Loading...
HomeMy WebLinkAboutDaley Corporation; 1988-10-11;CITY OF CARLSBIAD I • I PUBLIC WORKS PROJECT CHANGEIORDER NO. l (Les's than $5 ,ooo) I I CONTRACT NO, 3216 PURCHASE ORDER NO. 6230 ' ACCOUNT NO. --=-cc.=----300 820 1840 3216 CONTRACTOR'S NAME DALEY CORP . ..,-----"-'-=='-'--==.:,..:.----------+-------------- CONTRACTOR'S ADDRESS P.O. BOX 20188 SAN DIEGO CA 92120 The contractor is directed to make the following chalnges, Changes shall include labor, material and equipment; payment stated on this change o,rder includes all charges direct or indirect arising out of this additional work, The 'requirements of the specifications, where pertinent and not in conflict with this order sh~ll apply to these changes. This change order is not effective unless signed by th~ City Manager. CHANGE: Additional unclassified excavation. Subgrade iscarification ' I and recompaction on Marina Ori ve. I ' REASON FOR CHANGE: Drainage structure within intersection required ra1s1ng entire surface. Transition section necessary to old pavement inadequate to handle drainage and wheel loadings. I COST: Lump sum X Unit prices Both __ _ Total this extra $ ___ ~4_,_9_IQ_ Previous net changes $ .-----"'--Original contract amount $ __ --1~4_9~40 New contract total $ 154,fi6.8...40 CITY OF CARLSBAD Date Date City Manager Date I TIME CHANGE: I Add; days -Q-Deduct days---~□~-- Add/deduct days this change -0- Pre~ious add/deduct days -0- 0r iginal contract days 60 Newr contract time 60 CONTRACTOR I ~ Date I · Job File • Project Inspector -Contractor W~ite Pink Yellow Gold -Purchasing with P.O. Change Order I CITY OF CARLSBAD I PUBLIC WORKS PROJECT CHANGE ORDER NO. 2 (Less than $5,000) I CONTRACT NO. __ 3_2_1_6 __ PURCHASE ORDER NO. _6c..:2...c3.c..0--'-_ ACCOUNT NO. 300 820 1840 3216 CONTRACTOR'S NAME ____ D_A_L_E_Y _C_O_R_P ·--------'-------------- ' CONTRACTOR'S ADDRESS P.O. BOX 20188, SAN DIEGO, CA 92120 --------~-----'-''-----'-:,.:....:c.cc..::.:....:.. ___________ _ The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change ?rder includes all charges direct or indirect arising out of this additional work. Thelrequirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. ' ' This change order is not effective unless signed by th~ City Manager. CHANGE: Adjust existing slopes to conformace with Gitt Standards at the base of the Capri Subdivision. REASON FOR CHANGE: The slopes had to be reduced to meet retaining wall design. COST: Lump sum __x__Unit prices Both __ _ Total this extra $:---~4,.5.lliL Previous net changes $ 4,970 Original contract amount $ 149,.li9.B....40 New contract total $ 169,168 40 CITY OF CARLSBAD City Manager Date I C1ty st,rdaN, ~d fit the hight of TIME CHANGE: I . Add days -Q-Deduct days --~P~-~- Add/deduct days this change -0- Prdvious add/deduct days -0- 0r~ginal contract days 60 Ne~ contract time 6D c□JTRACTDR cj1/-k2f ~L ' I ' W~te Pi[lk Yellow Go:ld -Job File -Project Inspector -Contractor Purchasing with P.O. Change Order I I CITY OF 'CARLSBAD . I PUBLIC WORKS PROJECT CHANGE ORDER NO. 3 (Les's than $5 ,1□□□) I CONTRACT NO. ---'3'-'-2..:cl6,;__ __ PURCHASE ORDER ND. . 6230 , ACCOUNT ND. 300 820 1840 3216 CONTRACTOR'S NAME -----"'DA..,,,L'-"E-'-Y-'C""O"'R"-P,._. -----'--------------- CONTRACTOR'S ADDRESS P. 0. BOX 20188 SAN DIEGO CA 92120 ___ _;_:.=__cc_~-=-:c=:c.z._=..:"--'=-=""-~"-'-'==----------- T he contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or ' indirect arising out of this additional work. The! requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. I ' This change order is not effective unless signed by the City Manager. CHANGE: Install jute matting over revised slopes at blse of Capri subdivision prepare site for additional wall on the south:end of the City work,. and REASON FOR CHANGE: ' Reestablish erosion control at the base of Capri subdivision preclude eroded slopes c south end of City work of draining into lagoon. I ! COST: Lump sum _x__Unit prices Both Total this extra ~ 3-34_4_ Previous net changes $ 9 470 Original contract amount$ 149 693.40 New contract total $ 162,512.40 CITY OF CARLSBAD 1.---~9 Date Date Date City Manager Date TIME CHANGE: Add days -0-Deduct days -0- Ad~/deduct days this change --~□~-'--- Previous add/deduct days _-...,0,.._-__ Original contract days -'6~0,__ __ NeJ contract time 60 -='---- CD~TRACTOR I White Pi 'k Yellow Gold I -Job File -Project Inspector -Contractor -Purchasing with P.O. Change Order ' CITY OF CARLSBAD PUBLIC WORKS PROJECT CHANGE! ORDER NO. 4 (Less than $5,000) I CONTRACT NO. _...::3c=-2=-cl6c.._ __ PURCHASE ORDER NO. _:::..:62:..::3::...0___._ ACCOUNT NO. 300 820 1840 3216 CONTRACTOR'S NAME __ ----=..:DA.c:L:..=E"-Y_C:..;;Oc:.:R::...P:-. --------+-------------- CDNTRACTDR' S ADDRESS P.O. BOX 20188, SAN DIEGO, CA 92120 _...;....c..::...:..__::..,;;_;_;_;;;..::.;:..;;;..;;-'-="-;___:;;.::..::..::..::...,_::;c:.....:c::..===.. ____________ _ The contractor is directed to make the Following changes. Changes shall include labor, mater,ial and equipment; payment stated on this change 9rder includes all charges direct or indirect arising out of this additional work. The 1requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. I This change order is not effective unless signed by th~ City Manager. CHANGE: Replace curb and gutter along Park Drive City lpor~ion and create a better transition to old work. REASON FOR CHANGE: The pavement varied in width. The designer di;d not transition over a long enough length -· ---- COST: Lump sum X Unit prices Both Tat al th isext r a --r-3-4-6~6- Pr ev i ou s net changes $ 12 814 Original contract amount$ 149 698.40 New contract total $ 165,978.40 CITY OF CARLSBAD z--g9 Date Date Date City Manager Date ' TIME CHANGE: I Addi days -0-Deduct days -0- AddYdeduct days this change -0- Previous add/deduct days -0- 0riginal contract days ___,6"'0'--- Newj contract time ___,6"'0'--- 1 CONTRACTOR • Job File • Project Inspector • Contractor ,? /_ n(J ~--co·Q 7 Da'te White Pin~ Yellow Go1 1 8 • Purchasing with P.O. Change Order CITY OF CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER NO. 5 (Less than $5,000) CONTRACT ND. __ 3_2_16 __ PURCHASE ORDER NO. _..:.62::..:3:..::0_ ACCOUNT NO. 300 820 1840 3216 CONTRACTOR'S NAME DALEY CORP. -------------------------------- CON TRACTOR'S ADDRESS __ .:..P.:... O:...:.._B.:..O:...:.X;.._20::..:.1:_8.:..8 •::.......:.S:..:AN.c__:.D.:..IE:..:G:..::0..e.., --'C::..A:_9:..:2:..:1=.20::__ __________ _ The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect arising out of this additional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. This change order is not effective unless signed by the City Manager. CHANGE: Place deep lift of asphalt along join line of old and new pavements along centerline. REASON FOR CHANGE: Subbase material_ considered fair to poor. Differential settlement along the join line anticipated.Deeper section of asphalt provided optimum solution to avoid either settlement or a higher ridge line at centerline. COST: Lump sum _x_Unit prices Both __ _ Total this extra -,---2,D4D Previous net changes $ 16 28D Dr igi nal contract amount $ J 49: 6!la..40 New contract total $ 168,DJS 40 CITY OF CARLSBAD Date Date City Manager Date TIME CHANGE: Add days _n_ Deduct days -□- Add/deduct days this change -□- Previous add/deduct days -□- Original contract days --'6~□=--- New contract time 60 ---"----- CONTRACTOR -Job File -Project Inspector -Contractor White Pink Yellow Gold -Purchasing with P.O. Change Order CITY OF CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER ND. 6 (Less than $5,000) CONTRACT ND. _.:,:32:..:1:c:.6 ___ PURCHASE ORDER NO. 6230 ACCOUNT NO. 300 820 1840 3216 -==---- CONTRACTOR'S NAME _____ __:;D::..A:.::.LE::.Y:......::C.::.DR:..::P_,. __________________ _ CD NTRACT DR ' S ADDRESS ____ _:P...:•.:.□.:...• -=B.::.'□:..:.X-=2:c:.0.=;18::::8:.,.,_:S::.:.A::..:N---'D"--'I'-"E-""GO"-'''-"'CA"-.::'.9=-2 :!12:.,,0c..._ _______ _ The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect arising out of this additional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. This change order is not effective unless signed by the City Manager. CHANGE: Apply fog seal to entire proje'ct 56,600 X $.D.04 = $2,264.00 REASON FOR CHANGE: Grades were flat and water drains slowly. into subgrade. COST: Lump sum Unit Total thisextra prices X Both __ _ ~ 2,264 Previous net changes Original contract amount New contract total CITY OF CARLSBAD $:,__ __ .J.J18'2,,..,;3i,:;2.u0 $ ___ ]..,,4q,li.9.R.40 $ 170..zB2.40 1~7-8<) n Date J~ ·v ?.-1--t<t Project Manger Date Manager Date City Manager Date Sealing prevents water intrusion TIME CHANGE: Add days -0-Deduct days ---"□'----- Add/deduct days this change -□- Previous add/deduct days -□- Original contract days 60 New contract time 60 CONTRACTOR White Pink Yellow Gold -Job File -Project Inspector -Contractor -Purchasing with P.O. Change Order CITY OF CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER ND. 7 (Less than $5,000) CONTRACT ND. 3216 PURCHASE ORDER ND. 6230 _ _::;.;;._ __ _ ACCOUNT ND. 300 820 1840 3216 CONTRACTOR'S NAME DALEY CORP. ------------------~----------- CON TRAC TD R'S ADDRESS P.O. BOX 20188, SAN DIEGO, CA 92120 The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect arising out of this additional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. This change order is not effective unless signed by the City Manager. CHANGE: Spangler work--construct additional retaining wall 2.5.' X 107' = 268' @ 17/ft2 Install drain pipes to allow runoff through sidewalk $300 L.S. REASON FOR CHANGE: Mr. Spangler's contractor left the slope out of compliance to City Standards. Additionally the drainage from this slope needed_ additi_on<!l_ remedial work. COST: Lump sum X Unit prices X Both--~ Tot al this extra ---i--4 856 Previous net changes $ 20,584 Original contract amount$ 149...fi:lli.._40 New contract total $ 175, 1'.IB.....40 CITY OF CARLSBAD City Manager Date TIME CHANGE: Add days -0-Deduct days -0- Add/deduct days this change -□- Previous add/deduct days -0- 0riginal contract days __,6~0'--- New contract time 60 .......:=--- CONTRACTOR -Job File -Project Inspector -Contractor White Pink Yellow Gold Purchasing with P.O. Change Order ' ' -CITY OF CARLSBAD PUBLIC WORKS PROJECT CHANGE ORDER NO. 8 (Les's than $5,000) CONTRACT NO. __ 3_2_16 ___ PURCHASE ORDER NO. 6230 ACCOUNT NO. 300 820 1840 3216 CONTRACTOR'S NAME DALEY CORP. -----'---------------------~----- CONTRACTOR'S ADDRESS P.O. BOX 20188, SAN DIEGO, CA 92120 --------~-----''------------------- The contractor is directed to make the following changes. Changes shall include labor, material and equipment; payment stated on this change order includes all charges direct or indirect arising out of this additional work. The requirements of the specifications, where pertinent and not in conflict with this order shall apply to these changes. This change order is not effective unless signed by the City Manager. CHANGE: Install additional wall on south end of City work. 130.89 lf X 2 ft -261.76 ft 2 @ $l?/ft2 REASON FOR CHANGE: Preclude eroded slope material from falling into sidewalks and streets creating a maintenance problem. COST: Lump sum Unit prices X Both Total thisextra ---r-4--,cn- --~""' "Llil---Pr ev i ou s net changes $ __ .L,?,...5+',4..:4u.D<--- Original contract amount$ 149,698 40 New con tr act tot al · $ 179, 588 40 CITY OF CARLSBAD City Manager Date TIME CHANGE: Add days -Q-Deduct days ---~D--_ Add/deduct days this change -Q- Previous add/deduct days -Q- Original contract days 6D New contract time 6D CONTRACTOR White Pink Yellow Gold · • Job File -Project Inspector • Contractor -Purchasing with P.O. Change Order · MUNICIPAL PROJECTS DEPARTMENT · '?i-iv CONTRACT DOCUMENTS & PROJECT SPECIFICATIONS FOR PARK DR-IVE ASSESSMENT DISTRICT AND PARK DRIVE/ MARINA DRIVE INTERSECTION· IMPROVEMENTS PROJECT + 3216 ,~· , I I , ' I , NOTICE INVITING BIDS PROPOSAL TABLE OF CONTENTS BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE CONTRACT LABOR AND MATERIALS BOND PERFORMANCE BOND CERTIFICATION OF COMPLIANCE ESCROW AGREEMENT OR SECURITY DEPOSITS IN LIEU OF RETENTION CITY OF CARLSBAD PAYMENT RELEASEIFORM SPECIAL INSURANCE INSTRUCTION FOR CONTRACTORS GENERAL PROVISIONS SPECIAL PROVISIONS DETAIL DRAWINGS -RETAINING WALL -STREET LIGHT DETAIL -CURB AND GUTTER -ASPHALT CONCRETE BERMS -· SIDEWALK -GUARD POST AND BARRICADE -STREET SURVEY MONUMENT -STRIPING -LINE MARKER -FIRE HYDRANT MARKER PAGE 1 3 8 9 11 12 13 19 21 23 24 27 28 31 42 60 61 65 66 67 ~ 70 72 73 CITY OF CARISBAD, CALIFORNIA NOTICE INVITING BIDS • Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 P.M. on the 31st day of August, 1988, at which time they will be opened and read for performing the work as follows: L , PARK.DRIVE ASSESSMENT DISTRICT and PARK AND MARINA INTERSECTION IMPROVEMENTS CONTRACT NO. 3216 The work shall be performed in strict conformity with the specifications therefor as approved by the city Council of the City of Carlsbad on file with the City Clerk. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the 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 tert (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Contracts Code Section 20170), appropriate securities may be substituted for any money deposited with the City to secure any obligation required by this notice. The documents which must be completed, properly executed, and notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience All bids Estimate. solely as will be compared on the basis of the The estimated quantities are approximate a basis for the comparison of bids. Engineer's and serve No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of State law. The Contractor shall state his or her license number and classification in the proposal. The City reserves the right to award said contract at any time up to, but not to exceed, February 15, 1987. .Bidder hereby warrants against bid increases during this period of time. Further, all export material must be disposed of outside the 1-imi ts of the local coastal zone, said limits being available for inspection at the city offices of the Municipal Projects Department, 2075 Las Palmas Drive, Carlsbad. , 2 A total of sixty (60) calendar days is authorized to complete this project. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, city Hall, Carlsbad, California, for a non-refundable fee of $25.00 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 California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office 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 to insure compliance with provisions of Section 1777.5 of the California Labor Code. The provisions of Part 7, Chapter 1, of the California Labor Code commencing with Section 1720 shall apply to· the Contract for work. A prebid meeting and tour of the project site will not be held. 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 each in an amount equal to one hundred percent and fifty percent, respectively, of the Contract price will be required for work on this project. The Contractor shall be required to maintain specified in the contract. Any additional cost of shall be included in the bid price. insurance as said insurance Approved by the city California, by Resolution ~&u~~-="~-sut~_, 1988. Council of the City of Carlsbad, No. ;{g-256, adopted on the 2nd day of Ji!,t lerk J J J J J J J ] J City Council City of Carlsbad 1200 Elm Avenue · CITY OF · CARLSBAD CONTRACT NO. 3216 PROPOSAL Carlsbad, California 92008 3 The undersigned declares he/she has carefully examine the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3216 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and the he/she will take in full payment therefor the following unit prices for each item· complete, to wit: Item No. 1. ..... 2. 3. 4. Item Description with Unit Price or Lump Sum Price Written in Words Clearing and Grubbing, Traffic Control a~d Mobilization at r.J11 1=: :::::J:;6 fab<a < :o ¢;;? ..S. IL ih"~D dollars and ts-b Appropriate Quantity and Unit cents lump sum. Lump Sum Unclassified Excavation at Ei¥7--5E-/ dollars and t,b cents per cubic yard. 1,587 C.Y. Aggregate Base Material at 7a-J dollars and ,.Jo cents per ton. 1,496 Ton Asphalt Concrete Pavement at ffe/72.T'f dollars and z,Jo cents per ton. 558 Ton Unit Price Total J 0 0 J J D J J J 0 0 D Item No. 5. 6. 7. Item Description with Unit· Price or Lump Sum Price Written in Words Variable Thickness A.C. Overlay at F, e:ry ddllars and ;J;; cents per ton. 6 11 Type 'G' Curb and Gutter at ffe1R.7e-a;p,_/ dollars and No cents per lineal foot. 5 1 P.C.C. Sidewalk at QJ,g- and ..S.1 !l--r;g square fo t. dollars cents per Approximate Quantity and Unit 87 Ton 915,L.F. 4,.343 S.F. a. Type 'I' Masonry Retaining Wall (811 Thick) at---,--~~ dollars and 6-h cents per squar~ foot. 9. Type II Masonry Retaining Wall at ~g,J~ dollars and ,Jo 491 S.F. cents per square foot. 1,367 S.F. 10. · Street Light at fey-4 22, ' 11. 12. 13. M"""-'M rt> dollars and __ _ iJo cents each. 5 EA -----'-"=-- Adjust Water Valve cover to Grade at O,.J,s J..l'-'--.Jt:>?§J;, T~ dollars and --~;)=o=------cents each. 7 EA Adjust M.H. Frame and Cover to Grade at Q.,J..-/Ju.Jr;,pffi? .::,1 fLT'-/ Fi 11..- dollars and --~N~o_,_ ___ _ cents each. 5 EA 6 11 Type "A" A.C. Berm at __ Ei~v<r=,,-----dollars and 6,6 cents per square foot. 447 S.F. Unit Price so- /J /7 4oco //0 .:s 4 Total 23,'Z..39 IJQ J J J J 7 J J J J J J _/ D Item No. 14. - 15. 16. 17. 18. 20. Item Description with Unit Price or Lump Sum Written· in Words Reflective Panel Guard· Post at 0,../6 Af-.;Jt"?<?'P dollars and a cents each. White Traffic Stripe and Legend at T.;-{iZ5!5' dollars and ,Jq cents per square foot. Yellow Traffic Stripe at :::EJo dollars and $;,e-.,/e,., (-r:!:::f_. cents per square fbot. Type 'D' Two-way Yellow R.P.M. at-----=.$""'-''~=-----dollars and ______ _ N? cents each. Street Survey 7:!i 4ui,Jt;:,i2£=o"j'.; cents each. Monument at dollars Approximate Quantity and Unit 7 EA 235 S.F. 718 S.F. 49 EA 3 EA Type 'G' One-way at ~-rE2?)... t clear R.P.M. dollars and .:::, cents each. Job Signs at No /.1,_,,Jr;,,=r:::, dollars and cents each. 9 EA 2 EA Unit Price 2c:0- 5 Total ]OS- Zq4 ?co J ] J J J J 0 J J J J J cJ D . I 6 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the· bids will be computed as indicated above and compared on the basis of the corrected totals. The Undersigned has checked carefully ali of the above figures and understands that the City will not be responsible for an error or omissions of the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within ten (10) days from the date of Award of Contract by City Council of the City of Carlsbad, the· proceeds of c~eck or bond accompanying this bids shall become the property of the City of Carlsbad. · Licensed in accordance California providing for No. 4':\:l-, . · with the statutes of the State of the registration of Contractors, License Identification --~A....._· __ The Undersigned bidder hereby represents as follows: 1. That no Councilmember, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that nor representation, oral or in writing, of the City Council, its officers, agents, or employees .has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without col~usion or fraud. Accompanying this proposal is '13.:,d.,L,JA ~ j (Cash, Certified Check, Bond or cashier's Check) for ten percent (10%) of the amount bid. \ J' J J J 0 ] J J J ] 0 J J ] 0 . ' D 0 ·• 0 .. --□ 7 The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake. self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract. The Undersigned is aware of the provisions of the State of California Labor Code, Part 7, Ch~pter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. Phone Number B-31-88 DALEY coRP'olATION P. 0. Box 20188 San Diego, Caht. 92120 Telephone 619 283-6101 bi~@ll~e # 416-A / Bidder's Address Authorize.a Signature THOMAS D. SHADDOt ~ICE P~ESIDENl, ,' : · . 'l~._ . ... ·'·'·, -;-... (.• ,_. Authorizeq.1 Signature,· ., ' t I,. •.... , (•(,, . / · ~ • lit/,.., T pe of Organization (Individual, Corporation, or Partnership) ' List below names .of President, Secretary, Treasurer,. and Manager, :i,.f _·a corporation; and names of all partners, if a partnership: - RALPH T. RICHEY, VICE CHAIRMAN, C.E.O. JOHl'1 H. DALEY, PRcSIOENT / THOMAS D SHADDOX, VIC'=-E-1::!P~Re,;ES~IYD~E~"'-IT1-------- ROBERT A. MacNAMARA, SECTY/TREAS. .,,_, (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ~ATTACHED) ( CORPORATE SEAL) STATE OF CALIFORNIA COUNl-Y OF -· San Diego 0 OlflClAl SEAL DONNA ENGUSH NOlllY PUIII[, [ILIFOINIA PRINCIPAi OFFICE IN SA~ DIEGO COUNIY M Commlulon Explrh Oct. 13, 1990 ._,,....,.~_,..... ,,.... ,-....~, '"~-"-• --~ ACKNOWLEOGMENT-Corp.-Pres. & Sec.-Wolcotls Farm 222CA-Ri,v. 11-63 ©1983 WOLCOTTS. INC. (price class 8-2) On this 31st day of August in the year 19_fill., before me, the undersigned, a Notary Public in and for said State, personally appeared Thomas D. Shaddox _____________ 100(~------------ ---------------------personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Vice President aii1!X,_ __ ~=~JSlfMi>mJ, ~~. of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by:laws or a resolution of its board of directors. WITNESS my hand and official s Stete of CALIFORNIA t ~umyof-_-_~_S:AN:::D::IE:GO:::====( On _ ___,A"'u...,gu....,st.,,_,3,,0,_,,__....l.,_98.,.,8,__ ____________ , before me, ss. CHERYL ·ALBRECHT -the under-signed Notary F\Jbllc, perscnally appeared /.~ i,.?-, ,:..>---• _ _.J.,A .. C...,K...,.G,.,,..__.r"',Iu.IP .... I.i:EN.a_ ________________________ , 'i [! persona I I y known to me D proved to me on the basfs of satlsfactory evidence. To be The person(s) who executed the within Instrument as (-,~~-. ATTORNEY-IN-FACT or on the behalf of the ~c'"'or=p""or=-at=1c:onc::--t=her=e"1,-n naned, 1and acknowledged to rre That the corporation executed It. · :;;.:; '., , CHERYL ALBRECHT ~ NOTARY PUBL!~ CALIFORNIA PRLNCJPAL OFFICE IN :'li,.o,;;.,,, SAN DIEGO COUNTY My C~mmission Expires JanUary 1, 1990 Notary's Slgnatur STATE OF CALIFORNIA COUNTY OF-. __,S,,,a,.,,nccD=ie""g"'o'----~--- \:~ e---~ -· DONNA ENGLISH ◄ , •, NOTAIY PUIUl, CALIF0IMIA , , " PRINCIPAi OFFICE IN > SAN D•EGO COUNTY ◄ Mv Commlt11on Expire, Oct. 13, 1990 •.;;,,_..,...,....,.~-~ --0 On this 31st day of August in the year 19 .. filL before me, the undersigned, a Notary Public in and for said State, personally appeared Thomas D Shaddox ______________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Yi ce President lll)rk _______ J!l!IX8!aqc; ~ of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to Its by-laws or a resolution of its board of directors. ___ __,T;~ ·~--'·--·---:l~N~S-~. ~y hand and official~ ~ / L,.. ACKNOWLEDGMENT-Corp.-Pres. & Sec.-Wolc_ons Form 222CA-Rev. 11·83 ~ry Publi:~tate ~~ ©1S83 WOLCOTTS, INC. (pnce class 8·2} : _ ) ]' J J J D J J J D J J _J :o 8 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: J' That we, DALEY CORPORAT!C>~ , as . Principal, · and THE AMERICAN INSURANCE COMPANY , as Surety are held and firmly bound unto the city of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amqunt) · · 4 t~ z7a ( Fi;;;!% rr;:;_= y-.1~~*=::$ for which payment will and truiy made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments. THE ·CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if 'the prop·osar of the above-bounden_ principal for: PARK DRIVE ASSESSMENT DISTRICT and PARK AND MARINA INTERSECTION IMPROVEMENTS CONTRACT NO. 3216 in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty () 20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto day of frrAGU~T , l.987. Corporat-a Seal (if Corporation) •' i-,, THE AMERICAN-INSURAl'lCE CO PANY' t:z By,..:::::1':J/L~......)f;.Z:..,.~ki4.~b=-- ent of Attorney in fact)-_ I , :.• l,' ,· '-~. -~ /., ,. ,..t \. t;' • • I I \ .. set our hands and seals this~ ".' 11.,lj ' '\ \ \\ ( \' '1,,,,, DALEY CORPORATION\_:,•··;:::"" ·<. •, , Principal,'-·., \ ·. -;c;'j ,. ;,. l; - ~5J!l4;-Jjp .. ,-:·>· THOMAS D. SHADDOX, VICE iPRESIDENT (Notarial acknowledgement of execution by all PRINCIPALS ~5~~F .\ .~Ti'ORf-lEY THEAMERICAJ)I INS~RANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and existing under the laws of the State of New Jersey. and having its principal office in tht; City a,ld County of San Francisco, California, has made. conslitutcd and appointed. and docs by these presents make. constllulc and appoint , . JACK G. LUPIEN, DALE G. HARSHAW, SIOUX MUNYON, H. E. HARRIMAN, JR. and DEBRA J. NIEMEYER ,, true and lawful Attomcy(s).in-Fact. with full JJUc9kJ/au'nforir;.1J~~b~ JJJcrrcd in its name. place and stead. to execute. seal. acknowledge and acliver any and all bonds, undertakings. rccogflizanccs or other wriucn obliga1ions in the nature thereof ------:-------------------- and to bind the Corporation thereby ~s fully and to the same extent as if such bonds were signed by the President. scaled with 1hc corporate seal of 1hc Corporati~ and duly aucstcd by its Secrclary~ hereby ralifying and confirming all that the said Allorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Anicle VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VIII. AppaUJtmeat and Authority Assistant secretaries, and Attorney-in-Fact .1nd A8tnts to accept Legal Pro~s and Make Appearanca • . Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized by the Board of Directon, the Chairman of the Board of Directors, th~ President or any Vice--President, may, from time to time, appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of lhe Corpo111tion. · , Section 31, Authority. The Authority of such Resident Assistant Secretaries, Attorneys-in-fact, and Agents shall be as Prescribed in the instrument evidencin1 their appointment, and any such appointment and all authoricy granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment. 0 This power of attorney ·is signed and scaled under and by the authority of the following Resolution adopted by she Board or Dircc1ors or THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day or September. 1966. and said Resolution has not been amended or repeaJed: · ··RESOLVED. that the signature or any Vice-President. Assistant Secretary. and Residen·t Assis1ant Secretary of this Corporation. and lhe seal or this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any cenificate relatinB, 1here10. by facsimile. and any power of attorney. anr, revocation of any power of anomey. or certificate bearing such facsimile signature or facsimile seal shall he valid and binding upon th~ Corporation. • · . • IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice-President. 1111ditscorporateseal to be hereunto affixed thi;2sth dayo! May 19 ~ • SLUEOFCAUFORNIA COIINl'Y OF MARIN ~ THE AMERICAN INSURANCECOMPANY J. \µ_~~ ~'~~ }f By ___ .:_c:..__.=:.._:::;,.:~=.;...=----"'------v1,c-Prc..,dcn1 . . 28th May 85 Richard Wi 11 i ams On thtS ----:--:-day of --,--:---"'--,,.,--,----,,-, 19 ___ • before me personally came.~--==-=~==-=--~ • to me known, who, being by me duly sworn, did depose and say: 1ha1 he is Vice-Presideni or THE AMERICAN INSURANCE C0~1PANY. !ht' Cor- poration described in and which executed the above instrument: 1hat he knows the seal or said Corpora1ion: thal 1he seal arrixed 10 the said ins1rumen1 is such corporate seal; that it was so affixed by order of the Board or Direc1ors of said Corporation and tha1 he signed his name 1here10 by·like ordtr. IN WITNESS WHEREOF. I have hereunto sci my hand arid affixed my official seal.1he day and year herein firsl ahovc wriuen. ■11111111111u11nu111u11111n111111111111111111111n11• : OFFICIAL SEAL . : E@ SUSIE .It GILBERT § S · -• : . NOTARY' PU!UC • CALIFORNIA 5 : Priniip,al Office In Mlrin C1Jun1y : 5 · · My CommiHion Ez;ire1 Nol'. 17. 1988 : i:•1111111111111111111111111111111111111110111111111111,i STATE OF CALIFORNIA COIINl'Y OF MARIN CERTIFICATE I, the undersigned, Residen1 Assis1an1 Secrelary of THE AMERICAN INSURANCE COMPANY. a NEW JERSEY Corpora1ion. 00 HEREBY CER- TIFY that the foregoing and auachcd POWER OF ATTORNEY remains in full force and has not been revoked; and funhermorr tha1 Ankle \'Ill. Se~- tions 30 and 31 of the By-laws or the Corporation, and the Resolu1ion of the Board or Directors, set fonh in the Pow~r or Anorne)', ar~ now in fori:e. Signed and sealed at the County o: Marin. 360711-TA-5-81 . J J J J D ]; ] J j J 0 J 0 J D □ 0 D D 9 DESIGNATION OF SUBCONTRACTORS The Undersigned. certifies he/she has used the subbids of the following listed Contractors in making up his/her bid ant that the subcontractors listed will be used for the work for which they bid, subject to the approval of the· City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the city Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached if required. Items of Work 1.s; 1i:..1r1, l'j Full Company Name Complete Address with Zip Code Phone No. with Area Code //7'ZZ.. =-~ ~ lk-.. ~ Fl ~.µ. <=)21Zb :l:42-Pof':il blzE??b.T4-T?%'":?r1?1j21..J6) ?D. ~ Z:.1::-¼,D £L.Czu~ ')ZOZJ .$&J= 920] l Sc'..,,-z...-34C'f--. ::&-n"c.:ae,,..../ ~~ffi I( ~jct, \/i:..T/4!;,~ ""uiz_. . ..!S.. w. 6"8-z.-,4-cfj J J J ] J ~l ] J J 7 J J J J J J J _J 10 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission: Additional pages can be attached, if required. Full Company Name ?&TL./L.4,,,, b < ·? Ye--/ I b ,,,, .L.Jn::7=TA;,-=-.:;;_,-2., >1 Jt.., , ~ ?F?.\(!CR:5- Type of State Contracting License & No. Carlsbad Business License No.* C-8 2.]03.s:O JcyJee Ls .s?-P:4 "L,,, £;e C-.s2 SI 390'} . ~--"'A""jaj"""'"''="'--- A ic-10 ~10~ _ __.b.&-1&:k2s.3 ....... ~ C. t E 2-'}o4:l7 r,,\c,,Je Amount of Bid($ or %l .d. ,s,,xn .,!. $$r7C) 4 1-4-;a?O .,j. /3, crx::, * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. (Notarize or Corporate Seal) Di\I.,EY CORPOR 4 TlON BJ.~EG: ~ox>~MBi ~~~~I San Diego, Calif. 9~120,' · · ----,:r;si: ~ Lie . { Authorized Signatur~.-, · J J J J 0 J J J 0 L D J ] J J ~ D D 11 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statement of his/her 'financial responsibility. ' \ ~ '> Q 3-+ ui,\ \,c,,,::, :::i=-H \H: Tuciy c"T (Notarize or Corporate Seal) :se,14~ Signature~ THOMAS D. SHADDOX, VICE PRESIDENT' J J J J j J J J J 7 .] J ] J 0 D 0 LI BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 12 ,The Bidder-is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City· to judge his/her responsibility, experience and skill. An attachment can be used, if notarized or sealed. Date Contract Name and Address Comnleted of the Emnlo••er 1?-5\-~"\.. ,.,~_ .\C:::-.• "i"'\ e J "V ?-"--~~ h-I-_((\, 'I ,,1'._1,S:-G>& ' 75 ,, ..J-r .. -- I .• - (Notarize. or Corporate Seal) \ ~ -- '· I I '.I Name and Phone No. of Person Type of Amount of to Contact Work Contract ..J ...... C..A.""._7"\ '-", <la\ IA. \{,ffl>qO. ~ \~.:t ?~'•I 'i)r, :I: < ~ .• -'4 J I ..___~---~ I<;;>_ ~ ...14 ~--k '-1:\\, ..:, :.J ~ -. ,.,_ -~'"-Z~- a-s _.___, ~~ .. , 7 . (t:f ,\t\, _.._,_ 0 • I I I , , I I I ~ • I i 11 , , \~· .. \~IIIJ, \ ., ,,' .'• \. ,,• I '•,,, •, -/) c--:-i AJ·'/ I-'./ A 'c' .. ·,_,,',·· .. - J -• ' ' -~ ' \ \ ., --. : '. '' . ' ' ' ' J J J J J J D J J D 0 0 0 n ,_J 13 CONTRACT -PUBLIC WORKS This agreement is made this //«-' day of tP~ between the City of Carlsbad, California, corporation, (hereinafter called "City"), and Daley Corporation , 1988, by and· a municipal whose principal place of business is P.O. Box 201B8, San Diego, CA 92120 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. 2. 3. 4. Description of Work. Contractor shall perform all work specified in the Contract documents for: PARK DRIVE ASSESSMENT DISTRICT and PARK AND MARINA INTERSECTION IMPROVEMENTS CONTRACT NO. 3216 (hereinafter called "project")· Provisions of Labor and Materials. Contractor shall provide all labor, :materials, tools, equipment, and personnel to perform the work specified by the Contract documents. Contract Documents.·-The Contract documents consist of this Contract; the bid documents, including the Notice to Bidders, Instructions to Bidders' and Contractors• Proposals; the Plans and Specifications, the Special Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and. Specifications, and the bonds for the project; all of which are incorporated herein by this reference. The Contractor, her/his subcontractors, and materials suppliers shall provide and install· the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the city's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. Payment. All full compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction.-.The. closure date for each monthly invoice\.will be the 30th of each month. , [! :. 5. 14 Invoices from the Contractor shall be submitted according to the required City format to the City's assigned project manager no later than the 5th day of each month. Payments will be delayed if invoices are received after the 5th of each month. The final retention amount shall not be released until the expiration of thirty-five (35) days following the recording of the Notice of. Completion pursuant to Civil Code Section 3184·. Independent Investigation. Contractor has made an Independent Investigation of the -j obsi te, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work,• and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. An information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thud indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor· shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the city. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contract shall not be responsible for reasonable delays in the completion of the work caused by acts of. God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this Contract, order changes, modifications, deletions, and ex~ra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the city has issued a written change order designating in advance the amount of additional compensation to be paid for the work If a change order deletes any work, the Contract price shall be reduced by a fair a_nd reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined by litigation. , 8. Immigration with the Control Act 15 Reform and Control Act. Contractor shall comply requirements of the "Immigration Reform and of 198611 (8 USC Sec. 1101-1525). 9. Prevailing Wage. Pursuant to the Labor Code of the sTate of California, the director of the Department of Industrial Relations has determined the. general prevailing rate of per diem wages in accordance with Labor Section 1773 and a copy of a schedule of said general prevailing wage rates is. on file in the office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to Labor Code Section 1775, Contractor shall pay prevailing wagers. Contractor shall post copies of all applicable prevailing wages on the job site. 10. Indemnity. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contractor or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the city. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or other dispute resolution method. 11. Insurance. Without limiting Contractor's indemnification, it is agreed that Contractor shall maintain in force at all time during the performance of this agreement a policy or policies of insurance covering its operations and insurance covering the liability stated in Paragraph 10. The policy or policies shall contain the following clauses; Contractor's liab_ili ty insurance policies shall contain the following clauses: A. "The City is added as an additional insured as respects operations of the named insured performed under contract with the City." B. '11It is agreed that any insurance maintained by the City shall apply in excess of and not contribute with, insurance provided by this policy." , • 16 All insurance policies r~quired by this paragraph shall contain the following clause: A. "This insurance shall not be cancelled, limited or non- renewed until after thirty (30) days written notice has been given to the city." B. "The insure:c-waives any rights of subrogation it has or may have, against the City or any of its officers or employees." Certificates of insurance evidencing the coverage required by the clauses set forth above shall be filed with the city prior to the effective date of this agreement. 12. Workers' Compensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury, and liability of every kind, nature, and description brought by any person employed or used by Contractor to perform any work under this Contract regardless of responsibility for negligence. 13. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in Paragraphs 10 and 11 or proof of worker's compensation self-insurance prior to the start of any work pursuant to this contract. 14. Claims and Lawsuits. Contractor shall comply with the Government Tort Claims Act (Government Code Section 900 et seq.) prior to filing any lawsuit for breach of this contract of any claim or cause of action for money or damages. 15. Maintenance of Records. Contractor shall maintain and make available at no cost to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 16. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the California Labor Code are incorporated herein by reference. 17. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this contract. • 17 18. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 19. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisions" attached hereto and made a part hereof. (Notarial acknowledgement of execution of ALL PRINCIPALS must be attached.) DALEY CORPORATION Contractor Title THOMAS 0. SHADD~ VICE PRES1DENT By • A~ED AS TO FORM: ~ .4 Q.~ r-·,-,,1fil1;.Y Attorney /0,{,, H>, ., , _,.. ~--nS TO F'ORM· ~ci: . ",Cr.NT F'. BIONDO . · ' JR., Chy AT'tORNl!/V BY __ ~N-Aui,;~;.---- ATTEST: d/4--zzliv e {(41~°) RoNALD Ft S'AU; = City Clerk -- STATE OF CALIFORNIA COUNTY OF ___ Sa_n_D_i_e,,,_g_o ______ _ • , emc1A, sea .• · , DONNA ENGLISH I "' ' ; NOIIH PUIIIC, WIFOIJIII I ' ' l PRINCIPAL OFFICE IN ' " SA111 DIEGO COUN1'1' ' 1 Mv Comml01lon Explrea Oct. 13, 1990 > ..._,...,_,-..... , ,,,.,_,..,,_;::;;""vol_ ACKN0WLE0GMENT'-Corp.-Pres. & Sec,-Wolco!ls Form 222CA-Rev. 11·83 ©19B3 WOLCOTTS, 1Nc. (prtceclass 8·2) On this 28th day of September in the year 19~. before me, the undersigned, a Notary Public in and for said State, personally appeared Thomas D. Shaddox _____________ ]I...,.....,. ____________ _ ___________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Vice President ilflll ______ :SI00!:1<¥, lll&l'!lCINely, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. £) O • ~1'W~ _/4., ,,~,,_, /. Notary Public in and fclCJid State. ·/ ,.-~,~, .,, 1 -....... '" -~ ,•.• ---~ t·•:1,,:···· '<: ·\l .. ! ' • • • I J ~ I ..J r 1 J J ~] 7 J PRODUCER f.J~hn B~rnham & Company 610 West Ash S,treet .o. Box 2910 San Diego, CA 92112-4215 Daley Corporation Grantville Station P.O. Box, 20188,, San D'iego CA 92120 ISSUE DATE (MM/DD/VY) 10 05 88BD THIS CERTIFICATE 1s 1ssuED AS A MATTER o/il6'JlfiATION ONLY AND CONFERS ·NO RIGHTS UPON THE CERTIFICATE HObDER. THl8'CI IFICATE DOES NOT AMEND, EXTEND QR ALTER THE COVERAGE AFFORDED BY T _ CIES BELOW. • COMPANIES AFFORDING COVERAGE COMPANY A - LETTER Ar onaut Insurance COMPANY B LETTER COMPANY C LETTER COMPANY D LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI• TIONS OF SUCH POLICIES. TYPE _OF INSURANCE _ OBILE LIABILITY . YAUTO ' 1 , OWNED AUTOS X HIRED AUTOS: .. - X NON-OWNED AUTOS. GARAGE LIABII.IT\'. PO'LICY NUMBER LL77478002011 ;, BA77478002012 POLICY EFFECTIVE DATE (MM'DOJVV) 5/01/88 5/01/88 POLICY EXPIRATION DATE (MM.IDO/VV) ALL LIMITS IN THOUSANDS MEDICAL EXPENSE (ANY ONE PEP.SON) 5/01/89" CSL $ BODILY INJURY • • ..,, (PER PERSD~) $ PROPERTY DAMAGE ---+--,.l=======-l-_:__ _____ ___j:. ___ _j_ __ _ EXCESS LIABILITY ; $ EACH OCCURRENCE, AGGREGA.TEa OTHER THAN UMBRELLA FORM WORKERS' COMPENS)\TION __ AND . EMPLOYERS' LIABILITY _ OTHER WC77478002010 $_, 5/01/88 ,,-I $ 10 0 0 (DISEASE-POLICY LIMIT) $ 10 0 0 IDISEASE·EACH EMPLOYEE) TIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS .. K DRIVE IMPROVEMENTS ' ' ,, ~.i-. I ., TX-OF TN: RUTH ·. 00 ELM .• PIRATION DATE THER 0 MAIL 3 0 DAYS WRITT e LEFT, BUT FAILURE TO R 1~~;rt\t~r. :[~ti:W ;~h;I:~i;.y - LIABILITY OF ANY.KIND • AUTHORIZED REPRESE ri~~;j~">-1l\t,i;f ~ ..... !;.,it I ' i ' ' ' CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKER'S COMPENSATION RESPONSIBILITY 18 "I am aware of the provisions of Section 3700 of the Labor Code which requires ,every employer to be insured against liability for workers• compensation or to undertake self-insurance in accordance with the provisions · of that code, and I will comply with such provisions before commencing the performance of the work of this Contract." DALEY CORPORATIO~d~ Contractor CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "I am aware of the requirements of the Immigration Reform and Control Act of 1986 (8 use sec. 1101-1525) and have complied with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, sub- contractors and consultants that are included in this Contract." DALEY C0RP0RATI0N ....;;£J-.-d/4 :/4y Contractor . CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM I hereby certify that ___.,D~A!~EY.......,t~OB~P~OmRA~J~IO~N _____________ _ (Legal Name of Contractor) in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments . ' \_ _ , . 9-ZB-65 4 :r~/14:IJ ~ Date Signature -:~_:::. ;_ /_ -· . ~ ~ THOMAS D, SHADDOX, vfcE}'RESlliENT, ? Title (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) (CORPORATE SEAL) , \ STATE OF CALIFORNIA COUNTY OF __ S_a~n_D_i---'eg,,_o ______ _ •DO=IA~ IIOfAH Pllllll, CAUffDIA PRINCIPAL OJflCi IN SAIII DIEGO COUNt'I' M Commlull>n Expires Ott. 13 1990 .,,.,,..,,,,,..,, -4 ~ ........... ...,,'V"v"- ACKNOWLEDGMENT-Corp.-Pres. & Sec.-Woltotls Form 222CA-RBv. 11·83 ©1983 WOLCOTTS, lNC. (price class 8-2) On this 28th day of September in the year 19.Jl.!!., before me, the undersigned, a Notary Public in and for said State, personally appeared Thomas D. Shaddox ______________ :a:..,.. ____________ _ ______________________ personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Vice President ~ _______ l!i~iltf, BIIBC!Nely, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. • 19 In the event any· Contractor above named executed this bond as an individual, it· is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has the Contractor and Surety above named, been duly executed by on the · 23rd day of --~S~E~P~J~ft~JB~f~R._ _____ , 19.filL_. DALEY ·CORPORATION ~ -· ~ti 4_Q)@Z71,£,11 (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER MUST BE ATTACHED.) -,, THOMAS D. SHADDOX, VICE PRESIOENT Contractor ·· .,, -✓, ,' / (CORPORATE SEAL) BE AMERICAN INSURANCE COMPANY ·' State of CALIFORNIA . County of SAN DIEGO __ .,! __ _ ~ on __ -"S~EP~T~E~M~BE~RL.k.2~3~.~129ru88:i._-.:_ _______ _ ss. CYNTHIA A. COMBS before me, the undersigned Notary Pub I le, personally appeared JACK G. LUPIEN @ persona I I y known to me o· proved to me on the basis of safJsfactory ev ldence. to be the person(s) who executed the within rflstrument as ATTORNEY-IN-FACT · =~~~~---;;;;;;;-;;;;--;:;:;;--;;;::;;::::-:-.-,::~:,;:..;cc---.,.,-or on the behalf of the corporation therein naned, and acknowledged to me that the corporat Ion executed rt. WITNESS my name and offlclal seal, ~A· dt/~ Notary's Signature ·,_ ;_, ,• . STATE OF CALIFORNIA 1 } - ~-ss. COUNTY OF San Diego • 011/CUI& UA& DONNAENCUSH NOTAIY IUIU!, WlfGUIA PRINCIPAi OfflCE 1H SA"' 01&;0 COUNTY ,.M_,.._,co;.;';;;'" .. "';;;".-;°":.:,,=Exl)I,.. Oct. 13 1'90 . ,,,....,._,.....,,...,-.;; .. ACKN0WLE0GMENT-Corp.-Pres. & Sec.-Wolcotts Form 2l2CA-Rev. 11·83 ,©1983 W0LC0TTS. INC. (pnce class 8·2) on· this -~2"'8"-'t"'h,___ day of ----"S~e~pc.ct~e.c,m~b~e~r'--____ in the year 19~. before me, the undersigned, a Notary Publi.c in and for said State, personally appeared Thomas D. Shaddox ----~-----------------· personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Vjce President ~ ______ :Sl>1lr«11<¥, mi.l!llC)tlJely, of the Corporation therein named, and acknowledged to me that the Corporation executed ii pursuant to its by-laws or a resolution of Its board of directors. WITNESS my hand and official seal. GENERAL POWER OF AlTORNEY THE AMERICAN INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation duly organized and existing under 1he Jaws of the State of New Jersey. and having ils principal office in the City and ·County of San Francisco. California, has made. constitulcd and appointed. and docs by these presents make. cons111utc and appoinl JACK G. LUPIEN, DALE·G. HARSHAW, SIOUX MUNYON, H. E. HARRIMAN, JR. and DEBRA:J. NIEMEYER , . . r .inintlv nr .severallv d' . • 1 d d t I k I d d its true and lawful Anorncy(s)-an-Fact. with ull J:I0Wcr and'aultionfyllercby confcrre in its riame. pace an stea .10 exccu c, sea. ac now c gc an ,deliver any and all bonds, undertakings. recognizances or other written obligations in the nature thereof -------------------------- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. scaled wilh lhc corporate seal of lhc Corporation and duly aucsted by ils S;ccrc1ary. hereby ratifying and confirming all that the said Attorncy(s)-in-Fact may do in lhc premises. This power or attorney is granted pursuant to Article VIII. Section 30 and 31 ol By-laws or THE AMERICAN INSURANCE COMPANY now in lull force and effect. . uArticle VU], Appointment and Authority Assistant secretaries. and Attorney-in-Fact and Agents to accept Legal Process and Malr.t Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized by the Board or Directors, the Chairman of the Board of Directors, the President or any Vice-President. may, from time to time, appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for end on behalf of the Corporation and Agents to accept legal process and· make appearances for and on behalf of the Corporation. • Section 31, Authority. The Allthoricy of such Resident Assistant Secretaries, Attorneys-in-Fact, and Agents shall be as prescribed in the instrument evidencins their appointment, and .any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment ... This ,power of auorney is signed and sealed under and by the authority of the following Resolution adopled by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of Seplembcr. 1966. and said Resolu1ion has not-been amended or repealed: ··RESOLVED. that lhe signalure of any Vice-President. Assis1an1 Secretary. and Residen1 Assis1an1 Secre1ary of this Corporation. and 1he seal of this Corporation may be affixed or primed on any power of anorney. on any revocation of any power of auorney, or on any certificate relating 1here10. by facsimile. and any power of anorney. anr, revoca1ion of any power of attorney. or certificate bearing such facsimile signa1ure or facsimile seal shall he valid and binding upon the: Corporation. • IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presenlS to be signed by ii.. Vice-Presiden1. and itscorpora;e,eal to behereun1oarrixed thi,'28th dayol May 19 ~ • STATE OF CAUFORNIA COUNTY OF MARIN ~i:~NSU~~~=--~-- By ____ .:..._.:..._ __ _:___..:.,v~,,~,~-~ .. ,~,;~,,~.~,-----''-------- / On this 28th dayor May • 19 ~. beforemepmonallycamc Richard Williams • to me known, who, .being by me duly sworn, did depose and say: 1hat he is Vice-Presideni of THE AMERICAN INSURANCE CO~1PAN\' 1he Cor- poration described in and _which exccu1ed the above instrument: 1ha1 he knows the seal of ·said Corpora1ion; 1ha1 1he seal arrixed 10 1he !>aid i~s1rumen1 1s such corpora1e seal; thal II was so a((ixed by order of the Board of Direc1ors or said Corpora1ion and th.iii he signed hh name 1here1o b)" lil:c ordi:-r. IN WITNESS WHEREOF. I have hereunto set my hand and aflh.ed my official seal. the da~• and year herein first ahove wriuen. ■ Ill 111 IIIIIU II IIUIIIU I lltHIHIIIIIIIIIIHII llllln n• i; . OFFICIAL SEAL . : !! ~ii SUSIE K. GILBERT S i ' -•-· -NOtARY PUBLIC • CAI.IFORHIA 5 : · .. Prin,ip..11 Office iri M11in County : 5 · · · My (o,r,minion £.;:ires Nor. 17. 1988 : ,5 :111 nHI IHIIH 1111 IHI IIIIIIHIUIHII 1111111111111111 i STATE OF CAUFORNIA COUNTY OF MARIN CERTIFICATE ,J, the-uridersigned, ~esident Assistant Secrelary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corpora1ion, DO HF.RE BY CER- 1:'IFY thal lhe foregoing and anached POW1?R OF ATTORNEX remains in full force and has nol been revohd; and funhermorC' 1h:u Anil:li: \'Ill. SC'\."• lions JO and JI of the By-laws of lhe Corporauon,-and lhe Resolu11on of the Board of DirC'Clors. se_l for1h in 1he Po~·er or A11orne)'. art now in ftm,•e. Signed and sealed at the County of Marin. Dated the 23rd day ,of SEPTEMBER 1988 • ~£ . ----'""------.-,-,id-,-.-, -,.-_,'-.i,-,,-.-,-,~----- 360711-TA-5-81 r r r r [ t [ .ec l l l l l L EXECUTED IN FOUR COUNTERPARTS BOND NO. 11126~88697 PREMIUM: INCLUDED LABOR AND MATERIALS BOND KNOW ALL PERSONS BY THESE PRESENTS: 20 WHEREAS, the City .. Council of . the California, by Resolution No. 88-341 city of Carlsbad State of , adopted 9/20/88 , has awarded to Daley Corporation designated as the "Principal"), a Contract for: PARK DRIVE ASSESSMENT DISTRICT and (hereinafter PARK AND MARINA DRIVE INTERSECTION IMPROVEMENTS CONTRACT NO. 3216 in the city of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require· the furnishing of a bond with said Contract, providing that is said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done •thereon. of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Daley Corporation , as Principal, (hereinafter designated as the "Contractor"), and THE AMERICAN INSURANCE COMPANY as Surety, are he\d firmly _bound unto the City of ~~r).sbad in the sum ofSeventy four chousand, eight hundred fourty nine &2~B!rlars ( $ 74 849. 20 • ) , said sum being . _fifty_ . percent (50% ) of the estimated amount payable by the City of Carlsbad under the terms of• the Contract, for which payment wel.l and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for ·any materials, provisions, provender or the supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and, also, in case suit is brought upon the bond, a :reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4202 of the Government Code of the State of California. r + 21 This bond shall insure to the benefit of any and all persons, companies and corporations entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with Section 3082). l r [ r r L In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and surety above named, on the 23rd day of SEPTEMBER, 1988. ' ' DALEY CORPORAJION (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION FOR EACH SIGNER MUST BE ATTACHED. ) < ~-1·~"11) THOMAS D. SHADDQX,,VICE eRESIDENT . Contractor · ;, (CORPORATE SEAL) THE AMER! CAN INSURM CE COMPANY State of CALIFORNIA County of SAN DIEGO OFFICIAL SEAL CYNTHIA A. COMBS NOTARY PUBLIC· CALIFORNl4 SAN DIEGO COUNTY My Comm. E.iq)iret Jvne 2, 1989 ATTORNEY-I N-FAC \ on __ dS.!:a.Et.PTlJE;.rM:!.!:Bt..EJlR_.._23,2.,.....!la.e9c98£8_-;._ _ _;_ __ -'-------~·• before me, ( 55 ·---~C~Y~N~T~H~I~AuA~-:.._!C~O~M~B!?..2.s _______ _,_ ______ _ the undersigned Notary Publlc, personally appeared JACK G. LUPIEN @ persona 11 y known to me o· proved to me on the basis of satisfactory ev ldence. to be the person(s) who executed the within l~strument as ____ __,_--,- ATTORNEY-IN-FACT or ori the behalf of the corporation therein named, and acknowledged to me that the corporation executed ft. WITNESS my name and offlclal seal, , ~~ t2<1mk Notary's Signature STATE 01' CALIFORNIA . _ COUNTY OF __ s_a_n_D_i--'eg"-o ______ _ OFFICIAi SIA& DONNA ENCUSH NOIQ\' Pillll~ CAIIFOIIIA PAINCIPAI OFflCE IN !IAN DIEGO COUNIY M Comml,.fon Expire. Ott, 13, 1990 ... ., ...... ACKNOWLEDGMENT-Corp.-Pres. & Sec.-Wolcotts Form 222CA-Rev. 11·83 ©1983 WOLCOTTS, INC. (price class 8·2) On this 28th day of September in !he year 19Jl.§.., before me, the undersigned, a Notary Public in and for said Slate, personally appeared Thomas D. Shaddox _____________ x,""'~------------ _____________________ , personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Vice President ffil ______ :!>~¥. m1p:ec!Nely, of the Corporation therein named, and acknowledged to me that the Corporation executed II pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal.~ Notary Public in and~ GENERAL POWER OF ATTORNEY THE AMERICAN INSURANCE COMPANY KNOW ALL MEN BY mESE PRESENTS: Thal THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and existing under the laws of the State of New Jersey, and having its principal office in the City and County or San Francisco, California. has made. constituted and appointed, end docs by these presents make. consututc and appoint JACK G. LUPIEN, DALE·G. HARSHAW, SIOUX MUNYON, H. E. HARRIMAN, JR. and DEBRA·J. NIEMEYER , its rruc and lawful AUorney(s)-in-Fact, with full Jfile9!JJ/au'nfori(y~~~b: JJJcrrcd in its name. place and stead, to execute. seal. acknowledge and deliver any and all bonds, undertakings. recognizances or other written obligations in the nature thereof -------------------------- and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President. scaled with thC corporate seal or the Corporation and duly attested by ils ~cre1ary. hereby ratifying and confirming all that the said At1orney{s)-in-Fac1 may do in the premises. This power or auomey is granted pursuanl 10 Aniclc VIII. Seclion 30 and 31 or By-laws ol THE AMERICAN INSURANCE COMPANY now in lull force and effect • .. Anicle VIII, Appointment and Authority Assistant secretaries, and Altorney-in-Fact and Agents to accept Legal Process and Make Appearances. Section 30, Appolntmeat. The Chairman of the Board of Directors, .the President, any Vice-President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors; the President or any Vice-President. may, from time to time. appoint Resident Assistant Secretaries and Auoraeys-in-Fact to represent and act for and on behalf or the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. , Section 31, Authority. The Allthority of suctl Resident Assistant Secrelaries. Attorneys-in-Fact. and Agents shall be as prescribed in the i~strument cvidcncina their app0intment, and any such appointment and all authority granted lhcreby may be revoked at any time by the Board or Directors or by any person empowered to make such appointment." This power of attorney is signed and scaled under and by the authority or lhe following Resolution adopted by the Board of Directors or THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Resolution has not been amended or repealed: •·RESOLVED. that lhe signature of any Vice-President. Assistant Secretary. and Resident Assistan1 Secretary of this Corporation. and the seal or lhis Corporation may be affixed or printed on any power of auorney. on any revocation or any power of auorney. or on any ccrlificate rela1ing 1hereto. b)' facsimile. and any power of attorney. any revocation or any power or attorney. or cerlificate bearing such facsimile signature or facsimile seal shall be 'valid and binding upon lh~ Corporalion. •• IN WJ11'lESS WHEREOF. TI-IE AMERICAN INSURANCE COMPANY has caused these presents 10 be signed by its. Vice-President. j and its corpora;cseal to be hereunto affixed this.28th day of May 19 ~ • SIArE OF CAilFORNIA COIJNTI OF MARIN ~ THE AMERICAN INSURANC~COMPANY ~~J)_ ~~~-~ BY---------C.,,.~=~-----'------v1ce• e,idtnl ~nlhis 28th dayol May , 19 ~. bcforcmcpmonallycamc Richard Williams to me known. 'who. being by me duly sworn, did depose and say: 1hat he is Vice-Presidenl or THE AMERICAN INSURANCE COMPANY the Cor: poration described in and _which executed the above instrument: tha1 he knows the seal or said Corpora1ion; that 1he seal arrixed 10 1he saii.l i~strument 1s such corporate seal; that u was so affixed by order or the Board or Directors or said Corpora1ion and 1ha1 he signed hi!. name thereto by like order. IN WITNESS WHEREOF, I have hereunlo set my hand and affixed my official seal. the da)· and year herein lirst ahove .,_,.rinen. ■HIIIIIIIIIUIIIIUIIIUIIIHIIHIIIIHIIIIIIIIIHHnll• 2 OFFICIAL SEAL . : ~ ~ J~~~u~c ~~.~~!,A ~ : ~ Prin,~I Office in Muin County ; : • · · Mr Coir,rni11ion £x;im HoY. 17. 1988 E S:•1111•n11111uuuuuu .................... ,111111111i STATE OF CAUFORNIA COUNTY OF MARIN CERTIFICATE I. lhe undersigned, R:esident Assisrant Secretary of THE AMERICAN INSURANCE COMPANY. a NEW JERSEY Corporation, DO HEREBY CER- 1_"1FY that the foregoing and attached POW~R OF ATTORNEY remains in full force and has nor been revoked; and fur1hermore 1ha1 Arrkle \'Ill. Se .. ·- 11ons JO and 31 or lhc By-laws or lhe Corporauon, and lhe Resolu1ion of 1he Board or Dircc1ors, sci ronh in 1hc Power of Allorney. arc no" in run:c. Signed and sealed at the County of Marin. Dated 360711-TA-S-81 r f r I [ I l l L l l L L L EXECUTED IN FOUR COUNTERP/\RTS PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: BOND NO. 11126988697 ~REMIUM: $1,078.00 22 WHEREAS, the City Council of the California, by Resolution No.88-341 to Da J ey Corpora tinn the "Principal"), a Contract for: City of Carlsbad, state of , adopted 9/20/88 , has awarded , (hereinafter designated as PARK DRIVE ASSESSMENT DISTRICT and PARK AND MARINA INTERSECTION IMPROVEMENTS CONTRACT-NO. 3216 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract documents now on file in the ·Office of the City Clerk of the city of Carlsbad all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute Contract and the terms thereof require the furnishing of a for the faithful performance of said Contract; ' ' said bond NOW, THEREFORE, WE, Daley Corporation , as Principal, (hereinafter designated as the "Contractor"), and THE AMERICAN I NSURMlCE COMPANY , as Surety, are held and firml_y bc;mnd unto ~he Ci_ty ~fl ~rlsbad, in the sum of One hundred fourty _nine ''JUsand, six hundred ninety e1ght D~1'Yars ($ 149.698.40 ) , said sum be.1.ng equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above. bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said Contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then .this obligation shall become null and void; otherwise it shall remain in full force and virtue. As a part of the obligation -secured hereby and in addition to the face amount specified therefore, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City in successfully enforcing such obligation,· all to be taxed as costs and include in any judgement rendered. r r •c I • r r f r I l ii er L l -'--·- ' 23 And said Surety, for value received. hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications. In the event-that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the 23rd day of SEPTEMBER , 1983. (Notarize or Corporate Seal for Each Signer) .· "-· ·• DALEY CORPORATION ·' ~?4=0~fy fHOMAS D. SHADDOX, v16·yRES\Drn2 Contractor COMPANY \ State of CALIFORNIA on _ _:S:.:E:.:.P..:T.:EM:.::B::.:E::.:R:....::.2:....3.:.., _l:.9:....8_8 __ -'-'-------~--• .before me, \ss. ___ :::_C_:Y~N-=T~H.:I_::A~A~-_:C'.__:O::_:M,:.:B::..:S::__ _____________ _ the undersigned Notary A.Jbllc, personally appeared ' . County of SAN DIEGO OFFICIAL SEAL • CYNTHIA A. COMBS NOTARY PUBLIC· CALIFORNIA SAN DIEGO COUNTY M., Comm. &pire1 J1,1ne2, 1989 ----------------~ L JACK G. LUPIEN :t]: personally known to me Q proved to me on the basis of satfsfactory evidence. to be the person(s) who executed the within lnstrumen+ as------~ ATTORNEY-IN-FACT or on the behalf of the corporation therein naned, and acknowledged to rre that the corporation executed It, WITNESS my name and offlclal seal. (Zad~ t2 tJnih Not~y's Signature ' STATE OF CALIFORNIA . . }ss. -- COUNTY OF San Diego On this 28th day of Sei:1tember in the year 19~. before me, the undersigned, a Notary Public in and for said State, personally appeared Thomas D. Shaddox · · . . ... - • omc:a,u.u x-~- ) DONNA ENGIJSH personally known to me IOIAIY '111ll~ QUFOIIIA > (or proved to me on the basis of satisfactory evidence) to be the persons who executed the PlltNCIPAl omce IN > SAN DIEGO COUNTY within instrument as Vke President 31M :s~:iw. l Mv Commlulcn E111>IN!1 Oct. 111900 > BJ!!!Cltlle1\', of the Corporation therein named, and acknowledged to me that the Corporation -----._ executed it pursuant to its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. ~~ ACKNOWLEDGMENT-Corp.-Pres. & Sec.-Wolcolls Form 222CA-Rev. 11-83 ©1963 WOLCOTTS, INC. ti;rice class 8-21 GENERAL POWER OF ATI'ORNEY THE AMERICAN INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and existing under the laws of the State of New Jersey. and having its principal office in the City and County or San Francisco, California. has made. constituted and appointed. and docs by these presents make. constitute and appoint JACK G. LUPIEN, DALE·G. HARSHAW, SIOUX MUNYON, H. E. HARRIMAN, JR. and DEBRA:J. NIEMEYER -its true and lawful Attorncy(s)-in•F~ct. with Cul! JcRJc?!Jd"au'nforif)'1t't~bf JJJcrrcd in its riame. place and stead. to execute. seal. acknowledge and deliver any and all bonds, undertakings. recognizances or other wnttcn obhga11ons m the nature thereof -------------------------- and 10 bind the Corporation 1hcrcby as fully and to the same cx1cnt as if such bonds were signed by the President. sealed with the corporate seal of the Corporation and duly attested by its S;ecre1ary. hereby ratifying and confirming all that the said Attorney(s).in-Fact may do in lhe premises. This power of attorney is granted pursuant to Article VIII. Secrion 30 and 31 ol By-laws of THE AMERICAN INSURANCE COMPANY now in full force and eff eel • .. Article VIII, Appointment and Authority Assistant secretaries. and Alloraey-in-Fact and Agents to accept Legal Process and Make Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized by the Board of Di.rectors, the Chairman of the Board of Directors, the President or any Vice-President, may, from time to time, appoint Resident Assislant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. , Section 31, Authority. The Authority of such Resident Assistant Secretaries, Attorneys-in-Fact, and Agents shall be as prescribed in the insrrument evidencina their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empcwered to make such appointment.'' This power of attorney is signed and sealed under and by the authority or the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of Seplembcr. 1966. and said Resolution has not been amended or repealed: ""RESOLVED. that the signature of any Vice-President. Assistant Secretary. and Resident Assis1ant Secrctary·of this Corporation. and the seal of this Corporation may be affixed or printed on any power of altorncy. on any revocation of any power of anorney. or on any certificale relating therc10. b)' facsimile. and any power of attorney, any revocation of any power of auorney. or certilica1e bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation ... IN WITNESS WHEREOF. THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its. Vice-President. •' and itscorporaicseal to be hereunto affixed thi .. 28th day of May (9 .J!§_ . SIATEOFCAUFORNIA CXJ!JNTY OF MARIN ~i:~NSU;~~:_ BY----------~~~--------------1cc-Ptc,idcn1 On this 28th _dayol May '19 ~' beforcmepmonallyeame Richard Williams . to me known, who, bcmg by me duly sworn, did depose and say: tha1 he is Vice-President of THE AMERICAN INSUR.-\NCE COMPANY the Cor• poration described in and which executed the above instrument; 1ha1 he knows 1he seal of said Corpora1ion: that 1he seal affixed to 1he said i~s1rument is such corporate seal; that it was so affixed by order of the Board of Direc1ors of said Corporation and 1ha1 he signed hi!. name thereto b~· like ord.:r. IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal, the day and year herein first ahove wrincn. ■IIHIIIIIIIUHIIUIIIUIIIIIIIIIHIIIIIHIIIIIIIIHnlf• 2 OFFICIAL SEAL . : ~:@.-_ 0 0 _ ' Jr'!;~~u~c ~~f~~!rA 5=: ~ Prin,tplJI Office In Marin (oun1y : My Corr.minteln £x;in!t NoY. 17. 1988 : 5:,,,,. .. , ..... ., ........................................ . STATEOFCAUFORNIA CXJUNTY OF MARIN CERTIFICATE I, the undersigned, R:esident Assiscan1 Secrelary of THE AMERICAN. INSURANCE COMPANY. a NEW JERSEY Corriora1ion. DO HF.REBY CER- 1:'IFY Chai the foresomg and anached POW~R OF ATTORNEX remains in full force and has 001 been revoked; and furlhC'rmore-1ha1 Arlii:le \'Ill. Se1.·• lions JO and 31 of the By.laws or the Corporallon, and lhe Resolu11on of lhe Board or Dircc1ors, sci ronh in 1he Power or Allorne)'. arl!' no" in forL"I.", Signed and sealed at the County of Marin. Dated 360n1-TA-5-81 J ' CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKER'S COMPENSATION RESPONSIBILITY 24 "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions commencing the performance of the work of this Contract." a ~·· ,,, N"'Pl)RATIONc37ti=~M..,tJ Contractor CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 "I am aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC Section 1101-1525) and have complied with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this .Contract." DALEY CORPORATIO~~ Contractor CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATION ACTION PROGRAM I hereby certify that ~D~AL~EY.;....;;.CO~R~P~OR_A_TI_O_N _____________ _ (Legal Name of Contractor) in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmation Action Program adopted by the Board of Supervisors, ipc}.uding all current amendments._/'V ~.-~· -.. , g -2 g -@ ' ~;;)_~· signature : ~,-C • :;. ,-. '"-_:, -Date THOMAS D. SHADDOX, VICE PRESIDENT·-: Title 1' ·, (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.) (CORPORATE SEAL) STATE OF CALIFORNIA COUNTY OF __ S_a_n_D_i_eg~o ______ _ • MFICIA&UA& DONNA ENGLISH ' NOl&IY PIIJIK, CA11F8WI , PRINCIPAi Ofl'ICE 1H • , SAN DlfGO COIINIV My Cofflmls,!on E,plre, Oct, 13, 1990 -.... ,,I ACl<N0WLE0GMENT-Corp,-Pres. & Sm:.-Wolcolls Form 2'22CA.:.Rev. 11·83 ©1983 W0LC0TTS, INC. (price crass 8-2) On this 28th · day of September , in the year 19J!!!., before me, the undersigned, a Notary Public in and for said State. personally appeared Thomas D. Shaddox ______________ ll.~'-------------- ----------------------• personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons who executed the within instrument as Vjce President i!fQI ------~¥: B!WCIMll9, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to Its by-laws or a resolution of its board of directors. WITNESS my hand and official seal. I i ! ' ' ' ' ' ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 25 This Escrow Agreement is made and entered into .by and between the City of Carlsbad whose address is 1200 Elm Avenue, Carlsbad, California, 92008, hereinafter called "City" and address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the owner, Contractor and Escrow Agent agree as follows: 1. 2. 3. Pursuant to Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code of the State of California, Contractor has the option to deposit securities with Escrow Agent as a substitute for retention earnings required to be withheld by City pursuant to the Construction Contract entered into between the city and Contractor for in the amount of ________ dated·-----------,-----,....,. (hereinafter referred to as the "Contract"). A copy of said contract is attached as Exhibit "A". When Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within ten (10) days of the deposit. .The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. Securities shall be held in the name of_ and shall designate the Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent shall verify that the present cumulative market value of all securities substituted is at least equal to the cash amount of all cumul.ative retention under the terms of the Contract. The City shall'make progress payments to the Contractor for such funds which otherwise would be withheld from progress payment pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. Alternatively, the City may make payments directly to Escrow Agent in the amount of retention for the benefit of the City until such. times as the escrow created hereunder is terminated. I ' 26 4. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow Agent in administering the escrow account. These expenses any payment terms shall be determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money .market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agency accompanies by written authorization from City to the Escrow Agent that city consents tot he withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the contractor. Upon seven (7) days written notice to the Escrow Agent from the City of the default of the Contractor, the Escrow Agency shall immediately convert the securities to cash and shall distribute the case as instructed by the City. a. Upon receipt of written notification from the City certifying that the ·contractor has complied with all requirements and procedures applicable to the Contract, Escrow Agent shall release to Contractor all securities and interest · on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all monies and securities on deposit and payments of fees and charges. 9. Escrow Agent shall rely on the written notification from the City and the contractor pursuant to Sections 4 and 6, inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release and disbursement of the securities and interest as set forth above. 10. The names of the persons who are authorized to sign five (5) written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: j ' I • l For City: For Contractor: For Escrow Agent: Title Name Signature Address Title Name 27 Signature _________________ _ Address Title Name Signature Address At the time the Escrow Account is opened,. the city and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: For Contractor: Title Name Signature Address Title Name Signature Address i ' I ' " l , 28 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensation of whatever nature due the Contractor for all labor and materials furnished and for all work performed on the above-referenced project for the period specified above with the exception of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $, ______________ _ DISPUTED CLAIMS ' DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any claim the Contractor may have, of whatever type or nature, for the period specified which is not shown as a retention amount of a disputed claim on this form. This release and waiver has been made voluntarily by Contractor without any fraud, duress or undue influence by any person or entity. · Contractor further certifies, warrants, and represents that all bills for labor, materials, and work due Subcontractors for the specified period have been paid in full and that the parties signing below on behalf of Contractor have expressed authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) BY BY I I. ,. 29 SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors. If the insurance is on a "claims made" basis, coverage shall be maintained for a period of three years from the date of completion of the work. The cost of such insurance shall be included in the Contractor's bid. The insurance company or companies shall meet the requirements of City Council Resolution No. 8108. A. Minimum Scope of Insurance 1. Insurance Services Office Form Number GL 0002 (Ed. 1/73) covering Comprehensive General Liability; and Insurance Services Office Form Number GL 0404 covering Broad Form Comprehensive General Liability; and 2. Insurance Services Office Form Number CA 0001 (Ed. 1/78) covering Automobile Liability, Code 1 "any auto"; and 3. Workers' Compensation as required by the Labor Code of the State of California and Employers' Liability insurance. B. Minimum Limits of Insurance 1 i Contractor shall maintain limits no less than: \ 1. Comprehensive General Liability: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts spec~fied shall be established for the risks for which the City or its agents, officers or employers are additional insured. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers• Liability: Workers• Compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per accident. ' ' , ' ' I , I 30 c. Deductibles and Self Insured Retentions Any deductibles or self-insured retentions must be declared to and approved l;>Y the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunteers are to be covered as insured as respect: liability arising out of activities performed by or on behalf of the Contractor; products and complete operations of the Contractor; premises owned, leased or used by the Contractor; or automobiles owned, leased hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the city, its officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officials employees or volunteers shall be excess of Contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. coverage shall state that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers• Compensation and Employers' Liability Coverages The insurer shall agree to wa,ive all rights of subrogation against the City, its officials, employees and volunteers for losses arising from work performed by Contractor for the City. 31. 3. All Coverages Each insurance polic;:y required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in l.imits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the city. E. Acceptability of Insurers Insurance is to be place with insurers with a Bests' rating of no less than A:XI unless otherwise authorized by city Council Resolution No. 81.08. F. Verification of Coverage Contractor shall furnish the city with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed 'by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms provided by the City and are to be received and approved by the City before work commences. G. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate ,certificates and endorsements for each subcontractor. Al.I coverages for subcontractor shall be subject to all of the requirements stated herein. " ' ' ! 1. 32 GENERAL PROVISIONS PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction, hereinafter designated SSPWC, as issued by the Southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents, and the General and Special Provisions attached thereto. The construction plans consist of three (3) sheets designated as City of Carlsbad Drawing No. 272-7. The standard drawings utilized for this project are the San Diego Area Regional standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawing. Copies of pertinent standard drawings are enclosed with these documents. The reflective pavement marker installation work included· herein shall be performed in accordance with the state of California Business and Transportation Agency, Department of Transportation standard specifications dated July, 19.85 and the standard plans dated July, 1984 (hereinafter referred to as •state' or 'Caltrans' Standard Plans and Specifications) and in accordance with these special provisions. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials, and performing. all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT A. Engineer: The word "Engineer" shall mean the Project Manager or his approved representative. B. Reference to Drawings: Where words "shown,11 "indicated, 11 "detailed, 11 "noted," "scheduled, 11 or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. C. Directions: 33 Where wo:r;-ds "directed," "designated," "selected," or words. of similar import are used, it shall be understood that the direction, designation or selection of the Project Manager is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Project Manager, unless stated otherwise. D. Equals and Approvals: Where the words "equal, 11 "approved equal, 11 "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression II in the opinion of the Project Manager, unless otherwise stated. Where the words "approved," "approval," "acceptance, 11 or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Project Manager is intended. E. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 4 . CODES AND STANDARDS Standard Specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as per\;aining to their product or material. 5. CONSTRUCTION. SCHEDULE A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruction conference. No changes shall be made to the construction schedule without the prior written approval of the Project Manager. ' ' 6. 7. 8. 9. 34 Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work within 15 calendar days after being duly not_ified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within sixty (60) consecutive calendar days. If the completion date is not met, the contractor will be assessed the sum of $300.00 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Project Manager. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. GUARANTEE All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two (2) copies to the Project Manager. SOUND CONTROL REQUIREMENTS The contractor shall comply with all local sound control and noise level rules, regulations and ordinances which.apply to any work performed pursuant to the contract. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No •. 3109, Carlsbad Municipal Code, Chapter 8. 48. 10. 11. 12. . I 35 Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transit equipment that may or may not be owned · by the Contractor. • The use of loud sound signals shall be avoided. in favor of light warnings except those required by safety laws for the protection of personnel. Full compensation for conforming to the requirements of this section .shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefor. CITY INSPECTORS All work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection 9f work shall not relieve Contractor from any obligation to fulfill this Contract. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. INTENT ·OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense· to fulfill the intent of said documents. In all instances throughout the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance . 36 13_. SUBSTITUTION OF MATERIALS The proposal of the bidder shall be in strict conformity with the drawings, specifications, and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment, or process indicated or specified by paten or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications, ·and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment, or process tested as to its quality and strength, its physical, chemical, or other characteristics, and its durability, finish, or efficiency by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment, or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than ten (10) days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact· "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all otheJ:'. work not visible at surface grade. Prints for this .purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer upon completion of the work. 15·. PERMITS The general construction, electrical, and plumbing permits will be issued by the city of Carlsbad at no charge to the Contractor. The Contractor is responsible for all. other required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids any may vary from the actual final quantities. Some quantities may be increased and others may 37 be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen event, or emergencies to increase or decrease the quantities of work to be performed under a schedule unit price item or to entirely omit the performance thereof, and upon the decision of the city to do so, the Project Manager will direct the Contractor to proceed with said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. 17. SAFETY AND PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the .protection of workers and public, and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoist, well holes, and falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9/5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be made. Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 50 1 ·intervals (25 1 intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, storm drains, structures (4 corners min.). Rough grade as required to satisfy cut or fill to finished grade (or flowline) as indicated on a grade sheet. Contractor shall transfer grade hubs for construction and inspection purposes to crown line base grade of streets as required by Project Manager. 19. ' ' 38 Contractor shall provide Project Manager with two (2) copies of survey cut sheets prior to commencing construction of surveyed item. UTILITIES Utilities for the purpose of these specifications shall be considered as including, but not limited to pipe lines, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individually, solely for their own use or for use of their tenants, and storm drains, sanitary sewers, and · street 1 ighting. The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the plans all utilities which exist within the limits of the work. However, the accuracy or completeness of the utilities indicated on the plans is not guaranteed. Service connections to adjacent property may or may not be shown on the plans. It shall be the responsibility of the Contractor to determine the exact location and elevation of all utilities and their service connections. The Contractor shall make his/her own investigation as to the location, type, kind of material, age and condition of existing utilities and their appurtenances and service connections which may be affected by the contract work, and in addition he/she shall notify the city as to any utility, appurtenances, and service connections located which have been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the contract work, the Contractor shall leave all utilities and appurtenances in a conditions satisfactory to the owners and the City. In the event of damage to any utility, the .Contractor shall notify the owners of the utility immediately. It is the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation. or alteration of utilities, including service conditions, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work a no cost to the City. If delays occur due to utilities relocations which were not shown on the plans, it will be solely the city's option to extend the completion date. ...._ In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon f 39 request to the City, may be permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise direct by the City. All costs involved in locating, protecting and supporting of all utility lines shall be included in the price bid for various items of work and no additional payment will be made. 20. WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the construction under this contract. The Contractor shall contact the appropriate water agency for .requirements. The Contractor shall include the cost of water artd meter rental within appropriate items of the proposal. No separate payment will be made. 21. TEST OF MATERIALS 22. ·Testing of materials shall conform to Section 4-1. 4 of the SSPWC and the following: Except as elsewhere specified, the Agency will bear the cost of testing material and/or workmanship where the results of such tests meet ·or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Project Manager, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If,· after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the project from any source proves unacceptable at any time, the Contractor shall furnish approved materials from other approved sources. After approval, any material which becomes unfit for use due to improper storage, handling or any other reason shall be rejected. COMPACTION TESTS All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the city and all costs for such testing shall be borne by the city. Said tests may be made at any place along .the work as deemed necessary by the Project Manager. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 40 23. CLEANUP AND DUST CONTROL ·cleanup and dust control shall conform to Section 7-8 .1 of the SSPWC and shall be executed even on weekends and other non-working days at the city's request. Full compensation for furnishing all labor, materials, equipment, and incidentals to clean up and control the dust as specified above shall be considered as included in appropriate items of the proposal and no additional compensation will be allowed therefor. 24. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Section 7-9 of the SSPWC is supplemented by the following: Except as may otherwise be provided in specific instances, nothing in the Contract shall be construed as vesting in the Contractor any property in any material, article or structure existing at the time of the award of Contract within the area in which the work is to be done or in any material, article, or structure subsequently furnished for the work by the City, or in any material, article, structure or work furnished or· performed by the Contractor after having been accounted for on an approved estimate supporting the Contractor's demand for payment as provided in Section 9-3 of. the Standard Specifications entitled "Payment." In the latter event, any such material, artic'le, structure or work shall become the property of the City after being so accounted for. The Contractor shall maintain all existing official signs other than those called for removal, including but not limited to directional, warning, advisory, regulatory, and street markers and also roadside mailboxes in an erect and functional position and condition at all times during the construction period in either temporary or permanent location as designated by the City Engineer. Any of these facilities which are damages or lost shall be replaced by the Contractor at no cost to the City. All costs involved in protection and restoration .of existing improvements shall be included in appropriate items of the proposal and no additional compensation shall be allowed therefor. ' 25. TRAFFIC CONTROL The Contractor's attention is directed to Section 7. 10 of the SSPWC and these requirements. ' I I' I I ! 41 The Contractor shall notify the following City departments 24 hours prior to the start of work on this project and 24 hours prior to the restriction, closing or opening of a street or alley within the City of Carlsbad: Engineering Department -438-1161 Police Department Fire Department -931-2100 -931-2141 No street or alley closures shall be permitted except upon specific, written approval of the Project Manager. The Contractor shall keep one lane of traffic in each direction and one pedestrian walkway open during all evening hours and on weekends and non-working days. Traffic may be restricted to one lane as necessary at times when the Contractor is actively working in the working area, except where specific approval for less had. been granted in writing by the Project Manager. The Contractor shall furnish and install all lights, signs, barricades and other safety devices and equipment required. The Contractor shall submit a traffic control plan showing the intended construction zone signing and striping for each phase. of the work to be accomplished. This plans shall be submitted within fifteen.days after the Notice of Award has been issued to the Contractor. No work shall commence until this plan has been reviewed and approved by the City Traffic Engineer. Personal vehicles of the contractor's employees shall not be parked on the traveled way or shoulders at any time, including any section closed to public traffic. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The Contractor shall make every effort to keep driveways open during working hours. After working hours, all driveways shall be accessible with smooth and safe crossings through the construction area. The Contractor shall be required to notify all adjacent residents and businesses three (3) days in advance of his work, using "doorknob type" or other typewritten notices. which will be furnished by the Contractor. These notices will be distributed at the beginning of the project and at other times during the work as required to notify affected. people in the area of impending work. ' ' 26. 42 All open ditches within traveled areas shall be covered with steel plates adequiite to support traffic loadings without noticeable deflection and shall be required at night and all non-working days. Temporary A.C. transitions shall be placed on either side of such plates, in the direction of traffic when adjacent surfaces are asphalt or concrete. Traffic control shall include the cost of all barricades, signs, flagmen, providing notices, traffic stripe application and removal, ditch plate installation and removal, and any other cost connected with any temporary rerouting of traffic or maintenance of access to properties during the construction period. Full compensation for furnishing all barricades, lights, flashers, flagmen, and any other safety measures used for the control of traffic during the project construction period shall be considered as included in the prices paid for appropriate items of the proposal and no additional compensation will be allowed therefore. SHORING OF EXCAVATIONS The Contractor shall conform to Labor Code Section 6705 by submitting a detailed plan to the Project Manager showing the design of shoring, bracing, sloping or other provisions to be made for worker protection from the hazard of caving ground during the excavation of trenches or during the pipe or structure installation therein. This plan must be prepared for all trenches five feet or more in depth and approved by the Project Manager prior to excavation. If the plan varies from the shoring system standards established by the construction safety orders, the plan shall be prepared by a registered civil or structural engineer at the Contractor's expense. 43 SPECIAL PROVISIONS 1. CLEARING AND GRUBBING. TRAFFIC CONTROL. AND MOBILIZATION Clearing and grubbing shall consist of clearing natural ground surfaces of all trees, shrubs, vegetable growth and objectionable materials within the limits of construction in accordance with the provisions of Section 300-1 of the Standard Specifications and in accordance with the plans and these Special Provisions and as directed by the Engineer. Clearing and grubbing shall also include the removal and disposal of all miscellaneous concrete, pavement, pipes, hardware, timber, rubble· or any other objectionable material encountered beneath the ground surface as a result of grading or trenching operations connected with the construction of the project improvements. Clearing and grubbing shall also include the removal, relocation, adjusting or salvaging of all facilities indicated on the plans which are not designated as separate bid items or which are not included in other bid items. In addition to the above items, clearing and grubbing shall include, but not be limited to, the following items as shown on·the plans or specified in these Special Provisions: 1. Removal of trees, shrubs, stumps, trash, debris and fences, whether or not specifically indicated on the plans or otherwise shown to be protected or relocated. 2. Deleterious materials resulting from clearing and grubbing operations shall be hauled away and disposed of at a legal site obtained by the Contractor. 3. Clearing for and providing temporary graded driveways and continuing maintenance thereof to provide safe, smooth, stable and continuous access to all residences and businesses within the project area, and as directed by the Engineer. 4. Minor grading for swales and drainage control. 5. Sawcutting of concrete and asphalt concrete at joins, right-of-way limits, and as shown on the plans. 6. Protection of existing and relocated utility prior to and during construction of improvements. structures proposed 7. 8. Removal and disposal of interfering portions utility lines and structures ·and the abandoned pipes and conduits not removed. 44 of abandoned plugging of Removal and disposal of specifically mentioned which limits. any additional items not may be fo.und within the work 9. Furnishing and applying water. 10. Dust control. 11. Maintenance of project appearance. 12. Control of water and dewatering during construction. 13. Cleanup of project area upon completion of work. 14. Removal of miscellaneous concrete items such as boxes, catch basins, drainage inlets, headwalls, meter boxes, utility boxes and covers, drainage interfering portions of water, sewer and storm pipes, posts, poles, and retaining walls. drain water pipe, drain 15. The installation, maintenance and removal of temporary fences or gates. 16. Relocating existing traffic signs to new parkway as required. The Contractor shall protect all existing structures or facilities which are adjacent to, or fall within, the limits of the work to be done under this contract in accordance with Section 7-9 and 300-1 of the Standard Specifications. This item shall also include those structures and facilities which the plans show or these Specifications indicate to be protected. Any structure or facility to be protected which is damaged as a result of the Contractor, shall be repaired or replaced at his cost to the satisfaction of the Project Manager. Mobilization shall consist of preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, materials, sanitation facilities and incidentals to ·the project site necessary for work on the project, and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site. Mobilization shall also include survey staking for the project in conformance with the requirements of Section 18 of the General Provisions of these specifications. ' ' 45 Traffic control shall be provided in conformance with the · requirements of Section 25 of the ·General Provisions of these specifications. Payment for clearing and grubbing, traffic control and mobilization shall be at the contract lump sum price and shall be full compensation for furnishing all labor, materials, equipment and incidentals necessary to perform the items of work. 2. UNCLASSIFIED EXCAVATION Unclassified excavation shall include excavating, removing, hauling and disposing of all materials to he subgrade elevations indicated on the plans as required to construct the new roadway improvements. This item involves the removal and disposal of all pavement, asphalt, concrete, masonry, soils and miscellaneous items (including loose or dumped material and base material) which are within the grading and ,, excavation areas on both public and private property. i I Unclassified excavation shall be done in accordance with Section 300-1.3 and 300-2 of the· Standard Specifications and these Special Provisions. The Contractor shall be responsible for obtaining a suitable, legal disposal site for this excavated material in accordance with Section 300-2.6 of the Standard Specifications. The quantities for unclassified excavation are based on cross-sections along the. roadway with considerations made for localized variations between, and are believed to be accurate. Excess soil remaining from excavations on the project site may be used for fill material as required subject to the requirements of section 300-4 of the Standard Specifications, these Special Provisions and as determined by the Project Manager. Payment for unclassified excavation shall be at the contract unit price per cubic yard and no additional compensation will be allowed therefor. 3. SUBGRADE PREPARATION Subgra<:1,e preparation for the roadway improvements done in accordance with Section 301-1 of the Specifications and these Special Provisions. shall be Standard Payment for preparation of subgrade will be considered included .in the various items of work for which the subgrade is prepared and no additional payment shall be made therefor. 46 4. BASE MATERIAL Aggregate for base material shall conform to Section 200- 2. 5.2 of the Standard Specifications, Processed Miscellaneous Base. Placement of base material shall conform to Section 301-2 of the standard Specifications. Payment for aggregate base material .shall be at the contract unit price per ton in accordance with Section 301-2.4 of the standard Specifications. 5. ASPHALT CONCRETE Asphalt concrete shall be in conformance with Section 203-6, 302-5, and 400-4 •of the Standard Specifications, except as amended herein. The provisions of Section 302-5.4 of the Standard Specifications shall be supplemented by the following: The final surface layer of asphalt concrete within the public roadway shall not be placed until all grading and P.C.C. improvements are substantially completed as determined by the Project Manager. Within the public roadway, asphalt concrete of 0.20-foot thickness or less may be placed in one lift. Asphalt concrete of greater than 0.20-foot thickness shall be placed in a minimum of two lifts. The compacted thickness of the final surface course of asphalt concrete shall not be greater than o. 20 foot or less than O. 10 foot. The provisions of Section 400-4 of the Standard Specifications shall be supplemented by the following: The gradation of combined aggregate shall be as follows: 3/4 inch 1/2 inch Base Course Surface Course Type III -B2-AR-4000 Type III -C3-AR-4000 Asphalt concrete pavement shall include asphalt concrete in all public and private roadway areas shown on the plans including 'feathering' to join existing surfaces. Asphalt concrete overlay shall include asphalt concrete in all areas shown on the plans to receive overlay. This shall include all work necessary to achieve the grades shown on the plans despite any variability in the existing roadway surface. I • 47 Payment for asphalt concrete· roadway pavement shall be at the contract unit price per ton and shall include full compensation for furnishing all labor, materials, 'equipment; and incidentals necessary to perform the work. 6. LIQUID ASPHALT Tack Coat Asphalt tack coat shall be Grade SS-lh emulsified asphalt, conforming to Section 203-3 of the standard Specifications. Tack coat shall be applied to all asphalt concrete and concrete surfaces to be joined by new asphalt concrete pavement. The rate of application shall be as designated in Section 302-5.3 of the Standard Specifications. Care should be taken to prevent tracking the tack coat on finished concrete surfaces. Payment for tack coat shall be included in the contract bid price per ton for asphalt concrete roadway pavement for which tack coat is required and no additional payment shall be allowed therefor. Prime Coat No prime coat will be required. Seal Coat No seal coat will be required. 7. ASPHALT CONCRETE BERM Asphalt concrete materials to be used in constructing asphalt concrete berms shall be Type III-D-AR-8000 in conformance with Section 400-4 of the standard Specifications. A tack coat, as provided in Subsection 302-5.3, shall be applied to the existing or new pavement preceding the placement of the asphalt concrete berm. The material shall be placed and compacted to the required 1 ines, grades, and cross sections shown on the plans. The berm shall be shaped and compacted with an extrusion machine capable of providing the finished berm in place to the required dimensions. Payment for asphalt concrete berm shall be at the contract bid price per linear foot in place, and shall include full compensation for furnishing all labor, materials, tools, equipment, and doing all work involved in providing the berm complete in place. 1. ,, , I ' : ' \ ' ' ' 48 8. PORTLAND CEMENT CONCRETE 9. Portland cement concrete shall meet the requirements of. Section 400 of the standard Specifications. The Cleanness, Value requirements of Section 200-1.4 shall be replaced with the following: Tests Cleanness Value Individual Moving Average Test Method No. California 227 Requirements 70 min. * 75 min. * The Sand Equivalent requirement of Section 200-1.5.3 shall be replaced with the following.: Tests Sand Eqi,iivalent Individual Moving Average Test Method No. California 217 Requirements 70 min. * 75 min. * * For 2,500 or less class concrete, except concrete pavement, a minimum 65 Individual Test result and a minimum 70 Moving Average will be acceptable if 2,500 psi 28-day strength criteria of Section 201-1.1.4 are met, at a six-inch slump or greater. The testing and acceptance determination will be made by the Agency. Evaluation of Sand Equivalent and Cleanness Value results shall conform to the provisions of Subsection 400-1.4. CONCRETE CURB AND GUTTER. AND SIDEWALK Concrete items, as listed above, shall be constructed in accordance with Section 303-5 of the Standard Specifications, referenced Standard Plans, and as listed herein. Slab thickness and curb heights shall be shown on the plans and applicable .Standard Plans. The last sentence of the second paragraph of Section 3'03- 5. 5. 2 of the Standard Specifications shall be modified as follows: The name of the Contractor and the year in which the improvement is constructed shall not be stamped in the completed work. • _I Payment contract sections aprons). 49 for concrete curb and gutter shall be at the unit price per linear foot,, including transition where the curb face varies (such as at driveway Payment for concrete sidewalks shall be at the contract unit price per square foot. Measurements for sidewalk pay quantities will be taken from the back of curb to the back of walk and between the limits of driveways, catch basin, planters, etc. 10. ADJUSTING EXISTING WATER VALVE COVERS AND ADJUSTING TO GRADE OR RELOCATING WATER METER BOXES AND COVERS The· Contractor shall adjust all water valve covers to grade as shown on the plans or encountered within construction areas. Valve boxes within the street section shall be adjusted to grade after paving by placing a six-inch thick concrete ring on compacted backfill with 1-1/2 inches of asphalt concrete pavement around the valve box. Payment for adjustment of existing water valve boxes and covers to grade shall be the contract unit price per each. Full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in adjusting. valve covers to the grade of the finished pavement or finished surface shall be included in the contract unit price and no additional compensation will be allowed therefor. 11. ADJUSTING EXISTING MANHOLE FRAMES AND COVERS TO GRADE Existing sewer manhole frames and covers shall be adjusted to the grade off the new finished surface where shown on the plans and where directed by the Project Manager. Adjustment of manhole frames and covers shall be in accordance with Subsection 301-1.6 and 302-5.7 of the Standard Specifications. Payment for adjusting existing manhole frames and covers to grade shall be at the contract unit price per each and shall be full compensation for furnishing all labor, materials, equipment and incidentals necessary to perform the complete work. 12. REMOVAL OF EXISTING STRIPING AND PAVEMENT MARKINGS Removal of existing traffic stripes and pavement shall be in accordance with Subsection 15-2. 02B, Stripes and Pavement Markings, 11 of the CALTRANS Specifications. markings "Traffic standard 50 Removal.of existing pavement mar~ers shall be in accordance with Subsection 15.02.02C, "Pavement Markers," of the CALTRANS Standard Specifications. Painted stripes and pavement markings to be removed will be as designated by the Project Manager in the field. Removal of traffic stripes and pavement markings in the public roadway will be required for any temporary rerouting of traffic which, in the opinion of the Project Manager, will require that new lane lines and markings be provided. Removal of stripes and markings in the public roadway by painting or slurry will not be allowed. 1 Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within ten (10) feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall. be by a vacuum attachment operating concurrently with the blast cleaning operation, or by other methods approved by the Project Manager. Payment for removal of traffic stripes and pavement markings in the· public roadway shall be considered as included in various bid items, including traffic striping and traffic control and no additional compensation shall be allowed therefor. 13. TRAFFIC STRIPING AND MARKINGS The Contractor shall furnish and apply two coats of either white or yellow reflective traffic stripes and markings at the locations shown on the plans and as directed by the Project Manager. Paint used for traffic striping and markings shall be rapid- dry type paint with reflective material and shall conform to Section 210-1.6 of the Standard Specifications. All work of applying the traffic striping shall be done in accordance with Section 310-5,6 of the Standard Specifications. Stencils approved Director used for striping, markings by the City Utility and before work begins. or legends shall be Maintenance Division Payment for furnishing and applying permanent paint striping and marking shall be at the contract unit price per square foot. ,- ' ' 51 i I Payment for temporary striping ·required for traffic control, ; I , I ' I I __ , ( 1· ' I , I , __ I i ! . ' detours, or construction phasing shall be considered as included in traffic control and no additional compensation shall be allowed therefor. · 14. REFLECTIVE PAVEMENT MARKERS The Contractor shall furnish and install either two-way, yellow or blue Type 'D' or one-way, clear, Type 'G' reflective pavement markers on public roadways at the locations shown on the plans and as directed by the Project Manager. Pavement markers shall conform to the provisions of Section 85, "Pavement Markers," of the CALTRANS Standard Specifications and these special provisions. Pavement markers shall be placed to approved by the Project Manager, existing markers or new or existing the line established and which will consist of stripe. Markers adhesive Pavement shall be cemented to the pavement with epoxy conforming to Section 95-2.04, "Rapid Set Epoxy for Markers," of the CALTRANS standard Specifications. Payment for reflective pavement markers shall be at the contract unit price for each complete in place, regardless of color. 15. STREET MONUMENTS 16. Cast-in-place street survey monuments shall in accordance with Section 309 of Specifications. be constructed the Standard Payment for monuments shall be at the contract unit price per each in place, and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to perform the work. REFLECTIVE PANEL GUARD POST Reflective panel guard post shall conform to the provisions of Section 56, "Signs," of the CALTRANS Standard Specifications. Wood posts shall be in accordance with Subsection 56-2.02B, "Wood Posts and Braces," and reflectors shall be in accordance with Subsection 82-l.02F, "Reflectors," of the CALTRANS Standard Specifications. Payment for reflective panel guard post shall be at the contract unit price per each and shall be full compensation for furnishing all labor, materials, equipment and incidentals necessary to perform the completed work. I , ' ' I i ,_ j l _, - I -,, \ I ,) ,--1 52 17. MASONRY RETAINING WALLS Masonry work shall include all materials, equipment, and labor necessary to complete the construction of the block retaining wall as shown on the Plans, Standard Drawings and as specified in these Special Provisions and standard Specifications. Materials 1. 2. The concrete blocks shall be Grade N-11 hollow, loadbearing masonry blocks conforming to ASTM Designation C90, to the requirements of the Quality Control Standards of the Concrete Masonry Association, and Section 202-2 of the standard Specifications. The masonry units shall be 811 W x 611H x 1611 L and 12 11 W x 6 11W x 1611L nominal size slump block of uniform color. The color shall match as close as practicable to the · existing block wall in the easterly parkway of Park Drive at STA. 16+00. The Contractor shall submit a sample of the proposed block to the Project Manager for approval of the color two weeks prior to beginning work on the masonry construction. 3. Mortar shall conform to Section 201-5 of the Standard Specifications and as amended herein. Mortar for joining the blocks shall be freshly prepared and uniformly mixed in the ratio (by volumes) of one part portland cement (conforming to ASTM Designation Cl50), 1/4 to 1/2 part lime putty, 3 1/2 parts damp loose sand, and water. All ingredients shall be mixed in a 4. 5. mechanical mixer for a minimum of three (3) minutes and until a uniform mix in obtained. Portland cement mortar shall be colored to match the block units. Coloring shall be chemically inert, fade resistance mineral oxide or synthetic type. Grout shall conform to Section 201-5 of the Standard Specifications and as amended herein. Grout for filling cells shall be of a consistency that allows pouring without segregation of the constituent parts. It shall consist of the following volumes: One part portland cement, Type II, conforming to ASTM Designation Cl50, 1/10 part hydrated lime, three parts damp loose sand, and two parts clean pea gravel and water. All ingredients shall be mixed in a mechanical mixer for a minimum of three ( 3) minutes and until a uniform mix is obtained. J ' i i ', I l . ·i I 6. Water for deleterious materials. mortar and grout quantities of acids, shall be alkalies, 53 free from and organic 7. The use of admixtures shall not be permitted in mortar or grout unless substantiating.data is submitted to and approved by the Project Manager. 8. Reinforcing shall be deformed steel deformation conforming to the requirements ASTM Specifications A-615, Grade 40. Construction bars with set forth in 1. All masonry construction shall be done by or under the direct supervision of a mason that is licensed in the State of California to do masonry work. 2. All masonry shall be laid true, level, plumb, and in accordance with the plans.· Masonry units shall be laid in running bond and grouted as shown on the plans. 3. Masonry blocks shall be sound, dry, clean, and free from cracks. .The blocks shall be stored off the ground and protected from rain and moisture. 4. Wherever cutting may be necessary, the cuts shall be neat and true. 5. Mortar joints shall be 3/8 inch thick, straight, clean and uniform. Joints shall be tooled when the mortar is partially set but still sufficiently plastic to bond. All tooling shall be done in a manner that compacts the mortar, pressing the excess mortar out of the joint, rather than dragging it out. 6. If it is necessary to move a block after it has been set in place, the block shall be removed from the wall, cleaned, and set in fresh mortar. 7. Vertical reinforcing steel shall have a minimum clearance of 1/4 inch from the masonry and not less than one bar diameter between bars. Where spliced, bars shall lap thirty (30) bar diameters. Vertical bars shall be held vertical at the top and bottom. All reinforcing steel shall be inspected in place and approved by the Project Manager before grouting. 8. All vertical cells are to be filled with grout and shall have a continuous, unobstructed opening of not less than 2" x 311 • Grout shall be poured continuously and rodded to insure proper densification. 18. 54 9. All concrete scum and grout stains shall be removed immediately. 10. No continuous inspection shall be required. 11. Weep hole wall vertical head Drawings. drains shall be formed by omission of joints as indicated in the Standard 12. Concrete footings and reinforcing shall be as shown on the Plans and Standard Drawings. 13. Matching capping blocks shall be included on all walls constructed. · Payment for unit price including excavations, necessary to masonry retaining walls shall be at the contract per square foot and shall be considered as all compensation for concrete footings, steel, backfill, labor, material and equipment construct said walls. STREET LIGHTING SYSTEM Street lighting system materials shall conform to Section 209 of the Standard Specifications. Attention is directed to additional Sections 209-2 .1 through 209-2 .10 in the standard Special Provisions and these Special Provisions. Installation of street lighting system shall conform to Section 307 of the Standard Specifications. Attention is directed to additional Sections 307-1.3 through 307-8 of the Standard Special Provisions and these Special Provisions. The Contractor's particular attention is directed to Section 307-1 of the Standard Specifications which shall be s~rictly adhered to. Anchor Bolts The first sentence of the first paragraph of Section 209-2.1 of the standard Specifications shall be revised to read: Anchor bolts shall be of a type and size, and anchor base foundations shall be constructed, as shown on Supplement to Regional Standard Drawings Number E-1, attached herein. Conduit Section 209-2.3 of the Standard Specifications is amended to read: . 55 Acceptable materials are U. L. approved galvanized rigid steel and U. L. approved heavy wall polyvinyl chloride (P.V.C. Sch. 40). All conduits shall be of a size as shown on the plans, but in no event shall conduit be less than one-inch inside diameter. Wire (Conductors) The first sentence of the first paragraph of Section 209-2.4 of the Standard Specifications shall be revised to read: Circuit conductor runs to lights shall be solid or stranded copper wire, No. 8 AWG minimum. Concrete Light Standards The second sentence of the first paragraph of Section 209- 2. 5. 1. of the Standard Specifications shall be revised to read: They shall be round, black and white marble aggregate or natural exposed aggregate, anchor base type. Direct burial type poles will not be accepted. Section 209-2.5.1. of the Standard Specifications shall be supplemented to include the following: Light standard handhole cover plat securing bolts shall be stainless steel. Securing bolts made of brass, plain steel, cadium coated or galvanized steel will not be allowed. Pole height shall be 26 Supplement to Regional attached herein. Luminaire feet 6 inches as required per standard Drawing Number E-1 Section 209-2.5.6. of the standard Specifications shall be supplemented to include the following: Street lighting luminaries shall be a horizontal burning, G.E. M-250A cutoff or ITT series 13, or equivalent type for l00W high pressure sodium (9,5000 lumen output) lamps. Glare shields will not be allowed. Luminaire mounting height shall be 30 feet above finished surface of pole foundation per Supplement to Regional Standard Drawing Number E-1 attached herein. \ ' , I. 56 Street lighting luminaires shall be completely assembled and furnished with a lamp and a photoelectric control unit. It shall be cutoff type of standard make and manufactured by a manufacturer of recognized experience and ability, who is now regularly engaged in the manufacture of street lighting luminaires. The luminaire shall be die cast aluminum arid furnished with an optical assembly removable without the use of special tools. Leveling and clamping of the luminaire to the mast arm pipe shall be accomplished by tightening mounting bolts which are externally or internally accessible. Provisions shall be made to check leveling of the unit. Luminaires shall include an integral twistlock type receptacle for photoelectric cell control in accordance with the latest EEI-NEMA standards, and photoelectric control unit. The receptacle shall be prewired to the terminal board. The luminaire power unit assembly shall consist of an integral ballast, starter board, capacitors, and a heavy duty terminal block, and the power unit assembly shall be mounted on a separate component of the luminaire to facilitate replacement. ' The luminaire ·optical assembly shall provide true ninety degree cutoff that does not allow any light to escape above the horizontal and shall consist of a die cast aluminum lens holder, and Alzak processed or equivalent aluminum reflector, a heat and impact resistant clear flat glass lens, and a porcelain enclosed mogul multiple screw socket with lamp grips. The socket support assembly shall be adjustable to provide variations in the light distribution and shall be factory pre-set to product a medium or long cut-off Type III distribution. the optical assembly shall be sealed with a heat resisting gasket, and also filtered to prevent light loss from gaseous and particulate material infiltration. The optical assembly door hinge shall be designed so that when the door is opened, the hinge pins shall prevent the door from swinging free of the pins. The luminaire shall be constructed and installed in such a manner to provide the required lighting distribution with the lower edge of the luminaire•s housing below the entire light source and all glassware. External shielding added to the luminaire to accomplish the function shall not be acceptable. The fifth paragraph of Section 209-2.6 of the Standard Specifications shall. be revised to read: The net weight its projected following: HPS Lamp Size (Watts) 100, 150 & 250 400 700 1,000 of the luminaire, area shall be Weight (lbs. l 50 55 75 76 57 including ballast, and no greater than the Projected Area (Square Feet) 2.0 2.5 2.8 3.0 Section 209-2.6 of the Standard Specifications shall be supplemented with the following: High pressure sodium vapor lamps shall have a clear glass bulb and be suitable for use in street lighting applications. The lamp shall be designed to operate in any position. High pressure sodium vapor lamps shall comply with the following minimum performance requirements. ANSI Light Output Lamp Size Ballast Rated Ave. Initial Factor (Watts) Code Life Lumens (Al Mean (Bl Per(Cl 100 854 24,000 9,500 .90 .70 150 855 24,000 16,000 .90 .70 250 850 24,000 30,000 .90 .70 400 851 24,000 50,000 .90 .70 (A) Initial lumen ratings based on 100 hour photometry readings. (B) Mean light output factor is taken at 1/2 rated lamp life. (C) Lumen Output at end of rated life. High pressure sodium vapor lamps shall be able to reach eighty percent (80%) of light output within four (4) minutes and to restrike within one (1) minute after an outage due to power interruption or voltage drop at the lamp socket. The base of the the installer installation. lamp shall have a device that will allow to indicate the month and year of Section 209-2. 7 of the standard Specifications shall be supplemented with the following: I I 58 Mast arm lel').gth shall be eight (8) feet and shall provide a one-foot minimum overhang past the curb face. Ballast Section 209-2 .10 of the Standard Specifications shall be supplemented with the following: Ballast shall be suitable for use on multiple distribution circuits with 60Hz, 120 and 240 voltage rating . . Each ballast system shall have an auxiliary starting circuit capable of supplying the pulse characteristics listed below. The starting aid shall be readily accessible and easily replaced in the field. starting aids must be compatible with core and coil of the same rating without need for adjustment. Starting aids must be suitable for continuous operations for a minimum of three (3) months in the event of lamp failure without loss of life of ballast damage. Photoelectric Control Unit The photoelectric control unit shall consist of a photoelectric cell in a weatherproof housing which plugs into an EEI-NEMA twist lock receptacle integral with the luminaire. The photoelectric control unit shall provide an output in response to changing light levels. The response level shall remain stable throughout the life of the control unit. The control unit shall .contain a cadium-sulfide photoelectric cell suitable for operation with 120V or 240 V line supply as noted on this! plans. The unit shall have a rated load capacity of 1,000 volt -amperes minimum, with a normal power consumption of not more than 100 watts. The control unit shall also have surge protection to prevent damage from sudden voltage surges. The control unit shall have a "Turn-On" level between one (1) and five (5) foot-candles. The "Turn-On" level shall be between one and one-half (1-1/2) and five (5) times the "Turn-On" level. The photocell shall be properly oriented with the photocell window facing north. 19. ' 59 Fuses Fuses sha·ll be slow blow 13/32 x 1-1/211 in-line 10 amps. The fuse shall be installed in the hot leg of the lighting conductor. The circuit shall be fused in the base of the pole and not in the pull box. Fuseholders Fuseholders shall be completely waterproof, shall grip the fuse in load side section when fuseholder is opened,. be able to take a 13/32 x 1-1/211 fuse, with crimp type tubular terminals of ·a size able to take the size of cable in the particular street light. Wire and Conduit Run to Service Point Service conductor runs to feed point shall be solid or stranded copper wire, No. a AWG minimum. The Contractor shall be responsible to coordinate closely with the utility company regarding the specific circuit feed connection procedures for each individual service location. Payment Payment for street lighting system shall be at the contract unit price per street light and shall include full compensation for coordination with SDG&E necessary to provide an operational system complete in place including sawcutting, removal and repair of existing A.C. or concrete improvement disturbed in the construction of conduit, boxes, foundations, etc. JOB SIGNS The Contractor shall furnish and install within ten (10) calendar, days of issuance of Notice to Proceed, two (2) job signs at locations on the site as directed by the Project Manager. The sign shall be four (4) feet high by eight (8) feet wide constructed on 3/4 inch exterior plywood with 4 x 4 redwood posts on each end. When installed, the bottom of the sign shall be five (5) feet above the ground and the posts shall extend a minimum of 2.5 feet into the ground. The sign shall be professionally painted and lettered. The sign message shall be communicated by Project Manager to Contractor prior to work commencement. The exact layout of the sign shall be coordinated with the Project Manager. The City will provide City seals for the Contractor's use in preparing these signs. , , , ' 60 Lettering shall be a minimum of four (4) inches high, block (Gothic) style, painted black on a white background. At the completion of the project, the signs will be delivered to the Project Manager's designated storage area. Payment for the job signs shall be at the contract unit· price per each which shall be· full compensation for preparing, installing, maintaining, removing and delivering signs to designated storage area. TYPE I WALL Slop, of retain!d earth. Reinfardng 1tnl "R" Roinlorcing steel "R" Lap Splice Horizontal St,.1 (see noll 2) .-----------; WALL TYPE "T" A. Typt I 6" Width B. Typo I 8" Width C. Type II (Nola' 1.) REINFORCING STEEL "R" 1. I 3 Ba11 @ 24" o/c 2. I 4 Ball @ 32"' o/c 3. I 3 Ball @ 16" o/c 4. # 4 Ba11 @ 24" o/c 5. I 4 Ba11.@ 16" o/c 6. # 5 Ball @ 16" o/c TYPE II WALL Slop, of retained· earth. c ·s i... .., OU m 0 C m m .. KEY SIZE "K" Width x Oapth &•• X 6" "R" 8" X 8" ·z, "K" D. ·E. F. G. N. 12" X 12" 12" x 18" None Roquirod "K" Footing wid "W" 12" min. concrete depth. 12" min. into natural ground or approved compamd fill. SLOPE OF RETAINED EARTH · f-Footing width~ "W" 12" min_. concrete depth. 12" min., into· natural ground· or approved compacted fill. HORIZONTAL RUN TO VERTICAL RISE Wall Llvtl 5 to 1 4 to 1 3 to 1 2 to 1 Ill ID 1 1 ID 1 Height 1· -4" 2' -0- r -s· 3' -4• 4' -0- 4' -s· s· -4" Ii' -o· Ii' -a· 8' -O" T R I w TR K w TR K w T R K w TR K w TR K w A 1 N r -•· A 1 N 1" -4" A 1 N 1' -4n A 1 N 1· -4" A 1 N 1' -4" A 1 N ,. -6" A 1 N 1' -4"" A 1 N 1' -4•• A 1 N r -4 .. A 1 N 1' -4" A 1 N 1' -4• A 1 0 ,. -8" A 1 N r -o· A 1 N 2' -0-A 1 N 2· -0 .. A 1 N 2' -O" A 1 0 2" -O" A 1 E 2· -r A 1 N 2· -, .. A 1 N 2' -1" A 1 N 2· -1" A 1 0 2' -, .. A 3 D 2' -, .. B 1 E 2' -4" A 3 N 2' -4" B 1 N 2' -3• B 1 N 2' -3 .. B 1 0 2' -3" B 1 0 2' -3" B 4 F 2' -5" B 4 0 2' -9• B 4 D 2' -9" B 5 E 2' -9" B 5 E 2' -9" B 5 F 2" -9" C 5 G 3' -5" B 5 D 3' -0-C 4 D 3' -O" C 4 E 3' -o· C 4 E 3' -D" C 4 F 3' -2" C 5 G 3' -9" C 4 E 3' -3'" C4E 3' -3" C4E 3' -4'' C 5 E 3' -4"" C 5 F 3' -6" C 6 G 4• -2·· C 5 E 3• -9" C 5 F 3' -10'" C 6 ·F 3' ~ 1QH C 6 G 3' -11" C 6 G 4' -, •• • •C 6 G 4' -6" Footing siza art bastd oa 1000 lb, ptr squara foot maximum soil bearing value, NOTES: 1. When wall Type II is required, the first four courses of block, regardless of wall height, shall consist of 12" wide masonry units. TR K A 1 0 A 1 0 A 1 F B 4 F C 4 G 2. Horizontal Steel -Two /I 3 ba11 shall bo placed longitudinally in the footing as shown. One I 3 bar or ladder mesh shall be placed longitudinally in the morTar joint every 16 inches as the blocks are laid up. 3. See Standard Drawing C-7 for additional requirements. w 1' -7" 1' -10" 2' -5• 2· -4" 3' -4" IIECOMMENDED IIY THE SAN DIEGO IIEGIDNAL STANDARDS COM111nu SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approved Date cr.z._/,;' ,r,-4.,/' ~u;. /'1$ Cd.,•du~1n1 MC'. E l9BQJ-lhte DRAWING NUMBER C-2 MASONRY RETAINING WALL TYPE I & TYPE II {SLOPING BACKFILL) New Des. ii\. S. 10·82 ___ Arm Length 81 max I! Curb _Owr~en~ 1' min ·p· . • i Lumina1re i-----~~----~ Pole Top Pole Top I 1: ... ,--Light standard Light Standard ---111 . · -:§ m ::i:: "' ~ DIRECT BURIAL FOUNDATION POLE MOUNTING HEIGHT HEIGHT 25' ± 2' 27' ± 1' 28' ± 2' 30' ± 1' 23' -O" 26' -9" 26' -6" 30' -O" , ; Revision By Approved Date Table 71!.i. j'-i/G I •t----+-1-----t--t Undisturbed Earth Salect Sand, 95% minimum relative compaction. LAMP SIZE !WATTS) 170.M.V . 100 H.P.S. 90 L.P.S. 400 M.V. 250 H.P.S. 180 L.P.S. 70 H.P.S. 150 H.P.S. Finished Grade ---------J,~ 560 • C • 3250 P.C.C. Anchor bass square ar round, add 1' to each dimension for loose soil or soft • clay conditions. -----------l--J ·,,, .. i_:::.____· ·.....:........i Finished Grade Anchor bolts must not protrude. ANCHOR BASE FOUNDATION • I \ :/4" minimum I \alt. clma~ce • .. Anchor Bolts (4 req.) 1"x36"x4" hook, galvanized. USe two leveling nuts with washers (all galv.) on each boll SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE STREET LIGHTING STANDARD Cl$../!? ,<,../4./ "7u. /'7$ Coo1d1111lOf R.C.E. 19801 0111 DRAWING E l NUMBER • 61 .. :' .. .. t :!1 g • • ,0 -.. ORNAMENTAL STREET LIGHT-u~ r 'Z I• 6" ARH 1.1::11:111 S1 K\X CURB OVCRJIANC 1 1 HOI / 90• Ctrran' WMINAIRZ SHAU. ALID.I NO &SCAPE: 011' LICllT ABOVE Tl!S IIORUOlfAL , IIIIT.lllD REINFORCI:D CONcru:n: LIG!r? S'IANOARD ---IIAIID IIOU: TO FAC& S'l'RE!:I' Fus& 1101.DIJI 027 SUPPLEMENT TO DRAWING E-1 II!'.~-I 8 copper wire griiundltd to pol■ stool with lug tlj .. ef # 8 copper wire grounded to pol, steel with lug QY' '1=--@ STEEL CONDUIT NON-METALLIC CONDUIT DIRECT BURIAL FOUNDATION S.1 Detail A 1/2" Rigid steel Conduit =r-l?=~F 0 •• GY :~:-~,;¼ STEEL CONDUIT NON-METALLIC CONDUIT ANCHOR BASE FOUNDATION © 3/4"x 8' copper covered steel ground rod. 0 Alternate Ground: 15" no. 4 bare stranded copper wire, coiled. Steel Conduit © Approved non-metallic conduit. 0 Steel conduit. DETAIL A IIECO■MENOED IT THE SAN DIEGO IIEGIONAL STANDAIIDS COMMITTEE cr&./t? &./-I' m,,. ms C:0-..,.,cr 11.C.E. ISl01 OIQ DRAWING NUMBER E-2 SAN DIEGO REGIONAL STANDARD DRAWING Revision By Approved Date ' GROUNDING OF CONCRETE LIGHTING STANDARDS • N TYPE 3112 5 l/2"MIN. LIP 3/4"MAX. FINISHED GRADE l/8"EDGE TAPER ~--i-.~:~=~t-:r~·-·. f ., COVER EDGE TH 13/411 2" B I I I \ I I TRAfFIC SIGNAL B PLAN MIN.DEPTH BOX AND L .tt EXTENSION NO 153/811 EXTENSION· 22" 23V4' • ., •.. ~ :..• \I \ PRECAST '-:!----REINFORCED--,!; CONCRETE :, . ; ' Ai'. MOLDED LETTERS 1/8" DEEP (SEE NOTE21 3/9"0 DEF. STEEL BARS w • R 101/8" 11/8" 133/4" 11/4" R COVER REINFORCING PLAN NOTES I). USE STEEL COVER WHEN SUBJECTED TO TRAFFIC LOADS. 2); PULL BOX COVER SHALL BE MARKED "STREET LIGHTING" WHERE PULL BOX CONTAINS STREET LIGHTING CONDUCTORS ONLY. "HIGH VOLTAGE" SHALL BE ADDED · WHERE VOLTAGE IS ABOVE 600 VOLTS. • TOP DIMENSION 51 THE L AND W DIMENSIONS OF THE COVER SEAT SHALL BE 1/8" GREATER THAN THE COVER DIMENSIONS. • REV. APPROVED DATE 4). COMPACT EARTH UNDER AND AROUND PUL.L BOX. CITY OF CARLSBAD PULL BOX FOR TRAFFIC SIGNAL AND STREET LIGHTING f ~ /0-1$°-8(1 . CITY ENGINEER DATE SUPPLEMENTAL GS I "':II STANDARD NO. -,i,,l • . 5 ..... -e " .., 6" • ,,,,.,.-2" Weakened Plana Joint ' .-..... ·.:•,:'' •.:• -~ ·! ,::· •• 1if• R -•~ ---, a t::· ·:,.~ -5 0 ',' • ·, 3 ' .., "' ~ •.. ,· ··: .; -. ' C rl 1/2" except where elevations • : 1" R ] shown indicate otherwise. C \ .. /" ,, .. -~·-· ........... -~ ~.-:.·:·. ...... i,2 .. ii~ •.. , t ...... • ~ --=-~ ... \_•·· -----.... : ·• ---.·: la , .. _.: ~ ·:: ;... •• , .. -~ ,•. . .... ~---:~·:-~::: •.: •. :..· ... ... .-.-.:· ·:· ~--.. I -112 .. -------, I w TYPE G & H CURB TYPE w • AREA SQ, FT. G 24" 1.34 H 30" 1.61 • with B" Curb Faes NOTES: 1. Concreta shall be 520-C-2500. 2. See Standard Drawing G-10 for joint details. . LEGEND ON PLANS AECOMMENDED DY THE SAN DIEGO Revision By Approved □ate REGIONAL STANDARDS COMMITTEE SAN DIEGO REGIONAL STANDARD DRAWING Cone. >I" 71!.,a 5-.X. a.-1../2<~ .:J-u:. /fl! f.;:.",.1.,-.. 1p, Ii rt 1'.lllQ1 0••· CURB AND GUTTER -COMBINED DRAWING G-2 NUMBER • I 4" 5" 4" ix, TYPE A·SECTION TYPE B-SECTION H 'h6"8" 9" e1g t , , or 6,. 4" I • I I ... ;-~1--1 I~ ~:: I. 2H+6" .1 ~i,~ TYPE C·SECTION Slope end of dike 1 : 1 when not joining other improvements I a" I .. . TYPE D-SECTION APPROX. OI KE QUANTITIES TYPE TONS/LIN. FT. ALL TYPES-SIDE VIEW NOTES 1. Dike is to be placed on a minimum 2'" of A.C. road surfacing, extending · throughout the width of the dike. 2. AR-8000 grade asphalt to be used for all dikes A 0.0250 B 0.0375 C-6" 0.0375 C-B" 0.0583 C-9" 0.0702 0 0.0062 3. A.C. dikes may be shaped and compacted with an extrusicn machine or other equipment capable of shaping end compacting the material to the required cross section. LEGEND ON PLANS Type A Oike 00 Revision By Approved Oate SAN DIEGO REGIONAL STANDARD. DRAWING' RECDMIIENOED B'I' THE SAN DIEGO REGIDNAil STANDARDS COMMITTEE DIKES IBERMSJ -ASPHALT CONCRETE cr/t../t1~ .m.,,,1~1s Coo1d1na1ar R.C.E. tSIOJ Om DRAWING NUMBER G-5 1. • I Revision Thi k varies Width as shown on plan 1/2" R • NON-CONTIGUOUS Width as shown on plan 1/2" R -1 /4" per ft. 1/2" R i-.. ---:~._;: CONTIGUOUS NOTES 1. Concrete shall be 52fl.C-2500. 2. See Standard Drawing G·10 for joint details. SAN DIEGO REGIONAL STANDARD DRAWING SIDEWALK -TYPICAL SECTIONS LEGEND ON PLANS Rl!COMMENOED BV n,e SAN ·DIEOO REGIONAL STANDARDS COMMITTEE CU&,./:?,<'~ -Jzc.. l1lS ~ori:1,n11or A.C.E. ;ggQJ D111 DRAWING NUMBER G-7 tl / ' ' I _J f I' ... Varin □ Top View I 1r· I 6' • Ir' max. □ I Sack of sidewalk~ □ I I I I I I I I I I I I I LJ Front View I I LJ .i..J_ 6"x 6" post typ. L.J I I I I u CONTINUOUS BARRICADE 12'' 6' • O" • 1·r-1 I 6''x 6''. past typ. L .front View SEPARATE BARRICADE NOTES I I I 1r I i,.. I I i., i-, I I L ...... ---~ Location dimension shown an plans 1. Posu to be structural grade redwood or pressure treated (with woad preservative) Douglas Fir, surfacad four sides: cross pieces to be 2"x 8" select graQe Douglas Fir, surfaced four sides. 2. All axposad portions of barricades shall ba paintad with two caats of whita axterior enamel over prime coat. 3. Connections shall be made with 3/B"x &" galvanized lag screws with ona (1) washer each. Raflactor sign fasteners·to be 3/B"x 1%'' galvanized lag screws. . 4. Reflector signs • California Type N. Size 18"x 18" • Yellow with nine (91 • 3¼" reflector, ( center mount ). a. Reflector, shall be red for use on dead end streets, in all other cases they shall be yellow. Reflector material shall ·ba plastic or other approvsd reflectorized material. End View (Both Barricadesl r/ I I i., l i 4"x 4" "'.,_ __ l~ post Front View GUARD POST LEGEND ON PLANS ~ i;i Barricade Guard Post b. Sign material shall be aluminum alloy 6061-T& or 5052-H38, aluminum thickness .0.063 inches. 5. Six foot long hat section metal post per Caltrans Std. Plan A74-A optional for guard post. Ravision By Apprawd Data SAN DIEGO REGIONAL STANDARD DRAWING AECQMMENOED av THE !AN DIEGO AEGIONAL STANDARDS COMM1nEE !:?.6-7.7 1K. l'-IO·IZ (IU../t; ,<,-t../ ,tJ-.,,__ "75 Cootdi.,.,ar R.C.E. 191111 D111 :;o.·,----"--1--i-----t---t GUARD POST AND BARRICADE DRAWING NUMBER M-9 ' ' ' ' ' I ' 24" min . C.I. ;,. 1/2" dia. lift halt RISER RING C:J. . r ~'Ii,. 5" min 6'' thick grout pad Slope surfaa, of grout pad 10 drein away Grout around box .Pr1w1 concnte , • pipe box from cover. and to meet ,xisting ·ornd1. Brick ;uppon all around on 2" cand bm. . .' ,,• ·.:.~. ·~: 564 • C • 3000 cancret, PLAN-IN UNPAVED AREA _;.· 6" dia. min·.~ ,: -~:. '": ...... . ;-: :~.:.:-~r.::~:.-:_:f NOTES 1. CoYOr end lreme lo be CISJ integrally with pipe box. TYPICAL MONUMENT SECTION IN PAVED AREA 2. Monument be11 may be c:as1 in place or prowl. 3. Form and taper expastd upper 6" of c.ast,in place base too top di11me1er of 5". (Precast base shall bl? sand ~m~ • . 4. Monument marker shall be e domed bras, 3" in dia11111er, 5. Monu1111n1 Locetio~: el S.1 on all cen11rline in1orsac1ion1 unless actual location is modified by the Aaencv .and shown in modifitd location on map. When centerline inttraction is impractical, offset 5 fnt on centerline of major nre11, Im d11ail at righl). II n1i1her cen1arlin1 can ba occupi1d, two monum1n11 will.bi 111 in lino around 1h1 lronl on 'lhl porimollr of a 10.1001 diamotor circl1, who11 cantor is the point, b) S.1 on cen1erlin1 11 in10Ml1 not exceeding 1000 1111 on nreighl runs. c) S.1 on c■nllrline 11 poin11 ol cuMIUr~. di S.1 on center 11 c■nt■r poinll of cul'd1111:1. I} Set on canttrlin8 when canter ·point of cul-d1-ac ii oftat from canterlin!I, f) Th■• nand1rd1 may b■ modified at th■ diu:ration of th■ A;tncy in can whtra strict cDmplianct ther .. with results in mart monumtntl than it c0nsid1rs n1cnsary. lh1 following t11chniqu1 tar roducin!J tha number of monuments will b1 routine. , gl Subsli1u1ion of on, monument on 1h1 "Point of lntaraction" lor monumonu al 1hl "Beginning ol Cu,..·• ■nd 1h1 "Ending of CuM" when lh■ "Point of lnl■nection• lolls within 1h1 povemenl ,roe. hi D1l11ion of any monu1111n1 01hlrwi11. r1quirod by •lhOII 111ndord1 wnm ill position con b■ d11armin1d by tuming on, 1ngl1 from.■ point on I nroighl lino b•l-n twu othor monumon11, providing such poinl is not moro lh■n 300 1111 from 1h1 point on which lhl d1le11d monum1n1 would hovo been plocod. •1co ... .a10 ,., '"' IA.I 01100 •tGIOIIA&. II MOUDI ,CDalTTII aL/i?~ "'1,;,,m, ,_._ .,, 1iiiJ o .. DRAWING NUMIER M·10 SAN DIEGO REGIONAL STANDARD DRAWING STREET SURVEY MONUMENT "' -I m, ::; l Altermno ,location at monum&nL Ti, distances shown on final sub• division map it altarnat1 location ii usad. LOCATION OF STREET SURVEY MONUMENT Revition By Approwd Oat, Nor,s . 0 J: 7-7 70 5. Traffic Mnnu■I MARl(INGS-&-15" I ltl Figure 8·1 CENTERLINES • 2 LANE HIGHWAYS DETAIL 2 -1a~'17' D c::::J LEGEND ., 481 17' -4" Yellow Olrec:tlone of Travel -0 Two-Wtlf Yollow R■necttwe M■rtier (Type D) 0 Non-R■ftec:1hw Yell-u.,ller POLICY Centerline pattem with pavement mnr1(en for uH on two-lane 11tmet■ and highways /J. Traffic Manual MARKINGS 6-23 7-1981 Figure 8-9 MISCELLANEOUS MARKINGS DETAIL 38 (Channollzlng Lln•) r8" Whh UM 2" -;11:----------=-------=--..l. II II ' 24' 24' Throuoh Tmfflc .. LEGEND -Direction of Travel [I One-Way Clear Rellectlve Meri<er Typical channellzlng llne for use on Lett-tum or Right-tum lanes on streets and highways (see Section 6-02.2(31). 7 l. MARKER DETAILS &\½rih§K~ t s "1-\ -H ., ' C3-~ ~,i8 TYPE D TYPE G REFLECTIVE SURFACE 1:sm'!:11 I I I BLUE MARKER 2·WAY _j STIMSONITE LIFELITE 88AB L DETAIL A LEGEND Ill z • ..J ~ ADHESIVE 2 PART EPOXY TYPE A a B 2" ~ARKER I□ I I a t ~ MARKER-----------□ ID ::, 0 Q ~ Ill z ::i a: I Fl RE HYO RANT _____ :-¢ !:! ... >-... ~ I b I I CU RB------------I . I□ I I IC I I. DETAIL B I I I I 10 c,I +q_ □-+ q_ --_£~R..!,l!':!g _-C_ <.-J .;.i C Cl +t. Ill z ..J Ill ..J ID ::, 0 Q I□ I I la I F □, I I I I I al I I z ,c Q Ill :I! □I I I al I REQUIRED LOCATIONS FOR FIRE HYDRANT MARKERS NOTES I). MARKERS MUST BE INSTALLED AT ALL NEW AND RELOCATED HYDRANTS AND WITHIN ALL RESURFACING PROJ~CTS. 2). FIRE DEPARTMENT WILL PROVIDE LOCATION (S) l'OR ALL MARKERS IN PRO'S, COMMERCIAL LOTS AND ALL OTHER AREAS OUTSIDE OF PUBLIC RIGHT OF VIAY. :S). MARKERS: SHALL BE BLUE 2-WAYSTIMSONITE LIFELfrE B8AB OR EQUAL. 4). ADHESIVE: AN AMPLE AMOUNT OF TWO PART(A II B)EPOXY OR EQUAL. !I). SURFACES: CLEAN AND DRY PRIOR TO INSTALLATION PER MANUFACTURER'S RECOMMENDATIONS. 11). INSTALL MARKERS WITH REFLECTIVE SURFACES FACING ONCOMING VEHICLES AND OFFSET z• FROM LANE LINES. FOR STREETS WITHOUT LANE LINES OR STREETS WITH RAISED PAVEMENT MARKERS AND NO PAINTED LANE LINES, INSTALL MARKERS ON CENTERLINE OR IN LINE WITH EXISTING MARKERS. DATE _Q_ A,PPROVEO CITY OF CARLSBAD f.~ /0-15-ga CITY ENGl~EER CATE FIRE HYDRANT MARKERS SUPPLEMENTAL GS-12 STANDARD NO. . I