HomeMy WebLinkAboutTerra-Cal Construction Inc; 2001-12-10; 3637 / 3560 / 3616CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL -C/0 # 1
Project: #3560, 3616, AND 3637 CONSTRUCTION OF SIDEWALKS, STREET
LIGHTING, AND MEDIAN LANDSCAPE ON ALGA ROAD
Date Routed:
4/1'5/oz.
5/10/0Z..
5/r~/o2
MAY 2 3 z002
Reason for change:
City Engineer
Engineering lnsp~n
Finance Directo~
City Manager/Mayor
Engineering Inspection
RECEIVED
APR 16 2002
ENGINEERING
DEPARTMENT
Item 1: This item is deleted because the plans incorrectly identified the
new median curb as type B-1 standard.
Item 2:
Item 3:
Item 4:
Item 5:
Item 6:
This item is being added to reflect the change of standard for
median curb.
There is a deduction in this item because SDG&E will allow the
contractor to utilize the existing access holes.
There is a deduction in this item because SDG&E will allow the
contractor to utilize the existing access holes.
There is a deduction in this item because SDG&E will allow the
contractor to utilize the existing access holes.
This item is necessary because additional backfill and compaction
is required for the median curb.
COST ACCOUNTING:
Original contract amount ................................................................. $1,183,124.10
Total amount this c/o ..................................................................... $ 47,308.00
Total amount of previous c/o's ........................................................ $ 0.00
Total c/o's to date ........................................................................... $ 47,308.00
New Contract Amount ..................................................................... $1,230,432.10
Total c/o's as% of original contract ................................................................ %4.0
Contingency monies encumbered ................................................... $
Contingency increase or decrease .................................................. $
Contingency Subtotal ....................................................................... $
Total c/o's to date ............................................................................ $
Contingency Balance ....................................................................... $
170.876.00
0.00
170,876.00
47,308.00
123,568.00
CITY OF CARLSBAD
PROJECT: #3560, 3616, AND 3637 CONSTRUCTION OF SIDEWALKS, STREET
LIGHTING, AND MEDIAN LANDSCAPE ON ALGA ROAD.
CONTRACT CHANGE ORDER NO. 1
CONTRACT NO. 3560, 3616, 3637 P.O. NO. 110785
ACCOUNT NO. 37070009060/36372921; 15270009060/36161921;
31070009060/35601921
CONTRACTOR: Terra -Cal Construction
ADDRESS: 8911-E Complex Drive #E
San Diego, CA 92123
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 3-2.2.3 Agreed prices, SSPWC 2000, and the Provisions of this
contract, perform the following:
Item 1: Delete bid item 7, median curb.
Decrease to contract cost: ........................................................................ $(79,650.00)
Item 2: Provide all labor, materials, and associated equipment for construction of
8,850 LF of modified six-inch (6'') type G-1 median curb, per attached
drawing; 8,850 LF x $13.80/LF = $122,130.00.
Increase to contract cost: ......................................................................... $122,130.00
Item 3: Deduct 280 LF of three-inch (3") sch 80 PVC conduit from bid item 38;
280 LF x $1.40/LF = $392.00.
Decrease to contract cost: ............................................................................. $(392.00)
Item 4: Deduct 200 LF of two-inch (2") sch 80 PVC conduit from bid item 37; 200
LF x $1.50/LF = $300.00.
Decrease to contract cost: ............................................................................. $(300.00)
3560, 3616, 3637 I Construction of Sidewalks, Street Lighting, and Median
Landscape on Alga Road
Change Order No. 1 Page 2
Item 5: Deduct 3,200 LF of one-and-a-half-inch (1.5") sch 80 PVC conduit from
bid item 36; 3,200 LF x $1.40/LF = $4,480.
Decrease to contract cost: .......................................................................... $(4,480.00)
Pursuant to subsection, 3-3 Extra Work, SSPWC 2000, and the Provisions of this
contract, perform the following:
Item 6: Provide all labor and equipment for excavation, backfill, and compaction
of new six-inch (6") inch median curb.
Estimated Increase to contract cost: ............................................................... $10,000
TOTAL ESTIMATED INCREASE TO CONTRACT COST ................... $47,308.00
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY 20 WORKING DAYS.
RECOMMENDED BY:
CONSTRlJCTIOtiMANAGER
4/4/02
(DATE)
c~ 4-l'O-o<.--
DEP~INEER (DATE)
aL 6L >f-rr-n
CITY ENGINEER (DATE)
FINANCE DIRECTOR
DISTRUBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING
CONTRACTOR
DEPUTY CITY ENGINEER, DESIGN
(DATE)
APPROVED BY:
MA'f 2 3 2002
(DATE)
C '
'
6"
.. C ~
.Cl :, u
g.-1
2" Weokened
Plane Joint
d
-~~-·
' . \ o:. jl _.l_ ~ Z Cutter Line
:, \
, . /4.5" • ,
2· r
• on
s·
..
. , .....
.. C ~
-e ::, u
13° . ,
2° Weokened
Plone Joint
Gutter Line 2·
s• CURB
Area= I. 21 Sq. Ft.
a• CURB
Area= 1.09 Sq. Ft.
L----------.) Existing Curb
NOTES
1 . Concrete shall be 520-C-2500.
2. See Standard Drawing G-10 for joint details.
Cutter Elevation
1 1/2" except where elevotions
shown indicate otherwise
GUTTER
3. Slope top of curb 1/4° per foot toward street.
Revision 8 Approved Dote
ORIGINAL Kercheval 12 7 SAN DIEGO REGIONAL STANDARD DRAWING
CURBS AND GUTTER -SEPARATE
LEGEND ON PLANS
6° curb
RECOMMENDED BY lHE SAN OIECO
RECIONAL STANDARDS COMMITTEE
Ch~6~
DRAWING
NU~BER G-1
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND
SUPPLEMENTAL PROVISIONS
FOR
MEDIAN CURB & LANDSCAPING
CONTRACT NO. 3637
STREET LIGHTING
CONTRACT NO. 3616
AND
CITY SIDEWALK PROGRAM
CONTRACT NO. 3560
9/I 1 IO0
ON
ALGA ROAD
Contract Nos 3637 3616 & 3560 -(- Page 1 of 145 pages
TABLE OF CONTENTS
/-- item Paae
NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .... 6
CONTRACTOR’S PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10
BID SECURITY FORM . . . . . . . . . . . . . . . * . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .... 21
BIDDER S BOND TO ACCOMPANY PROPOSAL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22
GUIDELINES FOR COMPLETING THE DESIGNATION OF SUBCONTRACTOR AMOUNT
OF SUBCONTRACTOR S BID AND DESIGNATION OF OWNER OPERATOR/LESSOR &
AMOUNT OF OWNER OPERATOR/LESSOR WORK FORMS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24
DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTOR S BID . ..a.............,.... . ..26
DESIGNATION OF OWNER OPERATOR/LESSOR & AMOUNT OF OWNER OPERATOR/LESSOR WORK .,......,..............,,....,...............,..........,.....................................................,.. 27
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29
BIDDER’S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS
LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS COMPENSATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 .-
BIDDER S STATEMENT OF RE-DEBARMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD .,................................................,.......................... 32
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 34
CONTRACT PUBLIC WORKS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 35
LABOR AND MATERIALS BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 41
FAITHFUL PERFORMANCE/WARRANTY BOND . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION (OPTIONAL) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 45
9/I 1 IO0 Contract Nos 3637 3616 & 3560 -I - Page 2 of 145 pages
SUPPLEMENTAL PROVISIONS
-- i Part 1 General Provisions
Section 1
l-l
l-2
1-3
Section 2
2-3
2-4
2-5
2-9 Z-10
Section 3
3-2 3-3
3-4
3-5
Section 4
4-l
Section 5
- 5-l
5-4
Section 6
6-l
6-2
6-6
6-7
6-8 6-9
Section 7
7-3
7-4
7-5
7-7
7-8
7-l 0
7-l 3
Section 9
9-l
9-3
Terms, Definitions, Abbreviations and Symbols Terms.. .............................................................................................................................. .48
Definitions .......................................................................................................................... 48
Abbreviations .................................................................................................................... .49
Scope and Control of the Work
Subcontracts ...................................................................................................................... 50
Contract Bonds ................................................................................................................. .50
Plans and Specifications .................................................................................................. .51
Surveying ........................................................................................................................... 53
Authority of Board and Engineer ...................................................................................... .57
Changes in Work
Changes Initiated by the Agency.. .................................................................................... .57
Extra Work ........................................................................................................................ .57
Changed Conditions ......................................................................................................... .58
Disputed Work .................................................................................................................. .59
Control of Materials
Materials and Workmanship.. ........................................................................................... .61
Utilities
Location ............................................................................................................................ .62
Relocation ......................................................................................................................... .62
Prosecution, Progress and Acceptance of the Work
Construction Schedule and Commencement of Work.. ................................................... .62
Prosecution of Work.. ....................................................................................................... .63
Delays and Extensions of Time.. ...................................................................................... .63
Time of Completion.. ......................................................................................................... .63
Completion and Acceptance ............................................................................................. .64
Liquidated Damages .......................................................................................................... 64
Responsibilities of the Contractor
Liability Insurance ............................................................................................................. .64
Workers Compensation Insurance.. ................................................................................ .64
Permits ............................................................................................................................... 64
Cooperation and Collateral Work .................................................................................... ..6 4
Project Site Maintenance .................................................................................................. .64
Public Convenience and Safety.. ...................................................................................... .65
Laws to be Observed ........................................................................................................ .68
Measurement and Payment
Measurement of Quantities for Unit Price Work.. ............................................................. .68
Payment.. ......................................................................................................................... ..6 9
9/l 1100 Contract Nos 3637 3616 & 3560 -I - Page 3 of 145 pages
Part 2 Construction Materials
,,- Section 200
200-Z
Section 201
201-I 201-3
Section 203
203-6
Section 204
204-I
Section 206 206-7
206-8 206-9
Section 209
209-I
209-Z
209-3
2094
209-5
Section 210
21 O-l
Section 212 212-I
212-2
212-3
212-4
Section 214
214-5
Section 215
Rock Materials
Untreated Base Materials ................................................................................................. .72
Concrete, Mortar and Related Materials
Portland Cement Concrete ............................................................................................... .72
Expansion Joint Filler.. ...................................................................................................... .74
Bituminous Materials
Asphalt Concrete .............................................................................................................. .75
Lumber and Treatment with Preservatives
Lumber and Plywood ......................................................................................................... 75
Miscellaneous Metal Items Traffic Signs.. .................................................................................................................... .76
Light Gauge Steel Tubing and Connectors.. .................................................................... .78
Portable Changeable Message Sign.. ............................................................................. ..8 0
Signals, Lighting and Electrical Systems
General .............................................................................................................................. 81
Materials and Installation .................................................................................................. .84
Lighting ........................................................................................................................... .I00
Removing, Reinstalling or Salvaging Electrical Equipment ............................................ 105
Payment.. ......................................................................................................................... 105
Paint and Protective Coatings
Paint.. ............................................................................................................................... 106
Landscape and Irrigation Materials
Landscape Materials ....................................................................................................... .106
Irrigation System Materials ............................................................................................. .I09
Electrical Materials.. ........................................................................................................ .I10
Irrigation Booster Pump.. ................................................................................................ .I13
Pavement Markers
Reflective Pavement Markers.. ....................................................................................... .I14
Unclassified Fill.. ............................................................................................................. .I15
Part 3 Construction Methods
Section 300 Earthwork
300-I Clearing and Grubbing.. .................................................................................................. .I17
300-Z Unclassified Excavation.. ................................................................................................ .I 19
3004 Unclassified Fill.. ............................................................................................................. .I21
Section 301 Treated Soil, Subgrade Preparation and Placement of Base Materials
301-I Subgrade Preparation . . . . . . . . . . ,..., ,.................... 1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 122
301-Z Untreated Base . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ,... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .I22 _L
9/l 1 I00 Contract Nos 3637 3616 & 3560 -I- Page 4 of 145 pages
301-6 Soil Sterilant .................................................................................................................... .I23
,* Section 302 302-5
Section 303
303-I
303-5
303-6
Roadway Surfacing
Asphalt Concrete Pavement.. ......................................................................................... .I23
Concrete and Masonry Construction Concrete Structures.. ...................................................................................................... .I25
Concrete Curbs, Walks, Gutters, Cross Gutters, Alley Intersections
Access Ramps and Driveways ....................................................................................... .I28
Stamped Concrete.. ......................................................................................................... 128
Section 306
306-l
306-5
Underground Conduit Construction
Open Trench Operations.. .............................................................................................. .I29
Abandonment of Conduits & Structures.. ....................................................................... .I32
Section 307
307-3
Section 308
308-i 308-z
3084
308-5
308-6
308-7
+ Section 310
310-5
Street Lighting and Traffic Signals Street Lighting Construction ........................................................................................... .I31
Landscape and Irrigation Installation
General ............................................................................................................................ 132
Earthwork and Topsoil Placement.. ................................................................................ .I33
Planting ............................................................................................................................ 135
Irrigation System Installation.. ......................................................................................... .I38
Maintenance and Plant Establishment.. ......................................................................... .I42
Guarantee.. ...................................................................................................................... 143
Traffic Striping, Markings and Markers
Painting Various Surfaces .............................................................................................. .I43
APPENDIX A SDG&E Service Orders APPENDIX B List of Submittals
APPENDIX C CMWD Standard Drawings
-
9/l 1 IO0 Contract Nos 3637 3616 & 3560 -I- Page 5 of 145 pages
K=? CITY OF CARLSBAD, CALIFORNIA .-- NOTICE INVITING BIDS
Until 4:00 P.M. on October 4, 2001, the City shall accept sealed bids, clearly marked as such, at the
Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail,
delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be
opened and read, for performing the work as follows: The work to be done on Alga Road consists of
clearing and grubbing, unclassified excavation, asphalt concrete, aggregate base, construction of PCC
median curb, median concrete paving, landscaping, irrigation system, removal of existing street light standards, installation of new street light standards, services and appurtenances, construction of PCC
sidewalk and retaining wall, remove and reconstruct damaged curb and gutter, adjust and/or relocate interfering utilities, modification of pressure relief outlet, and miscellaneous appurtenant construction as
required by the plans and specifications for this project.
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
The bid and the terms of the Contract Documents and Supplemental Provisions constitute an
irrevocable offer that shall remain valid and in full force for a period of 90 days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder.
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 Specifications for Public Works Construction (2000 Edition), and supplements thereto, all
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, appropriate and approved by the Engineer.
The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a
contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder.
No bid will be received unless it is made on a proposal form furnished by the Purchasing Department.
Each bid must be accompanied by security in a form and amount required by law. The bidder’s 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 10263), 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 10263 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 escrow agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of
retentions under this section in an amount not less than $100,000 per contract.
9/l 1 JO0 Contract Nos 3637 3616 & 3560 -I- Page 6 of 145 pages
The documents which comprise the Bidder’s proposal and that must be completed, properly executed
and notarized are: /--
1. Contractor’s Proposal 9. Certificate of Insurance. The riders
2. Bidder’s Bond covering the City, its officials, employees 3. Non-Collusion Affidavit and volunteers may be omitted at the time
4. Designation of Subcontractors and Amount of of bid submittal but shall be provided by
Subcontractor Bid the Bidder prior to award of this contract.
5. Designation of Owner Operator/Lessors & 10. Bidder’s Statement re: Debarment
Amount of Owner Operator/Lessor Work 11. Bidder’s Disclosure of Discipline Record
6. Bidder’s Statement of Financial Responsibility 12. Escrow Agreement for Security Deposits -
7. Bidder’s Statement of Technical Ability and (optional, must be completed if the Bidder
Experience wishes to use the Escrow Agreement for
8. Acknowledgment of Addendum(a) Security)
All bids will be compared on the basis of the Engineer’s Estimate. The estimated quantities are
approximate and serve solely as a basis for the comparison of bids. The Engineer’s Estimate is
$1 ,170,000.
Except as provided herein, 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. 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. Where federal
funds are involved, the Contractor shall be properly licensed at the time the contract is awarded. In all
other cases, the Contractor shall state their license number, expiration date and classification in the
proposal, under penalty of perjury. This invitation to bid does not involve federal funds. The following - classifications are acceptable for this contract: Class A, General Engineering.
If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of
the usual 10% retention from each payment, these documents 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, Carlsbad, California, for a non-refundable fee of
$60.00 per set. If plans and specifications are to be mailed, the cost for postage should be added.
Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings,
specifications or other contract documents, or finds discrepancies in or omissions from the drawings
and specifications may submit to the Engineer a written request for clarification or correction. Any
response will be made only by a written addendum duly issued by the Engineer, a copy of which will be
mailed or delivered to each person receiving a set of the contract documents. No oral response will be
made to such inquiry. Prior to award of the contract, no addition to, modification of or
interpretation of any provision in the contract documents will be given by any agent, employee
or contractor of the City of Carlsbad except as hereinbefore specified. No Bidder may rely on
directions given by any agent, employee or contractor of the City of Carlsbad except as
hereinbefore specified.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or
informality in such bids.
9/11/00 Contract Nos 3637.3616 & 3560 Page 7 of 145 pages
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 City Engineer. 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 City Engineer is the City s duly authorized officer for the purposes of section 4107 and 4107.5.
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.
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 the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to .I bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid.
The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to:
I. One hundred percent (100%) of the total amount payable by the terms on the contract when the
total amount payable does not exceed five million dollars ($5,000,000).
2. Fifty percent (50%) of the total amount payable by the terms of the contract when the total amount payable is not less than five million dollars ($S,OOO,OOO) and does not exceed ten million ($10,000,000).
3. Twenty-five percent (25%) of the total amount payable by the terms of the contract if the contract
exceeds ten million dollars ($10,000,000).
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 Supplemental
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 be
accompanied by the following documents:
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. c.
9/l 1 too Contract Nos 3637 3616 & 3560 -1- Page 8 of 145 pages
2. A certified copy of the certificate of authority of the insurer issued by the insurance commissioner,
If the bid is accepted, the City may require copies of the insurer’s most recent annual statement and
quarterly statement filed with the Department of Insurance pursuant to Article 10 (Commencing with
Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar days of the
insurer’s receipt of a request to submit the statements.
Insurance is to be placed with insurers that:
1. have a rating in the most recent Bests’ Key Rating Guide of at least A-:V.
2. Are admitted and 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.
2. 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 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.
The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within twenty days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited.
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 2001-240, adopted on
the 7’h day of August, 2001.
#4d&J+/4*/
Date 6’
9/l l/O0 Contract Nos 3637 3616 & 3560 -,- Page 9 of 145 pages
IO- 2-01; 3:llPM;Clty of Carlsbsd ;r 760 602 8556 # 11 2 . m
City of Carlsbad --
August 21,2QOl
ADDENDUM NO. I
RE: CONSTRUCTION OF SIDEWALKS, STREET LIGHTING AND MEDIAN
LANDSCAPE ON ALGA ROAD, FINDING OF ENVIRONMENTAL
COMPLIANCE, Contract No. 3560,3616 AND 3637
Please include the attached addendum in the Notice to Bidder/Request for Bids you
have for the above project.
This addendum-receipt acknowledged-must be attached to your Proposal Form/Bid
when your bid is submitted.
.- ok*
RUTH FLETCHER
Purchasing Oftker
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. I
-
I 635 Faraday Avenue l Carlsbad, CA 92008-7314 - (-760) 642-2460 l FAX (760) 602.8556
‘c - City of Carlsbad
September 20,ZOOl
ADDENDUM NO. 2
RE: CONSTRUCTION OF SIDEWALKS, STREET LIGHTING AND MEDIAN
LANDSCAPE ON ALGA ROAD, FINDING OF ENVIRONMENTAL COMPLIANCE,
Contract No. 3560,3616 AND 3637
This addendum--receipt acknowledged-must be attached to your Request for Proposal
when your proposal is submitted.
+:Q/ RUTH FLETCHER
Purchasing Officer
RF:jlk
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
1635 Faraday Avenue l Carlsbad, CA 92008-7314 - (760) 602-2460 l FAX (760) 602-8556 49
HP OfficeJet LX Personal Printer/Fax/Copier Pax Log Report for TERRA CAL CONSTRUCTION 626 338 8797 Ott-03-01 0218 PM
Identification ma paeesm Date$ime lh-atio~ Diamostic
17606028556 OK 03 Sent act-03 02:17P 00:00:47 002582030022
CITY OF CARLSBAD -
CONTRACTOR’S PROPOSAL
-
-
-
--
A- -
c
-
N_
c-
-
-
.C
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
City Council
City of Carlsbad
1200 Carlsbad Village Drive Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract Nos. 3637, 3616 and 3560 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment Oherefore the
following unit prices for each item complete, to wit:
BID SCHEDULE
Bid Items 1 through 11, Median Imp;c)vements, Contract No. 3637
Item Description
g’ip~;-LJ!$$nj qq&jgf&
and IJO cents per Lump Sum
9/11100 Contract Nos 3637 3616 & 3560 -I - Page 10 of 145 pages
Engineer’s Unit
Item Estimated Price
No. Item Description QtylUnit (Figures) Total
* , I-.
’ 4. Unclassified Excavation .$ 709 cy* “r”i$J p&f&.:. F&l c kllars
$ m6 $ w\s ’ ,
and l=re\I’ cents
per Cubic Yard *Final Pay Quantity. Refer to Section 9-
1.015 of Specifications.
5. Crushed Miscellaneous Bsse ) 760 TONS $ pa?gx~ - c=+ L./d 2 B OllidS
and & cents *tip GE 4 3” Per Ton s4,w
. .‘!‘...L *
6. Asphalt Concrete a*-. -; (=\v~,~ri/ -\=‘=-tie- dollars
286TONS $&=+ W’
,- b- and tJJu cents w- a;l, 3rOhP Per Ton
7. edian Curb at
1 \ AZ
and Jo
Per Linear Foot
dollars
cents
8,850 LF !$q - $ %,b=-
8. Median Paving,colored, stamped 51,430 SF
concrete paving w/ random stone $s,&- s
pattern and heavy sandblast finish to x$&a&
ex ose aggregate at
cp IJC’ dollars and (=Oe?q FldG cents
Per Square Foot (Specialty Item)
9. Remove and Reconst t.I uct Inlet Top to Grade at Slv!, 314h~ca~
T&Tqmq..~, dollars
and \JQ cents
Per Lump Sum
1 LS $ $ a, bW- d,klOQ
10. Adjust Manhole Frame and Cover to
Grade at
tJl& -wodq+i 3 dollars
and hso cents
Per Each
1 EA $1,000 $ l,cxw
11. Adjust Valve Box to Grade at 7EA
%&t-13,&1 m F\ I<</ dollars sasi - $ \7sxl-
and d0 cents
Per Each
9/l 1 IO0 Contract Nos 3637, 3616 & 3560
Addendum No. 2 g/20/01
Page II of 145 pages
Bid Items 12 through 29, Landscaping & Irrigation
Item
No.
12.
Engineer’s Unit
Estimated Price
Item Description QtylUnit (Figures) Total
36” box Pinus Canariensis, installed at 34 dogo& 15 EA $ t&Q- dollars $9,coo--
and 40 cents
Per Each (Specialty Item)
13. allon Shrub, installed at 420 EA
dollars s 13’ Qp&Ar-
and J\lO cents
Per Each (Specialty Item)
14. 24” deep Root Barrier at
F
99OLF !$a--
rLjc t dollars $4%-a-
and f-40 cents
Per Linear Foot (Specialty Item)
15. yer Shredded Bark Mulch at 11,437 SF
dollars $gJJ $571&a
cents
Per Square Foot (Specialty Item)
16. Soil Preparation and Weed Abatement,
Per Square Foot (Specialty Item)
17. . So&Rg!?cement at I dollars
and MO cents
per Cubic Yard (Specialty Item)
130 CY $40‘ $ S;aw-
18. Agricultural Soils Tests and 2 EA
Percola ion Tests at $am $ %o-
TiAo Gl+AJa.?J J dollars
and t-h cents
per Each (Specialty Item)
19. go-day Maintenance Stipulated at
Six Thousand dollars
and No cents
Per Lump Sum (Specialty Item)
1 LS $ 6,OOO.OO $ 6,OOO.OO
9/l 1 IO0 Contract Nos 3637 3616 & 3560 AddendumNb. 2 9/20/01 Page 12 of 145 pages
,-
Engineer’s Unit
Item Estimated Price
No. Item Description QtylUnit (Figures) Total
20. Irrigation System (includes mainline, 1 LS
remote control control valves, quick f§ lQ,aaa. $ Irf?(,aso-
coupler valves, lateral piping, globe
valves, pull boxes, valve boxes, control
wires, and misc. irrigation parts,
trenching, labor, and equipment
and, do cents
Per Lump Sum (Specialty Item)
21. 8Station Irrigation Controller with 1 EA
Phone Modem Receiver, Stainless $5;aoo $ Sam
Steel Enclosure, Cal Sense, installed at Fl h/G I-\‘i-rOijSA~b~
Tide l--bJ4$ed~ dollars
and d0 cents
Per Each (Specialty Item)
22. 12-Station Irrigation Controller with
Phone Modem Receiver, Stainless
Steel Enclosure, Cal Sense installed ,tS\~-ydhmvd$ Q&z h-w49
xk?.dT 4 dollars
and I40 cents
Per Each (Specialty Item)
1 EA v@,\ao - $ co,Ixl -
23. Backflow Preventer and Enclosure, 2 EA
Installed at QJJG?&oS&~~ Me u7s”is- $3 5mQ
J
l-kh-wU~ Fi tV/ dollars
and do cents
Per Each (Specialty Item)
24. 1” Irrigation Meter including fees a
capacity char es (CMWD) at Tcd P-
vbbl 9 1 EA WypK’ $ 10,(&f-
SIK &3&b %k‘;z( - (=J &I dollars
and d13 cents
Per Each (Specialty It&m)
25. 1” Irrigation. Meter (VWD) atTdrctiJwati 1 EA --r-c-(hti JJh-4~.F2& $13,3W - $ P, 300 - dollars
and d0 cents
Per Each (Specialty Item)
9/l II00 Contract Nos 3637 3616 & 3560 Addendum;. 2 g/20/01 Page 13 of 145 pages
P Engineer’s Unit
Item Estimated Price
No. Item Description QtyAJnit (Figures) Total
26. 2” Water Service to existing pi e i %-k% 1 EA atTwo ~d~“,s~~s ~~3-7 s- - $ &3x5- -
bf
CMWD)
~a& $waw F=r~cx dollars
and AJO cents
per Each (Specialty Item)
27. 1” Water Service to ExistingPJpLl? (Wj/D) &‘TdQ wQAbbJ 1’
&.0&d XVu-F;)( FNcrdollars
and ?A3 cents
Per Each (Specialty Item)
1 EA $!37s= $-=xns--
28. Booster Pump, 1 H.P. at se& --b%J
~d*l~~Qfi~~* m-3 I=;kdollars
1 EA $7,775’” $7,7 w-
0 cents
Per Each (Specialty Item)
29. Booster Pump, 3 H.P. at 1 EA Ewcg Tcloti~&r .> dollars $ll,bQO - $ \I, bOO -
and A0 cents
Per Each (Specialty Item)
Subtotal Contract No. 3637,
Bid Items 1 through 29
BID ITEMS 30 THROUGH 45: STREET LIGHT IMPROVEMENTS
Contract No. 3616
Engineer’s Unit
Item Estimated Price
No. Item Description QtylUnit (Figures) Total
30. Traffi Control at fkr~~@‘*~~
-Tao Al
1 LS
~r3H?o I=\ \+ s4,aso - $ GmcJ- dollars
and do cents
per Lump Sum
31. Cleari
cy AL= II g and Grubbing at ~v.AoT~~~”
&.Utii> etw dollars
1 is ti,@Q- $4, cm-
and h)O cents
per Lump Sum
9/l 1 IO0 Contract Nos 3637,3616 & 3560 Addendum No. 2 9/20/01 Page 140f 145 pages
Engineer’s Unit
Item Estimated Price
No. Item Description QtyAJnit (Figures) Total
32. Remove Stre :ztFcrd Foundations ‘atTt-CW ’ l-r
35 EA $bQQ - - dollars $ lo,s-oo‘
and n\Q cents
per Each
33. Sawcutting at
QIJG
and Fir=?!
per Linear Foot
dollars
cents
3,550 LF $ \as $q&Ei-- -
34. Trenchin & Backfill at
J SW.
and A 1 Q&L/
per Linear Foot
dollars
cents
8,600 LF $7=! $ t.Q7,rfc10 -
35. Trench Restoration at
-MO dollars ’
and cents Ja Irt;-Y
per Linear Foot
8,600 LF s&Q $ao,tQw -
36. Conduit l-1/2” PVC, Schedule 80 at
dollars and pomb/ cents
per Linear Foot (Specialty Item)
9,200 LF !i 1% ~l&,l+w-
37. Conduit 2” PVC, Schedule 80 at
oh@ dollars
and t=\k*/ cents
per Linear Foot (Specialty Item)
1,200 LF $ \a2 $ t,mQ-
38. Conduit 3” PVC, Schedule 80 at
ode;’ dollars
and ~~OP~~/ cents
per Linear Foot (Specialty Item)
1,280 LF $ ps $ t,m-
39. Wire #IO THWN at
do dollars
and ftr”;‘J cents
per Linear Foot (Specialty Item)
28,100 LF $033 $ Id, OS-0 -
40. ire #8 THWN at
3 0 dollars
and FI F=T%/ cents
per Linear Foot (Specialty Item)
1500 LF sow ~7sa-
9/l l/O0 Contract Nos 3637 3616 & 3560 Addendum& 2 g/20/01 Page 15 of 145 pages
Item
No. Item Description
41. at OIJZ &r-\3eu’0
dollars
cents
per Each (Specialty Item)
78 EA
42. -la&pr’J Install S~r~~~~“$:~~~y&-p&%&~
and do cents
Per Each (Specialty Item)
33 EA $ t,q 3 7 - $ l&3,9? I -
43. S
bp
G&E Service Co nections atmW 7 EA
dQ*)&bJ s\w’x 3 dollars $3w-- %a, am-
and do cents
Per Each (Specialty Item)
44. Meter Pedestal at ~WO~~~s~J*~
QU ddJ3e !?\-?I dollars
1 EA $a, wl QI ms
and dQ cents
Per Each (Specialty Item)
45. Connect Irrigation Controller and
Booster Pump at
SIJ: .~dd,roLls dollars
and dQ cents
Per Each (Specialty Item)
2 EA vow- $ l&00
Subtotal Contract No. 3616,
Bid Items 30 Through 46
BID ITEMS 46 THROUGH 56: SIDEWALK IMPROVEMENTS
Contract No. 3560
Item
No. Item Description
Engineer’s
Estimated
QtylUnit
Unit
Price
(Figures) Total
46. Traffic Control at ‘%&Q ‘mw’% x
?- 1-h 11 r> cdl dollars
and +b cents
Per Lump Sum
1 LS QL(oo - $4, &Y-
/-
9/l II00 q Contract Nos 3637 3616.& 3560
Addendum;. 2 g/20/01
Page 16 of 145 pages
-.
_-
-
-
-
and Reconstruct PCC Curb &
9/l 1100 Contract Nos 3637 3616 & 3560 -I -
-
-
c-
-
-
-
-
-
Total amount of bid, Contract Nos 3637, 3616 & 3560, Bid Items 1 through 56, in words:
t,%E tvu~zoti ouE tdL)h)QRfb Ert7~TY -l-WEE -rClowSAti,, OL.IE +)uNQREQTY)EN~‘~ FouP- @J~~‘-~+
ANS T Ehs CEt,zzf, Total amount of bid, Contract Nos 3637, 3616 & 3560, Bid Items 1 through 56, in numbers:
$ I. m3.rw. IO
Price(s) given above are firm for 90 days afler date of bid opening.
Addendum(a) No(s). /, F, has/have been received and is/are included in this
proposal. , ,
The Undersigned has carefully checked 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.
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 City may administratively authorize award of the contract to the second or third
lowest bidder and the bid security of the lowest bidder may be forfeited.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do
business or act validly licensed under
license number 9k 10/o;;\
affidavit.
which expires on
as the legal effect of an
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 6 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 Q 20104.
The Undersigned bidder hereby represents as follows:
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
OPENED, WITNESSED AND RECORDED:
g/ll~~ D;r/8i ykRFct NOS 3637,3616 & 3560 Page 18 of 145 pages
-_ 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, firm, or corporation making a bid for the
same work, and is in all respects fair and without collusion or fraud.
Accompanying this proposal is Rofm!
Cashier’s Check) for ten percent (10%) of the amount bid.
(Cash, Certified Check, Bond or
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.
- 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.
- IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted /ok
(2) Signature (given and surname) of proprietor
- _ (3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
IF A PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted /l’/n# #/D//f&&Y
(2) Signature (given and surname and character of partner) (Note: Signature must be made by a
general partner)
(3) Place of Business
(Street and Number)
City and State
- (4) Zip Code Telephone No.
-
9/l 1100 - Contract Nos 3637 3616 & 3XXJ -9 - Page 19 of 145 pages
- IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted
Impress Corporate Seal here
-
-
-
--
(3) Incorporated under the laws of the State of /&??/ym&
(4) Place of Business /$!5,3(1 , ~OCU?,k~C&- sf.
(Street and Number) /-
City and State 3,~
(5) Zip Code
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED
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:
9/l 1100 - Contract Nos 3637 3616 & 3560 -‘- Page 20 of 145 pages
State of California
County of LOS ANGELES
,before me, COURTNEY A. ROACH, NOTARY PUBJJC Name and Title of Officer (e.g.. “Jane Dce, Notary P&W)
personally appeared GREGG STRUMPF I Name(s) of Signer(s)
CX personally known to me
0 proved to me on the basis of satisfactory
evidence
to be the person(s) whose name(s) is/$&
subscribed to the within instrument and
;;zowledged to me that he/s4-#~e~;h~rut;~
same In WJWWV capacity(ies), and that by
signature(s) on the instrument the
the entity upon behalf of which the person(s)
acted, executed the instrument.
nd and official seal.
Place Notary Seal Above
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name:
0 Individual
0 Corporate Officer - Title(s):
0 Partner - 0 Limited Cl General
0 Attorney in Fact
q Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
Q 1999 National Notary Associalian * 93% De Soto Ave., P.O. Box 2402 * Chatsworth. CA 91313.2402 - w.nationalrmtaly.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-376-6927
-
BID SECURITY FORM
(Check to Accompany Bid)
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
(NOTE: The following form shall be used if check accompanies bid.) -
- Accompanying this proposal is a *Certified *Cashiers check payable to the order of CITY OF
CARLSBAD, in the sum of
dollars ($ ),
- this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall
become the property of the City provided this proposal shall be accepted by the City through action -of its
legally constituted contracting authorities and the undersigned shall fail to execute a contract and
- furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within
the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this
check shall also become the property of the City if the undersigned shall withdraw his or her bid within
the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by
- - law, and notwithstanding the award of the contract to another bidder.
BIDDER
- *Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages
- shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of
the bid.)
9/l 1 I00 <p Contract Nos 3637 3616 & 3560 -1- Page 21 of 145 pages
Sep 24 01 03348~ TERRA-CAL EST ‘G 1+626+338+9089
I --
.- BIDDER’S BOND TO ACCOMPANY PROPOSAL
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
ClTY SIDEWALK PROGRAM, CONTRACT NO. 3560
ONALGAROAD
.-
..-..
-.
KNOW ALL PERSONS BY THESE PRESENTS:
That we, _,._ ._ Terra-Cal Construction, Inc. , as PfkICipal,and
Fidelity and Deposit Company of Maryland ._.__ , as
Surety are heid and firmly bound unto the City of F~~sba,d,~~~~f~~~,~~oaU”nBr_60~t as follows: (must
be at least ten percent (10%) of the bid amount) in %ollaD- ($lo%)*********for which payment,
well and truly made we bind ourselves, our heirs. executors and administrators, successors or assigns,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION 1S SUCH that if the proposal of the above-
bounden Principal for:
MEDIAN CUR8 AND LANDSCAPING, CONTRACT NO. 3637 P
STREET LIGHTING, CONTRACT NO. 3616 --.. CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and
execute a Contract including required bonds and insurance policies within twenty (20) days from the
date of award of Contract by the City Council of the City of Carlsbad, being duly notified of said award,
then this obligation shall become null and void: otherwise, it shall be and remain in full force and effect,
and the amount specified herein shall be forfeited to the said City.
P-2
. . . .
9/l l/o0 Contract Nos 3637 3616 & 3560 s-2 - Page 22 of 145 pages
Sep 24 01 03:48p TERRA-CAL EST’G 1+626+338+9089 P.3
.-
.-.
.-.
-
-.
.--
-
-.
,-
In the event Principal executed this bond as an individual, it is agreed that the death of PrincipaI shall
not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this 4 day Executed by SURETY this 4th day of
of OCTOBER ,200l October . .20 01 .
PRINCIPAL; SURE-IT’:
Terra-Cal Construction, Inc. Fidelity and Deposit Company of Maryland
(name of Surety)
By: 225 S. Lake Ave.,Ste 700, Pasadena, CA 91101
(address of Surety)
GREW STRUMPF, PRESTDENT 626-792-2311
(print name here) (telephone number of Surety)
PRRSTDENT
_.___._.. -. -----.-- . ...,+ ..___, ,
By~~i~~~~~v~ By: <<
JOHN D. HUNSINGER
(printed name of Attorney-in-Fact)
STEVEN PERZYNA I / (@int name here)
SECRETARY, TREASURER
(title and organization of signatory)
(Attach corporate resolution showing current
power of attorney.)
(Proper notarial acknowledgement of execution by PRINCIPAL 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:
Deputy City Attorney
9rrvoo Contract Nos 3637.3616 & 3560 Page 23 of 145 pages
State of California
County of LfX fNXLES 1
ss.
on WT. 4, 2001 , before me, CDUR?NFIA.IEOACH I Date Name and Title of Officer (e.g., “Jane Doe. Notary Public”)
personally appeared Q7msIRlMPJT&~~
Name(s) of Signer(s) ._
[xl personally known to me
Cl proved to me on the basis of satisfactory
evidence
In(s) whose name(s) is/are
the with!n. instrument and
to be the persc
subscribed to
acknowledged to me that t&&f$&they executed
the same in t&$/their authorized
capacity(ies), and that by &$~/their
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
Place Notary Seal Above
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name:
Cl Individual
0 Corporate Officer - Title(s):
0 Partner - 0 Limited 0 General
Cl Attorney in Fact
q Trustee
q Guardian or Conservator
0 Other:
Signer Is Representing:
m
Top of thumb here
0 1999 Nathal Notary Association - 93% De Soto Ave.. p.0. Box 2402. ChatsworVI, CA 91313-2402 - wwvnationalnotawq l’rod. No. 5907 Reorder: Call Toll-Free 1.8W-3766827
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of Cal ifornia
County of Los Anqeles
On Oetzober 4, 2001 before me, Pi1 ar M. Landeta, Notary Pub1 ic I Date Name and Title of Dflicet (e.g., ‘Jane Doe, Notary Public”)
personally appeared John D. Hunsinger I
Name(s) of Signer(s)
I3 personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person@
whose name(%) is/amubscribed to the within instrument
and acknowledged to me that hekk&&rqexecuted the
same in his/fat&lrlti authorized capacity(te!& and that by
his/~Ksignature&$ on the instrument the perso@@,
or the entity upon behalf of which the person(K) acted,
executed the instrument.
WITNESS my hand and official seal.
FcGbLWd w
Signature of Notaly Public
OPTIONAL
Though the information below is not required by /aw, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer’s Name:
0 Individual
0 Corporate Officer
Title(s):
q Partner - q Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
Cl Other: Top of thumb here
Signer Is Representing:
Signer’s Name:
Cl Individual
0 Corporate Officer
Title(s):
c3 Partner - 0 Limited 0 General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
Cl Other:
Signer Is Representing:
Top of thumb here
0 1994 National Notary Association * 6236 Remmet Ave., P.0. .30x 7164 w Canoga Park, CA 91309-7164 Prod. No. 5907 Reorder: Call Toll-Free l-600-676-6627
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE, BALTIMORE, MD
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOT, JR., Vice-President, and C. W. ROBBINS, Assistant Secretary, in pursuance of aukdy grant& by &ticle VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint California John D. Hunsinger of South Pasadena, . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
to all intents and purposes, as if they had been ffice in Baltimore, Md., in their own
behalf of John D. Hunsinger,
hall be as binding upon said Company, as fully and ged by the regularly elected officers of the Company of attorney revokes that issued on
on the reverse side hereof is a true copy of Article VI, Section
t Secretary have hereunto subscribed their names and affiied the
OF MARYLAND, this ___________ !!tk _______ - ______________ -_-___- ____ day 0f
STATEOFMARYLAND
COUNTY OF BALTIMORE
/” On th&!!k--day of--~!G~k!~~ ------, A.D. 19-.%, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came C. M. PECOT, JR., Vice-President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding
instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth
and saith, that they are the said officers of the Company aforesaid, and that the seal affied to the preceding instrument is the Corporate
Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Offkial Seal the day and year first above written.
CP i ‘%, NOTARY
0
- * ___--__- ------~~ ---- _-_ -1- _-----------------I
?<> CAROL I. FADER f/ , Notary Public
My Commission Expires------ ________ ~tJgu~~-~-&?96 _____ --_-
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date. of this certificate; and
I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially author&d by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY op MARYLAND.
This Certificate may be signed by facsimile under and by authority of the followin, 0 resolution of the Board of Directors of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: “That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed.”
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this -!-?..--
day of ____ --O~~~~!?er --------------------, 2 9!?1
,-
LXS -012-8570
Assistant Secretary
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
“Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-
Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases
and assi,onmets of judgements, decrees, mortgages and instruments in the nature of mortgages,. . . and to affix the seal of the Company
thereto. ”
_ _ - . _._-
-
-
-
--
--
-
GUIDE FOR COMPLETING
THE “DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID”
AND
“DESIGNATION OF OWNER OPERATOR/LESSOR AND
AMOUNT OF OWNER OPERATOR/LESSOR WORK” FORMS
REFERENCES - Prior to preparation of the following Subcontractor and Owner Operator/Lessor
disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Special Provisions to this Contract especially, “Bid ” “Bidder”, “Contract”, “Contractor”, “Contract Price”, ,
“Contract Unit Price”, “Engineer , “Subcontractor” and “Work” and the definitions in section 1-2 of the Supplemental Provisions especially “Own Organization” and “Owner Operator/Lessor.” Bidders are
further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these
Supplemental Provisions.
CAUTIONS - These forms will be used by the Agency to determine the percentage of work that the
Bidder proposed to perform. Bidders are cautioned that failure to provide complete and correct
information may result in rejection of the bid as non-responsive. Any bid that proposed performance of more than 50 percent of the work by subcontractors or owner operator/lessors or otherwise to be
performed by forces other than the Bidders own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the Contractors Proposal are
not included in computing the percentage of work proposed to be performed by the Bidder.
INSTRUCTIONS - The Bidder shall set forth the name and location of business of each and every
subcontractor or Owner Operator/Lessor who the Bidder proposed to perform work or labor or render
service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor
licensed as a contractor by the State of California who the Bidder proposed to specially fabricate and
install any portion of the work or improvement according to detailed drawings contained in the plans and
specifications in excess of one-half of one percent (0.5%) of the Bidders total bid or ten thousand
dollars ($lO,OOO), whichever is greater. Said name(s) and location(s) of business of subcontractor(s)
shall be set forth and included as an integral part of the bid offer.
-.
-
Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of
manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractors decision to use more than one
Subcontractor or Owner Operator/Lessor, All items of information must be completely filled out. These forms must be submitted as a part of the Bidders sealed bid. Failure to provide complete and correct
information may result in rejection of the bid as non-responsive.
Neither the amount, in dollars, or work performed by the Bidders own forces (as Contractor) nor the - Bidders overhead and profit for subcontracted items of the work is included to compute the percentage
of the work performed by Subcontractors or Owner Operators/Lessors.
- When the Bidder proposes that any bid item will be installed by a Subcontractor of Owner Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner
Operator/Lessor must be entered under the columns Amount of Subcontracted Bid Item Including
Subcontractors Overhead & Profit or Amount of Owner Operator/Lessor Bid Item Including Owner - Operator/Lessors Overhead & Profit unless the dollar amount of all work performed by any - Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidders total bid or ten thousand dollars ($lO,OOO), whichever is greater. If a Subcontractor or Owner - Operator/Lessor installs or constructs any portion of a bid item, the entire amount of the Contract Unit
9/l 1100 Contract Nos 3637 3616 & 3560 -9 - Page 24 of 145 pages -
-
-
-
-
-
-
Price, less the Bidders overhead and profit, shall be multiplied by the Quantity of the bid item that the
Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed.
Suppliers of materials from sources outside the limits of work are not subcontractors. The value of
materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/lessor, as the case may
be, that the Bidder proposes as installer of said materials. The value of materials incorporated in any Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the Bidder shall be
included as a part of the work that th.e Bidder proposed to be performed by the Subcontractor or Owner
Operator/lessor installing said item.
The item number from the “CONTRACTORS PROPOSAL” (Bid Sheets) shall be entered in the “Bid
Item No.” column.
When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be
entered on the form. If the Subcontractor does not have a valid business license enter “NONE” in the
appropriate space.
Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the
required information. The page number and total number of additional form pages shall be entered on
the first form page of each type so duplicated.
When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less
than 100 percent of a bid item the Bidder must attach an explanation sheet to the designation of
subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet
shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the
Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces.
Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the
contract shall determined by the City Council in conformance with the provisions of the contract
documents and these Supplemental Provisions. The decision of the City Council shall be final.
9/l 1 too - Contract Nos 3637 3616&m -1 - Page 25 of 145 pages
DESIGNATION OF SUBCONTRACTOR AND
i--- AMOUNT OF SUBCONTRACTOR’S BID ITEMS
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
The Bidder certifies that is has used the sub-bid of the following listed subcontractor in preparing this
bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as
designated in the list in accordance with applicable provisions of the specifications and Section 4100 et
seq. Of the Public Contracts Code Subletting and Subcontracting Fair Practices Act. .The Bidder
further certifies that no additional subcontractor will be allowed to perform any portion of the Work in
excess of one-half of one percent (0.5%) of the Bidders total bid or ten thousand dollars ($lO,OOO), whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor:
Subcontractors Complete Address:
G-z*, CL&t ,* cc
b/xc’: i-s4e 5-f. %3
Street
City cd-- State $%- 9--/ Zip
e-. Subcontractors Telephone Number plus Area Code 4 /~-~~9dqk-
Subcontractors California State Contractors License No. & Classification 7Lt793 1 c -/o
Subcontractors Carlsbad Business License No XA a/J c&-J 7 fib C fl2;rr ln3Jd /
SUBCONTRACTOR BID ITEMS
Explanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 18, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractors own forces. Column 4 - The dollar amount of the Contractors overhead and profit for work done by both the Contractors and the Subcontractors forces on the item.
<-- Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 18, inclusive.. Page 1 of fi pages of this Subcontractor Designation Form
9/I i/o0 Contract Nos 3637 3616 & 3560 -I - Page 26 of 145 pages
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
i CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
The Bidder certifies that is has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. Of the Public Contracts Code Subletting and Subcontracting Fair Practices Act. .The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in
/ excess of one-half of one percent (0.5%) of the Bidders total bid or ten thousand dollars ($1 O,OOO), whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor: 7 t5mz~ fgL”%/L
Subcontractors Complete Address:
Street
City State Zip
I - Subcontractors Telephone Number plus Area Code
Subcontractors California State Contractors License No. & Classification
Subcontractors Carlsbad Business License No
SUBCONTRACTOR BID ITEMS
0 /t/ 4P $ St, k@- $ //, 5, /- $ 0 x 20 yv $ / sJ+ 1: ho $ 0 $ 3Pb 45’ $ $ t> $ z,*
Explanation: Column 1 - Bid Item No. from the bid proposal, pages 10 through 18, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractors overhead and profit for work done by both the Contractors and the Subcontractors forces on the item.
- Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages IO through 18, inclusive..
Page- - L of 2. pages of this Subcontractor Designation Form ! \
9/l itoo Contract Nos 3637 3616 & 3560 -I - Page 26 of 145 pages
DE%GNATlON OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
The Bidder certifies that is has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as
designated in the list in accordance with applicable provisions of the specifications and Section 4100 et
seq. Of the Public Contracts Code Subletting and Subcontracting Fair Practices Act. .The Bidder
further certifies that no additional subcontractor will be allowed to perform any portion of the Work in
excess of one-half of one percent (0.5%) of the Bidder s total bid or ten thousand dollars ($10,000)
whichever is greater and that no changes in the subcontractors listed work will be made except upon
the prior approval of the Agency.
Full Company Name of Subcontractor: 7J3 z* #A- )- L .
Subcontractors Complete Address: 77J’;z Is/w z/ l A’--- sr\ =p Street
/‘E-qp w-- ~z/Z /
City State Zip
j - Subcontractors Telephone Number plus Area Code BST- srr- I?+
Subcontractors California State Contractors License No. & Classification /P SY3p / A, 0,c -PL -2 P
Subcontractors Carlsbad Business License No i^’ pbcer, 4 jz4w-Q f I SUBCONTRACTOR BID ITEMS
/
Explanation: Column 1 - Bid Item No. from the bid proposal, pages IO through 18, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractors overhead and profit for work done by both the Contractors and the Subcontractors forces on the item. rc Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages IO through 18, inclusive.. Page / of / pages of this Subcontractor Designation Form
9/I 1 IO0 Contract Nos 3637 3616 & 3560 -I - Page 26 of 145 pages
-
,-
-
DESIGNATION OF SUBCONTRACTOR AND
AMOUNT OF SUBCONTRACTOR’S BID ITEMS
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
The Bidder certifies that is has used the sub-bid of the following listed subcontractor in preparing this
- bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as
designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. Of the Public Contracts Code Subletting and Subcontracting Fair Practices Act. The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in - excess of one-half of one percent (0.5%) of the Bidders total bid or ten thousand dollars ($lO,OOO), whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency.
Full Company Name of Subcontractor:
Subcontractors Complete Address:
Street
City State
Subcontractors Telephone Number plus Area Code
Subcontractors California State Contractors License No. & Classification
Subcontractors Carlsbad Business License No
Zip
SUBCONTRACTOR BID ITEMS
Explanation: Column 1 - Bid Item No. from the bid proposal, pages IO through 18, inclusive. Column 2 - The dollar amount of the item to be performed by the Subcontractor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractors overhead and profit for work done by both the Contractors and the Subcontractors forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages 10 through 18, inclusive..
9/l i IO0
Page- - of pages of this Subcontractor Designation Form
Contract Nos 3637 3616 & 3560 -I - Page 26 of 145 pages
- DESIGNATION OF OWNER OPERATOR/LESSOR AND
AMOUNT OF OWNER OPERATOR/LESSOR WORK
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
The Bidder certifies that it has used the sub-bid of the following listed Owner Operators/Lessors in preparing this bid for the Work and that the listed Owner Operators/Lessor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code Subletting and Subcontracting Fair Practices Act. The Bidder further certifies that no additional Owner Operator/Lessor will be allowed to perform any portion of the Work in excess of one-half of one percent (0.5%) of the Bidders total bid or ten thousand dollars ($lO,OOO), whichever is greater and that no changes in the Owner Operator/Lessors listed work will be made except upon the prior approval of the Agency.
Full Owner Operator/Lessor Name
Owner Operator/Lessor Complete Address Street
City State Zip
Owner Operator/Lessor Telephone Number plus Area Code
Owner Operator/Lessor City of Carlsbad Business License No.
OWNER OPERATOR/LESSOR WORK ITEMS
IS I$ I$ I §i I$ I !s I
Explanation:
Column 1 - Bid Item No. from the bid proposal, pages 10 through 18, inclusive.
Column 2 - The dollar amount of the item to be performed by the Owner Operator/Lessor. Column 3 - The dollar amount of the item to be performed by Contractor’s own forces. Column 4 - The dollar amount of the Contractors overhead and profit for work done by both the Contractors and the Owner Operator/Lessors forces on the item. _ Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the
item on bid proposal pages 10 through 18, inclusive.
Page - of pages of this Owner Operator/Lessor Form
9/l 1100 Contract Nos 3637 3616 & 3560 -1- Page 27 of 145 pages
-
-
-
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
Copies of the latest Annual Report, audited financial statements or Balance Sheets may be submitted
under separate cover marked CONFIDENTIAL.
e Hhdfd
-
-C
-
9/I II00 Contract Nos 3637 3616&m -1- Page 28 of 145 pages
-
-
-
-
-
-
-
-
-
-
-
BIDDER’S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
The Bidder is required to state what work of a similar character to that included in the proposed Contract
he/she has successfully performed and give references, with telephone numbers, which will enable the
City to judge his/her responsibility, experience and skill. An attachment can be used.
Name and Phone
Name and Address No. of Person
9/11100 Contract Nos 3637 3616 & 3560 -t - Page 29 of 145 pages
JOB E~EHENCE~FERNCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TIT&E, AGENCY, CONTACTS DOLLAR AMT
1995 Puente Hills Landfill
Under drain System Phase 1A
County ofLos Angeles, sanitation District #2
PO Box 4998
$369,341 .OO
Whittier, CA 90601
Charles Carry, 3 1 O-699-741 1
Architect: Agency
1995
1995
1995
Puente Hills Landfill
Irrigation System
County of Los Angeles, Sanitation District #2
PO Box 4998
Whittier, CA 90601
Charles Carry, 3 1 O-699-74 11
Architect: Agency
$493,900.00
Glendale LandfiU, Landscape & Irrigation
City of Glendale Arizona
5850 W. Glendale Avenue
Glendale, AZ 85301-2599
602-435-4000
Architect: Agency
J $497,916.00
La Brea Ave. Green Belt
County of Los Angeles, Dept. of Parks & Recreation
433 S. Vem;lont Avenue
Los Angeles, CA 90020- 1975
Lucy Thielen, 213-738-2961
Architect: Agency
$474,474.00
-
JOB EXPEMENCE/rRrtFERENCES - 5 YEARS
YEAR OF INITIAL4
AWARD J0.B TITLE, AGENCY, CONTACTS ,DOLLAR AMT
1995 Irrigation Systems (5 locations)
Whittier City Unified School District
7211 S. Whittier Avenue
Whittier, CA 90602-l 189
Patrick Rogers, 3 1 O-698- 1065
Architect:
$280,800.00
1995 West Corona Commuter Rail Station
Riverside County Transportation Commission
3560 University Avenue, Ste. 100
Riverside, CA 9250 1
Essie Rahabari, 909-787-7141
Architect:
1995 Ranch0 De! Mar Park
City of Mesa Public Works
55 N. Center Street 1
Mesa, AZ 85201
Vic Kalva, 602-644-2240
Architect:
1995 Highway PlantingIhrigation, San Jose
State of CA, Dept. of Transportation
465-B Fairchild Avenue #203
Mountain View, CA 94043
Jacob Saidian, 415-961-1002
Architect: Agency
1995 Highway Planting/Irrigation, San Jose
State of CA, Dept. of Transportation
465-B Fairchild Avenue #203
Mountain View, CA 94043
Jacob Saidian, 415-961-1002
Architect: Agency
$2,072,417.00
$398,738.00
$1,468,691.00
$754,493 .oo
2
JOB EXPERIENCEMFERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY. CONTACTS DOLLAR AMT
1995 La Sierra Commuter Rail Station
Riverside County Transportation Commission
3560 University Avenue, Ste. 100
Riverside, CA 92501
$1,823,631.00
Essie Rababari, 909-787-7141
Architect:
1995 Alta Mesa Park, #95-43
City of Mesa Arizona
20 E. Main Street
Mesa, AZ 85201
BE Byerley, 602-644-20 11
Architect: Agency
1995 Washington Park Soccer Fields
City of Pomona Public Works Dept.
505 S. Garey Avenue
Pomona, CA 91769
Tim Chowdhury, 909-620-2261
Architect:
$509,432.00
$342,976,00
1995 Railroad Slope & Misc. Landscaping
The Port of Long Beach
925 Harbor Plaza
Long Beach, CA 90802
DA Holtz, 3 1 o-590-4 172
Architect: Agency
$248,190.00
,-
JOB EPEltlENCEE/REFERENCES - 5 YEART
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY, CONTACTS DOLLAR AMT
1995 Oak Canyon Community Park
Ranch0 Simi Recreation & Park District
1692 Sycamore Drive
Simi Valley, CA 93065
$1,276,994.00
Katherine Blansett, 805-584-4400
Architect: Clark & Green, Costa Mesa, 714-434-9803, Mike Green
1995 Arroyo Vista Park Restroom/Concession Facility
& Poindexter Park
City of Moorpark Community Services
799 Moorpark Avenue
Moorpark, CA 9302 1
$1,072,950.00
Christine Adams, 805-529-6864
Architect: TI Maloney, Riverside, 909-369-0700, B, Taft
1995 Misc. Landscaping
Torrance Unified School District
2335 Plaza De1 Arno
Torrance, CA 90509
3 1 O-533-4228
Architect:
$46,000,00
1995 Ross Snyder Recreation Center
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
Julie Riley, 213-485-5671
Architect: Agency
$1,150,000.00
4
JOB EXPERlENCE@EFERENCE& 5 YEA@
YEAR OF INITIAT.4
AWARD JOB TITLE. AGENCY, CGNTACTS DOLLAR AMT
1996
1996
1996
1996
Washington Park Baseball Complex
City of Pomona
505 S. Garey Avenue
Pomona, CA 91769
$1,695,000.00
Tim Chowdhury, 909-620-2261
Architect: Agency, (M. Evans)
Somerset Blvd.
City of Paramount
$169,451.00
16400 Colorado Avenue
Paramount, CA 90723
Bill Padgett, 3 10-220-2020
Architect: Willdan, City of Industry, 310-630-2710, Al Murray
Santa Fe Dam Regional Park $645,000.00
County of Los Angeles, Dept. of Recreation & Parks
433 S. Vermont Avenue
Los Angeles, CA 90020
Lucy Thielen, 213-738-3222
Architect: ST0 Design Santa Ana, 714-476-8777, D. Maitlan
Highway Planting/irrigation CT07-001494
State of CA, Dept. of Transportation
5534 Westlawn Avenue
Los Angeles, CA 90066
Esam Khazeni, 3 1 o-306-8791
Architect: Agency
$779,524.00
5
JOB EW?ERIENCE~FERENCES - 5 Ki?.MRS
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY. CONTACTS DPLLAR AMT
1996 Highway Planting/Irrig. sys.
CT07-3M0705,073608
State of CA, Dept. of Transportation
5534 Westlawn Ave.
Los Angeles, CA 90066
Esam Khazeni, 3 1 o-306-2258
Architect: Agency
$79,5 10.00
1996 Culver Slauson Park Development
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 900 12
Virginia Hatley, 213-485-4819
Architect: Agency
1996 Glendale Blvd. Slope Stabilization & Landscaping
City of Los Angeles, Dept. of Public Works
600 S. Spring Street, Ste. 600
Los Angeles, CA 90014
Hamid Navid, 2 13-847-5 109
Architect: Agency
$163,637,00
$177,683.00
1996 Chino Median Improvements $899,75 1 .OO
City of Chino
13220 Central Avenue
Chino, CA 91710
Baja Edirisuriya, 714-627-7577
Architect: Clown & Closson, Orqnge, 714-639-2257, M. McMiUen
6
-
JOB EXPERIENCEZUEFERENCES - 5 YEARS
YEAR OF INITIAt
AWARD JOB TITLE. AGENCY. CONTACTS DOLLAR AMT
19% Revegetation of Mitigation Areas 2 & 3 $1,259,000.00
Internat’l Boundary & Water Commission US & Mexico
2225 Dairy Mart Road
San Diego, CA 92173
Charles Fischer, 619-662-7600
Architect: Agency
1996 Haven Ave. @ Interstate 60 Freeway
City of Ontario
303 E. ‘B” Street
Ontario, CA 91764
$825,542.00
Fred Alamolhoda, 909-391-252s
Architect: Harris & Assoc., Los Alamitos, 714-229-0900, D. Volz
1996 Beach Blvd., Rte. 22-405 Freeway Landscaping
City of Westminster
$511,832.00
8200 Westminster Blvd.
Westminster, CA 92683
Ray Ware, 714-898-33 11
Architect: Kobata & Assoc., Anaheim, 714-520-5795, G. Sanni
1996 San Antonio Hts. Waterlines $1,032,477.00
San Antonio Water Company
139 N. Euclid Avenue
Upland, CA 91786
Ray Wellington, 909-982-4107
Architect: NBS/Lowry, San Bernardino, 909-888-1401, D. Berryman
7
JOB EXPERIENCEAWFERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY, CONTACTS ,, DOLLARAMT
1996 Wll Rogers Memorial Park
City of Beverly Hills, Dept. of Recreation & Parks
455 N. Rexford
Beverly Hills, CA 902 10
Robert Chavez, 3 10-285-2540
Architect: TI Maloney, Riverside, 909-369-0700, B. Taft
$760,000.00
1996 Fire Training Facility, March Air Reserve
Dept. of the Army, Corps of Engineers
PO Box6415 8
March Air Force Base, CA 925 18
John J. Adalon, 909-655-2101
Architect: Agency
1996 Various School Sites
Torrance Unified School District
2335 Plaza De1 Amo
Torrance, CA 90509
Phil Fielding, 3 1 o-533-4200
Architect: R. Dale Hadfield, Laguna Niguel, 714-367-9275
$1,328,000.00
$524,500.00
$1,930,385.00 1996 Wingate Park & Charter Oak Wash
City of Covina
125 E. College Street
Covina, CA 91723
Robert Staples, 818-858-7229
Architect: Carde Ten Arch,, Santa Monica, 310-453-4427, B. Ten
_-
JOB EXRERLENCE4tEFERENCES - 5 KlMRS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY, CONTACTS DOLLAR AMT
1996 Silverlake Recreation Center Redevelopment
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
Julie Riley, 2 13-847-8282
Architect: Lawrence R Moss, Glendale, 81 S-248-5200
1996 McCambridge Park
City of Burbank, Dept. of Recreation &Parks
275 E. Olive Avenue
Burbank, CA 91502
Jan Bartolo, 818-238-5315
Architect: Heimberger/Hirsch, Fullerton, 714-773-0973, P. l$lirsch
1996 Runyon Canyon Park, Outdoor Development
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
Virginia Hatley, 213-485-4819
Architect: Agency
1996 Ganesha Park
City of Pomona
505 S. Garey Avenue
Pomona, CA 91769
Tim Chowdhury, 909-620-2261
Architect: Anthony Mendoza, Riverside, 909-687-33 10
$313,473,00
$3,578,000.00
$159,682.00
$260,752.00
9
JOB EXPERLENCEdtEFERENCES - 5 YEm
Y64R OF INITIAL
AWARD JOB. TITLE, AGENCY, CONTACTS DOLLAR AMT
1996
1996
1996
1996
Westwood Park
City of Los Angeles, Dept. of Recreation 4 Parks
200 N. Main Street, Room 709
Los Angeles, CA 900 12
Julie Riley, 2 13-847-8282
Architect: Agency
$430,354.00
Daniel’s Field $294,369.00
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 900 12
Virginia Hatley, 213-485-4819
Architect: Tatsumi, Newport Beach, 714-752-4115, D. Tatsumi
Sky Harbor Expressway
Contract: TEA 600-O(OOl), P/H 33 1503C
State of AZ, Dept. of Transportation
100 1 N. Black Canyon Hwy.
Phoenix, AZ 85009
$1,200,000.00
Ted Littlefield, 602-255-7353
Architect: Agency
Centralia Street
County of Los Angeles, Dept. of Public Works
900 S. Fremont Avenue
Alhambra, CA 91803
Hung M. Nguyen
Architect: Mie Akamatsu, 213-738-2244
$316,001.00
10
JOB EXPERIENCE~FERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JGB TITLE, AGENCY, CONTACTS DOLLAR AMT
1996 Highway Planti&Lrrig. Sys. CTl2-401784
State of CA, Dept. of Transportation
3407 E. La Palma
Anaheim, CA 92806
JL Reichert, 714-632-2544
Architect: Agency
$688,942.00
$330,500.00 1996 Compton Creek (subcontract)
Greg Harris Construction (General)
20411 Susana
Carson, CA 908 10
Greg Harris, 3 1 o-639-5360
Architect: HeimbergerHirsch, Fullerton, 714-773-0973, P. Hirsch
1996 Lower Santa Ana River Salt Marsh
Dept. of the Army, Corps of Engineers
PO Box 18539
Anaheim, CA 928 17-6539
Albert 0’ Shaugnessy, 7 14-70 l-9390
Architect: Agency
$393,930.00
1996 Lakeview Terrace Recreation Center
City of Los Angeles, Dept. Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
Virginia Ha&y, 213-485-4819
Architect: Lawrence R. Moss, Glendale, 81 S-248-5200
$247,500.00
11
I’. TERRA-CAL CONSTRUCTION, INC.
JOB EXFERENCE~FERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGEN,CY, CGNTACTS DOLLAR AMT
1996 Puente Hills Landfill - Oak Tree Planting
County of Los Angeles, Sanitation Dist. #2
1955 Workman Mill Road
Whittier, CA 90601
$267,622.00
Ron la&a, 8 1 s-962-8605
Architect: Agency
1996 Highway Planting & h-rig. Sys. CT12-0006U4
State of CA, Dept. of Transportation
3407 E. La Palma
Anaheim, CA 92806
James Decker, 714-632-2961
Architect: Agency
1996 O’Melveny Park - Outdoor Improvements
City of Los Angeles, Dept. of Recreation & Parks
200 N, Main Street, Room 709
Los Angeles, CA 90012
Julie Riley, 213-847-8282
Architect: Agency
1996 Highway Planting CTOS-274914
State of CA, Dept. of Transportation
247 W. 3’ Street
San Bernardino, CA 92402
Linda Bray, 909-383-7536
Architect: Agency
$237,491 .oo
$1,050,000.00
$1,061,500.00
12
TEl$RA-CAL CONSTRUCTION, INC.
JOB ExpERIENcE/1pEFERENCE4UEFElWNCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY, CONTACTS DOLLAR AMT
1996
1996
1997
1997
Huntington Beach Blvd., 405 Freeway
City of Huntington Beach
2000 Main Street
$232,010.00
Huntington Beach, CA 92648
Eric Charlonne, 714-536-5430
Architect: Heimberger, Hirsch, Fullerton, 714-773-0973, P. Hirsch
Puente Hills Reparian Irrigation Project
County of Los Angeles, Sanitation Dist. #2
195 5 Workman Mill Road
Whittier, CA 90601
$219,818.00
Jack Sirian & Ron Lalka, 3 1 O-699-741 1
Architect: Agency
Ballona Lagoon Project
BaIlona Lagoon Marine Preserve
1 OS 18 Gregon Avenue
Culver City, CA 90232
!§879,620.00
Rich Hibbs, 3 1 o-836-2029
Architect: Concept Marine, Oakland, 510-533-7600, K Johnson
Petrol Street & Park Improvements
City of Paramount
$259,235.00
16400 Colorado Avenue
Paramount, CA 90723
Bill Pagett, 3 10-220-2013
Architect: Willdan Assoc., Industry, 3 1 O-908-6200, D. Hayes
-
13
-
JOB EXPE~ENCE/RFERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY, CONTACTS DOLLAR AMT
1997
1997
1997
1997
Pradera Avenue $286,197.00
City of Mont&r
5111 Benito Street
Montclair, CA 91763
Don Gdula, 909-625-9442
Architect: LD King, Ontario, 909-937-0200, Everett Kjerulff
Culver City Nature Trail
City of Culver City
9770 Culver Blvd.
Culver City, CA 90232
John Wolitarsky, 3 10-253-5618
Architect: Agency
$243,702.00
Walnut Ranch Park Soccer Field Renovations
City of Walnut
$414,045.00
21201 La Puente Road
Walnut, CA 91789
Don Allen, 909-598-5605
Architect: Purkiss Rose-RSI, Fullerton, 714-871-3638, Steve Lang
Soldedad Canyon Road Median Landscape
City of Santa Clarita
23920 Valencia Drive
$499,5 10.0
Santa Clarita, CA 91355
Rowland leclair, 805-255-4910
Architect: Wieneke & Assoc., Long Beach, 3 1 o-490-4656
14
JOB EXPERIENCEAtEFERl$NCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY, CONTACTS DOLLAR AMT
1997 Wesley Gaines Elementary $65,400.00
City of Paramount
16400 Colorado Avenue
Paramount, CA 90723
Bill Pagett, 562-220-2 115
Architect: Willdan Assoc., Industry, 562-908-6243, D. Hayes
1997 CT07-173604, Rt. 105 & 405
State of CA, Dept. of Transportation
20630 S. Leapwood Avenue, Ste. E
Carson, CA 90746
$997,500.00
Joseph S. Tehrani, 3 10-768-l 704
Architect: Agency
1997 Rancho Los Amigo Medical Center
County of Los Angeles, Dept. of Public Works
900 S. Fremont Avenue
$260,244.00
Alhambra, CA 91803-1331
Alvin Lee, 213-738-2011
Architect: Carter 8z Romanek, Santa Monica, 3 10-393-0303, Carter
1997 Green Meadows Recreation Center
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
Julie Riley, 213-738-2011
$259,000.00
Architect: Calvin R. Abe & Assoc. Los Angeles, 310-204-2664
15
JOB EXPERIENCF,%REFERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY, CONTACTS DOLLAR AMT
1997 CT06-301024, Rt. 99, Bakersfield
State of CA, Dept. of Transportation
1352 W. Olive Avenue
Fresno, CA 93778
Paul Pineda, 209-276-5971
Architect: Agency
$774,739.00
.-
1997 Ranch0 La Cienega Recreation Stadium
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
Virginia Hatley, 213-485-8919
Architect: Agency
1997 Southwest Community Park Development
City of Oxnard
305 W. Third Street
Oxnard, CA 93030
David Gorcey, 805-385-7948
Architect: Agency
1997 Brookhurst Street Medii Improvements
City of Garden Grove
11222 Acacia Parkway
Garden Grove, CA 92840
Navin Maru, 714-741-5000
Architect: Agency
$280,000.00 /
$813,709.00
$642,135.00 ’
16
JOB EXPERIENCEmFERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY, CONTACTS DOLLARAMT
1997 Edward Vincent Jr. Park, Soccer Field
City of Inglewood
1 Manchester Blvd.
Inglewood, CA 90301
Ah Pouraghabagher, 310-412-8750
Architect: Agency
$3 12,724.OO
1997 Las Posas Median & Park Improvements
City of Camari.Uo
601 Carmen Drive
Camarillo, CA 903 1 l-0248
Sonny Murillo/Ron Wilson, 805-388-5350
Architect: Jensen Design, Ventura, 805-654-6977, J. Riley
$210,950.00
1997 CTO4-234134 Rt. 880, Highway Planting
State of CA, Dept. of Transportation
3 5 3 5 Breakwater Avenue
Hayward, CA 94545
Nick Saleh, 510-780-1531
Architect: Agency
$820,098.00
1998 Streetscape on Baseline, “D” Street to Waterman
City of San Bernardino
300 N. 9” Street
San Bernardino, CA 92418
Steve Enna, 909-384-5 155
Architect: Agency
$162,550.00
17
.-
JOB EXPERI%NCERCEFERENCEmFERENCES y 5 YEARS
YEAR OF INITIAL
AWARD .JOB TITLE. AGENCY, CONTACTS DOLLARAMT
1998
1998
1998
1998
Crossroads & Oakridge Parks
City of Chino Hills
14575 Pipeline Avenue
Chino Hills, CA 9 1709
$629,400.00
Todd Holmes, 909-364-2800
Architect; RHA Landscape, San Bernardino, 909-781-1930, D. Grove
Environmental Enhancement 57 & 60 Freeways
City of Diamond Bar
$171,461.00
2 1660 E. Copley Drive, Ste. 100
Diamond Bar, CA 9 1765-4177
Dennis Tarango, 909-860-3 195
Architect: Hirsch & Assoc., Fullerton, 714-773-0973, C. Foley
Winchester Creek Park, P W97- 1 OCSD
City of Temecula
43200 Business Park Drive
Temecula, CA 92590
Michael Wolf& 909-694-6411
Aracbitect: Alhambra Group
$601,066.00
Somerset Blvd. Medians $556,446.00
City of Paramount
16400 Colorado Avenue
Paramount, CA 90723-5050
Bill Padgett, 562-220-2020
Architect: Willdan Assoc., Industry, 562-908-6279, J. McDonald
,-
18
.-
JOB EXFERlENCELREFERENCES - 5 YEARS
YEAR OF INITIAL
AWARD. JOB TITLE. AGENCY, CONTACTS DOLLAR AM.T
1998
1998
1998
1998
Domiguez Park/Heritage Court
City of Redondo Beach
4 15 Diamond Street
%400,000.00
Redondo Beach, CA 90277
Cuong Dang, 3 1 O-3 18-0662
Architect: EPT, Pasadena, 626-795-2008, J. Chamlee 8z S. Horsely
Oakwood Recreation Center
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
$154,800.00 -J
Virginia Hatley, 2 13-485-8919
Architect: Calvin R. Abe & Assoc., Los Angeles, 3 10-838-0448, CR Abe
Various lti District Parks Site Improvements (9 locations) $606,140.00
County af Los Angeles, Dept. of Recreation & Parks
433 S. Vermont Avenue
Los Angeles, CA 90020
Maged El-Rabaa, 213-738-3124
Architect: EPT Landscape, Pasadena, 626-795-2008, J. Chanilee
Costa Mesa Soccer Complex
City of Costa Mesa
$1,594,610.00
77 Fair Drive/PO Box 1200
Costa Mesa, CA 92628-1200
Keith Van Holt, 714-548-5300
Architect: David Evans Assoc., Ontario, 909-481-5750, K. Rhodes
,-
19
_- Ir TERRA-CAL CONSTRUCTION, INC.
JOB EXPERIENCEHZEFERE - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY. .CONTACTS DOLLAR AMT
1998
1998
1998
1998
Various 1’ District Parks Site Improvements (3 locations) $815,226.00
(Belvedere, Obregon & Sunshine Parks)
County of Los Angeles, Dept. of Recreation & Parks
3303 Wilshire Blvd.
Los Angeles, CA 900 10
Tan Pban, 213-738-2872
Architect: Tatsumi & Partners, Newport, 714-752-4114, M. Harada
Gilbert Lindsay Recreation Center & Soccer Field
City of Los Angeles, Dept. Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
$647,500.00 J
Virginia Hatley, 213-485-8919
Architect: Purkiss-Rose, Fullerton, 714-871-l 188, Steve Rose
Pueblo Playfield Expansion
Pomona Unified School District
9800 S. Garey Avenue
Pomona, CA 91766
$720,969.00
Isella Lovato, 909-397-4800
Architect: Thomas Blurock, Costa Mesa, 714-650-1262, B. Helton
Track & Soccer Field
California State University, San Marcos
csu, San Marcos
$1,123,93(x99
San Marcos, CA 92096-0001
Dian Malone, AlA 760-750-4658
Architect: R. Bein/ Wm. Frost, Irvine, 714-855-5797, C. Johnson
20
JOB EXPERIENCE&EFEREM’ES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY, CONTACTS DOLLARAMT
1998
1998
1998
1998
Hansen Dam Recreation Center/Orcas Picnic Area
City of Los Angeles, Dept. of Recreation & Parks
200 N. Main Street, Room 709
Los Angeles, CA 90012
Virginia Hatley, 213-485-8919
Architect: Agency
$513,000.00
Promenade Park $1,521,626.00
City of Corona
815 W. 6* Street
Corona, Ca 91720
John Wheatly, 909-245-0800
Architect: Kammeyer & Assoc., Corona, 909-371-2444, T. Bagley
CT1 l-43 AOO4A, Maintenance Stations
State of CA Dept. of Transportation
c/o Bein, Frost & Associates
14725 Alton Parkway
Irvine, CA 91618
1,467,497.80
Architect: Rbt. Bein, Wm Frost, Irvine, (714) 472-3425, G. Conklin
Duck Pond Improvements
City of Temecula
43200 Business Park Drive
Temecula, CA
Brian Guillot, 909-694-l 587
Architect: Alhambra Group, 909-694 15 87
$1,389,968.00
J
21
I’ TERRA-CAL CONSTRUCTION, INC.
JUB EPERKENCEFERENCES - 5 YEARS
YI%R OF INITIAL
AWARD JOB TITLE. AGENCY, CONTACTS DOLLAR AMT
1998 Lincoln Streetscape, Cypress Avenue $803,000.00
Hillcrest Contracting
PO Box 1898
Corona, CA91718
Sean Gill, 909-273-9600
Architect: Lawrence R. Moss, Glendale, 818-248-5200, S. Smith
1998 Avalon Blvd. Medians $794,160.00
City of Carson
701 E. Carson Street
Patricia Elk&, 3 10-830-7600
Architect: Tatsumi & Partners, Newport, 714-752-4114, M. Harada
1998 Pantera/Pueblo Schools $359,111.00
Pomona Unified School District
800 S. Garey Avenue
Pomona, CA 91766
Yvonne Medina, 909-397-4800
Construction Mgr.: WD Got%, 909-982-895 1, Randy Passmore
1999 Adelant Site 14 Middle School
Adelanto School District
I 1824 Air Base Road
Adehurto, CA 92301
$420,059.00
Construction Mgr.: WD Gott, 909-982-8951, Leslie Nilson
22
JOB EAPERIENCE~F~XENCES - 5 YEART
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY. CONTACTS DOLLAR AMT.
1999 La Mirada Community Park
County of Los Angeles, Dept. of Parks & Recreation
3303 Wilshire Blvd. Ste 1200
Los Angeles, CA 90010
Mohammed Farm 213-738-6542
Architect: Harris & Assoc. 949-655-3900, Steve Velasco
$1,196,098.00
1999 Wetlands Habitat Revegetation
City of Laguna HilIs
25201 Paseo De Alicia #150
Laguna Hills, CA 92653
$473,600.00
Ken Rosentield, 949-707-2655, Biologist: Chambers Group, 949-261-5414
Construction Mgr.: Harris & Assoc., 949-655-3900, Steve VeIasco
1999 Squaw Peak Freeway Rt5 1 Shea Blvd, & Bell Rd.
Proj. No. RAM600-2-525
Arizona Department of Transportation
1309 N. 22nd Avenue
$2,700,000.00
Phoenix, AZ 85009-7000
Al Kattan, 602-255-8390
Project Mgr.: Michael Baker Jr. Inc., Phoenix, 602-798-7512, E. Corral
1999 Valerio Primary Cent& $1,801,850.82
Los Angeles Unified School District
3 55 S. Grand Avenue 6* Floor
Los Angeles, CA 90071 , w &&z/&i $i+c~rc; 213 &Vi- q?t 0 3
Architect: Fernando Juarez & Assoc., L.A, 213-250-8345, D. Pape
23
I’ TERRA-CAL CONSTH.JCTIQ~, INC.
JOB EXPERKENCEFERENCES - 5 YEm
YEAR OF INITIAL \AWARD JOB TITLE. AGENCY, CONTACTS DQLLAR AMT.
1999 Almansor Park Renovations $1,242,300.00
City of Alhambra
111 South First Street
Alhambra, CA 91801
Tom Cardoza, 626-570-5048
Architect: Purkiss-Ross-RSI, Fullerton, 7 14-871-l 888, J. Pickel
1999 Sky Country Trails
Economic Development Agency of Riverside County
3525 14* Street
Riverside, CA 9250 1
$478,485.00
Tim Grotke, 909-955-6689
Constr. Mgr: krieger & Stewart, Riverside, 909-684-6900, ti. Messersmitb
1999 Whittier Narrows Soccer Field
County of Los Angeles Dept. of Public Works
900 S. Fremont Ave. 5’ Floor
Alhambra, CA 9 1803
$1,354,561.00
Daniel Zapata, 626-458-2537
Architect: Agency
24
JOB EWERlENCEZtEFEENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY.,CONTACTS DOLLAR AMT.
1999 Newhall Metrolink Station
City of Santa Clarita
23920 Valencia Blvd. Ste. 300
Santa Clarita, CA 91355
Bonnie Joseph, 661-259-2489
Architect: CHCG, Pasadena, 626-568-1428, D. Khpsis
1999 Via Princessa Metrolink Station
City of Santa Clarita
23920 Valencia Blvd. Ste. 300
Santa Clarita, CA 91355
Bonnie Joseph, 661-259-2489
Architect: CHCG, Pasadena, 626-568-1428, D. Klapsis
1999 Robb Field N.E. Corner Improvements
City of San Diego
9485 Aero Dr, MS 18
San Diego, CA 92123
Nikki Lewis, 619-627-3274
$2,594,750.00
$262,114.00
$948,800.00
Architect: TC Design, San Diego, 619-299-4762, T. Cuppage
1999 Eagle Glen Comnwnity Park $1,789,456.00
City of Corona
815 W. 6* Street
Corona, CA 91720
Jonathan Jones, 909-736-249 1
Architect: Baxter Eugene Miller, Corona, 909-73741124, B. Miller
25
I’ TERRA-CAL CONSTRUCTION, INC.
JOB EXPERIENCWUEFERENCES - S YEARS
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY. CONTACTS DOLLAR AMT.
1999 Jurupa Sports Park (Design/Build)
Economic Development Agency of Riverside County
3525 14* Street
$4,061,804.00
Riverside, CA92501-3813
Tina Grotke, 909-955-6689
Architect: Hirsch & Associates, Ar&eim, 714-776-4340, P. Hirsch
1999 CT1 l-0103U4, Oceanside Rt 76
State of CA, Dept. of Transportation
7177 Opportunity Road
San Diego, CA 92111
John Hurtz& 619-467-4086
Architect: Agency
$3,978,192.00
1999 Discovery Park $793,517.00
City of Glendale (AZ)
5850 W. Glendale Ave.
Glendale, AZ 85301
602-930-2000
Architect: Phil Ryan & Assoc, Chandler AZ, 480-899-5813, P. Ryan
1999 Ventura Blvd Redevelopment & Improvements $4,514,539.00
Camarillo Conimunity Development Commission ’ J 601 Carmen Drive
Camarillo, CA 9301 l-0248
Sonny Murillo, 805-388-5360
Architect: Harris dz Associates, Conwrd, 925-827-4900, D. Greb
Constr. Mgmt: Boy16 Engineering, James Peifer, 805-644-9704
!
I i ,-
26
I’ ” TERR.A+XL CONSTRUCTION, INC.
JOB EXPERTENCEAWFBRENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY. CONTACTS DOLLAR AMT.
1999
1999
1999
1999
Yamaha Corp. of America
6600 Orangethorpe Ave
Buena Park, CA
$102,113.00
Wayne Ivins, 714-522-9575
Architect: David Evans, Ontario, 909-48 l-5750, Kim Rhodes
Foothill Blvd. Median Improvements $1,424,517&O
City of Ranch0 Cucamonga J 10500 Civic Center Drive
Ranch0 Cucamonga, CA
Michael Long, 909-477-2740
Architect: ALS Consulting Engrs., San Bernardino
San Gabriel River Clearing
County of Los Angeles Dept. of Public Works
900 S. Fremont Avenue
Alhambra, CA 91803-1331
Mike Ignatious, 626-458-3 148
Architect: Ageticy
$387,600.00
Sports & Recreation Complex Expansion
University of Calls. At Riverside
Office of Design 62 Construction
36 1 SA Canyon Crest Drive
Riverside, CA 92507
Daniel Johnson, 909-787-4201
Architect: Agency, 909-787-4201,Theodore Chiu
$1,506,200.00
27
I’ TERRA-CAL, CONSTRUCT.tON, INC.
JOB EXPERIENCEREFERENCES - 5 YEARS
YEAR OF rNrTLAL
AWARD JOB TITLE, AGENCY,, CONTACTS DOLLAR AMT.
1999 CabriUo Heights Bahfield
City of San Diego
9485 Aero Dr, MS 18
San Diego, CA 92123
Yovanna Hanna, 619-627-3273
Architect: TC Design, 619-627-3273, Y. Hama
$421,000.00
1999 Orange Terrace Community Park
McMillin Land Development
2727 Hoover Avenue
National City, CA 91950
Tom Tomhnson, 760-801-9689
Architect: Peter J. Pitas& 909-980-1361, P. Pitassi
$1,406,200.00
1999 Santa Monica Atboritum (P)
HNTB Design/Build
2200 Colorado Avenue
Santa Monica, CA 90404
Marty Piatt, 310-45-3445
$93,650.00
2000 North Main Street Medians $438,502.00 I City of Corona
815 W. 6th Street
Corona, CA 91718
Johathan Jones, 909-736-2491
Architect: Baxter Eugene Miller, Corona, 909-737-l 124, B. Miller
28
JOB EXl?ERIENCEZtEJ?ERE..CES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY, CONTACTS DOLLAR AMT.
2000 CTO8-45 1204, Rt 66, Raised Medians $320,559.00
State of CA, Dept. of Transportation 4100 Latham Street, Ste E
Riverside, CA 92501
Dennis Ozowarq 909-682-5645
Architect: State
2000 San Pedro High School Sports Field Improvements
City of Los Angefes, Dept. of Recreation & Parks
$2,772,310.00
200 N, Main Street, Room 709
Los Angeles, CA 900 12
Virginia Hatley, 213-485-8919
Architect: Calvin R. Abe & Assoc., Los Angeles, 3 1 o-838-0448
2000 Wetlands Treatment Project $2,193,160,00
Valley Sanitary District
45-500 Van Buren
Indio, CA 92201
Daniel Cain, 760-347-2356
Architect: Enartec Inc., San Diego, 858-571-3505, T. Johnson
2000 Northeast Loop Pima Freeway
Arizona Dept. of Transportation
Roosevelt Landscape Group
1001 N. Black Canyon
Phoenix, AZ 85009
Ted Littlefield, 602-255-7353
Architect: Agency, Joe Salazar, 602-255-7353
$748,990.00
29
JOB EmERlENCEmFERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY. CONTACTS DOLLAR AMT.
2000
2000
-
2000
2000
Sierra West Landscaping
Sierra Lakes Land Company
1156 N. Mountain Avenue
Upland, CA 91786
Phil Lemoine, 909-985-0971
Architect: Sitescapes, Richard Polhamus, 949-644-9370
Casa Grande Freeway
Arizona Dept. of Transportation
Rosevelt Landscape Group
100 1 N. Blat, Canyon
Phoenix, AZ 85009
Ted Littlefield, 602-255-7353
Architect: The WLB Group, 602-279-1016
Market/Queen St. Median Improvements
City of Inglewood
1 Manchester Blvd.
Inglewood, CA
Golnaz Manouchehr-Pour, 3 1 O-4 12-5333
Architect: ASL Consultants, Juan Diaz, 626-683-0066
Culver City Schools Improvements
PCM3 Construction Management
4401 Elenda Street
Culver City, CA 90230
Dale McCurry, 3 10-842-7606
$548,866.00
$548,892.00
$3,653,538.00
$1,260,000.00
30
C
I’ TERRA-G!& CONSTRUCTION, INC.
JOB EXPERIENCEdZEFBItE~CES - 5 YEARS
YEAR OF rNrTrA.L
AWARD JOB TITLE. AGENCY, CGNTACTS DOLL,+UX AMT.
2000
2000
2000
2000
2000
Bristol Farms (I?)
Beverly West Square Assoc.
c/o The Arba Group
6380 WhiMire Blvd, Ste 1106
L-A., CA 90048
(323) 651-1808
$113,180.00
Architect: Perkowitz & Ruth, Long Beach, (562) 6288000
Oak Grove School
Oak Grove School District
6578 Santa Teresa Blvd.
San Jose, CA 95 119
$777,?75.00
Leslie Mahatnace, 408-227-8300
Architect: SSA Landscape, Santa Cruz, Alice Haughney, 831-459-0455
Marina Beach Marriot (P)
Crestline Capitol
$287800.00
10400 Femwood Road
Bethesda, MO 20817
Tom Botoger, 3 lo-4484871
Architect: EPT Landscape Arch., Pasadena, Scott Horsley, 626-795-2008
Vermont St. Tree Planting
City of LA Board of Public Works
600 S, Spring Street, lOti Floor
Los Angeles, CA 90012
Clair Tohase, 213-473-4664
Architect: Agency
$213,141.00
Hatteras St. Tree Planting
City of LA Board of Public Works
600 S. Spring Street, lO* Floor
Los Angeles, CA 90012
Clair Tollase, 213-473-4664
Architect: Agency
$170,988.00
31
JOB EXl=ERIENCE&lTFERENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE. AGENCY, CONTACTS DOLLAR AMT
2000 CTO4-043684, Highway Planting, San Mate0
State of CA, Dept. of Transportation
551 PiIgrimDrive, Ste A
Foster City, CA 94404
Daryl Schram, 650-358-3706
Architect: Agency
$226,587.00
2000 Ranch0 Santa Margarita Town Center (P)
Snyder Langston
17962 Cowan
Irvine, CA 92614
$217,757.00
Jed Bohn, 949-863-9200
_ Architect: EPT Landscape, San Juan Capistrano, 949-661-7127
2000 Somefiord Place (I’)
Bruno Engerprises
5 114 E. Clinton Way, Ste III
Fresno, CA 93727
Cheree Abshire, 559-454-7744
Architect: Clayton B Warole, Oneals, CA
$98,238.00
2000 Empire Towers-Paving & Irrigation(p)
Gen Contractor: Whiting-Turner Contracting Co.
3 Corporate Park Ste 100
Irvine, CA 92606
$190,000,00
Dale Souggett, 949-863-0800
Architect: Architerra Design Group, Ranch0 Cucamonga, 909-484-2800
2000 Irvine High School Field Modifications
h-vine Unified School District
14600 Sand Canyon Avenue
h-vine, CA 926 18
$449,700.00
Lloyd Linton, Ara Zareczny, 949-936-5300
Architect: HMC Arch, Ontario, T. Hunter, 909-989-9979
32
JOB ,EXPERlENCEDU3FERElVCES - 5 YFART
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY, CONTACTS DOLLAR AMT
2000 Mira Costa High School Utility Infastructure
Manhattan Beach Unified School District
1230 Rosecrans Avenue, Suite 400
Manhattan Beach, CA 90266
Scott J. smith, 310-725-9130
Construction Mgr: PCM3, hoss Nabs& 3 1 O-3 72- 1249
$2,813,000.00
2000 Storm Drain Improvement
City of San Bernardino
300 N. “p Street
$661,240.00
San Bernardino, CA 924 18
Mike Curry, 909-384-S 155
Architect: Michael Grubbs, San Bemardiio, 909-384-5179
2000 Bravo Masonry (P)
Bravo Sign & Design
714 N. Lemon Street
Omge, Ca 92867
Frank Fiore, 714-771-5000
Architect: Bravo Sign & Design
$48,500.00
2000 Geneva Presbyterian Church (P) $201,990,00
Geneva Presbyterian Church
24301 El Toro Road
Laguna Hills, CA 92653
David Schaefer, 949-837-2323
Architect: Dominy & Assoc, San Diego, David Schaefer, 619-692-9393
2000 MCI Telecom (P) $58,600.00
Ho&ran Construction (General Contractor)
1300 SW 6* Avenue
Portland, OR 97207
John Grade, 503-221-8811
Architect: Group MacKenzie, Portland, OR, 503-228-1285
33
JOB EmElUENCE&EFERENCES - 5 YEARS
YEAR OF lTNTnAL
AWARD JOB TITLE. AGENCY, CONTACTS, DOLLAR AMT
2000 AquaFria, Rt 17/Loop 101 $1,947,290.00
Arizona Dept. of Transportation
165 1 W. Jackson
Phoenix, AZ 85007
Ted Littlefield, 602-72 l-722 1
Architect: Logan Simpson, Tempe, AZ, 480-967- 1343
2000 CT1 l-0486E4, Park De La Cruz
State of CA, Dept of Transportation
7 177 Opportunity Road
San Diego, CA 92111
Tom Brown, 858-467-4084
Architect: Agency
$1,033,962.00
2000 Veteran’s Park $1,993,508.00 t/
City of Bell
6330 Pine Avenue
Bell, CA 90201
Annette Peretz, 323-588-6211
Architect: Norris Repke, Orange, Chris Wilberg, 714-973-2230
2000 Inland Empire Utilies Plant/Landscapiug
Inland Empire Utilities Agency
PO Box 697
$654,700.00 t/
Ranch0 Cucamonga, CA 9 1730
Terry Caldwell, 909-357-0241
Architect: RHA, Riverside, Ranolph Hlubik, 909-78 1-l 930
,-
34
-
JOB EXPERll3NCEmFERENCES - 5 YEARS
YEAR OF
AWqRD
INITIAL
JOB TITLE. AGENCY, CONTACTS DOLLARAMT
2000 Trafiic Calming
City of Ontario
303 E. “B” Street
Ontario, CA 91764
Glen Stott, 909-395-2136
Architect: Agency
$413,416.70
2000 Junior Seau Sports Complex
City of La Mesa/Spring Valley School Distr.
8 130 Allison Avenue
La Mesa, CA 91941
Gregory Humora, 6 19-667-l 146
Architect: Schmidt Design Group, San Diego, G. $chmidt, 619-236- 1492
$945,900.00
2000 CT1 l-238724, University-Adams at RT 15
State of CA, Dept. of Transportation
7 177 Opportunity Road
San Diego, Ca 92111
Tom Browne, 858-467-4084
Architect: Agency
$1,471,022.00
2000 Stonegate Equestrian Park
City of Scottsdale, AZ
$973,580.00
7447 E. Indian School Road #205
Scottsdale, AZ 8525 1
Alison Boldt, 480-3 12-7985
Architect: WLB Group, Phx AZ, G. Presto, 602-279-1016
2000 Train Depot Plaza $723,882.00
City of Davis
23 Russell Blvd.
Dav$ CA 95616
Jeanie Hippier, 530-757-5642
Architect: Indigo/Hammond & Playle, Davis, J. Hammond, 530-750-0756
35
JOB BxpERI*ENCE~FEENCES - 5 YEARS
YEAR OF INITIAL
AWARD JOB TITLE, AGENCY, COmACTS DOLLAR AMT
2000 Aqua Fria Loop 101 -Northern to McDowell
AZ Dept. of Transportation
1001 N. Black Canyon Hwy
Phoenix, AZ 85009
Kirk Kiser, 602-712-7353
Architect: Santec, Phoenix, M. Simerhockle, 602-436-2200
$2,482,189.00
2poo Page Pedestrian Pathway
AZ Dept. of Transportation
1801 S. Milton Road
Flagstaff AZ 86001
Lynn Johnson, 520-774-l 799
Architect: Agency
$593,935.00
2000 Bascom Ave. Median Island Landscaping
City of San Jose
675 N. First St. Suite 300
San Jose, CA 95112
Ubaldo Perez, 408-277-4777
Architect: Agency
2000 Clabazas Creek
Santa Clara Water District
5750 almaden Expressway
SanJose, CA95118
Tim Jelsch, 408-265-2600
Architect: Agency
2000 Charter Way
. City of Stockton
425 N. El Dorado Street
Stockton, CA 95202
James Wong, 209-937-8 110
Architect: Agency
36
$867644.00
$568,432.00
$1,527,614.00
.-
I’ TERRA-CAL CONSTRUCTION, INC.
YEAR OF INIW
AWARD JOB TITLE. AGENCY, CONTACTS. poLLAll ANT
2000 Walnut Grove Park
City of Anaheim
PO Box 3222
Anaheim, CA 92803
Carl Heimberger, 714-765-4465
Architect: P&b-Rose, Fullerton, 0. Johnson,
$1,036,925.00
$2,441,135.00 2001 Citrus State HistoricaI Park IIA
City of Riverside, Dept of Parks & Recreation
3900 Main Street
Riverside, CA 92552
Jay Niemczak, 909-715-3466
Architect: 30* St. Architects, Newport Bch, C. Wilde, 949-673-2643
37
-
-.
-
-
-
-
*- -
-
-
--
BIDDER’S CERTIFICATE OF INSURANCE FOR
GENERAL LIABILITY, EMPLOYERS LIABILITY, AUTOMOTIVE
LIABILITY AND WORKERS COMPENSATION
(To Accompany Proposal)
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
As a required part of the Bidders proposal the Bidder must attach either of the following to this page.
1. Certificates of insurance showing conformance with the requirements herein for:
Comprehensive General Liability
Employers Liability
Automobile Liability
Workers Compensation
2. Statement with an insurance carriers notarized signature stating that the carrier can, and upon
payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for
Comprehensive General Liability, Employers Liability, Automobile Liability and Workers
Compensation in conformance with the requirements herein and Certificates of insurance to the
Agency showing conformance with the requirements herein.
All certificates of insurance and statements of willingness to issue insurance for auto policies offered to
meet the specification of this contract must: (1) meet the conditions stated in The Notice Inviting Bids,
the Standard Specifications for Public Works Construction and the Special Provisions for this project for
each insurance company that the Contractor proposes, 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.
9/l 1 too Contract Nos 3637 3616 & 3560 -9 - Page 30 of 145 pages
ACORD, CERTIFICATE OF LIABILITY INSURANC~g!~ ~1 DA;;“;“I;;I
‘PRODUCER Bolton & Company CA License #0008309 245 S. Los Robles Ave, Ste 105 'msadena CA 91101 one:626-799-7000 Fax:626-441-3233
,,.dRED
Terra-Cal Construction Inc. 14530 Joanbrid egf$;;se& Baldwin Park d
I
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURER A: TIG Insurance Company /*>cl/ (3p-
INSURER B: Royal Insurance Company A+ ml/r& I INSURER c: Fairmont Insurance Company&-s/j Cte
INSURER D:
INSURER E:
COVERAGES
THE WLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
PC? TYPE OF INSURANCE
GENERAL LIABILITY
A x COMMERCIAL GENERAL LIABILITY
/ CLAIMS MADE x OCCUR 0 X 5000 BI/PD deduct
GENL AGGREGATE LIMIT APPLIES PER:
POLICY x y;gi LOC
AUTOMOBILE LIABILITY
A x ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS -n
GARAGE LIABILITY
ANY AUTO
EXCESS LIABILITY
B X OCCUR CLAIMS MADE
DEDUCTIBLE
I:““”
CA39253616 09/30/01
PHA205665 11/01/01
RETENTION $NA
WORKERS COMPENSATION AND
C EMPLOYERS LIABILITY WCR80068271 10/01/01
‘OLICY EXPIRATION DATE fMM/DDRn LIMITS
EACHOCCURRENCE t1,000,000
10/01/02 FlREDAMAGE(Anyonefire) 0 50, 000
MED EXP (Any one person) $5,000
PERSONAL 8 ADV INJURY 91,000,000
GENERAL AGGREGATE s2,000,000
PRODUCTS-COMP/OPAGG $2,000,000
AUTO ONLY - EA ACCIDENT $
OTHER THAN EAACC $
AUTO ONLY: AGG $
EACHOCCURRENCE s5,000,000
10/01/02 AGGREGATE ~5,000,000 I$
IS
$
S TU X KRY~~IMITS OT ERH- 10/01/02 E.L. EACH ACCIDENT a1,000,000
E.L.DlSEASE-EAEMPLOYEE 0 ~,ooo,ooo
E.L. DISEASE - POLICY LIMIT 0 1 , 0 0 0 , 0 0 0
OTHER
)ESCRIPTION OF OPERATlONS/LOCATlONS ICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVl.9 Additional insured per CG2010 11/85.Primary Wording per ZC13034. Gen Liab
Waiver of Subrogation per CG2404 10/93.Auto Liab A/I per AT25080 6/97.Auto
Liab Waiver of Subrogation per AT25082 6/97. W/Co- Waiver of Subrogation
per W25103 6/97. Job:Alga Road Median Landscape,City of Carlsbad. Job
#:3560, 3616 & 3637. *lO day notice for non payment. @ I CERTIFICATE HOLDER 1 Y 1 ADDITIONAL INSURED; INSURER LETrER: _ CANCELLATION 1 CARLSBl I
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATIOI
DATE THEREOF, THE ISSUING INSURER WlLL - AIL % DAYS WRllTEN
City of Carlsbad Attn: Purchasing Department 1635 Faraday Avenue Carlsbad CA 92008-7314
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,- lUDnPEUnnDllnl -..*. . . . -*. .- ^- . . . . . . ..A# a-r.. .-..
u v OACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A. statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
CARLSBI
POLICY NUMBER: GL39253615 COMMERCIAL GENERAL LIABILITY
INSURED: Terra-Cal Construction, Inc.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED
- OWNERS, LESSEES or CONTRACTORS
(FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization
City of Carlsbad, its officials, employees and volunteers.
(if no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in
the Schedule, but only with respect to liability arising out of “your work” performed for that insured by or for
you.
CG201011 85 Copyright, Insurance Service Office, Inc., 1984
1 Endorsement No. 1 I
ATTACHED TO AND
FORMING A PART OF POLICY NUMBER
ENDORSEMENT EFFECTIVE
(Standard Time)
INSURED
Terra-Cal Construction, Inc.
39253615
COMPANY
Month/Day/Year 12:Ol A.M. NOON PRODUCER AND CODE
CONSTRUCTION PROGRAM GROUP
TIG Insurance Company 1 l-01/01 6
I I 630289 1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE HEAD IT CAREFULLY.
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
COMMERCIAL GENERAL LIABILITY COVERAGE PART;
PRODUCTS/COMPLETED OPERATIONS COVERAGE PART
ADDITIONAL INSURED PRIMARY WORDING
The following changes are made to SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS:
The following is added as condition 4. Other Insurance. As subparagraph d. Additional Insured:
d. Additional Insured
Where you have entered into a written contract or agreement to name a person or organization
as an insured under this Coverage part and that written contract or agreement requires this
insurance to be primary and noncontributory, we will not seek contribution from any other
insurance unless the “Amendment of Other Insurance Condition,” CG 00 55 03 97, endorsement
applies
All other terms and conditions remain unchanged
AUTHORJZED REPRESENTATIVE
zc 13034
-
CL 675
(10-93)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CG 24 04 10 93
WAIVER OF TRANSFER OF
RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
This endorsement changes the policy effective on the inception date of the policy unless
another date is indicated below.
Terra-Cal Construction, Inc.
(Authorized Representative)
SCHEDULE
Name of Person or Organiration:
Blanket Where Required by Written Contract.
(if no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV -
COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following:
We waive any right of recovery we may have against the person or organization shown in the Schedule
above because of payments we make for injury or damage arising out of your ongoing operations or “your
work” done under a contract with that person or organization and included in the “products-completed
operations hazard.” This waiver applies only to the person or organization shown in the Schedule above.
CL
CG24041093
675
Copyright, Insurance Services Office, Inc. 1992
(1 O-93)
Page 1 of 1
-
This endorsement, effective 12:Ol A. M. g/30/01 forms a part of Policy
No. CA3925361 6 Issued to Terra-Cal Construction, Inc.
by TIG Insurance Company
ADDITIONAL INSURED WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
The following is added to Section II - Liability Coverage, A. - Coverage, 1. -Who Is An Insured
d. Any person or organization to whom you become obligated to include as an additional insured under
this policy as a result of any contract or agreement you enter into which requires you to furnish
insurance to that person or organization of the type provided by this policy, but only with respect to
liability arising out of your operations or premises owned by or rented to you. However, the
insurance provided will not exceed the lesser of:
1. The coverage or limits of this policy, or
2. The coverage or limits required by said contract or agreement.
Authorized Representative
AT 25080 06-97
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement, effective 12:Ol A.M. 09/30/01 forms a part of Policy
No. 39253616 issued to Terra Cal Construction, Inc.
by TIG Insurance Company
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO
us
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
The following is added to Section IV - Business Auto Conditions, A. - Loss Conditions, 5. -
Transfer of Rights of Recovery Against Others to Us
However, we will waive any right of recovery we have against any person or organization with
whom you have entered into a contract or agreement because of payments we make under this
Coverage Form arising out of an “accident” or “loss” if:
(1) The “accident” or “loss” is due to operations undertaken in accordance with a written contract
existing between you and such person or organization; and
(2) The contract or agreement was entered into prior to any “accident” or Loss.”
No waiver of the right of recovery will directly or indirectly apply to your employees or employees
of the person or organization, and we reserve our rights or lien to be reimbursed from any
recovery funds obtained by any injured employee.
Authorized Representative
AT 25082 06.97
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CARLSBI
This endorsement modifies insurance provided under the following:
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY
This endorsement, effective 12:Ol A.M. IO/O1 101 forms a part of Policy
Policy No. WCR60068271 by Fairmont Insurance Company
Issued to: Terra-Cal Construction, Inc.
Premium: $
WAIVER OF OUR RIGHTS TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement changes the policy to which it is attached effective on the inception date of the policy
unless a different date is indicated above.
(The following “attaching clause” need be completed only when this endorsement is issued subsequent
to preparation of the policy.)
We have the right to recover our payments from anyone liable for an injury covered by this policy. We
will not enforce our right against the person or organization named in the Schedule. This agreement
applies only to the extent that you perform work under a written contract that requires you to obtain this
agreement from us.
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule, or
for operations at or from the project site in connection with the project under contract documents with
the sponsor.
Schedule
City of Carlsbad, its officials, employees and volunteers.
Principal: This section is not applicable. , and all enrolled
contractors and subcontractors performing operations at or from the project site in
connection with the project under contract documents with the owner.
All other terms, conditions and exclusions of this policy remain unchanged.
Strike out third sentence if inapplicable.
Authorized Representative
W25103 06-97
BIDDER’S STATEMENT RE DEBARMENT
(To Accompany Proposal)
-
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
- ON ALGA ROAD
1. Have you or any of your subcontractors ever been debarred as an irresponsible bidder by another - jurisdiction in the State of California?
Yes no
--. 2. If yes, what was/were the name(s) of the agency(ies) and what was/were the period(s) of
debarment(s)? Attach additional copies of this page to accommodate more than two debarments.
party debarred party debarred --
agency agency
-
period of debarment period of debarment
BY CONTRACTOR:
9/l 1 too - Contract Nos 3637 3616 & 3560 -I- Page 31 of 145 pages
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(To Accompany Proposal)
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
-
Contractors are required by law to be licensed and regulated by the Contractors State License Board
which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act
or omission is filed within four years of the date of the alleged violation. A complaint regarding a latent
act or omission pertaining to structural defects must be filed within 10 years of the date of the alleged
violation. Any questions concerning a contractor may be referred to the Registrar, Contractors State License board, P.O. Box 26000, Sacramento, California 95826.
Have you ever had your contractors license suspended or revoked by the California Contractors
State license Board two or ,more times within an eight year period?
-- 1.
2.
.* -
- 3.
- 4.
5.
K yes no
Has the suspension or revocation of your contractors license ever been stayed?
yes 4 no
Have any subcontractors that you propose to perform any portion of the Work ever had their
contractors license suspended or revoked by the California Contractors State license Board two or
more times within an eight ear period?
bL
yes no
Has the suspension or revocation of the license of any subcontractors that you propose to perform any portion of the Work ever been stayed?
,yes no
If the answer to either of 1. or 3. above is yes fully identify, in each and every case, the party
disciplined, the date of and violation that the disciplinary action pertain to, describe the nature of the
violation and the disciplinary action taken therefor.
--
(Attach additional sheets if necessary)
.-
--_
Contract Nos 3637 3616 & 3560 -, - Page 32 of 145 pages 9/11100
BIDDER’S DISCLOSURE OF DISCIPLINE RECORD
(CONTINUED)
(To Accompany Proposal)
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
- STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
- 6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, the party who s
discipline was stayed, the date of the violation that the disciplinary action pertains to, describe the
nature of the violation and the condition (if any) upon which the disciplinary action was stayed.
-
(Attach additional sheets if necessary)
BY CONTRACTOR:
Contract Nos 3637 3616 & 3560 -I - Page 33 of 145 pages
-
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
- CITY SIDEWALK PROGRAM, CO.NTRACT NO. 3560
ON ALGA ROAD
State of California >
-
(Nade of Bidder)
, being first duly sworn, deposes
and says that he or she is - of
- 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 else to put in a sham bid, or that 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 of the bidder or any other bidder, or to fix -
-_
any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any
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 contents 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 decl e un er pe Ity of perjury that the foregoing is true and correct and that this affidavit was execu dpn d #r/&--y dayof ,/;?cf79.@f ,2Oflf . - &&,
I
Subscribed an c!Ju s rn to before me on the dayof&f/3,hPY Y ,200/.
(NOTARY SEAL)
-
-
7&d [
-am05
Contract Nos -I 3637 3616 & 34 of 145 - 3560 Page pages - 9/11100
State of California
County of LOS ANGELES
On C 1 L%2f10/ OS date , before me, COURTNEY A. ROACH. NOTARY PUBJnTX Name and Title of Gfficer (e.g., ‘Jane Doe, Notary Public”)
personally appeared GREGG STRUMPF Name(s) of Signer(s)
Qpersonally known to me
0 proved to me on the basis of satisfactory
evidence
COURTNEY A ROACH Ccmmidont129214 NutofyPubk-w Los Angelas CaJw ‘1
Place Notary Seal Above
to be the person(s) whose name(s) is/&
subscribed to the within instrument and
acknowledged to me that helgt)t3J$eF executed
the same in hisJ@~&$!~ authorized
capacity(ies), and that by his/pyr Trjr
l signature(s) on the instrument the person s), or
the entity upon behalf of which the person(s) acted, executed the instrument.
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name:
q Individual
0 Corporate Officer - Title(s):
q Partner -0 Limited Cl General
0 Attorney in Fact
q Trustee
17 Guardian or Conservator
Cl Other:
Signer Is Representing:
0 1999 National Notary Association * 9350 De Solo Ave., P.O. Box 2402 - Chstsworlh. CA 913132402 * wwwnationaluxtarpxg Prod. No. 5907 Reorder: Call Tall-Free I-800-876-6327
CONTRACT
PUBLIC WORKS
This agreement is made this (0 m day of I&XMBti 20 01 , by and between
the City of Carlsbad, California, a municipal corporation, (hereinafter called “City”),
and TERRA-CAL CONSTRUCTION, INC. whose principal place of business is
14530 JOANBRIDGE STREET, BALDWIN PARK CA 91706
(hereinafter called “Contractor”).
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents for:
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
(hereinafter called “project”)
-- 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents.
3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids,
Contractor’s Proposal, Bidders Bond, Designation of Subcontractors, Designation of Owner
Operator/Lessors, Bidders Statements of Financial Responsibility, Technical Ability and Experience, Re
Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and Specifications,
the Special Provisions, addendum(s) to said Plans and Specifications and Supplemental 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 Contractors
expense to fulfil1 the intent of said documents. In all instances through the life of the Contract, the City
will be the interpreter of the intent of the Contract Documents, and the City’s decision relative to said
intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials
suppliers of this condition of the Contract will not relieve responsibility of compliance.
4. Payment. For all compensation for Contractor’s performance of work under this Contract, City
shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for
Public Works Construction (SSPWC) 2000 Edition and Supplements thereto, all 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. The Engineer will close the estimate of .- work completed for progress payments on the last working day of each month.
9/l 1100 Contract Nos 3637 3616 & 3560 -r - Page 35 of 145 pages
,c
5. Independent 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 information furnished by City.
6. 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. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as
defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I,
Class II, or Class III disposal site in accordance with provisions of existing law.
B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those
indicated.
C. Unknown Physical Conditions. 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.
City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractors 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.
In the event that a dispute arises between City and Contractor whether the conditions materially differ,
or involve hazardous waste, or cause a decrease or increase in the contractor’s cost of, or time required
for, performance of any part of the work, contractor shall not be excused from any scheduled completion
date provided for by the contract, but shall proceed with all work to be performed under the contract.
Contractor shall retain any and all rights provided either by contract or by law which pertain to the
resolution of disputes and protests between the contracting parties.
7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of
the Immigration Reform and Control Act of 1986 (8 USC sections 1101-I 525) and has complied and will
comply with these requirements, including, but not limited to, verifying the eligibility for employment of all
agents, employees, subcontractors, and consultants that are included in this Contract.
8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of
Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is
on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all
applicable prevailing wages on the job site.
9/l 1 IO0 Contract Nos 3637 3616&w -> - Page 36 of 145 pages
9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and
indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage,
- injury and liability of every kind, nature and description, directly or indirectly arising from or in connection
with the performance of the Contract or work; or from any failure or alleged failure of Contractor to
comply with any applicable law, rules or regulations including those relating to safety and health; 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, except for loss or
damage caused by the sole or active negligence or willful misconduct of the City. The expenses of
defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other
dispute resolution method.
Contractor shall also defend and indemnify the City against any challenges to the award of the contract
to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel.
Contractor shall also defend and indemnify the City against any challenges to the award of the contract
for Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the
Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs
for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel.
10. 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 from or in connection with
the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City’s policy for insurance as stated in Resolution No.
91-403. rC-
A. Coverages And Limits Contractor shall maintain the types of coverages and minimum limits
indicted herein:
1. Comprehensive General Liability Insurance: $1 ,OOO,OOO 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.
3. Workers’ Compensation and Employers* Liability Insurance: Workers’ compensation limits as
required by the Labor Code of the State of California and Employers’ Liability limits of $l,OOO,OOO per incident. Workers’ compensation offered by the State Compensation Insurance Fund is acceptable to
the City.
B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this
agreement with the exception of Workers Compensation and Business Automobile Liability Insurance
contain, or are endorsed to contain the following provisions:
9/11100 Contract Nos 3637 3616 & 3560 -3 - Page 37 of 145 pages
1. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using
separate documents attached to the certificate of insurance; one for each company affording general
liability, employers liability and auto liability coverage.
2. The Contractor’s insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor’s insurance and shall not contribute with it.
3. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to
the City, its officials, employees or volunteers.
4. Coverage shall state that the contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability.
C. Notice Of Cancellation. Each insurance policy required by this agreement shall be endorsed to
state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days’ prior written notice has been given to the City by certified mail, return receipt requested.
D. Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or self-insured
retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses.
E. Waiver Of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees.
F. 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.
G. Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403.
H. 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 the Contract is executed by the City.
I. Cost Of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor’s bid.
9/11/00 Contract Nos 3637 3616 & 3560 -! - Page 38 of 145 pages
11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5
- (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Special Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim 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.
A. Assertion of Claims. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation.
B. False claims. Contractor acknowledges that if a false claim is submitted to the City, it may be
considered fraud and the Contractor may be subject to criminal prosecution.
C. Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information.
D. Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees.
E. Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. -
F. Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
G. Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from
participating in future contract bidding.
H. Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and juris iction for
resolution of any disputes between the parties arising out of this agreement is Sa Dieg County,
California. ,
I have read and understand all provisions of Section 11 above.
*
(Initia )
12. 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 notify the City by certified mail of any change of address of such records.
13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of
the Labor Code are incorporated herein by reference.
14. 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
9/I 1100 Contract Nos 3637 3616 & 3560 -I - Page 39 of 145 pages
this contract. Any other security that is mutually agreed to by the Contractor and the City may be
__ substituted for monies withheld to ensure performance under this Contract.
15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause
required by law to be inserted in this Contract shall be deemed to be inserted herein and included
herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to
make such insertion or correction.
16. Additional Provisions. Any additional provisions of this agreement are set forth in the “General
Provisions” or “Special Provisions” attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED
(CORPORATE SEAL)
CONTRACTOR:
(print name and title)
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 the corporate seal empowering that officer to bind the corporation.
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By: f!.?i i&&m j(, ~&i&f+
Deputy City Attorney
Contract Nos 3637 3616 & 3560 -1- Page 40 of 145 pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907
State of CALIFORNIA
County of LO8 BtGELES
On /V-34-~/ before me, GERRY L. MCCARTHY -NOTARY PUBLIC ,
DATE NAME, TITLE OF OFFICER - E.G., “JANE DOE, NOTARY PUBLIC”
personally appeared GREGG SmU)pF AND STEVE PERZYNA ,
NAME(S) OF SIGNER(S)
B personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
SIGNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL
tii31 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
0 PARTNER(S) 0 LlMlTED
0 GENERAL
0 ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR q OTHER:
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NA NAME OF PERSON(S) OR ENTIM(IES) TERRA-CAL CONSTRUCTION,INC. SIGNER(S) OTHER THAN NAMED ABOVE
(01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. Box 7184 l Car-toga Park, CA 91309-7lS4
BOfiD NO.: 8583897 Premiumis fartheContractterm PREMIUM: $8,982.00 sndissubjec'ttoadj-~stmentbased
0nfinalContractprice.
FAITHFUL PERFORMANCE/WARRANTY BOND -
-.
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution
No. 2001-341 , adopted NOVEMBER 1.3 2001 , has awarded to
TERRA-CAL CONSTRUCTION, INC. , (hereinafter
designated as the “Principal”), a Contract for: :
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other
Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, ail-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 for the faithful performance and warranty of said Contract;
NOW, THEREFORE, WE, TERRA-CAL CONSTRUCTION, INC. as Principal,
(hereinafterdesignated asthe”Contractor”), andFidelity and Deposit Compaiy of Maryland I , as Surety, are held and firmly bound unto the City of Cartsbad,
in the suri of ONE-MILLION ONE HUNDRED EIGHTY THREE THOUSAND ONE HUN-
-3RED TWENTY FOUR AND lO/OO---*oI\aw.($ 1,183,124.10 ) said sum being equal ta
one hundred percent (100%) of the estimated amount of the Contract, to ‘be paid to City. or its certain
attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors or assigns, jointly and severally, firmiy by these
presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and
truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be. kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Cartsbad, 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 fa.ce 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 costs and included in ‘. any judgment rendered. *.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Contract, or to the work to be performed thereunder or the specifications accompanying the same shall
affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,
alterations or addition to the terms of the contract or to the work or to the specifications.
- In the event that 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.
9/l lioo Contract NOS 3637, 3616 & 3560 Page 43 of 145 pages
Executed by CONTRACTOR this 2gth
- day of November ,20 01 .
CONTRACTOR:
Terra-Cal Construction, Inc.
(name of CAntractor)
By:
Gregg S&+npf
(print name here)
President- Terra-Cal Construction, Inc.
(Title and 0 g / r7ifation of Signatory)
Executed by SURETY this 2 7 t h day of
November ,200l.
SURETY:
Fidelity and Deposit Company of Maryland
(name of Surety)
225 S. Lake Ave., Ste 700, Pasadena, CA
(address of Surety) 91101
626-792-2311
(telephone number of Surety)
By: e-----
(signature of -Fact)
JOHN D. HUNSINGER
(printed name of AttorneyAin-Fact).
Steve Perwna
(print name here)
r (Attach corporate resolution showing current CE'C& Terra-Cal Construction, Inc. power of attorney.) (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: ,7c-@hj, /d &hq%-h~
Deputy City Attorney
9/l 1 /oo Contract Nos 3637 3616 & 3560 -t- Page 44 of 145 pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907
State of CALIFORNIA
County of 'LO% BHFGELES
On -//-3P 0/ before me, GERRY L. MCCARTHY -NOTARY PUBLIC ,
DATE NAME. TITLE OF OFFICER - E.G., ‘JANE WE, NOTARY PUBLIC
personally appeared GREGG sTR~F AND STEVE PERZYNA ,
NAJdE(S) OF SIGNER(S)
B personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
Commission Y 1213016 or the entity upon behalf of which the
person(s) acted, executed the instrument.
SIGNATURE OF NOTARY
OP+hNAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
q INDIVIDUAL
m CORPORATE OFFICER
_ . TITLE OR TYPE OF DOCUMENT I
q PARTNER(S) 0 LIMITED
17 GENERAL
c] ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
E ~;UA;lANKONSERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NA NAME OF PERSON(S) OR ENTIlY(lES) TERRA-CAL CONSTRUCTION,INC. SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION l 6236 Remmet Ave., P.O. Box 7164 l Canoga Park, CA 91309-7164
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
county of Los Angel es
On November 27, 2001 beforeme, Pilar M. Landeta, Notary Public , Data Name and Title of Dtlicer (e.g., “Jane Doe, Notary Public”)
personally appeared John 0. Hunsinqer , Name(s) of Signer(s)
I3 personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person&$
whose name(%) is/arDE#subscribed to the within instrument
and acknowledged to me that he/Kke&hqKexecuted the
same in hislroerltbietix authorized capacity(&%+ and that by
his/&&txf34Ksignature&$ on the instrument the person@,
or the entity upon behalf of which the person(K) acted,
executed the instrument.
WITNESS my hand and official seal.
77-T.U
Signature 01 Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer’s Name:
0 Individual
0 Corporate Officer
Title(s):
0 Partner - cl Limited 0 General
Cl Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
Top of thumb here
Signer’s Name:
Cl Individual
0 Corporate Officer
Title(s):
Cl Partner - Cl Limited q General
q Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
Top of thumb here
0 1994 Nationat Notary Assoctation l 8236 Remmat Ave.. P.O. Box 7194. Canoga Park, CA 91309-7184 Prod. NO. 5907 Reorder: Call Tall-Free 1 -SOO-876-6827
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE. BALTIMORE, MD
KNOW ALL MEN BY THE-SE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by C. M. PECOT, JR., Vice-President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint John D. Hunsinger of South Pasadena,
urety, and as its act and deed:
hall be as binding upon said Company, as fully and ed by the regularly elected officers of the Company
attorney revokes that issued on
The said Assistant Secretary does hereby
2, of the By-Laws of said Company, and 1
IN WlTNESS WHEREOF, the said Vice-
on the reverse side hereof is a true copy of Article VI, Section
STATEOFMARYLAND
COUNTY OF BAL~MORE
On this ---day of-&.@%---, 8th A.D. 1925, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came C. M. PECOT, JR., Vice-President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding
instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth
and saith, that they are the said officers of the Company aforesaid, and that the seal affiied to the preceding instrument is the Corporate
Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
cp”‘” ‘%
0
XE T2lJ.a -_-_--- -.-~~~
KJ/
-
,++Q%~F ;;;~s;nRExpires ’
Notary Public
&m&LEE!!--- ---
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially
authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
PIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: ‘That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon
the Company with the same force and effect as though manually affixed.”
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this -=a
day of-lXQ.X&XXz--~- _--- -- ___, 2 04-1
.-
L142& -012-8570
Assistant secretary
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
“Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice- ^-4
Presidents or Vice-Presidents specially author&i so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, reco,gk,ances, stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. . . and to affix the seal of the Company
thereto.”
‘
EOND NO.: 8583897
LABOR AND MATERIALS BOND Premiumis forthecontractterm and is subject to adjustment basel onfinalcontractprice.
WHEREAS, the City Council of the City of Carisbad, State of California, by Resolution
No. 2001-341 adopted -NOVEMBER 13 2001
TERRA-CAL CONSTdUCTlON, INC.
, has - awarded to
(hereinafter designated as the “Principal”), a Contract for:
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING, CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
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.
NOW, THEREFORE, WE, TERRA-CAL CONSTRUCTION, INC. , as Principal, (hereinafter designated as the “Contractor”), andFs@ DePoslt ComPanyisOf
Surety, are held firmly bound unto the City of Carlsbad in the sum of ONE MILLION ONE
?‘JNDRED EIGHTY THREE THOUSAND ONE HUNDRED TWENTY FOUR & lO/OO--Dollars
\+ 1,183,124.10 ), said sum being an amount equal to:
One hundred percent (100%) of the total estimated amount payable under said contract by the City of
Carlsbad under the terms of the contract when the total amount payable does not exceed five million
dollars ($5,000,000); or
Fifty percent (50%) of the total estimated amount payable under said contract by the City of Carlsbad
under the terms of the contract when the total amount payable is not less than five million dollars
($5,000,000) and does not exceed ten million dollars ($lO,OOO,OOO); or
Twenty-five percent (25%) of the total estimated amount payable under said contract by the City of Carlsbad under the terms of the contract if the contract exceeds ten million dollars ($lO,OOO,OOO) and
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,
/r.osts and reasonable expenses and fees, including reasonable attorney’s fees, to be fixed by the court,
; required by the provisions of section 3248 of the California Civil Code.
9/l 1100 Contract Nos 3637 3616 & 3560 -t - Page 41 of 145 pages
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). /c
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Contract, or to the work to be performed thereunder or the specifications accompanying the same shall
affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,
alterations or addition to the terms of the contract or to the work or to the specifications.
In the event that 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 29th Executed by SURETY this 27th day
day of November ,20 01 . of November ,20 01
CONTRACTOR: SURETY:
Terra-Cal Construction, Inc. Fidelitv and Deposit Company of Maryland
G&G St&mPf
(p?int name here)
President-Terra-Cal Construction, Inc.
--
Steve Perwna '
(print name here)
CFC& Terra-Cal Construction, Inc.
(title and organization of signatory)
. -( name of Surety)-
225 S. Lake Ave., Ste 700, Pasadena, CA
(address of Surety) 91101
626-792-2311
By:
JOHN D. HUNSINGER
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current
power of attorney)
(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: h%&i, /d. tim+
Deputy City Attorney
9111100 ContractNos3637 3616 &m -2 - Page 42 of 145 pages
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5907
. State of CALIFORNIA
County of LO8 I$$GELES
On //-3&--Q/ beforeme, GERRY L. MCCARTHY -NOTARY PUBLIC ,
DATE NAME, TITLE OF OFFICER - E.G., *JANE DOE, NOTARY PUBLIC
personally appeared GREGG STRmpF AND STEVE PERzYNf! I
NAME(S) OF SIGNER(S)
B personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
Notary Public - Califunio person(s) acted, executed the instrument.
WITNESS my hand and
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITYCLAIMEDBYSIGNER DESCRIPTIDNOFATTACHEDDOCUMENT
B lND’ViDUAL CORPORATE OFFICER
. m-w TITLE OR TYPE OF DOCUMENT
0 PARTNER(S) 0 LIMITED
0 GENERAL q ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S)
00 ;;W;lAN/CONSERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR EW(IES) NA
TERRA-CAL CONSTRUCTION,INC. SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION l 6236 Remmet Ave., P.O. Box 7164 l Canoga Park, CA 91309-7184
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angel es
On November 27, 2001 before me, Pi1 ar M. Landeta, Notary Pub1 ic t Date Name and litle of Officer (e.g., “Jane Doe, Notary Public”)
personally appeared John D. Hunsinqer , Name(s) of Signer(s)
119 personally known to me - OR - Cl proved to me on the basis of satisfactory evidence to be the person@
whose name@) is/aro&subscribed to the within instrument
and acknowledged to me that he/xti&hqKexecuted the
same in hislroerWbit&authorized capacity{&& and that by
his/k&U&rrsignature@ on the instrument the person@&
or the entity upon behalf of which the person@) acted,
executed the instrument.
WITNESS my hand and official seal.
n Pu.am7. w
Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer’s Name:
q Individual
q Corporate Officer
Title(s):
0 Partner - 0 Limited Cl General
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
Cl Other:
Signer Is Representing:
Top of thumb here
Signer’s Name:
Cl Individual
q Corporate Officer
Title(s):
Cl Partner - q Limited c? General
0 Attorney-in-Fact
q Trustee
0 Guardian or Conservator
Cl Other:
Signer Is Representing:
Top of thumb here
@ 1994 thtiinal Notary Association - 6236 Remmet Ave.. P.O. Box 7164 - Canoga Park, CA 91309-7164 Prod. No. 5907 Reorder: Call Toll-Free 1-600-676-6827
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
HOME OFFICE, BALTIMORE, MD
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State. of
Maryland, by C. M. PECOT, JR., Vice-President, and C. W. ROBBINS, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint John D. Hunsinger of South Pasadena,
hall be as binding upon said Company, as fully and ged by the regularly elected officers of the Company of attorney revokes that issued on behalf of John D. Hunsinger,
rth on the reverse side hereof is a true copy of Article VI, Section
t Secretary have hereunto subscribed their names and affixed the OF MARYLAND, this- _________ !!!h ---------__ - -----_ - ---------_--- ---day of
STATE OF MAR- COUNTY OF BALTIMORE
On this--!%h __-------_ day of __--- !&&!f?.~ ---- -- ----, A.D. 19%, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came C. M. PECOT, JR., Vice-President and C. W. ROBBINS, Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding
instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself depose&
and saitb, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate
Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
$Q-??
0
%t,’
fJ &$z&gg __________-_ ----~-~- __ As ----_----~ Tkdf CAROL J. FADER f/ , Notary Public
My Commission Expires- _____ - _____- &3!%~,@%---~----
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original
Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and
I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially
authori& by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the BY-LAWS of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969.
RESOLVED: “That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore
or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shah be valid and binding upon
the Company with the same force and effect as though manually affixed.” IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this --zJ-tk
day of&z~XX!k~ __________________, 2 O-Ql
~142~2 -012-8570 Assistant Secretary
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
“Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-
Presidents or Vice-Presidents specially author&d so to do by the Board of Directors or by the Executive Committee, shall have power,
by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant
Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute
on behalf of the Company any bonds, undertakings, reco,@ran ces, stipulations, policies, contracts, agreements, deeds, and releases
and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,. . . and to affix the seal of the Company
thereto.”
OPTIONAL ESCROW AGREEMENT FOR
SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City of Carkbad whose address
is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, herein_after called “City” and
Terra-Cal Coqstruction, Inc. whose address IS
14530 Joanbridge Street, Baldwin Park, CA 91706 hereinafter called
“Contractor” and Union Bank of California whose address is
1980 Saturn Street, Monterey Park, CA 91755, MC VO3-012 hereinafter
called “Escrow Agent.”
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows:
1. Pursuant to sections 22300 and 10263 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 MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637: STREET
LIGHTING, CONTRACT NO. 3616, and CITY SIDEWALK PROGRAM, CONTRACT NO. 3560 on
ALGA ROAD in the amount of =83,124.10 dated (hereinafter
referred to as the “Contract”). Alternatively, on written request of the contractor, the City 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 notify the City within 10 days of
the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the
escrow agent in connection with the handling of retentions under these sections in an amount not less
than $100,000 per contract. 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 City of Carlsbad , and shall designate the Contractor as the beneficial
owner.
2. The City shall make progress payments to the Contractor for such funds which otherwise would be
withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent
holds securities in the form and 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. All 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.
4. The contractor shall be responsible for paying all fees for the expenses incurred by the Escrow
Agent in administering the Escrow Account and all expenses of the City. These expenses and payment
terms shall be determined by the City, Contractor and Escrow Agent.
5. The interest earned on the securities or the money market accounts held in escrow and all interest
-A
earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by
Contractor at any time and from time to time without notice to the City.
Contract Nos 3637, 36_Jq & 3560 Page 45 of 145 pages
:’ .
6. Contractor shall have the tight to withdraw all or any part of the principal in the Escrow Account only
by written notice to Escraw Agent accompanied by written authorization from City ta the Escrow Agent
that City consents to the withdrawal of the amount sought to be withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by the Contractor.
Upon seven days’ written notice to the Escrow Agent from the City of the default, the Escrow Agent shall
immediately convert the securities to cash and shall distribute the c.#h as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final and complete and
that the Contractor has complied with all requirements and procedures applicable to the Contract, the
Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and
charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all
moneys and securities on deposit and payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the contractor pursuant to
sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent
harmless from Escrow Agent’s release, conversion and disbursement of the securities and interest as
set forth above.
IO. The names of the persons who are author&d 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:
For Contractor;
For Escrow Agent;
Address 1200~ Carl&& ViIIaae Dr. Carmad, Ca.
Title Chief Financial Officer
Title _ Assibtank Xice President
Address Montebybktrk, \A, ‘91755
9/11100 Contract Nos 3637, 3616 & 3!j64 Page 46 of 145 pages
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a
fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date
first set forth above.
For City;
For Contractor:
For Escrow Agent:
Address 1200 Cartsbad Village Qr. Carlsbad, Ca.
Title Chief Financial Officer
Contract Nos 3637 3616 8. J-560 -7 - Page 47 of 145 pages
SUPPLEMENTAL PROVISIONS
MEDIAN CURB AND LANDSCAPING, CONTRACT NO. 3637
STREET LIGHTING; CONTRACT NO. 3616
CITY SIDEWALK PROGRAM, CONTRACT NO. 3560
ON ALGA ROAD
SUPPLEMENTAL PROVISIONS TO
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
PART 1, GENERAL PROVISIONS
SECTION I -- TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS
l-l TERMS
Add the following section: -
l-l .I Reference to Drawings. Where words “shown , “indicated , “detailed , “noted , “scheduled , or
words of similar import are used, it shall be understood. that reference is made to the plans accompanying these provisions, unless stated otherwise.
Add the following section:
l-1.2 Directions. Where words “directed , “designated , “selected , or words of similar import are
used, it shall be understood that the direction, designation or selection of the Engineer is intended,
unless stated otherwise. The word “required” and words of similar import shall be understood to mean
“as required to properly complete the work as required and as approved by the Engineer,” unless stated
otherwise.
Add the following section:
l-l.3 Equals and Approvals. Where the words “equal , “approved equal , “equivalent , and such ’
words of similar import are used, it shall be understood such words are followed by the expression “in the opinion of the Engineer , unless othewise stated. Where the words “approved , “approval ,
“acceptance , or words of similar import are used, it shall be understood that the approval, acceptance,
or similar import of the Engineer is intended.
Add the following section:
11.4 Perform. The word “perform” shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and
installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of
necessary labor, materials, tools, equipment, and transportation.
1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein.
Q/l 1 I00 Contract Nos 3637 3616 & 3560 -> - Page 48 of 145 pages
Agency the City of Carlsbad, California.
Ci& Council the City Council of the City af Carl&ad
City Manager the City Manager of the City of Carlsbad or his/her approved representative.
Dispute Board persons designated by the City Manager to hear and advise the City Manager on
claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute
resolution.
Engineer the Public Works Director of the City of Carlsbad or his/her approved representative. The
City Engineer is the third level of appeal for informal dispute resolution.
Minor Bid Item a single contract item constituting less than 10 percent (10%) of the original Contract
Price bid.
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
own organization means construction equipment that the Contractor owns or leases and uses to
accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not
part of the Contractors Own Organization and will not be included for the purpose of compliance with
Section 2-3.1 of the Standard Specifications and these Supplemental Provisions.
Owner Operator/Lessor Any person who provides equipment or tools with an operator provided who
is employed by neither the Contractor nor a subcontractor and is neither an agent nor an employee of
the Agency or a public utility.
Public Works Manager The Construction Managers immediate supervisor and second level of
appeal for informal dispute resolution.
Project Inspector the Engineers designated representative for inspection, contract administration
and first level for informal dispute resolution.
Construction Manager the Project Inspectors immediate supervisor and first level of appeal for informal dispute resolution.
I .3 ABBREVIATIONS
l-3.2 Common Usage. Add the following:
Abbreviation Word or Words Apts . . . . . . . . . . . . . . . . . . . . . . . . . . . . Apartment and Apartments
Bldg . . . . . . . . . . . . . . . . . . . . . . . . . . . . Building and Buildings CMWD . . . . . . . . . . . . . . . . . . . . . . . Carlsbad Municipal Water District
CSSD . . . . . . . . . . . . . . . . . . . . . . . . . Carlsbad Supplemental Standard Drawings
CfS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Cubic Feet per Second Comm . . . . . . . . . . . . . . . . . . . . . . . . . Commercial
DR . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Dimension Ratio
E . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Electric G . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Gas
Q/l 1100
.
Contract Nos 3637 3616 & 3560 -I - Page 49 of 145 pages
gal .............................. Gallon and Gallons
Gar ............................. Garage and Garages GNV ........................... Ground Not Visible
gpm ............................ gallons per minute IE.. .............................. Invert Elevation LCWD ........................ Leucadia County Water District
MSL.. .......................... Mean Sea Level (see Regional Standard Drawing M012)
MTBM.. ....................... Microtunneling Boring Machine
NCTD ......................... North County Transit District
OHE ........................... Overhead Electric OMWD ....................... Olivenhain Municipal Water District
ROW.. ........................ Right-of-Way
S ................................. Sewer or Slope, as applicable
SDNR ......................... San Diego Northern Railway
SDRSD ...................... San Diego Regional Standard Drawing
SFM.. .......................... Sewer Force Main T.. ............................... Telephone
UE .............................. Underground Electric VWD ........................... Vallecitos Water District
W ................................ Water, Wider or Width, as applicable
SECTION 2 -- SCOPE AND CONTROL OF THE WORK
2-3 SUBCONTRACTS
2-3.1 General. Add the following: Should the Contractor fail to adhere to the provisions requiring the
Contractor to complete 50 percent of the contract price with its own organization, the Agency may at its
sole discretion elect to cancel the contract or to deduct an amount equal to IO percent of the value of the work performed in excess of 50 percent of the cqntract price by other than the Contractors own
organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before
the City Council and shall be notified ten (IO) days in advance of the time and location of said bearing.
The determination of the City Council shall be final.
2-4 CONTRACT BONDS. Modify as follows: Delete the third sentence of the first paragraph having
to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570.
Modify paragraphs three and four to read:
The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100
percent (100%) of the contract price. The Contractor shall provide bonds to secure payment of laborers
and materials suppliers, in an amount equal to:
I. One hundred percent (100%) of the total amount payable by the terms of the contract when the
tofal amount payable does not exceed five million dollars ($5,000,000);
2. Fifty percent (50%) of the total amount payable by the terms of the contract when the total
amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars
($1 O,OOO,OOO); or
Q/l l/O0
s Contract Nos -9 3637 3616 & 50 of 145 - 3560 Page pages
3. Twenty-five percent (25%) of the total amount payable by the terms of the contract if the
contract exceeds ten million dollars ($1 O,OOO,OOO).
Both bonds shall extend in full force and effect and be retained by the Agency during this project until
they are released according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount 30 days
after recordation of the Notice of Completion and will remain in full force and effect for the one year
warranty period and until all warranty repairs are completed to the satisfaction of the Engineer.
The bonds to secure payment of laborers and materials suppliers shall be released six months plus 30
days after recordation of the Notice of Completion if all claims have been paid.
Add the following: 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. 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.
2. A certified copy of the certificate of authority of the insurer issued by the insurance
commissioner.
If the bid is accepted, the Agency 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 officer’s 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.
2-5 PLANS AND SPECIFICATIONS
2-5.1 General. Add the following: The specifications for the work include the Standard Specifications
for Public Works Construction, (SSPWC), 2000 Edition and Supplements thereto, hereinafter
designated “SSPWC”, as written and promulgated by Joint Cooperative Committee of the Southern California Chapter American Public Works Association and Southern California Districts Associated
General Contractors of California, and as amended by the Supplemental Provisions section of this
contract.
The construction plans consist of two sets. The first set is designated as City of Carlsbad Drawling No.
382-3A and consists of 32 sheets titled “Improvement Plans for Median Curb & Landscaping, Alga
Road, Project No. 3637. The second set is designated as City of Carlsbad Drawing No. 382-3 and
consists of 14 sheets titled “Improvement Plans for Street Lighting, Project No. 3616, and City Sidewalk
Program, Project No. 3560, on Alga Road”. The standard drawings used for this project are the latest
edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRSD, as issued by the San Diego County Department of Public Works, together with the City of Carlsbad “Standards for
Design and Construction of Public Works Improvements”.
Other specifications applicable to this project are Carlsbad Municipal Water District (CMWD) “Rules and
Regulations for Construction of Public Portable Water Mains”, October 1993, which may be obtained by
calling the CMWD at (760) 602-2730; and Leucadia County Water District “Standards for Sewer System
Design Criteria and Standard Drawings and Specifications”, available at (760) 753-0155.
9/11/00 Contract Nos 3637 3616 & 3560 -I Page 51 of 145 pages
2-5.2 Precedence of Contract Documents. Modify as follows: If there is a conflict between Contract
8Documents, the document highest in precedence shall control. The precedence shall be the most
recent edition of the following documents listed in order of highest to lowest precedence:
1. Permits from other agencies as may be required by law.
2. Supplemental Provisions.
3. Plans.
4. Standard Plans.
a. City of Carlsbad Supplemental Standard Drawings.
b,. Carlsbad Municipal Water District Standard Drawings.
c. City of Carlsbad modifications to the San Diego Area Regional Standard Drawings.
d. San Diego Area Regional Standard Drawings.
e. State of California Department of Transportation Standard Plans.
5. Standard Specifications for Public Works Construction.
6. Reference Specifications.
7. Manufacturers Installation Recommendations and Submittals.
Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take
precedence over items 2 through 7 above. Detailed plans and plan views shall have precedence over
general plans.
2-5.3.3 Submittals. Add the following: Appendix B is a list of the major submittals. Each submittal shall
be consecutively numbered. Resubmittals shall be labeled with the number of the original submittal
followed by an ascending alphabetical designation (e.g., The label 4-C would indicate the third
instance that the fourth submittal has been given to the Engineer). Each sheet of each submittal shall
be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a
letter of transmittal on the Contractors letterhead. The Letter of Transmittal shall contain the following:
1. Project title and Agency contract number.
2. Number of complete sets.
3. Contractors certification statement. 4. Specification section number(s) pertaining to material submitted for review.
5. Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the
same materials).
6. Description of the contents of’the submittal.
7. Identification of deviation from the contract documents.
When submitted for the Engineers review, Shop Drawings shall bear the Contractors 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 Contractor shall subscribe to and shall place the
following certification on all submittals:
I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be
incorporated into this Project, is in compliance with the Contract Documents, can be installed in the
allocated spaces, and is submitted for approval.
By: Title:
Date:
Company Name:
9111100 Contract Nos 3637 3616&m -1- Page 52 of 145 pages
Add the following:
2-5.4 Record Drawings. The Contractor shall provide and keep up-to-date a complete “as-built”
record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact “as-built” locations, sizes and kinds of equipment,
underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may
be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used
only as a record set and shall be delivered to the Engineer upon completion of the work. Payment for
performing the work required by section 2-5.4 shall be included in various bid items and no additional
payment will be made therefor.
2-9 SURVEYING
2-9.1 Permanent Survey Markers. Substitute the following: The Contractor shall not disturb
permanent survey monuments or benchmarks without the consent of the Engineer. Where the
Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is _ impractical, the Contractor shall employ a licensed land surveyor to establish the location of the
monument before it is disturbed. The Contractor shall have the monument replaced by a licensed land
surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The
Licensed Land Surveyor shall file corner record(s) as required by Q§ 8772 and 8773, et seq. of the
California Business and Professions Code.
When a change is made in the finished elevation of the pavement of any roadway in which a permanent
survey monument is located, the Contractor shall adjust the monument frame and cover to the new
grade. Monument frames and covers shall be protected during street sealing or painting projects or be
cleaned to the satisfaction of the Engineer.
2-9.2 Survey Service. Delete Section 2-9.2 and replace with the following: 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, records research and all other
surveying work necessary to construct the work, provide surveying services as required herein and
provide surveying, drafting and other professional services required to satisfy the requirements of the
Land Surveyors Act. Surveyor shall be resident on the site during all surveying operations and shall
personally supervise and certify the surveying work.
Add the following section:
2-9.2.1 Submittal of Surveying Data. All surveying data submittals shall conform to the requirements
of section 2-5.3.3, Submittals , herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field
notes for all surveying required herein to the Engineer within ten days of performing the survey. All
surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 8’/, by
11 paper. The field notes, calculations and data shall be clear and complete with name of field party
chief, field crew members, preparer, date of observation or calculation, consecutive page numbers and
shall be readable without resort to any electronic aid, computer program or documentation for any
computer program. The field notes shall be prepared in conformance with the CALTRANS Surveys
Manual . The Contractor shall have a Record of Survey prepared and filed in conformance with §Q 8700
- 8805 of the State of California Business and Professions Code showing all SDRS M-10 monuments
set. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted
for the Engineers review and approval before submittal to the County Surveyor and before submittal to
the County Recorder.
9l11100 Contract Nos 3637 3616 & 3560 -! - Page 53 of 145 pages
Add the following section:
2-9.2.2Survey Requirements. Stakes shall be set at offsets approved by the Engineer at no greater
intervals than specified in Table 2-9.22(A) as measured along the project stationing. Stakes shall be set to show the location and grade of future curbs adjacent to traffic signal locations where the curb is not being built as a part of this contract. Staking and marking shall be completed by the Surveyor and
inspected and approved by the’Engineer before the start of construction in the area marked. Centerline
monument shall have the disk stamped with the date the monument was set and the registration number of the Surveyor. Habitat mitigation sites and other areas to be preserved that are shown on the
plans shall be staked and flagged prior to the start of any other activities within the limits of the work.
When curb and gutter does not exist and is not being installed as a part of the project, the locatin of
adjacent facilities being constructed as a part of the contract the Contractor shall place stakes defining the horizontal and vertical locatin of such adjacent utility vaults, poles or other facilities that are being
installed as part of, or adjunct to, the project either by the Contractor and/or those noted on the plans as
to be installed by others.
TABLE 2-9.2.2(A)
Survey Requirements for Construction Staking
Feature Staked
Street Centerline
Clearing
Slope
Fence
Lath in soil, painted line 3n PCC & AC
surfaces
RP + Marker Stake
RP + Marker Stake
Rough Grade Cut! RP + Marker
or-Fills 2 10 m Stake
Final Grade (includes top of: Basement soil, subbaseand
base)
Asphalt Pavemeni Finish Course
Drainage Structures, Pipes & similar Facilities ,
Curb
Stake Description
SDRS M-l 0 Monument
RP + Marker Stake, Blue- top in grading area
RP, paint on previous course
RP + Marker Stake
RP + Marker Stake
Centeriine or Parallel to Centerline
Spacing@, (P
s300m (1000 ), Street Intersections, Begin and end of curves, only when shown on the plans
lath - Intervisible, I 15m (50 ) on tangents
& I 7.5m (25 ) on curves, Painted line - continuous
Intervisible and s 15m (50 )
5 60 m (200) on tangents, 5 15m (50) on
:urves when Rz 300m (1000’) & 7.5m (25’) OI curves when RI: 300m (1000 )
115m(50)
I 15 m (50 ) on tangents & curves when R>
300m (1000 ) & 5 7.5m (25 ) on curves when
R I 300m (1000 )
5 7.5m (25 ) or as per the intersection grid points shown on the plan whichever provides the denser information
ntervisible & I 7.5m (25’), beginning and end
BC & EC of facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities, Risers 8 similar facilities (except plumbing), Skewed cut-off Ii&s ’ I I 7.5m 125 1. BC & EC. at %A. %A & “A on
curb &turns & at beginning 8 end
at clearing line 0.3 m (1 ) Horizorital
/ section 2-9.2.1 herein
30 mm (0.1’) Vertical &
as appropriate 10 mm ( /a ) Horizontal fl
( constant 10 mm (% ) Horizontal offset) 8 7 mm (‘14 b Vertical
9lll/OO Contract Nos 3637 3616 & 3560 -I- Page 54 of 145 pages
Stake Centerline or Parallel to Centerline, Lateral Setting Tolerance
Description , Spacing@, @ ,Spacing 0, 63 (Within),
Feature Staked
Traffic Signal Vertical locations shall be based on the
ultimate elevation of curb and sidewalk
Signal Poles 8 RP + Marker at each pole & controller location as appropriate Controller Stake
Junction Box RP + Marker at each junction box location as appropriate Stake
Conduit RP + Marker as appropriate
Stake I 15 m (50) on tangents & curves when Rr
300m (1000 ) & I 7.5m (25) on curves when
R I 300m (1000) or where grade 5 0.30%
10 mm (“/a ) Horizontal & 7 mm (l/d ) Vertical
10 mm (“18 ) Horizontal & 7 mm ?/‘4 ) Vertical
10 mm (“18 ) Horizontal & when depth cannot
be measured from existing pavement 7 mm (‘14 ) Vertical
10 mm (“/s ) Horizontal & 7 mm (‘/4 ) Vertical (when vertical data
needed)
for catch basins: at centerline of box, ends of box &wings & at each end of the local
< 15 m (50 ) & along end slopes & conic
as appropriate
as appropriate 30 mm (0.1’) Vertical 8
Horizontal
Wall
1 Stake 1
1 RP + Marker 1 I 15 m 150 1 and at beainnina & end of: each 7 mm (‘/4 ) Horizontal & 7 mm (‘/.I ) Vertical as appropriate I Stake + Line
I
wall, ‘BC’& EC, layoit line”angle paints, Point +Guard chanoes in footing dimensions B/or elevation
Major Structure
Stake &wall height
Footings, Bents, RP + Marker 3 m to 10 m (10 to 33) as required by the as appropriate Abutments &
I
Stake + Line
I
Engineer, BC & EC, transition points8 at Wingwalls Point +Guard beginning & end. Elevation points on footing:
10 mm (‘1s ) Horizontal & 7 mm (‘14 ) Vertical
Stake
Superstructures RP
Miscellaneous
at bottom of columns
3 m to IO m (lo’ to 33’) sufficient to use string lines, BC & EC, transition points & at beginning & end. Elevation points on footings
at bottom of columns
Contour Grading RP + Marker Stake sl5m(50)
IO mm (j/s ) Horizontal & 7 mm (‘/a ) Vertical as appropriate
along contour 30 mm (0.1’) Vertical &
line Horizontal
10 mm (?B ) Horizontal & 7 mm (l/q ) Vertical
30 mm (0.1 ) Horizontal & 7 mm (‘/.I ) Vertical
30 mm (0.1’) Vertical & Horizontal
Utilities , RP + Marker I 15 m (50) on tangents & curves when R> Stake 300m (1000 ) & I 7.5m (25 ) on curves when
as appropriate
RP + Marker Stake
R I; 300m (iOO0 ) or where grade 5 0.30%
inter-visible 8 I 30 m (100 ), BC & EC of
facilities, Grade breaks, Alignment breaks, Junctions, Inlets & similar facilities
At sign location RP + Marker Stake + Line
Point +Guard
Stake RP + Marker
I
intervisible 8 I 15m (50 ), BC 8 EC of Stake facilities, Grade breaks, Alignment breaks,
Junctions, inlets & similar facilities, Risers 8
Channels, Dik & Ditches
Signs
as appropriate
Line point
Subsurface
Drains as appropriate 30 mm (0.1 ) Horizontal & 7 mm (‘14 ) Vertical I I Overside Drains I RP + Marker I I Stake I
similar facilities longitudinal location At beginning &
end 30 mm (0.1 ) Horizontal & 7 mm (l/4 ) Vertical
7.mm (‘/4 ) Horizontal Markers RP + Marker I for asphalt street surfacing I 15 m (50) on I At marker Stake tangents 8 curves when R2 300m (1000 ) 8 I location(s)
17.5m (25 ) on curves when R 5 30dm (1000). 1
9/11/00 Contract Nos 3637 3616 & 3560 -I - Page 55 of 145 pages
Feature Staked
Railings 8 Barriers
AC Dikes
Box Culverts
Pavement
Markers
RP 60 m (200 ) on tangents, 15m (50 ) on curves at pavement marker
location(s)
7 mm (‘/.I ) Horizontal
re may be or
when R 2 300m (1000 ) 8 7.5m (25 ) on
curves when R s 300m (1000) For PCC surfaced streets lane cold joints will suffice
Staking for fea itted when adjacent marker stakes reference the offset and elevation of those features and the accuracy requirements of the RP meet the requirements for the feature
Reference points shall be sufficiently durable and set securely enough to survive with accuracy intact throughout the installation 8, inspection of the features or adjacent facilities for which they provide control. RP means reference point for the purposes of this table Perpendicular to centerline.
Stake
Description
RP + Marker
Stake
RP + Marker
Stake
Centerline or Parallel to Centerline
, Spacing@, (8
At beginning & end and I 15 m (50) on
tangents & curves when R 1300m (1000 ) & 1!
7.5m (25 ) on curves when R 5 300m (1000 1
At beginning & end
3 m to 10 m (10 to 33 ) as required by the Engineer, BC & EC, transition points & at beginning & end. Elevation points on footings & at invert
Lateral
,Spacing 0, 0
at railing &
barrier location(s)‘
as appropriate
as appropriate
Setting Tolerance
(Within)
10 mm (“18 ) Horizontal a Vertical
30 mm (0.1 ) Horizontal 8 Vertical
10 mm (“/s ) Horizontal a 7 mm (1/4 ) Vertical
Some features are not necessarily parallel to centerline but are referenced thereto Multi-plane surfaced features shall be staked so as to provide line & grade information for each plane of the feature
2 means greater than, or equal to, the number following the symbol. < means less than, or equal to, the number following the symbol. The cut datum for storm drainage & sanitary sewer pipes 8 similar structures shall be their invert. The cut datum for all other utilities shall be the top of their pipe or conduit.
All guard stakes, line stakes and lath shall be flagged. Unless otherwise approved by the Engineer
flagging, paint and marking cards shall be the color specified in TABLE 2-9.2.2(B)
TABLE 2-9.2.2(B)
Survey Stake Color Code for Construction Staking
y T pe of Stake
Horizontal Control I Coordinated control points, control lines, control reference points, centerline, I White/Red
Vertical Control Bench marks
Clearing Limits of clearing
Grading Slope, intermediate slope, abutment fill, rough grade, contour grading, final
grade, etc.
Structure Bridges, sound and retaining walls, box culverts, etc.
Drainage, Sewer, Curb Pipe culverts, junction boxes, drop inlets, headwalls, sewer lines, storm drains, slope protection, curbs, gutters, etc.
Right-of-Way Fences, R/ W lines, easements, property monuments. etc.
Miscellaneous Signs, railings, barriers, lighting, etc.
l Flagging and marking cards, if used.
Yellow/Black
Yellow
White
Blue
White/Yellow
Orange
Add the following section:
2-9.2.3 Payment for Suwey. Payment for work peiiomed to satisfy the requirements of Sections 2-9.1
through 2-9.2.2 shall be included in the actual bid items requiring the survey work and no additional
payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of
disturbed monuments and the filing of records of survey and/or comer records, including filing fees
9/l II00 Contract Nos 3637 3616 & 3560 -I - Page 56 of 145 pages
therfor, shall be incidental to the work necessitating the disturbance of said monuments and no
additional payment will be made therefor.
2-10 AUTHORITY OF BOARD AND ENGINEER
Add the following section:
240.1 Availability of Records. The Contractor shall, at no charge to the Agency, provide copies of all
records in the Contractors or subcontractors possession pertaining to the work that the Engineer may
request.
Add the following section:
240.2 Audit And Inspection. Contractor agrees to maintain and/or make available, to the Engineer,
within San Diego County, accurate books and accounting records relative to all its activities and to
contractually require all subcontractors to this Contract to do the same. The Engineer shall have the
right to monitor, assess, and evaluate Contractors and its subcontractors performance pursuant to this
Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits,
inspection of premises, reports, contracts, subcontracts and interviews of Contractors staff and the staff
of all subcontractors to this Contract. At any time during normal business hours and as often as the
Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the
Engineer for examination, all of its and all subcontractors to this Contract, records with respect to all
matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials,
payrolls, records of personnel, and other data relating to all matters covered by this Contract. However,
any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractors
ongoing business operations. Contractor and all subcontractors shall maintain such data and records
for as long as may be required by applicable laws and regulations.
SECTION 3 -- CHANGES IN WORK
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.2.1 Contract Unit Prices. Add the following: In the case of an increase or decrease in quantity of a
minor bid item in excess of 25 percent of the original quantity bid, the adjustment of contract unit price
for such items will be limited to that portion of the change in excess of 25 percent of the original quantity
listed in the Contractors bid proposal for this contract. Adjustments in excess of 25 percent may, at the
option of the Engineer, be paid pursuant to Section 3-3,. Extra Work.
3-3 EXTRA WORK.
3-2.2.1 Contract Unit Prices. Add the following: In the case of an increase or decrease in quantity of a
minor Bid Item in excess of 25 percent of the original quantity bid the adjustment of contract unity price
fur such items will be limited to that portion of the change in excess of 25 percent (25%) of the original
quantity listed in the Contractors bid proposal for this contract. Adjustments in excess of 25 percent
(25%) may, at the option of the Engineer, be paid pursuant to Section 3-3, Extra Work.
3-3.2.2 ( c ) Tool and Equipment Rental. Second paragraph, modify as follows: Regardless of
ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs
shall be the edition of the, Labor Surcharge & Equipment Rental Rates published by CALTRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein
shall be used as multipliers of the rental rates for determining the value of costs for delay to the
Contractor and subcontractors, if any, The labor rates published therein are not a part of this contract.
9/l 1100 Contract Nos 3637 3616 & 3560 -I - Page 57 of 145 pages
332.3 Markup. Delete section 3-3.2.3(a) and (b) and replace with the following:
(a) Work by Contractor: The fattowing penerrtages shall be added to the Contractor’s costs and shall
constitute the markup for all overhead and profits:
1. La bor . . 20
2. Materials . . 15
3. Equipment Rental .15
4. Other items and Expenditures . . 15
To the sum of the costs and markups provided for in this section, 1 percent (1%) shall be added as..
compensation for bonding.
(b) Work by Subcontract&. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractors actual cost of such work. A
markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be .’
added by the Contractor.
3-3.3 Daily Reports by Contractor. Add the following after the second sentence: Payment for extra
work will not be made until such time that the Contractor submits completed daily reports and all
supporting documents to the Engineer.
34 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5) and add the following; The Contractor shall not be entitled to the payment of any additional
compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening’of any .event, thing, occurrence, or other ‘cause, unless he shall have first
given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time
Accounting, nor to any claim that is based on differences in measurement or errors of computation as to contract quantities. The written notice of potential claim for changed conditions shall be submitted by the
Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the
work giving rise to the potential claim. The Contractors failure to give written notice of potential claim
for changed conditions to the agency upon their discovery and before they are disturbed shall constitute
a waiver of all claims in connection therewith.
The Contractor shall provide the City with a written document containing a description of the particular
circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional
compensation may be due and nature of any and all costs involved within 20 working days of the date of
service of the written notice of potential claim for changed conditions. Verbal notifications are
disallowed.
The potential claim shall include the following certification relative to the California False Claims Act,
Government Code Sections 12650-I 2655.
The undersigned certifies that the above statements are made in full cognizance of the California False
Claims Act, Government Code sections 12650-12655. The undersigned further understands and
agrees that this potential claim, unless resolved, must be restated as a claim in response to the Citys
proposed final estimate in order for it to be further considered.
By: Title:
Date:
Company Name:
9111 JO0 Contract Nos 3637 3616 & 3560 -3- Page 58 of 145 pages
The Contractors estimate of costs may be updated when actual costs are known. The Contractor shall
submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is
completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim.
It is the intention of this section that differences between the parties arising under and by virtue of the
contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. ’
3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written notice of
potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a
waiver of all claims in connection therewith.
Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute
resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the contractor shall
attempt to resolve all disputes informally through the following dispute resolution chain of command:
1. Project Inspector
2. Construction Manager
3. ’ Public Works Manager
4. Pubic Works Director
5. City Manager
The Contractor shall submit a complete report within 20 working days after completion of the disputed
work stating its position on the claim, the contractual basis for the claim, along with a,ll documentation
supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the
City will, within 10 working days of receipt of said claim or appeal of claim, review the Contractors report
and respond with a position, request additional information or request that the Contractor meet and
present its report. When additional information or a meeting is requested the City will provide its
position within 10 working days of receipt of said additional information or Contractors presentation of
its report. The Contractor may appeal each levels position up to the City Manager after which he may
proceed under the provisions of the Public Contract Code.
The authority within the dispute resolution chain of command is limited to recommending a resolution to
a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the
contract.
All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in
the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104)
which is set forth below:
ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS
20104. (a)(l) This article applies to all public works claims of three hundred seventy-five thousand
dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing
with Section 10240) of Chapter 1 of Part 2. (b)(l) “Public work” has the same meaning as in Sections 3100 and 3106.of the Civil Code, except that
“public work” does not include any work or improvement contracted for by the state or the Regents of the University of California.
(2) “Claim” means a separate demand by the contractor for (A) a time extension, (B) payment of money
or damages arising from work done by, or on behalf of, the contractor pursuant to the contract for a
9/iimo Contract Nos 3637 3616 & 3560 -I-
.
Page 59 of 145 pages
public work and payment of which is not otherwise expressly provided for or the claimant is not
otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency.
(c) The provisions of this article or a summary thereof shall be’set forth in the plans or specifications for
any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
20104.2. For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantlate the claim. Claims
must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the
time limit or supersede notice requirements otherwise provided by contract for the filing of claims.
(b)(l) For claims of less than fiftythousand dollars ($50,000), the local agency shall respond in writing to
any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the
claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall be submitted to the
claimant within 15 days after receipt of the further documentation or within a period of time no greater
thanthat taken by the claimant in producing the additional information, whichever is greater.
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred
seventy-five thousand dollars ($375,000) the local agency shall respond in writing to all written claims
within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim,
any additional documentation supporting the claim or relating to defenses to the claim the local agency
may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuant to this
subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the
claimant within 30 days after receipt of the further documentation, or within a period of time no greater
than that taken by the claimant in producing the additional information or requested documentation,
whichever is greater.
(d) If the claimant disputes the local agency’s written response, or the local agency fails to respond
within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of
receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within
the time prescribed, respectively, and demand an informal conference to meet and confer.for settlement
of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference
within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute, the
claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For
purposes of those provisions, the running of the period of time within which a claim must be filed shall
be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the
time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process.
(f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed
to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with
Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the
Government Code.
20104.4. The following procedures are established for all civil actions filed to resolve claims subject to this article:
9/l 1100 Contract Nos 3637 3616 & 3560 -I- Page 60 of 145 pages
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court
shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third
person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within
15 days from the commencement of the mediation unless a time requirement is extended upon a good
cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within
the 15-day period, any party may petition the court to appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to
Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing
with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties,
mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their
customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of
arbitration where the arbitrator, for good cause, determines a different division. In no event shall these
fees or expenses be paid by state or county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141 .lO) Title 3 of Part 3 of the Code of Civil
Procedure, any party who after receiving an arbitration award requests a trial de novo but does not
obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay
the attorney’s fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed
except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any
arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of
law.
SECTION 4 - CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3.1 General. Add the following: The Contractor shall provide the Engineer free and safe access to
any and all parts of work at any time. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of
materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the
work shall not relieve Contractor from any obligation to fulfil1 this Contract.
4-1.4 Test of Materials. Delete the phrase, and a reasonable amount of retesting , from the third
sentence of the first paragraph and add the following: 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 Contractor.
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 incorporating such materials into the Work, it is found that
sources of supply that have been approved do not furnish a uniform product, or if the product from any
9/l 1100 Contract Nos 3637 3616 &m -I- Page 61 of 145 pages
source proves. unacceptable at any time, the Contractor shall furnish approved material from other a approved sources. If any product proves unacceptable after improper storage, handling or for any other
reason it shall be rejected, not incorporated into the work and shall be removed from the project site all
at the Contractors expense.
Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the
requirements of the specifications shall be borne by the Agency. 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.
4-1.6 Trade Names or Equals. Add the following: The Contractor is responsible for the satisfactory
performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined
to be unsatisfactory in performance, durability, compatibility with associated items, availability of repair
parts and suitability of application the Contractor shall remove the substituted item and replace it with
the originally specified item at no cost to the Agency.
SECTION 5 - UTILITIES
5-I LOCATION. Add the following: The Agency and affected utility companies have, by a search of
known records, endeavored to locate and indicate on the Plans, all utilities which exist within the limits
of the work. However, the accuracy and/or completeness of the nature, size and/or location of utilities
indicated on the Plans is not guaranteed.
54 RELOCATION. Add the following: In order to minimize delays to the Contractor caused by the
failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon
request to the Engineer, may be permitted to temporarily omit the portion of work affected by the utility.
Such omission shall be for the Contractors convenience and no additional compensation will be
allowed therefor. The portion thus omitted shall be constructed by the Contractor immediately following
the relocation of the utility involved unless otherwise directed by the Engineer.
SECTION 6 -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-l CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsection 6-l
and substitute the following: The Contractor shall begin work within 15 calendar days after receipt of
the “Notice to Proceed”.
Add the following section:
6-1.1 Pre-Construction Meeting. After, or upon notification of contract award, the Engineer will set
the time and location for the Preconstruction Meeting. Attendance of the Contractors management
personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractors responsible project
personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4.
No separate payment will be made for the Contractors attendance at the meeting. The notice to
proceed will only be issued on or after the completion of the preconstruction meeting.
Add the following section:
6-1.2 Measurement And Payment Of Construction Schedule. The Contractor s preparation,
revision and maintenance of the Construction Schedule are incidental to the work and no separate
payment will be made therefor.
9111 JO0 Contract Nos 3637 3616 & 3560 -I- Page 62 of 145 pages
6-2 PROSECUTION OF WORK
Add the following section:
6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the
Project Plans and as specified in the Specifications. The work includes construction of median curb,
hardscaping, landscaping, irrigation, removal of existing street light standards, installation of new street
light standards, services and appurtenances, clearing and grubbing, unclassified excavation,
construction of PCC sidewalk and retaining wall, remove and reconstruct damaged curb and gutter,
adjust and/or relocate interfering utilities, modification of pressure relief outlet and miscellaneous
appurtenant construction as required by the plans and specifications for this project.
Add the following section:
6-2.3 Project Meetings. The Engineer will establish the time and location of bi-weekly Project
Meetings. Each Project Meeting shall be attended by the Contractors Representative. The Project.
Representative shall be the individual determined under section 7-6, The Contractors Representative ,
SSPWC. No separate payment for these meetings will be made.
6-6 DELAYS AND EXTENSIONS OF TIME
6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to
the Engineer within two hours of the beginning of any period that the Contractor has placed any workers
or equipment on standby for any reason that the Contractor has determined to be caused by the Agency
or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide
continuing daily written notice to the Engineer, each working day, throughout the duration of such period
of delay. The initial and continuing written notices shall include the classification of each workman and
supervisor and the make and model of each piece of equipment placed on standby, the cumulative
duration of the standby, the Contractors opinion of the cause of the delay and a cogent explanation of
why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to
provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor.
6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within 120 working days after the starting date specified in the Notice to Proceed. (See
also Section 308-6.)
6-7.2 Working Day. Add the following: Unless othentvise approved in writing by the Engineer, the
hours of work shall be between the hours of 8:30 a.m. and 3:30 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the
Contractor desires to work outside said hours or at any time during weekends and/or holidays. This
written permission must be obtained at least 48 hours prior to such work The Engineer may approve
work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by
the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection
costs of such work.
The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or
adjustment of contract time of completion will be allowed as a consequence of the prohibition of work
being performed within the dates, areas and/or types of work prohibited in this section.
9/11/00 Contract Nos 3637 3616 & 3560 -I- Page 63 of 145 pages
6-8 COMPLETION AND ACCEPTANCE. Add the following: All work shall be warranted for one (1)
year after recordation of a “Notice of Completion” and any faulty work or materials discovered during
the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent
of the faithful performance bond shall be retained as a warranty bond for the one year warranty period.
6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence
of the second paragraph and add the following: For each consecutive calendar day in excess of the
time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the
Agency, or have withheld monies due it, the sum of 500 Hundred Dollars ($500.00).
Execution of the Contract shall constitute agreement by the Agency and Contractor Five Hundred
Dollars ($500.00) per day is the minimum value of costs and actual damages caused by the Contractor
to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages.
SECTION 7 -- RESPONSIBILITIES of the CONTRACTOR
7-3 LIABILITY INSURANCE. Add the following: All insurance is to be placed with insurers that
have a rating in Bests Key Rating Guide of at least A-:V and are admitted and 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.
74 WORKERS’ COMPENSATION INSURANCE. Add the following: All insurance is to be placed
with insurers that are admitted and 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. Policies issued
by the State Compensation Fund meet the requirement for workers’ compensation insurance.
7-5. PERMITS. Modify the first sentence to read: Except as specified herein the agency will obtain,
at no cost to the Contractor, all encroachment, right-of-way, grading, and building permits necessary to
perform work for this contract on Agency property, in streets, highways (except State highway right-of-
way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials
removed from the project. The cost of said permit(s) shall be included in the price bid for the
appropriate bid item and no additional compensation will be allowed therefor.
7-7 COOPERATION AND COLLATERAL WORK
Add the following section:
7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies
during the relocation or construction of their lines. The Contractor may be granted a time extension if, in the opinion of the Engineer, a delay is caused by the utility company. No additional compensation will
be made to the Contractor for any such delay.
7-8 PROJECT SITE MAINTENANCE
7-8.‘l Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall
also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the
duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup
9/l 1 too Contract Nos 3637, 3616 & 3560 Page 64 of 145 page;
and dust control shall be considered incidental to the items of work that they are associated with and no
additional payment will be made therefor.
7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup,
testing and all other work requiring water related to this contract. The Contractor shall contact the
appropriate water agency for requirements.
The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter
and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental
to the items of work that they are associated with and no additional payment will be made therefor.
Add the following section:
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 the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in
accordance with the plans, Chapter 5 of the California Department of Transportation “Manual of Traffic Controls,” 1996 edition and these Special Provisions. 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. In the event that the Contractor fails
to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may
be required herein, the Engineer may, at his/her sole option, install the, traffic signs, markings,
delineation or devices and charge the Contractor twenty dollars ($20.00) per day per traffic sign or
device, or the actual cost of providing such traffic control facility, whichever is the greater.
Add the following section:
7-10.3.1 Construction Area Signs and Control Devices. All construction traffic-signs and control
devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of Section 206-
7.2 et seq. All temporary reflective pavement markers shall conform to the provisions of Section 214-5.1 et seq. All temporary reflective channelizers shall conform to the provisions of Section 214-5.2 et seq.
All paint for temporary traffic striping, pavement marking and curb marking shall conform to the
provisions of Section 210-I .6 et seq. except that all temporary paint shall be rapid dry water borne
conforming to Section 210-7.6 for materials and Section 310-5 et. seq. for workmanship. Warning and
advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning
shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and
devices shall be promptly removed by the Contractor when no longer required. Warning and advisory
signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of
non-existent conditions shall be removed from the traveled way and from the view of motorists in the
traveled way or shielded from the view of the traveling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to
protect underground facilities. All excavation required to install stationary construction area signs shall
be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the
traveled way and shielded from the view of the traveling public during non-working hours. During the
hours of darkness, as defined in Division I, Section 280, of the California Vehicle Code, portable signs
shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in
9t11100 Contract Nos 3637 3616 & 3560 -1- Page 65 of 145 pages
Section 206-7.2 et. seq. If illuminated traffic cones rather than post-type delineators are used during the
hours of darkness, they shall be affixed or covered with reflective cone sleeves as specified in Caltrans
Standard Specifications , except the sleeves shall be 180mm (7 ) long. Personal vehicles of the
Contractors employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractors vehicles or equipment are parked on the shoulder within 1.8m (6 ) of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable
delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the
pavement at not less than 7.6m (25 ) intervals to a point not less than 7.6m (25 ) past the last vehicle or
piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A
C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on
a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed
by the Engineer.
Add the following section:
7-l 0.3.2 Maintaining Traffic. Attention is directed to Sections 7-l 0 SSPWC “Public Convenience
and Safety.” Nothing in these Special Provisions shall be construed as relieving the Contractor from its
responsibility as provided in said Section 7-10. If illuminated traffic cones rather than post-type
delineators are used during the hours of darkness, they shall be affixed or covered with reflective cone
sleeves as specified in CALTRANS Standard Specifications , except the sleeves shall be seven (7)
inches long.
The Contractors personnel shall not work closer than six (6) feet, nor operate equipment within two (2)
feet from any traffic lane occupied by traffic. For equipment the two (2) feet shall be measured from the closest approach of any part of the equipment as it is operated and/or maneuvered .in performing the
work. This requirement may be waived when the Engineer has given written authorization to the reduction in clearance that is specific to the time, duration and location of such waiver or for the work of
installing, maintaining and removing traffic control devices. As a condition of such waiver the Engineer
may require the Contractor to detour traffic, adjust the width of, or realign the adjacent traffic lane, close
the.adjacent traffic lane or provide barriers.
Personal vehicles of the Contractors employees shall not be parked within the traveled way, including
any section closed to public traffic. Whenever vehicles or equipment are parked on the shoulder within
six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable
delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the
pavement at 25-foot intervals to a’point not less than 25 feet past the last vehicle or piece of equipment.
A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work
Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted on a telescoping flag tree with flags. The
flag tree shall be placed where directed by the Engineer. All construction traffic control devices shall be maintained in good order and according to the plan throughout the duration of work. During the entire
construction, a minimum of one paved traffic lane, not less than twelve (12) feet wide, shall be open for
use by public traffic in each direction of travel.
Add the following section:
7-I 0.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing
traffic lanes in accordance with the details shown on the plans, CALTRANS Manual of Traffic Control ,
1996 edition and provisions under “Maintaining Traffic” elsewhere in these Special Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional
devices or take such measures as may be necessary to maintain public safety.
When lanes are closed for only the duration of work periods, 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 at the end work period. If the Contractor so
9/11/00 Contract Nos 3637 3616 & 3560 -I - Page 66 of 145 pages
elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way.
Add the following section:
7-10.3.4 Traffic Control for Permanent and Temporary 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 alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations
using an alternative plan until he has submitted its plan to the Engineer and has received the Engineer’s
written approval of said plan.
Add the following section:
7-l 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished,
placed, maintained and removed in accordance with the minimum standards specified in Chapter 5 of
the Traffic Manual , 1996 edition published by CALTPANS. Whenever the work causes obliteration of
pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all
times for traveled ways open to public traffic. All work necessary, including any required lines or marks,
to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment
of the temporary pavement delineation shall be removed by grinding.
Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement delineation shall not be applied over existing pavement delineation or other
temporary pavement delineation. Temporary pavement delineation shall be maintained until
superseded or replaced with permanent pavement delineation.
Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary
pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement
delineation is required to be removed, all lines and marks used to establish the alignment of the
temporary pavement delineation shall be removed.
Add the following section:
7-10.3.6 Preparation of N&w or Modifications and Additions to Existing Traffic Control Plan
Sheets. If no traffic control plans (TCP) or Traffic Control Staging Plans (TCP) are included in the
project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as part of the Work for any and all construction
activities that are located within the traveled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not
included in the project plans. The Contractor must submit the TCP for the Engineers review in
conformance with the requirements of Section 2-5.3 et seq. and obtain the Engineers approval of the
TCP prior to implementing them. The minimum 20-day review period specified in Section 2-5.3.1 for
shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineers review. New or revised TCP submittals shall include all TCP needed for the entire duration
of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the
methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the traveled surface differs from the finished pavement elevation, vertical curves must also be shown. Such
modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the Manual of Traffic Controls , 1996 Edition, as published by the State of California Department of
9/l l/O0 Contract Nos 3637 3616 & 3560 -I- Page 67 of 145 pages
Transportation. Such modification, addition, supplement and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer
shall be the sole judge of the suitability and quality of any such modifications, supplements and/or new designs to the TCP. The Engineer may approve any such modifications, supplements and/or new
designs to the TCP when, in the Engineer’s sole opinion, such modifications, supplements and/or new
designs to the TCP prepared by the registered professional engineer retained by the Contractor will be beneficial to the best interests of the Agency. Such modification, addition, supplement and/or new
design shall not be implemented and no work shall be commenced that is contingent on such approval
until the changed TCP are approved by the Engineer. The preparation of such modification, addition,
supplement and/or new designs of TCP shall not presuppose their approval or obligate the Agency in
any fashion. Submittal and review requirements for such modifications, supplements and/or new
designs to TCP shall conform to the requirements of Section 2-5.3, Shop Drawings and Submittals.
Add the following section:
7-10.3.7 Payment. The Contractor shall provide traffic control at the contract lump sum price bid. . . 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 preparation, reproduction and changing of traffic control plans, placing,
applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining,
moving to new locations, replacing, and disposing of the components of the traffic control system as
shown on the plans and approved additions and modifications, 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.” When included as a bid item the cost of labor and material for portable concrete
barriers will be paid for at the price bid. When there is no bid item the cost of labor and material for
portable concrete barriers they will be paid as an incidental to the work being performed and no
additional payment will be made therefor. Progress payment for “Traffic Control” will be based on the
percentage of the improvement work completed.
Add the following section:
7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary
precautions for the safety of employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons
on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary
safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling
materials.
7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials,
such as borrow pits or gravel beds, for use in the proposed construction project which would be subject
to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to
Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract.
SECTION 9 -- MEASUREMENT & PAYMENT
9-1 MEASUREMENT OF QUANTlTlES FOR UNIT PRICE WORK
9-1 .015 Final Pay Quantities. When the estimated quantity for a specific portion of the work is
designated on the plans or specifications as a final pay quantity, the estimated quantity shall be the final
quantity for which payment for the specific portion of the work will be made, unless the dimensions of the
9/11/00 Contract Nos 3637,3616&3560 Page 68 of 145 pages
portion of the work shown on the plans are revised by the Engineer, or unless the portion of the work is
eliminated. If the dimensions of the specific portion of the work are revised, and the revisions result in an
increase or decrease in the estimated Quantity af the portion of the work the foal quantity for payment will be revised in the amount represented by the changes in the dimensions. If the specific portion of the work
is eliminated, the final pay quantity designated for the specific portion of the work will be eliminated.
The estimated quantity for each specific portion of the work designated on the plans or specifications as a
final pay quantity shall be considered as approximate only and no guarantee is made that the quantities
which can be determined by computations, based on the details and dimensions shown on the plans, will
equal the estimated quantities. No allowance will be made in the event that the quantities based on
computations do not equal the estimated quantities.
When portions of an item have been designated on the plans or specifications as final pay quantities,
portions not so designated will be measured and paid for in accordance with the applicable provisions of
these specifications and the special provisions.
In case of a discrepancy between the quantities shown on the plans as final pay quantities and the quantity
of the same item shown in the Engineers Estimate, payment will be based on the final pay quantities
shown on the plans or specifications.
91.4 Units of Measurement Modify as follows: The system of measure for this contract shall be the
U.S. Standard Measures.
9-3 PAYMENT
9.3.1 General, Delete the eighth paragraph and substitute the following: Guarantee periods shall not
be affected by any payment but shall commence on the date of recordation of the Notice of
Completion .
9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each
month, the Engineer will make an approximate measurement of the work performed to the closure date
as basis for making monthly progress payments. The estimated value will be based on contract unit
prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure
date. Five (5) working days following the closure date, the Engineer shall complete the detailed
progress pay estimate and submit it to the Contractor for his information. Should the Contractor assert
that additional payment is due, the Contractor shall within ten (10) days of receipt of the progress
estimate, submit a supplemental payment request to the Engineer with adequate justification
supporting the amount of supplemental payment request. Upon receipt of the supplemental payment
request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental
payment request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as
practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied
by a document setting forth in writing the reasons why the supplemental payment request was not
proper. In conformance with Public Contract Code Section 20104.50, the City shall make payments
within thirty (30) days after receipt of an undisputed and property submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made
within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor
equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure.
9/I 1100
.
Contract Nos 3637 3616 & 3560 -I- Page 69 of 145 pages
Add paragraph 6 et seq. as fOltOws: After final inspection, the Engineer will make a Final Payment
Estimate and process a corresponding payment. This estimate will be in writing and shall be for the
total amount owed the Contractor as determined by the Engineer and shall be itemized by the contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payments and amounts to be deducted under provisions of the contract.
All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate.
The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate to make written
statement disputing any bid item or change order item quantity or payment amount. The Contractor
shall provide all documentation at the time of submitting the statement supporting its position. Should
the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all contract bid items and
change order items.
If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within 30 calendar days and make any appropriate adjustments
on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be
subject to resolution as specified in subsection 3-5, Disputed Work.
The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the
Contractors claims. It will be the responsibility of the Contractor to furnish within a reasonable time
such further information and details as may be required by the Engineer to determine the facts or
contentions involved in its claims. Failure to submit such information and details will be sufficient cause
for denying payment for the disputed items.
9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the
written statement required in subsection 9-3.2, all claims of any dollar amount shall be submitted in a
written statement by the Contractor no later than the date of receipt of the final payment estimate.
Those final payment items disputed in the written statement required in subsection 9-3.2 shall be
submitted no later than 30 days after receipt of Final Payment estimate. No claim will be considered
that was not included in this written statement, nor will any claim be allowed for which written notice or
protest is required under any provision of this contract including sections 3-4 Changed Conditions, 3-5
Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3
Contract Time Accounting, unless the Contractor has complied with notice or protest requirements.
The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the
basis and amount of said claims. The Engineer will consider and determine the Contractors claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information
and details as may be required by the Engineer to determine the facts or contentions involved in its
claims. Failure to submit such information and details will be sufficient cause for denying the claims.
Payment for claims shall be processed within 30 calendar days of their resolution for those claims
approved by the Engineer. The Contractor shall proceed with informal dispute resolution under
subsection 3-5, Disputed Work, for those claims remaining in dispute.
Add the following section:
9-3.3.1 Delivered Materials.The cost of materials and equipment delivered but not incorporated into the
work will not be included in the progress estimate.
9/I 1100 Contract Nos 3637 3616 & 3560 -s- Page 70 of 145 pages
Add the following section:
9-3.4.1 Mobilization and Preparatory Work. Payment for mobilization and preparatory work will be’
made at the lump sum price bid therefar in the hid schedule and includes full cot’npensatian for
furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and
for doing all the work involved in mobilization and preparatory work and operations, including; but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to
preparing to conduct work on and off the project site and other offsite facilities necessary for work on the
project; for all other facilities, sureties, work and operations which must be performed or costs incurred
prior to beginning work on various contract items on or off the project site, excepting those specifically
paid for under separate sections of these specifications. The contractor hereby agrees that the lump
sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that
the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work.
Progress payments for mobilization and preparatory work will be made as follows:
For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the
amount bid for mobilization and preparatory work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed
therefor.
9/l l/O0 Contract Nos 3637 3616 8 3560 -I- Page 71 of 145 pages
SUPPLEMENTAL PROVISIONS
TO *
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 2, CONSTRUCTION MATERIALS
SECTION 200 - ROCK MATERIALS
200-2 UNTREATED BASE MATERIALS
200-2.1 General. Add the following: Aggregate base shall be crushed aggregate base (Section
200-2.2) crushed slag base(Section 200-2.3) or crushed miscellaneous base (Section 200-2.4).
SECTION 201- CONCRETE, MORTAR AND RELATED MATERIALS
201-I PORTLAND CEMENT CONCRETE
TABLE 201-I .1.2(A). Modify as follows:
TABLE 201-I .I .2(A) (3)
PORTLAND CEMENT CONCRETE
Type of Construction Concrete
Class
All Concrete Used Within the Right-of-Way 330-C-23
(560-C-3250) (‘I
Trench Backfill Slurry t 15-E-3
(190-E-400)
Maximum
Slump mm (Inches) (2)
200 (8 )
Street Light Foundation and Survey Monuments
Except as noted herein:
330-C-23 lOO(4)
(560-C-3250)
(1) Except that concrete required to be of higher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201 -I. 1.2(A) SSPWC.
(2) As per Table 201-1.1.2(A) SSPWC.
(3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as changed are not affected by this table.
201-1.1.2 Concrete Specified by Class. Add the following: Concrete Paving within medians (as
indicated on plans) shall be as specified in the Concrete Class Use Table under Subsection 201-1.1.2
as Street Surface Improvements and shall conform to Concrete Class 560-C-3250, with a maximum
slump of three inches (3 ).
201-I .2 Materials.
201-I .2.4(a) Integral Colored Concrete. Add the following: Integral color shall consist of colored admixtures developed for use in ready mixed concrete. The product shall be made of the highest quality pigments, as well as other ingredients designed to enhance the color and improve the pigment dispersion, workability and finishing performance of the concrete. Integral color pigmen@ shall meed or
exceed ASTM-C-979. The coloring method shall be designed for concrete flatwork applications (salt
9/l l/O0 Contract Nos 3637 3616 & 35J%J -9 - Page 72 of I45 pages
finished, broom finishes, rotary finishes), as well as vertical surfaces, and other types of architectural
concrete. Pigment shall be a permanent coloration, .uniform throughout the concrete surface and
interior, and shall be highly UV and fade resistant.
integral colored concrete shall be cured with QC Color Cure color matched to the concrete (see product
information bulletin). Provide sample panel submittals of all colors to be used in the installation on identical surfaces for approval by Resident Engineer. Contractor shall provide a maintenance schedule
for integral colored concrete.
Admixture for all integral colored concrete paving in medians and other integral colored concrete shall
be the following:
Color: 3987 Porcelain Gray (to match existing paving)
Curing: Scofield Colorcure Concrete Sealer (or approved equal). See Section 201 of these
Supplemental Provisions for Concrete Curing Materials’.
Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal L.M. Scofield Company
6533 Bandini Boulevard
Los Angeles, CA 90040
1-800-800-9900
Admixture products and procedures for installation shall be in strict accordance with the manufacturers
specifications and recommendations, and those published by the American Concrete Institute (ACI) and
the Portland Cement Association (PCA). _
201-l .2.4 Chemical Admixtures. (e) Air-Entraining Admixtures. Substitute the following: The air
content shall not deviate from the percentage specified or permitted by more than I-112 percentage
points. The air content of freshly mixed concrete will be determined by California Test Method No. 504.
Add the following:
201-1.6 Finish. Random stone stamped pattern with heavy sandblast to match existing paving.
Add the following:
201-I .7 Miscellaneous Concrete Finishing Products.
201-l .7.1 Water Base Penetrating Sealer for integral Colored Concrete. (Scofield Colorcure
Concrete Sealer or approved equal)
Water base penetrating sealer shall be a sealer designed for the protection of imprinted and natural
concrete.
Water base penetrating sealer shall be a sealer designed for the protection of imprinted, colored and
natural concrete, and other masonry surfaces to preserve the natural appearance of the masonry
without darkening or adding gloss to the surface. It shall preserve the natural slip resistance of the concrete, etc. Sealer shall repel spills and soils, minimizing staining and maintenance.
Seal shall leave no visible material on the surface and shall be absorbed and locked into the pores of
the masonry, repelling liquids and soils but leaving the top surface natural in appearance. Install per
manufacturers directions. Seal shall be compatible with the surfaces and materials which it is applied.
Concrete sealer shall conform to the following specifications:
9/l 1 too Contract Nos 3637 3616 & 3560 -1- Page 73 of 145 pages
Color: Clear, non-yellowing
Odor: Mild
Flash Point: None (C.O.C. method) Specific Grav.: 1.03
Density: 8.6 pounds per gallon
Drying Time: 30 minutes to’60 minutes
Cure Time: 24 to 48 hours
VOC Content: None (0 g/l) excluding water Polymer Type: Proprietary Reactive Resin System
Coverages (approximate):
Smooth Concrete: 300 to 400 square feet per gallon
Rough Concrete: 200 to 300 square feet per gallon Note: Coverages vary depending on porosity and condition of surface and method of
application.
Method of: Airless sprayer.
Application Manufacturer: Scofield Chromix Admixtures for color-conditioned concrete, or approved equal
L.M. Scofield Company
6533 Bandini Boulevard
Los Angeles, CA 90040 1-800-800-9900
All materials shall be furnished, prepared, applied, cured, and stored according to the product
manufacturers direction. .
201-3 EXPANSION JOINT FILLER. Add the following:
201-3.4 Type A Sealant (Two-Part Polyurethane Sealant). Add the following:
All finished concrete surfaces shall have a W continuous expansion joint at locations indicated on the
plans and notes and shall be located either parallel to perpendicular to the curb line. When not otherwise indicated, all expansion joints located adjacent to colored concrete shall be sealant Type A
and colored to match the color of the concrete surface.
Contractor shall provide joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint,
substrates.
Contractor shall submit product data from the manufacturer of each joint sealant product required,
including instructions for joint preparation and joint sealer application. Contractor shall also submit
samples for initial selection purposes in form of manufacturers standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view.
Samples shall be submitted to Engineer. Submit complete schedule of type (and location where type is to be used) of each sealant.
Contractor shall engage an experienced installer who has completed joint sealant applications similar in material, design and extent to that indicated for Project that have resulted in construction with a record
of successful in-service performance.
9/l 1 IO0
.
Contract Nos 3637 3616 & 3560 -I- Page 74 of 145 pages
Provide joint sealants, joint fillers, and other related materials that are compatible with one another and
with joint substrates under conditions of senrice and application, as demonstrated by sealant manufacturer based on testing and fii experience.
Provide color selections made by Engineer from manufacturers full range of standard colors for
products of type indicated. Sealant color parallel to curbline shall match color of Paving Treatment Type
A as specified in Section 201-l .2.4(a) of these Special Provisions.
Joint sealants shall be multi-component polyurethane sealant. Except as otherwise indicated, provide manufacturers standard, non-modified, 2-or-more-part, polyurethane-based, elastomeric sealant;
complying with either ASTM-C-920-87, Type M, Grade P, Class 25, or FS lT-S 0227E Class A, non-
sag, Type II.
Acceptable Products: Sonnebom NPII ; Sonnebom Building Products Division; Scofield Liihoseal
Trafficalk 3-G , L.M. Scofield Company; or equivalent, as approved by the Engineer.
Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates,
sealants, primers and other joint fillers; and are approved for applications indicated by sealant
manufacturer based on field experience and laboratory testing.
Plastic foam joint fillers shall be preformed, compressible, resilient, nonstaining, nonwaxing,
nonextruding strips of flexible plastic foam either open-cell polyurethane foam or closed-cell
polyethylene foam, subject to approval of sealant manufacturer, for cold-applied sealants only. Polystyrene foam is not acceptable.
SECTION 203 - BITUMINOUS MATERIALS
203-6 ASPHALT CONCRETE.
203-6.2 Materials. Add the following: Asphalt concrete shall be class C2-AR-4000 for surface
course, and B-AR 4000 for base course and D2-AR 4000 for leveling course.
203-6.6.2 Batch Plant Method, Modify as follows: Third paragraph, last sentence, delete and from
the Engineers field laboratory . Last paragraph, add after D 2172: method A or B.
203-6.7 Asphalt Concrete Storage. Add the following: Open graded asphalt concrete stored
in excess of 2 hours, and any other concrete stored in excess of 18 hours, shall not be used in the work.
.SECTlON 204 - LUMBER AND TREATMENT WITH PRESERVATIVES
204-I LUMBER & PLYWOOD
TABLE 204-l .2 (A) Add the following:
TABLE 204-I .2(A)
USES GRADES
Headers for bituminous pavement up to 50 mm x construction grade Redwood or treated
lOOmm(2x4) construction grade Douglas Fir
Headers for bituminous pavement up to 50 mm x number 1 grade Redwood, or treated number 1 100 mm (2 x4 ) grade Douglas Fir
9/I 1100 Contract Nos 3637 3616 & 3560 -9 - Page 75 of 145 pages
SECTION 206 - MISCELLANEOUS METAL ITEMS
Add thefdlowing secti:
206-7 TRAFFIC SIGNS.
Add the following section:
206-7.1 Permanent Traffic Signs Permanent traffic signs shall consist of lo-gage and 12-gage cold-rolled steel perforated tubing. This includes all signs used for the direction, warning, and regulation
of vehicle (including bicycle) and pedestrian traffic upon the completion of the Work unless othenvise
shown on the plans.
Add the following section:
206-7.1 .I General. Materials, legend, proportion, size, and fabrication of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall conform to
the requirements of SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993 ,
Sheets 1 through 5 that accompany SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS, October 1993 of dimensions and details, dated April 1987, and OPAQUE COLOR CHART , dated
February 1980, all published by the State of California, Department of Transportation, Division of Procurement Services, Office of Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819
and as modified herein. Where the SPECIFICATION FOR REFLECTIVE SHEETING SIGNS, October
1993 require the Contractor or supplier to notify the Department of Transportation or to certify
compliance to said SPECIFICATIONS, to provide a quality control program or to allow testing, approval,
observation of manufacturing or assembly operations by the State of California, Department of
Transportation and/or its employees or officials, such rights shall be vested in the Engineer.
Add the following section:
206-7.1.2 Sign Identification. Modify the SPECIFICATIONS FOR REFLECTIVE SHEETING SIGNS,
October 1993 as follows: Sign identification shall be as per SPEClFfCATlONS FOR REFLECTIVE
SHEETING SIGNS, October 1993 , except that the notation shall be PROPERTY OF THE CITY OF
CARLSBAD .
Add the following section:
206-7.1.3 Drawings. Modify the Specifications For Reflective Sheeting Signs, October 1993 as
follows: Standard signs shall be as per the most recently approved Approved Sign Specification
Sheets of the State of California, Department of Transportation. The date of approval shall be the date
most closely preceding the date of manufacture of the sign(s) or the date of the Notice to Proceed of
this contract, whichever is most recent.
Add the following section:
206-7.1.4 Reflective Sheeting. Modify the Specifications For Reflective Sheeting Signs, October
1993 as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type III encapsulated lens sheeting conforming to the requirements of this specification.
Add the following section:
206-7.1.5 Substrate. Modify the Specifications For Reflective Sheeting Signs, October 1993 as
follows: All permanent traffic signs used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall use aluminum substrate.
Add the following section:
206-7.1.6 Mounting Traffic Signs. Traffic signs shall be installed on IO-gage or 12-gage cold-rolled
steel perforated tubing posts as shown on San Diego Regional Standard drawing M-45 or, when the
9/l II00 Contract Nos 3637 3616 & 3560 -VP Page 76 of 145 pages
sign area exceeds the maximum area allowed for on that drawing, on multiple IO-gage or 12-gage cold-
‘rolled steel perforated tubing posts. The number of posts shall be determined by the parameters in
SIRS drawing M-45 or as approved lay the Engineer. Traffic signs will be provided with back braces and mounting blocks as approved by the Engineer consisting of IO-gage or 12-gage cold-rolled steel
perforated tubing when multiple posts are used.
Add the following section:
206-7.1.6 Traffic Sign Posts. Posts shall be constructed of IO-gage or 12-gage cold-rolled steel
perforated tubing posts as shown on San Diego Regional Standard drawing M-45.
Add the following section:
206-7.2 Temporary Traffic Signs. Temporary traffic signs shall consist of all signs used for the
direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic during the
Contractors performance of the Work. Temporary traffic signs include both stationary and portable
signs.
Add the following section:
206-7.2.1 General. Materials, legend, proportion, size, and fabrication of all temporary traffic signs
used for the direction, warning, and regulation of vehicle (including bicycle) and pedestrian traffic shall
conform to the requirements of Specifications For Reflective Sheeting Signs, October 1993 , Sheets 1
through 5 that accompany Specifications For Reflective Sheeting Signs, October 1993 of dimensions
and details, dated April 1987, and OPAQUE COLOR CHART , dated February 1980, all published by
the State of California, Department of Transportation, Division of Procurement Services, Office of
Material Operations, 1900 Royal Oaks Drive, Sacramento, CA 95819 and as modified herein. Where The Specification For Reflective Sheeting Signs, October 1993 require the Contractor or supplier to
notify the Department of Transportation or to certify compliance to said Specifications For Reflective Sheeting Signs, October 1993 , to provide a quality control program or to allow testing, approval,
observation of manufacturing or assembly operations by the State of California, Department of
Transportation and/or its employees or officials, such rights shall be vested in the Engineer.
Add the following section:
206-7.2.2 Drawings. Modify the Specifications For Reflective Sheeting Signs, October 1993 as
follows: Standard temporary traffic signs shall be as per the most recently approved Approved Sign
Specification Sheets of the State of California, Department of Transportation. The date of approval
shall be the date most closely preceding the date of manufacture of the sign(s) or the date of the Notice
to Proceed of this contract, whichever is most recent.
Add the following section:
206-7.2.3 Reflective Sheeting. Modify the Specifications For Reflective Sheeting Signs, October
1993 as follows: All advisory signs, warning signs and all regulatory signs shall be fabricated with Type
III encapsulated lens sheeting conforming to the requirements of this specification.
Add the following section:
206-7.2.4 Substrate. Modify the Specifications For Reflective Sheeting Signs, October 1993 as
follows: Excepting only construction warning signs used at a single location during daylight hours for
not more than five (5) consecutive days, all signs used for the direction, warning, and regulation of
vehicle (including bicycle) and pedestrian traffic shall be stationary mounted and shall use aluminum substrate.
9/11/00 Contract Nos 3637 3616 & J%JI -*- Page 77 of 145 pages
Add the following section:
206-7.2.5 Stationary Mounted Temporary Traffic Signs. Stationary mounted temporary traffic signs
shall be installed on IO-gage and 12-gage cold-rolled steel perforated tubing posts in the same manner
shown on the State of California, Department of Transportation Standard Plans 1995 edition standard plans numbers RSI , RS2, RS3 and RS4 for installation of roadside signs, except as follows:
a) Wood posts shall not be used.
b) Back braces and blocks for sign panels will not be required. c) The height to the bottom of the sign panel above the edge of traveled way shall be at least
2.1 m (7). d) Unless otherwise shown on the plans traffic sign posts shall conform in materials and
installation to SDRS drawing M-45 and shall have one post provided for each 0.48 m2 (5 v)of
sign area, or the signs may be installed on existing lighting standards when approved by the
Engineer. e) Sign panels mounted on temporary traffic sign posts shall conform to the requirements
specified for aluminum signs in the Specifications For Reflective Sheeting Signs, October . . 1993,
Add the following section:
206-7.2.6 Temporary Traffic Sign Posts. Posts shall be IO-gage or 12-gage cold-rolled steel perforated tubing used for the support and stabilization of stationary mounted temporary signs. Post
size and number of posts shall be as shown on the plans, except that when stationary mounted signs
are installed and the type of sign installation is not shown on the plans, post size and the number of
posts will be determined by the Engineer. Sign panels for stationary mounted signs shall consist of
reflective sheeting applied to a sign substrate.
Add the following section:
206-7.2.7 Portable Temporary Traffic Signs. Each portable temporary traffic sign shall consist of a
base, standard or framework and a sign panel. The units shall be capable of being delivered to the site of use and placed in immediate operation. Sign panels for portable signs shall conform to the
requirements of sign panels for stationary mounted signs in the Specifications For Reflective Sheeting Signs, October 1993, or shall be cotton drill fabric, flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used during the hours of darkness. Size, color, and legend
requirements for portable signs shall be as described for stationary mounted sign panels in section 206-
7.2 of these Supplemental Provisions. The height to the bottom of the sign panel above the edge of
traveled way shall be at least 0.3-m (12 ). All parts of the sign standard or framework shall be finished
with 2 applications of an orange enamel which will match the color of the sign panel background.
Testing of paint will not be required.
Add the following section:
206-8 LIGHT GAGE STEEL TUBING AND CONNECTORS.
Add the following section:
206-8.1 General. This Section pertains to lo-gage and 12-gage cold-rolled steel perforated tubing
used for the support and stabilization of signs. All shapes shall have a galvanized finish and shall be
cold-roll-formed steel conforming to ASTM Designation A-446, Grade A. Galvanizing shall conform to ASTM A-525, Designation G-90. Galvanizing shall be performed after all forming and punching
operations have been completed. Cold-rolled steel perforated tubing shall be perforated on all four faces with 11 mm (7/16 ) holes on 25 mm (1 ) centers.
Add the following section:
206-8.2 Tolerances. Wall thickness tolerance shall not exceed +0.28 mm, -0.13 mm (+O.Ol 1 ,
9/l 1100 Contract Nos 3637 3616 & 3560 -8 - Page 78 of 145 pages
-0.005 ). Convexity and concavity measured in the center of the flat side shall not exceed a tolerance of
+0.25 mm (+O.OlO ) applied to the specific size determined at the corner. Straightness tolerance
uariation shall not exceed 1.6 nun in I m (l/hi in 3 ). Tolerance far comer radius is 4.Cknm (332 ), plus or minus 0.40 mm (l/64 ). Weld flash on corner-welded square tubing shall permit 3.60 mm (9/64 ) radius gage to be placed in the comer. Using lo-gage or 12-gage square tube, consecutive size tubes
shall telescope freely for 3.1m’ (IO ). Tolerance on hole size is plus or minus 0.40 mm (l/64 ) on a size.
Tolerance on hole spacing is plus or minus 3.2 mm in 6.1 m (I/8 in 20 ). In addition, for the following
specific sizes of light gage steel tubing, dimensional tolerances shall not exceed those listed in tables
206-8.2 (A) and 206-8.2(B).
TABLE 206-&2(A)
LIGHT GAGE STEEL TUBING SIZE TOLERANCE
Nominal Outside Dimensions Outside Tolerance for All Sides at Corners
mm (inches) mm (inches)
25x25 (1 xl) 0.13 0.005
32x32 (I'/4 x 1 l/4) 0.15 0.006
38x38 (I'/* x 1'12) 0.15 0.006
44x44 (IV4 x P/4) 0.20 0.008
51 x51 (2 x2) 0.20 0.008
56x56 2 3 116 x 2 3 116) 0.25 0.010
57x57 (2'14 x 2'/4) 0.25 0.010
64x64 (2'/2 x 2'12) 0.25 0.010
51 x76 (2 x 3) 0.25 0.010
LIGHT GAGE STEEL
Nominal Outside Dimension I
TABLE 2068.2(B)
TUBING SQUARENESS OF SIDES AND TWIST
Squareness(‘) 1 Twist Permissib lie in 900 mm (3 ) mm
25x25
(Inches)
(1 xl)
mm’ (Inches) mm(*) (Inches)(*) ’
0.15 1 0.006 1.3 1 0.050
32x32 1 (144 x I"/~) 1 0.18 1 0.007 1 1.3 0.050
38x38 J (I-‘/* x I-'/*) 1 0.20 0.009 1.3 0.050
44x44 __ I I (1-3/” 1. --I x 1-3/“\ -. . .-?I I I 025 0.010 1.6 0.062
51 _ x 51 - (2 - x . . 2) - I 0: -.30 0.012 1.6 0.062
56x56 (zm3iq6 x 2-3/16) 0.36 0.014 1.6 0.062
57x57 (2-l/4 x 2-'/&J 0.36 1.014 1.6 0.062
,-A t-b. . . 04x04 rnlr ..nlr, 1 (L--1* x L-./p) 0.38 0.015 1.9 0.075
51x76 (2 x 3) 0.46 0.018 1.9 0.075 I
(‘I Tubing may have its sides failing to be 90 degrees to each other by the tolerance listed.
(*) Twist is measured by holding down the edge of one end of a square tube on a surface plate
with the bottom side of the tube parallel to the surface plate, and noting the height that either
comer on the opposite end of the bottom side is above the surface plate.
Add the following section:
206-8.3 Fasteners. Fasteners used to assemble cold-rolled steel perforated tubing shall be steel
pull-through electrogalvanized rivets with 9.5 mm (3/8 ) diameter shank, 22 mm (7/8 ) diameter head, and a grip range of from 5 mm (0.200 ) to 0.90 mm (0.356 ). The fasteners shall conform to ASTM B-633, Type III
9/I 1100
.
Contract Nos 3637 3616 & 3560 -?- Page 79 of 145 pages
Add the following section:
206-9 PORTABLE CHANGEABLE MESSAGE SIGN ,
Add the following section:
206-9.1 General. Each portable changeable message sign (PCMS) unit shall consist of a controller
unit, a power supply, and a structural support system all mounted on a trailer. The PCMS unit shall be
assembled to form a complete self-contained portable changeable message sign which can be
delivered to the site of the work and placed in immediate operation. The complete PCMS unit shall be
capable of operating in an ambient air temperature range of -2OOC (-4OF) to +70°C (158OF) and shall not
be affected by unauthorized mobile radio transmissions.
The trailer shall be equipped so that it can be leveled and plumbed. Full operation height shall be with
the bottom of the sign at least 2.1 m (7’) above the ground and the top no more than 4.4 m (14.5’) above the ground. After initial placement, PCMS shall be moved from location to location as directed by the
Engineer
Add the following section:
206-9.2 Message Board. The message displayed on the PCMS shall be visible from a distance of
460’ m (1500’) and shall be legible from a distance of 230 m (750’) at noon on a cloudless day, by
persons with vision corrected to 20/20. The sign panel shall be 3-line matrix and shall display not less
than 7 characters per line. Sign messages to be displayed shall be as approved by the Engineer. The
sign face shall be flat black and shall be protected from glare of the sun by a method which does not
interfere with the clarity of the sign message. The sign shall be raised and lowered by means of a
power driven lifting mechanism. The matrix sign shall be capable of complete alphanumeric selection.
Lamp matrix type signs shall be equipped with an automatic dimming operational mode that automatically compensates for the influence of a temporary light source or other abnormal lighting
conditions. The sign shall have manual dimming operation modes of 3 or more different lamp
intensities.
Matrix signs not utilizing lamps shall be either internally or externally illuminated at night;
The controller shall be an all solid-state unit containing all the necessary circuitry for the storage of at least 5 pre-programmed messages. The controller shall be installed in a location allowing the operator
to perform all functions from one position. A keyboard entry system shall be provided to allow an
operator to generate an infinite number of additional messages over the pre-programmed stored
messages. The keyboard shall be equipped with a security lockout feature to prevent unauthorized use
of the controller. The controller shall contain a nonvolatile memory to hold the keyboard created
messages in memory during periods when the power is not activated. The controller shall provide for a
variable message display rate which allows the operator to match the information display to the speed of
the approaching traffic. The flashing off time shall be operator adjustable within the control cabinet.
Add the following section:
206-9.3 Operation and Maintenance. PCMS shall be furnished, placed, operated, and maintained
at locations shown on the plans, specified herein, or designated by the Engineer. The PCMS will be diligently maintained and repaired by the Contractor throughout the project in accordance with the
manufacturer’s recommendations. When ownership is transferred to the City (at the end of the job), it must be demonstrated to be in good working condition, and meet the provisions of these specifications,
including current registration.
9/l 1100 Contract Nos 3637 3616 & 3560 -t - Page 80 of 145 pages
Add the following section:
206-9.4 Measurement and Payment. The price for PCMS shall be included in the lump sum price’ paid for traffic control and include full compensation for furnishing all labor, materials, tools, equipment
and incidentals, and for doing all the work involved in furnishing, placing, operating, maintaining,
repairing, replacing, transporting from location to location, and delivery of the signs to the City at the completion of the construction, in good working order, and as directed by the Engineer, and no other
compensation will be made.
SECTION 209 - SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS
209-I GENERAL
209-l .Ol Description. Signals, lighting and electrical systems work shall consist of furnishing and
installing, modifying or removing lighting systems, all as shown on the plans, and as specified in these
special provisions.
The locations of standards, lighting fixtures, services and appurtenances shown on the plans are
approximate and the exact locations will be established by the Engineer in the field. All systems shall be complete and in operating condition at the time of acceptance of the contract.
209-1.015 Definitions. The following definitions pertain only to Section 209, Signals, Lighting and
Electrical Systems.
Candlepower Values - Luminous intensity expressed in candelas (cd).
Electrolier - The complete assembly of lighting standard, luminaire, ballast and lamp.
Lighting Standard - The pole and mast arm which support the luminaire.
Luminaire - The assembly which houses the light source and controls the light emitted from the light
source.
Major Street - The roadway approach or approaches at an intersection normally carrying the major
volume of vehicular traffic.
Minor Street - The roadway approach or approaches at an intersection normally carrying the minor
volume of vehicular traffic.
Plans - For this Section (Section 209) plans shall include all documents listed in Section 2.5, Plans and Specifications , et seq. as well as the STANDARD PLANS , 1995 edition as promulgated by the State
of California, Department of Transportation.
Rated Voltage - The ac rms voltage at which light output performance and power consumption are
specified (117 VAC at 60 Hz).
2091.02 Regulations and Code. All electrical equipment shall conform to the standards of the
National Electrical Manufacturers Association (NEMA), the Underwriters Laboratories Inc. (UL), the Electrical Testing Laboratories (ETL), the National Electrical Testing Association, Inc. (NETA), or the
Electronic Industries Association (EIA), wherever applicable. In addition to the requirements of the
plans and these special provisions, all materials and workmanship shall conform to the requirements of
the National Electrical Code 1996 edition, hereinafter referred to as the Code; California Code of Regulations, Title 8, Chapter 4, Subchapter 5, Electrical Safety Orders; Rules for Overhead Electrical Line Construction, General Order No. 95 of the Public Utilities Commission; Standards of the American
Society for Testing and Materials (ASTM); American National Standards Institute (ANSI); and any local ordinances which may apply. Wherever reference is made to any of the standards mentioned above,
the reference shall be construed to mean the code, order, or standard that is in effect on the day the Notice to Contractors for the work is dated.
9/11/00 Contract Nos 3637 3616 & 3560 -I- Page 81 of 145 pages
209-1.03 Equipment List and Drawings. Unless othenvise permitted in writing by the Engineer, the Contractar shall, within 15 days following award of the contract, submit to the Engineer for review a list of equipment and materials which the Contractor proposes to install as specified in Section 2-5.3, Shop
Drawings and Submittals. The list shall be complete as to name of manufacturer, size and identifying
number of each item. The list shall be supplemented by such other data as may be required, including schematic wiring diagrams and scale drawings of cabinets showing location and spacing of shelves,
terminal blocks and equipment, including dimensioning. All of the above data shall be submitted, install
as specified in Section 2-5.3, Shop Drawings and Submittals , for review. Where electrical equipment
is constructed as detailed on the plans, the submission of detailed drawings and diagrams will not be
required.
The Contractor shall furnish 5 sets of controller cabinet schematic wiring diagrams made by (1) wet blueprint, white background process using iron-sensitized paper, (2) the offset lithograph process, or (3)
the electrostatic process. The diagrams shall show the location of the installation and shall list all
equipment installed in each controller cabinet. In addition, for each signal installation, the Contractor
shall furnish an intersection sketch showing poles, detectors, field wire connection terminals and
phasing as shown on the plans. All schematic wiring diagrams of the controller units and auxiliary
equipment, all cabinet diagrams, and all operation manuals shall be submitted at the time the controller assemblies are delivered for testing. The schematic wiring diagram shall show in detail all circuits and
parts. All parts shown thereon shall be identified by name or number and in such manner as to be
readily interpreted. All diagrams, plans and drawings shall be prepared using graphic symbols shown in
ANSI publication Y32.2, entitled IEEE Standard and American National Standard Graphic Symbols for
Electrical and Electronic Diagrams.
209-I .04 Warranties, Guaranties and Instruction Sheets. Manufacturers warranties and
guaranties furnished for materials used in the work and instruction sheets and parts lists supplied with
materials shall be delivered to the Engineer prior to acceptance of the project.
209-l .05 Maintaining Existing and Temporary Electrical Systems. Existing electrical systems
(street lighting and other facilities), or approved temporary replacements thereof, shall be kept in
effective operation for the benefit of the traveling public during the progress of the work, except when
shutdown is permitted, to allow for alterations or final removal of the systems. The traffic signal
shutdowns shall be limited to normal working hours. Lighting system shutdowns shall not interfere with
the regular lighting schedule, unless otherwise permitted by the Engineer. The Contractor shall notify
the Engineer prior to performing any work on existing systems. The Contractor shall notify the local
traffic enforcement agency prior to any operational shutdown of a traffic signal.
Where an existing system or temporary system is being modified, work not shown on the plans or
specified in these special provisions and which is considered by the Engineer as necessary to keep all or any part of the system in effective operation will be paid for as extra work as provided in Section 3-3
Extra Work .
The Agency will:
1) Continue the operation and maintenance of existing electrical facilities.
2) Continue to provide for electrical energy for the operation of existing electrical facilities.
3) Repair or replace existing facilities damaged by public traffic.
4) Pay the cost of electrical energy for the operation of existing or new facilities that are undergoing the
functional tests described in Section 209-2.14C, Functional Testing.
The Contractor shall ascertain the exact location and depth of existing detectors, conduits, pull boxes and other electrical facilities before using any tools or equipment that may damage to those facilities or
9/l 1 /oo Contract Nos 3637 3616 & 3560 -I- Page 82 of 145 page;
interfere with any electrical system. Where damage is caused by the Contractors operations, the
Contractor shall, at the Contractors expense, repair or replace damaged facilities promptly in accordance with these specifications. If any existing Loop conductor, including the portion leading to the detector hand hole or termination pull box, is damaged by the Contractors operations, the Contractor
shall immediately notify the Engineer. The affected detectors shall be replaced at the Contractors
expense and as directed by the Engineer within 24 hours. If the Contractor fails to complete the repairs
within this period, the repairs will be made by Agency forces at the Contractors expense. Should the
Contractor fail to perform the required repairs or replacements, the cost of performing the repairs or
replacements will be deducted from any moneys due or to become due the Contractor.
Where roadways are to remain open to traffic and existing lighting systems are to be modified, the
lighting systems shall remain in operation and the final connection to the modified circuit shall be made
so that the modified circuit will be in operation by nightfall of the same day. Temporary electrical installations shall be kept in effective operation until the temporary installations are no longer required
for the traveling public. Removal of temporary installations shall conform to the provisions in Section 209-7, Removing, Reinstalling or Salvaging Electrical Equipment. These provisions will not relieve the
Contractor in any manner of the Contractors responsibilities as provided in Sections 4-l .1 , General
and 4-I .2, Protection of Work and Materials.
During traffic signal system shutdown the Contractor shall place STOP AHEAD and STOP signs to direct vehicle and pedestrian traffic through the intersection. All signal faces shall be covered when the
system is shut down overnight. Temporary STOP AHEAD and STOP signs shall be either covered
or removed when the system is turned on. STOP AHEAD and STOP signs shall be furnished by the
Contractor and shall conform to the provisions in Section 7-10.3, Street Closures, Detours, Barricades.
Minimum size of STOP signs shall be 750 mm (30 ). One STOP AHEAD sign and one STOP sign
shall be placed for each direction of traffic. For two, or more, lane approaches, two STOP signs shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer.
2094.06 Scheduling of Work. No above ground work, except service equipment, shall be
performed until the Contractor has all materials on hand to complete that particular lighting circuit. Work
shall be so scheduled that each lighting system shall be completed and ready for operation prior to
opening the corresponding section of the roadway to traffic.
Lighting shall not be placed in operation, prior to commencement of the functional test period specified
in Section 209-2.14, Testing, unless ordered otherwise by the Engineer.
Conductors shall not be pulled into conduit until pull boxes are set to grade, crushed rock sumps
installed, mortar placed around conduit, concrete bottom of pull boxes placed, and metallic conduit bonded. In vehicular undercrossings, soffit lights shall be placed in operation as soon as practicable
after falsework has been removed from the structure. Lighting for pedestrian structures shall be placed
in operation prior to opening the structure to pedestrian traffic. If the Engineer orders soffit lights or
lighting for pedestrian structures placed in operation before permanent power service is available, the
cost of installing and removing temporary power service will be paid for as extra work as provided in
Section 3-3, Extra Work.
The initial turn-on shall be made only between the hours of 9:00 a.m. and 2:00 p.m. and Tuesday
through Thursday unless otherwise approved, in writing, by the Engineer. Prior to turn-on, all equipment
as shown on the plans shall be installed and operable including lighting and pavement delineation.
Functional tests shall start on any working day except Friday, or the day preceding a .legal holiday.
9/l 1 I00 Contract Nos 3637 3616 & 3560 -t - Page 83 of 145 pages
209-2 MATERIALS AND INSTALLATION
209-2.01 Excavating and Backfilling. The excavations required for the installation of conduit,
foundations, and other appurtenances shall be performed in such a manner as to avoid any
unnecessary damage to streets, sidewalks, landscaping, and other improvements. The trenches shall
not be excavated wider than necessary for the proper installation of the electrical appurtenances and
foundations. Excavation shall not be performed until immediately before installation of conduit and
other appurtenances. The material from the excavation shall be placed in a position that will not cause
damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage.
Unless otherwise permitted in writing by the Engineer, all surplus excavated material shall be removed
and disposed of, within 48 hours, outside the public right of way in accordance with the provisions in
Sections 7-8.1, Cleanup and Dust Control , 300-I .3, Removal and Disposal of Materials and 302-6,
Surplus Material , depending on the origin and nature of the materials to be removed and disposed.
The excavations shall be backfilled in conformance with the provisions in Sections 300-3.5, Structure .
Backfill or 306-l .3, Backfill and Densification, depending on the nature of the structure or conduit that
the excavation being backfilled accommodates. Excavations after backfilling shall be kept well filled
and maintained in a smooth and well-drained condition until permanent repairs are made. All
excavations shall be filled, and sidewalks, pavement, and landscaping restored at each intersection
prior to excavating at any other intersection, unless otherwise permitted by the Engineer. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is
restricted at any time, unless otherwise approved by the Engineer.
209-2.02 Removing and Replacing Improvements. In addition to the requirements of sections
7-9, Protection and Restoration of Existing Improvements and 306-1.5, Trench Resurfacing ,
improvements such as sidewalks, curbs, gutters, portland cement concrete and asphalt concrete
pavement, underlying material, lawns and plants, and any other improvements removed, broken or
damaged by the Contractors operations, shall be replaced or reconstructed with the same kind of
material as found on the work or with materials of equal quality, The new work shall be left in a
serviceable condition.
Whenever a part of a square or slab of existing concrete sidewalk, curb, gutter, or driveway is broken or
damaged, the entire square, section or slab shall be removed and the concrete reconstructed as above
specified. The outline of all areas to be removed in portland cement concrete sidewalks and driveways
and in pavements shall be cut to a minimum depth of 50 mm (2 ) with an abrasive type saw prior to
removing the sidewalk, driveways and pavement material. Cuts shall be neat and true along score
lines, with no shatter outside the removal area.
209-2.03 Foundations. Portland cement materials and construction methods shall conform to
Section 201, Concrete, Mortar and Related Concrete Materials, for Materials and Section 303,
Concrete and Masonry Construction, for construction methods. Concrete foundations shall rest on
firm ground.
Except when located on structures, foundations for posts, standards, and pedestals, not shown on the plans to have mortar pads, shall be placed in the solid and monolithic except for the top 50 mm (2 )
which shall be placed after the post, standard or pedestal is in proper position. After each post,
standard, or pedestal on structures, and each standard shown on the plans to have mortar pads, is in
proper position, mortar shall be placed under the base plate as shown on the plans. The exposed
portions shall be formed to present a neat appearance. Mortar shall consist of one part by volume of
9/11/00 Contract Nos 3637 3616 & 3560 -t - Page 84 of 145 pages
portland cement and 3 parts of clean sand, shall contain only sufficient moisture to permit packing and
shall be cured by keeping it damp for 3 days.
Reinforced cast-in-drilled-hole concrete pile foundations for traffic signal and lighting standards shall
conform to the provisions in Section 2053.3, Cast-in-Place Concrete Piles, except that material resulting from drilling holes shall be disposed of as provided in Section 209-2.01, Excavating and
Backfilling. The exposed portions of the foundation shall be formed to present a neat appearance.
Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to curb or sidewalk grade or as directed by the Engineer. Forms shall be
rigid and securely braced in place. Conduit ends and anchor bolts shall be placed in proper position
and to proper height, and shall be held in place by means of a template until the concrete sets.
Anchor bars or studs and nuts, except for Type 30 and Type 31 lighting standards, shall conform to
ASTM Designation: A 307. Headed anchor bolts for foundations shall conform to the specifications of
ASTM Designation: A 307, Grade B with Sl supplementary requirements. At the option of the
Contractor, nonheaded anchor bolts for foundations shall conform either to the specifications of ASTM
Designation: A 307, Grade C or to the provisions in AASHTO Designation: M 314, Grade 36 or 55 with
Sl supplementary requirements. When nonheaded anchor bolts conforming to the specifications of
ASTM Designation: A 307, Grade C are furnished, the end of each fabricated anchor bolt shall be
either coded by end stamping as required in ASTM Designation: A 307 or the end that projects from the
concrete shall be permanently coded with a green color by the manufacturer. High strength anchor
bolts, bars, or studs for Type 30 and Type 31 lighting standards shall conform to ASTM Designation: A
325, A 325M or A 449 and shall comply with the mechanical requirements of ASTM Designation; A 325
or A 325M after galvanizing. Nuts and washers for high strength anchor bolts shall conform to ASTM
Designations: A 563 or A 563M, and F 476 or F 476M, respectively. In addition to the requirements of
ASTM Designation: A 449, studs shall be marked on either end as required for bolt heads. All steel
parts shall be galvanized in accordance with the provisions in Section 210-3.6, Galvanizing for Traffic
Signal Facilities.
The upper threaded portion of all anchor bolts shall be provided with 2 nuts and 2 washers each.
Anchor bars or studs shall be provided with 3 nuts and washers each. Welding shall not be performed
on any portion of the body of high-strength anchor bolts, anchor bars, or studs.
Plumbing of the standards shall be accomplished by adjusting the leveling nuts before placing mortar or
before the foundation is finished to final grade. Shims, or other similar devices shall not be used for
plumbing or raking of posts, standards or pedestals. .
Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before
placing concrete. Forms shall not be removed until the concrete has thoroughly set. Ordinary surface
finish, as specified in Section 303-1.9.2, Ordinary Surface Finish, shall be applied to exposed surfaces
of concrete. Where obstructions prevent the construction of a planned foundation, the Contractor shall
construct an effective foundation as directed by the Engineer. The foundations shown on the plans
shall be extended if conditions require additional depth, and the additional work, if ordered by the
Engineer, will be paid for as extra work as provided in Section 3-2, Changes Initiated By The Agency.
Unless otherwise specified or shown on the plans, foundations not to be reused shall be removed.
When a foundation is shown on the plans to be abandoned, the top of foundation, anchor bolts, and
conduits shall be removed to a depth of not less than 1 .O m (3 ) below surface of sidewalk or unimproved ground. The resulting hole shall be backfilled with material equivalent to the surrounding
material. Unless otherwise shown on the plans, all standards to be relocated shall be provided with new
9/11/00 Contract Nos 3637 3616 & 3560 -t- Page 85 of 145 pages
foundations and anchor bolts of the proper type and size. Posts, poles, standards, pedestals, and
cabinets shall not be erected until the foundation has set at least 7 days, and shall be plumbed or raked,
as directed by the Engineer. In unpaved areas, a 1 .O m (3 ) square, 100 mm (4 ) thick or of the size
shown on the plans, whichever is the larger, raised pad of portland cement concrete shall be placed in
front of each meter pedestal cabinet.
209-2.04 Standards, Steel Pedestals and Posts. Standards for lighting and steel pedestals for
cabinets and other similar equipment shall be located as shown on the plans. Workmanship and finish
shall be equal to the best general practice of metal fabrication shops. All welding shall conform to AWS
Dl ,I, Structural Welding Code, and to the requirements in this Section 209-2.04. All welds joining the
shafts of the standards and mast arms to their base plates shall be as shown on the plans, however,
alternative weld joint details may be approved by the Engineer. Approval of alternative weld joint details
will be contingent upon the proposed weld joint passing both weld procedure and nondestructive testing
as deemed necessary by the Engineer. All costs of the supplemental testing shall be borne by the
Contractor.
All standards except Type 1, and all signal mast arms, shall have an aluminum identification plate, as
noted on the plans, attached with stainless steel rivets or screws. Type 1 standards and steel pedestals
for controller cabinets shall be constructed of 3 mm (.125 ) or thicker galvanized steel; or 100 mm (4 )
standard weight galvanized, steel pipe or Size 103, Type 1 conduit, with the top designed for post-top
slip-fitter. Standard weight galvanized, steel pipe shall conform to the specifications of ASTM
Designation: A 53. Materials and construction methods for all ferrous metal parts of standards, with
shaft length of 4.6 m (15 ) and longer, shall conform to the details shown on the plans, the requirements
of Sections 206, Miscellaneous Metal Items, for Materials and Section 304, Metals Fabrication and
Construction, for construction methods except as otherwise noted, and the following requirements:
1) Except as otherwise specified, standards shall be fabricated from sheet steel of weldable grade
having a minimum yield strength, after fabrication, of 276 Mpa (40,000 psi). Certified test reports which
verify conformance to the minimum yield strength requirements shall be submitted to the Engineer. The
test reports may be the mill test reports for the as-received steel or, when the as-received steel has a
lower yield strength than required, the Contractor shall provide supportive test data which provides
assurance that the Contractors method of cold forming will consistently increase the tensile properties
of the steel to meet the specified minimum yield strength. The supportive test data shall include tensile
properties of the steel both before and after cold forming for specific heats and thicknesses.
2) When a single-ply 8 mm (0.3125 ) thick pole is specified, a 2-ply pole with equivalent section
modulus may be substituted. Standards may be fabricated of full-length sheets or shorter sections. Each section shall be fabricated from not more than 2 pieces of sheet steel. Where 2 pieces are used,
the longitudinal welded seams shall be directly opposite one another. When the sections are butt-
welded together, the longitudinal welded seams on adjacent sections shall be placed to form continuous
straight seams from base to top of standard.
3) Butt-welded transverse joints shall be strengthened by inserting a metal sleeve at each joint. The
sleeve shall be 3 mm (0.120 ) nominal thickness, or thicker, steel having the same chemical composition as the steel in the standard. When the sections to be joined have different specified minimum yield strengths, the steel in the sleeve shall have the same chemical composition as the
higher minimum yield strength steel to be joined. The metal sleeve shall have a minimum length of 25 mm. The sleeve shall be centered at the joint and have the same taper as the standard with the outside
of the sleeve in full contact with the inside of the standard throughout the sleeve length and
circumference. All welds shall be continuous. The weld metal at the transverse joint shall extend to the sleeve, making the sleeve an integral part of the joint. Longitudinal welds in steel tubular sections will
9/11100 Contract Nos 3637 3616 & 3560 -I - Page 86 of 145 pages‘
be tested in accordance with California Test 664. The sampling frequency shall be as determined by
the Engineer. The welds may be made by the electric resistance welding process. All exposed welds,
except fillet and fatigue resistant welds and welds on top of mast arms, shall be ground flush with the
base metal.
4) All exposed edges of the plates which make up the base assembly shall be finished smooth and all exposed comers of the plates shall be neatly rounded unless otherwise shown on the plans. Shafts
shall be provided with slip-fitter shaft caps. Standards shall be straight, with a permissive variation not
to exceed 25 mm (1 ) measured at the midpoint of a 9 m (30 ) or 11 m (36 ) standard and not to exceed
20 mm (3/4 ) measured at the midpoint of a 5 m (17 ) through 6 m (20 ) standard. Variation shall not
exceed 25 mm (1 ) at a point 4.5 m (15 ) above the base plate for Type 35 and Type 36 standards.
5) All galvanized nuts, used on assemblies with a specified preload or torque, shall be lubricated in accordance with the requirements specified for galvanized Grade DH nuts in ASTM Designation: A 563
or A 563M.
6) Standards with an outside diameter of 300 mm (12 ) or less shall be round. Standards with an
outside diameter greater than 300 mm (12 ) shall be round or multisided. Multisided standards shall
have a minimum of 10 sides which shall be convex and shall have a minimum bend radius of 100 mm
(4 ).
7) Mast arms for standards, shall be fabricated from material as specified for standards and shall
conform to the dimensions shown on the plans.
8) The cast steel option for slip bases shall be fabricated from material conforming to‘the requirements
of ASTM Designation: A 27/A 27M, Grade 70-40. Other comparable material may be used if written
permission is given by the Engineer. The casting tolerances shall be in accordance with the Steel
Founders Society of America recommendations (green sand molding). One casting from each lot of 50
castings or less shall be subject to radiographic inspection, in accordance with the provisions in ASTM
Designation: E 94. The castings shall comply with the acceptance criteria severity level 3 or better for
all types and categories of discontinuities as specified in ASTM Designations: E 186 and E 446. If the
one casting fails to pass the inspection, 2 additional castings shall be radiographed. Both of these
castings shall pass the inspection or the entire lot of 50 will be rejected. Material certifications
consisting of physical and chemical properties, and radiographic films of the castings shall be filed at
the manufacturers office. These certifications and films shall be available for inspection upon request.
9) High-strength bolts, nuts and flat washers used to connect slip base plates shall conform to ASTM Designation: A 325 or A 325M and shall be galvanized as specified in Section 210-3.6, Galvanizing for
Traffic Signal Facilities.
10) Plate washers shall be fabricated by saw cutting and drilling steel plate conforming to AISI
Designation: 1018, and be galvanized as specified in Section 210-3.6, Galvanizing for Traffic Signal Facilities.
11) Prior to galvanizing, all burrs and sharp edges shall be removed and holes shall be chamfered
sufficiently on each side to allow the bolt head to make full contact with the washer without tension on the bolt.
12) High-strength cap screws shown on the plans for attaching mast arms to standards shall conform to
ASTM Designation: A 325, A 325M or ASTM Designation: A 449 and shall comply with the mechanical requirements of ASTM Designation: A 325 or A 325M after galvanizing. The cap screws shall be
9/l 1100 Contract Nos 3637 3616 & 3560 -1-
.
Page 87 of 145 pages
galvanized as specified in Section 210-3.6, Galvanizing for Traffic Signal Facilities. The threads of the
cap screws shall be coated with a lubricant which is clean and,dry to the touch.
13) The galvanized faying surfaces of the connections between signal or lighting mast arms and poles shall be free of surface imperfections, such as lumps, runs, and scum, which would prevent intimate,
uniform contact between the faying surfaces.
14) Handholes in the base of standards shall conform to the details shown on the plans. All handholes
shall be provided with covers. 15) Changes in configuration of mast arms will be permitted, provided the mounting height and stability
are maintained. Fabricators electing to use larger than minimum arm diameters shall adjust the details as required to permit solid seating of the cap screws. All arms shall be bent to the approximate
configuration shown on the plans. A smooth curving arm is required.
16) Pedestrian push button posts shall be constructed of 65 mm (2 ‘/; ) standard pipe conforming to the
dimensions shown on the plans. Guard posts shall be constructed of 100 mm (4 ) nominal dimension
galvanized standard pipe 1.7 m (66 ) long. Posts shall be set 900 mm (3 ) in a block of portland cement
concrete, as shown on the plans, and the pipe shall be filled with portland cement concrete. Push
button posts and guard posts shall be pipe conforming to the specifications of ASTM Designation: A 53.
17) Slip bases shall be assembled and tightened when the pole is on the ground prior to erection. The
threads of the heavy hex nuts for the slip base bolts shall be coated with an additional lubricant which is
clean and dry to the touch. Each high strength slip base bolt shall be tightened to within 10 Nom (IO
foot-pounds), plus or minus, of values in Table 209-2.04(A):
Standard Type
15SB
30 31
36-20A
TABLE 209-2.04 (A)
HIGH STRENGTH SLIP BASE BOLT TORQUE VALUES
Torque (Newton-meters) Torque Foot- Pounds
200 150
200 150 275 200 . .
225 165
209-2.05 Conduit. All conductors shall be run in conduit, except overhead and temporary
installations, and where conductors are run inside poles. Conduit shall be of the sizes shown on the
plans and as specified in this Section 209-2.05. In addition, the Contractor may, as an option at the
Contractors expense, use conduit of a larger size than that shown or specified, provided the larger size
is used for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted.
.New conduit shall not pass through foundations for standards.
209-2.05A Material. Conduit and conduit fittings shall be UL or ETL listed and shall conform to the
following:
3) Type 1. Hot-dip galvanized rigid steel conduit conforming to the requirements in UL Publication UL
6 for Rigid Metallic Conduit. The zinc coating will be tested in accordance with ASTM Designation: A
239.
2) Type 2. Hot-dip galvanized rigid steel conduit conforming to Type ? above and coated with polyvinyl
chloride or polyethylene. The exterior thermoplastic coating shall have a minimum thickness of 0.9 mm
(35 mils).
9/11100 Contract Nos 3637 3616 & 3560 -I- Page 88 0f 145 pages
3) Type 3. Rigid non-metallic conduit conforming to the requirements in the UL Standard for Rigid Non-
Metallic Conduit (Publication UL 651). Type 3 conduit shall be installed at all underground’
locations.
4) Type 4. Liquid tight flexible metal conduit shall consist of conduit with a liquid tight, non-metallic,
sunlight-resistant jacket over an inner flexible metal core. Type 4 conduit shall be UL listed for use as
the grounding conductor.
5) Type 5. Intermediate steel conduit (IMC) conforming to the requirements in UL Publication 1242 for
Intermediate Metallic Conduit. Type 5 conduit shall only be used when specified.
Bonding bushings to be installed on metal conduit shall be insulated and shall be the galvanized or zinc
alloy type. All conduit installed underground shall be Type 3, rigid non-metallic conduit. Type 3 conduit
shall be installed at underground locations only.
209-2.058 Use. Exposed conduit installed on a painted structure shall be painted the same color as the
structure. Unless otherwise indicated, the minimum metric trade size of conduit shall be:
1) From an electrolier to the adjacent pull box shall be Size 41 (I’/* dia).
2) Not otherwise specified shall be Size 41 (1 1/2 dia).
209-2.0% Installation. Conduit shall be installed in conformance with the codes and regulations
listed in Section 209-I .02, Regulations and Code. Conduit runs shown on the plans may be changed
to avoid underground obstructions with written approval by the Engineer. The ends of all conduits,
whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made
square and true. Slip joints or running threads will not be permitted for coupling conduit. When a
standard coupling cannot be used for coupling metal type conduit, a UL or ETL listed threaded union
coupling shall be used. All couplings for metal type conduit shall be tightened to provide a good
electrical connection throughout the entire length of the conduit run. Conduit shall be tightened into
couplings or fittings using strap wrenches or approved groove joint pliers. Conduit threads and
damaged surfaces on metal conduit shall be painted with 2 applications of approved unthinned zinc-rich
primer (organic vehicle type) conforming to the requirements in Section 210-3.6, Galvanizing for Traffic
Signal Facilities. Aerosol cans shall not be used.
The ends of conduit shall be threaded and shall be capped with standard pipe caps or pennies to protect the raceway against dirt and concrete until wiring is started. When caps or pennies are
removed, the ends of conduit and conduit fittings shall be provided with conduit bushings. Conduit
terminating in pull boxes or foundations shall be provided with insulated bonding bushings
Conduit bends, except factory bends, shall have a radius of not less than 6 times the inside diameter of
the conduit. Where factory bends are not used, conduit shall be bent, without crimping or flattening,
using the longest radius practicable.
A No. 12 copper pull wire or a pull rope shall be installed in all conduits which are to receive future
conductors. The pull rope shall be nylon or polypropylene with a minimum tensile strength of 2225 N (500 pounds). At least 0.6 m (2 ) of pull wire or rope shall be doubled back into the conduit at each termination. Existing underground conduit to be incorporated into a new system shall be cleaned with a
mandrel or cylindrical wire brush and blown out with compressed air.
Conduit shall be laid to a depth of not less than 460 mm (18 ) below grade in portland cement concrete
sidewalk areas and curbed paved median areas, and not less than 750 mm (30 ) below finished grade
9/l 1100 Contract Nos 3637, 3616 & 3560 Page a9 of 145 pages
in all other areas. Conduit may be laid on top of the existing pavement within new curbed medians ’ being constructed on top of the existing pavement. Conduit couplings shall be located at least 150 mm
(6 ) from face of foundation.
Unless Trenching In Pavement Method is specifically allowed or required on the plans or in these special provisions, conduit shall be placed under existing pavement by jacking or drilling methods,
Pavement shall not be disturbed without permission from the Engineer. In the event obstructions are encountered, upon approval of the Engineer, small holes may be cut in the pavement to locate or
remove obstructions. Jacking or drilling pits shall be kept 0.6 m (2 ) clear of the edge of any type of
pavement wherever possible. Excessive use of water, such that pavement might be undermined or
subgrade softened, will not be permitted. Conduit to be placed as part of the completed work shall not
be used for drilling or jacking. When Trenching in Pavement Method is specifically allowed or required on the plans or in these special provisions, installation of conduit under pavement shall conform to the
following:
1) Conduit shall be placed under existing pavement in a trench approximately 50 mm (2 ) wider than the
outside diameter of the conduit to be installed.
2) Trench shall not exceed 150 mm (6 ) in width.
3) Trench depth shall not exceed 300 mm (12 ) or conduit metric trade size plus 250 mm (10 ),
whichever is greater, except that at pull boxes the trench may be hand dug to required depth.
4) The top of the installed conduit shall be a minimum of 230 mm (9 ) below finished grade. In areas where additional pavement is to be placed, trenching installation shall be completed prior to placing the
final pavement layer.
5) The outline of all areas of pavement to be removed shall be cut to a minimum depth of 75 mm (3 ) with a rock cutting excavator specifically designed for this purpose.
6) Cuts shall be neat and true with no shatter outside the removal area.
7) The conduit shall be placed in the bottom of the trench and the trench shall be backfilled with trench
backfill slurry concrete.
8) Concrete backfill shall be placed to the pavement surface except, when the trench is in asphalt
concrete pavement and additional pavement is not being placed, the top 30 mm (0.10 ) of the trench
shall be backfilled with asphalt concrete produced from commercial quality paving asphalt and aggregates.
Prior to spreading asphalt concrete, paint binder (tack coat) shall be applied as specified in Section 302-
5.4, Tack Coat. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density.
Ail excavated areas in the pavement shall be backfilled, except for the top 30 mm (0.10 ), by the end of
each work period. The top 30 mm (0.10 ) shall be placed within 3 calendar days after trenching.
9lilmo Contract Nos 3637 3616 & 3560 -I- Page 90 of 145 pages
209-2.06 Pull Boxes. Pull boxes shall be installed at the locations shown on the plans or as
specified. The Contractor may, as an option, at the Contractors expense, use pull boxes of a larger
standard size than that shown or specified.
209-2.06A Materials. Pull boxes, covers and extensions for installation in the ground or in sidewalk
areas shall be of the sizes and details shown on the plans and shall be precast of reinforced portland cement concrete (PCC) or of non-PCC material. Non-PCC material shall be fire resistant and shall not
bum at a rate greater than 8 mm (0.3 ) per minute per 2.5 mm (0.1 ) of thickness when tested in
accordance with ASTM Designation: D 635. The non-PCC rhaterial shall show no appreciable change
in physical properties with exposure to the weather. Non-PCC material shall be dense and free of voids
or porosity, and shall be a gray or brown color. Top dimensions of non-PCC pull boxes shall not exceed’
the bottom dimensions by more than 25 mm (1 ). Extensions for non-PCC pull boxes shall be of the
same material as the pull boxes, and shall be attached to the pull boxes in a manner that will maintain
the minimum combined depths shown on the plans. Non-PCC pull boxes shall be of sufficient rigidity
that when a designated concentrated force is applied perpendicularly to the midpoint of one of the long .
sides at the top while the opposite long side is supported by a rigid surface, it shall be possible to
remove the cover without the use of tools. The designated concentrated force shall be 650 N (150 Ibs.)
for a No. 31/2 pull box and shall be 450 N (100 Ibs.) for a No. 5 or No. 6 pull box. When a vertical force
of 6500 N (1,500 Ibs.) is applied, through a 13 mm (‘I2 ) x 75 mm (3 ) x 150 mm (6 ) steel plate, to a
non-PCC cover in place on a pull box, the cover shall not fail and shall not deflect more than 6 mm (1/4 ).
The steel plate shall be centered on the cover with its longitudinal axis coinciding with the longitudinal
axis of the cover.
Covers shall be secured with 9 mm (3/e ) bolts, cap screws, or studs, and nuts which shall be of brass,
stainless steel or other non-corroding metal material. Stainless steel holddown bolts, cap screws or studs, and nuts and washers shall have a chromium content of not less than 18 percent and a nickel
content of not less than 8 percent.
Ail ferrous metal parts shall be galvanized in accordance with the provisions in Section 210-3.6,
Galvanizing for Traffic Signal Facilities.
209-2.06B Cover Marking. Covers for pull boxes shall be marked as shown on the plans. Marking
shall be clearly defined and uniform in depth and may be placed parallel to either the long or short sides
of the cover. Marking letters shall be between 25 mm (1 ) and 75 mm (3 ) high. Marking shall be
applied to each steel or cast iron cover prior to galvanizing by one of the following methods:
(a) Cast iron strips, at least 6 mm (‘I4 ) thick, with the letters raised a minimum of 1.5 mm (1/16 ). Strips
shall be fastened to covers with 6 mm (1/4 ) flathead stainless steel machine bolts and nuts. Bolts shall be peened after tightening.
(b) Sheet steel strips at least 0.7 mm (22 ga.) with the letters raised a minimum of 1.5 mm (1/16 ) above
the surrounding surface of the strips. Strips shall be fastened to covers by spot welding, tack welding or
brazing, with 6 mm (‘L, ) stainless steel rivets, or with 6 mm (I/., ) roundhead stainless steel machine
bolts and nuts. Bolts shall be peened after tightening.
.
(c) Bead welding the letters on the covers. The letters shall be raised at least 2 mm (3/32 ).
209-2.06C Installation and Use. Pull boxes shall be installed at the locations shown on the plans and, in conduit runs exceeding 60 m (200 ), shall be spaced at not over 60 m (200 ) intervals. The Contractor
may, at the Contractors expense, install additional pull boxes to facilitate the work. The bottoms of pull
boxes installed in the ground or in sidewalk areas, shall be bedded in crushed rock as shown on the
9/l 1100 Contract Nos 3637 3616 & 3560 -9 - Page 91 of 145 pages
plans and shall be grouted prior to the installation of conductors. The grout shall be between 13 mm
(‘/2 ) and 25 mm (1 ) thick and shall be sloped toward the drain hole. A layer of roofing paper shall be
placed between the graut and the crushed rock sump. A 25 mm (1 ) drain hole shall be provided in the
center of the pull box through the grout and the roofing paper.
209-2.08 Conductors. Conductors shall be copper of the gauge shown on the plans, unless specified
otherwise. Copper wire shall conform to the specifications of ASTM Designations: B 3 and B 8.
Wire sizes shall be based on American Wire Gage (AWG), except that conductor diameter shall be not
less than 98 percent of the specified AWG diameter. Conductors for branch circuits shall be sized to
prevent a voltage drop exceeding 3 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. The maximum voltage drop for
both feeders and branch circuits shall not exceed 5 percent at the furthest connected load, while drawing the combination of all connected loads capable of simultaneous operation. Conductors used in
loop detector lead-in cable shall conform to the specifications of ASTM Designation: B 286, A
Certificate of Compliance conforming to the provisions in Section 4-1.5, Certification, shall be
submitted by the manufacturer with each type of cable to be used on a project.
209-‘2,08A Conductor Identification. All single conductors in cables shall have clear, distinctive and
permanent markings on the outer surface throughout the entire length showing the manufacturers
name or trademark, insulation type letter designation, conductor size, voltage rating and the number of
conductors if a cable. Conductor insulation shall be of a solid color or of basic colors with a permanent
colored stripe as detailed in the following table unless othewise specified. Solid or basic colors shall be
homogeneous through the full depth of insulation. Identification stripes shall be continuous over the
entire length of the conductor. For conductor sizes No. 2 and larger, the insulation may be black and
the ends of the conductors shall be taped with electrical insulating tape of the required color for a minimum of 500 mm (20 ). All single conductors in cables shall be marked as shown in Table 209-2.08A
(A):
9111 IO0 Contract Nos 3637 3616 8 3560 -,- Page 92 of 145 pages‘
TABLE 209-2.08A (A)
Circuit
Vehicle Signals (Note 4)
Pedestrian Signals (Note 4)
Pedestrian Push Buttons
(Note 4)
Traffic Signal Controller Cabinet
Highway Lighting
Pull Box to
Luminaire (Note 9) Multiple Highway
Lighting
Lighting
Control
Multiple Service
Sign Lighting
(Note 8) Flashing Beacons (Note 7)
Grounded 8 Common
Interconnect
Railroad Pre-Emptior
Spares . . . . . . . . . . . . . . . . . . . . .
Notes:
Signal Phase or Function ase
2,6 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . bed, Yellow, Brown 4.8.. .............................. 1.5.. .............................. ed, Yellow, Brown ed. Yellow, Brown
3’7 , ................................
2t1.60.. ..........................
ed; Yellow[ Brown
Red. Brown 4pjJp.. . . ........................ lp,5p.. ..........................
............................
............................
Switching leg from PEU unit
aid Beacons . . . . . . . . . . . . .
Pedestrian Push Buttons Signals & Multiple Lighting Flashing Beacons &Sign-Lighting iNhite
Lighting Control . . . . . . . . . . . . vVhite Multiple Service . . . . . . . . . . . . flhite
Common . . . . . . . . . . . . . . . . . . . . . . JVhite Flash . . . . . . . . . . . . . . . . . . .._....... Drange Dial 2 . . . . . . . . . . . . . . . . . . . . . . . . . . . . Drange Dial 3 . . . . . . . . . . . . . . . . ..*......... Drange
Offset . . . . . . . . . . . . . . . . . . . . . . . . . Prange
CONDUCTORS
Identification
Insulation Colors c
I I(Note 11)
Black b,S . . . . . . . . . . . . . . . . . . . tt4 Orange ,8 .................... 4 None 5 .................... 4
Purple’ b,7 ....................
Black kr1.6~ ................ h4 Orange p;ep ................ 4 None p,5p ................ 4 Purple j3p,7p ................ b4
Black p-2,P-6 ............. b4
None
None None
None None None
CON-2 . . . . . . . . . . . . . .
Vo band required
No band required
Vo band required ML1 . . . . . . . . . . . . . . . . . . .
\AlJ . . . . . . . . . . . . . . . . . . . None 1 . . . . . . . . . . . . . . . . . . . . . 4
None
None None
None
b2 . . . . . . . . . . . . . . . . . . . . .
o band requiredd xcept per Note 5
EL-1 . . . . . . . . . . . . . . . . . .
None L-2 . . . . . . . . . . . . . . . . . . 0 -Location No. None
Black I None I None None None
I None I None I None I None I
I
I I
1. On overlaps, insulation is striped for first phase in designation, for example, a phase (2+3) conductor
is striped as for phase 2.
2.. Band for overlap and special phases as required. 3. Flashing beacons having separate service do not require banding.
4. These requirements do not apply to signal cable.
5. S if circuit is switched on line side of service equipment by utility. 6. Band conductors in each pull box and near ends of termination points. On signal light circuits, a
single band may be placed around 2 or 3 ungrounded conductors comprising a phase.
7. Ungrounded conductors between service switch and flasher mechanism shall be black and banded
as indicated in this column.
9/11/00 Contract Nos 3637,3616 & 3560 Page 93 of 145 pages
8. Conductors between ballasts and sign lighting lamps shall be No. 16 and color shall correspond to that of the ballast leads.
9. Roth conductors between external H.I.D. ballast and lamp socket shall-be black. lOBlack acceptable for size No. 2 and larger. Tape ends for 500 mm (20 ) with indicated color. 11 .Wire sizes listed are minimums. Ampacity requirements of specific circuits or voltage drop may
necessitate larger conductors.
209-2.086 Multiple Circliit Conductors. Conductors for multiple circuits shall be UL or ETL listed and
rated for 600-volt operation. The insulation for No. 14 through No. 4 conductors shall be one of the
following:
1) Type TW polyvinyl chloride conforming to the requirements of ASTM Designation: D 2219.
2) Type THW polyvinyl chloride.
3) Type USE, Type RHH or Type RHW cross-linked polyethylene.
At any point, the minimum thickness of any Type TVV, THW, USE, RHH or RHW insulation shall be 1.0 .
mm (40 mils) for conductor sizes No. 14 to No. 10, inclusive, and 1.3 mm (54 mils) for No. 8 to No. 2,
inclusive. The insulation for No. 2 and larger conductors shall be one of the types listed above or shall
be Type THWN. Conductors for wiring wall luminaires shall be stranded copper, with insulation rated
for use at temperatures up to 125 “C. Overhead lighting conductors shall be No. 8, or larger, medium
hard drawn copper with weatherproof covering.
209-2.09 Wiring. All conductors shall be run in conduit, except overhead and temporary installations
and where conductors are run inside poles. Wiring shall be done in conformance with the regulations
and code listed in Section 209-I .02, Regulations and Code, and the following additional requirements:
209-2.09A Installation. A UL or ETL listed inert lubricant shall be used in placing conductors in
conduit. Conductors shall be pulled into conduit by hand and the use of winches or other power
actuated pulling equipment will not be permitted.
At least 0.3 m (1 ) of slack shall be left for each conductor at each lighting standard, and at least one
meter (3 ) of slack at each pull box. At least one meter (3 ) of slack shall be left for each conductor at
each splice. Ends of spare conductors or conductors terminated in pull boxes shall be taped to provide
a watertight seal.
Conductors within fixtures or service cabinets shall be neatly arranged and shall be cabled together with
self-clinching nylon cable ties, or other method approved by the Engineer.
Conductor identification shall be provided under the following conditions:
1) Where metered and unmetered conductors occupy the same pull box, the unmetered circuit
conductors shall be identified, UNMETERED-STREET LTG, or as appropriate to describe the
unmetered circuit.
Conductors shall be permanently identified as to function, Identification shall be placed on each conductor, in each pull box and near the end of terminated conductors. Identification shall be by direct
labeling, tags or bands fastened to the conductors in such a manner that they will not move along the
conductors. Labeling shall be by mechanical methods.
209-2.098 Connectors and Terminals. Conductors shall be joined by the use of UL or ETL listed crimp type connectors as shown on the plans, Connectors and terminals shall be applied with the
9/11100 Contract Nos 3637 3616 & 3560 -I- Page 94 of 145 pages
proper type tool as recommended by the manufacturer of the connector or terminal being used.
’ Finished connections and terminals shall comply with the requirements of Military Specification MIL-T-
7928. All stranded conductors smaller than No. 14 shall be terminated in crimp style terminal lugs. AU
connectors and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron,
pouring or dipping method. Open flame soldering will not be permitted.
209-2.09C Splicing and Terminations. Unless specified otherwise or permitted by the Engineer,
splices shall conform to the details shown on the plans and will be permitted only in the following types
of circuits at the following locations:
1) Grounded conductors in pull boxes.
2) Multiple or series lighting conductors in the pull box adjacent to each electrolier or luminaire location or in the bases of Type 21 standards. Where electroliers are more than 120 m (400 ) apart, splices will
be permitted in pull boxes at 120 m (400 ), or greater, intervals.
3) All splices and terminal lugs for conductor sizes No. 8 and smaller shall be soldered by the hot iron,
pouring or dipping method. Open flame soldering will not be permitted.
209-2.09D Splice Insulation. All splices shall be capable of satisfactory operation under continuous
submersion in water. Multi-conductor cables shall be spliced and insulated to provide a watertight joint and to prevent absorption of moisture by the cable.
Where more than one conductor enters the sleeve of a ballast installed in a pull box, the insulation and
taping shall be applied between the conductors in such a manner as to provide a watertight joint.
Splice insulation shall conform to the details shown on the plans.
Low-voltage tape shall be UL or ETL listed and shall be the following types:
1) Self-fusing, oil and flame-resistant, synthetic rubber.
2) Pressure-sensitive, adhesive, polyvinyl chloride, 0.15 mm (0.007 ) minimum thickness.
209-2.09E Fused Splice Connectors. In the pull box adjacent to each luminaire a fused
disconnect splice connector shall be installed in each ungrounded conductor between the line and the
ballast. The connector shall be readily accessible in the pull box regardless of whether the ballast is
remote or is integral with the luminaire.
For 240-volt and 480~volt circuits, each connector shall be designed so that both ungrounded
conductors are disconnected simultaneously. The connector shall have no exposed metal parts, except
the head of a stainless steel assembly screw may be exposed. The head of the metal assembly screw shall be recessed a minimum of 0.8 mm (1/32 ) below the top of a plastic boss which surrounds the head.
The splice connector shall completely enclose the fuse and shall protect the fuse against damage from
water and weather. The contact between the fuse and fuse holder shall be by spring pressure. The terminals of the splice connector shall be rigidly crimped, using a tool of the type recommended by the
manufacturer of the fused splice connector, onto the line conductors and the conductors to the ballasts
and shall be insulated and made waterproof in accordance with the splice connector manufacturers
recommendations. Fused splice connectors shall not be used in series circuits. Fuses shall be
standard midget, ferrule type, with Non-Time-Delay feature, and shall be 10 mm (13/32 ) x 38 mm (I’/* ).
9/11100 Contract Nos 3637 3616 & 3560 -I- Page 95 of 145 pages
209-2.10 Bonding and Grounding. Metallic cable sheaths, metal pull box covers, metal conduit,
equipment grounding conductors, ballast and transformer cases, service equipment, sign switches, and
metal poles and pedestals shall be made mechanically and electrically secure to form a continuous
system, and shall be effectively grounded. Bonding jumpers shall be copper wire or copper braid of the same cross sectional area as No. 6 for series lighting systems and No. 8 or larger for all other systems.
The jumper size shall be increased to match the load or the circuit breaker size, or shall be as shown on the plans. Equipment grounding conductors shall be color coded to Code requirements or shall be
bare.
The bonding jumper in standards with handholes shall be attached by a 4.5 mm (3/16 ) or larger brass
bolt and shall be run to the conduit or bonding wire in the adjacent pull box. Standards without’
handholes shall be bonded by a jumper attached to all anchor bolts, and shall be run to the conduit or
bonding wire in the adjacent pull box. Grounding jumper shall be visible after cap has been placed on
foundation. Where slip base standards or slip base inserts are installed, the bonding jumper shall not
intrude into the slip plane. Bonding shall be accomplished by a bonding strap to all anchor bolts or a 4.5
mm (3/,6 ) or larger brass bolt installed in the bottom slip base plate.
One side of the secondary circuit of series-multiple and step-down transformers shall be grounded.
Grounding of metal conduit, service equipment and the grounded conductor at service point shall be
accomplished as required by the Code and the serving utility, except that grounding electrode conductor shall be No. 6, or larger. For equipment grounding purposes in Type 3 conduit, a No. 6 copper wire
shall be run continuously in circuits used for series lighting, and a No. 8, minimum, copper wire shall be
run continuously in all other circuits. The bonding wire size shall be increased to match the circuit
breaker size, or shall be as shown on the plans. Where Type 3 conduit is to be installed for future
conductors, the copper wire may be omitted.
At each multiple service disconnect location, a ground electrode shall be furnished and installed.
Ground electrodes shall be one-piece lengths of galvanized steel rod or pipe not less than 19 mm (3/4 ) in diameter, or of copper clad steel rod not less than 15 mm (5/a ) in diameter. Ground electrodes shall
be installed in accordance with the provisions of the Code. The service equipment shall be bonded to the ground electrode by use of a ground clamp or exothermic weld and No. 6 or larger copper wire,
enclosed in a size 16 or larger diameter conduit.
Ground clamp for service grounding shall be Size 16 galvanized, malleable iron conduit hub with swivel
feature. Bonding of metallic conduit in non-metallic pull boxes shall be by means of bonding bushings
and bonding jumpers. Bonding of metallic conduit in metal pull boxes shall be by means of locknuts, one inside and one outside of the box.
209-2.11 Service. Electrical service installation and materials shall conform to the requirements of the serving utility. When the service equipment is to be installed on a utility-owned pole, the Contractor
shall furnish and install conduit, conductors and all other necessary material to complete the installation of the service. The position of the riser and equipment will be determined by the utility. Service conduit
shall conform to the requirements of the serving utility and shall be not less than Size 41 (1’/2 dia.).
Where a kilowatt-hour meter is required, a meter socket with sealing ring, as approved by the serving
utility, shall be furnished and installed. Where a meter socket is installed, the meter enclosure shall be
provided with factory installed test bypass facilities as required by the serving utility. Service equipment
shall be installed as soon as possible to enable the utility to schedule its work well in advance of the
completion of the project.
9/11100 Contract Nos 3637 3616&w -9- Page 96 of 145 pages.
Each service shall be provided with a circuit breaker which shall simultaneously disconnect all
ungrounded service entrance conductors. All circuit breakers shall be quick-break on either automatic
or manual aperation. The operating mechanism shall be enclosed and shall be tip-free from the
operating handle on overload. Circuit breakers shall be trip-indicating, shall have frame size plainly
marked and shall have trip rating clearly indicated on the operating handle. Overload tripping of
breakers shall not be influenced by an ambient temperature range of from -18°C to 50°C. Multiple-pole
breakers shall be the internal trip type. All circuit breakers shall be listed by UL or ETL. Current rating of breakers shall be as shown on the plans. Circuit breakers used as service ‘disconnect equipment
shall have a minimum interrupting capacity of 10,000 A, rms. Circuit breakers shall be enclosed in a NEMA raintight enclosure with dead-front panel and hasp with a 11 mm (7/,6 ) hole for a padlock. The
padlock will be furnished by others. Service equipment enclosures, except Types II and III, shall be
galvanized. Types II and III service equipment enclosures shall be fabricated from galvanized sheet
steel or fabricated from sheet steel and zinc or cadmium plated after fabrication, or shall be fabricated
from aluminum. Fabrication of service equipment enclosures shall conform to the requirements of
Section 209-3.04A, Cabinet Construction. Steel enclosures shall be painted in accordance with the
provisions in Section 209-2.16, Painting. All overlapping exterior seams and doors shall meet the
requirements for Type 3R enclosures specified in the NEMA Enclosure Standards.
Upon written request by the Contractor, the Engineer will arrange with the serving utility to complete
service connections for both temporary and permanent installations and the Agency will pay all costs
and fees required by the utility. The request shall be submitted not less than 15 days before service
connections are required. Upon written request by the Contractor, the Engineer will arrange for
furnishing electrical energy. Energy used prior to completion of the contract will be charged to the
Contractor, except that the cost of energy used for public benefit, when an operation is ordered by the
Engineer, will be at the expense of the Agency.
Full compensation for furnishing and installing Agency-owned service equipment, conduit, conductors
and pull boxes shall be considered as included in the contract item of electrical work involved and no
additional compensation will be allowed therefor. Where the service point is indeterminate and is
shown on the plans as an approximate location or service point not yet established , the labor and
materials required for making the connection between the service point, when established, and the nearest pull box shown on the plans will be paid for as extra work as provided in Section 3-3, Extra
Work.
209-2.12 Testing. Attention is directed to Section 4-1.4, Test of Materials. Testing shall conform to the following:
209-2.12A Materials Testing. Material and equipment to be tested shall be delivered to a testing
location designated by the Engineer. Testing will be performed by the Agency.
In the event equipment submitted for testing does not comply with specifications, the Contractor shall
remove the equipment for repair within 5 working days after notification that the equipment is rejected.
In the event the equipment is not removed within that period, it may be shipped to the Contractor at the
Contractors expense. The Contractor shall allow 30 days for Agency testing from the time the material or equipment is delivered to the Agency test site. When equipment being tested has been rejected for
failure to comply with the specifications, the Contractor shall allow 30 days for Agency retesting. The
retesting period shall begin when the corrected equipment is made available at the test site.
All testing subsequent to rejection of the equipment for failure to comply with specification requirements will be at the expense of the Contractor. Deductions to cover the cost of that testing will be made from
any moneys due or which may become due the Contractor under the contract. The Contractor will be
9/l 1 IO0 Contract Nos 3637 3616 & 3560 -I -
.
Page 97 of 145 pages
notified when testing of the equipment has been completed and it shall be the Contractors responsibility to deliver the equipment to the site of the work or, at the Contractors request and the Agencys
convenience, the Agency will pack and ship the equipment to the Contractor or to the site of work. The
sum of $100 or the actual cost of packing and shipping, whichever amount is greater, wifJ be deducted, for each unit of equipment shipped by the Agency, from any moneys due to the Contractor under the
contract.
209-2.12B Field Testing. Prior to start of functional testing, the Contractor shall perform the following
tests on all circuits, in the presence of the Engineer.
209-2.12B(l) Continuity. Each circuit shall be tested for continuity.
209-2.128(2) Ground. Each circuit shall be tested for grounds.
209-2.128(3) Insulation Resistance. An insulation resistance test at 500 volts DC shall be made on
each circuit between the circuit and a ground. The insulation resistance shall not be less than 10 MR
on all circuits.
. 209-2.12C Functional Testing. Attention is directed to Section 209-I .06, Scheduling of Work,
regarding requirements for test periods. A functional test shall be made in which it is demonstrated that
each and every part of the system functions as specified. The functional test for each new or modified
system shall consist of not less than 5 days of continuous, satisfactory operation. If unsatisfactory
performance of the system develops, the condition shall be corrected and the test shall be repeated
until the 5 days of continuous, satisfactory operation is obtained.
209-2.4 3 Galvanizing. Galvanizing shall be in accordance with the provisions in Section 210-3.6,
Galvanizing for Traffic Control Facilities, except that cabinets may be constructed of material
galvanized prior to fabrication in conformance with the specifications of ASTM Designation: A 525 or A
525M, Coating Designation G 90, in which case all cut,.or damaged edges shall be painted with at least
2 applications of approved unthinned zinc-rich primer (organic vehicle type) conforming to the
requirements in Section 210-3.5, Repair of Damaged Zinc Coating. Aerosol cans shall not be used.
Other types of protective coating shall be approved by the Engineer prior to installation. Iron or steel
pipe standards and pipe mast arms shall be hot-dip galvanized after fabrication in conformance with the specifications of ASTM Designation: A 53. Galvanized surfaces shall have spurs removed.
Tie-rods, bolts, nuts, washers, clamps and other miscellaneous ferrous parts shall be hot-dip galvanized
after fabrication in accordance with the provisions in Section 210-3.6, Galvanizing for Traffic Control
Facilities. Not less than 250 mm (10 ) of the upper end of the anchor bolts, anchor bars, or studs, and
all nuts and washers shall be galvanized in accordance with the provisions in Section 210-3.6,
,Galvanizing for Traffic Control Facilities. After galvanizing, the bolt threads shall accept galvanized
standard nuts without requiring tools or causing removal of protective coatings.
Galvanizing of existing materials in an electrical installation will not be required.
209-2.14 Painting. Painting of electrical equipment and materials shall conform to the provisions in Section 310, Painting, with the following additions and modifications. Paint materials for electrical
installations, unless otherwise specified, shall conform to the provisions in Section 210, Paint and
Protective Coatings. Factory or shop cleaning methods for metals will be acceptable if equal to the methods specified herein. In lieu of the temperature and seasonal restrictions for painting as provided
in Section 310, Painting, paint may be applied to equipment and materials for electrical installations at any time permitted by the Engineer.
911 II00 Contract Nos 3637 3616 & 3560 -I - Page 98 of 145 pages
All ungalvanized ferrous surfaces to be painted shall be cleaned prior to applying the prime coat. Blast
cleaning will not be required. If an approved prime coat has been applied by the manufacturer, and it is’
in goad condition, the first primer application by the Contractor will not be required.
Existing equipment to be painted in the field, including Agency-furnished equipment, shall be.washed
with a stiff bristle brush using a solution of water containing 7.5 ml. of heavy duty detergent powder per
liter (2 tablespoons per gallon). After rinsing, all surfaces shall be wire brushed with a coarse, cup
shaped, power-driven brush to remove all poorly bonded paint, rust, scale, corrosion, grease or dirt.
Any dust or residue remaining after wire brushing shall also be removed prior to priming. Immediately
after cleaning, all galvanized surfaces and all non-ferrous metal surfaces shall be coated with one
application of Primer (Wash) Pre-Treatment, Section 210-1.5 or wash primer conforming to the
requirements of Military Specification MIL-P-15328D. The wash primer shall be applied by spraying or
brushing to produce a uniform wet film on the surface.
New galvanized metal surfaces to be painted in the field shall be cleaned as specified for existing
equipment before applying the prime coats specified. Wire brushing of new galvanized surfaces will not be required. After erection, all exterior surfaces shall be examined for damaged primer and the
damaged surfaces shall be cleaned and spot coated with primer. Galvanized metal guard posts shall
not be painted.
Types II and III steel service equipment enclosures shall be painted with a polymeric or an enamel
coating system conforming to Color No. 14672 (light green) of Federal Standard 595B. All coatings
shall be commercially smooth, substantially free of flow lines, paint washout, streaks, blisters, and other
defects that would impair serviceability or detract from general appearance. The coatings shall comply
with the following requirements:
1) Coating Hardness - The finish shall have a pencil lead hardness of HB minimum using an Eagle
Turquoise pencil.
2) Salt Spray Resistance - The undercutting of the film of the coating system shall not exceed 3 mm
(‘/* ) average, from lines scored diagonally and deep enough to expose the base metal, after 250 hours
exposure in a salt spray cabinet in accordance with ASTM Designation: B 117.
3) Adherence - There shall be no coating loss when tested by California Test 645. Compliance of the
coating system to the above requirements may be determined by the application of the coating, to 100
mm (4 ) x 200 mm (8 ) x 0.6 mm (0.0236 ) test specimens of the same material as the cabinets, in the same manner as applied to the cabinets.
A Certificate of Compliance shall be furnished in accordance with the provisions of Section 4-1.5,
Certification, certifying that the coating system furnished complies in all respects with these
requirements.
Conduit and conduit fittings above ground shall be prepared and finished in the same manner as the
adjacent standard or post. All paint shall be applied either by hand brushing or by spraying machines in
the hands of skilled operators. The work shall be done in a neat and workmanlike manner. The Engineer reserves the right to require the use of brushes for the application of paint, should the work
done by the paint spraying machine prove unsatisfactory or objectionable, as determined by the
Engineer.
9/l 1100 Contract Nos 3637 3616 & 3560 -s - Page 99 of 145 pages
209-3 LIGHTING
209-UI2 Hi Pressure Sodium Luminaires. High pressure sodium luminaires shall be the
enclosed type with a horizontal burning lamp. Luminaires shall be the cutoff type. Each luminaire shall
consist of a housing, a reflector, a refractor or a lens, a lamp socket, an integral ballast, a terminal strip and a lamp. Housings shall be fabricated from aluminum. Housings that are .painted shall withstand a
1 OOO-hour salt spray test as specified in ASTM Designation: B 117. All other metal parts of the housing
shall be fabricated from metal at least equal in corrosion resistance and finish to the metal in the housing. Each housing shall be provided with a slip-fitter capable of mounting on a 50 mm (2 ) pipe
tenon and of being adjusted 5 degrees from the axis of the tenon. The clamping brackets of the slip-fitter shall not bottom out on the housing bosses when adjusted within the *5 degree range. No part
of the slip-fitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.5 mm
(0.020 ) when the four 10 mm (3/a ) diameter cap screws used for mounting are tightened to 13 N.m (10
#lbs.). All luminaires to be mounted on horizontal mast arms, when tested in accordance with
California Test 611, shall be capable of withstanding cyclic loading in (G = Acceleration of Gravity):
1. a vertical plane at a minimum peak acceleration level of 3.0 G peak-to-peak sinusoidal loading (same
as 1.5 G peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any
luminaire parts.
2. a horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration
level of 1.5 G peak-to-peak sinusoidal loading (same as 0.75-G peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts.
3. a vertical plane at a minimum peak acceleration level of 1 .O G peak-to-peak sinusoidal loading (same
as 0.5 G peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any
luminaire parts.
Each mast arm mounted luminaire shall be furnished with a photoelectric unit receptacle. If a
photoelectric unit receptacle is included and the plans call for the omission of a photoelectric unit, a
raintight shorting cap shall be installed. The surface of each reflector shall be specular and shall be
protected by either an anodized finish or a silicate film. The reflector shall be shaped so that a minimum of light is reflected through the arc tube of the lamp. Each refractor or lens shall be mounted in a frame
that is hinged to the housing and secured with a spring-loaded latch. Each refractor shall be made of
glass or polycarbonate plastic. Each lens shall be made of heat and impact resistant glass. The optical
system, consisting of the reflector, refractor or lens, lamp socket and lamp, shall be in a sealed,
chamber. Sealing shall be provided by a gasket between the reflector and refractor or lens and a gasket between the reflector and lamp socket. The chamber shall have provision for filtered flow of air
in and out of the chamber due to lamp heat. Filtering shall be accomplished by either a separate filter or
a filtering gasket. Each lamp socket shall be a porcelain enclosed mogul-multiple type. The shell shall
contain integral lamp grips to assure electrical contact under conditions of normal vibration. The socket shall be mounted in the luminaire in a manner to permit pre-setting a variety of specified light distribution
patterns. The socket shall be rated for 1500 W and 600 V, and shall ‘be rated for a 4-kV pulse. When
the components are mounted on a down-opening door, the door shall be hinged and secured to the
luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable
and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat lens frame is opened. Field wires connected to the luminaire shall
terminate on a barrier type terminal block secured to the housing. The terminal screws shall be captive and equipped with wire grips for conductors up to No. 6. Each terminal position shall be clearly
identified. The minimum light distribution for each luminaire shall be as shown on the isolux diagrams
9/l 1 too Contract Nos 3637 3616 & 3560 -1- Page 100 of 145 pages
on the plans. The maximum brightness of each cutoff luminaire, with the lamp indicated, shall be as
Table 209-3.01 (A): TABLE 209-3&l(A)
CUTOFF TYPE LUMINAIRE
Lamp Lamp Maximum Brightness
ANSI Code No. Wattage (cd/m2)
s55 150 140
S66 200 140
s50 250 175
S67 310 210
s51 400 260
Brightness readings will be taken using a brightness meter with an acceptance angle of 1.5 degrees. When measured on the go-degree and 270-degree lateral angle line, the maximum brightness shall not
exceed the above specified brightness when the meter is located at a horizontal distance of 37 m (120 )
and a vertical distance of 2.3 m (7.5 ) between the luminaire and the meter, or at an angle of 3 degrees
35 minutes from the horizontal to the line between the luminaire and the meter. Measurements shall be
made from both the go-degree line and the 270-degree line and averaged. The lamp used for each test
shall be operated at the wattage necessary to produce a light output as shown in Table 209-3.01(B):
Lumens
16 000
22 000
27 000
37 000
50 000
TABLE 2093.01 (B)
- LAMP WATTAGE VERSUS LIGHT OUTPUT
Lamp Wattage
150
200
250
310
400
209-3.0lA High Pressure Sodium Lamp Ballasts. Each ballast shall be designed for the type,
characteristics and wattage of the lamp it is to operate and it shall provide the proper starting and
operating waveforms, voltage and current. Ballasts shall provide reliable lamp starting and operation at
ambient temperature down to -30°C for the rated life of the lamp. Ballasts shall be designed for
continuous operation at ambient air temperatures from -20°C to 25°C without reduction in ballast life.
Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate
for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short-circuited
condition and without measurable reduction in the operating requirements. Ballasts shall be tested in
accordance with the requirements of ANSI C82.6-1980, Methods of Measurement of High-lntensity-
Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable
between ballasts of the same wattage and manufacturer without adjustment.
A Certificate of Compliance conforming to the provisions in Section 4-1.5, Certification, shall be submitted by the manufacturer with each lot of integral ballast luminaires and with each lot of ballasts
designed for use outside of luminaires. The certificate shall state that the lot of ballasts meets, in every
respect, the above requirements and the lamp-ballast specifications of the lamp manufacturer. The input voltage for ballasts shall be as shown on the plans or as specified in these special provisions.
Each integral ballast shall consist of separate components, each of which shall be capable of being
easily replaced. A starting aid which is encapsulated will be considered as a single component. Each
component shall be provided with screw terminals, NEMA tab connectors or a single multi-circuit
connector. All conductor terminals shall be identified as to the component terminal to which they
9/l l/00 Contract Nos 3637 3616&m -I - Page 101 of 145 pages
connect. Heat-generating components shall be mounted so as to use the portion of the luminaire upon
which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat-
generating components or shall be thermally shielded to limit the case temperature to 75°C.
Transformers and inductors shall be resin-impregnated for protection against moisture. Capacitors,
except those in starting aids, shall be metal cased and hermetically sealed.. Ballasts to be located
remote from the luminaire shall be the submersible type and shall conform to the requirements in
Section 209-6.09C, Submersible Type Transformers. All components, including starting aid, shall be
enclosed in a single housing. Ballast leads shall extend a minimum of 300 mm (12 ) from the case.
Steel housings shall be galvanized or painted. Ballast housings shall be clearly labeled to indicate lamp
type, lamp wattage and input voltage. Ballasts for high-pressure sodium lamps shall have a ballast
characteristic curve which will intersect both of the lamp-voltage limit lines between the wattage limit
lines and remain between the wattage limit lines throughout the full range of lamp voltage. This
requirement shall be met not only at the rated input voltage of the ballast, but also at the lowest and
highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve
shall fall within the specified limits of lamp voltage and wattage. Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be located within the luminaire housing.
209-3.0lA(l) Regulator Type Ballasts. Regulator type ballasts shall conform to the following:
1. For nominal input voltage and lamp voltage, the ballast design center shall not vary more than 7.5
percent from rated lamp watts.
2. The ballast shall be designed so that a capacitance variance of *6 percent will not cause more than
a *8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage.
3. The lamp current crest factor shall not exceed 1.8 for input voltage variation of &lo percent at any
lamp voltage from initial through life.
Regulator type ballasts shall be lag-type or lead-type conforming to the following:
1. Lag-Type Regulator Ballasts. Each lag-type regulator ballast shall have the primary and secondary
windings electrically isolated and, when operated with the appropriate lamp, shall have the following
characteristics and shall maintain the following lamp operation:
a) The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line
voltage with a nominally rated reference lamp.
b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more
than 18 percent for *I 0 percent input voltage variation.
2. Lead-Type Regulator Ballasts. Each lead-type regulator ballast (CWA-constant wattage auto- regulator) shall, when operated with the appropriate lamp, have the following characteristics and shall
maintain the following lamp operation:
a) The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally rated reference lamp.
b) Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more
than 30 percent for *lO percent input voltage variation.
9/11l00 Contract Nos 3637 3616 & 3560 -I - Page 102 of 145 pages -
209-3.01A(2) Autotransformer or Reactor Type Ballasts. Each nonregulating reactor,
autotransformer, or high reactance ballast shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operations:
1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line
voltage with a nominally rated reference lamp.
2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more
than 25 percent for *5 percent input voltage variation.
3. For nominal input voltage and. lamp voltage, the ballast design center shall not vary more than 7.5
percent from rated lamp watts.
4. The lamp current crest factor shall not exceed 1.8 for input voltage variation of *t5 percent at any
lamp voltage from initial through life.
209-3.01B High Pressure Sodium Lamps. High pressure sodium lamps shall conform to the ANSI
Standard: C 78, Lamp Specifications, Physical and Electrical Characteristics of High-lntensity-
Discharge Lamps, when tested in accordance with ANSI Standard: C 78.388, Methods of
Measurement of High Pressure Sodium Lamp Characteristics. High-pressure sodium lamps shall have a minimum average rated life of 24,000 hours.
209-3.02 Photoelectric Controls. Photoelectric controls, as specified in these special provisions or
as shown on the plans, shall be capable of switching multiple lighting systems directly. Type IV
photoelectric control shall be used unless otherwise shown on the plans or required by these special
provisions and shall be installed in a receptacle integral with the luminaire.
1. Type I photoelectric control shall consist of a remote photoelectric unit and a test switch housed in an
enclosure.
2. Type II photoelectric control shall consist of a remote photoelectric unit, a separate contactor located in a service equipment enclosure, and a test switch located in the service equipment enclosure
unless shown otherwise.
3. Type 111 photoelectric control shall consist of a remote photoelectric unit, and a separate contactor
and a test switch housed in an enclosure.
4. Type IV photoelectric control shall consist of a photoelectric unit which plugs into an EEI-NEMA twist
lock.
209-3.02A Types. The types of photoelectric controls shall be as follows:
1. Receptacle integral with the luminaire.
2. Type V photoelectric control shall consist of a photoelectric unit, contactor and test switch located in
.a service equipment enclosure.
3. A switch to permit manual operation of the lighting circuit shall be provided for each Type I, Type II,
Type III, and Type V photoelectric control. Switches shall be of the single-hole mounting toggle type,
single-pole, single-throw, rated at 12 A and a voltage rating to match the circuit. Switches shall be furnished with an indicating nameplate reading Auto-Test and shall be connected in parallel with
the load contacts of the photoelectric unit. Test switch shall not have an OFF position.
9111 I00 Contract Nos 3637 3616 & 3560 -t - Page 103 of 145 pages
4. Photoelectric units for Types I, II and III photoelectric controls, shall be pole-top mounted unless othenvise specified.
209-3.028 Equipment Details. Equipment details shall conform to the following:
209-3.02B(l) Photoelectric Unit. The photoelectric unit shall provide an output in response to
changing light levels. Components of the unit shall not require periodic replacement. Units shall have a
turn-on between ‘IO and 50 lux (one and 5 footcandles) and a turn-off at between 1.5 and 5 times
turn-on. Measurements shall be by the procedures set forth in EEI-NEMA Standards for Physical and
Electrical Interchangeability of Light-Sensitive Control Devices Used in the Control of Roadway Lighting.
Photoelectric controls, except Type IV and Type V, shall be furnished with a 100 mm (4 ) minimum inside diameter pole-top mounting adaptor containing a terminal block and with cable supports or
clamps to support pole wires. The photoelectric unit receptacle shall be the EEI-NEMA type. Mounting brackets shall be used where pole-top mounting is not possible. Photoelectric controls shall be installed
at the locations shown on the plans and oriented as directed by the Engineer. For switching 480 V, 60
Hz circuits, a 100 VA, minimum, 480/120-volt transformer shall be installed in the contactor enclosure .
to provide 120 volts for the photoelectric control unit. Where more than one photoelectric unit is to be installed at the same location, a single transformer, with a volt-ampere rating capable of handling the
total controlled load, may be used. Photoelectric units shall be screened to prevent artificial light from
causing cycling.
The photoelectric unit shall also conform to the following:
1. The supply voltage rating shall be 60 Hz, 105130 V, 210-240 V, or 105-240 V, as specified.
2. The load rating shall be 800 W minimum, incandescent, mercury or fluorescent.
3. The operating temperature range shall be from -29°C (-20°F) to 65°C (150°F).
4. The power consumption shall be less than IO W. 5. The unit shall be housed in a weatherproof enclosure.
6. The base of the unit shall be provided with a 3-prong, EEI-NEMA standard, twist-lock plug mounting. 7. Units shall be provided with a fail-on feature.
209-3.028(2) Contactor. The contactor shall have contacts rated to switch the specified lighting load
and shall be normally open, unless otherwise specified. The contactor shall be either the mechanical
armature type or the mercury displacement type. The contacts of the mechanical armature type contactor shall be either fine silver, silver alloy, or superior alternative material. The contactor shall have a minimum rating of 30 A, per contact, inductive load.
209-3.028(3) Contactor and Test Switch Housing. The enclosure for Type I and Type III
photoelectric controls shall be NEMA Type 3R. The enclosure shall be provided with a factory applied
rust resistant prime coat and finish coat. Two applications of paint to match the color of the standard
shall be applied as specified in Section 209-2.16, Painting. The enclosure may be hot-dip galvanized in lieu of painting. A minimum of 65 mm (21/2 ) shall be provided between contactor terminals and end
of enclosure for wiring connections. The enclosure shall be mounted on the same standard as the
photoelectric unit at a height of approximately 1.8 m (6 ) above the base.
209-3.028(4) Wiring. Conductors between the photoelectric unit and an external contactor shall be
No. 14 and shall be run inside the lighting standard, or in conduit, unless otherwise shown on the plans.
209-3.02B(5) Terminal Blocks. Terminal blocks shall be rated at 25 A, 600 V, shall be molded from
phenolic or nylon material and shall be the barrier type with plated brass screw terminals and integral
type marking strips.
9/11100 Contract Nos 3637 3616 & 3560 -B- Page 104 of 145 pages
209-4 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT
209401 Recnau~ Electrical Equipwnt. Attention is directed to Section 7-9, “Protection and
Restoration of Existing Improvements.” Existing electrical equipment shown on the plans or specified in
these special provisions to be removed and not reused or salvaged, and pull boxes, conduit and
detector frames not reused, shall become the property of the Contractor and shall be removed from the
street right of way in accordance with the provisions in 300-1, “Clearing and Grubbing,” except, if not
interfering with other construction, underground conduit may be abandoned in place after all conductors
have been removed. Care shall be exercised in salvaging equipment so that it will not be damaged or
destroyed and will remain in its existing condition whenever possible. Mast arms shall be removed from
standards. Luminaires, signal heads, and signal mounting assemblies shall be removed from standards
and mast arms.
Attention is directed to the provisions in Section 7-9, “Protection and Restoration of Existing Improvements” and 300-l .2, “Preservation of Property.” The Contractor will be required to repair or
replace, at the Contractor’s expense, any electrical equipment to be salvaged which, as determined by
the Engineer, has been damaged or destroyed by reason of the Contractor’s operations. Attention is
directed to the provisions in Section 209-2.03, “Foundations,” regarding foundations to be abandoned or
removed. Holes resulting from removing pull boxes and detector frames shall be filled with material
equivalent to the surrounding material.
209-5 PAYMENT
209-5.01 Payment. The contract lump sum price or prices paid for lighting, for modifying or removing
those systems; for temporary systems; or the lump sum or unit prices paid for various units of those
systems; or the lump sum or per meter price paid for conduit of the various sizes, types and installation
methods listed in the Bid Schedule shall include full compensation for furnishing all labor, materials,
tools, equipment and incidentals, and for doing all the work involved in furnishing and installing,
modifying, or removing the systems, combinations or units thereof, as shown on the plans, as specified
in these special provisions, and as directed by the Engineer, including any necessary pull boxes (except
when the type required is shown as a separate contract item); excavation and backfill; concrete
foundations (except when shown as a separate contract item); pedestrian barricades; installing Agency- furnished sign panels on pedestrian barricades, on flashing beacon standards; restoring sidewalk,
pavement and appurtenances damaged or destroyed during construction; salvaging existing materials;
and making all required tests. Existing street lights and foundations shall be removed and disposed by
the contractor at the unit price bid.
Full compensation for all additional materials and labor, not shown on the plans or specified, which are
necessary to complete the installation of the various systems, shall be considered as included in the
prices paid for the systems, or units thereof, and no additional compensation will be allowed therefor,
except as provided in Section 209-l .05, “Maintaining Existing and Temporary Electrical Systems.”
When shown as a contract item, include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in constructing reinforced concrete pile
foundations of the size shown, including drilling holes, disposing of the material resulting from drilling
holes, furnishing and placing anchor bolt assemblies and reinforcing steel, complete in place, as shown
on the plans, and as specified in these special provisions and as directed by the Engineer.
When shown as a contract item, non-reinforced Portland cement concrete foundations will be measured
and paid for in the manner as provided in Section 303-l .l 1, “Payment.”
9/11/00 Contract Nos 3637,3616 & 3560 Page 106 of 145 pages
When shown as a separate contract item by the lump sum or per bid item linear measurement,
interconnection conduit and conductor shall include all interconnection conductors, but shall only
include conduit and pull boxes containing interconnection conductors and no other conductors. The quantity of interconnection conduit and conductor to be paid for by the lump sum bid or the bid item
linear measurement shall be the length of that conduit. Compensation for conduit containing
interconnection conductors and other conductors shall be considered as included in the contract price paid for the item requiring the other conductors.
SECTION 210 - PAINT AND PROTECTIVE COATING
21 O-l PAINT
21 O-l .6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint
for traffic lane lines, turn pockets, edge lines, channelizing lines, bike lanes lines, chevrons, and curbs shall be rapid dry water borne conforming to CALTRANS Specifications No. 8010-910-30. Paint for.
pavement legends pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specifications No. 8010-21 C-l 9. Glass
beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic
material shall conform to the requirements of CALTRANS Specifications No. 8010-21 C-22 Type II).
CALTRANS Specifications for water borne paint, thermoplastic material and glass beads may be
obtained from the CALTRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819,
telephone number (916) 227-7000.
SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS
212-l LANDSCAPE MATERIALS.
212-I .I Topsoil.
212-1.1 .I General. Add the following: Topsoil shall be Class A only. The material shall satisfy the
Class A specifications prior to arrival at the job site. Topsoil shall be rich brown in color, and shall be
imported from a commercial soil supplier. No on-site amendment to the material to achieve Class A
status will be permitted. Provide soil test for agricultural suitability for approval by Resident Engineer prior to delivery. A second test will be required after placement to verify agricultural suitability and
incorporation of recommended amendments.
212-l .2 Soil Fettilizing and Conditioning Materials.
212-1.2.1 General. Add the following: Agricultural grade gypsum shall be a (CA SOS H,O) calcium
sulfate product - minus ninety-four point three percent (-94.3%). Ninety percent (90%) shall pass a fifty
(50) mesh screen. Control of dust during application is mandatory. (Shall be similar or equal to U.S.
Gypsum, Dolmar or Bandini).
Iron Sulfate - Iron shall be expressed as metallic-derived from sulfate - (FE SO,, H,O). A minimum of
twenty percent (20%) and ninety-eight point three percent (98.3%) retained on a ten (10) mesh screen.
Iron is required for the formation of chlorophyll in plant cells. Application in western soils deters any iron
chlorosis symptoms of plants. (Shall be similar or equal to Wilson and George meyer, Wil-Gro).
9/l 1 too Contract Nos 3637 3616 & 3560 -I- Page 106 of 145 pages‘
Soil Sulpher - Soil sulpher shall be 99.5% elemental manufactured for agricultural use. Sizing on a stacked screen shall be approximately 8 mesh 4.3%, 20 mesh 7.8%, 50 mesh 46.9%, 100 mesh 39.3%,
200 mesh 1.7%.
212-1.2.3 Commercial Fertilizer. Add the following: Pre-plant fertilizer shall be granular commercial
fertilizer 12-12-I 2 or approved equal.
Post-plant fertilizer shall be 14-7-3 or approved equal with Ca, Fe, Ln, and Mn and with the majority of
nitrogen in non-ammoniac form to prevent acidification of soil.
Planting tablets shall be compressed, slow-release fertilizer tablets (20-10-5) and five (5) and twenty-
one (21) gram sizes.
212-l .2.4 Organic Soil Amendment. Add the following: Type I organic soil amendment shall be
derived from wood with the following properties:
It shall be a wood residual product derived from the bark of pine, white fir and red fir, cedar shavings or
redwood shavings, Amendment upon analysis contains at least one-half of one percent (0.5%) nirtogen
(on’a dry weight basis) with an ash content not to exceed ten percent (10%). A commercial grade
product shall be used. The product shall be free of seeds, debris and deleterious material.
Contractor shall supply Resident Engineer, or his appointed representative, with a sample of the
proposed amendment accompanied by laboratory analytical analysis from an approved laboratory illustrating degree of compliance. Guarantee - wt./cu./yd. - 56W - 820##. Nitrogen (organic or amoniac)
one-half of one percent (0.5%) ph (less than) 6.5. Salinity (EC x 12 at 25C) = 2.5. Iron (fe) expressed
as metallic 0.01%. Density - approximately 25 lb. Cu. Ft. Organic matters - eighty-five percent (85%). A
non-ionic wetting agent should be used. Properties: Screen analysis: % retained on stacked screen -
1 mesh = 0.2%, 5 mesh = 36.6%, 8 mesh = 25.7%, 12 mesh = 30.7%, 32 mesh = 5.9%; remainder =
0.9%.
The organic soil amendment shall be similar or equal to Browning Ferns Life pro , Butlers Mills Loamex or Forest Humus.
Organic Soil enhancer shall be Sarvon by Butlers Mills or approved equal.
Mulch shall be a composited blend of 100% recycled and shredded above ground tree trimmings.
Typical mulch size shall be one inch to six inches in length and shall be composed of wood, bark, twigs
and leaves. Submit two samples for approval. The material shall be free of seeds, debris, plastic, and
deleterious materials.
Shredded mulch shall be similar to or equal to AJ Ecology Earthwise Ecomulch or A-l Soils Recycled Organic Mulch .
Add the following:
212-l .2.6 Herbicides and Pesticides. Herbicides and pesticides shall be used in their appropriate applications with strict adherence to manufacturers specifications and instructions.
Post-emergent herbicide for all areas shall be Rodeo, Roundup, Diquat, Montar or approved equal.
Pre-emergent herbicide for shrub and groundcover areas (planted from flats) shall be Treflan, Surflan,
Eptan or approved equal.
Contract Nos 3637 3616 & 3560 -t- Page 107 of 145 pages
212-I .4 Plants.
222-2.4.1 General. Add the following: Contractor shall notify”Resident Engineer forty-eight (48) hours
before each plant delivery so the plants can be inspected and approved prior to planting.
Nomenclature: The scientific and common names of plants herein specified conform to the approved
names given in A Checklist of Woody Ornamental Plants in California, Oregon, and Washington
published by the University of California, Division of Agriculture Sciences, publication 4091 (1979). (See
list of plant materials on drawings.)
Labeling: Each group of plant materials delivered on-site shall be labeled clearly as to species and
variety. All patented plants (cultivars) required by the plant list shall be delivered with a property plant patent attached.
Quality and Size: Plants shall be in accordance with the California State Department of Agriculture
regulations for nursery inspections, rules and grading. Sizes shall conform to the dimensions indicated
on the planting plan.
The Resident Engineer is the sole judge as to acceptability of each plant. Vigorous, healthy, well-
proportioned plants are the intent of this specification. Plants which are even moderately overgrown ,
or are showing signs of root girdling, decline or lack of vigor, are subject to rejection. The size of the
plants will correspond with that normally expected for species and variety of commercially available
nursery stock, or as specified in the special conditions or drawings. Plants larger in size than specified
may be used with the approval of the Resident Engineer, but the use of larger plants will not cause any
change in contract price. If the use of larger plants is approved, the ball of earth and spread of roots for each plant shall be increased proportionately.
Rejection of Substitution: All plants not conforming to the requirements herein specified, shall be
considered defective, and such plants, whether in place or not, shall be marked as rejected and
immediately removed from the site and replaced with new plants by the Contractor, at contractors
expense.
Right to Changes: The Resident Engineer reserves the right to change the species, variety and/or sizes of plant material to be furnished, provided that the cost of such plant changes does not exceed the cost
of plants in the original bid, and with the provision that the Contractor shall be notified, in writing, at least thirty (30) days before the planting operation has commenced.
212-I .5 Headers, Stakes and Ties.
212-1.5.3 Tree Stakes. Add the following: Unless otherwise noted, tree stakes shall be two inches
(2 ) in diameter, lidgepole pine, of lengths required, pointed on one end.
Tree ties shall be a commercially manufactured tie, made from black tire casings, cut to a minimum ten-
inch (10 ) length and held in place by twelve (12) gauge galvanized wire; or split plastic hose with a m’inimum length of twenty inches (20 ). Split plastic hose ties to be equal to Cinch-tie by V.I.T.
212-I .8 Root Control Barriers.
212-1.8.1 General. Add the following: Root barriers shall be a long-term root barrier control system
consisting of 24 height molded recycled plastic panels with a thickness of .080. Panels shall be formed
with four 9116 integral external ribs per panel. The panels shall be connected by means of a 24
9/l 1 too Contract Nos 3637 3616 & 3560 -I - Page 108 of 145 pages
locking strip provided for this purpose by the root barrier manufacturer. The root barrier shall conform to
the following specifications:
Physical Properties H.D. Test Typical
Mechanical Prooerties:
Tensile strength, PSI (MPa) D638 2,000 (13.8)
Ultimate elongation % D638 800
Flexural modolus, psi (Mpa) D790 30,000
(206.9)
Thermal Prooerties: Melt index , G/l 0 minutes D1258 0.75 -
Condition E
Brittleness temperature 80%
Non-Failure. “C
Miscellaneous Properties:
Density at 73°F (23°C) G/CM (compound) D1505 0.920
Environmental stress cracking Resistance Fo.
Hours: 10% LGEPAL: solvent D1693 >500
Condition A
Root barrier shall be Bumblebee TRB-24 (310-597-7933) panels with TRBL-24 locking strips or
approved equal.
Perforated pipe for tree drain: Polyvinyl chloride pipe drilled at minimum 4 intervals with minimum 1/2
diameter holes. Pipe shall be supplied with a spun bonded filter sleeve to protect pipe from soil
intrusion.
212-2 IRRIGATION SYSTEM MATERIALS.
212-2.1 Pipe and Fittings.
212-2.1.5 Copper Pipe. Add the following: Copper pipe shall be Type L in accordance with ASTM B
88; Brass pipe; Brass piping shall be I.P.S. red brass; silver solder, 15% minimum.
Type K copper pipe shall be used to extend the existing water main at the meter to the new reduced
pressure principle backflow assembly.
212-2.2 Valves and Valve Boxes.
212-2.2.4 Remote Control Valves - Sprinkler Equipment. Add the following: Irrigation equipment
shall be per irrigation legend, details, plan notes.
212-2.2.7 Valve Boxes. Add the following: All remote control valve boxes shall be concrete ( Brooks
3-HL ), or approved equal with hinged cast iron locking top.
The Contractor shall rework the locking toggles of the concrete valve boxes by replacing the existing
clevis pin and sheet metal clip with a marine type stainless steel machine bolt and self-locking nut.
Apply oil to lubricate and to prevent rust.
9/l 1 too Contract Nos 3637 3616 & 3560 -I- Page 109 of 145 pages
The Contractor shall paint the identification number of the valve and the controller clock on the cover of
the valve box. The paint shall be aluminum asphaltic-base waterproof paint.
Add the following section:
212-2.2.8 Anti-Drain Valves.
Anti-drain valves shall be installed as indicated on plans. The Anti-drain valve shall be the same
diameter size as the riser and shall be integrated into the riser assembly (under head). Valve shall be
Valcon ADV-XS , or an approved equal.
Add the following section:
212-2.2.1 I Globe Valves.
Globe valves in sizes 3-inches and smaller shall have a brass body stem that meets ASTM Standards.
212-3 ELECTRICAL MATERIALS
212-3.2.2 Conductors. Add the following: Direct Burial Control Wires: All control wires shall be solid
copper, single conductor, 600-volt, Type UF, conforming to the project Standard Specifications and
Drawings, Special Provisions, and the following wire colors and installation requirements.
Neutral Wire: (White (#I2 AWG). Do not interconnect neutral wires between controllers.
Spare Wires: Two (2) red and one (1) white spare wires (#I2 AWG) shall be run in each direction from
furthest valve of furthest valve manifold on each mainline run to each controller.
Loop 36-inch excess wire into each single valve box and into one valve box in each group of valves.
Pilot Wires: (14 AWG) or larger as recommended by controller manufacturer for the corresponding run
distance.
Valve No. Valve No.
1. Yellow 13. Orange with Red Stripe 2. Orange 14. Purple with White Stripe
3. Blue 15. Brown with White Stripe
4. Black 16. Yellow with White Stripe
5. Brown 17. Blue with White Stripe
6. Purple 18. Red with White Stripe
7. Yellow with Black Stripe 19. Orange with Yellow Stripe
8. Orange with Black Stripe 20. Red with Yellow Stripe
9. Red with Balck Stripe 21. White with Yellow Stripe 10. White with Black Stripe 22. Blue with Yellow Stripe
11. Yellow with Red Stripe 23. Purple with Yellow Stripe 12. Blue with Red Stripe 24. Brown with Yellow Stripe
For controllers with more than eighteen (18) valves, the sequence shall be repeated.
Wire Connections: Neutral, pilot, and spare wires shall be installed with a two-foot (2 ) excess coiled
wire length at each end enclosure, valve box or pull box. Each and every wire splice shall be soldered
(using 6040 solder) together, then encased in the waterproofed epoxy of the Scotch-Pat or Pen-Tite
connectors shown on Standard Drawing l-15. Wire splices shall be made only in valve or pull boxes.
9/11too Contract Nos 3637 3616 & 3560 -I - Page 110 of 145 pages
Wire Bundles: Each individual controller clock s control,wires shall be bundled and taped together with
c&red tape at intervals not exceeding ten feet (IQ ). Controller identification tape coiars shall be as
follows:
Controller No. Color
A or1 Black
B or2 Red
C or3 Blue
D or4 Yellow
E ort White
Additional Controllers Repeat colors for additional controllers
212-3.2.3 Controller Unit. Add the following:
Controller unit shall have the following characteristics/ features: 1. Ability to be used as a stand-along water management system or as a key component in a central
control system. 2. A water management computer using the Motorola 68000 microprocessor.
3. Provide lateral break and mainline break protection; electrical fault detection; and hydraulic limit
protection.
4. Use rain information to .automatically make daily adjustments to the watering time for each station.
5. Cycle and soak watering.
6. Twelve-month programming.
7. Interactive monthly volume budgets.
8. Backlit 16-line by 40-character display. 9. Displays station and equipment descriptions for each station.
10. Pass protected.
11. Laptop interface for field uploads and downloads.
12. Removable EPROM s for each controller software upgrades.
13. Lifetime program storage without battery backup.
14. Light and gate control independent from irrigation programs. 15. Operator set water window.
16. Hold-over memory to smooth out watering schedules in a tight watering window without creating
orphan stations.
17. Held over irrigation gets highest priority during next watering day.
18. Pump output selected by program.
19. Rain Guard input.
20. Central communication options include hardware, local radio, digital radio, phone.
21. Powder-coated steel finish standard.
22. Available in 8, 12, 16, 24, 32 or 40 stations.
23. UL approved. 24. Irrigates in minutes, in applied inches, by inches per week, as a percent of ET (actual daily or
historical, and or by soil moisture content).
25. Built-in 12 month CIMIS table or use your own historical ET numbers.
26. Defaults to historical ET if there is no real-time ET information input.
27. Uses twe.ve-month variable crop factors.
28. Stacked or simultaneous program operations,
29. 7, 14, 21 and 28day watering scheduling.
30. Seven regular programs plus a special syringe/propagation program.
9111 too Contract Nos 3637 3616 & 3560 -BP Page 111 of 145 pages
31. Special syringe/propagation program pauses regular programs and allows regular programs to run
s between special program cycles.
32. English/Spanish options, including: a. Displays in English or Spanish
b. Built-in English and Spanish HELP,manuals
C. Key-sensitive help in English and Spanish.
33. Flow Monitoring, including:
a. Mainline break protection with during-irrigation and off-irrigation set points.’
b. Lateral break protection with trip parameters set by program.
C. Optional multiple flow meter inputs.
d. Real-time flow monitoring.
;.
Controller learns flow for each station.
Built-in model numbers of flow sensor provide easy flow setup.
9. Hydraulic limit setting to maintain flow within operator-set parameters when running simultaneous programs.
34. Alerts, including:
a. Electrical fault detection and bypass.
b. Fault alerts flash on screen until cleared.
C. Faults can trigger a flashing light output to alert technicians on drive-by inspections.
d. Pauses and resumes irrigation for numerous reasons: controller ff/on, wind, manual and test
sequences, special syringe program, etc.
8’
No water days by station, by program or by controller from 0 to 31 days.
Copy function allows station-to-station, station to program or month-to-month copying.
9. Temp function allows temporary programs to be entered that will run for up to 31 days.
h. Master valve override feature allows the master.valve to be opened or closed manually from 1 to
24 hours. 35. Built-In Reports, including:
a. Calculates finish times for each station. b. Two-year water usage summary by month.
C. Displays volume in gallons or in HCF (hundreds of cubic feet).
d. Water usage summarized by station, by controller, by manual and test and by non-contrller use
for current month and previous month.
;-
Logs all program changes for up to one month.
Logs all faults: overflow, no flow, over current, open, shorts, etc.
9. Logs all ET and rain data for past 28 days.
h. For each station each day: logs date, start time, end time, repeat cycles ran, programmed
minutes, actual minutes ran, actual inches applied, program name, learned flow, actual flow,
manual/test minutes, hold-over time and alert flags. i. Status function displays current monthly budget, projected use for the month and use to the
current day.
j. Status function displays status for each station: minutes remaining from held-over, minutes remaining for today, watering, holding, paused, finished, etc.
k. Weather table displays the last 28 days of ET and the last 28 days of rainfall.
Shall be Calsense ET 2000 available through Hydroscape Products, Inc. (Contact: Steve McClean
(858) 560-6611 ext. 3156). No alternate product will be accepted. Controller unit must include five (5)
year manufactured assembly guarantee from Hydroscape.
9/l 1 too Contract Nos 3637 3616 & 3560 -I- Page 112 of 145 pages
Add the following section:
2124 IRRIGATION BOOSTER PUMP
Simplex water pressure hoaster system as designed and fabricated by Barrett Engineered Pumps. The system shall be a completely prefabricated system with pump, piping, electrical and structural elements. Pump shall be single stage end suction close coupled centrifugal, cast iron bronze/noryl fitted
construction, equipped with mechanical shaft seal, back pullout design. Impeller shall either be keyed
and locked to the shaft with a hex head impeller nut and washer or shall be threaded directly to the end
of the shaft. Pump shaft shall either be high strength S.A.E. 1045 carbon steel protected in the stuffing
box area by a replaceable bronze shaft sleeve or shall be stainless steel with no sleeve. Pump shall be directly coupled to a C-face electric motor.
Electric motor shall be of the squirrel cage induction type suitable for full voltage starting. Motor shall be
ODP to aid in cooling. Electric motor shall be rated for continuous service. The motor bearings shall be
of such size that the average life rating is no less than three (3) years (10,000 hours) of BIO life. The
motor shall have horsepower ratings such that the motor will carry the maximum possible load to be
developed under the designed pumping conditions and not overload the motor beyond the nameplate
rating of the motor. Motor shall have a 1 .I 5 service factor. The motor shall conform to the latest NEMA
Standards for motor design and construction.
Pump Control Panel shall have a NEMA 4X plain front non-metallic enclosure with padlock latches.
Includes power and control resetable thermal circuit breakers, heavy duty magnetic starter with
adjustable overload protection, Hand-OR-Auto switch to select mode of operation, and heavy duty numbered terminal strips for power and control wiring lead terminations.
Metal oxide varistor protected pump start relay(s) incorporated in panel to start pump with signal from
each irrigation controller.
All system piping shall be,type L copper. All fittings shall be copper or brass, with unions or flanges to
allow for system disassembly or major component removal. System shall incorporate an integral full
pipe size bypass line with check valve to allow for pump removal and repair without disrupting water
supply to system.
Isolation valves shall be all brass quarter turn ball valves with hard chrome ball on lines 2 and less.
Isolation valves shall be lug style butterfly valves with Buna-N elastomeric seats, ductile iron nickel coated disc, and stainless steel stem with handle and 10 position galvanized memory plate on lines 2%
and greater.
Check valves shall be all brass spring loaded disc style with metal-backed Teflon wafer disc, stainless
steel stem and spring on lines 2 and less. Check valves shall be cast iron bronze fitted wafer style
silent check with spring loaded bronze disc, bronze guide shaft, stainless steel spring and replaceable
bronze seat on lines 2% and greater.
Gauges shall be 2% diameter face, glycerin filled with stainless casing and brass internals. Gauges
shall be equipped with brass isolation valves.
Flow activated paddle style magnetically coupled flow switch, sensitive to flows as low as 1 fps,
mounted on piping and interconnected to time delay relay to shut down pump on no-flow conditions,
time delay relay adjustable from 0 to 5 minutes.
Pump system shall be mounted on a structural aluminum skid with mounting flanges on front and back
to allow for mounting of skid to concrete pad. Skid equipped with pipe support on suction and discharge
9/l 1 too Contract Nos 3637.3616 & 3560 Page 113 of 145 pages
piping. All nuts and bolts and washers to be heavy zinc coated steel on skid and piping. Skid shall
include mounting hardware for integral aluminum enclosure.
The system enclosure shall be vandal and weather resistant, marine grade aluminum alloy 5052-H32
construction with rectangular punchouts for viewing and heat dissipation. The enclosure shall, be low
profile hinged top design with padlock provision.’ The cover shall be secured to the concrete pad with stainless steel hardware.
The services of a factory representative or trained service professional shall be made available on the
job site to check installation and perform the startup and instruct operating personnel. A startup report
containing voltage and amperage readings, suction and discharge pressure readings, estimated flow’
conditions, and general operating characteristics shall be submitted to the Owner.
Four sets of operating and maintenance manuals shall be provided to the owner after startup and shall include parts manuals for major components, performance curve for pump, general sequence of
operation, and electrical schematic for control panel.
SECTION 214 - PAVEMENT MARKERS
214-5 REFLECTIVE PAVEMENT MARKERS
Add the following section:
214-5.1 Temporary Riflective Pavement Markers. Temporary pavement markers shown on the plans and required in the specifications shall be one of the types shown in Table 214-5.1(A), or equal
thereto.
TABLE 214-5.1 (A)
TEMPORARY REFLECTIVE PAVEMENT MARKERS
Type Manufacture of Distributor
Stimsonite Chip Seal/Temporary Overlay Marker John C. Henberger Co., Traffic Safety and
(Models 300 and 301) Control, San Diego, California
Telephone (619) 292-5772
TFMP DAPCO Davidson Plastics Company, 18726 East
Valley Highway, Kent, Washington 98032 Telephone (206) 251-8140
Add the following section:
214-5.2 Permanent and Temporary Reflective Channelizer. Reflective channelizer shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the
plans. Reflective Channelizer posts shall be orange in color. Reflective channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x
300 mm in size. The reflective sheeting shall be visible at 300 m at night under illumination of legal high
beam headlights, by persons with vision of or 20/20. Reflective channelizer shall be of the type shown in Table 214-5.2(A), or equal thereto.
9t11too Contract Nos 3637 3616 & 3560 -P- Page 114 of 145 pages
TABLE 214-5.2(A)
REFLECTIVE CHANhiE-LlZER
Type RlknukctUF~ Of DistFibUtOF
Safe-Hit SH236MA Safe-Hit Corporation
1930 West Winton Avenue, Building. #I 1
Havward, CA 94545
Telephone (415) 7836550
Carsonite Surer-Duck SDF-436 Carsonite International Corporation
2900LockheedWay .
Carson Engineering, NV 89701
Telephone (702) 883-5104
Repo The Replaceable Post Western Highway Products
P.O. Box 7
Stanton, CA 90680
Telephone (800) 4224420
The Contractor shall provide the Engineer with a Certificate of Conformance in accordance with the
provisions of Section 2-53.3 Submittals . Said certificate shall conform to the prequalified design and
material requirements approved by the engineer and were manufactured in accordance with the
approved quality control program.
Add the following section:
SECTION 215 - UNCLASSIFIED FILL
Materials for compacted fill shall consist of any soil excavated from the cut areas or imported to the site
that, in the opinion of the Engineer, is suitable for use in construction of fills. In general, fill materials can be classified as soil fills, soil-rock fills or rock fills, as defined below.
Soil fills are defined as fills containing no rocks or hard lumps greater than 12 inches in maximum
dimension and containing at least 40 percent by weight of material smaller than % inch in size.
Soil-rock fills are defined as fills containing no rocks or hard lumps larger than 4 feet in maximum dimension and containing a sufficient matrix of soil fill to allow for proper compaction of soil fill around
the rock fragments or hard lumps as indicated in these specifications. Oversize rock is defined as
material greater than 12 inches.
Rock fills are defined as fills containing no rocks or hard lumps larger than 3 feet in maximum dimension and containing little or no fines. Fines are defined as material smaller than s/r inch in maximum
dimension. The quantity of fines shall be less than approximately 20 percent of the rock fill quantity.
Material of a perishable, spongy, or otherwise unsuitable nature as determined by the Engineer shall not
be used in fills.
Materials used for fill, either imported or on-site, shall not contain hazardous materials as defined by the
California Code of Regulations, Title 22, Division 4, Chapter 30, Articles 9 and 10; 40CFR; and any
other applicable local, state or federal laws. The Engineer shall not be responsible for the identification
or analysis of the potential presence of hazardous materials. However, if observations, odors or soil discoloration cause Engineer to suspect the presence of hazardous materials, the Engineer may
request from the City the termination of grading operations within the affected area. Prior to resuming
9/11100 Contract Nos 3637,3616&3560 Page 115 of 145 pages
grading operations, the City shall provide a written report to the Engineer indicating that the suspected
materials are not hazardous as defined by applicable laws and regulations.
Representative samples of soil materials to be used for fill shall be tested in the laboratory by the
Engineer to determine the maximum density, optimum moisture content, and, where appropriate, shear strength, expansion, and gradation characteristics of the soil.
9/11100
.
Contract Nos -9- 3637 3616 & 3560 Page 116 of 145 pages
SUPPLEMENTAL PROVISIONS
TO -
STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION
PART 3, CONSTRUCTION MATERIALS
SECTION 300 - EARTHWORK
300-l CLEARING AND GRUBBING
Add the following:
300-I. 1 General. Clearing and grubbing shall consist of clearing natural ground surfaces of all trees,
shrubs, vegetation and objectionable materials within the limits of construction in accordance with the
provisions of Section 300-1, Clearing and Grubbing, of the Standard Specifications and in accordance with the plans with these Special Provisions and as directed by the Engineer.
Clearing and grubbing shall also include the removal and disposal of all miscellaneous concrete,
pavement, pipes, hardware, timber, rubble or any other objectionable material encountered beneath the
ground surface as a result of grading or trenching operations connected with the construction of the
project improvements.
Clearing and grubbing shall also include the removal, relocation, adjusting, or salvaging of all facilities
so indicated on the plans which are not designated as separated bid items or which are not included in
other bid items.
In addition to the above items, clearing and grubbing shall include, but not limited to the following items as shown on the plans or specified in these Special Provisions:
Removal of trees, shrubs, stumps, trash, debris barricade, vegetation in the pavement cracks or curb
lines whether or not specifically indicated on the plans or otherwise shown to be protected or relocated.
Deleterious materials resulting from clearing and grubbing operations shall be hauled away and
disposed of at a site obtained by the Contractor,
Minor grading for swales and drainage control.
Sawcutting of concrete and asphalt concrete at joints and construction limits and the removal and disposal of asphalt concrete, base and concrete.
Protection of existing and relocated utility structures prior to and during construction of proposed
improvements.
Removal and disposal of pipe, ditches, protection posts, guardrail, inlets, trees, stairways, and any
additional items not specifically mentioned which may be found within the work limits.
Furnishing and applying water.
Dust control.
9/l l/00 Contract Nos 3637, 3616 & 3560 Page 117 of 145 pages
Maintenance of project appearance.
Clean up of project upon completion of work.
Adjustment to grade of miscellaneous items such as drainage inlets, utility boxes, valves, manholes,
pullboxes, interfering portions of storm drain pipes, posts, and poles which are not designated as
separated bid items or which are not included in other bid items.
Replacement of all existing landscaping (including the replacement of plant materials and irrigation
system damaged during construction).
Protection of utilities, irrigation systems, sprinkler, hose bib, etc. trees, fences, walls and other facilities
within the construction zone, except those specifically shown on plans or directed by the Engineer to be
removed or relocated.
Removal of existing irrigation which conflicts with the new irrigation system.
Relocation of signs as shown on the Plans, including foundations and hardware as required.
The Contractor shall protect all existing structures or facilities which are adjacent to, or fall within, the
limits of the work to be done under this contract in accordance with Section 7-9 and 300-l of the
Standard Specifications. This item shall also include those structures and facilities which the plans
show or these Specifications indicate to be protected. Any structure or facility to be protected which is damaged as a result of the Contractor, shall be repaired or replaced at his cost, to the satisfaction of the
Engineer.
The Contractor shall remove and transport debris and rubbish in a manner that will prevent spillage on
streets or adjacent areas. Clean up of spillage will be at the Contractors expense.
All material removed from the site shall be disposed of at the Contractors expense at a site approved
by the Engineer.
Median and sidewalk areas to be improved, excavated and filled shall be cleared and grubbed.
Clearing shall consist of complete removal above the ground surface of trees, stumps, brush, vegetation, manmade structures and similar debris. Grubbing shall consist of removal of stumps, roots,
buried logs and other unsuitable material and shall be performed in areas to be graded. Roots and other projections exceeding l-1/2 inches in diameter shall be removed to a depth of 3 feet below the
surface of the ground. Borrow areas shall be grubbed to the extent necessary to provide suitable fill
materials.
All existing plant materials shall be protected unless designated to be removed . The Contractor shall
trim or remove existing plant materials as designated on Plan or directed by the Engineer. Said
trimming shall be conducted in a neat and professional manner to satisfaction of the Engineer.
Any asphalt pavement material removed during clearing operations should be properly disposed of at
an approved offsite facility.
After clearing and grubbing of organic matter or other unsuitable material, loose or porous soils shall be
removed to the depth recommended by the engineer when he determines necessary. The depth of
9/l 1 IO0 Contract Nos 3637 3616 & 3560 -I- Page 1180f 145 pages
removal and compaction shall be observed and approved by an Engineer. The exposed surface shall
‘then be plowed or scarified to a minimum depth of 6 inches and until the surface is free from uneven
features that would tend tcl prevent uniform compaction by the equipment to be used.
After areas to receive fill have been cleared, plowed or scarified, the surface should be disced or bladed
by the Contractor until it is uniform and free from large clods. The area should then be moisture
conditioned to achieve the proper moisture content, and compacted as recommended in these
specifications.
300-I .3 REMOVAL AND DISPOSAL OF MATERIALS
Delete this section and substitute the following::
300-1.3.1 General. All materials removed shall be disposed of outside of the right-of-way. Burning
shall not be permitted under any circumstance. No accumulation of flammable materials shall remain on or adjacent to the right-of-way. The roadway and adjacent areas shall be left with a neat and finished
appearance.
Contractor shall remove all signage (street, traffic, etc.) including posts and footings and deliver to the
City of Carlsbad, storage facility at the direction of the Construction Manager. Contractor is responsible
to verify locations and quantity of signage. Contractor is responsible to install temporary signage street
and traffic as required by the Resident Engineer and approved Traffic Control Plan.
300-I .3.2 Requirements
(a) Bituminous Pavement (Revise the seconh sentence to read): Saw cutting of edges to be joined shall be mandatory
(d) Buried pavements, old subsurface pavements and other materials (such as abandoned utilities)
encountered under existing pavements shall be removed. So as not to interfere with new work,
immediately inform the Resident Engineer and obtain direction before proceeding.
Add the following:
300-1.4 Payment. Unless otherwise specified, compensation for clearing and grubbing shall be paid
for at the lump sum contract price and no additional compensation will be allowed. Payment shall include full compensation for furnishing all labor, materials, tools, equipment and doing all work involved
in clearing and grubbing as specified.
300-2 UNCLASSIFIED EXCAVATION
Add the following:
300-2.1 General. Unclassified excavation for construction of median curbs and paving and related
items shall be in accordance with the provisions of Section 300-2 of the Standard Specifications and these Special Provisions. Suitable material removed as a result of this operation shall remain on the
site and be utilised by the Contractor for the construction of fills and embankments. Fills and
embankments shall conform to the provisions of Section 300-4 of the Standard Specifications and these Special Provisions.
Compaction of soil or soil-rock fill shall be accomplished by sheepsfoot or segmented-steel wheeled
rollers, vibratory rollers, multiple-wheel pneumatic tired rollers, or other types of acceptable compaction
equipment. Equipment shall be of such a design that it will be capable of compacting the soil or soil-
rock fill to the specified relative compaction at the specified moisture content.
911 l/O0 Contract Nos 3637 3616 & 3560 -I - Page 119 of 145 pages
Prior to placing fill, the exposed ground surface should be scarified, moisture conditioned as necessary,
and compacted. Fill soil may then be placed and compacted in layers to the design finish grade eleuaiians. The layers should be no thicker than witI allow for adequate handing and cmpactim. AU fil
(including scarified ground surfaces and backfill) should be compacted to at least 90 percent of
maximum dry density at optimum moisture content or up to a maximum of 3 percent over optimum, as determined by ASTM Test Procedure D1557-91. As fill operations proceed, penching into the existing
slope should be performed to abut compacted fill against competent material.
In general, the onsite soils are suitable for reuse as fill if free form vegetation, debris, and other
deleterious matter. Surficial soil deposits were generally very moist and may require drying and/or mixing with drier soils prior to reuse as fill.
Soil fill, as defined in these specifications, shall be placed by the Contractor in accordance with the
following recommendations:
In general, the soil fill shall be compacted at a moisture content at or above the optimum moisture
content as determined by ASTM D1557-91.
When the moisture content of soil fill is below that specified by the Engineer, water shall be added by
the Contractor until the moisture content is in the range specified.
When the moisture content of the soil fill is above the range specified by the Engineer or too wet to achieve proper compaction, the soil fill shall be aerated by the Contractor by blading/mixing, or other
satisfactory methods until the moisture content is within the range specified.
After each layer has been placed, mixed, and spread evenly, it shall be thoroughly compacted by the
Contractor to a relative compaction of at least 90 percent. Relative compaction is defined as the ration
(expressed in percent) of the in-place dry density of the compacted fill to the maximum laboratory dry
density as determined in accordance with ASTM D1557-91. Compaction shall be continuous over the
entire area, and compaction equipment shall make sufficient passes so that the specified minimum density has been achieved throughout the entire fill.
Soils having an Expansion Index of greater than 50 may be used in fills if placed at least 3 feet below
finish pad grade and should be compacted at a moisture content generally 20 to 4 percent greater than the optimum moisture content for the material.
Add the following:
300-2.6 Surplus Material. The Contractor shall haul and dispose of all surplus material from the
project. The Contractor shall utilize highway legal haul trucks for this export of material from the project site and to a site secured by the Contractor. No earth moving equipment or special construction
equipment, as defined in Section 565 of the California Vehicle code, will be allowed for hauling material on public streets.
Modify the following:
300-2.7 Selected Material. Modify to read: Selected material encountered in excavation within the right-of-way shall not be used. Topsoil excavated within the limits of the project may not be considered
as selected material for the purpose of backfilling areas to be planted.
Substitute the following:
300-2.9 Payment. Quantities of Unclassified Excavation used for payment, other than additional
work ordered by or deleted by the Engineer, shall be the quantity indicated in Bid Item No. 4 and no
increase or decrease in this amount will be allowed whether or not the actual amount required to
9/l 1 IO0 Contract Nos 3637 3616&w -9 - Page 120 of 145 pages
complete the project was less or greater than the amount indicated in said proposal. No additional
compensation will be allowed for hauling excess materials to a disposal site.
Full compensation for unclassified excavation pertaining to the construction of sidewalks, retaining walls
and related items shall be considered as included in the lump sum contract price paid for clearing and
grubbing, and no additional compensation will be allowed therefor.
Add the following section:
300-2.10 Grading Tolerance. Excavated areas other than slopes and subgrade below structures,
within the roadway and sidewalk areas shall be finished within 30mm (0.1 ) of the grades shown on the
plans. Subgrade tolerances shall conform to the requirements of Section 301-l .4 SSPWC.
3004 UNCLASSIFIED FILL
Add the following:
30042 Preparation of Fill Areas. Except as provided in Section 3004.7, Compaction , areas
proposed for improvements all fill (including backfill and scarified ground surfaces) shall be compacted
to no less than 90 percent of maximum dry density as determined in accordance with ASTM Test
Procedure D1557-91.
Add the following:
3004.5 Placing of Fill Material. Areas to receive fill should be scarified, moisture conditioned as
necessary and compacted. Fill soils may then be placed and compacted to the design finish grade
elevations. All fill should be compacted to at least 90 percent of laboratory maximum dry density in
accordance with ASTM Test Procedure D1557-91, at or slightly above optimum moisture content. The
upper 12 inches of subgrade materials within the proposed paved areas should be compacted to at
least 95 percent relative compaction.
Soil fill shall be placed by the Contractor in accordance with the following recommendations:
Soil fill shall be placed by the Contractor in layers that, when compacted, should generally not exceed 8
inches. Each layer shall be spread evenly and shall be thoroughly mixed during spreading to obtain uniformity of material and moisture in each layer. The entire fill shall be constructed as a unit in nearly
level lifts.
In general, the soil fill shall be compacted at a moisture content at or above the optimum moisture
content as determined by ASTM D1557-91.
When the moisture content of soil fill is below that specified by the Engineer, water shall be added by the Contractor until the moisture content is in the range specified.
When the moisture content of the soil fill is above the range specified by the Engineer or too wet to
achieve proper compaction, the soil fill shall be aerated by the Contractor by blading/mixing, or other satisfactory methods until the moisture content is within the range specified.
After each layer has been placed, mixed, and spread evenly, it shall be thoroughly compacted by the Contractor to a relative compaction of at least 90 percent. Relative compaction is defined as the ration
(expressed in percent) of the in-place dry density of the compacted fill to the maximum laboratory dry density as determined in accordance with ASTM D1557-91. Compaction shall be continuous over the
entire area, and compaction equipment shall make sufficient passes so that the specified minimum relative compaction has been achieved throughout the entire fill.
9/11/00 Contract Nos 3837 3818 &m -I- Page 121 of 145 pages
Soils having an Expansion Index of greater than 50 may be used in fills if placed at least 3 feet below
finished pad grade and should be compacted at a moisture content generally 2 to 4 percent greater than
the optimum moisture content for the material.
Add the following:
3004.7 Compaction. Compaction of soil or soil-rock fill shall be accomplished by sheepsfoot or segmented-steel wheeled rollers, vibratory rollers, multiple-wheel pneumatic-tired rollers, or other types
of acceptable compaction equipment. Equipment shall be of such a design that it will be capable of
compacting the soil or soil-rock fill to the specified relative compaction at the specified moisture content.
Delete and substitute the following:
3004.9 Measurement and Payment. Unclassified fill, grading, shaping, compacting or
consolidating, slope rounding, construction of transitions and all work included in an incidental to
Section 3--4, Unclassified Fill , will be paid for as a part of unclassified excavation, and no additional payment will be made therefor.
SECTION 301- TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE
MATERIALS
301-I SUBGRADE PREPARATION
Modify the second and third paragraphs as follows:
301-1.2 Preparation of Subgrade. Change each instance reading 150mm (6 inches) to 300mm
(12 1.
Delete the first paragraph and substitute the following:
301-I .3 Relative Compaction. The upper 300 mm (12 ) of subgrade beneath areas to be paved,
have base or subbase material placed on them, or curb and gutter, alley pavement, driveway or
sidewalk constructed over them shall be compacted to no less than 95 percent maximum dry density as
determined by ASTM test D-l 557-91.
Modify the first paragraph as follows:
301-1.7 Payment. Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and
equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill
areas, and no further compensation will be allowed.
301-2 UNTREATED BASE
Add the following:
301-2.1 General. Untreated base shall be crushed miscellaneous base per Section 200-2.2 of the Standard Specifications.
Add the following:
301-2.4 Measurement and Payment. Payment for Crushed Miscellaneous Base will be at the per ton bid which shall include full compensation for furnishing all labor, materials, tools, equipment,
incidentals, and for doing all work involved in placing the base as called for in these Special Provisions,
as shown on the plans, or as directed by Engineer.
Add new subsection:
301-6 SOIL STERILANT
9/11/00 Contract Nos 3837 3818 & 3560 -1- Page 122 of 145 pages
301-6-l General, All areas indicated on the Plans to receive Asphalt Concrete Pavement over native
mat&& shall be prepared in accordance with applicable sections of the Standard Specifications
concerning subgrade preparation. In addition, after the compaction is completed, the Contractor shall
apply a soil sterilant to the subgrade. Application shall be by spray equipment which provides good
mechanical agitation and even coverage of the area to be treated. Spray equipment shall be calibrated
before material is applied, and the Engineers decision as to the effectiveness of the spray equipment
shall be final. Great care shall be taken to apply soil sterilant to the designated areas only. Concrete or
asphalt may be placed immediately after placement of soil sterilant.
301-6.2 Operator s License. The Contractors operator applying the soil sterilant shall be licensed
by the State of California, Department of Food and Agricultural Affairs.
301-6.3 Application. Any soil sterilant, which is approved in writing by a licensed pest control
advisor (for the purpose to which it will apply) may be used upon acceptance by the Engineer. The dye.
shall not stain concrete or masonry. Certification shall be furnished to the Engineer showing the
purchase receipt and manufacturers recommended rate of application of the material.
301-6.4 Payment. The Contractor shall supply all labor, materials and equipment to apply the soil
sterilant and shall include the cost for application in the unit price quoted for Asphalt concrete.
SECTION 302 - ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
Add the following:
302-5.1 General. Asphalt concrete shall conform to the requirements of Section 203-6 of the
Standard Specification and as modified herein. Bitumunous pavement removals shall conform to the
provisions of Subsection 300-I .3 as modified by these Special Provisions.
Add the following:
302-5.4 Tack Coat. Tack coat will be required between the successive interfaces of existing
pavement and new pavement, when in the opinion of the Engineer, the Contractor has failed to maintain or prepare each existing or previously laid course of asphalt receiving the subsequent course of asphalt
in a sufficiently clean state and the asphalt receiving the new pavement course is dirty enough to impair bonding between the next lift of asphalt.
Modify as follows. After second sentence of sixth paragraph add:
302-5.5 Distribution and Spreading. The spreading and finishing machine used to construct the
asphalt conrete surface course shall be equipped with an automatic screed control for surface course
paving. The automatic screed control shall be 9m (30 ) minimum length. The paving machine shall be oeprated by an operator and two full-time screed men during all paving. A backup paving machine will
be onsit during all paving operations. A backup asphalt windrow pickup machine (ASPWP) will be required at all times when a ASPWP is used. Additionally, a front end loader will be required during all
ASPWP paving. The surface course shall be 50mm (2 ) thick. Leveling courses will be required in a
variable thickness pavement section.
Modify as follows. Second paragraph, Part (2) add: 302-5.6.1 General. Pinched joint rolling procedures shall be required, and vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer.
9/l l/O0 Contract Nos 3837 3818 & 3560 -3 - Page 123 of 145 pages
(Modify as follows. After last paragraph add): Unless directed otherwise by the Engineer, the initial tbreakdown rolling shall be followed by a pneumatic-tired roller as described in the Section.
Add the following: 302-5.8 Manholes (and other structures).
302-5.8.1 Adjustment of Manholes. Adjustment to grade of manholes shall’conform to the provisions of the Standard Specifications and these Special Provisions.
The method of adjusting existing manholes in areas of new construction shall be as follows:
1. Manhole frames and covers and manhole shafts shall be removed to a depth of six inches below subgrade and covered with an adequate steel cover, minimum X-inch thick.
2. Upon completion of roadway construction, circular holes shall be cut in the pavement where the manhole exists. The pavement cutting must be done by a method whereby the edges of the pavement will not be raised to a higher elevation than the plane of the existing pavement.
3. The manholes shall then be raised to the proper grade, the manhole frames and covers replaced, and the pavement shall be replaced with 3 of hot mix asphalt concrete over the 6 concrete collar around the manhole frame.
If the manhole cover is unstable or noisy under traffic, said conditions shall be corrected by placing a coil of asphalt-saturated rope, a plastic type washer or asphaltic compounds, as aproved by the Engineer, on the cover seat.
The Contractor will exercise care so that surface materials such as rocks, dirt and debris do not enter sewer lines.
Add the following section: 302-5.8.2 Adjustment of Manhole Frames and Covers and Relocation of Water Meters. Existing items, where indicated on the plans, to be adjusted to grade shall be adjusted to grade by the Contractor. Riser rings or extensions shall not be used for adjustment of the appurtenances. See CMWD Standard Drawings No. WI1 and WI3 in Appendix C of these specifications.
Water valves shall be protected in a place and shall be accessible at all times during construction.
Add the following: 30248.3 Relocate Water Meters. The water service assembly, meter and lateral shall be relocated and adjusted grade, per CMWD Standard Plan W-3. .
The Contractor shall cooperate with the CMWD in accordance with Section 7-7 of the Standard Specifications.
Modification to Pressure Relief Outlet and Relocation of Electrical Meter Pedestal. All details, materials and equipment for constructing the modification to pressure relief outlet and relocating the electrical meter pedestal, including masonry retaining wall (Type 2, per SDRSD C-2), 36 x 24 catch basin and curb outlet (SDRSD D-25) shall conform to the Carlsbad Municipal Water District standards, Standard Specifications and Standard Drawings, except as noted in these Special provisions and on the plans.
Water valves shall be protected in a place and shall be accessible at all times during construction. The
Contractor shall notify the Carlsbad Municipal Water District forty-eight (48) hours prior to beginning
of work.
9/11/00 Contract Nos 3837 3818 & 3560 -I- Page 124 of 145 pages
Add the following:
3024.9 Measurement and Payment. Asphalt Concrete lncludinn Overlays shall be measured by the ton weight of the combined mixture(s). The weight shall be determined as provided in Subsection
3025.9 of the Standard Specifications, Payment shall be made for at the contract unit price bid per ton.
Payment shall include full compensation for Soil Sterilant per Subsection 301-6, where required.
Adiust Manhole to Grade, including all appurtenant work, shall be paid at the contract unit price bid for
each.
Adjust and/or Relocate Water Valve Box and Meter, including all appurtenant work, shall be paid at the
contract unit price bid for each.
Payment for modifying pressure relief outlet, 36 x 24 catch basin and curb outlet, and relocating
electrical meter pedestal including all appurtenant work as stated above, shall be paid at the contract
lump sum prices bid and no additional compensation will be allowed therefor. The masonry retaining. wall, including antigraffiti and waterproofing wall surfaces.shall be considered as appurtenant work.
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
303-I CONCRETE STRUCTURES
303-I .l General (Add-the following paragraphs):
Concrete structures shall conform to the provisions of the Standard Specifications as modified by San
Diego Regional Standard Drawings and herein. Use Type II Cement.
Reinforcing steel shall be Grade 60 billet steel conforming to ASTM A61 5.
The surface of all concrete structures shall receive an ordinary surface finish, except the top surface
finish for concrete retaining wall shall be provided with a surface to prevent the use of rollerblades,
skateboards, and other rolling devices. Surface finish shall be a rough rake finish approved by the
Engineer.
The Contractor shall furnish all labor, tool, and materials to construct reinforced Portland Cement
Concrete structures and appurtenant work to grades and dimensions shown on the Plans or staked in the field. The Contractor shall submit method for placement of P.C.C. for the Engineers approval, at
least 10 working days prior to commencement of work.
303-l .3 Forms. (Add the following paragraphs): Forms shall be braced to withstand the pressures developed and shall be tight to prevent the loss of
mortar. Formed wall surface shall be free of any unevenness greater than % inch when checked with a
1 O-foot straight edge.
Concrete in walls with side slopes flatter than %:I shall be placed on suitable material which has been
overfilled, compacted and trimmed to true grade. Backforms shall be used where the slide slope is %:I
or steeper.
A clear non-staining form release agent, which will not discolor nor affect the surface texture of the
concrete and does not react with any ingredients of the concrete shall be used. The cost of furnishing and placing form release agent shall be included in the cost of portland cement concrete.
9l11100 Contract Nos 3637 3616&m -B - Page 125 of 145 pages
303-l .8 Placing Concrete.
303-2.&I GenecaL (Add the follow:
The Contractor shall exercise caution in placement of concrete walls and conjested areas to ensure
proper consolidation and that there are no voicd, and protection of waterstops in position. Adequate provisions shall be made for eash visual inspection of concrete placement, consolidation and waterstop
protection.
Pouring of walls in lifts, use of smaller maximum aggregate sizes, or other methods as necessary may
be proposed by the Contractor and will be permitted only after evaluation by the Engineer.
303-I .I 0 Curing. (Amend first paragraph with the following):
Exposed concrete surface shall be sprayed with Type 2 curing compound at a uniform rate of one gallon
per 150 square feet.
All wall surfaces shall be anti-graffiti proofed on the street side extending from the top of the wall to the
sidewalk. The back side of wall shall be waterproofed. Anti-graffiti and waterproofing materials shall be applied per manufacturers recommendations.
Add the following section:
303-I .I 05 Anti-Graffiti coating.
All wall surfaces to be treated shall have cured a minimum of 28 days and shall be clean and dry prior to
applying the coating. The coating shall be applied in accordance with the manufacturers instructions.
The anti-graffiti coatings are based on products manufactured by Dunn-Edwards Corporation and
OKON, Inc. Contractor to use the following products or an approved equal.
Clear finish coating over concrete, stucco and stone shall be: 1. One coat of OKON Masonry Sealer which is a waterborne sealer with an active solids content of 5
percent. 2. One coat of ULTRASHIELD Clear Polyuerthane Enamel which is a clear finish, two component
aliphatic urethane polyester-based mixture.
Clear finish coating over block masonry types shall be:
1. One coat of OKON Masonry Sealer which is a waterborne sealer with an active solids content of 5
percent.
2. One coat of ULTRASHIELD Clear Polyuerthane Enamel which is a clear finish, two component
aliphatic urethane polyester-based mixture.
Contractor shall submit complete manufacturers literature and specifications. Submittal shall include
complete listing of materials proposed for use, giving the manufacturers name, product numbers and
product information sheets for each item. Submit manufacturers recommended methods of installation,
including limitations, safety and environmental cautions, material safety data sheets, and application
rates.
Material shall be delivered to Project in original containers, completely sealed and bearing the name of
the coating contained therein. Contractor shall use all means necessary to protect the materials before,
during and after installation.
Do not apply coatings when the surface temperature is more than 90 degrees F or when the relative
humidty is more than 70 percent. Do not apply coating when adverse weather conditions are imminent.
9/l 1 /oo Contract Nos 3637 3616 & 3560 -1- Page 126 of 145 pages
Contractor shall comply with applicable codes and regulations. All products must comply with current
requirements of the Air Quality Management District. .I
Contractor shall apply primers and coatings in strict accordance with the manufacturers
recommendations as accepted by the Engineer. Apply a total dry film thickness of not less than 1.2 mils
for primers and not less than 1.5 mils for graffiti resistant coatings. The number of coats specified is the
minimum that will be applied. Each coating shall be thoroughly dried before applying the next coat. All
no more than 48 hours between coats.
The Contractor shall construct a sample application of not less than 50 square feet in area, at a location approved by the Engineer. Upon approval of the sample application, the approved sample will be used
as the standard for the rest of the anti-graffiti coating.
Contractor shall protect and cover finished work and materials of all other trades which may be affected
by this work. Protect all surrounding vegetation and adjacent areas from overspray.
Surfaces to receive coating shall be cleaned of all dirt and all other foreign materials which will adversely affect the required appearance of the finished product. Power wash all surfaces in
accordance with the manufacturers recommendations.
Contractor shall carefully remove all splatters, spots and blemishes caused by the work of this item.
Upon completion of the work, remove all rubbish, cans and accumulated materials. All areas msut be
left in a clean an dorderly condition.
Runs, stains and other defects in the coated surfaces, including inadequate coverage will be satisfactorily touched up or refinished.
If graffiti occurs during the construction project, the Contractor shall immediately remove the graffiti with
Gramover Graffiti Remover or an approved equal, water soluble solvent, and reapply the protective
coating as needed.
The price bid and paid the the retaining wall shall include full compensation for furnishing all labor,
materials, tools, equipment and incidentals, and for doing all work involved in preparing and applying complete in place, the anti-graffiti coating as specified in these specifications and as directed by the
Engineer.
303-1.11 Payment. Payment for removal and reconstruction of existing inlet top to new grade shall be
as shown on plans as indicated on the bid sheet and include compensation for all excavation, backfill,
forming and material as necessary.
Payment for Portland Cement Concrete retaining wall (Type B, SDRSD C-9) and modifications will be
made at the contract price per linear foot, and shall include all labor, equipment, materials and
incidentals (inclusive of bar reinforcing steel and gravel base material) needed to construct P.C.C.
strucutres in place to the grades and dimensions shown on the Plans. The contract price shall include
full compensation for forms, expansion joints and details, finishing and curing.
Should the Contractor request and obtain permission ot use admixture for his own benefit, he shall furnish such admixtures and incorporate them in the concrete mixture at his expense and no additional
compensation will be allowed therefor.
9/11100 Contract Nos 3637 3616 & 3560 -t - Page 127 of 145 pages
Furnishing and placement of sidewalk underdrain pipe, coring existing curbs, joints, pervious backfill
material, geotextile filter fabric, perforated PVC pipe, nylon sleeve, cleanouts (terminal and in-line), PVC
pipe and appurtenances shall be considered as included in the contract price bid for the retaining wall,
and no additional compensation will be allowed.
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTER-SECTIONS,
ACCESS RAMPS AND DRIVEWAYS
Add the following paragraph:
303-5.1 .l General. Concrete curbs, gutters, and sidewalks shall conform to the Standard
Specifications as modified by San Diego Regional Standard Drawings and herein. Use Type II Cement.
Add the following:
303-5.5.4 Gutter. Prior to acceptance of the curb and gutter constructed by the Contractor, a flow
test shall be conducted by the Contractor in the presence of the Engineer. Any new work found to be
defective shall be repaired or replaced by the Contractor in accordance with Subsection 303-5.7 of the
Standard Specifications.
303-5.6 Curing. Immediately after finishing operations are completed, Type 2 concrete curing
compound shall be applied at a rate of one gallon per 150 square feet.
Add the following paragraphs:
303-5.9 Measurement and Payment. Payment for concrete median curb shall be at the contract
unit price per linear foot, including transition sections where the curb face varies (such as inlets).
Payment for removal and reconstruction of concrete curb and gutter, shall be at the contract unit price
per linear foot, including transition sections where the curb face varies (such as inlets).
Payment for concrete sidewalks and flat work (including reinforcing when specified) shall be at the
contract unit price per square foot. The thickness of the concrete shall be as indicated on the plans or
designated on the Standard Drawing. Measurement for sidewalk pay quantities will be taken from the
back of curb to the back of walk.
Add the following:
303-6 STAMPED CONCRETE (MEDIAN CONCRETE PAVING).
303-6.6 Random Stone Texture with Heavy Sandblast Finish to Expose Aggregate. Concrete
shall be 560-C-3250. Use color application method “B” (integral color). Color shall be per Section 201-
1.2.4(a). The pattern shall be defined by clearly demarcated joints and detailed surface texture to
simulate random stone paving. Concrete shall have a heavy sandblast finish to expose the aggregate
within the concrete. Stamp Pattern shall match the existing concrete paving along Alga Road.
Prepare a 4x4 foot sample panel of pattern, color and finish including heavy sandblast finish for the
approval of the Project Resident Engineer. Allow the sample to cure a minimum of 14 days prior to
color review. An acceptable sample shall be approved prior to construction of the finished work.
Add the following:
303-6.7 Measurement and Payment. Payment for colored, stamped concrete paving with random
stone pattern and heavy sandblast finish to expose aggregate shall be paid under the contract unit price
bid per square foot for median concrete paving. Said payment shall include compensation for all
9/l 1 IO0 Contract Nos 3637 3616 & 3560 -I - Page 128 of 145 pages
excavation, grading, backfill, permeable material, forming, reinforcing steel, concrete, integral color,
‘texture sealers, and other material necessary to construct the specific paving.
SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION
306-l OPEN TRENCH OPERATIONS
Add the following section:
306-l .I .7 Steel Plate Bridging - With a Non-Skid Surface. This section covers the use of steel
plate bridging. The Contractor shall not employ the use or use steel plate bridging or trench plate that
does not meet the requirements of this section both in application and circumstance of use.
Add the following section:
306-l .1.7.1 Requirements for Use. Alternate construction methods that avoid the use of steel plate
bridging shall be used by the Contractor unless otherwise approved by the Engineer. It is recognized
that to accommodate excavation work, steel plate bridging may be necessary. All conditions for use of
steel plate bridging set forth in the following requirements must be fulfilled as conditions of approval of
the use of steel plate bridging. Consideration of steel plate bridging in the review process will take into
account the following factors:
1. Traffic volume and composition.
2. Duration of use of the steel plate bridging. 3. Size of the proposed excavation.
4. Weather conditions.
The following formula shall be used to score the permitted use of steel plate bridging:
PS r [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED fkmh) + SLOPE X 1001 X LANES
1000 8
PS = [ ADT + EWL + DAYS + 10 X WEEKEND + 5 X NIGHTS + 20 X WEATHER + SPEED trnDh) + SLOPE X 1001 X LANES
1000 5 where:
PS = plate score.
ADT = average daily traffic as defined in the CALTRANS Traffic Manual.
EWL = equivalent wheel loads as defined in the CALTRANS Traffic Manual. DAYS = total number of 24 hour periods during which the plates will be utilized at the site
being considered. WEEKEND = total number of Saturdays, Sundays and holidays that the plates will be utilized
at the site being considered.
NIGHTS = total number of overnight periods that the plates will be in place, exclusive of
Saturday, Sunday and holiday nights.
WEATHER = total number of 24-hour periods that the plates will be utilized at the site being
considered when the possibility of rain exceeds 40 percent. SPEED = the design speed in kilometers per hour or miles per hour, as applicable in the
formulae above, of the street where the plates are to be installed. This number shall not
be reduced for construction zone speed reductions. SLOPE = the quotient of the vertical differential divided by the horizontal distance. The
vertical and horizontal dimensions shall be measured at the locations spanning a distance of 15 m (50 ) up and downstream of the position of the proposed steel
plate bridging.
9/l 1 IO0 Contract Nos 3637 3616 & 3560 -I - Page 129 of 145 pages
LANES = the number of lanes where plates will be used.
When the computed value of the plate score exceeds 50, steel plate bridging shall not be used unless, and at the sole discretion of the Engineer, the Engineer detemtines that no alternative method of construction is possible in lieu of using steel plate bridging or that other overriding considerations make
the use of steel plate bridging acceptable. Alternatives considered to bridging shall include, but not be
limited to, detouring traffic, construction detour routes, tunneling, boring and other methods of trenchless construction. Unless specifically noted in the provisions of the Engineers approval, the use
of steel plate bridging at each location so approved shall not exceed four (4) consecutive working days
in any given week.
Add the following section:
306-1.1.7.2 Additional Requirements. In all cases when the depth of the trench exceeds the width
of the steel plate bridging resting on each side of the pavement adjacent to the trench, safety
regulations require or the Engineer determines that shoring is necessary to protect the health or safety .
of workers or the public the Contractor shall install shoring conforming to Section 7-10.4.1 of the
Standard Specifications. The trench shoring shall be designed and installed to support the steel plate
bridging and traffic loads. All approvals for design, substitution of materials or methods shall be
submitted by the Contractor in accordance with all provisions of section 2-5.3 Shop Drawings and
Submittals. The Contractor shall backfill and resurface excavations in accordance with section 306-l 5.
Add the following section:
306-1.1.7.3 lnstallatiori. When backfilling operations of an excavation in the traveled way, whether transverse or longitudinal cannot be properly completed within a work day, steel plate bridging with a
non-skid surface and shoring may be required to preserve unobstructed traffic flow. In such cases, the following conditions shall apply:
a) Steel plate bridging when the plate score exceeds 50 is not allowed except when, at the sole
discretion of the Engineer, it is approved as specified hereinbefore.
b) Steel plates used for bridging must extend a minimum of 610 mm (2 ) beyond the edges of the
trench.
c) Steel plate bridging shall be installed to operate with minimum noise.
When the use of steel plate bridging and shoring is approved by the Engineer, the Contractor shall
install using either Method (1) or (2) depending on the design speed of the portion of street where the steel plate bridging is proposed for use.
Method 1 [For speeds more than 70 Km/hr (45 MPH)]: The pavement shall be cold planed to a depth
equal to the thickness of the plate and to a width and length equal to the dimensions of the plate. The
cold milling shall produce a flat surface that the plate shall rest on with no horizontal or vertical
movement. Horizontal gaps between the unmilled pavement and the plate shall not exceed 25 mm (1 )
and shall be filled with elastomeric sealant material which may, at the contractors option, be mixed with
no more that 50%, by volume, of Type I aggregate conforming to the requirements of tables 203-5.2(B)
and 203-5.3(A) .
Method 2 [For speeds 70 Km/hr (45 MPH) or less]: Approach plate(s) and ending plate (if longitudinal placement) shall be attached to the roadway and shall be secured against displacement by using two
adjustable cleats that are no less than 50 mm (2 ) shorter than the width of the trench bolted to the
underside of each plate and located within 150 mm (6 ) of the beginning and end of the trench for plates
9/l 1100 Contract Nos 3637 3616 & 3560 -I- Page 130 of 145 pages
at the beginning and end of the trench, a minimum of two 300 mm long by 19 mm diameter (12 x 9/4 ) steel bolts placed through the plate and driven into holes drilled 300 mm (12 ) into the pavement
section, or other devices approved by the Engineer. Subsequent plates shall be butted to each other. Fine graded asphalt concrete shall be compacted to form ramps, maximum slope 8.5% with a minimum
300 mm (12 ) taper to cover all edges of the, steel plates. When steel plates are removed, the dowel
holes in the pavement section shall be completely filled with elastomeric sealant material. At the
Contractors option, the methods required for Method 1 may be used. If the Contractor so elects, all
requirements of Method 1 shall be used. The Contractor shall maintain the steel plates, shoring, and
asphalt concrete ramps and maintain and restore the street surface during and after their use.
Add the following section:
306-1.1.7.4 Materials. The minimal thickness of steel plate bridging shall be as shown in Table 306-
1 .I .7.4(A).
TABLE 306-I .I .7.4(A)
REQUIRED PLATE THICKNESS FOR A GIVEN TRENCH WIDTH
Maximum Trench Width (‘) Minimum Plate Thickness
0.3 m (10 ) 13 mm (‘/2 )
0.6 m (23 ) 19 mm (3/4 )
0.8 m (31 ) 22 mm (‘/* )
1.0 m (41 ) 25 mm (1 )
1.6 m (63 ) 32 mm (1 X )
(1) For spans greater than 1.6 m (5 ), a structural design shall be prepared by a registered civil
engineer and submitted to the Engineer for review and approval in accordance with section 2-5.3.
Steel plate bridging shall be steel plate designed to support the HS20-44 truck loading per CALTRANS
Bridge Design Specifications Manual. The Contractor shall maintain a non-skid surface on the steel
plate with no less than a coefficient of friction of 0.35 as determined by California Test Method 342. If a
different test method is used, the Contractor may utilize standard test plates with known coefficients of friction available from the CALTRANS District 11 Materials Engineer to correlate skid resistance results
to California Test Method 342. In addition to all other required construction signing, the Contractor shall install Rough Road (W33) sign with black lettering on an orange background in advance of steel plate
bridging.
Add the following section:
306-I .1.7.5 Measurement and Payment Steel plate bridge materials including, but not limited to:
steel plates, anchoring devices, cold milling, elastomeric sealant material, asphalt ramping and padding,
signage, placing, installation, removal, relocation, preparation and processing of shop drawings and
submittals to support the use of steel plate bridging and all other materials, labor, supervision, overhead
of any type or description will be paid for as an incidental to the work that the bridging is installed to
facilitate. No separate payment for steel plate bridging will be made. No extension to contract time will
be allowed for, or because of, the use of steel plate bridging.
306-1.3.1 General. Add the following: The Contractor shall install detectable underground utility marking tape 230 mm x 75 mm (9 x 3 ) above each or, in the case of bundled underground conduit of
the same type, the upper underground conduit being installed by the open trench method. The type and
color of detectable underground utility marking tape shall conform to the requirements of section 207-25
et seq.
9/11100 Contract Nos 3637 3616 & 3560 -I- Page 131 of 145 page;
306-l .3.4 Compaction Requirements. Delete Section 306-1.3.4 and replace with the following: The
Contractor shall densify trench backfill to a minimum of 90 percent relative compaction except that in the top 300 mrn (W) of the street right-of*y, compscticbn shall be 95 percent
306-l .5 Trench Resurfacing.
306-1.5.1 Temporary Resurfacing. Delete the fourth and fifth paragraphs and substitute the following:
Temporary bituminous resurfacing materials which are placed by the Contractor are for its convenience
and shall be at no cost to the Agency. Temporary bituminous resurfacing materials shall be used in lieu of permanent resurfacing only when approved by the Engineer. When temporary bituminous resurfacing materials are used in lieu of permanent resurfacing it shall be removed and replaced with permanent
resurfacing within 7 days of placement. No additional payment will be made for temporary bituminous
resurfacing materials. The price bid for the associated conduit or structure shall include full
compensation for furnishing, placing, maintaining, removing, and disposing of such temporary
resurfacing materials.
306-1.5.2 Permanent Resurfacing. Add the following: Except as provided in section 306-l .5.1,
“Temporary Resurfacing,” the Contractor shall perform permanent trench resurfacing within 24 hours
after the completion of backfill and densification of backfill and aggregate base materials.
306-I .6 Basis of Payment for Open Trench Installation. Add the following: Payment for utilities
undergrounding which includes the utility trench for SDG&E shall be made on the “per each” price for service connections (Bid Item No. 43) and no other payments will be made.
3065 ABANDONMENT OF CONDUITS AND STRUCTURES. Add the following: Unless othetise
noted on plans, the Contractor shall remove all existing abandoned pipelines and conduits of any type,
or use, and pipelines and conduits of any type, or use, that are abandoned during the course of the work and shall replace said pipelines and conduits with properly compacted soils. Payment for removal and disposal of abandoned utilities shall be included in the lump-sum bid for Clearing and Grubbing, and no
additional payment will be made.
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS
307-3 STREET LIGHTING CONSTRUCTION. Modify as follows: Section 209, “Signals, Lighting and
Electrical Systems” herein, shall replace Section 307-3, “Electrical Components”, of the SSPWC in all
matters pertaining to the specifications for measurement, payment, warranty, and methods of
construction for all elements of street lighting and traffic signals.
Add the following Section:
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
308-l GENERAL
l&ring installation, Contractor shall observe safe practices in accordance with the City of San Diego
Standard Specifications, and all appropriate federal, state, and local laws concerning safe job practices.
9llllQo Contract Nos 3637 3616 & 3560 -I ~ Page 132 of 145 pages
308-2 EARTHWORK AND TOPSOIL PLACEMENT
3484.2 Trench Excavation and Backfill. Pressure lines shall be placed a minimum of twenty-one inches (21 ) deep in planting; thirty-six inches (36 ) deep under paving. Lateral lines shall be placed a
minimum of fifteen inches (15 ) deep prior to soils amendment. Backfill in all trenches shall be flooded
and compacted in accordance with Section 306-l .%? and Section 306-I .3.3.
Wherever possible joint trenches shall be used for irrigation pipe control wires. The fifteen-inch (15 )
cover trench depth shall apply to trenches located in the propdsed planted areas only. All other trench
depths shall comply with the requirements identified in Section 308-2.2. BacMill of all trenches under streets shall be with a Sand-Cement Slurry (Concrete Class 100-E-100).
308-2.3.1 General. Weed eradication for entire Project site: After irrigation installation, but before
planting installation, the Contractor shall irrigate the entire Project site six (6) times over fourteen (14)
days to germinate existing weed seeds. Allow weed seeds to grow until they reach a maximum height
of two to three inches (2 - 3 ). A post-emergent herbicide shall then be applied per manufacturers
specifications and instructions.
Weed eradication for shrub areas and groundcover areas (planted from flats). Three (3) to four (4) days
after these plants have been installed, the Contractor shall apply the pre-emergent herbicide per
manufacturers specifications and instructions.
Percolation Tests: Prior tb installing plants, the Contractor shall perform a minimum of four (4)
percolation tests in representative areas of the site to verify acceptable natural drainage for planting pits. Tests shall be performed as follows:
Dig a pit two feet (2 ) by two fee t(2 > by exactly twenty-four inches (24 > deep.
Fill with water to top and cover with plywood and barricade to protect pedestrians.
Make daily observation noting the depth of water each day.
Report to the Resident Engineer the length of time that the water takes to drain completely from each
hole. If water drains from hole within one day, refill with water. Based on this test, the Resident Engineer will confer with the Project Landscape Architect and will make a determination of whether
additional drainage measures will be required for boxed size tree plantings.
No plants shall be installed until percolation tests have been observed by the Resident Engineer and a
determination made that no further drainage measures are required.
Amend the following:
308-2.3.2 Fettilizing and Conditioning Procedures. (Second Paragraph, first sentence AMEND to
read): Soil amendment materials shall be uniformly spread at the prescribed rate.
Third paragraph, first sentence, AMEND to read: After spreading, cultivate the following soil
amendments into the upper six inches (6 ) of soil by suitable equipment operated in at least two (2)
directions, approximately at right angles. In small planters the same results are to be achieved using hand tilling methods.
9111 IO0 Contract Nos 3637 3616 & 3560 -I- Page 133 of 145 pages
Add the following:
Once rough grading has been accomplished, a minimum of four (4) soil samples from different
representative areas of the site at lacatims designated by the Resident Engineer shall be taken and a
soil analysis performed to determine nutrient and mineral content, compositional characteristics, pH,
EC, micronutrients permeability, and existence of poxxible toxic elements. Soil test shall be conducted
by a reputable agricultural soils laboratory with full testing service capability, approved by the Resident
Engineer. Analysis shall include generic recommendations for amending or correcting soil conditions
using soil amendments.
Results of soil analysis shall be received by Resident Engineer thrity (30) days prior to amending of soil
and ordering amendments.
Based on the soils test results, the quantity or type of amendments may be modified by the Resident Engineer within fourteen (14) days of receipt of analysis.
Grub and clean all planting areas, removing all weeks, debris and rocks from the site. All planting areas
shall be thoroughly tilled and loosened to a depth of twelve inches (12 ) by approved method. Do not till
near existing trees if roots are encountered.
All areas where existing soils are replaced with imported topsoil shall be backfilled and settled using
applications of water to moisten soil and establish a stable finish grade. Areas which subside, and all depressions or irrigulatities shall be repaired, settled and grade re-established.
After all planting areas meet the finish grades per grading plan, the following rates of soil conditioning
and amendment materials (or as modified by the Soils Report) shall be evenly spread over all planting
areas and worked into the soil:
Soil amendments for all planting areas under 3:l in steepness:
Soil Conditioner 4 C.U. yds./l,OOO sq. ft.
Gypsum 120 Ibs./l ,000 sq. ft. Iron Sulfate 10 Ibs./l ,000 sq. ft. Soil Sulphur 10 Ibs./l,OOO sq. ft. Pre-Plant Fertilizer 25 Ibs./l,OOO sq. ft.
Amendments shall be thoroughly tilled and intimately blended into the existing soils in all planting areas to a depth of twelve inches (12 ) by approved methods:
Soil amendments for sloped planting areas 3:l or greater in steepness:
Gypsum
Iron Sulfate
Soil Sulphur
After leaching, apply:
1 O-l O-l 0 Fertilizer
120 Ibs./l ,000 sq. ft.
10 lb./l ,000 ft. sq.
10 lb./l ,000 ft. sq.
25 lb./l ,000 ft. sq.
Amendments shall be raked into soil surface without disturbing the compaction of the slope.
Soil amendments, as specified, are for bidding purposes only. Actual types and quantities may be
altered based on soil analysis (provided by Contractor) after rough grading.
9/11/00 Contract Nos 3637 3616 &m -I - Page 134 of 145 pages
In addition, after amending soil per A and B above, all planting areas shall be sprayed with Sarvon at
the rate of 6 gallons/acre (or 1 qt./2,000 sq. ft.) immediately prior to leaching.
Deep Water Leaching: After complete installation and testing of the irrigation system and tilling soil amendments, all on-grade
areas shall be deep water leached, compacted and settled by repeated application of irrigation water
until the soil has received a minimum of 12 of water, and has been thoroughly moistened to a depth of
24.
Prior to leaching, apply Sarvon soil enhancer as described above, per manufacturers instructions.
After leaching operation, 4 soil samples shall be taken by Contractor per Landscape Architect s direction
and given to the soil laboratory for testing. Soil test shall meet the following requirements:
EC - maximum 3.00
PH - Maximum 7.50
Minimum 6.0
Tree’and Shrub Backfill:
Tree and shrub backfill mixture shall be sixty-seven percent (67%) site soil free of rocks and debris,
over one inch (1 ) die, and thirty-three percent (33%) Type 1 organic soils amendment and ten (10)
Ibs./cu. yd. Gypsum - 6 Ibs./cu. yd. 12-12-12 fertilizer. After backfiling planting hole, apply a mixture of
two (2) tablespoons of Sari/on .in five (5) gallons of water to each tree and shrub.
Post Planting Ferfilizer:
The contractor shall apply post-plant 14-7-3 fertilizer at the rate of twenty pounds (20 Ibs.) per 1,000 sq. ft., thirty (30) days after planting and once again at the end of the post-construction maintenance period.
Add the following:
3084 PLANTING
308-4.1 General. The Contractor shall be responsible for managing the site and performing planting,
maintenance and corrective measures to the best advantage of the plant material to promote healthy
growth, establishment and success of the plantings. This shall include providing for drainage, irrigation,
repair of damaged features, correction of deleterious conditions, maintaining a proper soil moisture
level, weeding, fertilization, protection, temporary measures to promote establishment and other
reasonable maintenance and construction efforts needed to provide for the successful establishment of
the plant materials during the entire contract period.
The Contractor shall not install planting as shown in the plans when it is obvious in the field that
conditions exist which are detrimental to plant survival and growth. Such conditions shall be brought to
the attention of the Resident Engineer. The successful establishment of the plantings during the entire contract period is the Contractors responsibility.
The irrigation system shall be installed, pressure tested, coverage tested and operational prior to
planting, with the exception of large specimen planting that must be planted prior to other operations as
approved by the Resident Engineer.
Actual planting shall be performed during those periods when weather and soils conditions are suitable
and in accordance with locally accepted horticultural practice, as approved by the Resident engineer.
No planting shall be done in any area until it has been satisfactorily prepared in accordance with these
9/l 1100 Contract Nos 3637 3616&w -I -
.
Page 135 of 145 pages
Specifications. Soil moisture level prior to planting shall be no less than seventy-five percent (75%) of field capacity. The determination of adequate soil moisture for planting shall be the sole judgement of
the Resident Engineer and his decision shall be final. The Contractor shall obtain approval from the Resident Engineer of planting pits before planting operations shall begin. If the soil moisture level is
found to be insufficient for planting, all planting pits shall be filled with water and allowed to drain before
starting planting operations. No more plants shall be distributed in the planting area on any day than
can be planted and watered on that day. All plants shall be planted and watered as herein specified
immediately after the removal from the containers. Containers shall not be cut prior to placing the plants in the planting area.
Planting shall not be performed if plant pits contain standing water, or it pits are over saturated to a
condition which may result in an unhealthful condition for the plant. It is the Contractors responsibility to
provide a suitable growing condition for the plant material and to maintain that condition throughout the
entire contract period.
If requested by the Contractor, the Resident Engineer, and/or designated representative, will visit the
nursery from which trees are procured to inspect the trees prior to delivery to the site. The Contractor
shall reimburse the City for all time spent driving to and from the nursery and inspecting the trees at an
hourly rate of $80/hour or fraction of hour.
It is in the Contractors interest to have the Resident engineer (or designated representative) visit the nursery and inspect the Contractors selected trees prior to delivery to the site. This may prevent extra
shipping expenses to the Contractor for trees delivered to the site, but subsequently rejected by the Resident Engineer. This does not preclude the Resident Engineer from rejecting any trees delivered to
the site which, upon inspection at the site, do not meet the criteria for acceptance as previously outlined.
After approval and transportation, and upon arrival at the construction site, the City s Landscape Inspector will inspect the plants for any damage that may have incurred in transit. Plants that have been
damaged in transit may be rejected at no cost to the City in accordance with the Project Special
Technical Provisions, Section 212-I .4.1.
Bid Item unit price for trees and unit price for shrubs shall include all items incidental to tree and shrub
planting including excavation, backfill, soil amendments, fertilizer tablets, staking, drain pipes and all other items not included in other bid items to sustain healthy growing conditions for the trees and shrubs
throughout the contract period.
3084.2 Protection and Storage.
Add the following:
The Contractors on-site plant storage area shall be approved by the Resident Engineer prior to the
delivery of any plant materials. Plants determined by the Resident Engineer to be wilted, broker or
otherwise damaged, shall be rejected at any time during the Project, whether in the ground or not. All
plants shall be handled by their containers. Any plant that has been handled by its trunk or stem shall
be rejected. All rejected plants shall be removed from the site immediately.
Add the following:
30842.1 Existing Tree, Shrub and Ground Cover Protection. The work is to be performed in
areas of existing planting and irrigation. The Contractor shall take precautions to minimize the disturbance to adjacent planted areas and is required to replace in kind any irrigation or planting
disturbed by the work.
9/11100 Contract Nos 3637 3616 &m -I- Page 136 of 145 pages
Identify and protect from damage all individual plant and areas of planting to remain by appropriate
means, The Contractor shall provide equivalent size replacement plants in the event that the death or decline of existing plants to remain is attributable to the Contractors negligence or lack of protection as
determined by the Resident Engineer.
All plants to remain on-site shall be watered and irrigated as necessary during the entire construction
contract to provide for the health of the plant. Any plants required to be removed, boxed and set asied
for future installation shall be watered, and maintained by the Contractor in a healthy condition until
replanted or until the end of the maintenance period.
The pruning and trimming of the limbs and roots of plant materials to remain within the project scope
shall be done by tradesmen experienced in this type of work. The removal of any limbs, branches, and
roots shall be done only after conferring with the Resident Engineer and Landscape Advisor.
30842.2 Excavation Adjacent to Existing Tree, Shrub and Groundcover to Remain. Trenching
within the drip line of trees and shrubs shall be avoided. It is the intent of the plans that the Contractor provide an alternate routing of trenching to avoid cutting through roots of existing trees.
Where it is necessary to excavate in close proximity to existing trees and shrubs, all possible caution
shall be exercised to avoid injury to roots and trunks. In the event it is necessary to cut the roots of an
existing tree, the tree shall be pruned prior to excavation to reduce the foliage volume by the same
percentage as the approximate percentage of roots removed. Pruning of trees on private property shall
not be done without written permission of the property owner.
Excavation within the drip line of the tree shall be done by-hand, tunneling under roots 1 in diameter
and larger, and shall be done only on the approval of the Resident Engineer and Landscape Advisor.
The exposed roots of trees shall be covered and shaded by moist burlap or canvas until the trench is backfilled. Within 24 hours of the cut, the Contractor shall paint the exposed end of the cut roots with
an appropriate root pruning sealant.
30845 Tree and Shrub Planting.
Add the following:
30845.1 General. Fertilizer planting tables [twenty-one (21) gram size], shall be placed with each plant at the following rates:
One (1) tablet per one (1) gallon container; Two (2) tablets per five (5) gallon container;
Four (4) tablets per fifteen (15) gallon container;
One (1) tablet per each two inches (2 ) of box size container.
All plants which settle deeper than specified shall be raised to correct level or replaced as directed by the Resident Engineer.
Pruning shall be limited to the minimum necessary to remove injured twigs and branches, and to
compensate for loss of roots during transplanting, but never to exceed one-tenth (I/IO) of the branching structure. Pruning may be done only with the approval of, and in the presence of, the Resident Engineer.
9/l II00 Contract Nos 3637 3616 & 3560 -v- Page 137 of 145 pages
Add the following:
30845.1 Root Barriers. Materials shall be delivered and stored in accordance with Section 4 of the
Standard specifications. Avoid prolonged exposure to direct sunlight and high temperatures. Material
exposed to direct sunlight for more than one week shall be rejected and replaced.
Material shall be handled in accordance with manufacturers instructions.
Install root barrier against edge of all paving adjacent to planting areas within 10 of tree trunks
measured perpendicular to curb. A minimum 4 wide trench shall be excavated to the depth of root
barrier. Insert barrier to bottom of trench and stretch it straight against the side of trench adjacent to
concrete. Top edge shall be 3 below grade of concrete structures. To permit backfilling, tape, wire or
pin the barrier against the trench wall. The fabric shall be laid in a continuous barrier without gaps.
Splices shall be made tight and permanent using the manufacturers locking strips installed per
instructions. Tamp soil gently and firmly into place as backftlling is accomplished to prevent soil settling.
Avoid collapsing or distorting the barrier when backfilling. Cutting shall be accomplished using a sharp knife.
Price for root barriers shall include labor, materials, equipment and all incidentals necessary to provide
a complete installation.
Add the following:
30846 Plant Staking and Guying. All trees shall be double-staked. Refer to Section 212-1.5.3 of
these Specifications for approved staking materials.
308-5 IRRIGATION SYSTEM INSTALLATION
Add the following:
308-5.1 General. Materials shall be delivered and stored in accordance with Section 4 of the
Standard Specifications. Contractor shall provide a temporary water supply from an approved source to
irrigate existing plants until the permanent water source is operable. Contractor shall submit ship
dimensions and description of the temporary water supply to the Resident Engineer for approval. The
temporary water supply shall be of adequate pressure and gallonage to operate the existing irrigation
system and other required irrigation equipment at its designed capacity.
Contractor shall furnish any and all temporary electric power required during construction period.
Contractor shall check and verify the water pressure at P.O.C. prior to beginning of work. Notify
Resident Engineer of any discrepancy between pressure indicated on plans and actual water pressure.
Contractor shall check and verify all site conditions, utilities, and services prior to trenching. Verify point
of connection location prior to beginning of work.
Plans are diagrammatic and approximate. All piping, valve boxes, backflow preventers, etc., shall be
located in planting areas where possible. No irrigation equipment except pipe crossings and electrical
crossings shall be located in the street except where street crossings or trench rerouting is required to
protect existing trees.
All irrigation equipment shall be installed, flushed, pressure tested, and the coverage test approved prior
to plant installation.
9/11/00 Contract Nos 3637 3616 & 3560 -t - Page 138 of 145 pages
308-5.2 Irrigation Pipeline Installation
Amend to read: 308-5.2.1 General. Concrete thrust blocks, minimum one (1) cubic foot, with sufficient bearing area to resist the thrust of water, shall be constructed against undisturbed earth at all changes or direction
exceeding forty-five degrees (45”) for pressure mainline pipe larger than two.inches (2 ), thrust blocks
shall be installed at gate valves, tees, elbows, crosse,s, and ends of pipe runs; or whenever the
Landscape Inspector deems one to be necessary. Thrust blocks are to be installed as per Standard
Drawings W-l 7, W-l 8, and W-l 9; SDW 100 for four-inch (4 ) pipe or larger.
Contractor shall install sleeves and chases where any waterline or controller wire passes under paving.
Sleeves and chases shall extend two fee (2 ) beyond each side of the improvement. The letter E for
electrical or the letter W for water shall be stamped or chiseled on the improvement directly above the
chase or sleeve. The chases shall be a minimum fifteen inches (15 ) deep for electrical and the sleeves
thirty-six inches (36 ) deep minimum for water. Sleeves and chases shall be Schedule 40 PVC with
typical diameter of two (2) times larger than the diameter of the waterline to be installed in sleeve.
Sand encasement, where applicable, for all irrigation pipe, direct burial control wire, and electrical
conduit shall be plaster or mortar sand with a sand equivalent of 50, per Section 200 of the Standard Specifications.
All pressure pipe shall have a continuous blue colored trench marker tape placed nine inches (9 ) below
finished grade directly above the buried pipe. Marker tape shall be Alarmtape as manufactured by
Paul Potter Warning Tape, Inc., or approved equal.
Avoid installing pipe through proposed tree locations to avoid conflict with root ball.
All wires in pull boxes shall be loose and shall not come within three inches (3 ) from lid. Boxes shall be
sized accordingly to accommodate this requirement.
Valve sizes shall be as specified on the plans.
308-5.4 Sprinkler Head Installation And Adjustment
Add the following:
30864.2 Location, Elevation and Spacing. Plans are diagrammatic and approximate. Precise,
location of heads/bubblers shall be Field adjusted to’meet minor variations of Field conditions from the
plan.
Add the following:
308-5.5 Automatic Control System Installation
Testing: All wiring shall be tested for continuity, open circuits, and unintentional grounds prior to connecting to equipment. The minimum insulation resistance to ground shall be fifty (50) megohms.
Any wiring not meeting this requirement shall be replaced at the Contractors expense.
All wires in pull boxes shall be loose and shall not come within three inches (3 ) from lid. Boxes shall be
sized accordingly to accommodate this requirement.
A reduced As-Built irrigation plan, color-coded by stations and laminated in plastic, shall be mounted
on the inside of the controller enclosure for use by maintenance personnel.
9/11100 Contract Nos 3637 3616 & 3560 -I- Page 139 of 145 pages
Each installed remote control valve shall be coded to its parent controller in the same numerical sequence as indicated in Section 212-3.2.1.
Controllers, 12-volt conductors and valve actuator shall be installed in conformance with the controller manufacturers instructions.
Add the following:
308-5.6 Flushing and Testing. Flush all pipes clean prior to installing sprinkler heads. Do not allow
water from irrigation flushing to enter plant pits where water would result in over-saturation of soil
creating an unhealthful condition for plant materials.
Amend the following to read:,
308-5.6.2 Pipeline Pressure Test. (Last sentence) Mains larger than two inches (2 ), asbestos cement mains and mains employing socket and spigot gasket joints, shall be tested in accordance with
Section 306-l .4; all other mains and laterals shall be tested at a static pressure of 150 PSI for two (2) .
hours.
If leaks develop, repair leaking portions and repeat test until entire system is proven water-tight.
Test shall be observed and approved by Resident Engineer prior to backfilling trenches.
Coverage Test and Adjustment: When system is complete, and prior to planting, the Contractor shall
perform a coverage test in-the presence of the Resident Engineer. Contractor shall be responsible for amending inadequate coverage to the satisfaction of the Engineer.
Add the following Section:
308-5.7 As-Built Plans (Record Drawings). Before final acceptance of work, the Contractor shall provide a record set of drawings showing the irrigation system work. Information shall be on clean, full
size blueprints of plans. Lettering shall be one quarter (l/4) inch height. All items changed/relocated
from original drawings shall be so indicated with the same symbol in the new location. All notes/
callouts pertaining to the item shall be directed to new location. All work shall be neat, indicated in red
ink and subject to the satisfaction of the Resident Engineer.
All valves shall be numbered by station and corresponding numbers shall be shown on the record
drawings. Contractor shall provide Owner with a wiring diagram of each power circuit and control panel that corresponds to each irrigation controller supplied.
All main lines, lateral lines, sleeves, flow sensors, master control valves, remote control valves, shut-off
valves, quick coupling valves, and controllers shall be located by measured dimensions, to the nearest
on-half foot. Dimensions shall be given from permanent objects such as sidewalks, curbs, walls,
structures and driveways.
On the inside surface of the cover of each Automatic Controller, prepare and mount a clear plastic
encased, waterproof color-coded chart showing the valves, mailine, and systems serviced by that
particular Controller. All valves shall be numbered to match the operation schedule and the drawings.
Only those areas controlled by that Controller shall be shown. This chart shall be a plot plan, entire or partial, showing building, walks, roads and walls. A photostatic print of this plan, reduced as necessary
and legible in all details, shall be made to a size that will fit into the Controller cover. This print shall be
approved by the Owners Designated Representative and shall be hermetically sealed by plastic. This shall then be secured to the back of the enclosure door.
9/11100 Contract Nos 3637 3616 & 3560 -* - Page 140 of 145 pages
The Contractorshall keep on the site at all times, a current record set of the plans. .
Immediately upon the installation of any buried pipe or equipment, but prior to any backfilling of
trenches, the Contractor shall indicate on the record set of drawings the locations of said pipe or equipment. All changes in direction of main !ine or lateral lines and all sleeves shall be noted on plans
with size and depth.
Record drawings shall be signed and dated in red ink by the Contractor attesting and certifying the
accuracy of the record drawings. Contractor shall also include contractor company name, address and
phone number on record drawings.
Add the following:
308-5.8 Operation and Maintenance Manuals. Prepare and deliver to the Resident Engineer within
ten calendar days prior to completion of construction, two (2) three ring hard cover binders containing
the following information:
Index sheet stating Contractors address and telephone number, list of equipment with name and
addresses of local manufacturers representatives.
Catalog and parts sheets on all material and equipment.
Contractor Guarantee statement.
Complete operating and maintenance instructions for all equipment.
In addition to the above mentioned maintenance manuals, provide the maintenance personnel with
instructions for maintaining equipment and show evidence of such instruction in writing to the Resident
Engineer at the conclusion of the project.
Add the following:
3084.9 Extra Equipment. Contractor shall provide to the Owner:
Three (3) keys for opening and locking each automatic controller enclosure.
Two (2) globe valve keys with a minimum four (4) foot long handle.
Five (5) sprinkler heads with nozzles, screens and flexible swing joints of each type used on the project.
Five (5) quick coupler keys with swivel hose ells to match quick coupler valves used on the project.
Add the following section:
3084.10 Irrigation Booster Pump installation.
Booster pump assembly shall be delivered to the site and installed as indicated on the plans and details.
The pump assembly shall be securely mounted to a concrete slab sloped to drain away from the pump.
The contractor shall make all connections of the inlet and outlet to water source and irrigation system. The contractor shall connect the 240-volt electrical conductors provided to the pump location to the
pump panel. A 1 IO-volt terminal is provided on the pump circuit panel for power to service the irrigation
controller. Install conductors in conduit to service controller per electric codes.
The pump shall operate to provide water volume and pressure to service the irrigation system. The contractor is responsible for verification of the pump assembly to meet the needs of the system based
on the conditions at the site. The pump shall be operational and in good working condition prior to the
9/11/00 Contract Nos 3637 3616 & 3560 -1-
. Page 141 of 145 pages
irrigation coverage test, and prior to any planting. Pump shall be repaired or replaced immediately if it
should malfunction, or fail to provide irrigation to all areas of the,site.
Add the following:
308-6 MAINTENANCE AND PLANT ESTABLISHMENT
A construction maintenance period shall be included as part of the scope of work for this Project and
shall not begin until all items in the contract are complete, constructed and in place. The effective date of the start of the construction maintenance period shall be established by the Resident Engineer.
The construction maintenance period shall last ninety (90) calendar days, or until final acceptance as
determined by the Engineer and shall not be included in the time of working days, per Section 6-7.
The Contractor shall provide complete landscape maintenance of all planting areas. The work shall
include, but not be limited to, watering, litter control, weed control, stake repair, cultivating, repair of
irrigation systems, control of diseases and pests, and control and repair of soil erosion.
All bark-mulched areas and planted areas, except lawn and hydroseed areas, shall be treated with an approved granular pre-emergent herbicide according to manufacturer’s specifications at the beginning
of the post-construction maintenance period and, if the product specifies, additional scheduled
treatments on a regular schedule, as required through the post-construction maintenance period. Verify
appropriate product use on newly planted groundcovers.
At the direction of the Resident Engineer, the Contractor shall control weeds, disease, and pest
infestations in the planting areas. Resident Engineer shall approve all methods and materials for such
control. Upon approval, the Contractor shall implement the control measures exercising extreme
caution in using pesticides and taking all steps to insure the safety of the public. Only licensed
personnel will be permitted to perform toxic spraying.
During the plant establishment period, the Contractor shall furnish sufficient personnel and equipment
on a daily or weekly basis to perform the work required by this section. Any day when the Contractor
fails to adequately carry out specified maintenance work, as determined necessary by the Resident
Engineer, the day will not be credited as one of the plant establishment days. All planting areas which
are damaged by construction shall be repaired by the Contractor within thirty (30) calendar days following completion of construction in such areas. Unless othemise approved by the Resident
Engineer, repair shall consist of bringing the damaged area back to final grade, replanting the area with
the same vegetation as originally specified and maintaining the area to achieve acceptable plant
establishment.
The Contractor is responsible for protection of all planting during the entire contract period by adequate
methods. Planting damaged during the contract period shall be replaced.
Contractor shall call Resident Engineer for one final inspection one (1) week before the end of the construction maintenance period. Failure to pass inspection will result in an extension of the
construction maintenance period as the Resident Engineer deems necessary, at no additional cost to the City.
Add the following:
308-6.1 Payment. Payment for maintenance and plant establishment work shall be made in the Lump Sum amount stipulated for the contract Bid Item #19, “go-Day Maintenance”. Payment shall be
made in amounts of $2,000 per calendar month that work is performed up to a maximum of three
months and in accordance with Section 308-6 and to the satisfaction of the Engineer.
911 i mo Contract Nos 3637 3616 & 3560 -, - Page 142 of 145 pages
Add the following:
308-7 GUARANTEE All fifteen (18) gallon and larger trees installed under the contract shall be guaranteed to live and grow
for one (1) year from the date of final acceptance of the contract work unless decline of plant is
specifically attributable to causes unrelated to installation, plant material quality and Contractors
maintenance practices.
All other plant material, including ground covers, shall be guaranteed to live and grow for a period of
ninety (90) calendar days from the date final acceptance of contract work unless decline of plant is
specifically attributable to causes unrelated to installation, plant material quality and Contractors maintenance practices.
Any material found to be dead, missing or in poor condition during the post-construction maintenance
period, shall be replaced immediately. The Engineer shall be the sole judge as to the condition of the material. Material found to be dead or in poor condition within the guarantee period shall be replaced by
the Contractor, at his expense, within fifteen (15) days of written notification. Replacement shall be .
made to the same specifications required for the original plantings.
The entire irrigation system shall be guaranteed against defects in material and workmanship for a
period of one (1) year from the date of acceptance of the work. Should the Contractor fail, during the
guarantee period, to expeditiously correct a defect upon written notification by the City, the city shall
cause the work to be corrected and bill the actual costs incurred to the Contractor. Defect corrections shall include the complete restoration of existing improvements that were damaged as a result of the
defect.
SECTION 310 - TRAFFIC STRIPING, MARKINGS AND MARKERS
31 Q-5 PAINTING VARIOUS SURFACES
Add the following:
310-5.6.1 General. Traffic signs, stripes, legends, and raised pavement markers shall conform to the
California Department of Transportation Traffic Sian Specification, Traffic Manual, Maintenance Manual,
and Caltrans Standard Specifications.
Traffic striping shall conform to Sections 84 and 85 as modified by these Special Provisions. Traffic Control shall be per the Caltrans Manual of Traffic Controls for Construction and Maintenance Work
Zones.
Pavement legends shall conform to Agency stencils.
Stripes and pavement legends shall be reflectorized.
Add new Subsection:
31 o-5.6.1 .I Signs. All signs shall conform to the California Department of Transportation Traffic Manual and mounted on metal posts.
uni-strut or Posts - All metal posts shall be galvanized steel tubing, Schedule IO with breakaway base,
approved equal. Mounting height is seven feet (7 ) to bottom of sign.
Brackets - All brackets shall be vandal-proof hardware.
9/l 1100 Contract Nos 3637 3616&m -I- Page 143 of 145 pages
Installation - Post foundation shall be ten inches (10 ) in diameter and thirty inches (30 ) deep. The post
*base shall be embedded twenty-four inches (24 ) into the 500-C-2500 concrete foundation.
Sian Location - The actual location of all signs shall be determined by the Engineer prior to installation.
Add the following:
310-5.6.7 Layout, Alignment and Spotting. The Contractor shall furnish the necessary control points
for all striping and markings, and shall be responsible for the completeness and accuracy thereof to the
satisfaction of the Engineer.
Spotting shall be completed prior to the removal of any existing stripes or markings. Existing stripes and
markings shall be removed by wet sandblasting prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than twenty-four (24) hours, or over
weekends or holidays. Temporary markings shall be installed to the satisfaction of the Engineer.
Add the following:
310-5.6.8 Application of Paint. Pavement markings and traffic stripes shall be applied in two (2) coats. The second coat shall be applied one (1) week after the first coat.
Each coat of paint for any traffic stripe, including glass beads where required, shall be applied in one
pass of the striping machine, regardless of the number, widths, and patterns of individual stripes
involved.
Paint to be applied in two (2) coast shall be applied approximately as follows:
Sauare Foot Coverage Per Gallon
First Coat Second Coat
Solvent Borne Paint 360 150
Water Borne Paint 215 215
The exact rate of paint to be applied will be determined by the Engineer.
Unless otherwise directed by the Engineer, glass beads shall be uniformly incorporated in all coats of
paint concurrently with the application of the paint, except that glass beads shall not be applied to black paint. Beads shall be embedded in the coat of traffic paint being applied to a depth of one-half their
diameters.
Glass beads shall be applied at an approximate rate of five (5) pounds per gallon of paint. The exact
rate will be determined by the Engineer.
Any removal of traffic stripes and markings shall be accomplished by the wet sandblasting method or
waterblasting method. The machine used for this purpose shall meet all requirements of the air pollution control district having jurisdiction in the project area. All sand used in wet sandblasting shall be
removed without delay.
Replace with the following:
310-5.6.10 Measurement and Payment. Compensation for traffic signs, striping and marking shall be
considered as included in the contract prices paid for the related items of work, and no additional compensation will be allowed therefore.
The compensation shall include furnishing all labor, materials (including adhesives, glass beads, and
paint), tools, equipment and incidentals, and for doing the work involved in installing traffic signs,
9/i 1100 Contract Nos 3637 3616 & 366JI -9 - Page 144 of 145 pages
striping and markers complete in place; including removal of existing stripes, and salvaging and
stockpiling of existing obsolete signs, and necessary traffic control as shown on the plans, and as specified in these Special Provisions and as directed by the Engineer.
Contract Nos 3637 3616&m -v- Page 145 of 145 pages
APPENDIX A
SDG&E SERVICE ORDERS
PROJECT NO. 135435010
PROJECT NO. 135435-020
PROJECT NO. 135435-030
All other service point handholes are existing and available.
SUE I &km pra Energy-u4wv ELECTRIC METER & SERVICE LOCATION T.0. / id 7 F.6
DATE CRfTlCAL - PENDING STREET RESURFACING
SDG&E APPLICATION REQ’D 0 CALL
GENERAL CUSTOMER INFORMATION
Meter Height - 4’0” min. - 6’3” max. from finish grade to center line of meter base.
Meters are required to be readily accessible 24 hours per day. Meters must be
located in a safe area free of any potentially hazardous or dangerous condition.
Provide 3 ft. X 3 ft. minimum clear and level working space in front of meter. Where
meter room is proposed. contact the Planner at the nearest SDGLE office.
Meter bases and meter service disconnects must be located at or immediately
adjacent to each omer and be identlfmd with address and unit number ft serves.
OVERHEAD SERVlCES
PROVIDE MINIMUM GROUND CLEARANCE OF:
FL at point of attachment of service wires
Ft. over driveway or parking area
Ft. at outer limit of vehicular trafffc
UNDERGROUND SERVfCE
PROCEDURE FOR INSTALLATION
1. Pay all monies due ,&APPLICABLE 0 NOT APPLICABLE
3 working days prior to trenching to arrange
:I ::::::::E:i=
with inspector and initiate trenchin
ING FOR LOCAllON OF UNDERGROUND UTfLfTfES.
4. Excavate trench, install conduit and service entrance equipment a
location. CALL ABOVE PHONE I FOR INSPECTION. Do not cover condur
without inspector’s written approval to backffll
5. Call inspector when trench is backfilled and compacted for inspection. If service
entrance equipment is installed after backfill, CAU ABOVE PHONE # FOR
INSPECTION OF THE EQUIPMENT.
6. Meter will be set after inspector has approved installation, including sarvfce equipment and receipt of city/county/state* inspection clearance.
JT TRENCH OGAS [IITELCO . q CAlV 1 SEC HEIGHT
CABLE POLE C0NWf-r BY 0 CUSTWER 0 .SOG&E SEE
CABLE POLE BEND BY 0 CUST 0 SOG&E 90” RADIUS SCH 80 SUE -
HANDHOLE BY *STONER El SDG~E 0 STD. PAGE &3/Z
CONDUlT BY BCUSTOMER [3SDG&E SIZE / -a”
TRENCHlNSPECTED6APPROVEDBY DATE
PAYMENT BY CUST: CSL PL S EXCESS s Mlscf~ 778
-WIRE /PHASE ~~!~!VOLTAGE METER CLIPS
MAIN SWITCH METERING: 0 Cl-S 0 SELF-CONTAINED q TEST BY PASS FAClLfTlES REQ’D
UTILITIES MAX!MUM CONTRIBUTION TO FAULT CURRENT AMPS
If SDG&E encounters hunrdous or toxic material while performing construction of your project. SDGIE will halt work immediately and it will be your responsibility to remove snd/or ClCsn up all hazardous or toxic material prior 10 SDGLE continuing conslruction. SDG6E shall have no liability or obligation whalsoever to clean up, remove ot remediate any hazardous or toxic materials discdrered during the course ol construction unless it
ix through negligence of SDG6E.
. .
NOTE: INSPEC REQ’D PRIOR TO SET q cITY/couNrf 0 STATE
POLE #- LADDER ARMS REO’D 0 EXISTING q
STOP TRENCH 01’ 07%” FROM POLE RISER OUAD -
ADD’L INFORMATION: (Detach before completing this section.)
‘/we u+s
PLANNER I PMA way ,&WEA/
TELEPHONE
&X-v- 636 - 3482
Cuslomarowned facilities to receive ektricaf service sre subject to all appfff local md stata
Of California insoecriofr autiriry requiremenki. a&ding address awor meter base must be web prior to maIer Set. lnlomhon on this sheet is void after 6 montns tmm date. KeeP this ncsce with building permit.
DISTRIBUTION: WHITE ORIGINAL - Customer WHITE COPY - District Operations YELLOW - Pisnner GOLD - C.T. Order 107092t2 f7sJ@
I 1& Sempra lnrrgr ‘-paw ELECTRIC METER & SERVICE LOCATION
RI-WAL - PENDI
SDGIE APPLICATION REO’D[7 CALL
GENERAL CUSTOMER INFORMATION
Meter Height - 4’0” min. - 6’3” max. from finish grade to center line of meter base.
Meters are required to be readily accessible 24 hours per day. Meters must be
located in a safe area free of any potentially hazardous or dangerous condition.
Provide 3 ft. X 3 ft. minimum clear and level working space in front of meter. Where
meter mom is proposed, contact the Planner at the nearest SDG&E office.
Meter bases and meter service disconnects must be located at or immediately
adjacent to each other and be identified with address and unit number it serves.
1 OVERHEAD SERVICES
PROVIDE MINIMUM GROUND CLEARANCE OF:
Ft. at point of attachment of service wires
Ft. over driveway or parking area
- Ft. at outer limit of vehicular traffi
- Ft.
UNDERGROUND SERVICE
IOCEDURE FOR INSTALLATION
3 working days prior to trenching to arrange
4. Excavate trench, install conduit and service entrance equipment at meter
location. CALL ABOVE PHONE # FOR INSPECTION. Do not cover conduit
without inspector’s written approval to backfill
5. Call inspector when trench is backftlled and compacted for inspection. If service
entrance equipment is installed after bacldill, CALL ABOVE PHONE # FOR
INSPECTION OF THE EQUIPMENT.
6. Meter will be set after inspector has approved installation, induding service
equipment, and receipt of city/county/state’ inspection clearance.
JT TRENCH q GAS q TELCC q CATV 1 SECHElGHT
CABLE POLE CONDUIT BY Cl CUSTOMER 0 SDGLE SIZE
CABLE POLE BEND BY q CUST 0 SDO6E 9(r - RADlus 8ci4 60 SIZE -
HANDHOLE B a CUSTOMER 0 SDGIE q STD. PAGE C -a
CONDUlT BY 2 CUSTOMER q SDG6E SIZE / -2 /I
TRENCHlNSPECTED6APPROVEDBY DATE
PAYMENT BY CUST: CBL PL S EXCESS S MISC s 77gd
-WIRE / PHASE U&&&VOLTAGE METER CLIPS
MAIN SWITCH METERING: q Cl-S [3 SELF-CONTAINED q TEST SY PASS FACILITIES REUD
‘ILITIES MAXIMUM CONTRIBUTION TO FAULT CURRENT AMPS
II SDG6E encounlers hazardous or toxic material while performing construction of your project. SDG6E will hall work immedialely and it will be your responsibility to remove
SndlOr clean up all hazardous or loxic material prior to SDGLE continuing construction. SDGIE shall have no liability or obligation whatsoever to clean up, remove ot remadiats any hazardous or loxic materials discovered during Ihe course of conslruction unless it is through negligence of SDG&E. -
NOTE: INSPEC REQ’D PRIOR TO SET Cl CIrf/COUNTY 0 STATE
POLE #- LADDER ARMS REQ’D 0 EXISTING q
STOP TRENCH q 1’ 075’2 FROM POLE RISER OUAD -
ADD’L INFORMATION: (Detach before completing this section.)
\
0 432 -SLrLA
PLANNER I PMA
L&my g4hwd
TELEPHONE DATE
(ss&) 636 - 3982 ~-//-Of
Customer-owned facilities to receive electrical service are subject (0 all applib k-xl and stale of California inspedion authority requirements. Building address SdOr meter base muSt be posted prior to meter ~81. Information on lhls sheet IS void alter 6 months lrom dale. Keep mls ~JIM with building peti.
DISTRIBUTION: WHITE ORIGINAL - CUstwner WHITE COPY - District Operations YELLOW - Planner GOLD - C.T. Order 107-05212 V/00)
* 16 XlTqxd tnergy-cwwnr ELECTRIC METER & SERVICE LOCATION
RfTtCAL - PENDI
SDGIE APPLICATION REQ’D 0 CALL
GENERAL CUSTOMER INFORMATION
Meter Height - 4’0” min. - 6’3” max. from finish grade to canter line of meter base.
Meters are required to be readily accessible 24 hours per day. Meters must be
localed in a safe area free of any potentially hazardous or dangerous condftion.
Provide 3 ft. X 3 ft. minimum clear and level working space in front of meter. Where
meter room fs proposed, contact the Planner at the nearest SDG&E offfce.
Meter bases and meter service disconnects must be located at or immediately
adjacent to each other and be identified with address and unit number it serves.
OVERHEAO SERVfCES
PROVIDE MINIMUM GROUND CLEARANCE OF:
Ft. at point of attachment of service wires
Ft. over driveway or parking area
Ft. at outer limit of vehicular traffic
- Ft.
‘UNDERGROUND SiRVtCE
PROCEDURE FOR INSTALLATION
1. Pay all monies due
3 working days prior to trenching to arrange
location. CALL ABOVE PHONE Y FOR INSPECTION. Do not cover conduit
without inspector’s written approval to backfill
5. Call inspector when trench f-s backfflled and compacted for inspection. If service
entrance equipment is installed after backfill, CALL ABOVE PHONE # FOR
INSPECTION OF THE EOUIPMENT.
6. Meter will be set after inspector has approved installation. including service
equipment, and receipt of city/county/state’ inspection clearance.
JT TRENCH OGAs DTELCO q CAl-V 1 SEC HEIGHT
CABLE PO+ CONDUIT BY 0 CUSTOMER q SW6E SUE
CABLE POLE BEND BY q CUST q SDOIE 90” AADIUS SCH 80 SIZE -
HANCXIOLE BY 0 CUSTOMER [3 SDG4E 0 STD. PAGE X
CONDUIT BY &USFOMER DSDG6E SIZE / -2 8’
TRENCHINSPECTEDLAPPROVEOBY DATE
PAYMENT BY CUST: CSL PL S EXCESS s Misc Ssqg,~
5 WIRE / PtiASd*&O VOLTAGE 4 METER CLIPS
fbiAi~ SWITCH /dolQ METERING: 0 crs J&SELF-COMAINED
x TEST BY PASS FACILITIES REO’D
umrms fk4xihwh4 CO~~TRIBUT~~N TO FAULT CURRENT- AMPS
If SDG6E enccunlers hazardous or loxic malarial while performing construction of your project. SOG6E will halt work immediately and it will be your responsibility to remove and/or clean up all hazardous or toxic material prior IO SDG&E continuing construction. SOG6E shall have no liability or obligation whatsoever to clean up, remove ot remediite any hazardous Or toxic materials discqered during the course of construction unless if is through negligence of SOGLE.
J
NOTE: INSPEC REQD PRIOR TO SET’ ~fTYA6OUtW 0 STATE
POLE I.-. LADDER ARMS REQ’D 0 EXISTING 0
STOP TRENCH 0 t l 07%” FROM POLE RISER QUAD -
ADD’L INFORMATION: (Detach before complhting Uris section.)
L
/ 760 L/3&--4~3 23,
PLANNER I PMA
u=)r &UGEJ
TELEPHONE 1
Customer-owned ledNes to mceiveeledricalsarvicearewbjectl0lo~~~~~ of Catffomia insoection authority requirements. Sui!&lg arforess &or mster bese must be posted prior to meter seL lnfonnation on thn sheet is void after 6 months tram date. Keep this notice with building penniL
DISTRISUTION: WHtTE ORtGlNAL - Customer WHfTTE COPY - District OperaLions YELLOW - Plenner GOLO - C.T. Order 107.09212 clloo)
APPENDIX B
LIST OF SUBMITTALS
Item No. ‘Soec:Ref. #. .. ;De&&‘;& - :
Landscape Construction
1 201-1.1.2 Concrete Paving
2 201-I .2.4(a) Integral Colored Concrete
3 201-1.7 integral Colored Concrete Sealer
4 201-3.4 Expansion Joint Filler
5 303-6.6 Samole of Random Stone Texture wl Heaw Sandblast Finish
lrrination Svstem Materials
Irrigation System - all parts including, but not limited to, irrigation booster pumps,
automatic controllers, backflow prevention assemblies, remote control valves,
gate valves, quick coupler valves, anti-drain valves, mainlines, laterals, sleeves, valve boxes, pull boxes, control wires, irrigation heads, emitters, trench marking
tape, etc.
15 308-2.3.2
Miscellaneous
Soil tests
16 209-l .03
17 209-203
Street Liaht Svstem
Equipment List and Drawings
Foundations, Concrete, Mortar and related concrete materials. Anchor bolts
and nuts.
18 209-2.04 Lighting Standard and Meter Pedestal. 19 209-2.05 Conduit
20 209-2.06 Pull Boxes
21 209-2.08 1 C :onductors I I nn LL I I LU’ -9-3.01 High-Pressure Sodium Luminaires
I -A 1 309-3.02 Photoelectric Controls .A- A II ‘esting f S .
;?UY-LIZ 1 I I
25 201-1.1.2
26 203-6.2
27 200-2.2
28 303-l .105
Sidewalk and Median Improvements
Concrete
Asphalt Concrete Materials
Crushed Miscellaneous Base
Anti-Graffiti Coating
APPENDIX C
STANDARD DRAWINGS
CMWD Standard Drawings
l%va No.
1” Water Service Connection for 5/8”, 1/4”, & 4” Meters .................................. ..! .................................. W-3
2” Water Service Connection for l-1/2” & 2” Meters ........................................................................... W-4
4” and 6” Blow-off Assemblies.. ........................................................................................................ W-l 1
Valve Box Assembly ........................................................................................................................ W-l 3
VWD Standard Drawings
Descrh3tion Dwa. No.
1” Water Service Connection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . W-6
Backflow Prevention Device 2” & Smaller . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . w-19
*usEsbMmElusas WENMElERISlDXED 70faRa=a#?e.
NOTES:
1. COMRKRBSHALLADJUSTANGLE VALVE 8r METER 60X To EG. AFTER SIDEWALK IS INSTALLED 8 APPROVED.
2. DtS-IRCr wu SET MD-R? b&D BALL VALVE.
3. ALL CDPPER JOINTS SHALL BE SIUER SOLDERED IN cKNFORMANcE WITH Sf’BIIFIcATKINs.
4. TAP To M&IN To BE MINIMUM OF 18’ FRDM NEAREST CUJfUNG OR TAP.
5. FITION ANODE MIDWAY BETWEEN
CARLSBAD MUNICIPAL WATER DISTRICT
m ‘7 ii% I” WATER $ERVJCE CONNECTJON FOR 5/8 , 3/4’ & I” METERS
+ USE SAME MMEhJSK)rJ WHEN METER IS LOCATED TO REAR Of= CURB OR SIDEWAu<.
+ . . . ,.. . . . . T :: :;’ . . . . . . . .* : : . . -. I! . . ** : -- -
NOTES:
I. DISTRICT WILL SD METER 8 BALL VLVVE.
2. ALL COePER JDlNlS SHALL BE SILVER SUBRED. IN CONFORMANCE WITH spEClFCATK)Ns.
4.TAPTOMANTOBEMlNl?vlUMOF18%3OM NEAREST COUPLING OR TAP.
5. POSITION ANOCE MIDWAY BETWEEN PIPELINE AND MEl-ER BOX.
CARLSBAD MUNICIPAL WATER DISTRICT
MSIONJPPF4 OlrrE M w- 2’ WATER SKRVICF CONNECTION FOR I i/2 81 2’ METERS ALJGUST 1993
1. SEE SPEClFlCATlONS FOR UD .PAlNTlNG REQUIREMWI’S.
. .
CARLSBAD MUNICIPAL WATER DISTRICT lEMslcryAppRQcaE 4’AND 6’ BLCYVV-OFF ASSEMBLY STD DWG. NO. WII DECEMBER I988
OF\/; CLEARANCE).
RISER SHALL
SECTION A-A SECTION B- B
DOMESTIC WATER . RECLAIMED WATER
NOTES:
I . IN NON- ROAD AREAS PUKE GUARD 2 . SEE DRAWING NO. 22 FOR GATE VALVE POST NEXT TO VALVE BOX ASSEMBLII EXTENSION. AS DIRECTED By THE ENGINEER. (SEE DRAWING NO. 22). 3 , UPPER SIDE OF LID TO RECEIVE 2 COATS OF WINT. SEE SF%CIf%BiTlONS FOR PANTING REOUIREMEMS i PAGE 4).
ITEM DBCRIPTKIN sPEc/LwG
h VAL. BOX 8 ah’El? WITH NON- SKID C.I. CWER AND UFT KXE , MARKED Wm ; 9
1 VAL. BDXB CO/U? K)R NORMALLY CLOSED VALY’ V&I Iywa PtXICP aa)LDYlZn ‘D’PI AI&AM \UATCD
4 IS. cry- u WI Ln mwnnLL, “L~-INlLu “-8 Lrl . 8-csDD PK DR AspHLlLT aMED WELL CASING. 5 b I’OLYETHYLENE WRAP 33 CARLSBAD MUNICIPAL WATER DISTRICT ZEvlmN NW?. mm VALVE; BOX STD. DWG. NO.
ASSEMBLY WI3 DECEMBER 1998
coma m8tr mm NaIV2rtno 8qul8alol4 PMlc Mntw sol, MI a m 0 tw -PHCL.
READIW LID. H&C, JaR.
vwkr_-- 4 =I
/_ MPa @uL WLn J-ISO@. JOUES
eus-444, fom I l copp8r Swdco Hpo ( Typo K I
coppov Srrkr Slmll Wot- Ertrn4 Ovnr 8’ AbWO Top l t Yoir.
5/8’MEtER ITYP) - ,
~y..~~~iF-&
) .‘O. b.‘, .- --
sg”Vt~$s~;LL BE A YlrlmJu
-I kr*crClanp J-973. JONES
I(lSwl4 Bmdkr water
CDucRLfL METER BOX w/2 PIE& READIttO LID MinlOlthI’Coppr
Mo. 4 In. JBI Takcwrsksrr.
No. 4 I/2, H&C sg$- -
METER. T-l J-Sts, JONES 1
bEGEN SYMDN
I
ai&cwawipmhg ahdl bo ud for al Taps to :: i STA.
I” METER ( TYR) T
I8018 : NONE VALLEQTOS WATER USTMCT Dfoda No.
)rro: rr)
Wt8: I” WATER SERVICE CONNECTION
(5/S% 314’ AND I’ METER) W-6.
NOTES
wINw~llmssaLLBE~o114119. MATF RiAb .S A
B
c
D.
L
F.
c.
w.
I.
J.
K.
ALL-mEvENnm DEVlCESsuLLBEASaD9ETO I. BACKFLOW PRtVLNTION DE VICE.
nlEwATENhNclmAsPo#bcE. 2. So’ ELWW
T’HEB*CKFLD”YI- DEW= SHALL BE SELECTED FNOM 1 UNION (TbREADED UNloN REWNDED
TM Am STATE OF CALF---TMDcT OF bE&lH FON NEMOML MO REPLIR OF DEVICE1
SENVICES LIST ON PLE WITH THE DmmcT, 4. NIPRE, WIES IN LENGTH
NO CONNECTIONS SMALL BL YW BETWEEN TME’ WTER NETER 5 TESY COQC (4-REolJlREDl. AND THE -LOW PREVENTIDN DEVICE.
TYPE DF BACKFLOW PREVENTJDR DEVICE Sn*LL SE BASED
ON TM DE-L OF HA2AND
APPROPRIATE TEST COCKS SHALL SE IN PLACE AT ALL TIYS.
DISTRICT SHALL MAVE ACCESS TO BACKFLOW FREVENTIDN OEVlCt AT ALL TIUES.
CONCRETE PAD SHAU BE A YlNlYUl OF Id WIDE
REFER TO STAWDLRD DRAWINGS FOR IIISTALLATION OF WATER
METER 8 32RVICE.
RPlNC MnTERIL SHALL DE RED BRASS DR OK’ t&MD CC#+ER,
PPWG PllsuLLITDN SHALL BE PER CURRENT UNFORM PLulIHwc CO=.
LLL3m THE @STRICT RECOMMENDS TM USE OF RED BRASS
OR HARD COPPER PIP%, AGRICULTURAL SERVICES, IN NON-TRAFFIC
AREAS, MAY USE SO(EDKE 80 PVC M MATERIALS WITH P-R
- OF THE MSTRICT
ScoIo: NONE
Drown By: 0 VAUECITOS WATER DfSTRlCT
Not. : BACKFLOW PREVENTION DEVICE
2” Bi SMALLER
bommg w.:
1
W-19.