HomeMy WebLinkAboutWest Coast General Corporation JV; 1993-01-29; 3166)
CITY OF CARLSBAD )
)
When recorded mail to: 1 1
City Clerk 1
City of Carlsbad 1
Carlsbad, CA 92008 1
Recording requeste d by: )
2
1200 Carlsbad Village Dr. )
I Space above for Recorder’s Use
NOTICE OF COMPLETION
..-
Notice is hereby given that:
1.
2.
3.
4.
5.
6.
7.
The undersigned is owner of the interest or estate stated below in the property he
described.
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, C:
92008.
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described is substantially comp
The name of the contractor, if any, for such work of improvement is West Coast Genc
The property on which said work of improvement was completed is in the Cities of C
Vista, and San Marcos, County of San Diego, State of California, and is described as
Palomar Airport Road from approximately El Camino Real to Acacia Drive and El Cami
from approximately Faraday Avenue to Palomar Airport Road.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, CE A &? 1 L / 8 , 19%: accepted thc California, 92008; the City Council of said City on
described work as completed and ordered that a Notice of Completion be filed.
t declare under penalty of perjury that the foregoing is true and correct.
, 19 93- at Carlsbad, California.
CITY OF CARLSBAD
Executed on J2fA.J. 19
aL&.2% A. /LiLzA& - ALETHA L. RAUTENKRANZ
City Clerk
#
July 10, 1995
West Coast General Corp., J.V.
12243 Highway 67 Lakeside, CA 92040
RE: BOND RELEASE - CONTRACT NO. 3166 - PALOMAR AIRPORT ROAD AND EL
CAMINO REAL WIDENING
The Notice of Completion for the above-referenced project has recorded. Therefore, we are releasing 75% ofthe Performance Bond. Please consider this letter as your notification that $4,841,105.64
of United States Fidelity and Guaranty Company and American Casualty Company of Reading, Pennsylvania, Performance Bond No. 40-
0120-10641-92-1, is hereby released.
A copy of the recorded Notice of Completion is enclosed for your records.
Clerk
Enc.
c: Engineering Construction Inspection
Reliance Ins. Co.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2808
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 36
CONTRACT NO._3:;...:1...=c..6-"--6 ___ P. 0. NO._1"'""5'--'-4..C...36 _____ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J. V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 3-3, Extra Work, SSPWC, 1991, perform the following as directed by the
Engineer:
Item 1: Install additional permanent traffic striping on Faraday Avenue east of El Camino
Real. Payment is made per DEWR 101 W adjusted for specified mark-up and
additional 10% interest from 12/16/94 through 6/16/95; $575.47 + $29.12 interest
= $604.59
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . $604.59
TOTAL ESTIMATED INCREASE TO CONTRACT COST .................... $604.59
H :\LIBRARY\ENG\WPDATA\INSPEC1\3166PAR\CHNGORDR\3166#36.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
Lk1ct.w_
PRINCIPALINSPECTOR
___ ?),~1 .~ II l{/ cc, ------
Fl NANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
MANAGEMENT ASSISTANT
CONTRACTOR
J-r/-'f G--
(DATE)
(c /;<//ti )/
(DATE)
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\CHNGORDR\3166#36.CHN
APPROVED BY:
CONTRACTOR (DATE)
(DATE)
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 35
CONTRACT NO._3_1-6_6 ___ P.O. NO._1.:..;::5:...:.4=36,___ __ ACCOUNT NO. 305-820-9602-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 3-3, Extra Work, SSPWC, 1991, perform the following as directed by the
Engineer:
Item 1:
Item 2:
Item 3:
Provide one SP-1-T Pedestrian signal head unit (materials only) for pole H at
Business Park Drive and San Marcos Boulevard.
Provide and install one R73-5 sign on eastbound mast arm at San Marcos
Boulevard and Business Park Drive.
Provide and install breaker and wiring from meter pedestal to controller to
energized illuminated street name sings at Business Park Drive/San Marcos
Boulevard.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ................... $2,000.00
H:\UBAARY\ENG\WPDATA\INSPEC1\3166PAA\CHNGORlR\3166# 35.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING Cf//P.O. CHANGE ORDER)
MANAGEMENT ASSISTANT
CONTRACTOR
APPROVED BY:
l~-IZ---5'/
(DATE) CONTRACTOR
(DATE)
H:\UBAARYIENGIWPDATA\INSPEC1\3166PARICHNGOADR\3166# 35.CHN
(DATE)
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 34
CONTRACT NO._3-"-'1""""6-"--6 ___ P. 0. NO._1~5~4-"--36~--ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J. V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Changes shall
include all labor, materio.!s, equipment, contract time ext~nsion, 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, 1991, perform the following:
Item 1: Provide and install adequate top soil and sod to match existing at the southeast
corner of Faraday Avenue and El Camino Real (± 351 +50R to 352 + SOR) to
provide for positive drainage (2%) from private property to the street.
Replace/adjust/ install irrigation to provide overlapping coverage of new lawn area.
Contractor to notify property owner 48 hours in advance of work start. All work
shall be done for the lump sum price of $4,718.00.
Increase to contract cost ................................ $4,718.00
TOTAL INCREASE TO CONTRACT COST ............................. $4,718.00
H:\UBRARY\ENG\WPDATA\INSPECT\3166PARl~-=1-1NGOROR\3166#34.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
~~~
COMM. DEV. DIRECtoij
FINANCE DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING c,N/P.O. CHANGE ORDER)
~NAGEMENT ASSISTANT
CONTRACTOR
APPROVED BY:
'1--1-'i(
(DA TE) CONTRACTOR (DA TE)
~~~i,g....,.;....~)
i,./1i -?r
(DATE)
(DATE)
H:\LIBRARY\ENG\WPDATA\INSPECl\3166PAR\CHNGORDR\3166#34.CHN
City of Carlsbad
•#hi·• i ,t44 I• ,t. I •24 ·i=iil; ,14 hi
November 29, 1994
West Coast General Corporation J.V.
12243 Highway 67
Lakeside, CA 92040
Attention: Mr. Dave Davey, Project Manager
CONTRACT 3166, PALOMAR AIRPORT ROAD & EL CAMINO REAL WIDENING
Please be advised the Change Order 34 is hereby voided. The City will not require this
work to be done.
Thank you for your efforts in this matter.
~ t er5&L__
RICHARD E. COOK
Principal Construction Inspector
REC:rz
2075 Las Palmas Dr.• Carlsbad, CA 92009-1576 • (619) 438-1161 • FAX (619) 438-0894
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 33
CONTRACT NO. 3166 P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166 ---------'--"------~~---
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 3-3, Extra Work, SSPWC, 1991 , perform the following as directed by the
Engineer:
Item 1:
Item 2:
Provide, install and remove three (3) 8' x 4' informational signs, orange
background with black letters, at Business Park Drive and Palomar Airport Road.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . $460.19
Provide and install four (4) 36" x 24" thirty (30) minute delay signs with stands.
Provide signs and stands to City upon completion of work.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . $582.52
-or"' e-11·· .... ED INC ... EA~E -o 4""!'\lll,ITR,..,..T "O~T ~1 042 .,,1 I AL :, IVIA I H .:, i ""'-''" 11 ,......, "' -I • • • • • • • • • • • • • .., • ' •• I
H:\LIBRARY\ENG\WPDATA \INSPEC1\3166PAR\CHNGORDR\3166#33. CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
PAINOPALINSPECTOR (DATE)
~ h~ t3-!'H<I
-~i.<------=--(D"'-A'--T-E)'--
(DATE)
-?'&,to;; ct' &w
FlNANCDIRECTOR
<?-/J-yy
(DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING ~/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPEC1\3166PAR\CHNGORDR\3166#33.CHN
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 32
CONTRACT NO._3 ........ 1 ___ 6~6 ___ P.O. NO._1""---5--'-4"'"'"36'---__ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following change::. 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 3-3, Extra Work, SSPWC, 1991, perform the following as directed by the
Engineer:
Item 1: Remove R73-6 overhead sign southbound El Camino Real at Palomar Airport
Road intersection and replace with new R74-5 sign. Overlap "B" for westbound
Palomar Airport Road to northbound El Camino Real will not be implemented at
this time.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . $1,000.00
Pursuant to Subsection 3-2.2.3, Agreed Prices, SSPWC, 1991, perform the following:
Item 2:
Item 3:
Upgrade all permanent traffic signs on the project from enclosed lens to
encapsulated !ens (high intensity} f0:-the !ump sum price of $2,813.16.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,813.16
Provide and install additional permanent traffic signing and striping as detailed on
City revised plan sheet 86 transmitted to the contractor on July 27, 1994, for the
lump sum price of $3,077.98.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,077.98
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............. $6,891.14
H:\LIBRAAY\ENG\WPDATA\INSPECl\3166PAA\CHNGORDA\3166#32.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
;/ ~ LJ. r ·1 z ( . .
-~..._-k .......... ~-/_l.........,_,.,,., ...,......l~--tl.-~f-~f-----+-z:/ ~~-t.-·<--•>z,~ G,. C~:~~___,,'::V <y/1u/1y
PRINCIPAL INSPECTOR (DATE) CONTRACTOR U(D/{TE)
~"GL---,,-~~---=-----~---/-:r-:..../_~~ATE)
(DATE)
'""FIANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING Cf//P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECl\3166PAR\CHNGORDR\3166#32.CHN
City of Carlsbad M #i ;J-11 ;J§§ A 1 ;g. I •l§ ·Ei ;; ; ,i§ ;JI
August 8, 1994
West Coast General Corporation, J.V.
12243 Highway 67
Lakeside, CA 92040
Attention: Mr. Dave Davey, Project Manager
3166 PALOMAR AIRPORT ROAD AND EL CAMINO REAL
CHANGE ORDER #32
CERTIFIED MAIL
P 337 454 634
Enclosed is Change Order No. 32 for Project No. 3166, Palomar Airport Road and El
Camino Real Widening. If you are in agreement with all the terms of this change order,
please sign it and return it to the City of Carlsbad, Engineering Department, attention Rita
Zeigler as soon as possible. Do not change or alter this document in any way. If you
disagree with any portion of this Change Order, please return it unsigned with an detailed
explanation of why you disagree.
Your timely response is appreciated.
Thank you.
l 5 1994
Engineering Inspections
2075 Las Palmas Dr.• Carlsbad, CA 92009-1576 • (619) 438-1161 • FAX (619) 438-0894
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 31
CONTRACT NO._3:....:1-=66~--P.O. NO._1..:....;:5'---'4-=--36"--__ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 3-3, Extra Work, SSPWC, 1991, perform the following as directed by the
Engineer:
Item 1:
Item 2:
Provide and maintain two (2) portable flashing beacons at Palomar Airport Road
east of El Fuerte until such time as Palomar Airport westbound traffic is re-routed
to the north side of Palomar Airport. Beacons will become the property of the City
of Carlsbad upon completion of this work.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . $3,000.00
Provide and maintain twenty-two (22) glue dow delineators until such time as
Palomar Airport Road westbound traffic is re-routed to the north side of Palomar
Airport Road.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . 2,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............. $5,000.00
H:\LIBRARY\ENG\WPDATA\INSPECns166PAR\CHNGORDR\3166#31.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
7-lf-91
(DATE)
(DATE)
(DATE)
~ '~ ~JL---· 7/4--r/~y
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING fY'//P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
~f,~7/~1
CONTRACTOR 7(oATE)
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\CHNGORDR\3166#31.CHN
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 30
CONTRACT NO .. _.=.;31a..;6-=-6 ___ P.O. NO.----:..:15'-'4=36::;.__ __ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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, 1991, perform the following:
Item 1: Remove and replace existing curb and gutter on El Camino Real between Stations
330 + 20 to 330 + 65 and 333 + 25 to 333 + 85 for the lump sum price of
$3,146.00
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $3,146.00
TOTAL INCREASE TO CONTRACT COST ...................... $3,146.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\CHNGORDR\3166#30.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
6-z-tt
(DATE)
(DATE)
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING r,N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
~~~.~
Cl~,6;'t'O~ " (DATE)
H:\LIBRARY\ENG\WPDATA\INSPEcns166PAR\CHNGORDR\3166#30.CHN
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 29
CONTRACT NO._3"'""'1~66~--P.O. NO._1-5~4~36 ___ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 Price, SSPWC, 1991, proceed with the following:
Item 1: Provide labor and materials to fabricate and install a 24" CML&C "Offset" (double
45° bends) pipe to clear the interfering 16" gas transmission main at approximate
Station 165 + 17.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,529.85
TOTAL INCREASE TO CONTRACT COST ...................... $4,529.85
H:\LIBRARY\ENG\WPDATA\INSPECl\3166PAR\CHNGORDR\3166#29.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
,-1-9'1
(DATE)
(p-i--f
(DATE)
(DATE)
~· .. ~:--V-IL<-,L.~ &/tj/c;~
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING ,:N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECn3166PAR\CHNGORDR\3166#29.CHN
~-t;-/c;f
( (DATE)
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 28
CONTRACT NO._3_1-6~6 ___ P.O. NO._1.:..;:5"'"'"4=36::;._ __ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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.
All work which is the subject of this change order shall be done in accordance with revised plan
sheets 3A, 14, 92A and 93 transmitted to the contractor April 14, 1994.
Pursuant to subsection 3-2.2.3, Agreed Prices, SSPWC, 1991, perform the following:
Item 1: Construct 315 L.F. of 6" Type G curb and gutter. Match existing from ta 161 +SOL
to Sta 164+65L on Palomar Airport Road. Remove and dispose of excess dirt,
grade and compact subgrade for sidewalk and curb and gutter and backfill
sidewalk. The work described shall be done for the lump sum price of $6,545.00.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $6,545.00
Pursuant to subsection 3-2.2.1 Contract Unit Prices, SSPWC, 1991, perform the following:
Item 2:
Item 3:
Provide and install approximately 298 tons of additional class II aggregate sub-
base, bid Item 9, at the unit price established in the contract; 298 tons x $6.20/ton = $1,845.00
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,845.00
Provide and install approximately 223 tons of additional class II aggregate base,
bid Item 8, at the unit price established in the contract; 223 tons x 8.29/ton =
$1,851.00
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,851.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\CHNGORDR\3166#28.CHN
Item 4:
Item 5:
Provide and install approximately 137 tons of additional asphalt concrete paving,
bid item 6, at the unit price established in the contact; 137 tons x $21 .40/ton =
$2,929.00
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,929.00
Provide and install approximately 1,575 sq. ft. of additional 4" P.C.C. sidewalk, bid
item 18, at unit price established in the contract; 1,575 sf x $1 .34/SF = $2, 111.00
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,111.00
TOTAL INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . $15,281.00
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
PRINCIPAL INSPECTOR (DATE)
(DATE)
~l.,:_ ~,v=: &/o{/'9f
FINANCE DIRECTOR -(DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING f'N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
H:\LIBRARV\ENG\WPDATA\INSPECl\3166PAR\CHNGORDR\3166#28.CHN
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 27
CONTRACT NO._3 ..... 1 ____ 6"'""6 ___ P.O. NO._1~5~4"'""36~ __ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Changes shall
include all labor, materials, equipment, contract time extension, and all other goods and services
required to implement this change. Payment stated on this change order includes all charges,
direct or indirect, arising out of this additional work and is expressly agreed between the City and
the Contractor to be the complete and final costs hereof. The requirements of the specifications,
where pertinent and not in conflict with this change order, shall apply to these changes. This
change order is not effective unless signed by the City Manager and/or the Mayor.
Pursuant to Section 3-3, Extra Work, SSPWC, 1991, proceed with the following as directed by
the engineer:
Item 1: Remove and dispose of the abandoned concrete structure located at Sta.
164+80.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . $1 ,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . . . . . . . . . . . $1,000.00
H:\LIBRARY\ENG\WPDATA\INSPEC1\3166PAR\CHNGORDR\3166#27.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
_p..i!!Cd!:~'-..L..----6~~~s-,~-..!..!lu~-9i ~~wJ, f lcy-,,, , ~ If: 1 L/
(DATE) CONTRACTOR (DATE) p
'-.4-.L.~L.L......;;,o;,.:;...._----1,<:___ ___ ~_;_~_T;-t-1 ~Affi
Fl~ 1
(DATE)
'\
~: ~ ~-cL( ~ _,
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING rt,//P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECl\3166PAR\CHNGORDR\3166#27.CHN
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 26
CONTRACT NO._3=1'-=-6..;:;.,6 ___ P.O. NO._1 ...... 5"""'"4""'"36 _____ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Changes shall
include all labor, materials, equipment, contract time extension, and all other goods and services
required to implement this change. Payment stated on this change order includes all charges,
direct or indirect, arising out of this additional work and is expressly agreed between the City and
the Contractor to be the complete and final costs hereof. The requirements of the specifications,
where pertinent and not in conflict with this change order, shall apply to these changes. This
change order is not effective unless signed by the City Manager and/or the Mayor.
Pursuant to Subsection 3-2.2.1, Contract Unit Prices, SSPWC, 1991, perform the following:
Item 1: Provide and install approximately sixty-three (63) additional traffic signal loops,
Contract Bid Item No. 83 Traffic Signal Loop; 63 at $267.50 each = $16,852.50.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $16,852.50
Pursuant to Subsection 3-3, Extra Work, SSPWC, 1991, perform the following as directed by the
Engineer:
Item 2: Connect temporary traffic loops added at Palomar Airport Road/El Fuerte, Palomar
Airport Road/Business Park Drive and at Faraday/El Camino Real intersections.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . . . . . . . . . . $18,852.50
H:\LIBRARY\ENG\WPDATA\INSPECn3166PAR\CHNGORDR\3166#26.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
FINANCE DIRECTOR
DISTRIBUTION:
.S:,ll-9'/
(DATE)
!i//-q
(DATE)
) j,·' / ')/) ·-,, '1 7
(DATE)
INSPECTION FILE (ORIGINAL)
PURCHASING r,N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
ltcu v( l l HL'-·4
CONTRACTOR '··
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\CHNGORDR\3166#26.CHN
~-lb-1'f
(DATE)
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 25
CONTRACT NO._3"""'1...;.6-=--6 ___ P.O. NO.----'-'15 ___ 4 ___ 36'---__ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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, SSWPC, 1991 performed the following:
Item 1:
Item 2:
Provide labor and materials to adjust existing streetlight to new finish grade.
Increase to contract cost ................................. $1,714.00
The contractor shall pay for water capacity charges associated with the
issuance/installation of six (6) 1" irrigation water meters. These charges will be
reimbursed upon the contractor's submittal of the paid receipt from the Carlsbad
Municipal Water District. Other meter costs shall be paid by the contractor.
Increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $13,566.00
Pursuant to subsection 3-3 Extra work SSPWC, 1991, perform the following as directed by the
engineer:
Item 3:
Item 4:
Provide labor and materials to temporarily modify two (2) curb local depressions
at approximately Stations 343+00 left and right and prior to the final AC cap
placement, restore to original condition.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . $1,000.00
Provide labor and materials to install conduit and wiring for signal loop detector
lead in cable at eastbound Acacia Drive.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . . 1,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............ $17,280.00
H:\LIBRARY\ENG\WPDATA\INSPECl\3166PAR\CHNGORDR\3166#25.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY:
Cl GI EER (DATE)
&Jfj>~~~L
COMM. DEV. DIRECTOR--(DATE)
J
-) t 'I. ~ /,/ l ( i---'--:i/J > /c,; -I
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING rt'J/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
il~"' ,\ & LM, ~J sjcr (1y
CONTRACTOR { (DATE)
(DATE)
H:\LIBRARY\ENG\WPDATA\INSPEC1\3166PAR\CHNGORDR\3166#25.CHN
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 24
CONTRACT NO._3=--1~6=-6 ___ P.O. NO._1'"""'5'--'4 ____ 36~ __ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 3-3, Extra Work, SSPWC, 1991, perform the following as directed by the
Engineer:
Item 1:
Item 2:
Provide and install additional glue-down delineation at 50' intervals at east end of
project, one foot inside the north side of westbound "gore" area, east of Acacia
Drive from +Sta. 246 to Sta. 250.
Estimated increase to contract cost . . . . . . . . . . . . . . . . . . . . . . . . . $1,000.00
Excavate and replace saturated street section at northwest corner El Camino Real
and Palomar Airport Road. Replacement material and method to be determined
in field.
Estimated Increase to Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ............. $5,000.00
H:\LIBRARY\ENG\WPDATA\INSPECl\3166PAR\CHNORDR\3166#24.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED
BY THIS CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
---+i,I~'~ ~-~ Jt~~--------;l....;...._-i_9...tti__,..H2P ~/ / 3 -I f>J 7'
P~SPECTOR (DATE) CONTRACTOR (DATE) ,
(DATE)
-,-,~-
(DATE)
(DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING r,N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
-~~-----~------3/4/c;tf
CITY MANAGER/MAYOR (DAfE)
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\CHNORDR\3166#24.CHN
·1 .,. , '
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 23
CONTRACT N0._3 ___ 1~6-6 ___ P.O. N0.~1543~~6 ___ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Changes shall include
all labor, materials, equipment, contract time extension, and all other goods and services required to
implement this change. Payment stated on this change order includes all charges, direct or indirect,
arising out of this additional work and is expressly agreed between the City and the Contractor to be the
complete and final costs hereof. The requirements of the specifications, where pertinent and not in
conflict with this change order, shall apply to these changes. This change order is not effective unless
signed by the City Manager and/or the Mayor.
Pursuant to Section 3-3, Extra Work, SSPCW, 1991, perform the following as directed by the Engineer:
Item 1: Remove and dispose of interfering portion of 27" waterline and two thrust walls as
necessary to allow for storm drain construction at Palomar Airport Road Station 100+ 18.
Estimated Increase to Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,500.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ......................... $1,500.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\CHNORDR\3166#23.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
~~ t. r?rJL PINCIPALI SPECTOR
l---7,'ff
(DATE)
C.M.W.D. DISTRICT ENGINEER (DATE)
~ /1 ..
C.M.W.D. GEtjERAL MANAG
/
/\Jvui/2io~,,fil;__, -i/ib/H
COMM. DEV. DIROR (c:1ATE)
(DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING fN/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
( . , '7
k -l·l-{, -t \ r
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPEC1\3166PAR\CHNORDR\3166#23,CHN
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 22
CONTRACT NO._3-1_6~6 ___ P.O. NO._1543 __ 6 ___ ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
,;9r,, ' ._ ...
The Contractor is directed to make the following changes as described herein. Changes shall include
all labor, materials, equipment, contract time extension, and all other goods and services required to
implement this change. Payment stated on this change order includes all charges, direct or indirect,
arising out of this additional work and is expressly agreed between the City and the Contractor to be the
complete and final costs hereof. The requirements of the specifications, where pertinent and not in
conflict with this change order, shall apply to these changes. This change order is not effective unless
signed by the City Manager and/or the Mayor.
Pursuant to Section 3-3, Extra Work, SSPCW, 1991, perform the following as directed by the Engineer:
Item 1 : Investigate, remove, and dispose of portion of SDG&E concrete encased duct bank interfering
with the new 18" storm drain at Station 100 + 18.
Estimated Increase to Contract .................................... $600.00
Item 2: Remove and dispose of portion of SDG&E concrete encased duct bank interfering with the new
18" storm drain at Station 220+80.
Estimated Increase to Contact .................................... $700.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ......................... $1,300.00
H:\LIBRARY\ENG\WP0ATA\INSPEC1\3166PAR\CHGNOR0R\3166#22.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
A--'I
(DATE)
J--7-i<f
(DATE)
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING ,:N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
. • r C: (
/(1,c.L( ~,· l:::-·fL\..<:r.. 2/i1.--/1t./ -"""'--"'-----"-'---'------++--____.;.-CONT RAC TOR ( (DATE)
-~~
H:\LIBRARY\ENG\WPDATA\INSPEC1\3166PAR\CHGNORDR\3166#22.CHN
WEST COAST GENERAL CORPORATION J.V.
12243 HIGHWAY 67
LAKESIDE CA 92040-1105
Letter of Transmittal
TO:Ms. Rita Zeigler
City of Carlsbad
DATE:February 23, 1994
2075 Las Palmas Drive
Carlsbad CA 92009-1576
RE:Palomar Airport Road and El Camino
Real Widening, Contract 3166
We are forwarding: [x] via mail
[ ] via fax
Number of copies: 1
Description:
Change Order No. 22, signed.
Status:
[ ] Preliminary
[ ] Revised
[x] Approved
[ ] Released
Remarks:
Sent for Your:
[ ] Approval
[ ] Signature
[ ] Use
[x] Files
[ ] via Federal Express
[ ] other
Please Note:
[ ] Revisions
[ ] Additions
[ ] Omissions
[ ] Corrections
~·~;;;R ;: ;;FY _A_L_L_S_T_A_T_I_O_N_I_N_G_*_*_*_*_*_* ____ _
TRANSMITTED BY DATE f RECEIVED BY DATE
\wp51\rnasters\transrnit.jv
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 21
CONTRACT NO._3=1=6-=--6 __ P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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, SSPCW, 1991, perform the following:
Item 1 : Replace street name signs at El Camino Real and Palomar Airport Road intersection with four (4)
illuminated signs; two (2) each 'El Camino Real', two (2) each 'Palomar Airport Road' for the lump
sum price of $4,893.25
Increase to Contact . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,893.25
TOTAL INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,893.25
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
~lfkL PRINCIPAL NSPECTOR
~ (DATE)
~ 2Po~*
~~ ~ d/d-d-(Cif
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING r,N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPEC1\3166CHAN\3166#21.CHN
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 20
CONTRACT NO._3....,1 ____ 6.,c...6 __ P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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, 1991, perform the following:
Item 1:
Item 2:
Provide labor and materials to reconstruct and adjust the existing accesshole at Station
322+ 35, + 65 right, to grade for the lump sum price of $1,965.13
Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1,965.13
Provide labor and materials to construct "B-2" inlet and "A-61 clean out in accordance with
attached sketch dated January 11, 1994 for the lump sump price of $9,570.31
Increase to Contact Cost ...................................... $9,570.31
Pursuant to Subsection 3-3, Extra Work, SSPWC, 1991, perform the following as directed by the Engineer:
Item 3:
Item 4:
Provide a flashing arrow board for approximately six (6) months within the lane closure
delineation for the Business Park Drive #2 southbound lane.
Estimated increase to Contract Cost .............................. $4,500.00
Provide new pedestrian push button units for traffic signals at Palomar Airport Road and
El Camino Real. This is a materials change only.
Estimated increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ........................ $17,035.44
H:\LIBRARY\ENG\WPDATA\INSPECl\3166CHAN\3166#20.CHN
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
( , (;-c. (\ '--,L h..U-w= i,1 ~-u , w/ :3-I -9 7
CONTRACTOR ( ATE)
(DATE) ~A~
kz-,-Cf1
(DATE)
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING ty,//P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\CHNORDR\3166#20.CHN
a:: (j a: ...,
~
I I I I I I •i• •i•~ Ii I Ii 100 1,11,1-
1111l1ccl
' ' 0
0 in -+ 8
DRAWN BY: SCOTT EVANS
1/11 /94
SCALE 1" = 10'
--(i
I I'll 17 :::,t 37"1 ,. > t;-4, .... ,! \;,f VJ E < .. ' '1+ ; _,, I :;, , u ! D j\ )? o+ ;o: •=,::, v)...) r
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 19
CONTRACT NO . ..::3:..:..16=6:c,___ P.O. NO. 15436
8'/'f-~~O ~ I 'iNO -.!3/(l)(p ~
ACCOUNT NO. -152-820-~l 10-2412
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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/Mayor.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following work as directed by the Engineer:
Item 1: Place twelve (12) C-17 (40 MPH) signs on Type I barricades on El Camino Real both
sides of roadway. Also cover and leave in place the existing 50 MPH signs.
Place C-17 (35 MPH) signs on 4 x 4 wood post 8 on Palomar Airport Road detour every
1000' both sides of roadway. Remove existing 45 MPH signs. Provide five (5) bike lane
closed ahead and five (5) bike lane closed signs
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
/2-13-93
(DATE)
APPROVED BY:
CONTRACTOR (DATE)
/Z-/ -'1
(DATE) ~~
. \ L \ --
,/ I / t--' ·\._. '-
FINANCE DIRECTOR
DISTRIBUTION:
/-----.
1-~----1 -~ / 1 L-_113
(DATE)
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
r
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.17
CONTRACT NO._,,3'--'1"""'6=6 __ P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67. Lakeside. California 92040
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/Mayor.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following as directed by the Engineer:
Item 1: Relocate the existing street light on Palomar Airport Road at.±. station 102 + 00. Work
shall include removal and disposal of existing concrete base, installation of conduit,
new concrete base, and new wiring from closest pull box.
Estimated Increase to Contract Cost .............................. $6,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ....................... $6,000.00
•
Change Order #17
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
,
/. //
\i . \,.,.
FINANCE DIRECTOR
DISTRIBUTION:
//-z,,?-'13
(DATE)
/1;_,-(-13
(DATE)
(DATE)
, I ~/
(DATE)
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
,_
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.16A
CONTRACT NO. 3166 P.O. NO. 15436 ACCOUNT NO. 505-820-1860-3166/506-820-1860-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 ch3nge 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 Executive G.M./President.
Item 1: Void change order number 16 and execute change order 16A in its place.
Pursuant to subsection 3-2.2.3, Agreed Prices, Standard Specifications for Public Works Construction,
1991, perform the following:
Item 2: Remove as necessary the interfering 20" CMLC steel pipe to facilitate installation of the
18" storm drain and weld closures at the open ends of the steel pipe.
Increase to Contract Cost ............................................ $3,800.00
Item 3: Provide labor and materials to install 12" PVC (C-900) reclaimed water line per attached
conceptual drawing depicting the storm drain and reclaimed water line pipe in joint trench.
Increase to Contract Cost. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $13,800.00
TOTAL INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $17,600.00
Change Order #16A
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
~ t._ ~ IZ-1--'B
~~SPECTOR --~~A~E) ~ ~CONT~~OR (DATE)
/)/( {p~S tz/2/11 ~ ··
C. .W.D. DISTRICTlNGINEER (DA'rE) ~ \JTIVE . ~(DATE)
-_.,., f /l t <_ ,l . I Z /(, /-} j
(DATE)
--1---~~~~...:= ....... ~--~<fJ
(DATE)
(,:·', / 1 h., 1./~. ( (,' c'• ·---( JI/ L I~,; .?)
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.15
CONTRACT NO . ...;:3;..a.1=66=---P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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/Mayor.
Pursuant to subsection 3-2, Changes Initiated by the Agency, Standard Specifications for Public Works
Construction, 1991, perform the following:
Item 1 : Provide and install subdrain, filter fabric, and geofabric in the structural section on El Camino Real
between approximate stations 330+00 and 352+50 from west curb to 25' east. The subdrain
shall consist of 6" diameter, perforated, schedule 40 PVC pipe wrapped in Mirafi 160N filter fabric
and lapped into Mirafi Miradrain 5000. Mirafi 600X fabric shall be placed on subgrade after
compaction. Scarification of the subgrade shall not be done. Tensor Geogrid fabric shall be
placed on the finished sub-base after compaction and providing for a 2' lap into the next phase
of construction.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $96,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ........................ $96,000.00
H:\LIBRAAY\ENG\WPDATA\INSPECn3166CHAN\3166-15.CHG
Change Order #15
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
DISTRIBUTION:
/b~ZJ'-~~
(DATE)
/tJ-28-9 '$
(DATE)
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPOATA\INSPEcn3166CHAN\3166-15.CHG
APPROVED BY:
(DATE)
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.14
CONTRACT NO. __ 3 ____ 16-6 _____ P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Changes shall include
all labor, materials, equipment, contract time eA1ansion, 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/Mayor.
Pursuant to subsection 3-2.2.3, Agreed Prices, Standard Specifications for Public Works Construction,
1991, perform the following:
Item 1 : Substitute Cal Sense 2100 Series Auto Controller with the Cal Sense ET-1 Controller.
Increase to Contract Cost. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $0.00
Item 2: Eliminate all moisture sensors.
Decrease to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$3,300.00>
TOTAL DECREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$3,300.00>
H:\LIBRARY\ENG\WPDATA\INSPEC1\3166CHAN\3166-14.CHG
Change Order # 14
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
L,.utt:.fbL
PRINCIPAL INSPECTOR
A~~/JJ,,E~
(DATE)
,
~,~ .. ~e-:__ f-lc:/-~9--i,/1/c:;3
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING r,J/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECT\3166CHAN\3166-14.CHG
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.13
CONTRACT NO.~3'""'1""'"6 .... 6 __ P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 indirc~ct,
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/Mayor.
Item 1: Delete 4 each from pay item no. 88, 1" Irrigation Water Meter and Service, shown on sheets 23-25
of the plans, at stations 328+95, 329+60, 338+10, and 349+00.
Decrease to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$6,420.00>
Pursuant to subsection 3-2, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following:
Item 2: As directed by the Engineer, provide and install four 1" irrigation services at stations 330+00 ±,
330+08 80'RT., 335+50 ±, and 353+38 90'RT.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $8,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ......................... $1,580.00
H :\LIBRARY\ENG\ WPDATA \INSPECl\3166CHAN\3166-13. CHG
Change Order # 13
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FO'~ COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
I J '· ' ~-----~··--\
,\
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECT\3166CHAN\3166-13.CHG
APPROVED BY:
CONTRACTOR (DATE)
/~~al(H
ci#~NAGER/MAYOR (DATE) f' 1
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.12
CONTRACT NO. 3166 P.O. NO. 15436 ACCOUNT NO. 505-820-1860-3166/506-820-1860-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Changes shall include
all labor, materials, equipment, ccntract 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 IJy the Executive G.M./President.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following:
Item 1: As directed by the Engineer, provide labor and material to install pipe collar (SDRSD
D-62) and encase 18" RCP storm drain in accordance with SDRSD S-8 and attached
sketch dated June 23, 1993.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,500.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ......................... $2,500.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3166CHAN\3166-12.CHG
Change Order # 12
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
p
(DATE)
.. , . \,.....--·
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H :\LIBRARY\ENG\ WP DAT A \INSPECT\3166CHAN\3166-12. CHG
APPROVED BY:
CONTRACTOR
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.11
CONTRACT NO. __ 3-'-1""'"'66c,___ P.O. NO. 15436 ACCOUNT NO. 305-820-9602-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 Mayor.
Pursuant to subsection 3-2.2.1, Contract Unit Prices, and 3-2.2.3 Agreed Prices, Standard Specifications
for Public Works Construction, 1991, perform the following:
Item 1: Delete 50,000 CY from bid item 3, Unclassified Excavation, from the contract;
50,000 CY@ $2.42/CY .......................................... <$121,000.00>
Decrease to Contract Cost ....................................... <$121,000.00>
Item 2: Remove and legally dispose of excess dirt betweem ± station 221 +00L and 245+00L
from the jobsite for the contract unit price of $2.42. This unit price will remain in effect as
long as the San Marcos Landfill accepts imported dirt and may be extended to other
areas of the project with mutual written concurrence by the City and Contractor. Any
shortage of material, caused by premature disposal of the indicated surplus material by
the Contractor, shall be replaced by it and no compensation will be allowed for such
replacement. The 50,000 CY amount on this change order is an estimated quantity for
change order purposes only and is not meant to imply the final quantity for export:
50,000 CY@ 2.42/CY ............................................ $121,000.00
Increase to Contract Cost .......................................... $121,000.00
TOTAL CONTRACT COST ................................................. $0.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3166CHAN\3166-11 B.CHG
Change Order #11
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY FIFTEEN
(15) WORKING DAYS.
RECOMMENDED BY:
(DATE)
(DATE)
I ,' -
I I , >--ti • -.,.-. ,_ ...
. I
' \ / .. ->, / 'i -~
I
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECl\3166CHAN\3166-11 B.CHG
~~--51/4/4;
CITY MANAGER/MAYOR (DATr ,-
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.10
CONTRACT NO. 3166 P.O. NO. 15436 ACCOUNT NO. 505-820-1860-3166/506-820-1860-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Changes shall i!lclude
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 effecthI2 unless
signed by the Executive G.M./President.
Pursuant to subsection 3-2.2.3, Agreed Price, Standard Specifications for Public Works Construction,
1991, perform the following as directed by the Engineer:
Item i: Provide all labor, materials & equipment to protect existing 1 o• water main in pla~e while
installing the new 30" transmission main. Upon the completion of PC-4, remove the
excess dirt.
Increase to Contract Cost ............................................ $4,705.32
TOTAL INCREASE TO CONTRACT COST ................................... $4,705.32
Change Order #10
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
R~EDBY: . t~
PRINClPAL.INSPECTOR
CITY ENGINEER
, '· '--~. .. . '
FINANCE DIRECTOR
DISTRIBUTION:
7-2-5-93
(DATE}
7-JcJ-1'3
(DATE)
v J -;·::.· . '·--p---,' . .,, " '..-
(DATE)
~2/2,>
(DATE)
•,: j I I . ) .-> ·<~",I ,, i
(DATE)
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
-ZTRACTOR (DATE)
~-----au ~3 .
(DA E)
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.9
CONTRACT NO . ....;::3;..a..16=6'---_ P.O. NO. 15436 ACCOUNT NO. 344-820-1860-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 end/or Mayor.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following as dlr1:.cted by the Engineer:
Item 1: Relocate/lower existing water supply line at station 220+45 Palomar Airport Road. Install
approximately 200 L.F. of 2· SCH 80 PVC pipe from station 10+70 to station 12+60
Business Park Drive and reconnect at meter & supply line at limit of work.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $5,000.00
;tern 2: Excavate at point of connection to 14" sewer force main, shut off the corp stop, disconnect
air/chemical injection line from corp stop, remove tank, vault & associated piping and dispose of
same.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $1,500.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . . $6,500.00
H:\LIBRARY\ENG\WPDATA\INSPEC1\3166PAR\3166-9.CHG
Change Order #9
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
~~./ F ~ l:Z4-9J
PRINCl~EC OR (DATE)
~7'__,,<G,1-t:IN,<+--E··--.:------~
11tw £a P _Q~ I _1/J . 4~·,Qa_, 7/ 7-0i 1~ 3
COMM. DEV. DIR$'~ (DATE)
{.~ / ·.,·'\ / " _i '> ~, ' . ) ., '
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECl\3166PAR\3166-9.CHG
APPROVED BY:
CONTRACTOR
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.8
CONTRACT NO.--=3:....:..1=66"--_ P.O. NO. 15436 ACCOUNT NO. 344-820-1860-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Change3 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 Mayor.
Pursuant to subsection 3-22.3, Agreed Prices, Standard Specifications for Public Works Construction,
1991, perform the following:
Item 1: Provide additional survey and plotted cross sections (topo map for imported borrow
quantity calculations which are the subject of chdnge order 4.
Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,118.00
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following as directed by the Engineer:
item 2: Provide all labor and materials to encase new 18" RCP storm drain as necessary between stations
326+40 and 321 +90 and at station 343+00.
Estimated Increase to Contr3l.'t Cost $10,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COSY •••••••••••..••••••.••.• $14,118.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\3166-8.CHG
Change Order #8
Contrac.t 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
7-lf.
(DATE)
E ER
~tiZJ?/ct3 COMM.DEV.RER(DATE)
·. LI. i '~ , ~ f ---(t ,,(~/---
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.0. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\3166-8.CHG
APPROVED BY:
~~~~::::::!-:..i. 2/-"'~L 7---M 1
CONTRACTOR-=-(DATE)
~.~
~AGER/MIWOR (DATE)
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO. 7
CONTRACT NO."""3"'"'1"""6""'6 __ P.O. NO. 15436 ACCOUNT NO. 344-820-1860-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 Mayor.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following as directed by the Engineer:
Item 1: Relocate existing 2• AV.A. sewer force main at ± station 324+00L as directed by the
Engineer.
Estimated Increase to Contract Cost ................................... $3,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ......................... $3,000.00
Change Order #6
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
' ( {.<,.
I J ( ' ( /, ( ,_ ,-,,,
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING 0f'//P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
CONTRACTOR
CITY OF CARLSBAD
PROJECT: Widening of Palomar Airport Road and El Camino Real
CONTRACT CHANGE ORDER NO.6
CONTRACT NO . ....;::3'-'-1""'66=----P.O. NO. 15436 ACCOUNT NO. 005-020 18G0-900f..:, 166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following as directed by the Engineer:
Item 1: Provide labor and materials to locate and abandon 4• ACP water service @ point of
connection to 27" transmission main.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $6,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ......................... $6,000.00
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
Cl G EER (DATE)
AU[)~"-~ 0-21-p---
COMM~ DEV. DIRE~ (DAT)
FINANCE DIRECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (>N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
APPROVED BY:
CONTRACTOR
(DATE)
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
;ONTRACT CHANGE ORDER NO.5
CONTRACT NO.--=3"""'1"""66"---_ P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 uriless
signed by the City Manager and/or the Mayor.
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following as directed by the Engineer:
Item 1: Provide labor and materials to pothole the existing sewer force main loc.::ited at the north
west corner of Palomar Airport Road and El Camino Real.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ......................... $2,~00.00
H:\LIBRARY\ENG\WPDATA \INSPECT\3166PAR\3166-5. CHG
Change Order #5
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY: APPROVED BY:
y-27
(DATE)
~~Z7-1) ~TRA~
CITY~~ (DATE) (DATE)
~cf!~ FINAN DIRECTOR
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING r,N/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H :\LIBRARY\ENG\WPDATA \INSPEC1\3166PAR\3166-5.CHG
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER N0.4
CONTRACT NO. 3166 P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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
ImpIement ti1is change. ;·ayme11 • .;,· -:r,st.. ..;11 ~r.i.::. ·:i\:'l"'YE-c··~c, '·:;::.· . .,_,.;a,; ci.o'~H:.., ;.=: i;.:.t L,· i11~;·e~i.,
arising out of this additional work and is expressly agreed between the City and the Cont,·actor 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, Changes Initiated by the Agency, Standard Specifications for Public Works
Construction, 1991, perform the following:
Item 1: Provide and install imported borrow (bid item 4) to complete fills to Palomar Airport Road
East Stage 1 design elevations (sheets 52-57) on the northerly side of Palomar Airport
Road between the Loker Business Park and Business Park Drive (approximate stations
164+50L and 21 B+00L). Payment quantity to be based on contractors surveyor topo of
the above described area after all available cut is made in th3 area described and the
design elevations shown on the plans. The borrow material shall be from the northeast
corner of Business Park Drive and Palomar Airport Road and be approved by the City
prior to import.
30,000 CY@ $5.95/CY = $178,500.00
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . $178,500.00
TOTAL ESTIMATED INCREASE; \-C' CONTRAC"f COST •••••••••..•••..••••••• $178,500.00
H:\'.IBRARY\ENG\WPDATA\INSPECn3166PAR\3166-4.CHG
( harge Order #4
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE' ORDER.
DISTRIBUTION:
r-2..<f-17
(DATE)
(DATE)
(DATE)
3
INSPECT:ON FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H :\LIBRARY\ENG\WPDAT A \INSPECT\3166PAR\3166-4. CHG
CITY OF CARLSBAD
PROJECT: Palomar Airport Road and El Camino Real Widening
CONTRACT CHANGE ORDER NO.3
CONTRACT NO.--=3'-'-16=6"-_ P.O. NO. 15436 ACCOUNT NO. 344-820-1840-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
The Contractor is directed to make the following changes as described herein. Changes shall include
a:: iabcr, rnatenai:;, equip,nent, co:11:c:.c:: l.imt: ~xie,i~iOii, ~.-;"""~ ui: c,;:··,o; ~-:;',)(; .. , 3'-j :,c,;"Vi~s:; ,·r:q~;= ... s:.; -;:~
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.
In accordance with subsection 3-3, Extra Work, Standard Specifications for Public Works Construction,
1991, perform the following as directed by the Engineer:
Item 1: Provide labor and materials to relocate the Federal Aviation Administration electrical
service located on the east side of El Camino Real north of Palomar Airport Road noted
on sheet 23 of the plans. Exhibit "A" is attached for general information.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . $10,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST ........................ $10,000.00
H:\LIBRARY\ENG\WPDATA\INSPECT\CHGORDER\3166-3.CHG
Change Order #3
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
J;, ~ f ~ ,i".Z'/:9J
~SPECTOR (DATE)
~~~ ~2(/-13
~NEER (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (Yv/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECT\CHGORDER\3166-3.CHG
APPROVED BY:
(l)
0
~
...
0
0
0
'I
/. E ')(/S-7tNr;-/'tli.C.-LfoX.
.l, /J£"/C>eP ,!>uLL ~x L<S cH rev ,#_S'"' F1'4"
~, .,,~ p:;s_ f;../) ~~Ed s JfAl#/A.J'i D~ P~.ilS7AL. .. . . . ~-.. . .•. .. ..... e,-
/n&;Te-eeb d/.i<~.:di r,_ Al/A STtf/ v, T;IWS
: B 'J(rS''T /J4/ 'i · r #,rd ~ 1 iv
..i,. '~-~ -~
C. ''°,A>S~I> 3/• r.e, c.,.,c,...-u I'""' >~ J-.-1:fXIS-r/P'i F,tf&'l/' S,/IP';/N'7 P1,6'T~ ,Jl/t."I";
l/c>hr4 FK0,//1/l/r; -H-~s-, ~~.t!n-T4Z ,r *~ '*Y°M
-lh~.B I.N>l.,.-;11~ ~FA:H>v 'S''Te," ¥ T~
f. e~m/t.Ai "'I"" ~7•,!P o; rJt1.11.,,a
(:6,cK~~ l)L. STI#<:. hM.t,611 _o.
,JU'l'/Ur,$11/ ~ s-r)t. ,~.411 ;,,Hr~ S/r'U.-t»-, . '
{,; ~~ 4c1' F"'6-r T .,e.11/:H c::
~ ,~ :, ~ '
7, ST tie < c.,,., ,,,,,,--"""''f ~ "' / ,,. r ~<r F ,.,. 7 ,r ~
6 · >'/"" sr4y P4tlv r~,.,.,.
~ ......... , ' sr~ 16.ciJ \. ....... fP""'' 111P'l£1! 7.<'l!RIC
QISY~ --\ ~ r;:'TA n/1~
··1 ·-\. \t ~ ~~~fl.,~~~\~~~ ==~;::tw...r.~~=,~=~=--~-_-_.
' / "T<J .,.......,.
.-
i ,
' 0
I
} •. ·---1/ \
l ' f Mlfi s
J S#Kt'T4P
fu~/65CP ,,,li'To~EP 6,s£ .
S,t:>~' Pd'44,e .rt&T~~&» AT ~~b~
\
\
\
\
\
(1) ~
m \:: -
r-~ rl
li) £
Q ~ •
i rtece--
""-...... -""--"'"
--~ .. .,--,-..... -
CITY OF CARLSBAD
PROJECT: Widening of Palomar Airport Road and El Camino Real
CONTRACT CHANGE ORDER NO.2
CONTRACT NO. 3166 P.O. NO. 15436 ACCOUNT NO. 305-820-1860-9602-3166 ----
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following as directed by the Engineer:
Item 1:
Item 2:
Item 3:
Provide labor and materials to relocate existing meter to edge of pavement and install
temporary 2" schedule 80 PVC pipe hi-line from the meter location at station 239+00 to
the point of connection at station 231 +00.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00
Provide labor and materials to salvage the 2" schedule 80 PVC hi-line noted in item 1 and
install as permanent supply line between the meter at station 239+00 and point of
connection at station 231 +90.
Estimated Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $2,000.00
Provide 2" schedule 80 PVC pipe as required to upgrade 1" schedule 40 PVC pipe shown
on sheet 20 of the plans between stations 234+90 and 229+26.
Estimated Increase to Contract Cost ............................... $500.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . . • • • • • • • • • • • • • • • • • • • • • $4,500.00
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\3166-2.CHG
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
PRINCIPAL INSPECTOR (DATE)
DISTRIBUTION:
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECT\3166PAR\3166-2.CHG
APPROVED BY:
CONTRACTOR (DATE)
CITY OF CARLSBAD
PROJECT: Widening of Palomar Airport Road and El Camino Real
AMENDED
CONTRACT CHANGE ORDER NO.1
CONTRACT NO. 3166 P.O. NO .. ___ ACCOUNT NO. 505-820-1860-3166/506-820-1860-3166
CONTRACTOR: West Coast General Corporation J.V.
ADDRESS: 12243 Highway 67, Lakeside, California 92040
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, Standard Specifications for Public Works Construction,
1991, perform the following:
Item 1:
Item 2:
Item 3:
Item 4:
Item 5:
Delete item 2-16, 30' cement mortar lined and coated 1 O gauge steel pipe, etc. from the
contract.
Decrease to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$44,024.42>
Provide and install approximately 2,134 linear feet of 30" cement mortar lined and coated
steel pipe with minimum wall thickness of .2188" including removals, excavation, bedding,
fittings, polywrap, thrust blocking and backfill complete and in place;
2,134 L.F.@ $39.48/LF ...................................... $84,250.27
Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $84,250.27
Delete item 2-3, point of connection (PC-2) 6 ft. rt. centerline station 108+05, etc.
Decrease to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$6,955.00>
Provide new point of connection (PC-2) 6 ft. rt. centerline station 108+05 complete and
in place including removals, steel pipe, (.135" wall thickness) and fittings.
Increase to Contract Cost ...................................... $7,486.30
Delete one unit (one 16" butterfly valve) from contract pay item 2-21, 16' butterfly valve
including valve box assembly, complete and in place.
Decrease to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . <$2,568.00>
H:\LIBRARY\ENG\WPDATA\INSPECl\CHGORDER\3166-1.CHG
Change Order #1
Contract 3166, Widening of Palomar Airport Road and El Camino Real
Item 6: Provide and install class 250 16" butterfly valve including valve box, assembly at station
108+05 complete and in place.
Increase to Contract Cost . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $4,359.70
Pursuant to subsection 3-3, Extra Work, Standard Specifications for Public Works Construction, 1991,
perform the following as directed by the Engineer:
Item 7: Upgrade Cat225B excavator to Cat235C excavator for installation of approximately 2,134
L.F. of 30" CML&C steel pipe (.2188" wall thickness). Costs for upgrade shall consist of
move in of Cat235C and differences between rental rate of Cat225B and 235C excavator.
Estimated Increase to Contract Cost ............................. $5,000.00
TOTAL ESTIMATED INCREASE TO CONTRACT COST . . . . . . . . . . . . . . . . . . . . . . . . $47,548.85
H:\LIBRARY\ENG\WPDATA\INSPECnCHGORDER\3166-1.CHG
Change Order #1
Contract 3166, Widening of Palomar Airport Road and El Camino Real
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL NOT BE AFFECTED BY THIS
CHANGE ORDER.
RECOMMENDED BY:
~ t~ '/s-'/-J
~RINCIPALNSPECTOR (DATE)
~~4-if/93
C .. W.D. DISTRIC ENGINEER (DATE)
~cdft4J FlNANDiRECTOR
DISTRIBUTION:
-1/-'/oi.-f'-3
(DATE)
INSPECTION FILE (ORIGINAL)
PURCHASING (W/P.O. CHANGE ORDER)
FINANCE
CONTRACTOR
H:\LIBRARY\ENG\WPDATA\INSPECl\CHGORDER\3166-1.CHG
APPROVED BY:
CONTRACTOR (DATE)
jl_ ”
a
0 M &I..
9
2
z 0
t- 2
=! 0 z
5) 0 0
-
‘q w -( -. -I 1.1-v 1.1-
NOTICE OF COMPLETION FOR AB # 13, lo?
MTG. a,/i~/af; WIDENING OF PALOMAR AIRPORT ROAD AND CITY A
DEPT. I=.% EL CAMINO REAL, CONTRACT’ NO 3166 CITY M
RECOMMENDED ACTION:
Adopt Resolution No. 95 - 9 9 accepting the construction of Palomar Airport Roac
El Camino Real, Project No. 3166, as substantially complete and directing the City
to record a Notice of Completion and release bonds in accordance with State Law ani
Ordinances.
ITEM EXPLANATION:
On December 8, 1992, West Coast General, J.V. was awarded a contract in the ar
of $6,454,807.52 to construct the Palomar Airport Road and El Carnino Real wider
West Coast General, J.V. has substantially completed the work. City forces have insp
said construction and found it to be satisfactory with the exception of completins
punchlist items of work which is an item in the current lawsuit. Staff recommends f
acceptance by the City Council.
At this time apportionment of costs to both San Marcos and Vista is being done.
costs will not be able to be determined until ongoing litigation is completed.
FISCAL IMPACT:
A summary of the final project cost is as follows:
EXHIBITS:
1. Location map.
v > -e* (li (IC'
Page 2 of Agenda Bill No. /3, /d c(
1
2. Resolution No. 9 5-97 accepting the construction of Palomar Airport Roac
Camino Real, Project No. 3166, as substantially complete and directing the Ci
to record a Notice of Completion and release bonds in accordance with State 1
City Ordinances.
3. Notice of Completion.
Date April 25 '
0 Repiy Wanted - ~ --_-_-_____. .-. ___~___ TO - -- __ - - - - ._ File - ~
From .-~__ ___ Isabelle Paulsen - - - __ . -- . - __ ._ UNO Repiy Wecessary
Dick Cook personally took the original Notice of Completion to the county
recorder's office.
The original will be sent to this office from the recorder.
&& A +yf
K- -iillNi
.. 5 @JL R IYY3-Uib34.i
Recording requestemy: ) 19-fipK-1795 $1=2 1
CITY OF CARLSBAD 1 OFFiCIkL RECORDS SdN DIE60 COUNTY RECOF3lER'S OFF11 I;F:EI;ORY SMITH I COUHTY F:ECOKlEF:
1
When recorded mail to: 1 1 CF : 2.00 FEES:
City Clerk 1
City of Carlsbad 1 1200 Carlsbad Village Dr. )
Carlsbad, CA 92008 1
Space above for Recorder's Use
NOTICE OF COMPLETION
c, (-
Notice is hereby given that:
1.
2.
3.
4.
5.
6.
7.
The undersigned is owner of the interest or estate stated below in the property her6
described.
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Cal
92008.
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described is substantially comple
The name of the contractor, if any, for such work of improvement is West Coast Generi
The property on which said work of improvement was completed is in the Cities of Cat
Vista, and San Marcos, County of San Diego, State of California, and is described as fc
Palomar Airport Road from approximately El Camino Real to Acacia Drive and El Camir
from approximately Faraday Avenue to Palomar Airport Road.
VERiFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Ca 4 &? 1 L / 8' , 19%; accepted the California, 92008; the City Council of said City on
described work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on w, / 9 , 19 93- at Carlsbad, California.
CITY OF CARLSBAD a#?L A. 62LZAA&
ALETHA L. RAUTENKRANZ
City Clerk
John c5urnhrrn ii( company
&I3 Ke5t asn Str3at ._1^_-11____I _-_x _I-- .--..---. __--_^ P.0. Ynx 2"lsq t:
Sari IQiegJo, cki 92qq2-4235 COMPANIES AFFORDING COVERAGE
COMPANY %2r*.p 4.iPericsn 5pecisLty Go,
LETTER B
LETTER A c1 sc 1-J
COMPANY
FL!-Eq3&4b13 FUR:C :>sa r,D%par.y hzst Coast Gennr.1 Corour2?ioqr
C3iifarn3-2 CoiBnPnszilsn Ins,
LIMITS POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MM/DD/YY) TYPE OF INSURANCE POLICY NUMBER __~ - _._-_____, - - __.
PRODUCTS-COMP/OP AGG. $ 7 ,
PERSONAL & ADV. INJURY $ q 4
ENERAL LIABILITY
$ 15 WNER'S & CONTRACTOR'S PROT EACHOCCURRENCE
FIRE DAMAGE (Any one fire) $
A ANYAUTO
$ BODILY INJURY (Per person)
BODILY INJURY
ALL OWNED AUTOS
SCHEDULED AUTOS
$ x HIREDAUTOS x NON-OWNED AUTOS (Per accident)
GARAGE LIABILITY
=-~~_ __*i_i____i__ a 1 ~-"'--- EXCESS LIABILITY
UMBRELLA FORM
~-_ j_ .
WORKER'S COMPENSATION
AND
EMPLOYERS' LIABILITY
EACH ACCIDENT $ 7'
DISEASE-POLICY LIMIT $ '?
__F_______ IcL-yL_ ___x__ ,- y ~, - s.--
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED E
CITY OF CXXLS3AT:
PJJ 3c H 4 s I RPG 3 E P d 2 TH EN T 12QO ia;it_jaiiD 'dILi4GE Di?lVk CARLS3ji1j/ CA 9203:,-1FZ+9
1 0 0
."
This endcrseTen:, effectilie :::Oi'95 az':oi .ky , __. e-.
..
3 cart 3f policy No. 31002CAOO1080~ Lssced :o nest Czas: ';e? era;
~, -.. _.__ \'P.-*'T -.. herlzan Special::,, IzsLra-ce C0rnpar.y.
BLANKET ADDITIONAL INSURED
A. Ar.y entity required by contract (hereinafter called Additic: Insured) to be named as an insured is an insured but only ~1' respect to liability arising out of your premises, "your vc: for the Additional Insured, or acts or omissions of the Additional Insured, in connection with their general
supervision of "your work" to the extent set forth below:
?he Limits of Insurance provided on behalf of th Additional Insured(s) will not be greater than T Limits of Insurance provided in this policy.
Except as provided herein all insuring agreenent exclusions and conditions of this policy apply t such Additional Insured(s).
?he Insurance provided by us to the Additioral Insured will not be greater than that required 5 contract and to the extent that such insurance i
more restrictive the terms of the insuring agreements, exclusions and conditions of this pol shall be deemed to be amended accordingly.
In no event shall Coverages or Limits of Insuran
in this policy be increased by such contract.
I)
2)
3)
4)
This insurance does not apply to:
a) "Bb&ily Injury" or Itproperty Damage" occuring after:
1) All work on the project (other than service maintenance or repairs) to be performed by or or behalf of the Additional Insured(s)
the covered operations has been completed; or
That portion of "your workt1 out of which the in:
or damage arises has been put to its intended USE any person or organization other than another
contractor or subcontractor engaged in perfomir
operations for a principal as a part of the Same project .
at the site
2)
#
4 0 0
3
b) "Bodily Injury" or "Property Danage arising oat cf a act, omission or negligence of the AddLtional Ir,sured or any of their employees, other than the general supervision of work perforned for the AdditLcnal Insilred(s) by you.
c) "Prcperty Damage" to:
1) Property owned, used or occupied by or rented to
2) Property in care, custody or control of the
Additional Insured(s);
Additional Insured(s) or overwhich the Additio: Insured(s) are for any purpose exercising physic control; or
3) "Your Work" for the Additional Insured(s).
B. With respect to Additional Insured(s) who are architects, engineers or surveyors, this insurance does not apply to @'Bodily Injuryuq, "Property Damage", "Personal Injury" or "Advertising Injury" arising out of the rendering of or t, failure to render any professional service by or for you, including:
I) The preparing, approving or failing to prepart
approve maps, drawings, opinions, reports, surv
2) Supervisory, inspection or engineering services
C. Any coverage provided herein shall be excess over any ot valid and collectible insurance available to The Addition
Insured(s) whether primary, excess, contingent or on any o basis unless the contract specifically required that this
insurance be primary.
D. No persoxi-or organization is an insured with respect to t conduct of any current or past partnership or joint venti that is not shown as a Named Insured in The Declarations.
change orders, designs or specifications; and
e e
A
However, with respect to "your work'', you are an insured for y
liability arislng out of the conduct of any partnershlp or ;a
venture of which you are or were a partner or member, eventbc
t5:s partnershlp or jolnt venture is not shown as a Named Inszz
12 the Declaratlons.
his coverage will not inure to the benefit of any other pa:
except you.
9e /
. Authorized Representative "2
NAS-DT-003
(4/90)
- e *7
- , AsT COAST GEIWERAL CORPo&)N ' '
PIREHAM'S FUND POLICY #~XA80147286 t
1/10/95-96
f SCHEDULE
,. c
Business Auto AddMona1 Insured: .
*.c --- .--
The person or organidon shown in the schedule is an Addztional Insured
under this policy but only to the extent that the person or argan'izaton is liable for the conduct d an insured as defined in sub paragraphs A and 8 of
Sectian II, paragraph AI, Who is an insured" of thb policy-
UPON THE CERTIFICATE HOLDER. THIS CI John 3ur?h3n: &! Coi%oany
53G %est 43h Srreot
p,9, so>c 293;-
;an Dio2or CY 32qq2-&2q5 COMPANIES AFFORDING COVERAGE
COMPANYA harth Aa9r;cs.n i3ecIzlty CO, LETTER
COMPANY B LETTER
CLc:i,D
=ir3mEns rLnd x?!,.;. C031phlPy hcst Gi=zs+l ;enersa (:orplJ =tsl COMPANY LETTER c Attnsr 3anz Ferrzli
Cali for ai L i: oJri pen ss 'ti on f n S.
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO Wt CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TH EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1
LIMITS POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER
-=SF _--- -=-_-
CLAIMS MADEX OCCUR
$ Ii OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE
FIRE DAMAGE (Any one fire) S
AUTOMOBILE LIABILITY
$ BODILY INJURY (Per person)
BODILY INJURY
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS (Per accident)
GARAGE LIABILITY
$
_-.----- - --
EXCESS LIABILITY
UMBRELLA FORM AGGREGATE
STATUTORY LIMITS WORKER'S COMPENSATION I
EMPLOYERS' LIABILITY
SCRIPTION OF OPERATIONS/LOCATIONS/VEHlCLES/SPEClAL ITEMS
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BE
Ct7Y CIF CA?LS3AD
-I_-_IL^ --_^-. i-L_ I -.-"x -I ="^-~__~~__. CdPLSrje4CJ CA 92
0 0
i
C1> This endcrseTent, effective ;/I 13\95 a:':gi ;tu I A*.
3 cart 3f policy No. 31002CA001080~ issued ~3 .. hest Ccas: Ce:
eta1
-A, - . _,__ \',-,--'m -.. Azericzn SFecralt:,, 1zs:rar.ce Corpar.y.
BLANXET ADDITIONAL, INSURED
Any entity required by contract (hereinafter called Additic' Insured) to be named as an insured is an insured but znly VI respect to liability arising out of your premises, "your iic fer the Additional Insured, or acts or omissions of the
Additional Insured, supervision of "your work" to the extent set forth below:
A.
in ccrrrnectior, with their general
I.) The Limits of Insurance provided on behalf of t?. Additional Insured(s) Will not be greater than T' Limits of Insurance provided in this policy.
Except as provided herein all insuring agreexlent exclusions and conditions of this policy apply t such Additional Insured(s).
The Insurance provided by us to the Additiopal Insured will not be greater than that required k contract and to the extent that such insurance i
more restrictive the terms of the insuring agreements, exclusions and conditions of this pol
shall be deemed to be amended accordingly.
In no event shall Coverages or Limits of Insuran in this policy be increased by such contract.
2)
3)
4)
This insurance docs not apply to:
a) tlBudily Injury" or tlProperty Damage" occuring after:
1) All work on the project (other than service maintenance or repairs) to be performed by or on behalf of the Additional Insured(s) at the site
the covered operations has been completed;
That portion of llyour workt1 out of which the inj
or damage arises has been put to its intended USE
any person or organization other than another contractor or subcontractor engaged in perfonir
operations for a principal as a part of the Sam
project .
or
2)
*
a 0
b) "Bodily Inyury" or ItProperry Damage arising out of act, omission or negligence of the Additionai Icscre or any of their employees, other than the general supervision of work performed for the Additicnal
Insured(s) by you.
c) "Prcperty Damage" to:
I) Property owned, used or occupied by or rented t:
2) Property in care, custody or control of the
Additional Insured(s) ;
Additional Insured(s) or overwhich the Additic Insured(s) are for any purpose exercising phys: control; or
3) ttYour Work" for the Additional Insured(s).
B. With respect to Additional Insured(s) who are architects, engineers or surveyors, this insurance does not apply to *IBodily Injuryt', "Property Damagei1 , "Personal Injury1' or ItAdvertising Injury" arising out of the rendering of or 1 failure to render any professional service by or for yo^ including:
1) The preparing, approving or failing to prepai
approve maps, drawings, opinions, reports, sur
2) Supervisory, inspection or engineering service
C. Any coverage provided herein shall be excess over any o valid and collectible insurance available to The Additio
Insured(s) whether primary, excess, contingent or on any basis unless the contract specifically required that thi
insurance be prhary,
No person or organization is an insured with respect to
conduct of any current or past partnership or joint vent that is not shown as a Named Insured in The Declarations
change orders, designs or specifications; and
D.
4 0 0
However, with respect to “your work”, you are an insured for *
liability arisinq out of the conduct of any partnership or ](
venture of whlch you are or were a partner or member, eventh
this partnership or joint venture is not shown as a Named Ins,
1~ the Declarations.
T5is coverage will not inure to the benefit of any other p
except you.
“/“-fc-z3‘
- Authorized Representative
NAS-DT-003
(4/90)
I I* CONTINUOUS
EXP. DATE I !
i ' a POLICYTERM
i WORKERS
~ COMPENSATION
~ COVERAGE AFFORDED UNDER WC 1 EMPLOYERS L[AB~ 1 LAW OF THE FOLLOWING STATES: Bodily lniury By Acciden,
i
I GENERAL LIABILITY ~
General Aaareaate - Other than Products/ComDleted Ooerations
* 1 POLICY NUMBER: T@161-035528-033 a COMMERCIAL GENERAL
4 AMERICAN CONCRETE
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULL
ADDITIONAL INSURED -OWNERS, LESSEES OF CONTRACTORS (FORM S)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization: WEST COAST GENERAL CORPORATION J.V.
CITY OF CARLSBAD
12243 HIGHWAY 67
LAKESIDE CA 92040
JOB-PALOMAR AIRPORT ROAD & EL CAMINO REAL
WIDENING CONTRACT #3166
(If no envy appears above, informaiion requlred to complete thts endorsement wtll be shown tn the Dec as applicaole to this endorsement.)
WHO IS AN INSURED (Section 11) IS amended to include as an insured the person or organtzatton shol Schedule, but only with resoect to liaoflity arising out of "your work" for that insured by or for you.
I
rG 39 13 !! .95 Coc?vri?ht lnsurznce S_ervIcps Office Inc 1986
DATl
11- D AS A MATTER OF lNFl ONLY AND CONFERS NO RIGHTS UPON THE CE &C. Lee Williams & Associates, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, E: P.O. Box 23638 - ALTER THE COVERAGE AFFORDED BY THE POLlClE
A re
San Diego, CA 92193 COMPANIES AFFORDING _~ COVERAGE ~-
-~- - ~- - A Golden Eagle Insurance Comr
COMPANY
COMPANY INSURED
L.A. Swikard, Inc. E3 Fremont Compensation
5752 Oberlin Drive, Suite #lo1
DBA: Terra Firma Landscape COMPANY C
D San Diego, CA 92121 COMPANY
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLK
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO W CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL Tt
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS -
LIMITS POLICY EFFECTIVE POLICY EXPIRATION
DATE (MWDDNY) DATE (MMIDDNY) TYPE OF INSURANCE POLICY NUMBER co 1 LTR
$1,
- $1, - $1,
~ $1,
I GENERAL LIABILITY GENERAL AGGREGATE --
- X COMMERCIAL GENERAL LIABILIlY PRODUCTS-COMP/OP AGG --
CLAIMSMADE ' x OCCUR ccp 23 86 23 1 1 - 7 - 9 3 1 1 - 7 - 9 4 PERSONAL & ADV INJURY A- -
1 OWNERS & CONT PROT EACH OCCURRENCE ~-
FIRE DAMAGE (Any one fire)
MED EXP (Any one person)
$
$
-- -
l AUTOMOBILE LIABILITY
I---- COMBINED SINGLE LIMIT $ 1 , ANY AUTO
ALL OWNED AUTOS
A-X SCHEDULED AUTOS
~
$ BODILY INJURY (Per person)
BODILY INJURY
- _.
CCP 23 86 23 11-7-93 11-7-94
$
' HIRED AUTOS
~ - NON-OWNED AUTOS , (Per accident) ~--
I PROPERTY DAMAGE $ -~- -- - - _-~~~-
..
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
I OTHER THAN AUTO ONLY
-- ~
ANY AUTO
EACH ACCIDENT $
AGGREGATE $
I $ EACHOCCURRENCE
$
6
-_-~ ~
NONE PROVIDED ___.
-- -_
__- -_ -
---_- _ - ~- EXCESS LIABILITY
_ - __ -- NONE PROVIDED AGGREGATE
--
UMBRELLA FORM
OTHER THAN UMBRELLA FORM ,
WORKERS COMPENSATION AND , EMPLOYERS LIABILITY
THE PROPRIETOW PARTNERS/EXECUTIVE ,
OFFICERS ARE
OTHER I I
< -- -
- - -- .- _ _____- - -- __ - .
STATUTORY LIMITS
~ ~ __ ___ .
B WP93-504121-04 1 11-7-93 11-7-94 EACHACClDENT _- - - -5 I,-,
DISEASE - EACH EMPLOYEE , $_ 1 , (
1 INCL I I DISEASE -POLICY LIMIT 1 $ _ ~ _~_ -I., (
I -__ ~-_- -. -~ - -~~ - ~-' EXCL' - ~_ _- -________ __--__
I NONE PROVIDED
I ______ ____-_ __.____ ~ ________ -__ _____. ____ - ._ ---- - - - -.-..-.- ___ .... - -_-_- --.-- - DESCRIPTION OF OPERATIONS/LOCATIONSNEHlCLES/SPEClAL ITEMS
: Palomar Airport Road & El Camino Real Widening Contract #3166
I City of Carlsbad ' EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVC
&-& DAYS WRITEN NOTICE TO THE CERTIFICATE HOLDER NAMED T' 1200 Carlsbad Village Drive
I Carlsbad, CA 92008 i
i
&bt%&d 4tL.e
Firma Landscape e Te43 86 23 p POLICY NUMBER: CCP
NAMED INSURED:
Effective: 11-7-93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CG20101185
ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008
Name of Person or Organization:
Job: Palomar Airport Road & El Camino Real Widening Contract #31#
(If no entry appears above, information required to complete this endorsement will be shown in the Declar
applicable to this endorsement.)
WHO IS AN INSURED (Section It) is amended to include as an insured the person or organization shovl
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
@mN18H6~w-%
*S"<*ESFOR"ilS~*@B Copyright, Insurance Services Office, lnc., 1984 nAUTHENTlGn
C. Lee Williams & Associates, Inc.
P.O. Bo* 23738
San,Biego, CA 92193
L.A. Swikard, Inc.
DBA: Terra Firma Landscape
8341 Buckhorn San Diego, CA 92111
LIMITS POLICY EFFECTIVE POLICY EXPIRATION
OWNERS & CONT PROT
I
I
ALL OWNED AUTOS
SCHEDULED AUTOS CCP 20 30 07
NON-OWNED AUTOS
NONE PROVIDED
~_. __
NONE PROVIDED UMBRELLA FORM
__ ____- -___--------
___-- , DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
Palomar Airport Road & El Camino Real Widening Contract #3166
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
' EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEA\ a DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION
[ City of Carlsbad,
11200 Carlsbad Village Drive
I Carlsbad, CA 92008 B
t
~ i
i
*
e a Firma Landscape
C ‘Eo 20 30 07
NAMED INSURED:
POL1 CY NUMB ERi / 1 8 / 9 3 EFFECTIVE:
* THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURELLOWNERS, LESSEES OR CONTRACTORS (FORM B)
CG 20 10 11 85 4‘.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008
JOB: Palomar Airport Road & El Camino Real Widening Contract #31’ (If no entry appears above, information required to complete this endorsement will be shown in the Deck
applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shc
Schedule, but only with respect to liability arising out of “your work” for that insured by or for you.
Name of Person or Organization:
~~~Q~mw~~m+,~ @m& %wzG:,;:;*~@~ Copyright, Insurance Services Office, Inc., 1984
1" *
1 ?
October 2, 1992
g
I
f
D
I
t
1
f
f
ADDENDUM NO. I -
CONTRACT NO. 3166
REAL WIDENING PALOMAR AfRPORT ROAD AND EL CAMIN0
Please include the attached addendum in the Notice to Bidders1
Request for Bids you have for the above project,
This addendum--receipt acknowledged-must be attached to your
ProposaIForm /Bid when your bid is submitted.
0
.T?= d34 r2L.L
RUTH FLETCHER Purchasing Officer
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. I - = n
~ - 3 -7 WEST COAST GENERAL CORPORATION J.V.
- - = =. - -
Bidder's Signature - a
Dana K. Ferrell, President
1(+
1200 Carlsbad Village Drive - Carlsbad. Califorma 92008-1 989 - (61 9) 434-2803
m*
9
19
a
a
I
15
I
I
#
I
a
si
II
rs
a NOTICE TO BIDDERS
~
October 2, 1992
The City of Carisbad has issued ” ADDENDUM NO. 1 ” to the I’ CONTRACT
DOCUMXNTS AND SPECUL PROVISIONS FOR PALOMAR AIRPORT ROAD AM> EL
CAMIN0 REAL WIDENING REBID OF CONTRACT NO. 3166 It. The addendum
consists of 1 page, cover sheet and this notice. The addendum changes the bid date. The
provisions contained in the addendum are made pm of the specifications of the project as
though originally bound with them. As of this date this addendum contains all changes to
the originally issued specifications.
Bidders are advised to verify the issuance of addenda and receipt thereof one day prior to
bidding. Submission of bids without acknowledgement of all addenda may be cause for
4
I rejecnon of bid.
City Engineer I LBH:whb
- -- ___1 i
R rnDENDUM NO. 1
TO
CONTRACT DOCUMENTS AM) SPECIAL PROWslONS
FOR
PALOMAR AIRPORT ROAD AND EL cAMnvO_REAL WIDENING
.k '
II
a
I
I CHANGE:
P
p.
1.
II
I.
It REBID OF CONTRACT NO. 3166
Page I, "NOTICE INVITING BIDS", to read:
CITY OF CARLSBAD, CALTFORNllA
NO'I?C'E MTING BTDS
"Seaied bids will be received at the Office of the Purchasing Officer, Civ Hail, 1200
Carkbad Village Drive (fomerfy Elm Avenue), Carisbad California, until 400 P.M. on the
5th dav of November, 1992, at which time they will be opened and read, for performing the
work as fotoilows:"
(the remainder of the page is unchanged)
1
1
1
1
Ie
4
m *
I’
D*
5
Hi
U ADDENDUM NO.- 1
CITY OF CARLSBAD
San Diego County
Cali fornin
TO I SPECIFTCATlONS FOR
PALOMAR AIRPORT ROAD
&
I
1. EL CAMINO REAL
I WIDENING
1 REBID OF
t CONTRACT NO. 3166
I
I
1
l lO/V92 0
” -11111 -
e7 1
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad
Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 2p day of
October, 1992, at which time they will be opened and read, for performing the work as follows:
PALOMAR AIRPORT ROAD AND EL CAMTNO REAL WIDENING
CONTRACT NO. 3166
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 Municipal Projects Department. The
specifications for the work include the Standard SDecifications of Public Works Construction,
(SSPWC), 199 1 Edition, hereinafter designated "SSPWC" , as issued by the Southern California
Chapter of the American Public Works Association and as amended by the special provisions
sections of this contract. Reference is hereby made to the specifications for full particulars and
description of the work.
The City of Carlsbad encourages the participation of minority and women-owned businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and
contractors to utilize recycled and recyclable materials when available and where appropriate.
No bid will be received unless it is made on a 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 22300), appropriate
securities may be substituted for any obligation required by this notice or for any monies
withheld by the City to ensure performance under this Contract. Section 22300 of the Public
Contract Code requires monies or securities to be deposited with the City or a state or federally
chartered bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
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 $9,331,725.
No bid shall be accepted from a contractor who is not licensed in accordance with the provisions
of California state law. The contractor shall state their license number, expiration date and
classification in the proposal, under penalty of perjury, pursuant to Business and Professions
Code Section 7028.15. The following classifications are acceptable for this contract: General
Engineering Contractor "A" license, in accordance with the provisions of state law.
6f 24f 92 @
2
If the Contractor intends to utilize the escrow agreement included in the contract documents in
lieu of the usual 101% 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 (formerly Elm Avenue), Carlsbad,
California, for a non-refundable fee of $150.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the
Contract shall be those as determined by the Director of Industrial Relations pursuant to the
Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor
Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk.
The Contractor to whom the Contract is awarded shall not pay less than the said specified
prevailing rates of wages to all workers employed by him or her in the execution of the
Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of Section
1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting
and SQbcontracting Fair Practices Act. 'I
The Contractor shall be required to complete, certify as to completeness and accuracy, and
submit the "CONTRACTOR'S STATEMENT OF RESOURCES" form to the Agency prior tc
award of bid. The form consists of four parts. All entries on the forms must be completed.
Part one, "ROSTER OF KEY PERSONNEL", provides a format for the Contractor to list the
supervisory personnel that will be employed on the Work, their title, qualifications, salary range
and tenure of employment by the Contractor. Part two, "OPERATIONS PERSONNEL",
provides for a list, by category of job description, of the number of current employees on the
Contractor's payroll at the time of preparation of the statement. Part three, "ADDITIONAL
RESOURCES", allows the Contractor to show resources that will provide sources of any
additional personnel and equipment that the Contractor anticipates hiring. Part four,
"PRIMARY EQUIPMENT SCHEDULE", provides for a list of major pieces of equipmeni
anticipated to be used to construct the Work owned or leased by the Contractor at the time ol
the preparation of the statement. The information will be used by the City to determine the
Contractor's ability to perform 50 percent or more of the Work with hidher own forces a:
required by section 2-3.1 SSPWC as modified herein. The Contractor agrees that the
information provided in the form is subject to audit prior to the award of the contract and tha
such additional records that may be necessary for the City to perform such audit shall be made
available to the City pursuant to the provisions of Section 1776 of the California Labor Cod(
and Sections 16016 through 16019 and Sections 16207.10 through 16207.19 of Title 8
California Administrative Code. Information relating to equipment shall be provided as i:
required for payroll records in the preceding sentence.
The provisions of Part 7, Chapter I, of the Labor Code commencing with Section 1720 shal
apply to the Contract for work.
0
0
6/24/92 63
3
A tour of the project site will be held at the north east comer of the intersection of Palomar
Airport Road and El Camino Real, in Carlsbad, at 9:00 a.m., on Octoberl3, 1992.
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
All prices must be in ink or typewritten and must be entered in both spaces provided on the bid
form. The first entry shall be in spelled alphabetically, the second in numerical form. 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
bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of
bid.
Bonds to secure faithful performance of the work and payment of laborers and materials
suppliers, in an amount equal to one hundred percent (100%) and fifty percent (SO%),
respectively, of the Contract price will be required for work on this project. These bonds shall
be kept in full force and effect during the course of this project, and shall extend in full force
and effect and be retained by the City for a period of one (1) year from the date of formal
acceptance of the project by the City.
Bonds and insurance are to be placed with insurers that have (1) a rating in the most recent
Best’s Key Rating Guide of at least A-:V, (2) are authorized to conduct business in the State of
California, and (3) are listed in the official publication of the Department of Insurance of the
State of California. Auto policies offered to meet the specification of this contract must: (1)
meet the conditions stated above for all insurance companies and (2) cover anv vehicle used in
the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and
whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is
for ”any auto” and cannot be limited in any manner.
Workers’ compensation insurance required under this contract must be offered by a company
meeting the above standards with the exception that the Best’s rating condition is waived. The
City does accept policies issued by the State Compensation Fund meeting the requirement for
workers’ compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, California, by Resolution
D
. above and compared on the basis of the corrected totals.
B
No. 92-286 , adopted on the 15 day of September , 1992
B September 21, 1992
Date Aletha L. Rautenkranz, City Clerk
6/24/92 __e3
m L42JY%d~ +
C
CrrrOF CARLSBAD
PALOMARAZRPORT ROAD AND EL CAMIN0 REAL > CO?d?RACT NO- 3166
CONTRACXOR'S PROPOSAL
SCHEDULEI: !?imiET'IMpROVEMENTs
city council
I
I
a
1c
1
i
II
a
@
i a I
9
City of Carkbad
1200 Carkbad Viaage Drive
Carkbad, Caliromia 92008
The undersigned dedares hdshe has careflluy examined the locanon of the work, read thf
Notice Inviting Bids, examined the Plans and Specifications, ikd he~byproposes to -1
all labor, materials, equipment, transporradon, and services required to do all the wmk tc
cornpiere Conmcr No. 3 I66 in accordance wirh the Plans and Spedfications of &e city 0:
Carkbad, and the Special Provisions and that he/she will take in full payment therefor hf
following unir prices for each item cornpiere, to wir:
Item Descripuon with .- Approximate
item Unir Price or Lump Sum Quanrity Unit
1 Mobilization and prepararory work not LSI , B', &"/ ,A -
- Price - Total - No. Price Wrirren in Words and Unit
' /;&- c c".. *"p/
/,@ i Ld
to exceed Two Hundred ThutyThousand r' P
/ ,--,
I
L.S.
Y
2 Scanfymg, Clearing and Grubbing nor
to exceed Three Hundred Thousand
FS F ,
. J' pT : 3 Unclassified excavation ar 199,500 CY. J ;-,a
dollars $a cubic yard-
4 Imported "Borrow'* (if requiredl at so0 CY- $7.50 3.750a seven douars and fifty cenr~ per g cubic yard.
Seven Dollars and Fifty Cents
10/01/9:
If"
1 @
-
6
Item Description wifh Approximate a Ittern unit Price or Lump sum Quantity unit
No. Price Wrirten in Words and Unit Price - Total
5 Interlocking pavers at 1,600 S.F. 3.69 5,904.
-
rm t s dollars per square foot.
, f- 3 p ,'> -I -1 1 53,900 T. /.
7 I 4" thick st'amped concrete paving at 60,530 SJ?. 2.29 138,613.70 I
I
I
dollars per square foot.
8 58,400 T.
d x;-/-. :/%+ L >d*/,?,/// /..
dollars per ton.
-i RL /- +- "+- rf? i 35,200 T. !I "/-[/ $5. : / ._ /"
i
1
I
I
1
I
PI. @
I
10 6" Type "A" A.C. Dike at 1,225 L.F. 3.21 3,932.25
I.
mrpp ~llar-= and qh~pnf:' nnQ E- per linear foot.
c
/, i *; 2 11 Remove and recycle aggregate base, A.C. 22,500 CY.
and P.C.C. from existing and temporary
roadways to be used as sub-base material
in final roadway a
10/01/92
- V~
II
_p
7
Item Description with Approximate
Item Unit Price or Lump Sum Quantity Unit
0
- No. Price Written in Words and Unit - Price Total
12 7 1/2" p.C.C local depression and
driveways.. 3,900 S.F. 2-89 11,271.
CPnts dollars per square foot.
6" type "B-2" median curb at 1,175 L.F. 5.356.286, 13
:: co
Five Po1 1 a?-c ad 'ki*-~7
Five C!nts
dollars per linear foot.
-1- 14 8" type "B-1" median curb at 35,680 L.F.
-tv
C!nt 9 dollars per linear foot.
15 6" type "G" curb and gutter at 7,690 L.FI 5.35 41 .I 41.
Five l-hl1in-s Fmii mir+y Five
dollars per linear foot.
16 8" modified "G" curb and gutter at 425 L.F. 6.42 2,728::
Six Dollap and Forty Two
cents
dollars per linear foot.
17 A.C. Police Ramp (including drain 4 E.A. 428 1.71 2.
h
i
pipes) at
Four Hundred Twenty Eiqht
3-
b
P*
dollars per each. 1 +
18 4'' thick P.C.C. sidewalk ar 34,600 S.F. 1-301 46,364.
One Ibllwand~hirty
Four Cents II dollars per square foot.
10/01/9: @ R
rn
U
II
a
I
3.
a
I
II
m
B
I
8
Item Description With Approximate
rtem Unit Price or Lump Sum Quantity Unir - No. Price Written in Words and Unit - Price - Total
a,
19 Furnish and install srreer lights 180 10 EA 1,926 1 9 , 260.
W.LPS per RSD "E-1" with anchor base
foundation at
One Thousand Nine Hundred Twatv
Six dollars per each. (specialty item)
\
20 Furnish and install street lights 200 IEA 1,926 1,926.
W.HPS per RSD "E-1" with anchor base
foundation at
One Thousand Nine Hundred T+denty
Six a dollars per each. (specialty item-)
21 Furnish and htd Mission Bell w/cutoff 3 EA 2, a89 8,667.
street lights 200 W.HPS
Ei qhtv
Nine
dollars per each. (specialty item)
r.
22 Street light conduit, including wires and 6,325 L.F. 7.49 47,374.2
pull boxes at
Seven - Fnrty
te dollars per linear foot. (specialty item)
23 Street light conduit, including pull box 525 L.F. 5.35 2 I 808.7
and pullrope (no wires) ar
Five Dollars Thirty Five
cents dollars per linear foot. (specialty item) I
n (excluding signal loops) at
24 Moq traffic signal system at El Fume L.S. 28.890 28,890
NinP+:7 lkl YC dollars (Luzp Sum). (specialv item) 5
10/01/92
a
I @
m
5 5
rtm Description with Approximare
Item Unir Price or Lump Sum QUaIltitY unit
25 Mow traffic signal system at Business L.S. 44.94044.940
No. Price Wrirten in Words and Unit - Price Total - IQ
m
I
1
m
a
m
Park Drive (excluding Signal loops) at
FOrtv
dollars- Lump Sum. (specialty item)
26 Modify traffic signal system at Palornar L.S.. . 29,960 29,960.
Airport Road and El Camino Real
(excluding signal loops) at
tv 7
Sixty
dollars Lump Sum. (specialty item)
27 Install meet survey monument at 2s EA 304.95 7,623.
Fmur JbUars and
nii nntw pi ~7n Pnn+c dollars i)er each. (specialty item)
28 Record of Survey L.S. 535. 535.
Vhi7-fi7 Piy7n _*-A- - -- ~~ P
m One Thousand Six Hundred
dollars Lump Sum. (specialry item)
29 Type "A" C.S.P. Inlet at 4EA 1,605. 6,420.
Fi 77-
dire per each.
30 Type "A-1" inlet (12-17') at 2EA 2,996 5,992,
m m ?Am Thousand Nine Hundred
nii ~c'I-T~ .qi Y
dollars ier each.
31 Type "F" catch basin at 10 EA 2.140 21.400
Tm Thousand One Hundred Forty
dollars per each.
10/01/9:
5' 11 @
II
111
3 m
10
Item Description with Approximate
Item Unit Price or Lump Sum Quantity unit
No. Price Written in Words and Unit - Price Total
3
-
32 Type "8-1" inlet (18'-21') at 4EA 3,745 14,980,
seven mdred
Fnrtv Five doll& per each. 1 33 Type "B" inlet (6') at 1EA. . 2,354 2,354
II doll& per each.
ea
Pi ftv Fniw
34 Type "A4" cleanour ar 15 EA 2.14032.100
ThouandLmzz u
111
m
I
1
R
I ~P 'Thniid Siu Fh1nih-d
a
R
a
35 4" A.C.basin depression at 9EA 642 5,778
77 m.7n 1
dollars per each.
36 Met apron Per D-39 ar 2EA 428 856
SQ11r -H11n+--J QE=&Eql+
dollars per each.
4EA 1.284- 37 Wing Type Headwall
I dollars per each.
IEA -l_f;ns 38 Type "L" headwall at
Fi ve dollars per each.
10/01/9; Ui &>
1
0
I
a
9i
a
a
1
I 44 18" R.C.P. drain (1750-D) at 545 L.F. --
a
1 rty 7t.104011~r~ =lnf3 'PPTI
19
1
a
11
Item Des&ption Wirh Approximate
Item Unit Price or Lump Sum Quantity Unit
No. Price Written in Words and Unit - Price Total
IC.
-
w=Q-&=Q- 39 Modify existing "B-1" inlet (9') at IEA
Thmlrand -7
dollars per each.
40 Straight type "B headwd at 3EA - 963 2,889-
3 dollars per each.
428 428 41 Debris Rack (DS4) at IEA
Fmir Hiindrd 'Pc-nty Pi +h+
dollars per each.
42 8" PVC drain (schedule 40) 75 L.F. --
dollars per linear foot.
1.
43 18' R.C.P. drain (1350-D) at 1,268 L.F. 34.24 43,416.3.
v - F~II Wl lars mil Twenty Fmr 0 dollars per linear foot.
Ih71m-s xlii .+-ne
137~~~ rnntc dollars per linear foot.
256.80 45 18" C.S.P. drain (14 Ga.) at 8 L.F. 32.10
rpnts dollars per linear foot.
10/01/9; a* @
1
Approximate
and Unit Price Total Ita Description witfi QuanthY unit
unit Price or LUP Sum
Price Writren in WX~ x 1,031 L.F. &.&e
48 24" C.S. 3 L.F. 42.802
-
@m per linear foot-
c
83 L.F. 681';---jc!
-
-x foot-
c
v
-ex foot.
30" R.C.P. drain C1350-D) af
c
302 L.F. -- 49.22 1'
49 mrtv Nine DOU~XS and
-foot-
r
70.62 1 30 L.F.
51 36'' RCP (1750-D) aye at 2nd 37 L.F. ALClfL-
uty *m Ed1
ciu re q
dollars pz lines foot. 7EA 428
dollars per each- 3,300 L.F. 6-96
53 GhIe brow ditch (D-75 Type ","I at
&& per linear foot. P ts
@
H ,, ,I I e- 7
I
I
II
1 z
1
U
I.
II
1 a
s1
I
0
I
L
13
Item Description with Approximate
Item Unit Price or Lump Sum Quantity Unit
54 Gunite terrace ditch (D-75 Type "C") 9,385 L.F. -LuL-- ALQQ2-1
No. Price Written in Words and Unit - Price - Total - I.
s and Fi ftv
Ni n- Cant c I at dollars per linear foot. 5
55 Gunite terrace ditch (D-75 Type "D") at 670 L.F. 9.1 5 6,130.5C
dollars per linear foot.
56 1/2 ton Rip Rap energy dissipator 35 Tons 42. a0 1.498,
(type 1) at II Forty ?tjo Do-
Ricrhtv Cents doll& per ton.
57 1/4 ton Rip Rap energy dissipator 69 Tons 64_21) 4.429.8c
(type 11 at
si +~7 ~nii~ h1-
Twenty cents dollars per ton.
Facing class Rip Rap energy dissipator 58
14 Tons 42. a0 -- 599,2 ( (type 1) ar
59 Light class Rip Rap energy dissipator
(we 1) at 158 Tons 64.20 XUAu
Sixty Four Dollars and
Twenty Cents 1 dollars per ton.
60 Concrere Energy Dissipator per D41 at I EA 5.136 5.136.
Five Thouand One Hundred
Thirty Six
dollars per each.
10/01/9: @
r.
II
1
1 61 Type "B" cutoff walls S-IO at 18 EA L 11.556.
19
I
111
a
1111
9
m
I
II
14
Item Description with Approximate
Item Unit Price or Lump Sum Quantity unit
5
- No. Price Written in Words and Unit - Price - Total
psi Fortv a. TTtnn, 19 dollars per each.
62 Slurry fill existing pipe at 32 CY. 160.50 .s.
One Hundred Sixty Dollars and
Fifty Cents \
dollars per cubic yard.
63 Adjust sewer manhole to grade at 18 EA 428 7,704.
dollars per each.
64 Relocate existing street light 2EA 1.016.502.033.
One Thousand Sixteen Do llaxs
ad F1 fty mn+s dollars per each. (specialty item) Ip
-7n 65 Relocate guardrail at 150 L.F.
Ten Dollars and Sev&y
Cents
dollars per linear foot.
66 Furnish and install driveway gate 4EA 5,073.94 20,295.7
Sheet 22 and 23) at
Five mousand Seventv Three
Dollars and Ninety Four Cents
dollars per each.
67 Relocate chain link fence (goif course) at 305 L.F. 29.32lULu
m-ema
Thirty TKO Cents
dollars per linear foot.
68 Final signing and striping ar L.S. 70.979.52 70.979.
Seventy ThousandNjnp Huncb-4
Seventv Nine - Fiftv Two en ts
dollars Lump Sum. (specialty item)
10/01/9; i. @
A 15
Item Desaiption with Approximate Item
Item Price or Lump Sum Quantity unit - Price - Total - No. Price Written in words and Unit E
69 Furnish and install guard post at 8EA 40-66 325.28- FortyDollars and Sixty Six Cents I
I dollars per each.
23 EA 214- 70 Adjust water vdve box to grade at __ in-~drd Fhm-+-~~n 1 -
dollars per each.
71 Adjust fire hydrant to grade at 1EA 515535,
1
I Pivm Wi&rnid -7 piTrr, 1 ----
dollars per each. z 72 Relocate stone pillars (Sheet 17) at 2EA 2,140 4,280.
Ttn7r-l Thnnqad -T,
1
dollars per each.
73 2” A.C. Ditch 12,350 L.F. 4.07 50,264.50
I,
I Four Ibllars and Seven Cents
dollars per linear feet.
74 6 MIL polyethylene sheeting 19,200 S.F. .I 6 3,072.
I
I
I
1
1
1.
1
Sixteen Cents
dollars per square foot,
374.50 75 Fzter fabric (Mirafi 700X or equal) at 175 S.Y. 2.14
rhm c ” -6-u
dollars per square yard.
I:’
p,
76 Temporary K-%d (12 months rental) at 1,750 L.F. </./> /, * : I_ /a 1
‘A --
fi<- r, 4Y-A ,I,? 1 dollars per linear fo’ot.
10/01/92 @
-- - --- -%..--.r -