2009 CMD09B - La Costa Ave. Slope Repair CONTRACT FOR THE
CONSTRUCTION OF AN ENGINEERING SERVICES PROJECT
THIS CONTRACT is made and entered into by and between the CITY of Encinitas, a
municipal corporation, hereinafter referred to as "CITY", and Sierra Pacific West, Inc.,
hereinafter referred to as "CONTRACTOR".
RECITALS
CITY requires a general contractor to construct a public works project generally
described as
LA COSTA AVENUE SLOPE REPAIR
CONTRACTOR represents itself as possessing the necessary skills and qualifications to
construct the public works project required by the CITY and possesses the required contractors
license;
NOW THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, CITY and CONTRACTOR agree as follows:
1.0 CONTRACTOR'S OBLIGATIONS
1.1 CONTRACTOR shall construct the public work which is described in Attachment
A, which is attached hereto and incorporated herein as though fully set forth at length; and
which will hereinafter be referred to as "PROJECT".
1.2 The CONTRACTOR shall perform all work required to construct the PROJECT
in conformity with applicable requirements of all City, State, and federal laws.
1.3 The CONTRACTOR is hired to render professional services and any payments
made to CONTRACTOR are compensation fully for such services.
1.4 CONTRACTOR shall maintain throughout the full term of this CONTRACT all
professional certifications and licenses required in order to comply with all City, State, and
federal laws in the performance of this CONTRACT.
1.5 The CONTRACTOR shall pay to all laborers and mechanics employed on the
project not less than the wages prevailing in the locality of the project, as predetermined by the
secretary of labor of the United States pursuant to the Davis-Bacon Act (Title 40, U.S.C. sect.
276a-276a-5).
2.0 EXTRA WORK
The CONTRACTOR, in providing the services as set forth herein, shall not perform
work in excess of the PROJECT without the written permission of the CITY or its designated
representative. All requests for extra work shall be by written Change Order submitted to CITY
prior to the commencement of such extra work.
3.0 PAYMENT FOR SERVICES
Payment for CONTRACTOR' work to be rendered hereunder shall be in accordance
with the provisions of the Bid Schedule in Section D, Bid Forms, which is attached hereto and
incorporated herein as though fully set forth at length.
3.5 SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM
3.5.1 CONTRACTOR shall post and maintain during the full term of this CONTRACT,
the following security for CONTRACTOR's promise to perform this CONTRACT:
A. The amount of the faithful performance security shall be: 100%.
B. The form of the security shall be:
1. Cash;
2. Cashiers check made payable to the CITY;
3. A certified check made payable to the CITY;
4. A 100% faithful performance bond executed by an approved surety insurer,
made payable to the City; or
5. The CONTRACTOR may elect to deposit securities of a value equivalent to
the amount of the performance security in accordance with the provisions of
§ 22300 of the Public Contract Code. The City will make the final
determination as to the value of the posted securities.
3.5.2 CITY shall retain 10% of each payment due CONTRACTOR under this contract
until completion and acceptance of the PROJECT. In accordance with the provisions of§ 22300 of
the Public Contract Code, the CONTRACTOR may elect to deposit securities of a value equivalent
to the retention and thereby become entitled to receive 100% of the payments, without retention.
The City will make the final determination as to the value of the posted securities.
3.5.3 In accordance with Civil Code § 3247, CONTRACTOR shall post and maintain
during the full term of this CONTRACT, the following security for CONTRACTOR's promise to
perform this CONTRACT:
A. The amount of the payment(labor and materials)security shall be: 100%.
B. The form of the security shall be:
1. Cash;
2. Cashiers check made payable to the CITY;
3. A certified check made payable to the CITY;
4. A 100% labor and materials bond executed by an approved surety insurer,
made payable to the City; or
5. The CONTRACTOR may elect to deposit securities of a value equivalent to
the amount of the performance security in accordance with the provisions of
§ 22300 of the Public Contract Code. The City will make the final
determination as to the value of the posted securities.
4.0 TERM OF CONTRACT
4.1 This CONTRACT shall be effective on and from the day, month and year of its
execution by CITY.
4.2 CONTRACTOR shall commence the construction of the PROJECT within 15 days
from the date of a written notice to proceed and shall continue until all tasks to be performed
hereunder are completed or this CONTRACT is otherwise terminated.
4.3 CONTRACTOR shall fully complete the performance of this contact within 25
working days from the date of a written notice to proceed.
5.0 TERMINATION OF CONTRACT
In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the work as
provided for in this CONTRACT, the CITY may terminate this CONTRACT by notifying the
CONTRACTOR by certified mail of said termination.
6.0 STATUS OF CONTRACTOR
The CONTRACTOR shall perform the services provided for herein in a manner of
CONTRACTOR's own choice, as an independent contractor and in pursuit of CONTRACTOR's
independent calling, and not as an employee of the CITY. CONTRACTOR shall be under
control of the CITY only as to the result to be accomplished and the personnel assigned to the
project. However, CONTRACTOR shall confer with the CITY as required to perform this
CONTRACT.
7.0 SUBCONTRACTING
7.1 As required by California Public Contract Code Section 4104, the
CONTRACTOR has set forth in the List of Subcontractors and Suppliers in Section F, Bid
Forms, which is attached hereto and incorporated herein as though fully set forth at length:
A. The name and location of the place of business of each subcontractor who will
perform work or labor or render service to the bidder in or about the construction
of the work or improvement, or a subcontractor licensed by the State of California
who, under subcontract to the bidder, will specially fabricate and/or install a
portion of the work or improvement according to detailed drawings contained in
the plans and specifications, in an amount in excess of 1/2 of 1% of the
CONTRACTORS total bid.
B. The portion of work which will be done by each listed subcontractor; and
C. Only one subcontractor for each portion of the work.
7.2 If the CONTRACTOR subcontracts any of the work to be performed under this
CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the acts and
omissions of the CONTRACTOR's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as CONTRACTOR is for the acts and omissions of persons
directly employed by CONTRACTOR. Nothing contained in the CONTRACT shall create any
contractual relationship between any subcontractor of CONTRACTOR and the CITY. The
CONTRACTOR shall bind every subcontractor by the terms of the CONTRACT applicable to
CONTRACTOR's work unless specifically noted to the contrary in the subcontract in question
approved in writing by the CITY.
8.0 ASSIGNMENT OF CONTRACT
The CONTRACTOR has no authority or right to assign this CONTRACT or any part
thereof or any monies due thereunder without first obtaining the prior written consent of the
CITY.
9.0 EQUALS
The PROJECT description designates specific brands or trade names. In accordance with
Public Contract Code § 3400, the CONTRACTOR proposes "an equal" item indicated in
Attachment D which is attached hereto and incorporated herein as though fully set forth at
length.
10.0 VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent or employee of the CITY,
either before, during or after the execution of this CONTRACT, shall effect or modify any of the
terms or obligations herein contained nor such verbal agreement or conversation entitle
CONTRACTOR to any addition payment whatsoever under the terms of this CONTRACT.
11.0 DISPUTES
11.1 If a dispute should arise regarding the performance of this CONTRACT, the
following procedures shall be used to address any question of fact or interpretation not otherwise
settled by agreement between the parties. Such questions, if they become identified as part of a
dispute between persons operating under the provisions of the CONTRACT, shall be reduced to
writing by the complaining party. A copy of such documented dispute shall be forwarded to the
other party involved along with recommended methods of resolution, which would be of benefit
to both parties.
The party receiving the letter shall reply to the letter along with a recommended method of
resolution within ten(10) days of receipt of the letter.
11.2 If the dispute is not resolved, the aggrieved party shall send a letter outlining the
dispute to the City Engineering Services Director to be resolved.
11.3 If the dispute remains unresolved and the parties have exhausted the procedures of
this section, the parties may then seek remedies available to them by law.
11.4 Pursuant to Public Contracts Code section 20104, a claim by the CONTRACTOR
for a time extension; payment of money or damages arising from work done by or on behalf of
the CONTRACTOR pursuant to the CONTRACT which is not otherwise expressly provided for
or the claimant is not otherwise entitled to; or an amount the payment of which is disputed by the
CITY, shall be dealt with as follows:
A. The claim shall be in writing and include the documents necessary to substantiate
the claim. Claims must be filed on or before the date of final payment. Nothing
in this subdivision is intended to extend the time limit or supersede notice
requirements otherwise provided by the CONTRACT for the filing of claims.
B. Claim of less than fifty thousand dollars:
1. For claims of less than fifty thousand dollars, the CITY shall respond in
writing to any written claim within 45 days of receipt of the claim, or may
request, in writing, within 30 days of receipt of the claim, any additional
documentation supporting the claim or relating to defenses or claims the
CITY may have against the claimant.
2. If additional information is thereafter required, it shall be requested and
provided pursuant to this subdivision, upon mutual agreement of the CITY
and the claimant.
3. The CITY's written response to the claim, as further documented, shall be
submitted to the claimant within 15 days after receipt of the further
documentation or within a period of time no greater than that taken by the
claimant in producing the additional information, which ever is greater.
C. Claim of fifty thousand dollars or more:
1. For claims of fifty thousand dollars or more, the CITY shall respond in
writing to all written claims within 60 days of receipt of the claim, or may
request, in writing, within 30 days of receipt of the claim, any additional
documentation supporting the claim or relating to defenses or claims the
CITY may have against the claimant.
2. If additional information is thereafter required, it shall be requested and
provided pursuant to this subdivision, upon mutual agreement of the local
agency and the claimant.
3. The CITY's written response to the claim, as further documented, shall be
submitted to the claimant within 30 days after receipt of the further
documentation, or within a period of time no greater than that taken by the
claimant in producing the additional information or requested
documentation, whichever is greater.
D. If the claimant disputes the CITY's written response, or the CITY fails to respond
within the time prescribed, the claimant may so notify the CITY, in writing, either
within 15 days of receipt of the local agency's response or within 15 days of the
CITY's failure to respond within the time prescribed, respectively, and demand an
informal conference to meet and confer for settlement of the issues in dispute.
Upon a demand, the CITY shall schedule a meet and confer conference within 30
days for settlement of the dispute.
E. If following the meet and confer conference the claim or any portion remains in
dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with
section 900) and Chapter 2 (commencing with section 910) of Part 3 of Division
3.6 of Title 1 of the Government Code. For purposes of those provisions, the
running of the period of time within which a claim must be filed shall be tolled
from the time the claimant submits his or her written claim pursuant to subsection
A until the time the claim is denied, including any period of time utilized by the
meet and confer conference.
F. A civil action filed to resolve a claim subject to Section 11.4 of this CONTRACT
shall be subject to the provisions of PCC §§ 20104.4 and 20104.6.
12.0 HOLD HARMLESS
12.1 CONTRACTOR agrees to indemnify and hold the CITY and CITY's officers,
officials, employees and agents harmless from, and against any and all liabilities, claims,
demands, causes of action, losses, damages and costs, including all costs of defense thereof,
arising out of, or in any manner connected directly or indirectly with, any acts or omissions of
CONTRACTOR or CONTRACTOR's agents, employees, subcontractors, officials, officers or
representatives. Upon demand, CONTRACTOR shall, at its own expense, defend CITY and
CITY's officers, officials, employees and agents, from and against any and all such liabilities,
claims, demands, causes of action, losses, damages and costs.
12.2 CONTRACTOR's obligation herein includes, but is not limited to, alleged defects
in the construction of the improvements; alleged defects in the materials furnished in the
construction of the improvements; alleged injury to persons or property; alleged inverse
condemnation of property as a consequence of the construction or maintenance of the work or
the improvement; and any accident, loss or damage to the work or the improvements prior to the
acceptance of same by CITY.
12.3 By inspecting, approving or accepting the improvements, CITY shall not have
waived the protections afforded herein to CITY and CITY's officers, officials, employees and
agents or diminished the obligation of CONTRACTOR who shall remain obligated in the same
degree to indemnify and hold CITY and CITY's officers, officials, employees and agents,
harmless as provided above.
12.4 CONTRACTOR's obligation herein does not extend to liabilities, claims,
demands, causes of action, losses, damages or costs that arise out of the CITY's intentional
wrongful acts, violations of law, or the CITY's sole active negligence.
13.0 INSURANCE
13.1 The CONTRACTOR shall obtain and for the full term of this CONTRACT
maintain a policy of motor vehicle liability, general liability and property damage insurance from
an insurance company approved by City and licensed and admitted to be transacting business in
the State of California, in an insurable amount of not less than one million dollars
($1,000,000.00) for each occurrence and in the aggregate. The insurance policy shall provide
that the policy shall remain in force during the life of this CONTRACT and shall not be
canceled, terminated, or allowed to expire without thirty (30) days prior written notice to CITY
from the insurance company.
13.2 The CITY shall be named as an additional insured on CONTRACTOR's policies.
13.3 Prior to commencement of work under this CONTRACT, CONTRACTOR shall
furnish endorsements from each of the insurance companies.
14.0 NOTICES
14.1 Any notices to be given under this CONTRACT, or otherwise, shall be served by
certified mail.
14.2 For the purposes hereof, unless otherwise provided in writing by the parties hereto, the
address of CITY and the proper person to receive any such notice on its behalf is:
Peter Cota-Robles
Director of Engineering Services
City of Encinitas
505 S. Vulcan Avenue
Encinitas, CA 92024-3633
and the address of CONTRACTOR and the proper person to receive any such notice on its
behalf is:
Sierra Pacific West, Inc.
Attn: Thomas L. Brown, President
P.O. Box 231640
Encinitas, CA 92023-1640
15.0 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION
REFORM AND CONTROL ACT OF 1986
"CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the
Immigration Reform and Control Act of 1986 (8 USC Secs. 1101-1525) and will comply with
these requirements, including but not limited to verifying the eligibility for employment of all
agents, employees, subcontractors and consultants that are included in this Contract."
16.0 AFFIDAVIT OF NONCOLLUSION
As required by California Public Contracts Code section 7106, the CONTRACTOR has
submitted within Section F, Bid Forms, affidavit of non-collusion affidavit, which is attached
hereto and incorporated herein as though fully set forth at length.
SIERRA PA IFIC W T, INC. CITY OF EN IT
by by Mn.
Thomas L tr w , President Peter Cota-Robles
Director of Engineering Services
Dated: February 12, 2009 Dated: /2.& rZ� �?
ATTACHMENT A
LA COSTA AVE SLOPE REPAIR
WORK TO BE DONE
All work shall be done in accordance with the Special Provisions, the "Greenbook" Standard
Specifications for Public Works Construction (2006 edition), and the San Diego Area Regional
Standard Drawings (April, 2003 edition), Caltrans Standard Specifications (May, 2006 edition),
and the plans, drawing number 0060 Sl unless otherwise indicated on the plans.
DESCRIPTION OF WORK FOR
LA COSTA AVENUE SLOPE REPAIR
The work consists of all earthwork, required to repair the slope on the north side of La Costa
Avenue between Interstate 5 and Vulcan Avenue for a reach of about 200 feet. All work to be
done in accordance to the project plans and specifications.
Executed in Two (2) original Bond Number: 105229749
Premium included in
Performance Bond.
Labor and Materials Bond
for
LA COSTA A v E SLOPE REPAIR
Know all men by these presents that Sierra Pacific West, Inc.
as Contractor, and Travelers Casualty and Surety Company of America ,
as Surety, are held and firmly bound unto the City of Encinitas, as the City, in the penal sum of
8nne�H��L ety Nine Thousand,Four dollars ($ 19.9,456.71 ) which is one hundred percent of
r Fift ix and Nine Thousand,
the total contract amount for the above stated project, for payment of which sum, Cortractor and
Surety agree to be bound,jointly and severally, firmly by these presents.
The conditions of this obligation are such that, whereas Contractor has been awarded and is
about to enter into the annexed Contract Agreement with the City for the above stated project,if
Contractor or any subcontractor fails to pay for any labor or material of any kind used in the
performance of the work to be done under said contract, or fails to submit amounts due under the
State Unemployment Insurance Act with respect to said labor, Surety will pay for the same in an
amount not exceeding the sum set forth above, and also in case suit is brought upon this bond,
will pay in addition to the face amount thereof costs and reasonable expenses and fees, including
reasonable attorney's fees incurred by the City in successfully enforcing such obligation, to be
awarded and iced by the court, and to be taxed as costs to be included in the judgment therein
rendered, which amount shall inure to the benefit of all person entitled to file claims under the
State Code of Civil Procedures;provided that any alterations in the work to be done, materials to
be ftnnished, or time for completion made pursuant to the terms of the contract documents shall
not in any way release either Contractor or Surety, and notice of said alterations is hereby waived
by surety.
In witness whereof the parties hereto have set their names,titles,hands, and seals this 11th
day of February 2009
Contractor Sierra Pacifig West, Inc.
B :
A/
Thomas L. Bro , President
Surly Travelers Casualty and Surety Company of America
B : 1
ames aldassare, J ., Atto ey-In-Fact
Acknowledgment of Execution by Contractor and Surety in the proper format, shall be attached
to this bond
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego
On FFR 1 1 7009 before me, Johanna Smith, Notary Public
ate Here Insert Name and Title of the Officer
personally appeared James Baldassare, Jr.
who proved to me on the basis of satisfactory evidence to
be the person(g) whose name(x) is/arse subscribed to the
within instrument and acknowledged to me that
he/s�ft executed the same in his/lxwAbeir authorized
capacity(ces c and that by his/W)ft,r signature(s) on the
JOHANNASMfTH instrument the person(, or the entity upon behalf of
" COMM.#1750064 which the personal acted, executed the instrument.
NOTARY PUBLIC-CALIFORNIA 0
SAN DIEGO COUNTY � I certify under PENALTY OF PERJURY under the laws
My Commission Expires
JUNE to,20)11 of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand an official seal.
Signature
Place Notary Seal Above Signature of N ery fyublk
OPTIONAL
Though the information below is not required by law, it may prove valuable to pe ons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Individual ❑ Individual
• Corporate Officer—Title(s): ❑Corporate Officer—Title(s):
• Partner—❑ Limited ❑ General _ ❑ Partner—❑ Limited ❑ General
❑ Attorney in Fact • ❑Attorney in Fact •
• Trustee Top of thumb here ❑Trustee Top of thumb here
• Guardian or Conservator O Guardian or Conservator
❑ Other: ❑Other:
Signer Is Representing: Signer Is Representing:
02007 Nallonal Notary Association-9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402-www.NabonaiNotary.org Item#5907 Reorder:Call Toll-Fee 1.800-676-6627
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
,01k POWER OF ATTORNEY
TRAVELERSFarmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney-In Fact No. 217991 Certificate No. 002467610
KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that
the Companies do hereby make,constitute and appoint
Christine A. Paterson, Penny E.Kelley,James Baldassare Jr.,Lawrence F.McMahon,James R.Sommerville,and America San Martin
of the City of San Diego , State of California ,their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 25th
day of June 2008
Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company ,United States Fidelity and Guaranty Company
GI.SU,� SURETY FIFE 6 �N INf� :1 NS(:q�.t p TY q/•� Y
vaNnrp JP......",
ti�
'cua % { p W
.o F w INRTFORD. ` pONtL N 1896
1�•.SBRL:'a
4yy"'�vEct�a° �i� QO Nk�°T e'•• 'a'rI �`>:'�...... �•a° Osr � O�p
a. >•� � M' `�OF hEW ",�„ „."cc fS"•A 1,-1r .....re si • ',, + , A�bP"
State of Connecticut By:
City of Hartford ss. /Geor.-I&Thompson, enior ice President
On this the 25th day of June 2008before me personally appeared George W.Thompson,who acknowledged himself
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers
Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being
authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
et*In Witness Whereof,I hereunto set my hand and official seal.My Commission expires the 30th day of June,2011. Marie C.Teveauu,Notary Public
58440-5-07 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of
On tie w..« f ,2-. 20 0 9 before me, \n{e r d� �-^�'z`X' ��-# 1�U_L- -`C_ ,
,,1.,2-. 2-009
ate —� Here Insert Name aAdIrifle of the Officer EJ
personally appeared L- -
Name(s)of Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person( whose name(A) is subscribed to the
within instrument and acknowledged to me that
(ge sXe/t<y executed the same i is r/tt)ir authorized
capacity(), and that by @/Wr/t it signature( on the
11'a MO M&Y instrument the person(, or the entity upon behalf of
Ccnyra )n#1566506 which the person( acted, executed the instrument.
Notary Rr AC-CaMlaeria
Son Dle'9112 Cixtnly
11P.W Comm.EXPketApr4,2004 I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature\,, '2 c D.
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s):
❑ Partner—❑ Limited ❑ General _ 11 Partner—F-1 Limited ❑ General
• Attorney in Fact =lFi
❑ Attorney in Fact
• Trustee Top of thumb here ❑Trustee Top of thumb here
❑ Guardian or Conservator ❑ Guardian or Conservator
❑ Other: ❑ Other:
Signer Is Representing: Signer Is Representing:
02007 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402•www.NabonaiNotary.org Item#5907 Reorder.Call Tall-Free 1-800-876-8827
Executed in Two (2) original Bond .umber: 105229749
Premium: $2,294.00
Premium is for conract term and
subject to adjustment based on
final contract price.
FaithfW Performance Bond
for
LA COSTA AVE. SLOPE REPAIR
Know aU.M.eo by these presents that Sierra Pacific West, Inc.
as Contractor au,d Travelers Casualty and Surety Company of America
as Surety, are held and firmly bound unto the City of Encinitas, as the City, in the penal sum of
One Hundred Ninety Nine Thousand,Four Hundred
Fifty Six and 71/100 dollars ($ 199,456.71 ) Wl)jCl] is one-hundred_
percent of the total contract amount for the above-stated project, for the payment of which sum,
Contractor and Surety agree to be bound,jointly and severally,finuly by these presents.
The conditions of this obligation are such that, whereas Contractor has been awarded and is
about to =ter into the annexed Contract Agreement with the City for the above stated project, if
Contractor faithfully performs and fulfills all obligations under the contract documents in the
maxwer and time specified therein, then this obligation shall be null and void, otherwise it shall
remain in fall force and effect in favor of the City. As part of the obligation secured hereby and
in addition to the face amount specified therefor, including reasonable attorneys'fees incurred by
the City in successfully enforcing such obligation, a).l to be taxed as costs and included in any
judgmn mt rendered; provided that any alterati.ons in the obligations or time for completion made
pursuant to the terms of the contract documents shall not in any way release either Contractor or
Surety, and notice of such alterations is hereby waived by Surety.
In witness whereof the parties hereto have set their names, titles,hands, and seals this 11 th
day of February I 2009 ,
Contractor Sierra Pacific West Inc
By:
Thomas L. Brown President
Surety Travelers Caqualty and Surety Company of America
B :
Jame Baldassare, "r., Atto ey-In-Fact
Acknowledgment of Execution by Contractor and Surety in the proper format, shall be attached
to this bond.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego
On before me, Johanna Smith, Notary Public
Here Insert Name and Title of the Officer
personally appeared James Baldassase9, Jr.
who proved to me on the basis of satisfactory evidence to
be the person(gi whose name(x) is/ape subscribed to the
within instrument and acknowledged to me that
he/O tuft executed the same in his/keo,(tbeir authorized
capacity(igsq, and that by his/W) yW signature(s) on the
instrument the person(sr), or the entity upon behalf of
.� JOHANNASM which the person6Q acted, executed the instrument.
U NOT RY P BL C1 CALIFORNIA In
� SAN 17tEQ0 COUNTY cc I certify under PENALTY OF PERJURY under the laws
MyCommiaelonExpires of the State of California that the foregoing paragraph is
d6JN 1Q 2(31t true and correct.
WITNESS my hand and official se
Place Notary Seal Above Signature Signatur of ry Public
OPTIONAL
Though the information below is not required by law,it may prove valuable t ersons relying on the document
and could prevent fraudulent removal and reattachment of this for to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s):
❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General _
❑ Attorney in Fact ❑Attorney in Fact •
❑ Trustee Top of thumb here ❑Trustee Top of thumb here
❑ Guardian or Conservator ❑Guardian or Conservator
❑ Other: ❑Other:
Signer Is Representing: Signer Is Representing:
02007 National Notary Association-9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 9131 3-2402•www.NationaiNotaryorg Item#5907 Reorder.Call Tog-Free 1-800-876-6827
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
k POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
Attorney-In Fact No. 217991 Certificate No. O O 2 4 6 7 6 O 9
KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul
Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are
corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the
laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and
Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that
the Companies do hereby make,constitute and appoint
Christine A.Paterson, Penny E.Kelley,James Baldassare Jr.,Lawrence F. McMahon,James R.Sommerville,and America San Martin
of the City of San Diego , State of California ,their true and lawful Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 25th
day of June 2008
Farmington Casualty Company St.Paul Guardian Insurance Company
Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company
Seaboard Surety Company Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
� I982 0 1sn a�ttto 1927 m �! _ Fm WrpOpryORATf;,n� i ` .p y��f
Z: .°T HARTFORD s7 FNRIi�� < D
g,�`�,�p � � 1951 NO ��! �`.5 E •" [ �° W CONN. n OONN. � N 1896 -�
5��...SHaCL:�.t W o <
�y �� i OFNfN *"a�,�nNCE� dfs•�•AN�a�-f -1'• `�a° �y per �O
hum w.v. Y....,..:r 1 FH AtN
State of Connecticut By:
City of Hartford ss. Georg Thompson, enior ice President
On this the 25th day f June 2008
Y before me personally appeared George W.Thompson,who acknowledged himself
to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.,
Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers
Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,and that he,as such,being
authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G.T�
In Witness Whereof,[hereunto set my hand and official seal.
My Commission expires the 30th day of June,2011. �OI/Bl�� * Marie C.Tetreault,Notary Public
�s
58440-5-07 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Q_ -t
0n f2009 before me, wt>-LlC-
to Here Insert Name a lle of the Officer
personally appeared L. . ( �
Name(s)of Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person()Q whose name() is tK subscribed to the
within instrument and acknowl dged to me that
Q/"2\'sKeNy executed the same in V�X,/t it authorized
WENDY Q CERNMISICY capacity(i�), and that by is AM ignat ure( on the
COny"bsi0" 1566504 instrument the person}, or the entity upon behalf of
Notary Dbuc CaMfomlo which the person acted, executed the instrument.
Iego County
9r.My Comm-Expires Apr 4,2009
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature\�•.� r0. �., �ti�►ti
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: _ _^ Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Individual ❑ Individual
" ❑ Corporate Officer—Title(s): ❑ Corporate Officer—Title(s):
❑ Partner—❑ Limited ❑ General _ _ ❑ Partner—❑ Limited ❑ General
• Attorney in Fact El Attorney in Fact _
• Trustee Top of thumb here ❑Trustee Top of thumb here
❑ Guardian or Conservator ❑ Guardian or Conservator
❑ Other: ❑ Other:
Signer Is Representing: Signer Is Representing:
02007 National Notary Association•9350 Oe Soto Ave.,PO.Box 2402•Chatsworth,CA 91313-2402•www.NationalNotary.org Item#5907 Reorder.Call Toll-Free 1-800-876-6827
CITY OF ENCINITAS
ENGINEERING SERVICES DEPARTMENT
CATALOG CUT/SHOP DRAWING TRANSMITTAL AND APPROVAL
SUBMITTAL NO.
PART 1 FOR CONTRACTOR USE
FROM(CONTRACTOR)
TO(DESIGNER)
CONTRACT �T P�
TOR (CONTRACT TITy+EJ
THE FOLLOWING ITEMS ARE SUBMITTED FOR REVIEW AND APPROVAL,PE SPEDC�I�CATI N E
ITEM I (USE SEPARATE FORM FOR EACH SPEC.SECTION) A/E RECOMMEND NO
NO.(A (B (C CITY ACTION
��i RACT SPECIFICATIONS REQUIRE FACTORY
INSPECTION YES NO NEW SUBMITTAL
SIGNATURE RESUBMITTAL
PART If— FOR DESIGNER USE
FROM(DESIGNER) TO
ITEM HAS BEEN REVIEWED.THE FOLLOWING RECOMMENDA71ON IS MADE AS
COMMENTS: NOTED ABOVE.(See Column`C)
SIGNATURE DATE Z v
1 62
PART III— FOR CITY USE
FROM
TO(CONTR<►CTORJ 5
ENCLOSURES RETURNED. APPROVAL OR DISAPPROVAL INDICATED ABOVE.(See Column'D")
fNOTE:N� OWING ACTION CODES ARE GIVEN TO ITEMS SUBMITTED:(A code letter will be inserted for each
PROVED AS SUBMITTED. item in Column D,Section 1,above)
C.-APPROVED,EXCEPT AS NOTED ON DRAWINGS
PROVED EX NOTED REFER TO ATTACHED SHEET.RESUBMISSION REQUIRED.
D..—WILL BF RETURNED BY SEPARATE CORRESPONDENCE.
DRAV►i1NGS. RESUBMISSION NOT REQUIRED. E.—DISAPPROVED. SEE ATTACHED SHEET.
Approval of item does not relieve the contractor from complying with all the requirements of the contract plans and specifications.
IGNA U DATE 2 G
02/11/2009 09:37 6194437781 LS1 PAGE 02
Pervo # Paint * Company
TEL 323.758.1147 M'323'*'7'7"8'e:9' 719
sglcs @pervo.coai
December 10, 2008
Pervo Traffic Center Pervo order #: 56616
5038-B Ruffner Street Pervo Traffic Center .PO # 6012
San Diego, CA 62111 Ship To: LS1
Fax: (858) 576-1416
Tel: 858 576-1412
CERTIFICATION
To Whom It May Concern.:
This is to certify that the following Pervo products lneet/s the xe+ reis
of specification below:
:..T.
Description Spedif ation Bateh
1' it-m.be:r
TC2-1101, White ,Alkyd PTH-02 ✓ 8010001 2/Ton
Thermoplastic, Extrude Type ALKYD C08-1663
TC2-1201, White Alkyd PTH-02 ,�' 7007002 2/Ton
Thermoplastic, S2ray Type C07-1063
Sincerely, ,
V
Le Luu
Technical Director
Pervo Paint Company ,
Plant Location:G624 STANFORD AVYNUE LOS ANGELUS CA.90001
Mailing Address;.F.O.Box 1496.LOS ANC.Ex E5,CA 90001
02/11/2009 09: 37 6194437781 LS1 PAGE 03
Perva PaInt CaM,.pany
TEL 323.758.1147 8000892o364E7 FAX 3230778.97I9 sEdes@peryo.com
�� r'vo.c0m
September 22, 2008
L S I Pervo Order No. 59613
14219 Old ITighway 80 Customer P.O. No, 6467
El Cajon, CA 92021
TEL: (619)402-4256
FAX;(619)-443-7781
CERTIFICATION ;
To whom it may concern,
This is to certify that the following prod e.
following Traffic Paint Specifications,.:
Product Descriptions -
l,'
�� ity
PTWB-01, White, -d1 8907 GOJ 250 gallons
Wategb,+ e, Traffic Paint r C0&1Qg3 (1X250
PTWB-01, Yellow,IJ , PTWB-01 8007002 250 gallons
Waterborne, Traffic Paint C0$-1094 (1X250)
Sinoergly,
r ace
r ►� o .
P t CvFnPany
i,
Plant Loca[lon; 6624 STANFORD AVJENLiF_I OS ANGELES,CA 90001
Mailing Address;P.O.Sox 1496 LOS n�TGEL,ES,CA 90001
02/11/2009 09:37 6194437781 LS1 PAGE 04
1416 YEXYU
ATI .
ASPHALT roMpA.pjy .Ar
/y`
September 29,2008
e
Pervo Painting Company
To Whom It N1St/-Concern:
Thif is to certify that Evergrip Bituminous Marker Adhesive,Batch# 15104,==ufacturcd by Mani,,
Asphalt Company,meets ASTM D4280 Specifications.
T heraby eertify that the above
statem=ents are trite and correct
i .
Dolly Navarrctc
Laboratory Dimotor
300 Cizristy Place•South Houston,"CX 77587• Sales: 800-662-0987. l±ax:800-552-241 S
02!11/2009 09:37 6194437781 LS1 PAGE 05
x�s+ .rxc
Mm; TX 1,4061-isss
AF cc L-1
Swvjm�pticpjAo�INC-
v
' 1
fraiR "
71i607 � y� �j
0
' =�i'9b001• V
44 jOQ UM
=ass
OWWWARM
spsC
30 0
M 44.1 0
s3 �'�
s=.6
1.3 0 99.8
PAN t00 45-10D
100
> 48� MOW1' U PROOF
53:44%
sdlydia ;r .tgneaQ
�.. COSMS'
IOU
r dM! boo is 11 a elr+tid•wdsdWt l}y B�►M1a'�ro e�ga•�N1s
�: •.;�. 'X111Ib�ei•mrl.11w:ro� ,are�Rd,'�.^�,��atfkm el'oa�1�L
.ta�w1•K aRloa t��a4� , X95.
. 80. :
� - h�lltt•
. rI�WF�tOoeb o�IOMEk�Nro�
02/11/2009 09:37 _'-6194437781 V LS1 PAGE 06
.. w VV1
•'1
UNIVERSAL, INC.
4OrIt11l7cfUrpi N MA r.IrVt:A NM�R+Iree1w Poles 1 Murf„ya
J
1 f o33 Forest Ploce lJ
Santo Fa Spdn December 16,2005
v
CA OWO
Phone IkT,TER 2 cQV-LIANcE
(544)944-We
Fax LUZAICH, INC.
(56:2)944-229$ . 14219 Old Hwy 80
El Cajon, CA 92021
50o Form Rd . RE, APEX UNIVERSAL REFL PAVEMENT MARKERS
3013 Weil
Eagle Luke.
rx 774U Type "G"—One Way Clear Lot#7122 2,000 PCS
Type "D"—Two Way Amber Lot#4153 3,000 PCS
Phone Ntumfnous Adhesive
(V79)234-6569 Lot#01 20 500 LBS
Fox Dear Sir,
(9197)234.5406
We hereby certify that the above-mentioned pavement Markers and Bhuminows.Adhesive
manufactured and distributed by Apex Universal, Inc. have been Inspected and found to
be in complete compliance with Abe specifications of CaliforTa Department of
Transportation Section 85, 2006. ✓ -----
Sincerely yours,
Apex Universal, Inc,
C.
Frank Fei, President
Manufacturing
CITY OF ENCINITAS
ENGINEERING SERVICES DEPARTMENT
CATALOG CUT/SHOP DRAWING TRANSMITTAL AND APPROVAL
SUBMITTAL NO.
PART 1 FOR CONTRACTOR USE
FROM(CONTRACTOR) TO(DESIGNER)
t �=v2R•iP� ������ l��s t G d� 1=1JC_t N��t�
CONTRACT FOR: (CON'TgRACT TIT
IP-1 ggq_THE FOLLOWING ITEMS ARE SUBMITTED FOR REVIEW AND APPROVAL, PER SPECIFICATIOSN NO
ITEM A (USE SEPARATE FOR M�R EACH SPEC.SECTION) A/E RECOMMEND CITY ACTION
(C (D
s
i
I
_;dTRACT SPECIFICATIONS REQUIRE FACTORY
INSPECTION YES NO NEW SUBMITTAL
SIGNATURE RESUBMITTAL
PART II- FOR DESIGNER USE
FROM(DESIGNER) TO
ITEM HAS BEEN REVIEWED.THE FOLLOWING RECOMMENDATION IS MADE AS NOTED ABOVE.(See Column•C)
COMMENTS:
SIGNATURE DATE p
ART 111- FOR CITY USE
FROM TO(CONTRACTOR)
ENCLOSURES RETURNED. APPROVAL OR DISAPPROVAL INDICATED ABOVE.(See Column'p")
ACTION C OWING ACTION CODES ARE GIVEN TO ITEMS SUBMITTED:(A code letter will be inserted for each
A -APPROVED AS SUBMITTED item M Column D,Section 1,above)
C.-APPROVED,EXCEPT AS NOTED ON DRAWINGS
-
REFER TO ATTACHED SHEET.RESUBMISSION REQUIRED.
APPROVED,EXGEti f AS NOTED D..—WILL BE RETURNED BY SEPARATE CORRESPONDENCE.
ON DRAWINGS. RESUBMISSION NOT REQUIRED. E.—DISAPPROVED. SEE ATTACHED SHEET.
NOTE:Approval of Item does not relieve the contractor from complying with all the requirements of the contract plans and specifip6ons,
IGNAU _
DATE
U
n Lu I s
o
ti ) u I z r
rw is � FV a
v�
�z IQ _40 47
LA 00
u v I m t t r°i t l I f c5 ti
Ci�l!j .2
�
aapp
x 3 ry
e
a s sI° Ln-i 41 ;v V-1
m
N s� R N m
H 3 0
It
F T �
ro
wd LLi w a j f i �i! LU
o O ' +ate uJ W °r g� Cf
CITY OF ENCINITAS
ENGINEERING SERVICES DEPARTMENT
CATALOG CUT/SHOP DRAWING TRANSMITTAL AND APPROVAL
SUBMITTAL NO.
PART 1 FOR CONTRACTOR USE
FROM(CONTRACTOR TO(DESIGNER)
-6aa A ��G F( C Cr�ES I - _
��IN � � �S
CONTRACT FOR (CONTRACT TITLE)
THE FOLLOWING ITEMS ARE SUBMITTED FOR REVIEW AND APPROVAL,PER SPECIFICATION SECTION NO
ITEM (USE SEPARATE FORM�R EACH SPEC.SECTION) A/E RECOMMEND
NO.(A (C CITY ACTION
1 .
i
_-:I T RACT SPECIFICATIONS REQUIRE FACTORY
INSPECTION YES NO
SIGNATURE NEW SUBMITTAL RESUBMRTAL
PART II- FOR DESIGNER USE
FROM(DESIGNER) TO
ITEM HAS BEEN REVIEWED.THE FOLLOWING RECOMMENDATION IS MADE AS NOTED ABOVE.(S�Column`C)
COMMENTS:
�1 1 /zUJI=�
SIGNATURE /v
PA T III- FOR CITY USE
FROM
TO(CONTRACTOR)
ENCLOSURES RETURNED. APPROVAL OR DISAPPROVAL INDICATED ABOVE.(See Column'D")
A T161d DES: THE ING ACTION CODES ARE GIVEN TO ITEMS SUBMITTED:(A code letter will be inserted for each
A -APPROVE D. C.-APPROVED,EXCEPT AS NOTED ON DRAWINGSIumn D,Section 1,above)
B.-APPROVED,EXCEPT AS NOTED
D.- BE RETURNED BY SEPARATE
REFER TO ATTACHED SHEET.RESUBMISSION REQUIRED,
ON-DRAWINGS. RESUBMISSION NOT REQUIRED. E.-DISAPPROVED. SEE ATTACHED SHEET.CORRESPONDENCE.
NOTE:Approval of he does not relieve the contractor from complying with all the requirements of the contract plans and spec;Wzabons.
IGNATUR /� le
DATE
05 09 02:59p Hanes Geo Components
17604312543 p.2
C Tensar Earth Technologies, Inc.
5883 Glenridge Drive,Suite 200
r, U Atranta,Georgia 30328-5363
Phone:(800)836-7271
Product Specification - Biaxial G ogrid BX110 wwwrensarcorp.com
Tensor Earth Technologies,
to ensure that ��specifications
inc'reserves the right to change its product specifications at any ime_ f[is the responsibility of the specifier and purchaser
Please contact nsar logies,Inc at o0-3 271 e a fiance
P rposes are current a consistent with the products used in each instance.
Product Type;
Polymer: Integrally Formed Biaxial Geogrid
Load Transfer Mechanism: Positive Mechanical Interlock
Primary Applications:
Spectra System (Base Reinforcement,Subgrad Improvement)
Product Properties
Index Properties
■ Aperture Dimensions nits MD Values
Minimum Rib 7 hicknessz XMD Values'
m(in) 25(1.0) ( )
Tensile Strength m (in) ( ) 33 1.3
9t @ 2% Strain' 0.76(0.03) 0.76(0.03)
• Tensile Strength @ 5% Strain3 kN (Ibift)
• Ultimate Tensile Strength3 4.1 (280)
kN (lb/ft) 6.6(450)
Structural Integrity kN (Ib/ft) 8.5(580) 13.4(920)
• Junction Effrciency4 12.4(85o) 19.0(1,300)
• Flexural Stiffness5 %
93
•
Aperture Stabiliv g-cm 250,000
Durability kg- /deg
• Resistance to Installation Damage 3 2
I 'stance to Lang Term Degradation8 %a SC/o SW/%GP 95/93/90
` h..-istance to UV Degradation9 % 100
Nmensions and Delivery % 100
The biaxial geogrid shall be delivered to the jobsite in roll form with each roll individ ally identified and nominal] me
(9.8 feet)or 4.0 meters(13.1 feet)in width and 75.0 meters(246 feet)in length. A
Dotes Y asuring 3.0 meters
pica)truckload quantity is 185 to 250 rolls.
1.Unless indicated otherwise,values shown are minimum average roll values dete ined in accordance with AST
descriptions of test procedures are given in the following notes. Complete descri tions of test procedures are available
from Tensar Earth Technologies, Inc, M D4759. Brief
2.Norninal dimensions, table on request
3.True resistance to,.Q i0. 1-.
9a nn w F'r>►r►ttlsu rest st n ;;, ,load dying liner;in act rdance with ASTM D6637 without deforming test
materials under load before measuring such resistance or employing"secant"or"
overstate tensile properties. �
4.Load transfer capability determined in accordance with GRI-GG2-87 and express as atangent methods of measurement so as to
5.Resistance to bending force determined in accordance with ASTM D5732-95, usi
ribs cut flush with exterior edges of longitudinal ribs(as a`ladder"), and of length ufficiecim long f width ribs ultimate tensile strength.
overhang dimension. The overall Flexural Stiffnt is calculated as the g specimens of width two ribs wide,with transverse
values, measurement of the
6.Resistance to in-plane rotational movement measured b applying a 20 kg-cm mo tent to he central MD and XMD Flexural Stiffness
specimen restrained at its perimeter in accordance with U.S Arm Corps of Engin ern to methodology
Rigidity. tral junction of a 9 inch x 9 inch
r.Resistance to loss of load capacity or structural integrity when subjected to meth nice]installatio tress measurement la y sad Torsional
graded sand(SW), and crushed stone classified as poorly graded gravel (GP).Th
ASTM D5818 and load capacity shall be determined in accordance with ASTM D n clayey sand{SC), well
I.Resistance to loss of load capacity or structural integrity when subjected to chemi BY 9eagnd shall be sampled in accordance with
EPA 9090 immersion testing. �� environments
Resistance to loss of load capacity or structural integrity when subjected to 500 h urs ofsulltravviio et►9ht and aggressive n accordance with
accordance with ASTM D4355.
weathering in
0 9irld iumish d h Inc warrants that at the time of delivery
cation toted ed Hereunder shall be at the quality and
cation stated hen�n. If the 9"rid does not rrset the
,`�1°T°�p �vaoa and Tensar+s notirree This product specification
9ea9dd at no chat to the customer'nsharbio^� described above and is not a icableedtoarail poor Specifications for the
Y Products shipped prior to March product
05
City of Encinitas
Preconstruction Meeting
La Costa Slope Repair
February 12, 2:00pm
Sign In Sheet
NAME COMPANY PHONE
OF 633
4.
1. lac P� r!�i✓�/Z n J
5. Qd G1L����G� C` `�)
6. 16,e
7.
8.
9.
10.
11.
12.
13.
14.
15.
La Costa Ave Slope Repair
Preconstruction Meeting
February 12, 2009
2:OOpm
Field Operations- Greg Shields 633-2778
Project Inspector-Nick Diele 633-2782
Traffic- Raymond Guarnes 633-2704
1. All direction shall be through the City inspector. Any questions should be
directed through him. If the contractor cannot get a hold of him he can either
contact Greg Shields, the head of Field Operations, (633-2778) or Kipp Hefner.
2. Contractor's personnel. Name and 24 hour phone number for Superintendent,
Foreman, etc.
3. Notice to proceed date. When does contractor want to start? Does contractor
have construction schedule yet? If not,need one, and it will need to be updated
throughout construction.
4. Contracts and material submittals. Submittals. Work on a particular portion of
the project can not proceed until submittals for that work has been approved by
the City. Anticipate 2 week turnaround time on submittal review.
5. Encroachment Permit. Traffic Control Plans and Certificate of Insurance. Traffic
Control Plans must be approved by the City's Traffic Engineer prior to issuance
of the encroachment permit and start of construction.
6. Door notices and copies of letters sent to local authorities.
7. Erosion control at all times in accordance to the SWPPP. Contractor's attention
to Section 7-8.7.2 of the specs regarding preparation of the SWPPP and erosion
control. Contractor must prepare a SWPPP, and it must be approved prior to the
start of construction.
8. Contractor shall conduct operations in such a way as to have no greater amount of
work he can prosecute properly.
9. Working hours are from 7:30am to 4:OOpm unless otherwise approved by the City
in writing. Sensitivity during construction regarding noise, dust, etc.. Access to
driveways must be reasonably maintained. See Section 7-10.1.
10. Contractor's attention to their responsibility to coordinate work with all utility
companies. There is a major Leucadia Wastewater sewer force main in the
vicinity of the project. Discuss any questions/comments Contractor or Utility
Companies may have.
11. Progress pays. Go over monthly progress pays with City inspector before
submitting for payment. Quantities must be mutually agreed upon between the
Contractor and the City's inspector before submitting progress pay for payment.
Allow 1-2 weeks after submitting invoice for payment.
12. It is the contractor's responsibility to assure that the work site is maintained in a
safe condition at all times....especially for nights and weekends. Daily cleanup is
required. Major cleanup every Friday.
13. Staging area. Fencing with screening on it. Need letter of permission from
private property owner.
14. Open Forum
city of
Encinitas
February 3, 2009
Sierra Pacific West, Inc.
Attn: Thomas L. Brown, President
P.O. Box 231640
Encinitas, CA
92023-1640-
Re: La Costa Ave. Slope Repair
Dear Mr. Brown:
On Wednesday, January 21, 2009 City Council awarded the La Costa Ave Slope Repair project to
Sierra Pacific West, Inc.. Please have both copies of the contract and bonds that I e-mailed to you fully
executed, and return them to the City in time for the pre-construction meeting.
A pre-construction meeting has been scheduled for Thursday, February 12, 2009 at 2:00 p.m. in the
Lilac room in City Hall, located at 505 S. Vulcan Avenue. You or a representative from your
company needs to attend this meeting. Please make sure to bring the following items to the pre-
construction meeting:
1. Construction Schedule
2. All required Shop Drawings and Mix Designs for the project.
3. Certificate of Liability Insurance naming the City of Encinitas as additionally insured.
4. Fully executed Contracts and Bonds (2 copies)
5. Copies of Encroachment Permits from the City of Encinitas
Should you have any questions, please feel free to call me at (760) 633-2775. We look forward to
working with you on this important City project.
Sincerely,
7
Ki er
Asso a Civil Engineer
Tel 760/633-2600 FAX 760/633-2627,505 South Vulcan Avenue,Encinitas,CA 92024 TDD 760/633-2700
City of Encinitas
Pre-Bid Meeting
La Costa Ave. Slope Repair
October 9, 2008
9:00am
NAME COMPANY EMAIL AND PHONE
2.
7 6d 7e
3
5. ►A L-U P4 A L5 c )VIL- 868- 578 -y?-2-Z
6. 4:C(f.k I'c- We
7.
8. M PK'�C CI UAJX <N/-VIJ
9.
10.
11.
12.
13.
14.
15.
16.
17.
is.
s�
October 20,2008
Engineering Department
City of Encinitas
505 S. Vulcan Avenue
Enciriitas, CA 92024
REF: La Costa Avenue Slope Repair
RE: Error in Bid Submittal
To Whom.It May Concern:
Remedial Civil Constructors, Inc dba R.C.C. is requesting relief from the bid submitted
on October 1.5.2008, for the above referenced project. In accordance with Public
Contract Code Sections 5100 to 5107. we are notifying the City of Encinitas that a
clerical error was made during the preparation of our bid.
We are currently implementing new estimating software. Upon opening the software
program to start the compilation of the bid,two screens were inadvertently opened, with
identical bid form information contained in both. The bid was prepared in one screen
while the other was hidden. When the bid form was printed it carne from the screen that
was hidden. It did not contain any of our labor or equipment costs and therefore was
materially different than we intended it to be. The M.istak.e was in filling out the bid and
not due to an.error in judgment or to carelessness in inspecting the site of the work, or in
reading the plans or specifications. Clearly,this is a mistake warranting our release from
this project.
We apologize,for y in..convEnience this may cause. If you wish to discuss this m.at:ter.
further,pleaee fe Lftee to cotatact me at your convenience.
.4
vvw
Vic'1 Ir a eiice Lubka'.-an at 4rtmann
3823 OCEAN VIEW BLVD..MOWMOSE,CA 9 1020 • VOICE:8 18,952-67'52 • DA7A:8 1$.952,6740 • L,ICENSE 8250c74A
CITY OF ENCINITAS
CITY COUNCIL
I
AGENDA REPORT
Meeting Date: January 14, 2008
TO: City Council /
VIA: Phil Cotton, City Manager '�"�
Jennifer Smith, Director of Finance_ FOR
n
�- iom city clerk
FROM: '-'_ eter Cota-Robles, Director of Engineering
SUBJECT:
Award of Construction Contract to Sierra Pacific West in the Amount of $199,457,
Appropriation of an Additional $59,000 in General Funds and Authorization of Expenditures Not
to Exceed $236,392 for the La Costa Slipout Project (CMD09B)
BACKGROUND:
The slope along the north side of La Costa Ave., west of I-5 was damaged during the severe
storm event that occurred December 2005. The damage to the slope threatens to undermine the
structural integrity of the road and the many utilities such as sewer (one gravity and two force
mains), water, telephone, cable, electric and specialty lines in the roadway if no action is taken.
Bids from qualified contractors were requested to stabilize the slope, thereby securing the
roadway.
The City applied for and received emergency funds from the Federal Highway Administration
(FHWA) to repair the slope. The emergency funds require matching funds of 11.47% from the
City. At the time the project was submitted to FHWA, the estimated project cost was $154,256.
On September 10, 2008, City Council approved this project (CMD09B) and appropriated
$40,829 in General Funds -- $17,692 for the required matching funds, plus a 15% contingency of
$23,137.
ANALYSIS:
The bids received on October 15, 2008 are shown below:
Remedial Civil Constructors, Inc. $ 66,930
Sierra Pacific West, Inc. $199,457
Daghlian Grading, Inc. $207,484
CCL Contracting, Inc. $230,400
LB Civil Constructing Inc. $273,000
B&D Construction Co., Inc. $280,497
Mountain Movers Engineering Contractors $325,000
Based on the above bids, the apparent low bidder was Remedial Civil Constructors; however, the
City received notification from Remedial one day after bid opening that their bid contained a
mathematical error. Staff determined that there was adequate justification to release Remedial
from their bid. The second low bidder is Sierra Pacific West, Inc. in the amount of$199,457.
FISCAL AND STAFF IMPACTS:
The bids submitted result in a low bid of $199,457, which exceeds the original engineer's
estimate by$45,201. Thus additional funding is necessary to complete the project as follows:
Funding to Date:
FHWA Emergency Funds $136,563
Previously Appropriated General Funds 40,829
$177,392
Current Estimated Costs:
Design (Expenditures Already Incurred) $ 1,890
Surveying $ 5,000
Construction $199,457
Contingency (15% of Construction) 30,045
$236,392
Additional Funding Required: $59,000
RECOMMENDATION:
Award construction contract to Sierra Pacific West in the Amount of $199,457, appropriate an
additional $59,000 in General Funds and authorize expenditures not to exceed $236,392 (funding
to date, plus additional appropriation) for the La Costa Slipout Project (CMD09B).
r4.
map
o
LA COSTA AVENUE SLIP OUT
2
CITY OF ENCINITAS DESIGNER: KIPP HEFNER
ENGINEERING DEPARTMENT INSPECTOR: 0
FIELD OPERATIONS
LA COSTA SLIP OUT
0
BID DATE 15 OCT 2008
ADDENDA BID
CONTRACTOR BID 3 BOND
1 REMEDIAL CONST $66,930.00 NOTED INCL
2 SPW $199,456.71 NOTED INCL
3 DAGHLIAN GRADING $207,484.44 NOTED INCL
4 ENGINEER'S ESTIMATE $216,500.00 NOTED INCL
5 CCL CONTRACT'G $230,400.00 NOTED INCL
6 LB CIVIL CONST $273,000.00 NOTED INCL
7 B&D CONSTRUCTION $280,497.12 NOTED INCL
8 MOUNTAIN MOVERS $325,000.00 NOTED INCL
9 0 $0.00 NOTED INCL
10 0 $0.00 NOTED INCL
11 0 $ - NOTED INCL
BIDS.XLW
10/15/2008
CITY OF ENCINITAS DESIGNER: KIPP HEFNER
ENGINEERING DEPARTMENT INSPECTOR:
FIELD OPERATIONS LA COSTA SLIP OUT
15-Oct-08
BID DATE 15 OCT 2008 ENGINEER'S ESTIMATE LB CIVIL CONST SPW
$216,500.00 $273,000.00 $199,456.71
ITEM
UNITS QTY UNIT$ TOTAL$ TOTAL$ UNIT$ TOTAL$
1 CLEARING&GRUBBING LS 1 $30,000.00 $30,000.00 $20,000.00 $20,000.00 $37,446.56 $37,446.5
2 UNCLASSIFIED EXCAVATION CY 1,600 $65.00 $117,000.00 $105.00 $189,000.00 $62.47 $112,446.00
3 TRAFFIC CONTROL LS 1 $10,000.00 $10,000.00 $15,000.00 $15,000.00 $24,322.91 $24,322.91
4 CLASS II AGGREGATE BASE TN 200 $50.00 $10,000.00 $70.00 $14,000.00 $30.61 $6,122.00
5 UNSTABLE SUBGRADE REMOVAL CY 300 $65.00 $19,500.00 $80.00 $24,000.00 $26.63 $7,989.00
6 REMOVE EUCALYPTUS TREE EA 2 $15,000.00 $30,000.00 $5,500.00 $11,000.00 $5,565.12 $11,130.24
REMEDIAL CONST CCL CONTRACT'G DAGHLIAN GRADING
$66,930.00 $230,400.00 $207,484.44
ITEM UNITS QTY UNIT$ TOTAL$ UNIT$ TOTAL$ UNIT$ TOTAL$
1 CLEARING&GRUBBING LS 1 $4,500.00 $4,500.00 $8,100.00 $8,100.00 $84,586.00 $84,586.00
2 UNCLASSIFIED EXCAVATION CY 1,800 $26.00 $46,800.00 $109.00 $196,200.00 $47.16 $84,888.00
3 TRAFFIC CONTROL LS 1 $1,630.00 $1,630.00 $900.00 $900.00 $20,150.00 $20,150.00
4 CLASS II AGGREGATE BASE TN 200 $18.00 $3,600.00 $30.00 $6,000.00 $36.69 $7,338.00
UNSTABLE SUBGRADE REMOVAL CY 300 $18.00 $5,400.00 $48.00 $14,400.00 $23.35 $7005.00
[]6!REMOVE EUCALYPTUS TREE EA 2 $2,500.00 $5,000.00 $2,400.00 $4,800.00 $1,758.72 $3,517.44
B&D CONSTRUCTION MOUNTAIN MOVERS
$280,497.12 $325,000.00 $ '
UNIT QTY UNIT$ TOTAL$ UNIT$ TOTAL$ UNIT$ TOTAL$$0.00
1 CLEARING&GRUBBING LS 1 $30,541.68 $30,541.68 $17,500.00 g27 0.00 $0.00
2 UNCLASSIFIED EXCAVATION CY 1,800 $93.08 $167,544.00 $150.00 0.00 $0.00
3 TRAFFIC CONTROL LS 1 $17,082.40 $17,082.40 $10,000.00 0.00 $0.00
4 CLASS II AGGREGATE BASE TN 200 $40.00 $8,000.00 $75.00 0.00 $0.00
5 UNSTABLE SUBGRADE REMOVAL CY 300 $55.00 $16,500.00 $25.00 0.00 $0.00
6 REMOVE EUCALYPTUS TREE EA 2 $20,41452 04 $250000 0.00
$0.00 $0.00 aUNIT$ $0.00
ITEM UNIT QTY UNIT$ TOTAL$ TOTAL$ TOT AL$$0.00 $0.00 $0.00
1 CLEARING&GRUBBING LS 1 $0.00 $0.00 $0.00
2 UNCLASSIFIED EXCAVATION CY 1,800 $0.00 $0.00 $0.00
3 TRAFFIC CONTROL LS 1 $0.00 $0.00 $0.00
4 CLASS II AGGREGATE BASE TN 200 $0.00 $0.00 $0.00
5 UNSTABLE SUBGRADE REMOVAL CY JUL) $0.00 $0.00 $0.00
6 REMOVE EUCALYPTUS TREE EA 2
BIDS.XLW 10/15/2008
The Coast News
Decreed A Legal Newspaper by the Superior Court
of San Diego County.
Mail all correspondence regarding public
notice advertising to
The Coast News, P.O. Box 232-550,
Encinitas, CA 92023 (760) 436-9737 Space above for County Clerk's Filing Stamp
Proof of u icatlon � September 22.2008
STATE OF CALIFORNIA, ss. — aDDE No.
LA COSTA SLOPE REPAIR' .'
COUNTY OF SAN DIEGO, r>
TO ALL PROSPECTIVE
BIDDERS:
I am a citizen of the United States and a resident of the e � .
county aforesaid; The tatowving changes are hereby made to the Request For
Proposal:.
I am over the age of eighteen years, and not a party to or QMW to deadline date io submit proposals to the City of
interested in the above entitled matter. Encinitas to October 15'200ea+s;°opm.
I am principal clerk of the printer of The Coast News, a All bidders shall acknowledge receipt, and acceptance of
Addendum;No.1 by signing in the space provided and submitting
newspaper printed and published weekly and which news- the signed Addendum with the EW.
paper has been adjudged a newspaper of general circulation
for the cities of Del Mar, Solana Beach, Encinitas/Cardiff, authorized signature Date
Carlsbad, Oceanside, San Marcos/Vista and the County cN6M19126M
Judicial District by the Superior Court of the State of - ---
California, County of San Diego (8/4/94, #677114, B2393,
P396); and that the notice, of which the annexed is a print-
ed copy, has been published in, each regular and entire issue
of said newspaper and not in any supplement thereof on the
following dates, to-wit:
September 26 2008
I certify under penalty of perjury that the
foregoing is true and correct. Executed at
Encinitas, County of San Diego, State of
California on the 26th day of September, 2008.-
Clerk of the Printer
The Coast News
Decreed A Legal Newspaper by the Superior Court
of San Diego County.
Mail all correspondence regarding public
notice advertising to
The Coast News, P.O. Box 232-550,
Encinitas, CA 92023 (760) 436-9737 Space above for County Clerk's Filing Stamp
ProofCITY OF ENCINITAS
O U 1Cat1Ol1 ENGINEERING SERVICES
r. DEpARTIIAENT
505 SOUTH VULCAN AVENUE
STATE OF CALIFORNIA, SS. ENCINITAS,CA 92024-3633
COUNTY OF SAN DIEGO, REQUEST FOR PROPOSALS
LA COSTA AVE.SLOPE REPAIR
The City of Encinitas is seeking a General contractor(Type A or
I am a citizen of the United States and a resident of the Type C-12 California contractors License)to repair the existing fill
slope on the north side of La Costa Ave.between Interstate 5 and
county aforesaid; Vulcan Ave.for a reach of about 200 feet.The work involves remov-
ing the existing soil in the rafted>ireas;in Key at theme of-
I am over the age of eighteen years, and not a party to or the failed areas,install Tns r � gfid approved and with fill and compact slope
interested in the above entitled matter. other appurtenant work.
I am principal clerk of the printer of The Coast News, a NOTICE INVITING PROPOSALS
The City of Encinitas is requesting interested contractors to submit
newspaper printed and published weekly and which news- a al to do the required work as described ift this Request For
Proposal for the above referenced proles. The City of Encinitas
paper has been adjudged a newspaper of general circulation wig receive proposals until FrklW,Seplrtmiw 26,2WS at 2.00
for the cities of Del Mar, Solana Beach, Encinitas/Cardiff,
PM.y P >s "�. to t11l office Ave.,o.,ma city clerk.
City Hag, City s Encinitas, 505 S. Vulcan A Encinitas, CA
Carlsbad, Oceanside, San Marcos/Vista and the County 92024.
Judicial District b the Superior Court of the State of Recent TBACKGROUND
Y p Recent storms during last winter caused a destabilization of the
California, Count of San Diego (8/4/94, #677114, B2393, existing tiff a" on th8 north side a La Costa Ave. between
Y g Interstate 5 and Vulcan Ave.for a reach a about 200 feet. The
P396); and that the notice, of which the annexed is a print- daetaeiuza"°"ef the slope is significant enough#Wit now g'rsat-
am the integrity of La Costa Ave.and Mte existing underground urg-
ed copy, has been published in, each regular and entire issue flies inLa Costs Ave.
of said newspaper and not in any supplement thereof on the SCOPE OF PROJECT
following dates, to-wit: The contractor selected shall be rssporsible for the fonowing tasks.
1.Remove existing sog in to W areas per Me plan attached to this
Request For Proposal.
2.Construct a key at the bottom of the failed areas per the plan
attached to this Request For Proposal.
3.Install Tensar SX-1100 GS09tid or approved.equel Per the plan
attached to this Request For Pmposat.
3.Fill and compact slope to 90%relative compaction with crushed
mha,Wsneous base in accordance to the plan attached to this
Request For Proposal.
CONTRACT AWARD -
The City reserves Mte right to reject all proposals.An award of con.
September 12 19. 2008 "a,lf made,will be made to the lowed responsible bidder.By this
request for proposal(RFP).to CRY in no way~as itself to
award a contract for Mws Proles.
The City requires the tine chosen pongraaor,pnor to en anng a
contract with 4te Cgy, obtain and maintain 8 COMPrOhOnsIf
General t.WAW ktsurance lnch 9 bodily � rop
y and perty
damage with combined sktgle limits of one million dollars
($1,o0o.000). The City shag be named as additionally insured.
I certify under penalty of perjury that the -
foregoing is true and correct. Executed at REQUIREMENTS
Encinitas, Count of San Diego, State of ! AN pt"°X16 shall be*en'ted �'`�wgaibaa t-
Y g Istwr,and egnipmwt costs.No lump sum proposals
California on the 19th day of September, 2008. ed.
Your in red*111"project rs grea9y appreciated• Sho id�have
specific quesliorns rak V to Mils I".please led tree to contact
r f 4 o�✓l/t�r,,:� Greg Shields at(780)633 2778 12,Set•19,2008
Clerk of the Printer
TRANSAHWAL FORM
City of Encinitas FAX 760/633-2818
M& Vulcan Avenue Engineering
Encinitas,CA 92024-3+633,
.760/633-2770 .
't ►'i'E 0 0 _ SENDTO FAX : C�6�� 7�{3""ZZSI NO.OF pppEES
ADDtiESS:
FROM: PHONE: 1T60)633- 277�S .- .
❑ CeU ASAP D. Review CaU U Review&Retam U F.Y.I.
( Per Our Conversation 0 Please Reply by-
C
September 22, 2008
ADDENDUM NO. 1
LA COSTA SLOPE REPAIR
TO ALL PROSPECTIVE BIDDERS:
A. The following changes are hereby made to the Request For Proposal:
1. Chanqe the deadline date to submit proposals to the City of Encinitas to October
15, 2008 at 5:OOpm.
All bidders shall acknowledge receipt and acceptance of Addendum No. 1 by signing in
the space provided and submitting the signed Addendum with the Bid.
Authorized signature Date
TRANSMITTAL FORM
City of Encinitas FAX 760/943-2226
505 S. Vulcan Avenue Engineering
Encinitas, CA 92024-3633
760/633-2770
DATE 6 SENDTO FAX#: (!3o) ' 0/a p NO. OF PAGES: Z
TO:
OF: (-) FQ12AllA 0_ 1ao) jV'-)CV 6602-kc-
ADDRESS:
FROM:_ ) PHONE: (760 633- Z-?-? S-
Call ASAP ❑ Review& Call ❑ Review&Return
❑ Please Handle ❑ Per Our Conversation ❑ Please Reply b
P Y
COMMENTS:
UP S&VLQ)U LP_ Fop, Lf'.,V GSTA AV*,-
tC
October 10, 2008
ADDENDUM NO. 3
LA COSTA SLOPE REPAIR
TO ALL PROSPECTIVE BIDDERS:
A. The following changes are hereby made to the Specifications:
1. Section 7, _Responsibilities of the Contractor, Page B-20, add the following
paragraphs:
7-25 ADVANCE NOTICE SIGNS
The Contractor shall provide two 4-foot high by 8-foot long, metal advance notice signs.
Each sign shall be bolted to two 4" x 4" wood posts driven into the ground. One sign shall
be placed on the south side of La Costa Ave just east of Vulcan Ave. The other sign shall
be placed on the north side of La Costa Ave east of the La Costa Ave/1-5 Interchange. The
signs shall have 6-inch black lettering and the background shall be orange. The signs shall
be installed 7 calendar days in advance of the start of construction. The signs shall include
the following information:
A. That slope repair is being done on the north side of La Costa Ave..
B. Start and completion dates of the project.
C. Work will occur from to 7:30 a.m. to 4:30pm
Payment for the signs including the wood posts and all labor, equipment, and materials
shall be included in the various bid items of work and no additional compensation will be
made thereto.
7-26 HOURS OF WORK
Hours of work shall be 7:30am to 4:30pm Monday through Friday. No work shall be done
on City recognized holidays, Saturdays, and Sundays.
7-27 EUCALYPTUS TREE REMOVAL
There are two eucalyptus trees that may need to be removed as part of the grading
operations. The decision to remove them will be made when construction starts. If it is
decided by the City to remove these trees the contractor shall completely remove the trees
and grind the stumps to ground level. Payment to remove one or both of these trees shall
be paid for under the contingency bid item "Remove Eucalyptus Tree" and no additional
compensation will be made therefore. Payment shall include all costs for labor, equipment,
and material. The contractor will only get paid for the actual number of eucalyptus trees
removed."
2. Section D, Bid Forms, Page D-15, Re lace Bid Schedule with the following:
BID SCHEDULE
Item Approximate Item
No. Quantity Unit Unit Price Total
Write Unit Price(in words) (figures) {figures)
1. LUMP SUM LUMP SUM CLEARING AND GRUBBING $ $
2. 1800 C.Y. UNCLASSIFIED EXCAVATION
3. LUMP SUM LUMP SUM TRAFFIC CONTROL $
4. 200 TONS CLASS 11 AGGREGATE BASE $
(CONTINGENCY ITEM) $
5. 300 C.Y. UNSTABLE SUBGRADE REMOVAL $
(CONTINGENCY ITEM) $
6. 2 EACH REMOVE EUCALYPTUS TREE $ $
(CONTINGENCY ITEM)
CONTRACT AMOUNT
cents.
dollars and
All bidders shall acknowledge receipt and acceptance of Addendum No. 3 by signing in
the space provided and submitting the signed Addendum with the Bid.
Authorized signature Date
October 10, 2008
ADDENDUM NO. 2
LA COSTA SLOPE REPAIR
TO ALL PROSPECTIVE BIDDERS:
A. The following changes are hereby made to the Specifications:
1. Section 7-13, Removal of Water, Page B-16, replace paragraphs two through five
with the following:
"The Contractor shall protect any Crushed Aggregate, Class II Aggregate Base, or Crushed
Miscellaneous Base that has been placed from any water; i.e., rain, drainage, etc. If the
Crushed Aggregate Base, Class II Aggregate Base, or Crushed Miscellaneous Base
becomes saturated by water in the opinion of the Engineer, the Contractor shall replace the
wet Crushed Aggregate base, Class II Aggregate Base, or Crushed Miscellaneous Base as
directed by the Engineer and replace it with dry Crushed Aggregate Base, Class II
Aggregate Base, or Crushed Miscellaneous Base at no cost to the City. Cost for protection
of the placed Crushed Aggregate Base, Class II Aggregate Base, or Crushed
Miscellaneous Base including labor, equipment and materials, shall be included in the bid
item for clearing and grubbing and no additional compensation will be made thereto.
If the material at subgrade lust below the limits of the g ading as shown on the tans is
unstable due to a high moisture content, the Contractor shall remove the mated al a
al to a
depth of one foot and place Crushed Aggregate Base, Class II Aggregate B
Miscellaneous Base at not less than 95% relative compaction to re-establish the subgrade.
The Contractor may provide other methods of subgrade stabilization upon approval of the
Engineer.
Full compensation for all dewatering, shall be considered as included in the contract prices
paid for clearing and grubbing and no additional compensation will be allowed therefor.
Full compensation for the additional Crushed Aggregate Base, Class II Aggregate Base, or
Crushed Miscellaneous Base needed to replace the unstable subgrade below the grading
limits shall be included in the contingency bid item for Class II Aggregate Base. Payment
shall include all costs for labor, equipment, and materials and no additional compensation
will be made therefor. Payment for the additional removal and haul off of unstable
subgrade (outside of the grading limits shown on the plans) shall be included in the
contingency bid item for unstable subgrade removal and no additional compensation will be
made therefor. Payment shall include all costs for labor, equipment, and materials."
2. Section 9-3.1, Payment General, Page B-21, Payment for Unclassified Excavation,
re lace with the following:
B. Payment for Unclassified Excavation
Payment for all cut excavation, including removal and haul off of all soil as
shown on the plans, benching, hauling in, placing and compacting all
imported Crushed Aggregate Base, Class II Aggregate Base, or Crushed
Miscellaneous Base as shown on the plans, installation of Tensar BX-1100
Geogrid as shown on the plans, sloping, rounding tops, and ends of all
slopes, shall be included in the bid item for unclassified excavation and no
additional compensation will be made therefor. Quantities of unclassified
excavation, other than additional work ordered by or deleted by the
Engineer, shall be the quantity indicated in the bid item for Unclassified
Excavation shown in the Bid Schedule for this project and NO increase or
decrease in this amount will be allowed whether or not the actual amount
required to complete the project was less or greater than the amount
indicated in said Bid Item. Payment shall include all costs for labor,
equipment, and materials."
3. Section 9-3.1, Payment General, Page B-21, Payment for Class 11 Aggregate Base,
re lace with the following:
"C . Payment for Class II Aggregate Base
Payment for additional Crushed Aggregate Base, Class II Aggregate Base,
or Crushed Miscellaneous Base beyond that which is shown on the plans
(i.e.-To be used as necessary to replace only the additional areas of
unstable subgrade below the limits of grading as shown in the plans) shall
be paid for in the contingency bid item for Class II Aggregate Base and no
additional compensation will be made therefor. Payment shall include all
costs for labor, equipment, and material."
4. Section 9-3.1, Payment General, Page B-22, Payment for Unstable Subgrade
Removal, replace with the following:
"F. Additional Unstable Subgrade Removal
Payment to remove and haul off additional unstable subgrade beyond that
which is shown on the plans (i.e.-below the limits of grading as shown on
the plans) shall be included in the Contingency Bid Item for Unstable
Subgrade Removal and no additional compensation will be made therefor.
Payment shall include all costs for labor, equipment, and material."
5. Section 200-2.2, Class II Aagregate Base, Page B-22, replace with the following:
"200-2.2 CLASS II AGGREGATE BASE
The Base Material shall be Crushed Aggregate Base that conforms to
Section 200-2.2 of the Standard Specifications, Class II Aggregate Base
(not recycled base) per the aggregate gradation requirements and quality
requirements as called out in Section 26-1.02A of the Caltrans Standard
Specifications (May, 2006 edition), or Crushed Miscellaneous Base as
called out in Section 200-2.4 in the Standard Specifications . Recycled
base (Made of reclaimed asphalt concrete, Portland cement concrete,
lean concrete base, cement treated base, etc.) as called out in Section
26-1.02A of the Caltrans Standard Specifications (May, 2006 edition)
shall not be used anywhere on the project. "
6. Section 300-2, Unclassified Excavation, Page B-28, replace with the following:
300-2 UNCLASSIFIED EXCAVATION
300-2.1.1 General. Add the following paragraphs:
Unclassified excavation shall include all cut
excavation, including removal and haul off of all soil
as shown on the plans, benching, hauling in, placing
and compacting all imported Crushed Aggregate
Base, Class II Aggregate Base, or Crushed
Miscellaneous Base as shown on the plans,
installation of Tensar BX-1100 Geogrid as shown on
the plans, sloping, rounding tops, and ends of all
slopes, mixing, grading for mitigation work, all cut
and fill including import fill, salvaging clean excavated
material and filling areas to the required grades and
cross section. Unclassified excavation shall also
include benching of all slopes. Calculated earthwork
quantities are as follows:
Total earthwork quantity— 1,800 c.y.
(i.e.-Remove and haul off 1,800 c.y. of existing soil and
import 1,800 c.y. of Crushed Aggregate Base, Class II
Aggregate Base, or Crushed Miscellaneous Base)
300-2.6 Surplus Material. Add the following:
All surplus material shall be disposed of in a legal manner at
the expense of the Contractor.
300-2.9 Payment. Add the following:
Quantities of Unclassified Excavation used for payment,
other than additional work ordered by or deleted by the
Engineer, shall be the quantity indicated in the Proposal for
this project and no increase or decrease in this amount will
be allowed whether or not the actual amount required to
complete the project was less or greater than the amount
indicated in said Proposal. No. additional compensation will
be allowed for hauling excess materials to a disposal site."
All bidders shall acknowledge receipt and acceptance of Addendum No. 2 by signing in
the space provided and submitting the signed Addendum with the Bid.
Authorized signature Date
ESL C`n't'`�(
U
7 72
RNs
0
qoct) 3 S-tG(40
O-- � art� GaA-b
(90q) .36E — 8 S(c�,-7
s N,�� vim,,,;
g 6zfS �1�
5-7
� rs�
A Oj
7(ei� 77S— cES�/
09i2:Sep. 25. 20081 9:42ANF B32Nathan Enterprises of E,vcztvacxas
No. 8013 P, 1/1'ooz
September 22,2008
ADDENDUM NO. 1
LA COSTA SLOPE REPAIR
TO ALL PROSPECTIVE BIDDERS:
A. The following changes are hereby made to the Request For Proposal:
1. Chance the deadline date to submit proposals to the City of Encinitas to October
15, 2008 at 5:00pm.
All bidders shall acknowledge receipt and'acceptance of Addendum No. 1 by signing in
the space provided and submitting the signed Addendum with the Bid.
g. a �'. ' F
A o ed signature Date
�n1 �V .
Sep 23 08 12:25p Jeri Amar
760-758-3504 p 1
a—W"--I P—#—&�
TRUCKING
Facsimile Transmission Report
To: Date:
City of Encinitas 09/23/08
Attention:
Kipp H Pages Following:VT From:
Joseph Valdez
Addendum 41
Request for plans on La Costa.Ave slope repair
G N
� �
1610 Melrose Way. Vista CA. 92081 Office (7610)75 -3318 Fax L760)758-3504
Sep 23 08 12:26p Jeri Amar 760-758-3504
09i2YiLUUB 1Z:1( raa tau 00.) o . ,., ,,, ,..,, �. ..,_ P•2
September 22,2008
ADDENDUM NO. 1
LA COSTA SLOPE REPAIR
TO ALL PROSPECTIVE BIDDERS:
A. The following changes are hereby made to the Request For Proposal:
1. Change,the deadline date to submit proposals to the City of Encinitas to October
15, 2008 at 5:00pm.
All bidders shall acknowledge receipt and"acceptance of Addendum No. 1 by signing in
the space provided and submitting the signed Addendum with the Bid.
9/ZZ/o8
Aut ized 'gnature Date
TRANSAU71TAL FORM
City of Encinitas FAX 760/633-2818
505 S Vulcan Avenue sneer
Encinitas,CA 92024-3633,
. 760/f33-2770 .
`DATE C SENDTO FAX#:
NO.OF PpOES:Z
To: uP F-a5, (A G5-rk
OF:
ADDRESS:
FROM: PHONE: MM03., 7 7 -
❑ CM ASAP a. Reviewa can :.a Rtew&Rmm
1•
Please Handk Q Per Our Conversation a Please Reply by-
C .
September 22, 2008
ADDENDUM NO. 1
LA COSTA SLOPE REPAIR
TO ALL PROSPECTIVE BIDDERS:
A. The following changes are hereby made to the Request For Proposal:
1. Change the deadline date to submit proposals to the City of Encinitas to October
15, 2008 at 5:OOpm.
All bidders shall acknowledge receipt and acceptance of Addendum No. 1 by signing in
the space provided and submitting the signed Addendum with the Bid.
Authorized signature Date
--�0--
r�
r
lh
nj
3 -
1
{ m —
r
A
IICI �a�i � � ' i _�c!—f'�_✓�J� { i
� fl 1■
� I
------ ------___-------- ---
I
�I
I - I
I
C ,�I ----- - ------------ -----
I I D
I _ -
I,
I
.i
I —
r ,
Page 1 of 1
Kipp Hefner
From: Greg Shields
Sent: Monday, September 22, 2008 1:45 PM
To: Kipp Hefner
Subject: FW: la costa ave slope repair
Please add to the list....
From: Dave Hoffman [mailto:dave @groundforcecrew.com]
Sent: Thursday, September 18, 2008 1:07 PM
To: Greg Shields
Subject: la costa ave slope repair
Hi Greg- I dropped by your department this morning to pick up the RFP. Your colleague told me the plans from
Jim Knowlton's office are in process. Can you guys let me know when they are ready so I can pick up a set? Or
should I just call you next week to find out?
Dave Hoffman
Groundforce
9178 Chesapeake Drive
San Diego, Ca 92123
Cell Ph: (858) 518-7191
Ofc Ph: (858) 560-9555
Fax: (858) 560-8960
www.groundforcecrew.com
9/22/2008
41
(22
VULCAN AVE.
A
r:tlm�
CL
7771
�A
AS
'a,