.1 General. Traffic signing, striping and pavement marking shall conform to the Plans; the State of California Traffic Sign Specifications; the State of California Department of Transportation Standard Specifications Sections 56.82, 84 and 85; and the State of California Department of Transportation Traffic Manual, all as supplemented and modified herein. 310-5.7 Siming. Traffic signing shall conform to the following requirements. 310-5.7.1 General. The Contractor shall provide and install all final signs, markers and markings and delineators at locations shown on the plans and specified herein. 310-5.7.2 Sim Materials. Signs shall conform to the current requirements of Section 56 of the State of California, Department of Transportation Traffic Sign Specifications specified herein with the changes indicated. f I I 1 rn B with the following criteria: "Specifications for Reflective Sheeting Aluminum Signs" 310-5.7.3 Sim Post Materials. Telescopic steel tubing for sign posts shall be in accordance A. Materials Galvanized finish, roll formed from 12 gage (0.105 U.S.S. Gage) cold rolled steel, galvanized material ASTM Des A525 Grade A. Each face of the finished tubing shall have 7/16 inch holes spaced 1 inch on centers. I B I I I i I B. Standard Finishes Galvanized material (cold rolled steel) hot dipped galvanized coating conforming to ASTM specification A-525, Des. G-90. Comer weld is zinc after scarfing operation. 2116194 I. @ 7: C. Tolerances 1) Nominal Outside Dimension. Inches. (Outside tolerance for al sides at comers, inch 20.006. 1-1/4 X 1-1/4 2) Wall Thickness Tolerance Permissible variation in wall thickness is 0.011 - 0.006 inch. 3) Convexity and Concavity Measured in the center of the flat side, tolerance is +0.010 incl applied to the specific size determined at the comer. Sauareness of Sides and Twist Nominal Outside Squareness Twist Permissible Dimension, inches Tolerance, inch In 3 ft., inch 1-1/4 X 1-1/4 k0.007 0.050 4) 5) Strakhtness Tolerance Permissible variation in straightness is 1/6" in 3 feet. 6) Comer Radii Standard corner radius is 5/32" _t1/64" 7) Weld Flash Weld flash on comer welded square tubing shall permit 9.64 Radius gage to be placed in the comer. 8) TelescoDinq Using 10 gage (0.135) or 12 gage (0.105) square tub Consecutive size tubes shall telescope freely for ten feet. 2/16! @ I I I 1 I 1 1 I 73 9) Hole Tolerance Tolerance on hole size is 1/84' on a 7/16" hole size. Tolerance on hole spacing 1/8" is 20 feet. Tubing holes are 7/16 diameter, one inch on center, which accommodates standard 5/16" or 3/8" bolts. Cutting dimension "A" allows clearance. All comer bolts are 5/6" diameter. t 310-5.7.4 Installation of Traffic Si-. Traffic signs shall be installed at the locations shown on the plans and as specified herein. The signs shall be mounted on posts in accordance with City Standard Drawing No. 11. All fastening hardware is to be provided by the Contractor. Where possible, install signs on luminaire pole. 310-5.7.5 Pawnent. All costs for final signing shall be included in the Lump Sum price bid final for signing and striping and no additional compensation will be allowed therefore. 310-5.8 Markers and Delineators. Markers and delineators shall conform to the materials and installation requirements specified in Caltrans Standard Specifications Section 82. 310-5.9 Traffic StriDes and Pavement Markins Traffic stripes and pavement markings as indicated and required shall conform to the requirements specifled in Caltrans Standard c Specifications Section 84, except: 1. I I work; The Contractor shall layout (cat track) immediately behind installation of surface course asphalt and as the work progresses. The first coat of paint shall be done immediately upon approval of striping layout by the Engineer. The Contractor shall provide all materials required for execution of the 2. 3. 4. Delete all references to measurement and payment; Pavement striping and marking shall be applied in two coats, a minimum of seven (7) days apart, and all streets shall include raised pavement markers; temporary striping shall be applied in one (1) coat minimum. Existing pavement markings in conflict with the plans shall be removed by sandblasting by the Contractor; and B 1 1 i I 1 5. 310-5.9.1 Payment. Final striping, signage, traffic and pavement markings as indicated and required shall be included in the lump sum price bid for final signing and striping, and no additional compensation will be allowed therefore. 2/16/94 I. @ 7 Final traffic signing and striping shall be paid for at the Lump sum prices bid and sha include applicable labor, tools, equipment, materials and incidentals for doing all Work i installing the traflic signing and striping. 2/161! @ I I 1 1 I I c I 1 I I 1 I 1 7: MODIFICATIONS TO SAN DIEGO REGIONAL STANDARD DRAWINGS The Standard Drawings for the City of Carlsbad shall be comprised of the current editior; of the San Diego Area Regional Standard Drawings (SDRSD) as published by the Sar Diego Department of Transportation & as modified by the additions and substitutions listed below & the City of Carlsbad Supplemental Standards attached hereto. Modifications to the San Dieno Area Regional standard Drawinys D- t General modification; refer to City of Carlsbad Engineering Department Policy regarding installation of steps in all drainage structures. Add: Width (including 'I?) to back of sidewalk, typically 5' (not 4'3''). 1 D-2 D-20 Delete. D-27 D-40 D-70 D-75 Delete 'Type-A" Add: A maximum of three (3) combined outlets in lieu of Std. D-25. Add: 'T' dimension shall be a minimum of three (3) times size of rip rap. Minimum width shall be 6' to facilitate cleaning. 1 Add: 6" x 6 x #10 x #10 welded wire mesh, instead of stucco netting. E-1 Delete direct burial foundation. Add: The light standard shall be prestressed concrete round pole. G 1. General Modification: Minimum 6 Class I1 base material required under all curb. Concrete requirement within public right of way shall be 560-C-3250. 2. I G-3 Delete. G4 Delete . G-11 Add: Remove curb/gutter and sidewalk from score-mark to score-mark or from joint to joint or approved combination. G-12 Add: smooth trowel flow line (typical). 2/16/94 I. @ 7f G-13 Add: smooth trowel flow line (typical). G-14 Change: Residential Thickness = 5%" Commercial Thickness = 7?h" G-15 Delete requirement 3. G-26 Change: Thickness from 5%" to 71/2". Add: Minimum 4" Class I1 base material required under all curb and gutter. General: Agency shall be "City of Carkbad". Add: To be used only With specific approval of the City Engineer. General: Refer to City of Carlsbad Engineering Department Policy regardin installation of steps in all sewer manholes. Add: Type "C" shall be used for all plastic pipe. Add: The distance along the pipe between the anchors shall be 16' for 1: slopes, 18' for 1*/2:1 slopes; 20' for 2:l slopes and 24' for 3:l slopes. M M-2 S s4 s-9 S-13 Add: 5) Cleanout shall be constructed three feet (3') above rough grades. 2/16/! @ GRADE C','Ra ,?ACE -?A.NS i 7: ONS AND AffEAS SHAlL !ET E;(TE."iO ::I RETZRNS , 3R I'/CjVAYS, ALLE'? ENTRANCE:. Dii A?NY c-ii~~ i: OPEN I ?JG. SECTION PLAN SUMP SECTION LOCAL DEPRESSION R////A Y;5 W////2////////h 8 l ACK C2AT 8 A. C. 2?A'JE?dtE?,lT -- 1 --;,'a S;?"C"T 9NLY . r IA I I li.. o','E.=iA'( 79 ==E\/ j j2E S;Li@CT:- -- I ,y.AiVS i Ti ON. y--- :/ 9' C3tbiE.?!: : AL j A.3. AS FiEGi'iEE3 2Y ?:.AN =qo\/ j ,?C \&Ea;<E?jE3 ii;yE AT ' 5 I !J;1x : Jyv, ,::? 2: *- T9P GF TaANSiTiCN. 2. REMOVE CVRB, C-UTTE~ 3 SIDF!4ALK X S?CWN A2GvE. FORM AGAINST A.C. PA,'/E?nENT IF IN STZAIC-ST Cia€ AND FATCii WITk 207 MIX A.C. WITH GUTTE,;~ LIP, GTWWISE FORM ON a.c. sm - - i. A 2, \, 'C s-,~ I' . <, \ -1 \ r CUR8 FACE -- 1, A A 3' !' !Cl s [3FNCC.< 6' 36' 1 "S - , z.nS- -- ,d 25 "- , =;?E, 5LtC.CT3 FiNiS?. 3- ;!ICs !2ON P:?E{!J;>/, lu,\ -e , . , A';l#/ .!- ' ' - c " - ,-A- -. d 4vi u dl?*. ?~liN. ,~KE 1N EXISTIXG SiDFNALKS. FliL SA';i I*?! .-.orrcI\ 7 -- ='*uti. 4 IU, 'JC3 CI , _I 1- mm p-c-c c- vu I 'iVi T? \4uNL~~ i t CE CY~X\( AS EE*:U j5E) 3Y T'riE C; 7 536 !NE i NS"f3TCJR. f -A, -' ,mq, - -- ,.=r-*,i - = * 3: - --"e. I dii 2L.l#u-, 4,'. J !,-I? -1 ?-\ - 5. /uta 3t;Ncr;\! PIPE A:ND -0L: ;o 9E =;!-LE3 'NITii C2IUC?ETE, c. ,Ikl-:OX I'W -- 4- L3CATil2 3' kt\JliNIMUM 7:uM STZEET LIGnis, m- d!Y ?CCi<, c,= 2: i MIX r,E:flE>Ir :'dlOiiTA,?. --n 1 I-- -h -c - ! *l'- --- VC. -- 112 i \I"I:flAYS , ','/ATE,? ME ; ~.ys, ZLESTE I CAL , 1 LLLY~ONE, AND C. A. T 'VAULTS, FFn- ,,ZSTALS, Y AN0 POLES. . 7. i:ISTA:iL 8" SR IO" OlA. FOR NEW SiGFNALKS. 9. klAii3CX S?L.LL 9E L3CATE3 A MINIML'M 3F 5' r'8OM. FlZE fiYDRAh 9. r:~Ml i it: i 5 RESPONSISLE Fl3R DAMAGE 73 ANY AND ALL PU8LIC -c- 7"- IJTiLiTIES. [CALL SESljRE aIGGING.) MAIL BOX STANDARD \!, --- w- \IC'-=; . 6 1 t ' t' !,r ?tin 1 I-=- -c, , ,_. ,,~-, .,-, ,. _, ,.,- -t,u Lm, ,-LA: 2,F -_,I T==iji,-=c I vc- :-A -. .mL, I 5: -- C:!/lpA::E TO 9c::, 2)JC. --- ;b,+ I2" TO 3E 9z:< AND C=ZTici,Zz 3'< AN :?CY~\JE~ 7:; i. \ i ?!G i-1~~~EATZ,$'!. -r ,P - -I.---- -,-- , ,ut~~ i>JC '2'- I , -- _.. , L ; uc,;VAi~:, ---- -- 70pl?/ 7 , --.a?- 2 )j - ;, F : " TL> I I !1G LA3CsA:c,RY. I:NC,q=:= 3o3( C;C"/E=TS, <yALL 3: !SZMFACTE3 -3 $23; A,\: 7 I L- 2LtC'iV -3 z: 4",o, A?iD ,4L,y ~ , ,- ILL/ 3v ;1iu r??:; d4kW 4, , v;;t=, -c--.-,c- SrOi T- c,, . -r. -9 --- BASE ;\12-5,7 iAL$ s?A!'L eE C~,,f,,1F~~-~~ rz $z;< A:;: '"=,Ti _--- 1 - r iz) sy 2:~ Ai=C~~~,jZ.? id 7;:- 1-41 i NG LAEGE,IT~~V, poqc'j'E;# -fS- i ?!G i~~n~AA-~Ry, -~ z cpc?,? ,,,/,LA /-- -- , ,: - - ; , :JG L;sCz.?.-.'?.\' T2A,NS :L*", ICN LZ. 1 .'JLA, ?AGE 25-;, 3':'-c;SE <;s; 5. c\. "it I . ALL A$G;ife;:Tz 5L'S-ZLSE :JATE?;AiS SRAiL nc ci CLASS ; 2,s CLASS i i ?E*? i C?NS '----- j 4',.f=J -j-- ZM.., ,\,JCTE? j *1Ls T3 sE ;pFsQ\#/E3 sy c ; T'{ E)JG ;NE-: i2OM IUZVE?;I~E.? 73 FE2RUL2Y. L'NLE'SS 0"'" lIlL3WI SE A,F-XtOVE: -e- -I '7' -em-, rrp I m- iOeS E2i -:3)J. ALL QkpLz CGN. &-., 3N c 2'{ TEE -- -p-q -,,rr..r I NSPt:, I ui? 3~~tu ON ATbIOS?5E3 i C I cMPE.?ATL';IE. ;?iL ASFkALT IA'qi Nc ),fl X ')'ji LL SE AS =~3ii~~~WS: ,, ---- 79 I ME -l: ; =x ! AL >dAJOR ;?fi i cx I AL sctvN3AliiY MTE3 1 AL 3/C" MAX I !4CM CZU5Ss 3/$" MAX i MCM C2URSE S/A" MAX I MCM C3URSE 3/$" MAX : MLM CGL'RSE e--- -?"n, C2L:Z2:2!? 3/4" MAX : !vlCM C,Z;RSE ~ :4cLs-3 : Ai :;CAI- "c;L-Jt->Ai 1' 1 "! i /2" MAX ! !\KIM C3URSE I /2" MAX: MCM C3L'RSE a)!, - -.- 1/2" MAX;?dUM C3URSE - HCL, - I .'. ,,,\,.,8. ,,;*,\. ,."!,i C,L'=,E ,.., , -.e- ---. 4- 22, - .- - 3YR i YG '.iVAZzANTY ?E.= i OD OF T=ACTS OR BE'>/ELOFMENTS , XAY AS ~ Iv~~~~~~3 ay THAT OEVELOFMENT/EU I LE.?. -. 1 ,:c IC 3il I i3E3/C)Eq>JEL IS 2ES39NSIBLE &FOR ALL FiEFAi2S T13 ALL IMPROVEAEXTS IN CITY RIG: c!?IOi? TO ,=[NAl 2CbiD 2ELEASE AT END OF 'NARRANTY <?E."iiOO OF TRACTS/ OE\IELCF?AENTS, ALL ASPHALT ?AVING WILL 3E FOG SEALE3 OR SLURRY SEALE3, 2E?ENOE?4T UPON T2E CONOiTlON OF THE AS?YALT AS A C3NDIT 3F FihiAL A.CCL~;~NCE 9Y T;iE CiTY. ---, ,I r-r Li L 4"x 3"x 114" PLAN SECTION A-A 1. Hot dip galvanrra all parts afmr fabricm'on wuca &z. - RLE 19Ull vii; OAAWING WELDED STEEL GRATE FRAME NUMBER 0-13 I 2 1/2"x 318" end kn 3/16" Fillet wdd oumb bar 3rd internal bar. SECTION B SECTION C NOTES: 1. 2. 3. Weight: 141 lk Hot dip galvanize all pans after fabncatron. oimemions to Cenmrlina of ban unless othenmta noted. -- DRAINAGE STRUCTURE GRATE I I - L. h I ID -I , I .: : '. :: L. .'* . . .. 'C ' . I+ ~ - .c .. T+=p- - - . . jlp~ -::/\ .I. .- --- o... \ .I.\ 1 & &#; * .. b* & .. .. 1 1/2" axceut Mere elevatre hwn inaicata ottlenvla. - a I I" R 1/2" R . ., -:*.: g 4 \ 'b ::.'.:a';. ...". L.S.5 - -----,- - .. . .. .. .I.*. ,*;.&..;' ,-:? 0.. .. -: .. I&/ . .. -a . .* I,: .. . .b' ; i. ,. . .. _' .'.or.. . ...... .. b.:' , . .4-. . W r 1 LION TYPE G & H CUR8 I I I I I I WE i 'N sa n. I G 124'1 1.24 E H 130"l 1.61 I 'with 6- curb fan. NOTES: 1. Cantrela mall ba 5ZGC-2500. 2 Sa Stanoam Urawtng G-iO far joint details 3. Slop8 too of curb 1/4" per foot tmd mt LEGEN0 ON PUNS ammsmoEo 8'1 ruc SAN OIC~O G~ONAL numaos EDMIITTEE $z?k% =%YS ' RAWING NUMEER G-Z SAN OIEGO REGIONAL STANDARD DRAWING cone. on I BVI ~00- I Oam iqma 1- Nom 3 m . U ,+ 17-9B II I ~ . CURB AND GUTTER - COMBINED 11 I I I NON-CONTIGUOUS Wwkenao PTana Joint I I i CONTIGUOUS 1. Conurn shall he 5211-C-ZSOO. 2 Sea Standard Onvrtnq G-3 and G-10 for joint detaik LEGEND aN PLANS WUP4 1; - R.LE. 1- - I I I I I I I I. b I I I I I I I 1 - NOTES 1. hUanQan Joinn-at arb nmrnr. adiacant to mucrum and at 45' intrnrau 2 Weakened Rani loinn-- ar mid point of arm mmm, when nquina. 3. 114" Warn --with 1/4" radius edgo at 5' in- (Ser Standard Oramng G-IO). and at 15' h?Wt fmm P.CL3.f (Sea Standard Orawing G-10). Revision !8vl Aoaravee 1 Date SAN OIEGO REGIONAL STANDARD DRAWING ::$~w~u~~~E~w~! Raoenv Line ! . A aUINIIMUM i5 GALLON c,";, i S .?;E~~IJ I RE:. 2. :?DE CF TREE 70 a~ ?LA;; ',VI Li 3E IN AC~S~~A,UCE $I i4-E 'CITY OF CA:;7LSJAO i! APo?oVED STzCET 72EZ j . 3 715: 'VINYL 3R ,QUBeE3 30s~ At40 '&f[RE, ;!GGRE Z!GiiT 7;E. ?aVE?dE?lT C2 5 j 3SNAL:I 2CCT CCNTiiGL JLaa7E.q 'l%i 3F CL'RB, Si3CNALK 3R ST: SCiL MIX SACKFlLi 7EE IS PLANTE~ ~tTili~ j COMPACTE3 SOIL MIX min 8 i--?--- min j TREE PUNTTNG - LEVEL GRC TREE PLANTlNG - SLOPES Chmfer as naadsd ta et iminora Too of ball 1- abow fmhd grade. 4” Ben firmly mmwd min SHRUB PLANTING - LEVEL GRO SHRUB PUNTING - SLOPES Aninon I avl Aaoramo I Oan SAN DIEGO AEGlONAL STANDARD DRAWING ::~~&~l”,’~ rr I.CL llml - ORAWING I NUMBER L- !I I ! I ~ TREE AND. SHRUB PLANTING I I - WdP&. Hate: LOOP shall be 1" greater in diameter man No. 12 jaimnized wire, min. PUN 2 nakes ana 2 ries. Tie nee trunk 6" abaw / bending moment of tres.Ee should provide flexibility of rrunk bur oar ailow wobing Of trunk aqaina stake. Cut stakes off 6" TREE STAKING - L-VEL GilOUNO TREE STAKING - SLOPES ._-. -" . Sidewalk to be removed for tree planting shall be s~~iut fi 5. Immediate notificatiar shaU be g~vm to the engineer of i # 4 -.Reinfonq ban on fo lap 15" at cornen. Z!'l"min. cover mer mnfcnement. - grade improvements arcountered. i'nclsrurceo Groono -' PLAN AECOMMENCEO 87 THE N :-d ;; : gi ;; f!z a s' &I :z< $sa, -1 I I I b 1 I I I I. I -I I I. 0 . -J w N3 ---_ L, ----=. q d I i r-=-A $4 .--Hi w' ; 3 i- - / 7 D j 121 l- - z1-i 29 .uu 5 &$ 5; . 5 a- S -.A- 3 2 2% 21 U iy ct *I fi " -J 01 ..a@.-, :I d7 4 y! % ~ $1 !i .@Ti i; ,-aLr =I 83 a= I 10;; 43 -I- - WiD.2 1 f I ; I i a 1- f /k;i -, =? I ' , ii' ; YY ! $i ==I ; : .. -t I ;; : . ::j .O : -e 0 i; y $1 ,,/& j :le I. .. '* -! . =' 8 SSi : h L- II -- r *o -1 b;c * -J &a ..4 .. i!L$!*- a .* =3 21 2s ; :?/ ; .E/ ; '1 = 3 - CbD .I & !- ..v i! 3 ==I . --, ; , -- I "f 3: I I w I- 4.i 3 '. 7 T+ 5i; :- )q6il ; i;f; ;:I ; ?2 g .. A 5: mi;{< I !:$ 'L ; -a : i c ,4:: 15:: :- b'l 2lh? i. ; !"!fl ---_ - .-. ;? 9 - g? I-' I : :;a: I :: jdr la = ;xy;: ' , ; ii;Fi ,.cg / - 1 : < . ! 1;:;: 5; 41 0 * si .. . a [jqi a. I9 $32: .D > /i Y 2 14 :g @ $ 9; 3' p, -,a(u,:f .- 5, 5 j : it ' 2 .j;j;zi; 3. -.-!_ 4;:' ! 1 :I--. bbG j i;os .. ! - ? I - ' . d IF a 3 ,;3 2 y:s 2 'Yi:. 2!- b *i _- 3 2. . u-4 ? s a. s / L-- , u1 fZ 2;: c 2 9. 0'0 ,, .. -.- n i,.a' A ,;: *I i -J .a -: 3 il -. . ...- ---- -. 3: mi. 2: - -I I . . . ..,i itit I ; -m.i : a: i_ 9 - ,? , ; ; ; -' =rZr 08 ,I2 wl-: I so T$i v :v n7s 3 i( : ' i: I fif-f! -v1 iw G jt !; - g :la :f a* 5; SI -*- - ..I ;e* 5 !&X :.,3: 1:; +J,& !i t: Y! i : ): i7 - ,o! p - E. =% 2; :I**; 0, b! & -*-; 0 .f 0, 2-1 =? vI ,-I 4 22 I2 -- 0 (1 a 21 ). Edge ai Footing m L! -4 1 - /I f A/ A layout line ~///////~//////j/~//~ -4--- I ! 1 kU PLAN 1 1iZ . I stoping aackfill or 250 psi. live load surcharge IYPICAL L Honrontal retnf. not shown 3' . 8" NPlCAL SECTTON ELEVATlON over 3' - 8" DIME?ISlONS AND RElNFORCING S H (mx) I 5'-4" 3'. 8 T (mint I 0'- 10" 1 0'- 1 . W (mini 5'. 0" r.9 3 ban 1 i4@l18' 1 - additional nates and derails.. @ ban 1 d6@T6" 1 d4@ 1. See Standard Orawtngs C-7 and C a 'or 2 Fill all hlack cells wth grout. .# 4 C arouna opening ~~~~~~~~n to "or,,,at Gaiv. neet a cum helgnt in IO fr. an borh sioes unless otherwise noted- continuous i I' 1 li 1: SECTION 6-8 PLAN Rounded Dioe ends 4. .ir 4 around pioa SECTTON C-C SECTlON A-A 2. Types are designated as follows: (no wng) Y. (one wing) 8-1, (hno wings} 8-2. 3. Exposed edges of Cancrere shall be rounded with a radius of 1/2". 4. When V exceeds 4' steps shall be insallad. Sea Standard Urawing 0-1 1 for details. 5. Concrete gutter to match adjacent gumrs. 6. An expansion joint shall be placed at rha ends of me inkt where the ntrb is to adjoin. 7. Provide I/&' tooled groove in top dab in line with be of djaent ma. 8. Surface of top slab shall be sidewalk finishad ;o drain toward Stmt at a sfope of l/4" per foot. 9. Maintain 1 112" dear saacing bemn reinforcing and glrtacs unlcn othervvita noted. LEGENO ON PI 15'Type B-1 a a 15'L CURB INLET - TYPE B horizontal reinforcing, Lee rable. hot dipped galvanized STEP DETAIL NOTES 1. Concrete shall be 56fJC.3250 unless othemisa noted. 2. Reinforcing ml shall comply mth this drawing unless othenwse specified. 3. Reinforcing steel shall be inwrmediarr grade deformed ban contormlng to lata ASTM soesiiisations. 4. Bends mall be in accordam with latm ACI code. 5. Minimum splice length for reinforcing shall be 30 diameters. 6. Floor shll have a wood trowel finish and, except where used as junction boxes. shall have a minimum 7. Depth V it measured from the top of the strucfure to lhe flowline of The box. 8. Wall thickness and reinforcing stel required may be decreased in accordance wltn table above. 9. Wall thiskness shall be stepped on the outside of the box. 1. I 1 8 I slooe 3f 1" per foot toward the outlet. 10. When the Str~tture depth V exceeds 4', steps mati be cas into rhe wail at 15 incR intervals from 15" above floor to within 12 inches of too of Rructure. Where possible Place steps in wail without pipe ooening, otherwin ow opening of smallest diameter. 11. .Alternate step may be an approwd steel reintored polypropylene steo. Protection bar - _..- 1' 1 Suooan Salt 1. Faca angle mall be CM into ~ructun continuous for the full fengm -L-. 2 All exposed metal parts to be hotdipped qalvanczea after fahncanon. 3. When a& inlet opening height (HI exteedt V instat1 1" a steel prodon bar. 4. lmtall additional ban at 3 i/Z' dear spacing above fim bar wen opening axtrrdt 13'. 5. When arb inla opening length exceeds 8' innall 1' 1 met wopor~ bol& spa at . not man than 5' O.L SECT10 N Foe m be finished RM wim arb. - I Oprionai brealc':ine inr CUB in existing cum and ptter. SECTION A-A SECTION 8-8 Orain mait not occupy the hatmed area BLOCK CORNER SIDEWALK !,'YDERDRP.IN PIPE c IJ - ?O" diamatar stnv footing, Omit if rnaaway u an-. HALF ELNATlON DOUBLE SWING GATE I. All footing shall be 520-C-2500 c~ncrel??. 2. The following i@ms shall ba furnished and installed only wnen shown on the plans and/or called for in the rpecial provisions: - a. Bthxivrire Lock type fork hoch LEGENO ON PUNS WALK GATE 4-a &aLL2+ - &Z./ c.rrrr R.CE. 19c01 3r CHAiN LINK GATE & I I II 1 it iD I $1 I I I I m I i I 1 I ;I 'I I ;I. i I hIZOntal brae8 ntth ;T(Is rod may be used as an alternate to a diagonal brace. I ! END AND CORNE POST ASSEMBLY Line urn at 1000' ma. lntamlr braced and trutsad In both ~IWBO~ - LINE POST BRACING Horizontal brach w~th 38" ~ert crus roa zonal bra wtth GATE ASSEMBLY Scwaon ley Aporovl RECOHYEMOEO SEGIOMAC STANOAR01 dY rME CilMUltTEE SAM OlEGO NUMBER cn'h* M-20 SAN DIEGO REGIONAL STANDARD DRAWING CHAIN LINK FENCE 1 T 4-7idC r Coolnularot R C E CZIlD Oar8 ORAWING D ETA I LS f +~sAMEamSK)Ns WEN ~tirS~-l TOREARffm8. 1. COWRKRXSHPLLAOJUSTW VALVE 8 METER eOX To EG. AFER SIDEWALK IS INSTUD 8 APPROED. 2. DSm WILL SET METER NO BaLL VALVE. 3- LllL CW€R JOINTS SHU BE SILVER SOLERED 4. TAP TO WIN To BE MINIMUM CF 18' FROM lrv mMarJcE WTH sF€ClFICARONS. NEAREST CCUPLM CR TAP. I . THE LATERAL SHAlL BE -THE SAME AS THE MLUN LINE SEWER. 2. IN NO CnSE SMU A LATERAL CClWECT TO THE SEWER MAIN DIRECTLY ON W OF THE RE. MINIMUM SLOPE. 4. AU JOIN75 ON SEWER LATERAL PIPE SW 8E CWpREssiON TYPE OR APPROVED SOCVENT WELD. 5. AS- BUILT SEWER LPTERAL -TION SHAlL 6€ RlRNlSHED TO THE CITY INSPECTDR ON FORMS PROVIOED PRIOR TO FINAL APPROVLU, OF WORK 6. ALL LATERAL TRENCHES TO mR1 LINE AND SEWER MAIN TRENCHES TC 8E COMPACTED PER SS. GRACE AFTER RNAL FINISH GRADING 3. SEWER IATERLILS SHALL HAVE A 2% 7. CtEAN- OUT TO 8E ADJUSTED TO - --- a j I 1 - I ! - I 1 ; i - i I j .oos, zfiag-~ :?=_ io.,) . . ---* ;g&l I; ;ic Z*f GO -.? : ,.*L: 0 .id =?ij: 1-, *- p - :s...- Lo:a:%j .o:: : 0::: - 0: ::=E: ;z z:. iq5 2:" ;-" z,4- I - _dk;:?! : 5 $5 Zj* ; 2 9 6 c :'i _.q+f ,E 'i,* ;Si 41 ;<2 = : *-&:I! ::.g:;i $;if :;:; 3. { : Ta-0 r;:p:s. .,;: 6:;'- . ":% : - :;z:-: jlq;%,; ?!;. c:a; SoJ3E ==" ut': 2 P&:&l: :?a* --.:e :ti 2:;: 15= -_ -*s fc +at-", s-2: ",-:Si .&.:a .-- .>,glp=o :;< s s :z:-: . ,.-zb o__ gt)& ;*&:*e g5.-- :=s !,.-: :a: ; 2~; :2 s gi;i+Ic !:2;*85 .D fsr- J- a, 2; 2 s-o;;b ;E: .lb! :I:+ ips ;: f :btrf$> :=':;tc acoo t& 3 3SZz- Z?f !::x 5bd 2:: r:5 ;SsiSbZ?:: 6:::5b; 5iS-s $:%&; :i 4.3. ?;:',E g., :;. fS,g 3":. 29; C" si. E' :ai $ . : OfGg :%!;g{; '.Jii Oit$ i/ ,Q s: Y- P'-* ZL;; gf.! g$ :i i y; 3 X h*--b i& r! Id g .A -yo 1;; m ?t at P $1 zr i ! -- . a - --L $Zz; 2 & 5. ' 4 4) ci ,Is o G2t ::/-&a a ffi I 71 (1 4; Wl ;;; 55: i-1 k. , ut: $1 $1 ,ai $3 ;;d !I u1- mr : $Ai S>' i9 f <I - -8- LL. U'f Lg Tp * ; ,k ! * ;;yL z 86 5 %e:: I :??a I I!!; I= ! G:: s -&dz I - - :;ss t-ih if 5 e- j q: g - C o =P - 0 c i b P ** f 11:; : :mi; t; I: ' I 1 :;---! ! i 0" - i t .- -a :I i 1 ! I I 3 I ?I' - iy j 13 $1; -ji q- i I I"-+ I I I' I 0 I " s" ;: I1 cb i roy su7 - 1r- I a I =a 2: 9: ;ir - ~~~~:~ = fi I 2- iaf j J ! i-: 1 i I I 1:: I- {f y$' $i< ;E; 2 i' I e... --E I'.& : ,. ci 5 ti: - I, - 1 July 11, 1995 Interwest Pacific, Ltd. 3010 Fifth Avenue San Diego, CA 92103 RE: BOND RELEASE - CONTRACT NO. 3391-2 AND PROJECT NO. 3413 SIDEWALK REPAIR The Notice of Completion for the above-referenced project ha recorded. Therefore, we are releasing 75% of the Performance Bond Please consider this letter as your notification that $351,859.2 of Merchants Bonding Company (Mutual) Faithful Performance Bond No CA-703501, is hereby released. A copy of the recorded Notice of Completion is enclosed for you records. &*- Assistant C't Clerk Enc. c: Engineering Construction Inspection Merchants Bonding Co. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280 2) -.P /’-! >p--/+d-,-.. w e