HomeMy WebLinkAboutAsphalt Maintenance Company of California; 1993-07-30; U/M 93-4TABLE OF CONTENTS Itern d Pa(
NOTICE INVITING BIDS ...........................................
CONTRACTOR’SPROPOSAL ........................................
BIDDER’S BOND TO ACCOMPANY PROPOSAL ...........................
DESIGNATION OF SUBCONTRACTORS ............................... 1
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .................. I
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... 1
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID .............................. I
CONTRACT . PUBLIC WORKS ...................................... I
LABOR AND MATERIALS BOND .................................... 2
PERFORMANCE BOND ........................................... 2
REPRESENTATION AND CERTIFICATION ............................. :
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION ................................. i
RELEASEFORM ............................................... :
d)
e
SPECIAL PROVISIONS
I. SUPPLEMENTARY GENERAL, PROVISIONS TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION ............................ :
11. SPECIFICATIONS FOR THE 1991-92 STREETS SLURRY SEAL PROGRAM .... 1
IILSTREETLISTING ............................................ I
IV.LOCAT1ON MAPS ............................................ !
e
B:\93CNTS-ZWLH9307Z.CNT 2/25
CITY OF CARLSBAD, CALIFORNIA X.?-
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 12(
Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on tl
ninth day of June, 1993, at which time they will be opened and read, for performing tl
work as follows:
e
CONTRACT NO. U/M 93-4
1991-92 STREETS SLURRY SEAL PROGRAM
The work shall be performed in strict conformity with the specifications as approved Iiy tl
City Council of the City of Carlsbad on file with the Utilities & Maintenance Departine~
The specifications for the work include the Standard Specifications of Public VW
Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designat1
"SSPWC", as issued by the Southern California Chapter of the American Public VVor
Association and as amended by the special provisions sections of this contract. Referen
is hereby made to the specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-own(
businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricator!; ai
contractors to utilize recycled and recyclable materials when available and whe
appropriate.
No bid will be received unless it is made on a proposal form furnished by the Purchasii
Department. Each bid must be accompanied by security in a form and amount requirc
by law. The bidder's security of the second and third next lowest responsive bidders m(
be withheld until the Contract has been fully executed. The security submitted by all 0th
unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days aft
the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Smi(
22300), appropriate securities may be substituted for any obligation required by this rioti
or for any monies withheld by the City to ensure performance under this Contract. Sc,cti(
22300 of the Public Contract Code requires monies or securities to be deposited with tl
City or a state or federally chartered bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
e
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
All bids will be compared on the basis of the Engineer's Estimate. The estimated quarltiti
are approximate and serve solely as a basis for the comparison of bids. The Enghee
Estimate is $150,000. e
B:\93CNTS-2\HLH93072.CNT :!/25,
No bid shall be accepted from a contractor who is not licensed in accordance with tl
provisions of California state law. The contractor shall state their license numb€
expiration date and classification in the proposal, under penalty of perjury, pursuant
Business and Professions Code Section 7028.15. The following classifications a
acceptable for this contract: A, C-12, C-32, in accordance with the provisions of state la1
If the Contractor intends to utilize the escrow agreement included in the contra
documents in lieu of the usual 10% retention from each payment, these documents mL
be completed and submitted with the signed contract. The escrow agreement may not '
substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at t:
Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenuc
Carlsbad, California, for a non-refundable fee of $10.00 per set. If plans and specific2.tio
are to be mailed, the cost for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any Inin(
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execure tl
Contract shall be those as determined by the Director of Industrial Relations pursuant
the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2
the Labor Code, a current copy of applicable wage rates is on file in the Office clf tl
Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pa:y le
than the said specified prevailing rates of wages to all workers employed by him or her
the execution of the Contract.
The Prime Contractor shall be responsible for insuring compliance with provisions
Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Cod
"Subletting and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 17:
shall apply to the Contract for work.
A pre-bid meeting will be held on Wednesday, May 19, 1993, at 1O:OO a.m. 2t tl
Utilities and Maintenance Administration Conference Room, 2075 Las Palmas Uriv
Carlsbad, California. A tour of the project sites should be made prior to the pre-b.
meeting.
All bids are to be computed on the basis of the given estimated quantities of work, i
indicated in this proposal, times the unit price as submitted by the bidder. In case of
discrepancy between words and figures, the words shall prevail. In case of an error in tl
extension of a unit price, the corrected extension shall be calculated and the bids will 1
computed as indicated above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out ar
typed or written in with ink and must be initialed in ink by a person authorized to sip fc
the Contractor.
@
@
0
B:\93CNTS-2WLH93072.CNT :vs/
Bidders are advised to verify the issuance of all addenda and receipt thereof one day pric
to bidding. Submission of bids without acknowledgment of addenda may be cause (
rejection of bid.
Bonds to secure faithful performance and warranty of the work and payment of labore:
and materials suppliers, in an amount equal to one hundred percent (100%) and fifi
percent (50%), respectively, of the Contract price will be required for work on this projec
These bonds shall be kept in full force and effect during the course of this project, and sh2
extend in full force and effect and be retained by the City until they are released as state
in the Special Provisions section of this contract.
Bonds and insurance are to be placed with insurers that have (1) a rating in the mo
recent Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct businemss 1
the State of California, and (3) are listed in the official publication of the Department (
Insurance of the State of California. Auto policies offered to meet the specification OF th
contract must: (1) meet the conditions stated above for all insurance companies and (l
cover any vehicle used in the performance of the contract, used onsite or offsite, whethc
owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insuranc
certificate must state the coverage is for "any auto" and cannot be limited in any maime
Workers' compensation insurance required under this contract must be offered by
company meeting the above standards with the exception that the Best's rating conditic
is waived. The City does accept policies issued by the State Compensation Fund me2tir
the requirement for workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. AI
additional cost of said insurance shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, California, by Resolution
No. 93-114 , adopted on the twenty-seventh day of April , 1993.
4D
e
G aL%dity* 9 j (%d
e
B:\93CNTS2U-iLH93072.CNT 2 /25/
1 CITY OF CARLSBAD
I
11 CONTRACT NO. IJ/M 934
CONTRACTOR’S PROPOSAL io
City Council
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
The undersigned declares he/she has carefully exmined the location of the work, read t
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fumi
all labor, materials, equipment, transportation, and services required to do all the work
complete Contract No. U/M 93-4 for the 1991-92 STREETS SLURRY SEAL PROGWM
accordance with the Plans and Specifications cif the City of Carlsbad, and the S3ec
Provisions and that he/she will take in full payment therefor the following unit prices f
each item complete, to wit:
1
1
I
1
I
1.
R
I
1
I
i
I
I
i
Approximate
Item Item Description with Prices or Quantity Unit 1 & Lump Sum Price Written in Words and Unit Price Total
*(3+34y 3 1. Slurry seal mixture, complete in 3,686,200
pla;e at dollars sq. ft.
%K2cents per sq. ft.
4 r
Pnce(s) given above are firm for 90 days after date of bid opening.
Addendurnla) No(s).
proposal.
The Undersigned has checked carefully all of the above figures and understands that 1
City will not be responsible for any error or omission on the part of the Undersigied
preparing this bid.
The Undersigned agrees that in case of default in executing the required Contract w
necessary bonds and insurance policies within twenty (20) days from the date of award
Contract by the City Council of the City of Carlsbad, the proceeds of the check or bc
accompanying this bid shall become the properly of the City of Carlsbad.
has/have been received and is/are included in t
q27-d
I 2%
Z&
I*
2/2 B \93CNTS-2WLH93072 CNT
The Undersigned bidder declares, under penalty o F perjury, that the undersigned is licensf
to do business or act in the capacity of a contraclor within the State of California, vdid
licensed under license number (a /# (Yjo , classification c, 3 2 which expir
-... / $5 , and that this statement is true and correct and has the legal effect
an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursua
to the Business and Professions Code shall be considered nonresponsive and shall 1
rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved, 1
bid submitted shall be invalidated by the failure of the bidder to be licensed in accordan
with California law. However, at the time the (contract is awarded, the contractor sk
be properly licensed. Public Contract Code 5 20104.
The Undersigned bidder hereby represents as follows:
4
U
1
I
4 n
l
I
I.
I
1
I
I
1
i
I
1
8 . On i 3.
1. That no Council member, officer agent, or employee of the City of Carlstiad
personally interested, directly or indirectly, in this Contract, or the compensat on
be paid hereunder; that no representation, oral or in writing, of the City Counc
its officers, agents, or employees has inducted him/her to enter into this Contra
excepting only those contained in this form of Contract and the papers made (3 p:
hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corpoi-atii
making a bid for the same work, and is in all respects fair and without collusion
fraud.
Accompanying this proposal is 80 M ~1 /6 7, -
(Cash, Certified Check, Bond or Cashier's Check)
for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code y~hi
requires every employer to be insured against liability for workers' compensation or
undertake self-insurance in accordance with the provisions of that code, and agrees
comply with such provisions before commencing the performance of the work of tl
Contract and continue to comply until the contract is complete.
....
....
....
....
B \93CNTS-Z\HLH93072 CNT 2/2!
ie
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic
2, relative to the general prevailing rate of wages for each craft or type of worker need(
to execute the Contract and agrees to comply with its provisions.
1
1
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
- (1)
(2)
(3) Place of Business
Name under which business is conducted
Signature (given and surname) of proprietor
I.
-
i
I
1 (Street and Number)
- City and State
- I (4) Zip Code Telephone No.
1 IF A PARTNERSHIP, SIGN HERE:
- (1)
(2)
Name under which business is conducted
Signature (given and surname and character of partner) (Note: Signiitui
must be made by a general partner)
1
I.
I
I
1
1
I
I
1
-
_.
- (3) Place of Business
(Street and Number)
- City and State
I Zip Code Telephone No. -
2'25/( B \93CNTS2WLH93072 CNT
I.
Pa r -L
COrrtiMtal 1nSUr;Pnce.
I BID BOND
e
KNOW ALL MEN BY THESE PRESENTS,
0
Thatwe GLICK CORPORATION DBA: ASPHALT MA1 INTENANCE COMPANY OF CALIFm
as Principal, hereinafter call and CONTINENTAL INSURANCE COMPANY
a corporation duly organized under the laws of the State of
I of NEW HAMPSHIRE
CALIFORNIA , as Surety, herei
CITY OF CAR.IAFjAD -
, as Obligee, hereinafter call
($lo% OF BID * *), for the payment of which sum well and truly to be made, the said Principal anc bind ourseives, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly b
Surety, are held and firmly bound unto -
-
inthesumof TEN PERCENT OF AMOUNT BID* f ‘k * * * * * * * * * * * e * -
- Signed, sealed and dated this 17th -day of MAY
WHEREAS, the Principal has submitted a bid for- -
CONTRACT U/M 93-4 1991-92 -
STREET SLURRY SEAL -
-
NOW, THEREFORE, if the Obligee shaii accept the bid of the Principal and the Principal shall entc ’th the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be 6 idding or contract documents with good and sufficient surely for the faithful performance of such con
prompt payment of labor and material furnished in the prosecution thereof, or in the event of the fa lurc
to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the different
the penalty hereof between the amount specified in said bid and such larger amount for which the Clbli: faith contract with another party to perform the work covered by said bid, then this obligation shall b
tE?reunder unless Obligee shall, prior to the execution of the contract, furnish evidence satisfactory to t
fibligee’s ability to make payment to the Principal in accordance with the terms of the contract.
dthenvise to remain in full force and effect. PROVIDED, IHOWEV€R, neither Principal nor Sur12ty
In Witness Whereof, this instrument has been executed by the duly authorized representatives oft the Surety.
GLICK CORPORATION DBA: ASPHALT
MAINTENANCE COMPANY OF CALIFORN:
~ Principai
[ [#
,k I c/i’ $4 ; {llq - i
By: - / d LLL ,<A ,?&L,i 1,7 -
<
i,] / (
-
r - ONALD P. SHARP
P
5,
BOND 1264G
z a 4%
GENERAL POWER OF A7TORNEY
1 .- Know ail men by these PreSt?nb, That THE CONTINENTAL INSURANCE COMPANY ha
@nd appointed, and by these presents does make, constitute and appoint
Donald P. sharp of Visalia, California
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, t and contracts of suretyship to be given to
ALL Obligees
provided that no bond or undertaking or contract of suretyship execu:ted under this authority shall exceed in amount t
Ten Nillicn (10,000,000) Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Res the Board of Directors of the Company on the 13th day of lanuary, 1989:
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board. the President, an Executive Vice Resident or a Senior Vice President c Company, be, and that each DT any of them is, authorized to execute Powers of Attorney qualifying the attorney named in the given Poww of Attorney to Company, bonds, undertakings and all contracts of suretyship; and that an Assidant VKe Resident, a Secretary or an Assistant Secretary be, and that each c authorized to attest the execution of any such Power of Attorney, and to attah kt0 the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Compaiay may be affixed to any such Power of Attorney or to any certif facsimile.andanyslKh PowerofAttomeyorcertrficatebearingsuchfacsimilesigM~or~~csimiiesealshall bevalidand bindingupontheCompanywlienw
with respect to any bond, undertaking DT contract of suretyship to which it k artached"
In Witness Whereof, THECONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed,
THE CONTINENTAL INiSUR
to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 31 day of
Attest:
Harch
By /A&i...5
William 2 Fomshell, Vice I'resid
. 8262
D.L Banta, Assistant Vice President
STATE OF CONNECTICUT
COUNTY OF HARTFORD 1 u.:
31 March 92 On this dayof , 19 , before me personally came Williiam Z. Fornshell, to me known, who being by me c
did depose and say that he is a Vice President of THE CONTINENTAL INSURANCE COMPANY, the corporation describe executed the above instrument; that he knows the seal of the said corpoiiation; that the seal affixed to the said instrument i! seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by iik,
Ow , G?-% ..... c
=% .. .g $*i LTA.>;y 1.. SWLIC * .q ; /uB,g -4%- g
p .'..' t: _. .. ).&& 1. Dennis Lane, Assistan1 Nce Resideit TA
GLORIA D. SEEKINS NOTARY PUBLIC My Commission Expires March 31, Ill93
---E2
CERTIFICATE
I, the undersigned, an Assistant Vice President of THE CONTlNEN.T'AL INSURANCE COMPANY, a New Hampshire f HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furt Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force.
Signed and sealed at the town of Farrnington, in the State of Connecticut. Dated the 17 th da of May *
. .: ..__..... 11 BOND 431SM
amm- r -TsxPi~mLw
CAPACITY CLAIMED B
CORPORATE
OFFICER(S)
to me that he/she/they executed the same in
person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument. -
SIGNER IS REPRElSEN'
NAME OF PERSON(S) OR ENTl
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
ICW GROUP 315 (11192)
Title or Type of Document -
Number of Pages Date of Document -
DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _I
x.TL <-<Y-\, ic-<~<..c-c.c. \ \i c i \x .
\ Y * A x x x *.XvCc~Y~~~
IF A CORPORATION, SIGN HERE:
1
1
i
I
I
1
1 City and State v, ,c - N /, 6 1 -
io
1
I
I
1
1
1
(1) Name under which business is conclucted c/) c k fb, ‘f30fci lUVl - I
-
(2) -
I,
/ Sec I /i’ APlj 7 - 1 Title
Impress Corporate Seal he
(3) Incorporated under the laws of the State of cc/, hrtq,.~ __~__
c, - (4) Place of Business /L 4/ IlAlfiIJ4 OPJ) U P -
(Street and Number)
7 1 # n/n
I
(5) Zip Code 7.72. ?,2 Telephone No. (i;?Cei ) (o 47- 5-?7 5 -
NOTARIAL ACKNOWLEDGEMENT OF EXECUI’ION BY ALL SIGNATORIES MUST I 1 ATTACHED
List below names of president, vice president, secretary and assistant secretary, if
corporation; if a partnership, list names of alL eneral partners, a ma ging partner
Qflvlr J I,^ c-h I 4 /@SI tic.,$ L2L- ”y -
) - 1 Gicw Cf, c/i (’C / Iks *,,&-( ,Lr\ ,JLC. (
I*
2 -
-
B \93CNTS-2\HLH93072 CNT 2/2!
,fl ALL-PURPOSE ACKNOWLEDGMENT
State of CALIFORNIA
County of TULARE
before me, ELIZABETH .J. CADLEN. NOTARY PTTR:, fi )n 5/17/93
DATE NAME TITLE OF OFFICER ~ E G , ‘JANE bOE. NOTARY PUBLIC’
1
1 id
personally appeared DONALD P. SHARP
NAME(S) OF SIGNER(S) ’ @ personally known to me - OR - 0 proved to me on the basts of satisfactory evidence to be the person(s) whose name@) is/are sub-
scribed to the within instrument and acknowledged
to me that he/she/they eKecuted the same in
hrs/her/therr authorized capacrty(ies), and that by
hislherltheir signature(s) on the instrument the
person(s), or the entity upcin behalf of which the
person(s) acted, executed the Instrument.
CAPACITY CLAi ME[:
0 INDIVIDUAL(!;)
~ORPORATE -
OFFICER(S) --
PARTNER@) a A~oRNEY-I,,-~~( B :::::::;,: WI- 0 GUARDIAN/CONSE 0 OTHER:
- -
SIGNER IS REPflESE
NAME OF PERSON@) OR E - - - -
In the event Principal executed this bond as an individual, it is agreed that the death I
Principal shall not exonerate the Surety from its obligations under this bond.
0 Executed by PRINCIPAL this day of E:xecuted by SURETY this day of
I
I
I
I
I
1
I
1
1.
1
i
1
I
I
1
I
I
, 19-. - Y 19-.
PRINCIPAL: SURETY:
- - (Name of Principal) (Name of Surety)
By: - (sign here) (Address of Surety)
- i (print name here) (Telephone Number of Surety)
E3y: - (title and organization of signatory) Signature of Attorney-in-Faci
By: - (sign here) printed name of Attorney-in-Fact
(attach corporate resolution showi
current power of attorney) (print name here)
(title and organization of signatory)
(Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If orly c
officer signs, the corporation must attach a resolution certified by the secretary or assistant secreta9 unc
corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
KAREN J. HIRATA
Deputy City Attorney
B:\93CNTS-ZWLH93072.CNT 2/25
I.
1
DESIGNATION OF SUBCONTRACTORS
I
I
I
I
I
I
I - -
I
i - -
I*
I - -
I
I
I
1
I
I
I
The Contractor certifies he/she has used the sub-bids of the following listed Contract0
in making up his/her bid and that the sub-contractors listed will be used for the work fc
which they bid, subject to the approval of the City Engineer, and in accordance wil
applicable provisions of the specifications and Section 4100 et seq. of the Public Contrac
Code - "Subletting and Subcontracting Fair Practices Act." No changes may be maie
these subcontractors except upon the prior approval of the City Engineer of the City I
Carlsbad. The following information is required for each sub-contractor. Additional pagc
can be attached if required:
0
Items of Complete Address Phone No.
Work Full Company Name with Zip Code with Area C(&
- -
- -
- -
- -
- -
- -
- -
- -
- -
- -
*JzO\ /- 4 -
B \93CNTS-ZWL.H93072 CNT 2/25
I.
I 7
1
I
l
I
I
I
I
I.
I
I
I
I
I
I
I
I
AMOUNT OF SUBCONTIIACTORS' BIDS
0 The bidder is to provide the following information on the subbids of all the istt
subcontractors as part of the sealed bid submission. Additional pages can be attached, I required.
Type of State
Contracting Carlsbad Business Amount of Bid
Full Company Name License & No. - License No." l$ or O!O~
- -
- -
- -
- -
- -
- -
- -
- -
- -
- - - /7'7 , ( ,rL - c __ -
* Licenses are renewable annually. If no valid license, indicate "NONE." Valid license
must be obtained prior to submission of signed Contracts.
B \93CNTS-ZViLH93072 CNT 2/25
I*
4
GLICK CORPORATION BALANCE SHEET SEE ACCOUNTANT’S REVIEW REPORT --0
DECEMBER 31, 1992 AND 1991
ASSETS - 1992 1991
CURRENT ASSETS Cash $ 27 473 $ 65 640 Payroll Advances 3 772 3 52:; Contracts Receivable 245 003 147 91:i
Total Current Assets 276 248 217 075
PROPERTY AND EQUIPMENT Equi pmen t 303 652 299 735
92 978 92 978 Vehi cl es Furniture and Fixtures 12 677 10 077
409 307 402 790 Accumulated Depreciation (345 443) (327 832)
Total Property and Equipment 63 864 74 958
Empl oyee Receivables 10 600 7 100 OTHER ASSETS
TOTAL ASSETS $ 350 712 S 299 133
LIABILITIES AND STOCKHOLDERS’ EQUITY
0
CURRENT LIABILITIES
8€18 Accounts Payable $ 68 947 $ --
Billings in Excess of Earned Revenue
Pension Payable 780 780 Deferred Income Taxes Notes Payable - Current (Note 3) 20 079 32 1154
101 307 66 5;s
7 664 Payroll Taxes Payable 3 837 4 41.8
28 31.6 --
Total Current Li abi 1 i ti es
LONG-TERM DEBT Net of Current Portion (Note 3) 23 591 30 563
Total Liabilities 124 898 97 111.5
STOCKHOLDER’S EQUITY
Common Stock - No Par Value; 600,000 Shai-es
Authorized; 200,000 Shares Issued and
Retained Earnings 85 449 61 623
i
f Outstanding 140 365 140 365
Total Stockholder’s Equity 225 814 201 988
TOTAL LIABILITIES AND STOCKHOLDER’S EQUITY $ 350 712 $ 299 133 --
a
The accompanying notes are an integral part of this financial statement. -2-
a‘
GLICK CORPORATION STATEMENT OF INCOME SEE ACCOUNTANT’S REVIEW REPORT
FOR THE YEARS ENDED DECEMBER 31, 1992 AND 1991
1992 - 1991
INCOME FROM CONSTRUCTION $ 1 313 673 $ 1 508 744
COST OF CONSTRUCTION 843 706 964 371
Gross Margin 469 967 544 36t
t OPERATING EXPENSES z
E 51 584 56 99; General Insurance 484 3 5:
12 765 7 65; Taxes and Licenses 3 271 2 71! Interest 4 869
20 163 22 501 Travel and Entertainment Professional Fees 8 309 10 28’
1 791 Uti1 ities 2 713 Telephone 14 020 13 381
3 10 Trai ni ng and Educat i on 1 760
3 96 Office Suppl i es 4 088 Business Promotion 6 798 11 70 11 391 8 90 Mobile Communications 2 05 , Postage 2 508 1 31 Plans, Specs & Permits 1 766
5 85 Bonding Fees 8 138
6 38 Maintenance and Security 6 425
Fuel 26 098 24 66
Vehi cl e Expense 6 593 17 68
Salaries and Wages 153 095 143 45
28 34 Pension Costs 2 80 Workman’s Cornp. Insurance 2 160 Small Tools & Supplies 7 300 13 66
10 616 22 Shop Maintenance Equipment Maintenance 45 145 50 72
i Depreci ati on 17 611 23 67
2 4E Mi scel 1 aneous 2 143 445 529 481 77
Income from Operations 24 438 62 55
L Laundry E 2 ag! F Dues and Subscriptions i
0
I
Payroll Taxes 13 716 12 19
--
!e b
i
1‘ i- I
B
..
GLICK CORPORATION
STATEMENT OF INCOME SEE ACCOUNTANT’S REVIEW REPORT
FOR THE YEARS ENDED DECEMBER 31, 1992 AND 1991
1992 1991
INCOME FROM OPERATIONS (Brought Forward) $ 24 438 $ 62 59
OTHER INCOME
188 -- 61
24 626 63 2C
Discounts Earned
Income Before Taxes
800 -- 1 5E PROVISION FOR TAXES
Net Income 23 826 61 62
RETAINED EARNINGS, JANUARY 1 61 623 --
$ 85 449 $ 61 62 ~- RETAINED EARNINGS, DECEMBER 31
{
The accompanying notes are an integral part of these financial statements.
-3- f k P
4
GLICK CORPORATION
SEE ACCOUNTANT’S REVIEW REPORT FOR THE YEARS ENDED DECEMBER 31, 1992 AND 1991
STATEMENT OF CASH FLOWS -0
1992 1991
CASH FLOWS FROM OPERATING ACTIVITIES
Cash Received from Customers $ 1 224 247 $ 1 508 77E Cash Paid to Suppliers and Employees (1 227 695) (1 421 756
Interest Paid (4 869) (2 715
Income Taxes Paid (800) (80C
I I
Net Cash Provided (Used) from Operating Activities (9 117) 83 50E
CASH FLOWS FROM INVESTING ACTIVITIES
Cash Paid for Acquisition of Property and Equipment (6 517) (37 312
Net Cash Provided (Used) from Investing Activities (6 517) (37 312
CASH FLOWS FROM FINANCING ACTIVITIES
Net Change from Notes Payable (19 033) 5 31C -- Net Change in Notes Receivable (3 500) -
Financing Acti vi ti es (22 533) 531c
Net Cash Provided (Used) from
Net Increase (Decrease) in Cash (38 167) 51 50:
Beginning Cash - January 1, 65 640 14 &
ENDING CASH - DECEMBER 31, $ 27 473 $ 65 64c
0
The accompanying notes are an integral part of this financial statement.
-4-
- GLICK CORPORATION
NOTES TO FINANCIAL STATEMENTS
DECEMBER 31, 1992
1. Summary of Significant Accounting Policies
Glick Corporation, a California corpora'tion, is engaged in the asphalt
contracting business.
Basis of Accounting
The books of the corporation are maintained using the accrual basis
method of accounting. Under this method, revenues and certain assets
are recognized when earned rather than received and expenses and certain liabilities are recognized when incurred rather than when
paid. Contracts for services are recognized using the percentage-of- completion method of accounting. date on contracts in progress based on ';he estimated percentage of
completion. Revenues recognized as earned on specific contracts in
excess of bill ings are ref1 ected as current assets (revenues earned in excess of billings), and billings in excess of revenues earned are
reflected as current liabilities (billings in excess of earned revenues).
Contracts Receivable
Contracts receivable are carried at full value with no provision for bad debts, as management feels that all amounts are fully collectible. Should management subsequently determine that a receivable is
uncollectible, the direct write-off method will be used to recognize
the bad debt.
Property and Equipment
Property and equipment are carried at historical cost. Depreciation on property and equipment is recognized using the straight-line and
declining balance methods over the following estimated useful 1 ives for pre-1981 assets, and under the ACRS//MACRS methods for post-1980 assets.
This method recognizes earnings to
Furniture and Fixtures 5-7 Years Transportation Equipment 3-7 Years Machinery and Equipment 5-8 Years
Expenditures for maintenance and repairs are charged against operations. of the assets are capitalized.
and re1 ated accumul ated depreciation are removed from the accounts and
the resulting gain or loss is recognized in the period of disposal.
Renewal and betterments that materially extend the 1 i fe
When assets are disposed of, the cost
-5-
I
-- G L I CK COR PO RAT I ON NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 1992
1. Summary of Significant Accounting Policies (Continued)
Provision for Taxes
The shareholders of the corporation hawe elected to be treated as a small business corporation (Sub-chapter S corporation) for income tax purposes. As a Subchapter S corporation, the corploration acts as a pass-through entity and any income or loss from the corporation is taken into consider ation with each shareholders’ personal income tax situation. The provisi for income taxes is for a California Sub-chapter S corporation and is computed on net income at the appropriate tax rate.
2. Accounting for Construction Contracts
As explained in Note 1, the corporation uses the percentage-of-completior
method of accounting for recognition of construction revenue.
3. Notes Payable
The notes payable as of December 31, 1992 are as follows:
Current Non-Current Tot First Interstate Bank; payable in monthly installments of $544, including principal and interest at 7.00%, per annum; secured
Ranchers Finance; payable in monthly installments of $506, including principal and interest at 13.00%, per annum; secured by Ford pick-up. 50 1
Ranchers Finance; payable in monthly installments of $607, including principal and interest at 10.50%, per annum; secured by 1991 BMW. 4 545 23 591 28 1
Canon Copier; payable in monthly install- ments of $130, no interest. Secured by off i ce equi pment .
Dennis G1 ick and Greg G1 ick, payable on demand, unsecured. 11 250
by equipment. $ 2481 $ -- $ 24
E --
1: -- 1 302
11 ;
Totals $ 20 079 $ 23 591 $ -- 13 e
-- --
- 6 __
GL I CK CORPORATION NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 1992
3. Notes Payable (Continued)
Maturities for Notes Payable are as follows:
Year Ended December 31,
1993 $ 20 079
1994 5 046 1995 5 602 1996 12 943
$ 43 670
4. Retirement Plan
The company has established a profit-sharing plan for eligible employees. The plan has a six year vesting schedule and integrates with social
security. Management has elected not to contribute for 1992.
5. Deferred Income Taxes
Due to temporary differences in the methods used to calculate depreciation for state taxable income and net income for financial statement purposes, a deferral of state income tax of $780 is recognized as a liability to future years. The deferred tax was computed based on current state income tax rates for a Subchapter S corporation.
6. Reconciliation of Net Income to Net Cash Provided (Used) in Operating Acti
Net Income $ 23 826
Adjustments to Reconcile Net Income to Net Cash Provided (Used) in
Operating Activities:
17 611 Depreci at i on
Changes in Assets and Liabilities Increase in Contracts Receivable (97 090)
Increase in Empl oyee Advances (250) 67 468 Increase in Payabl es Increase in Billings in Excess of Earned Revenue 7 664
Decrease in Pension Payable (28 346)
NET CASH USED FROM OPERATING ACTIVITIES $ (9 117)
-7-
h
GLICK CORPORATION SCHEDULE OF CONSTRUCTION COSTS FOR THE YEAR ENDED DECEMBER 31, 1992 AND 1991
1992 1991 CONSTRUCTION COSTS
Material s $ 417 373 $ 297 4?6 Sub-contract 104 923 307 875
Direct Labor 154 086 165 078 Payroll Taxes 15 752 18 098 Insurance 17 149 15 248 Trucking 56 970 74 l!i7
31 190 26 1116 Travel Costs
Uniforms 1 381 1 216
Equipment Rental 2 915 1 947
Other Construction Costs 41 967 57 O!B
$ 843 706 $ 964 3;'9 - TOTAL
The accompanying notes are an integral part of these financial statements -a-
*- 1;;
Xv, 2
$0 I k 2 i-
2 z
I a
:OF bI-3 $ q
xz 8 $1 s;
ZI- urn4 cu Cu
uog EO
d
=z h PI
a
1
;f5 $
NO) a d OE u,
a 0 y 21 2 Q
ZN zi el
In ;{
am mm
v, I- :- $5
zom g 6/ Q Q:z $5
m(0Q +sa O@a~;i7(0 Q m+ (0 0 * Q(D hz-m Qh r 000 u) 0
-he4
:I ~~g-a~~-s~~~s~-~-E~~-~.~.$. z.s-qgs xq: :-$ z z- $
Oh - m+ FLU m rzm- N * - mo 01 mom T?
7- 10- (D 0 -1
2 0 aoU
xgw $g gZ2
00% sf5 AJOW Ov, 02 0 do>-
0 WU
u)v) u)ro(oam-me~ ~~+-~oo+~t+ow~~mmwomu)m E. 7 .?* z 2- z. % 2.2. i. : 2 E. s :: 6 % $ $5 2 2 z 2 z 2 8 0,: 6 g Ne 001 $- I$/ -01m -- 22"O *+'O *O2- a*
N 7- - 1
g2
0, Q W
! :- 0
LL 0
~~*~N~~*~OQu)O(O~O-~~T?u)~m*oov)oNom
CO Q Q 0 h 0 - 01 -Nu)-V0(0QOVOO a3*umoomo
a- 0- w- LO- +- m- 4 m- N- r: 0- a. '0. *. ~n u) 10 - o o + ,- v) 10 u) m o N r- o (D mOu)rru)m+m.~O1mo)m*Om~NQ --- -- *- 2, r N - .- 0 : --O (Dm ,- m T
:/
2; 0
r 0 0) egl a 0
m~u~oomou)~~~~o~~o-~~gu)~m~oou)o~om c7 F P m 01 10 P * m EO (0 (0 0 b u) g o. Q- LO. -. m. u. E N- p-- 0- N. 0. o. u) ;i; g - o o - - In u) w m 0 cu Ic 2 u3 m o v) - - 10 m - m -r N m o) m * 0, * 0,: 2
0.- m
Nu)-*00Q0600
In- - * - -,- om 7- N r .- 0 N -
(I) I-
k LL
r wo rra 2Q I-m I- I:$
Zl $11 Zi 21
I- a E
8 z a
za
-$OF q 0 :/
28;
rZ 4 ij
t-t-y BkQ N
=a
'2 h az OZ
a
en ma~OraOu)mQmNmOUf00QON v)+ uu)O-hhQNOmaNt0~6-aohw 2 !5$ v)ii m-a~-o.--a.u.Vh-9w-~ - 6h*hu).U.aI f C$l hg VOU- r QOO - Y) u) -- z
(L
$2 $2;
q 41 8 a ;{ ;i 2.l gII P VI1
aow p
2: E22
YSW 00% kF JOW Ov, 02 0 00>
0 ww +I
NNh2$0 m UO-lOa-Ou) -au)l00a~~00-0
NTC-N~~.- omw- 2 :/ ;/ 3 il ~84~~~~fi~~~8~~2~~~~~~ ucu
-lo m - a am .-
N~NNOOOON~hTCm00~~~0~0N N
OWh~Ou)ON-au)NmNNin-aOma c7. OO-afaO-a-wN u a CJ-
cu- U - c: 0 41 5 -: U 0
W WI
- a
10 m 3 ?j zj d 31 7
X s
v) ++ Eg
o $2
0
~~~~~8~~~~~~~8~~~~8~8~ $ - 21 9 q W~~~~~~CJ-Q~)CJONCJO-QO~~ n- * :j i$ $ gj, 0 m cu-
m 1)
-7 -11
@I U ~g-ahwO-ar0N
7
T N-
@J
.I- 2 %
:a 2 $1
4 2 I-
U 4 Z a
~
!!
1
.- ZCJr I-+? * '9 24
YZ -z '9 7
Q .-! a $$a -
zg$
s;
7 =a
9 ez
a
I!
0 0 22
$5 56
01 ol
0 a Q
0 e e j I1 z- me ma
01 ol
SSZ~~ZW LiZ32Y.x ;- 't.h.--LS(Y.nq Q-P---.sQ- Q0hQOl-N hdlOdOO 0 Q0QOlcrNr 0 0N-r z
I IO'
a- 0 * tl Z$ * iCi 2 01 a El 2% 20g 1 q v) -1 dl
COW o_ 2: 044 33J 00% d:y $E
E!2 0
Om OZ 0
"8°F ,,as3 %Z?Z%58: 9 2 0 01
ij 3 ~.Q-9*.0~?9 qq7Yo-N- Y ~~NOOQOCO vonwea -r OC)tO.-NN - 01.- - 7 00 N N- .-
QtQ
WI-
0 2U
Q w
4 w
52
2 i
+E $51 5 01
E;[ 2 w
0 u. 0
D ut 1 0 ua
3
a
01 -?""-32!$ - 82:84C?Z : :I 0.98-5s..?Q."- oqQ--.".-. w- N~.Q~-o- NO~QQO
N NN Nu3 aQaT0-P 0 00-0 E 3 i -
*
aQUlQ0lnb @ 00-0 E i:j 4 N NN
-""a858 zzz432 2 9 5J ?I ~~-8~8~N~Q~k 00o-k- W- PI
N-QO-O- oiduiiad d N1
r
(0 t 0"
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
I
1
I
I -
1
I -
I
I -
I.
i -
I
i
I
I
I
I
1
Bidder submits herewith a statement of financial responsibility.
I /Lk.L/.:, ,/ z,L,[ _.
I.
-
-
-
-
-
-
-
-
-
-
-
%
B.\93CNTS-2WLH93072 CNT 2/25)
I@
BIDDER’S STATEMENT OF TECHNIGU, ABILITY AND EXPERIENCE
I *
The Bidder is required to state what work of a similar character to that included ,n t
proposed Contract he/she has successfully perfoimed and give references, with telepho
numbers, which will enable the City to judge hidher responsibility, experience and sk
An attachment can be used.
- -
b
I
1
I
I
1
1. -
I -
I
I
I
I -
I
I
I
tnt
act
Name and Address
- I Q
- i: do
!or,
GO -
th
-
-
-
-
-
-
-
-
-
-
0.
B \93CNTS2\HLH93072 CNT 2/2
c.
2!ccsx--mmm
CAPACITY CLAIMEC E
CORPORATE
scribed to the within instrument and acknowledged
to me that helshelthey extecuted the same in
hislherltheir authorized capacity(ies), and that by
-
SIGNER IS REPRESEN1
NAME OF PERSON(S) OR EN71
THIS CERTIFICATE Title or Type of Document - -
- Number of Pages
Signer(s) Other Than Named Above
[)ate of Document MUST BE AlTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT: b ICW GROUP 315 (11/92)
~~~~~~~~~~~~~~~~~~~~~~~~~~~?~~~~~ . ,~~~~~~~.LTY,-,~~~~~~~~\~~~~~ x5
I
c
NON-COLLUSION AFFIDAVK TO BE EXECUTED
BY BIDDER AND SUBMITED WJTH BID
State of California 1
County of 1 ) ss.
!k
I-
1
D
I
I-
1."
I
I
1
I
I
I
1
I
a end( T L-ck , being first duly sworn, deposes
(Name of Bidder)
c and says that he or she is fiesr(/pol -f - (Title)
G/,ck c;;P. d67 of ATeh~i Mq,nf edqnce fOWVl(!MI/ nC CG /;Po In I Q -
(Name of Firm)
the party making the foregoing bid; that the bid is not made in the interest of, or on lieh
of, any undisclosed person, partnership, company, association, organization, or corporatic
that the bid is genuine and not collusive or sham; that the bidder has not directly
indirectly induced or solicited any other bidder to put in a false or sham bid, and hz r
directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyo
shall refrain from bidding that the bidder has riot in any manner, directly or indirect
sought by agreement communication, or conference with anyone to fix the bid price, or
that of any other bidder, or to fix any overhead, profit, or cost element of advanta
against the public body awarding the contract of anyone interested in the propos
contract; that all statements contained in the bid are true; and further, that the bidder 1
not, directly or indirectly submitted his or her biid price or any breakdown thereof, or t
contents thereof, or divulged information or data relative thereto, or paid, and will not pi
any fee to any corporation, partnership, company association, organization, bid depositca
or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of pe
affidavit was executed on the
1.
Subscribed and sworn to before me on the day of
(NOTARY SEAL)
, 19-:
- Signature of Notary
z
B.\93CNTS-Z\HLH93072 CNT 2/21
It
1 * CONTRACT - PUBLIC WORKS
This agreement is made thisdzday of
of Carlsbad, California, a municipal co &- rat on, (hereinafter called "City"), and
is 1641 E Tulare Avenue Visalia CA. 93292 -
1993, by and between the Ci
whose principal place of bu,he Click Corporation DBA Ashpahlt Maintenance Co. of CA.
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Corttra
documents for the 1991-92 STREETS SLURRY SEAL PROGRAM, Contract N
U/M 93-4 (hereinafter called "project")
Provisions of Labor and Materials. Conitractor shall provide all labor, material
tools, equipment, and personnel to perform the work specified by the Coritra
Documents.
Contract Documents. The Contract Documents consist of this Contract, K'otil
Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation
Subcontractors, Bidder's Statements of Financial Responsibility and Technic
Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans a1
Specifications, the Special Provisions, and all proper amendments and chmg
made thereto in accordance with this Contract or the Plans and Specificai:ior
and all bonds for the project; all of which are incorporated herein by tl-
reference.
Contractor, her/his subcontractors, anld materials suppliers shall provide ai
install the work as indicated, specified, and implied by the Contract Documenl
Any items of work not indicated or specified, but which are essential to tl
completion of the work, shall be provided at the Contractor's expense to fulf
the intent of said documents. In all instances through the life of the Contrac
the City will be the interpreter of the intent of the Contract Documents, and tl
City's decision relative to said intent will be final and binding. Failure of t!
Contractor to apprise subcontractors and materials suppliers of this condition
the Contract will not relieve responsibility of compliance.
Payment. For all compensation for Contractor's performance of work under tl:
Contract, City shall make payment to the Contractor per Section 9-3 of t
Standard Specifications for Public Works Construction (SSPWC) 1991 Editic
and the latest supplement, hereinafter designated "SSPWC", as issued by t
Southern California Chapter of the American Public Works Association, and
amended by the Special Provisions section of this contract. The closure date f
each monthly invoice will be the 30th of each month. Invoices from t
2.
3.
e
4.
Ib
I3 \93CNTS-2\HLH93072 CNT 2/25
1
Contractor shall be submitted according to the required City format to the City
assigned project manager no later than the 5th day of each month. Paynien
will be delayed if invoices are received after the 5th of each month. The finq
retention amount shall not be released until the expiration of thirty-five (35
days following the recording of the Notice of Completion pursuant to Californ
Civil Code Section 3184.
Public Contract Code section 20104.50 requires a summary of its contents to I:
set forth in the terms of the contract. Below is such a summary. Howeve
contractor should refer to Public Contract Code section 20104.50 for a comple
statement of the law.
The city shall make progress payments within 30 days after receipt of i
undisputed and properly submitted payment request from a contractor on
construction contract. If payment is nol: made within 30 days after receipt of i
undisputed and properly submitted payment request, then the city shall p:
interest to the contractor equivalent to the legal rate set forth in subdivision (i
of section 685.010 of the Code of Civil Procedure.
Upon receipt of a payment request, the city shall, as soon as practicable aft
receipt, determine whether the payment request is a proper payment request.
the city determines that the payment request is not proper, then the request slx
be returned to the contractor as soon as practicable but not later than seven ('
days after receipt. The returned request shall be accompanied by a docume
setting forth in writing the reasons why the payment request was not proper
If the city fails to return the denied request within the seven (7) day time lirn
then the number of days available to the city to make payment without incrrrir
interest shall be reduced by the number of days by which the city exceeds tl
seven (7) day return requirement.
"Progress payment" includes all paymerits due contractors except that portion
the final payment designated by the contract as "retention earnings".
Independent Investi~ation. Contractor has made an independent investigation
the jobsite, the soil conditions at the jobsite, and all other conditions that inig
affect the progress of the work, and is aware of those conditions. The Contra
price includes payment for all work that may be done by Contractor, wheth
anticipated or not, in order to overcome underground conditions. AI
information that may have been furnished to Contractor by City abo
underground conditions or other job conditions is for Contractor's convenien
only, and City does not warrant that the conditions are as thus indicate
Contractor is satisfied with all job conditions, including underground conditio
and has not relied on information furnished by City.
e
0
5.
e
B :\93CNTS-2W LH93072 CNT 2/25
1
Contractor Responsible for Unforeseen Conditions. Contractor shall E
responsible for all loss or damage arising out of the nature of the work or fror
the action of the elements or from any unforeseen difficulties which may arise c
be encountered in the prosecution of the work until its acceptance by the Ciq
Contractor shall also be responsible for expenses incurred in the suspensicm (
discontinuance of the work. However, Contractor shall not be responsible fc
reasonable delays in the completion of the work caused by acts of God, stonr
weather, extra work, or matters which the specifications expressly stipulate wi
be borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves diggir
trenches or other excavations that extend deeper than four feet below the surfac
Contractor shall promptly, and before the following conditions are disturbec
notify City, in writing, of any:
A. Material that Contractor believes rnay be material that is hazardous wast
as defined in Section 251 17 of the Health and Safety Code, that is reqiiirc
to be removed to a Class I, Class 11, or Class 111 disposal site in accordanc
with provisions of existing law.
Subsurface or latent physical conditions at the site differing from 1ho:
indicated.
Unknown physical conditions at the site of any unusual nature, diffixei
materially from those ordinarily encountered and generally recognized i
inherent in work of the character provided for in the contract.
@ 6.
7.
B.
C. a
City shall promptly investigate the cond.itions, and if it finds that the conditio]
do materially so differ, or do involve hazardous waste, and cause a decrease (
increase in contractor's costs of, or the time required for, performance of any pa
of the work shall issue a change order under the procedures described in th
contract.
In the event that a dispute arises between City and Contractor whether t2
conditions materially differ, or involve hazardous waste, or cause a decrease I
increase in the contractor's cost of, or tiime required for, performance of any pa
of the work, contractor shall not be excused from any scheduled completion da
provided for by the contract, but shall proceed with all work to be performt
under the contract. Contractor shall retain any and all rights provided either 1
contract or by law which pertain to the resolution of disputes and protes
between the contracting parties.
0
B:\93CNTS-Z\HLH93072.CNT :!.as,
1
ChanRe Orders. City may, without affecting the validity of the Contract, cirdc
changes, modifications and extra work by issuance of written change order:
Contractor shall make no change in the work without the issuance of a writte
change order, and Contractor shall not be entitled to compensation for any extr
work performed unless the City has issued a Written change order designating i
advance the amount of additional compensation to be paid for the work. If
change order deletes any work, the Contract price shall be reduced by a fair an
reasonable amount. If the parties are unable to agree on the amourit (
reduction, the work shall nevertheless proceed and the amount shall E
determined by litigation. The only person authorized to order changes or extr
work is the Project Manager. The written change order must be executed by tl:
City Manager or the City Council pursuant to Carlsbad Municipal Code Sectio
3.28.1 72.
Immimation Reform and Control Act. Contractor certifies he is aware of tl-
requirements of the Immigration Reform and Control Act of 1986 (8 US
Sections 1101 -1 525) and has complied and will comply with these requirement
including, but not limited to, verifying the eligibility for employment of a
agents, employees, subcontractors, and consultants that are included in th
Contract. * 10. Prevailinn WaRe. - Pursuant to the California Labor Code, the director of tl
Department of Industrial Relations has determined the general prevailing rate (
per diem wages in accordance with California Labor Code, Section 1773 and
copy of a schedule of said general prevailing wage rates is on file in the office I
the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant 1
California Labor Code, Section 1775, Contractor shall pay prevailing wage
Contractor shall post copies of all applicable prevailing wages on the job site,
Indemnification. Contractor shall assume the defense of, pay all expenses 1
defense, and indemnify and hold harmless the City, and its officers ar
employees, from all claims, loss, damage, injury and liability of every kind, natu
and description, directly or indirectly arising from or in connection with tl
performance of the Contractor or work; or from any failure or alleged failure c
Contractor to comply with any applicable law, rules or regulations includir
those relating to safety and health; except for loss or damage which was taus
solely by the active negligence of the City; and from any and all claims, lo:
damages, injury and liability, howsoever the same may be caused, resultir
directly or indirectly from the nature of the work covered by the Contract, mle
the loss or damage was caused solely by the active negligence of the City. TI
expenses of defense include all costs and expenses including attorneys fees f
litigation, arbitration, or other dispute resolution method.
1, 8.
9.
11.
rl)
B:\93CNTS-2\HLH93072.CNT .1/25,
1
Insurance. Contractor shall procure and maintain for the duration of the contra
insurance against claims for injuries to persons or damage to property which mz
arise from or in connection with the performance of the work hereunder by tl
Contractor, his agents, representatives, employees or subcontractors. Sa
insurance shall meet the City's policy for insurance as stated in Resolution N
0 12.
91 -403.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types
coverages and minimum limits indicted herein:
1. Comprehensive General Liability Insurance:
$1,000,000 combined single limit per occurrence for bodily inju
and property damage. If the policy has an aggregate linut,
separate aggregate in the <amounts specified shall be established f
the risks for which the City or its agents, officers or employees ai
additional insureds.
2. Automobile Liability Insurance:
$1,000,000 combined single limit per accident for bodily injury ai
property damage. In addition, the auto policy must cover z
vehicle used in the performance of the contract, used onsjte
offsite, whether owned, non-owned or hired, and wheth
scheduled or non-schedul ed. The auto insurance certificate rnt
state the coverage is for "any auto" and cannot be limited in a:
manner.
Workers' Compensation and Employers' Liabilitv Insurance:
Workers' compensation limits as required by the Labor Code oft
State of California and Employers' Liability limits of $1,000,000 F
incident. Workers' compensation offered by the St2
Compensation Insurance Fund is acceptable to the City.
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies
insurance required under this agreement contain, or are endorsed
contain, the following provisions. General Liability and Autoniob
Liability Coverages:
1.
e
3.
The City, its officials, employees and volunteers are to be ccver
as additional insureds as respects: liability arising out of activit
performed by or on behalf of the Contractor; products a
completed operations of the contractor; premises owned, leasf
hired or borrowed by the contractor. The coverage shall cont:
no special limitations on the scope of protection afforded 1:o t
City, its officials, employees or volunteers. 0
B.\93CNTS-2WL.H93072 CNT 2/25
2
The Contractor's insurance coverage shall be primary insurance I
respects the City, its officials, employees and volunteers. Ar
insurance or self-insurance maintained by the City, its official
employees or volunteers shall be in excess of the contractor
insurance and shall not contribute with it.
Any failure to comply with. reporting provisions of the policies shz
not affect coverage provided to the City, its officials, employees (
volunteers.
Coverage shall state that the contractor's insurance shall app
separately to each insured against whom claim is made or suit
brought, except with respect to the limits of the insurer's liabilit
(C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims mad
basis, coverage shall be maintained for a period of three years following tl
date of completion of the work.
(D) NOTICE OF CANCELLATION - Each insurance policy required by th
agreement shall be endorsed to state that coverage shall not be suspende
voided, canceled, or reduced in coverage or limits except after thirty (3(
days' prior written notice has been given to the City by certified ma
return receipt requested.
2. e
3.
4.
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - AI
deductibles or self-insured retention levels must be declared to a1
approved by the City. At the option of the City, either: the insurer sh:
reduce or eliminate such deductibles or self-insured retention levels
respects the City, its officials and employees; or the contractor shall prmu
a bond guaranteeing payment of losses and related investigation, clai
administration and defense expenses.
WAIVER OF SUBROGATION - All policies of insurance required under tf
agreement shall contain a waiver of all rights of subrogation the insur
may have or may acquire agaiinst the City or any of its officials
employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insure
under its policies or shall furnish separate certificates and endorsements f
each subcontractor. Coverages for subcontractors shall be subject to all
the requirements stated herein.
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insure
that have a rating in Best's Key Rating Guide of at least A-:V, and a
authorized to do business within the State of California and are included
the official publication of the Department of Insurance of the State
California as allowed under the standards specified in by the City Coun
Resolution No. 91-403 .
e
(F)
e
B:\93CNTS-2\HLH93072.CNT u25
2
VERIFICATION OF COVERAGE - Contractor shall furnish the City Wil
certificates of insurance and original endorsements affecting coverai
required by this clause. The certificates and endorsements for eat
insurance policy are to be signed by a person authorized by that insurer 1
bind coverage on its behalf. The certificates and endorsements are to be
forms approved by the City and are to be received and approved by the Ci
before work commences.
COST OF INSURANCE - The Cclst of all insurance required under th
agreement shall be included in the Contractor's bid.
(I)
0
(J)
13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall 1
resolved in accordance with the provisions in the Public Contract Code, Ditisic
2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which a
incorporated by reference. The contractor shall initially submit all claims ov
$375,000 to the city using the informal dispute resolution process described
Public Contract Code subsections 20104.2 (a), (c), (d). Notwithstanding tl
provisions of this section of the conrract, all claims shall comply with tl
Government Tort Claims Act (section 900 et seq of the California Governme
Code) for any claim or cause of action for money or damages prior to filiq ai
lawsuit for breach of this agreement.
Maintenance of Records. Contractor shall maintain and make available at no cc
to the City, upon request, records in accordance with Sections 1776 and 1812
Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does n
maintain the records at Contractor's principal place of business as specifil
above, Contractor shall so inform the City by certified letter accompanying t
return of this Contract. Contractor sha,ll notify the City by certified mail of ai
change of address of such records.
Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing Mri
Section 1720 of the Labor Code are incorporated herein by reference.
Security. Securities in the form of cash, cashier's check, or certified check m
be substituted for any monies withheld by the City to secure performance of tl
contract for any obligation established by this contract. Any other security tk
is mutually agreed to by the Contrac1:or and the City may be substituted f
monies withheld to ensure performance under this Contract.
Provisions Required by Law Deemed Inserted. Each and every provision of 1:
and clause required by law to be inserted in this Contract shall be deemed to
inserted herein and included herein, and if, through mistake or otherwise, a
such provision is not inserted, or is not correctly inserted, then upon applicati
of either party, the Contract shall forthwith be physically amended to make su
insertion or correction.
14. e
15.
16.
17.
* ....
B:\93CNTS-2WLH93072.CNT 2/25
2
Additional Provisions. Any additional provisions of this agreement are set fofl
in the "General Provisions" or "Special Provisions" attached hereto and made
18. a part hereof.
G/,*ck tort. dk
iyli YJlac'n hQflCQ CLO? L I&
IdenYtis Cl4.d -
* t i fTs 1.
- //c-*x t -
NOTARIAL ACKNOWLEDGEMENT OF C: tractor
EXECUTION BY ALL SIGNATORIES
MUST BE A'ITACHED
[CORPORATE SEAL) A Print Name of Signatory
ioI )a i
GGature of Signatory
I
4
,
APPROVED TO AS TO FORM: - reaG G//c;.( - Print dadne of Signatory
RONALD R. BALL
City Attorney - 0 By:
JPr. /7- r.eq s - filLL& Title
K~EN J. HIRATA~
Deputy City Attorney ( I - r
ATTEST:
A2LzzLz-4 I
rl)
B:\93CNTS-ZWLH93072.CNT 2/25
..
2 BOND IIBNS136 LABOR AND MATERIALS BOND PREMIUM INCL PERFORMANCE
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution Nc
93-180 y adopted June 22, 1993 -Y has awarded to click Corps DE
Asphalt Maintenance Company of CA (hereinafter designated as the "Principal"),
Contract for the 1991-92 STREETS SLURRY SEAL PROGRAM, Contract No. U/M 93-4, j
the City of Carlsbad, in strict conformity with the drawings and specifications, and othc
Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad ar
all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about IO execute said Contract and the tern
thereof require the furnishing of a bond, providing that if Principal or any of the
subcontractors shall fail to pay for any materials, provisions, provender or other supplic
or teams used in, upon or about the performance of the work agreed to be done, or for ar
work or labor done thereon of any kind, the Surety on this bond will pay the same to tl
extent hereinafter set forth.
NOW, THEREFORE, WE, Click Corp. DBA Aslphalt Maintenance Co. of CA. J'
Principal, (hereinafter designated as the "Contractor"), and CONTINENTAL INSURANC
*
COMPANY
Dollars ($ 81,077.97 ), said sum being fifty percent (50%) of the estimatt
amount payable by the City of Carlsbad under the terms of the Contract, for whic
payment well and truly to be made we bind ourselves, our heirs, executors a1
administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/h
subcontractors fail to pay for any materials, provisions, provender, supplies, or teams us
in, upon, for, or about the performance of the work contracted to be done, or for any 0th
work or labor thereon of any kind, or for amounts due under the Unemployment Insuran
Code with respect to such work or labor, or foir any amounts required to be deducte
withheld, and paid over to the Employment Development Department from the wages
employees of the contractor and subcontractors pursuant to Section 13020 of tl
Unemployment Insurance Code with respect to such work and labor that the Surety w
pay for the same, not to exceed the sum specified in the bond, and, also, in case suit
brought upon the bond, costs and reasonable expenses and fees, including reasonat
attorney's fees, to be fixed by the court, as required by the provisions of Section 3248
the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporatio
entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commenci
with Section 3082).
as Surety, are held firmly bound unto the City of Carlsbad in the sum
Eighty One Thousand Seventy Seven Dollars and 97/100
1)
*
B.\93CNTS-2WLH93072 CNT 2/25
State of CALIFORNIA G g County of TULARE 4 On 6/28/93 before me, ELIZW ,T. CARMEN. NOTARY PTTR:, DATE NAME. TITLE OF OFFICER - E.G.. 'JANE bOE. NOTARY PUBLIC'
personally appeared DONALD P. SHARP NAME(S) OF SIGNEA(S) ' Q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) islare sub-
scribed to the within instrument and acknowledged
to me that helshelthey executed the same in
person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
CAPACITY CLAIMEI n INDIVIDUAL(S)
~ORPORATE -
OFFICER(S) - 0 PARTNER(S) m ATTORNEY-IN-FA
mTRUSTEE(S) 0 SUBSCRlBlNG w, c] GUARDlAN/CONS 0 OTHER:
SIGNER IS REPRES
NAME OF PERSON(S) OR I
2
In the event that Contractor is an individual, it is agreed that the death of any SUC
Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 28th
day of JUNE y 19 93. - JUNE y 1993.
Executed by SURETY this 7,~tk day of w
CONTRACTOR: SURETY:
GLICK CORPORATION DEA: ASPHALT
MAINTENANCE COMPANY OF CALIFORNIA CONTINENTAL INSURANCE COMPANY - (Name of Contractor) (Name of Surety)
{/-\
,; \ 50 FREMONT ST., SAN FRANCISCO - < - By: 'u y -.
(sign here) - (Address of Surety)
neL1bT,l .. Ci' WhJ. (916) 597-9466
(print name here)
m i J \r P h I c,, $d
(title ind organization of signatory)
1
- DONALD P. SHARP, ATTORNEY
Printed name of Attorney-in-Fact
(attach corporate resolution showir
current power of attorney) -
4r- /[/.eQS f,/n
d (title and organization of-sigdatbry)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only o
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary unc
corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
' RONALD R. BALL
City Attorney
By: I %v 1 L-* * ' KAREN J.HIRATA
Deputy City Attorney
B \93CNTS-2\tILH93072 CNT 2/25,
1- ~~ I - - ~~ .
GENERAL POWER OF A7TORNEY
Know all men by these Presents, That THE CONTINENTAL INSURANCE COMPANY has r
md appointed, and by these presents does make, constitute and appoint
Donald P. Sharp of Visalia, California
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bor and contracts of suretyship to be given to
All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the 1
Ten nillion (10,000,Ol~O) Dollars
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following ResolL the Board of Directors of the Company on the 13th day of January, 1989:
"RESOLVED, that the Chairman of the Board. the Vice Chairman of he Board, the Resident, an Executive Vice Resident or a Senior Vice President cf a ' Company. be, and that each or any of them is, authorized to execute Powers d Attorney qualifying the attorney named in the given Power of Attorney to exe
Company. bonds, undertakings and all contracts of surewhip; and that an Assktant Vie President. a Secretary or an Assistant Secretary be, and that each or ar authorized to attest the execution of any such Power of Attorney, and to a%& thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal dh Company may be affixed to any such Power of Attorney or to any certificat facsimile. andany such PowerotAttomeyorcenificate bearingsuch facsimilesigMtures~faarnirlesea1 shall bevalid and bindingupon thecompany when soaffi with respect to any bond, undertaking or contract of surewhip to which it is attached.''
to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 31 day of
Attest:
In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, anc
THE CONTINENTAL INSURAN(
March
..e-... BY A*&
William 2 Fomshell, Vice President
a &X&a i
D.L Banta, Assistant Vice President
STATE OF CONNECTICUT
COUNTY OF HARTFORD ] ss,'
31 March 92 On this dayof , 19 , before me personally came William Z. Fornsheli, to me known, who being by me duly
did depose and say that he is a Vice President of THE CONTINENTAL INSCJRANCE COMPANY, the corporation described in
executed the above instrument that he knows the seal of the said corporation; that the seal affixed to the said instrument is SUC seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like on f7%:2% *"OIAF)y ;r$ #
t*: !=='NJL -c * :,j ,\ /L?%dQ<&L
s_ GLORIA D. SEEKINS NOTARY,PUBLIC My Commission Expires March 3 1, 1993 CERTlFICATlE
I, the undersigned, an Assistant Vice President of THE CONTINENTAL INSURANCE COMPANY, a New Hampshire carp HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; arid furthern Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force.
igned and sealed at the town of Fxmington, in the State of Connectic:ut. Dated the 28th dayof - JUNE
im ..-. ). & &'I9
I. Dennis Lame, Assistant Vice Resident
11 BOND 4315M Prin
BOND #BNS1
FAITHFUL PERFOFU"CE/WBRRANTY BONDPREMIUM -
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolut: 'I) 93-180 , adopted June 22 , 1993 ~ has awarded to Click Corp. DB , (hereinafter designated as the "Principal"), a Contracf
1991-92 STREETS SLURRY SEAL PROGR4M7 Contract No. U/M 93-4, in the
Carlsbad, in strict conformity with the contract, the drawings and specifications, an
Contract Documents now on file in the Office of the City Clerk of the City of Carlsl
of which are incorporated herein by this refei-ence.
WHEREAS, Principal has executed or is about to execute said Contract and the
thereof require the furnishing of a bond for the faithful performance and warranty
contract;
NOW, THEREFORE, WE, Click Cow. DBA Asphalt Maintence Co. of, as Pri
, as Surety, are held and finnly bound unto the City of Carlsbad.
sum ofone Hundred Sixty Two Thousand One Hundred Fifty Five 94/100.
Dollars($ 162,155 94 >, said sum being equal to one hundred F
(100%) of the estimated amount of the Contraact, to be paid to City or its certain att
its successors and assigns; for which payment, well and truly to be made, w(
ourselves, our heirs, executors and administrators, successors or assigns, joint1
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Conti
their heirs, executors, administrators, successors or assigns, shall in all things stand
abide by, and well and truly keep and perform the covenants, conditions, and agree
in the Contract and any alteration thereof made as therein provided on their part,
kept and performed at the time and in the manner therein specified, and in all re
according to their true intent and meaning, and shall indemnify and save hannless th
of Carlsbad, its officers, employees and agents, as therein stipulated, then this obli;
shall become null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount spc
therefor, there shall be included costs and reasonable expenses and fees, incl
reasonable attorney's fees, incurred by the City in successfully enforcing such oblig
all to be taxed as costs and included in any juldgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition
terms of the Contract, or to the work to be performed thereunder or the specific:
accompanying the same shall affect its obligations on this bond, and it does hereby 7
notice of any change, extension of time, alterations or addition to the terms of the COI
or to the work or to the specifications.
Maintenance Co. of CA.
CA
(hereinafter designated as the "Contractor"), and -TAT, TNSTTRA~ TCF: cm
0
a
B.\93CNTS-2\HLH93072.C%T
c L
In the event that Contractor is an individual) it is agreed that the death of any su(
Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this ZSTH * Elxecuted by SURETY thisZ8TH day of
dayof JUNE ) 19~. -.TTTNF:J 19 sa.
CONTRACTOR: SURETY:
GLICK CORPORATION DBA: ASPHALT MAINTENANCE COMPANY OF CALIFORNIA CONTINENTAL INSURANCE COMPAN
(Name of Surety)
50 FREMONT ST., SAN FRANCISC
(Address of Surety)
-T)&l*\ u, 3 Q&\<
Q t" 5 -\ \e./ r3 <, J-
(print name here)
core (title and organization of signafory)
DONALD P. SHARP, A By:
Printed name of Attorney-in-Fact
rem C Il. ck (attach corporate resolution showi
current power of attorney)
*
(print n& here)
ra
i
I _. orb.
t (title and organization of signhory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only c
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary unc
corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
1 $) 1 /LC&
KAREN J. HIRATA
6 Deputy City Attorney e
I * B.\93CNTSZ\HLH93072 CNT 2/25
personally appeared '
e
? name(s) is/are sub-
ent and acknowledged
to me that helshelthey executed the same in
his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upcin behalf of which the
person(s) acted, executed the instrument.
Witness my hand and official seal.
CAPACITY CLAIMED
INDIVIDUAL(S)
CORPORATE -
OFFlCER(S) -
PARTNER(S) 0 ATTORNEY-IN-FAC
C]TRusTEE(S) C] SUBSCRIBING WI1 0 GUARDIAN/CONSE
OTHER:
a8
SIGNER IS REPRESEI
NAME OF PERSON(S) OR EN
ALL-PURPOSE ACKNOWLEDGMENT
State of
County of
On 6/28/93 before me, ELIZABFJX .J. CAmM. NOTARY PUB:,
personally appeared DONALD P. SHARP NAMEIS) OF SIGNER(S) ' 4 personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are sub-
scribed to the within instrument and acknowledged
to me that he/she/they executed the same in
CALIFORNIA
TULARE
DATE NAME. TITLE OF OFFICER - E.G.. 'JANE bOE. NOTARY PUBLIC'
CAPACITY CLAIMEI
0 INDIVIDUAL(S)
~ORPORATE -
OFFICER@) - c1 PARTNER(S)
ATTORNEY-IN-FA
nTRUSTEE(S) 0 SUBSCR,BING w, 0 GUARDIAN/CONS 0 OTHER:
SIGNER IS REPRESt
NAME OF PERSON(S) OR E
A- ~~~~__ ___~ I * L
GENERAL POWER OF AITORNEY
Know aff men by these PreSenb, That THE CONTINENTAL INSURANCE COMPANY has r
d appointed, and by these presents does make, constitute and appoint
Donald P. Sharp of VisaLia, California e
its true and lawful attorney, for it and in its name, place, and stead to execute on behalf of the said Company, as surety, bo1
and contracts of suretyship to be given to
ALL Obligees
provided that no bond or undertaking or contract of suretyship executeld under this authority shall exceed in amount the
Ten Million (10,000,000) Dollars
This PowerofAttorney is granted and is signed and sealed by facsimile under and by the authority of the foilowing Resol1
the Board of Directors of the Company on the 13th day of January, 7989:
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Baard, the Resident, an Executive Vice Resident or a Senior Vice President 01 a Company, be, and that each many of them is, authorized to execute Powers of Attomey qualifying the attorney named in the given Power of Attorney to em Company, bonds, undertakings and all contracts of suretyship; and that an Assistant Vie President, a Secretary or an Assistant Secretary be, and that each m ar authorized to attest the execution of any such Power of Attorney, and to anach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal d the Company may be aiixed to any such Power of Attorney or to any cenificat
facsimile. andany such PowwofAttorneyorcenificate bearing such facsimilesigMturesmfac3iniileseal shall bevalidand binding upon the Company when soaffi
wth respeci to any bond, undertaking or contract of suretyship to which it is attached."
..
In Witness Whereof, THE CONTINENTAL INSURANCE COMPANY has caused its official seal to be hereunto affixed, ani
THE CONTINENTAL INSURAN
to be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 31 day of March
By A*& ..-";,: ...
William L Fornsheil, Vice President
at: &X&ia
D.L Banta, Assistant Vice President
STATE OF CONNECTICUT
COUNTY OF HARTFORD I=
31 March 92 Onthis dayof , 19 , before me personatly Came William Z. Fornshell, to me known, who being by me duiy
did depose and say that he is a Vice President of THE CONTINENTAL INSLJRANCE COMPANY, the corporation described ir
executed the above instrument that he knows the seal of the said corporation; that the seal affixed to the said instrument is su
seai; that it was so affixed by order of the Board of Directors of said corpora.tion and that he signed his name thereto by like 01 fz:x CT.~olARy ''1 /
I*; L-;%&$ * :*/ LULd A<&&
GLORIA D. SEEKINS NOTARY PUBLIC My Commission Expires March 3 1, 1993 CERTIFICATE
I, the undersigned, an Assistant Vice President of THE CONTINENTAL. INSURANCE COMPANY, a New Hampshire corF
HEREBY CERTIFY that the foregoing and attached Power of Attorney remain:; in full force and has not been revoked; and furtherr
Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force.
igned and sealed at the town of Farrnington, in the State of Connectic:ut. Dated ~ the 78&JUZ ,14
Prir
_..-..
-. -._ _. .. :8- :r
a
..
c; I. Dennis Lane. Assistant Vice Resident .-
--.._-..~~ It BOND 4315M
3c52sx5m--
CAPACITY CLAIMED
OFFICER(S) - personally appeared
scribed to the within instrument and acknowledged
to me that helshelthey e:xecuted the same in
his/her/their authorized capacity(ies), and that by
0 SUBSCRlBlNG wI, 0 GUARDIAN/CONSE
SIGNER IS REPRESE
NAME OF PERSON(S) OR El
AmENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this Certificate to unault
THIS CERTl Fl CATE
MUST BE ATACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
W GROUP 315 (11/92)
Title or Type of Document -
Number of Pages
Signer(s) Other Than Nameld Above
Date of Document
_..
City of Carls'bad
Representation and (kdfication
Purchasing Dep- cment 0
The following representation and certification are to be completed, signed and returned with propos
REPRESENTATIONS: Mark all applicable blanks.
This offeror represents as part of this offer that:
(Check appropriate Ethnic Business Type)
I am currently certified by:
Certification #:
CERTIFICATION OF BUSINES!
REP R ES EN TA TI0 N (S) :
Mark all applicable blanks. This offeror rc as a part of this offer that:
This firm is I is not J am
business.
This firm is
owned business.
l is not J aw
DEFINITIONS:
MlNO RITY BUSINESS ENTERPRISE: "Mi nor ity
Business" is defined as a business, at least 51
percent of which is owned, operated and controlled
y minority group members, or in the case of
ublicly owned businesses, at least 51 percent of
which is owned, operated and controlled by minority
group members. The Small Business Administration
defines the socially and economically disadvantaged
(minorities) as Black American, Hispanic American,
Native Americans (Le. American Indian, Eskimos,
Aleuts and Native Hawaiians), and Asian-Pacific
Americans (Le., U.S. Citizens whose origins are from
Japan, China, the Philippines, Vietnam, Korea,
Samoa, Guam, the U.S. Trust Territories of the
Pacific, Northern Marianas, Laos, Cambodia and
Taiwan).
CERTIFICATIO N:
- VVOMAN-OWNED BUSINESS: A womi
business is a business of which at least 5
is owned, controlled and operated by a Y
women. Controlled is defined as exerc
power to make policy decisions. Opc defined as actually involved in the d
manag em en t .
e
certified to be factual and correct as of the date submitted.
00 & J,? &an A -
NAME
lL vl E Tila/c AVPAL 4 $51; de f4 f
f
ADDRESS
(Sr, .I Q 732 72. kL" -
eCITYl STATE AND ZIP NATURE
(11093 1: 23- 5'333 7- 6- 93 TELEPHONE NUMBER DATE!
B:\93CNTS-2WLH93072.CNT 2/25,
9TE IS ISSUED A
NO RIGHTS UPON THE CERTIFICATE H
EXTEND OR ALTER THE COVERAGE A SHARP INSURANCE & BONDING
COMPANIES AFFORDING COVERi . Box 1230
Visalia, California 93279
NSwED B ASSURANCE CO OF AMERICA
(209) 734-9246 PACIFTC INSURANCE COMPANI
Asphalt Maintenance Co. Glick Corporation 1641 E. Tulare Avenue
Visalia CA 93277
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPEC CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSUWtNCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AL SCLUSiONS AND CGru’DiTiOii$ SF %e; i PXICIES. iiFri:TS :WCWN ?JAY SAVE SEEN REDUCEC: EY ?,*E Crhl+d!.s.
I
-
ALL OWNED AUTOS
SCHEDULED AUTOS ECA18790262
NON-OWNED AUTOS
GARAGE UABIl.rrY
I
\ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREi
ADDITIONAL INSURED - OWNERS, LESSEES e CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERACiE PART.
SCHEDULE
Name of Person or Organization:
CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1989
(If no entry appears above. information required to cornplete this endorsement will be shown in 1
as applicable to this endorsement.)
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organizati
Schedule. but only with respect to liability arislng out of “your work” for that insured by or for
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELED, MATERIALLY CHANGE1 NOR THE AMOUNT OF COVERAGE THEREPOF REDUCED UNTIL THIRTY (30) 1 AFTER RECEIPT OF WRITTEN NOTICE OF CANCELLATION OR REDUCTION I1 COVERAGE BY THE CITY CLERK OF THE CITY OF CARLSBAD. COVERAGE UNDER THIS POLICY SHALL BE PRIMARY AND NONCONTRIBUTING WITH
ANY OTHER INSURANCE AVAILABLE TO THE CITY OF CARLSBAD.
0
* CG.20101185 Cooyrrgbt. Insurance ~E~~VICPS Office. inc. l984
n k
- Policy #ECA 78760262
THIS ENDORSEMPINT CHANGES THE POLICY - PLEASE READ IT CAREFULLY
ADDITIONAL INSURED
*
This endorsement modifies insurance provided under the following
BUSINESS AUTO COVERAGE FORM
It is agreed that the “Who Is An InsburedP’ provision is amended t include as an insured the person or organization designated belc
as an additional insured, subject to the following provisions:
(I) This insurance applies only with respect to liability of th additional insured arising out of the ownership, maintenanc or use of covered autos by the Named Insured.
insured in all matters pertaining to this insurance,
including receipt of notice of cancellation;
(2) The Named Insured is authorized to act for such additional
(3) Return premium, if any, shall be paid to the NamQd Insured:
(4) Nothing contained herein shall affect ahy right of recovery as a claimant which the additional insured would have if no 0 designated as such.
{ 5) The insurance afforded to the additional insured( s) under this coverage form shall be primary as to any other insurance covering or available to the additional itisured(s
and such other insurance shall not be required to contributc to any liability or loss until and unless the appropriate limit of liability afforded hereunder is exhausted.
(6) mitv of Interest* This insurance applies separate11 to each insured against whom claim is made or suit is brought except with respect to the company‘s limits of
liability.
(7) Wcellatim Notice. With respect to the interest of
City of Carlsbad this insurance shall not
be cancelled, changed in coverage, reduced in limits or non-
renewed except after thirt days prior written notice by receipted delivery K~EI been given to
City of Carlsbad
7200 Carlsbad Village llrive
Carlsbad, California 02008-1989
Name and Address of Additional Insured a
14 13-47 J2-0897 P.0. BOX 42'2807, SAN Fq3.N
ICABE OF WQWKER &?TOOM INSUW.%NGf
POLICV NU*& En. 4&',-W gRIT
1 CERTi FIGATE EXPIRES. 1 u-7-83
ce po/icy i:) a form apprs,vi.d by the Caiifornia a La1:d Workers' Gasp oyer named below for t
r.cei:ation by the Fund except
-
this p~,;tii.;y IS nqt 17 dlav5' &Y~XX wrmeru racltice t5 the ampioyer.
ante notice should thi ed prior fQ 3.1s normdl expiration.
iR5LI:anCe pO!)Cy 35
g any requirerrrent
snsurar.ce may be rm. exclusions arld
er.b, oxrend (x aiter the *average afforded by the
errain, the ifi~w~n~e affu!dsd by the poljcies
,t:5n of my coe7tW!t .or other Cfoctrmmt with
PRES I DENT
--V"a
bMP LOY
I r-
YTE9An'CE IO'fl'Ph?i
I I L
OPTIONAI,
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF REENTION
4D
This Escrow Agreement is made and entered into by and between the City of Carlsbi
whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinaft
called "City'' and who address is
hereinafter called "Contractor" and
whose address is -
hereinafter called "Escrow Agent."
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agr
as follows:
1. Pursuant to Section 22300 of the Public Contract Code of the State of Californ
the contractor has the option to deposit securities with the Escrow Agent as
substitute for retention earnings required to be withheld by the City pursuant
the Construction Contract entered into between the City and Contractor for
dated (hereinafter referrecGo as the "Contract"). Alternatively, (
written request of the contractor, the owner shall make payments of the retentic
earnings directly to the escrow agent. When the Contractor deposits t
securities as a substitute for Contract earnings, the Escrow Agent shall notify t
City within 10 days of the deposit. The market value of the securities at the tir
of the substitution shall be a least equal to the cash amount then required to
withheld as retention under the terms of the contract between the City ai
Contractor. Securities shall be held in the name of the , and sh,
designate the Contractor as the beneficial owner.
The City shall make progress payments to the Contractor for such funds whi
otherwise would be withheld from progress payments pursuant to the Contrz
provisions, provided that the Escrow Agent holds securities in the form a:
amount specified above.
When the City makes payment of retenrions earned directly to the escrow age]
the escrow agent shall hold them for the benefit of the contractor until such ti1
as the escrow created under this contract is terminated. The contractor m
direct the investment of the payments into securities. All terms and conditio
of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the City pays the escrow agent directly.
The contractor shall be responsible for paying all fees for the expenses incurr
by the Escrow Agent in administering the Escrow Account and all expenses oft
of the City. These expenses and payment terms shall be determined by the Ci
Contractor and Escrow Agent.
in the amount of *
2.
3.
4.
I)
B:\93CNTS-2WLH93072.CNT 2/25
2
The interest earned on the securities or the money market accounts held i
escrow and all interest earned on that interest shall be for the sole account (
Contractor and shall be subject to withdrawal by Contractor at any time and fro1
time to time without notice to the City.
Contractor shall have the right to withdraw all or any part of the principal in tk
Escrow Account only by written notice to Escrow Agent accompanied by writte
authorization from City to the Escrow Agent that City consents to the withdraw<
of the amount sought to be withdrawn by Contractor.
The City shall have a right to draw upon the securities in the event of default 2:
the Contractor. Upon seven days’ written notice to the Escrow Agent from tk
City of the default, the Escrow Agent shall immediately convert the securities 1
cash and shall distribute the cash as instructed by the City.
Upon receipt of written notification from the City certifying that the Contract
final and complete and that the Contractor has complied with all requiremen
and procedures applicable to the Contract, the Escrow Agent shall release 1
Contractor all securities and interest on, deposit less escrow fees and charges 1
the Escrow Account. The escrow shall be closed immediately upon disbursemei
of all moneys and securities on deposit and payments of fees and charges.
The Escrow Agent shall rely on the wnitten notifications from the City and tl
contractor pursuant to Sections (4) to ((6), inclusive, of this agreement and tl
City and Contractor shall hold Escrovv Agent harmless from Escrow Agenl
release, conversion and disbursement of the securities and interest as set for
above.
5. a
6.
7.
8.
9. *
....
....
....
....
....
....
....
....
....
....
a .-*. ....
B:\93CNTS-2WLH93072.CNT 2/25,
c %
10. The names of the persons who are authorized to give written notices or
receive written notice on behalf of the City and on behalf of Contractor
connection with the foregoing, and exemplars of their respective signatures a a as follows:
For City: Title
Name
Signature-
Address-
For Contractor: Title
Name
Signature-
Address-
For Escrow Agent: Title
Name
Signature-
Address-
e
e
B:\93CNTS-Z\HLH9307Z.CNT 2/25,
3'
At the time the Escrow Account is opened, the City and Contractor shall deliver to th
Escrow Agent a fully executed counterpart of this Agreement.
EN WITNESS WHEREOF, the parties have executed this Agreement by their proper officer
on the date first set forth above.
e
For City: Title
Name
Signature-
Address
For Contractor: Title
Name
Signature-
Address
For Escrow Agent: Title
Name
Signature-
Address
a
a
B:\93CNTS-2VILH93072 CNT 2/z/
3
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 compensatic
of whatever nature due the Contractor for all labor and materials furnished and for 2
work performed on the above-referenced project for the period specified above with tl
exception of contract retention amounts and disputed claims specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $-
0
DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and releases any claim the Contractor may hav
of whatever type or nature, for the period specified which is not shown as a retentic
amount of a disputed claim on this form. This release and waiver has been ma(
voluntarily by Contractor without any fraud, duress or undue influence by any person I 4D entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials, ar
work due Subcontractors for the specified period have been paid in full and that the parti1
signing below on behalf of Contractor have express authority to execute this release.
DATED:
PRINT N.AME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporatiion, etc.)
BY: -
Title: -
BY: -
Title: __
0
B:\93CNTS-2WLH93072.CNT 2/25
3
SPECLPLL PROVISIONS
I. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCXON e
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of simik
import are used, it shall be understood that reference is made to the plans accompanyin
these provisions, unless stated otherwise.
B. Directions:
Where words ''directed," "designated," "selected," or words of similar import are used,
shall be understood that the direction, designation or selection of the Engineer is intendec
unless stated otherwise. The word "required" and words of similar import shall E
understood to mean "as required to properly complete the work as required and i
approved by the City Engineer," unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar impo
are used, it shall be understood such words are followed by the expression "in the opinio
of the Engineer," unless otherwise stated. Where the words "approved," "approval
"acceptance," or words of similar import are used, it shall be understood that the approva
acceptance, or similar import of the Engineer is intended.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expensl
shall perform all operations, labor, tools and equipment, and further, including tl-
furnishing and installing of materials that are indicated, specified or required to mean thi
the Contractor, at her/his expense, shall furnish arid install the work, complete in place an
ready to use, including furnishing of necessary labor, materials, tools, equipment, an
transportation.
@
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer - the Project Manager for the City of Carlsbad or his approved representative *
B:\93CNTS-2\HLH93072.CNT u2.w
3
24 CONTRACTBONDS
Delete the third sentence of the first paragraph having to do with a surety being listed j
the latest revision of U.S. Department of Treasury Circular 570.
Modify Paragraphs three and four to read:
The Contractor shall provide a faithful performance/warranty bond and payment bor
(labor and materials bond) for this contract. The faithful performance/warranty bond sk
be in the amount of 100 percent of the contract price and the payment bond shall be
the amount of 50 percent of the contract price. Both bonds shall extend in full force ar
effect and be retained by the city during the course of this project until they are releasf
according to the provisions of this section.
The faithful performance/warranty bond will be reduced to 25 percent of the origin
amount 35 days after recordation of the Notice of Completion and will remain in full forr
and effect for the one year warranty period and until all warranty repairs are complett
to the satisfaction of the city engineer.
The payment bond shall be released six months plius 35 days after recordation of the Notir
of Completion if all claims have been paid.
Add the following:
All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide
at least A-:V and are authorized to conduct business in the state of California and are listt
in the official publication of the Department of Insurance of the State of California.
e
0
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work include the Standard SDecifications for Public Wor
Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designatc
"SSPWC", as issued by the Southern California Chapter of the American Public Wor
Association, and as amended by the Special Provisions section of this contract.
The Construction Plans consist of a location listing and map delineating the work are
which are further detailed herein. The standard drawings utilized for this project are tl
latest edition of the San Diezo Area Renional Standard Drawinzs, hereinafter designatc
SDRS, as issued by the San Diego County Department of Public Works, together with tl
City of Carlsbad Supplemental Standard Drawings.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with the product manufacture
direction, the Contractor shall obtain and distribute the necessary copies of SUI
instruction, including two (2) copies to the City. 0
B:\93CNTS-Z\HUi93072.CNT 2/25,
3
To Section 2-5, add:
2-5.4 Record DrawinRs:
The Contractor shall provide and keep up-to-date a complete "as-built" record set (
transparent sepias, which shall be corrected daily and show every change from the origin;
drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmen
underground piping, valves, and all other work nclt visible at surface grade. Prints for th
purpose may be obtained from the City at cost. This set of drawings shall be kept on tk
job and shall be used only as a record set and shall be delivered to the Engineer up0
completion of the work.
4lB
3-5 DISPUTED WORK
To Section 3-5, Disputed Work, add:
All claims by the contractor for $375,000 or less shall be resolved in accordance with tE
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.
(commencing with Section 20104) which is set forth below:
ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS
5 20104. Application of article; inclusion of article in plans and specifications
(a) (1) This article applies to all public works claims of three hundred seventy-fi\
thousand dollars ($375,000) or less which arise between a contractor and a local agenc:
(2) This article shall not apply to any claims resulting from a contract between
contractor and a public agency when the public agency has elected to resolve any disputt
pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.
0
(b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Cik
Code, except that "public work! does not include any work or improvement contracted fc
by the state or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (E
payment of money or damages arising from work done by or on behalf of the contract(
pursuant to the contract for a public work and payment of which is not otherwise express:
provided for or the claimant is not othenvise entitled to, or (C) an amount the paymei
of which is disputed by the local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans (
specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991. *
B:\93CNTS-ZWLH93072.CNT 2/25/
3
5 20104.2. Claims; requirements
For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate tk
claim. Claims must be filed on or before the date of final payment. Nothing in th
subdivision is intended to extend the time limit or supersede notice requirements otherwis provided by contract for the filing of claims.
@
(b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency sha
respond in writing to any written claim within 45 days of receipt of the claim, or ma
request, in writing, within 30 days of receipt of the claim, any additional documentatio
supporting the claim or relating to defenses or claims the local agency may have again
the claimant.
(2) If additional information is thereafter required, it shall be requested and provide
pursuant to this subdivision, upon mutual agreement of the local agency and the claiman
(3) The local agency’s written response to the claim, as further documented, shall k
submitted to the claimant within 15 days after receipt of the further documentation (
within a period of time no greater than that taken by the claimant in producing tk
additional information, whichever is greater.
(c) (1) For claims of over fifty thousand dollars (:$SO,OOO) and less than or equal to thrc
hundred seventy-five thousand dollars ($375,000), the local agency shall respond j
writing to all written claims within 60 days of receipt of the claim, or may request, i
writing, within 30 days of receipt of the claim, any additional documentation supportir
the claim or relating to defenses or claims the local agency may have against the claiman
(2) If additional information is thereafter required, it shall be requested and provided
pursuant to this subdivision, upon mutual agreement of the local agency and the claimant
(3) The local agency’s written response to the claim, as further documented, shall be
submitted to the claimant within 30 days after receipt of the further documentation, (
within a period of time no greater than that taken by the claimant in producing tf
additional information or requested documentation, whichever is greater.
@
(d) If the claimant disputes the local agency’s written response, or the local agency fai
to respond within the time prescribed, the claimant may so notify the local agency, j
writing, either within 15 days of receipt of the local agency’s response or within 15 da!
of the local agency’s failure to respond within the time prescribed, respectively, ar demand an informal conference to meet and confer for settlement of the issues in disput
Upon a demand, the local agency shall schedule a meet and confer conference within 3
days for settlement of the dispute.
*
B:\93CNTS-2WLH93072.CNT 2/25/
c: c
(e) If following the meet and confer conference the claim or any portion remains
dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Sectic
900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1
the Government Code. For purposes of those provisions, the running of the period of tin
within which a claim must be filed shall be tolled from the time the claimant submits h
or her written claim pursuant to subdivision (:a) until the time the claim is denie
including any period of time utilized by the meet and confer conference.
5 20104.4. Procedures for civil actions filed to resolve claims
e
The following procedures are established for all civil actions filed to resolve claims subje
(a) Within 60 days, but no earlier than 30 days, following the filing or responsil
pleadings, the court shall submit the matter to nonbinding mediation unless waived 1
mutual stipulation of both parties. The mediation process shall provide for the selectic
within 15 days by both parties of a disinterested third person as mediator, shall 1
commenced within 30 days of the submittal, and shall be concluded within 15 days fro
the commencement of the mediation unless a time requirement is extended upon a goc
cause showing to the court.
(b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitratic
pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of tl
Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Cii Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under tk
subdivision consistent with the rules pertaining to judicial arbitration.
to this article:
@
(2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part
of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced
construction law, and (B) any party appealing an arbitration award who does not obta
a more favorable judgment shall, in addition to payment of costs and fees under th
chapter, also pay the attorney’s fees on appeal of the other party.
5 20104.6.
arbitration award or judgment
Payment by local agency of undisputed portion of claim; interest on
(a) No local agency shall fail to pay money as to any portion of a claim which
undisputed except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the leg
rate on any arbitration award or judgment. The interest shall begin to accrue on the da
the suit is filed in a court of law.
5 20104.8. Duration of article; application of article to contracts between Jan. 1,195
and Jan. 1, 1994
(a) This article shall remain in effect only until January 1, 1994, and as of that date
repealed, unless a later enacted statute, which is enacted before January 1, 1994, delet a or extends that date.
B:\93CNTS-2\HLH93072.CNT 2/25
(b) As stated in subdivision (c) of Section 20104, any contract entered into betwec
January 1, 1991 , and January 1,1994, which is subject to this article shall incorporate tf
article. To that end, these contracts shall be subject to this article even if this article
repealed pursuant to subdivision (a). @
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or his appointed representatic
The Engineer shall have free access to any or all parts of work at any time. Contract
shall furnish Engineer with such information as may be necessary to keep her/him fu:
informed regarding progress and manner of work and character of materials. Inspectic
of work shall not relieve Contractor from any obligation to fulfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testii
materials and/or workmanship where the results of such tests meet or exceed t
requirements indicated in the Standard Specifications and the Special Provisions. The cc
of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of he materials shall
approved by him before the delivery is started. All materials proposed for use may
inspected or tested at any time during their preparation and use. If, after trial, it is fou.
that sources of supply which have been approved do not furnish a uniform product, or
the product from any source proves unacceptable at any time, the Contractor shall hrni
approved material from other approved sources. After improper storage, handling or a
other reason shall be rejected.
All backfill and subgrade shall be compacted in accordance with the notes on the plans a:
the SSPWC. Compaction tests may be made by the City and all costs for tests that mc
or exceed the requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deemed necessary by the Engine(
The costs of any retests made necessary by noncompliance with the specifications shall
borne by the Contractor.
Add the following section:
4-1.7 NonconforminR Work
The contractor shall remove and replace any work not conforming to the plans specifications upon written order by the Enginleer. Any cost caused by reason of tl
nonconforming work shall be borne by the Contractor.
@
e
B:\93CNTS-ZWLH93072.CNT 2/25
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known recorc
endeavored to locate and indicate on the Plans, all utilities which exist within the lim
of the work. However, the accuracy of completeiness of the utilities indicated on the Pla is not guaranteed.
54 RELOCATION
Add:
The temporary or permanent relocation or alteration of utilities, including sem
connection, desired by the Contractor for his/her own convenience shall be the Contract0
own responsibility, and he/she shall make all arrangements regarding such work at no c(
to the City. If delays occur due to utilities reloca1:ions which were not shown on the Plai
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
relocate utilities which interfere with the construction, the Contractor, upon request to t
City, may be permitted to temporarily omit the portion of work affected by the utility. T
portion thus omitted shall be constructed by the Contractor immediately following t
relocation of the utility involved unless otherwise directed by the City.
0
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per the following:
*
1. The prime contractor is required to prepare in advance and
submit at the time of the project preconstruction meeting a
detailed critical path method (CPM) project schedule. This
schedule is subject to the review and approval of the City.
2. The schedule shall show a complete sequence of
construction activities, identifying work for the complete
project in addition to work requiring separate stages, as well
as any other logically grouped activities. The schedule shall
indicate the early and late start, early and late finish, 50%
and 90% completion, and any other major construction
milestones, materials and equipment manufacture and
delivery, logic ties, float dates, and duration.
4D
B:\93CNTS-2WLH93072.CNT 2/2t
4
3. The prime contractor shall revise and resubmit for approval
the schedule as required by City when progress is not in
compliance with the original schedule. The prime
contractor shall submit revised project schedules with each
and every application for monthly progress payment
identifying changes since the previous version of the
schedule.
*
4. The schedule shall indicate estimated percentage of
completion for each item of work at each and every
submission.
The failure of the prime contractor to submit, maintain, or
revise the aforementioned schedule (s) shall enable City, at
its sole election, to withhold up to 10% of the monthly
progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the
prime contractor and approved by City as to completeness
and conformance with the aforementioned provisions.
5.
No changes shall be made to the construction schedule without the prior written approv;
of the Engineer. Any progress payments made after the scheduled completion date sha
not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflictin
utilities shall be requirements prior to commencement of work by the Contractor.
6-7 TIME OF COMPLETION a
The Contractor shall begin work within five (5) calendar days after receipt of the "Notic
to Proceed'' and shall diligently prosecute the work to completion within twenty-five (2:
work days after the date of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO a.m. ar!
sunset, from Mondays through Fridays. The contractor shall obtain the approval of tk
Engineer if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission (
the Engineer. This written permission must be obtained at least 48 hours prior to SUC
work. The Contractor shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing of a "Notice of Completioi
and any faulty work or materials discovered during the guarantee period shall be repaire
or replaced by the Contractor, at his expense. Twenty-five percent of the faithfi
performance bond shall be retained as a warranty bond for the one year warranty perio( 0
B:\93CNTS-ZWLH9307Z.CNT 2/25/
4
6-9 LIQUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assessed the sum of $250 per d:
for each day beyond the completion date as liquidated damages for the delay. Ar
progress payments made after the specified completion date shall not constitute a waivc
of this paragraph or of any damages.
*
7-3 LIABILITY INSURANCE
Add the following:
All insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide (
at least A-:V and are authorized to conduct business in the state of California and are listc
in the official publication of the Department of Iinsurance of the State of California.
74 WORKERS’ COMPENSATION INSURANCE
Add the following:
All insurance is to be placed with insurers that are authorized to conduct business in tl
state of California and are listed in the official publication of the Department of Insuranc
of the State of California. Policies issued by the State Compensation Fund meet tl
requirement for workers’ compensation insurance. @ 7-5PERMITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Coni:ractor, all encroachment, right-of-wa
grading, and building permits necessary to perform work for this contract on City propert
in streets, highways (except State highway right-of-way), railways or other rights-of-wa
Add the following:
Contractor shall not begin work until all permits incidental to the work are obtained.
7-8 PROJECT’ AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, addi:
Cleanup and dust control shall be executed even on weekends and other non-working da
at the City‘s request.
Add the following to Section 7-8:
1)
B:\93CNTS-2WLH93072.CNT 2/25
4
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mufflei
in good repair when in use on the project with special attention to City Noise Contrc
Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 1)
7-10 PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safety and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safety of employees on the WOI
and shall comply with all applicable provisions of Federal, State and Municipal safety law
and building codes to prevent accidents or injury to persons on, about, or adjacent to tk
premises where the work is being performed. Heishe shall erect and properly maintain i
all time, as required by the conditions and progress of the work, all necessary safeguarc
for the protection of workers and public, and shall use danger signs warning again
hazards created by such features of construction as protruding nails, hoists, well holes, ar
falling materials.
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work iinclude Chapter 11.06. Excavation ar 0 Grading.
If this notice specifies locations or possible materials, such as borrow pits or gravel bed
for use in the proposed construction project which would be subject to Section 1601 (
Section 1603 of the Fish and Game Code, such conditions or modifications establish6
pursuant to Section 1601 of the Fish and Game Code shall become conditions of tl
contract.
8 FACILITIES FOR AGENCY PERSONNEL
Delete this section.
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions in amoui
of retention.
10 SURVEYlNG
Contractor shall employ a licensed land surveyor or registered civil engineer to perfor
necessary surveying for this project. Requirements of the Contractor pertaining to this ite are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveyir
service within appropriate items of proposal. No separate payment will be made. (3)
B:\93CNTS-ZWLH9307Z.CNT 2/25/
4
Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 5
intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, header
sewers, storm drains, and structures (4 comers nth.). Rough grade as required to satis
cut of fill to finished grade (or flowline) as indicated on a grade sheet.
Contractor shall transfer grade hubs for construction and inspection purposes to crown 1i1
base grade of streets as required by Engineer.
Contractor shall protect in place or replace all obliterated survey monuments as per Sectic 8771 of the Business and Professional Code.
Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencir construction of surveyed item.
11 WATER FOR CONSTRUCITON
The Contractor shall obtain a construction meter for water utilized during the constructic under this contract. The Contractor shall contact the appropriate water agency f
requirements. The contractor shall include the cost of water and meter rental with
appropriate items of the proposal. No separate payment will be made.
a
e
e
B:\93CNTS-2\HLH93072.CNT 2/25
L
EI. SPECIFICATIONS FOR THE
1991-92 STREETS SLURRY SEAL PROGRAM
0
1. The work to be done consists of furnishing (all labor, materials, tools, equipment a1
incidentals necessary for the complete application of Type 2 Slurry Seal on tl
streets as indicated on the location listing and as specified herein.
Traffic control measures including street closures, detours and barricades will be
required in item 7-5 PERMITS of the Special Provisions, Section I, Supplementa General Provisions to Standard Specifications for Public Works Construction and
accordance with the approved traffic control plan.
The Contractor shall not close any street within the City of Carlsbad without fi~
obtaining the written approval of the City Engineer.
The Contractor shall provide and install bairricades, delineator warning devices, ar
construction signs in accordance with the latest edition and revisions of the State
California, Department of Transportation Traffic Manual, Manual of Traffic Contrc
for Construction and Maintenance Work Zcm. During adverse weather or unusu
traffic or working conditions, additional traffic control devices shall be placed
directed by the Utilities and Maintenance Director. All traffic signs and devices slx
conform to the current State of California, Department of Transportation, "Manu
of Warning Signs, Lights, and Devices for Use in Performance of Work up(
Highways," unless otherwise approved by the Utilities and Maintenance Director
The Contractor shall provide and maintain 48 inch high reflectorized cones at 20 fe
on center with ribbon along walkways of high pedestrian use as designated by tl
Inspector and indicated on the approved Traffic Control Plan.
During slurry seal operations, barricades may be supplemented with minimum si
18 inch high traffic cones and delineators such that spacing between barricad
and/or cones or delineators is no greater than 25 feet. At all access points such
intersection streets, alleys and driveways, barricades and/or cones shall be providc
at five-foot intervals so as to prevent vehicular access to the slurry seal area. Whe
access from an intersecting street is prohibited, a "Road Closed" sign shall 1
provided wherever required by the Utilities and Maintenance Director.
Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrii
safety devices, the Utilities and Maintenance Director will place such necessary iter
and the Contractor shall be liable to the City for providing such devices
accordance with the following provisions:
m For placing barricades - $5.00 per barricade for the first day or any part there
2.
3.
4.
e
5.
6.
7.
and $2.00 per barricade per day for each day thereafter or any part thereof.
B:\93CNTS-Z\HLH93072.CNT U/M Rev. 4/27, e
1
us= For flashers - $2.50 per flasher for the first day or any part thereof and $1.00 p
flasher per day for each day thereafter or any part thereof.
4B
= For traffic cones - $1.00 per cone for each day or any part thereof.
= In the event that the services of the City are required between the hours of 5:(
p.m. and 6:30 a.m., during the nonnal week or any time on Saturday, Sundz or on a City holiday, there shall be an additional charge of $26.00 for ea
service trip required.
8. Judgement as to adequate or sufficient barricading shall be that which is adequa
or sufficient in the opinion of the Utilities and Maintenance Director.
The Contractor shall relocate, preserve and maintain the visibility of all existing sig
within the project limits which affect the flow of traffic, as directed by the Utiliti
and Maintenance Director. Any signs which are damaged or removed by tl
Contractor during the course of construction shall be replaced by the Contractor
the ContractoJs expense as directed by the Utilities and Maintenance Director.
The Contractor shall insure that sole access routes to the businesses and residenc
along the streets to be resurfaced shall be maintained unless otherwise approved '
the Utilities and Maintenance Director and adequate notification be given to t:
affected property owners.
All costs related to the installation, maintenance and removal of traffic provisioi and safeguards, shall be considered as included in the prices paid for the varioi
contract items of work and no additional payments will be made therefore.
The Contractor shall coordinate his schedule so as not to interfere with local trar
collection.
The Contractor shall generally maintain a minimum of one lane of traffic in eac
direction at all times during construction h.ours of 7:OO a.m. to dusk. On Saturda
Sunday and designated legal holidays, and when construction operations are n
actively in progress on working days, the Contractor shall maintain all travel lan of the roadway. Any deviations of these requirements shall be approved by tl
Utilities and Maintenance Director.
9.
10.
11.
*
12.
13.
0 B:\93CNTS-Z\HLH93072.CNT U/M Rev. 4/27/
4
The asphalt emulsion shall be of the cationic, quick-set type, similar to QSKH, usir
a paving asphalt with a penetration in the range of 64 to 70 as a base. It shall me1
the following specifications when tested according to appropriate ASTM methods
@ 14.
Emulsion Test
Furol Viscosity at 77 F sec 200-100 D244 Residue from distillation; To by weight 4'7 min. D244 Mixing test (job) sec. at 70 F 30 min.
Sieve test (O/o retained on No. 20) 10 max. D244 Particle charge test Positive
Storage stability; one day settlement
Penetration 40-110 D5
Solubility in carbon tet. O/o
Ductility 77 F., CMS 40 min Dl13
l%o max.
Residue
96.5 min
15. The Contractor shall furnish a certified si:atement from the manufacturer of tl emulsion giving the analysis of the percentage of base asphalt used in i
manufacture.
Water used with the slurry seal shall be from any domestic supply approved by tl
Utilities and Maintenance Director. The Contractor shall obtain a construction met
for water utilized during the construction under this contract. The Contractor sh
contact the appropriate water agency for permission and requirements. Tl
Contractor shall include cost of water arid meter rental within the appropria
private items of the proposal. No separate' payment will be made.
The mineral aggregate shall be 100% crushed rock of angular, sound, durable, har
resistant to abrasion and free from laminations, weak cleavages and undesirab
weathering. It shall be of such character that it will not disintegrate from the actic
of air, water of the conditions to be met in handling and placing and having
specific gravity of no less than 2.60. All1 material shall be clean and free fro
deleterious impurities, including alkali, e,arth, clay and refuse. It shall have
minimum sand equivalent of 55 when tested according to ASTM tested Methc
241 9.
16.
0
17.
a B:\93CNTS-2\HLH93072.CNT U/M Rev. 4/27,
4
Percentage composition of weight of the aggregate shall conform with followir
gradation prior to the addition of any mineral fillers such as cement or lime.
e 18.
Sieve Size Percent Passing
Type 2
3/8 100
4 90-100
8 65-95
16 45-70
30 30-50
50 18-30
100 10-21
200 5-1 5
19. Before delivery of materials, certified copies of certified laboratory test reports of i
tests required in these specifications shall be submitted to and approved by tl
Utilities and Maintenance director. Certified test reports are required for wet tra
abrasion test in accordance with State of California, Department of Transportatic
Division of Highways Test No. 355B.
Samples of materials to be used on the job shall be used to determine job mix a1
shall be available at the request of the Utilities and Maintenance Director
sufficient quantities to produce not less than 30 pounds of emulsified asphalt slur
mixture.
A job mix formula shall be submitted to and approved by the Utilities ai
Maintenance Director or his representative upon request. The formula shall indica
the Wet Track Abrasion resistance. Trial mixes shall be prepared to determii
proportions, evaluate measured wear and 'to observe surface texture, tackiness ai
mix segregation.
The emulsified Asphalt Slurry Mixture shall have the following characteristics:
A. Resistance to Abrasion.
20.
0
21.
22.
Allowable wear of cured slurry mix as tested
accordance with the Wet Track Abrasion test shall not exceed 50. The curl
slurry being tested shall not pick up on the roller of the apparatus.
B. Fluidity. The mixture shall be sufficiently free-flowing to fill cracks in t
pavement.
C. Non-Semezation. The mixture shall not segregate during or after lay down.
D. Surface Texture, The mixture shall have a non-skid texture.
B:\93CNTS-Z\HLH93072.CNT U/M Rev. 4/27 0
4
Mixing shall be performed by a continuous flow mixing machine. Mixing sh:
continue until all particles are uniformly saturated and coated with asphal
Evidence of solidification of the asphalt, balling or lumping of the aggregates, or tI
presence of uncoated aggregates, shall be cause for rejection of the mixture. TI
aggregate shall be at approximately atmospheric temperature and shall not have
moisture content in excess of five percent (5%) by weight.
Mixture shall be on the "continuous flow" mixing type with calibrated control
capable of accurately delivering a predeternlined proportion of aggregate, water ax
asphalt emulsion to the mixing chamber and to discharge the thoroughly-mixc
product on a continuous basis. The aggreg,ate shall be pre-wet immediately prior
mixing with the emulsion. The mixing unit of the mixing chamber shall be capab
of thoroughly blending all ingredients without violent agitation. It shall be equippc
with a pressure water system and fog-type spray bar adequate for complete foggiI
of the surface immediately preceding the spreading of the slurry. It shall ha1
sufficient storage capacity to properly mix a minimum of twelve (12) tons of slun
The emulsion storage tank of the mixing machine shall also be equipped with
convenient device, calibrated in ten (10) gaillon increments, to measure the quanti
of emulsion actually used with each mixer load of slurry. Devices used for meterii
and blending additives must be approved by the Utilities and Maintenance Direct
or his representative. If sulphate of ammonia is used as the retarding agent, it shi
be introduced in liquid form.
No application of slurry shall occur until all deep patching, skin patching, cral
sealing or other preliminary pavement repah-s have been completed. The surface
the pavement shall be thoroughly cleaned and swept by the Contractor no more thi
24 hours prior to the application of slurry seal. The application of slurry shall 1
scheduled to commence after 7:OO a.m. and shall be complete prior to 2:OO p.m.
No street will remain closed after sunset unless approved by the Utilities ai
Maintenance Director.
No slurry shall be applied when the weather forecast indicates a probability
rainfall or when the air and pavement temperatures are not higher than fifty degre
(50") and falling. Slurry may be applied when both air and pavement temperatur
are fifty degrees (50") and rising.
* 23.
24.
* 25.
26.
27.
8:\93CNTS-2\HLH93072.CNT U/M Rev. 4/27, 0
4
The surface of the pavement shall be fogged with water directly preceding tE
application of the slurry. The slurry mixture shall be of the designed consistenc
when deposited on the surface and no additional elements shall be added. Toti mixing time shall not exceed forty (40) min.utes. A sufficient amount of slurry sha
be carried in all parts of the spreader at all times so that complete coverage
obtained. No rippling, lumping, balling or unmixed aggregate shall be permittee
nor shall segregation of the emulsion and aggregate fines from the course aggregai
be permitted. If the course aggregate settles to the bottom of the mix, the slun
shall be removed from the pavement. No excessive breaking of the emulsion in tk
spreader box will be allowed: nor shall the condition known as "skinning over'' of tl
slurry be allowed. No streaks such as caused by oversized aggregate will be left 1
the finished pavement. No additional water shall be added after material leaves pi
mill.
The slurry seal shall be applied at a rate vvhich shall provide an average of 1,SC
square feet of coverage per ton with a mirtimum rate of 1,400 square feet per tc
and a maximum rate of 1,600 square feet per ton. The rate of application for ea(
pass shall average twelve (12) pounds per square yard with a minimum rate of tc
(10) pounds per quare yard and a maximum rate of thirteen (13) pounds per squa:
yard. The amount of slurry actually placed on the pavement shall not vary mo:
than 10% from the theoretic tonnage calculated for the pavement.
@ 28.
29.
@ 30. No excessive build-up causing unsightly appearance shall be permitted c
longitudinal or traverse joints. Unless otherwise approved, the overlap at the join
will not exceed two inches (2") and shall be feathered; no payment will be made fc
excessive unapproved overlaps. Any slurry on joints between asphalt pavement ar concrete pavement, excessive slop-over onto the concrete, and any unsightly ar
objectional excess shall be immediately removed. At street intersections, at tl
beginning and end of work segments, the slurry is to be neatly spread or trimmf
to a straight line defined by the near curb lines of the street adjacent to the wor
Approved squeegees or lutes shall be used to spread slurry in areas inaccessible
the machine. Care shall be exercised to ensure the maximum rate of application wi
no excess, and leaving no unsightly appearance. Texture of slurry spread by har
shall match that which was applied by machine. Contractor shall be responsible fi
the removal of all excess emulsion spread beyond slurry limits; on drivewap
sidewalks, etc.
31.
B:\93CNTS-ZVILH93072.CNT U/M Rev. 4/27/ e
I o 32. Attached to the mixing machine shall be a mechanical type squeegee distributor.' shall be equipped with a flexible material which shall be in contact with the surfa
of the roadway to prevent loss of slurry. 13 shall be adjustable to assure a unifoi
spread on varying grades and crowns. It shall be steerable, adjustable in width, a
have a flexible strike-off. The box, nor any of its parts, shall cause grooving oft
slurry. It shall be kept clean and build-up of material on the spreader will not
permitted. The type of drag, linen or other textile, must be approved by the Utiliti
and Maintenance Director prior to the sirart of work and it shall be cleaned
changed as frequently as needed or when so directed by the Utilities a
Maintenance Director.
All metal manhole and water valve covers shall receive a heavy coating of a parti
agent such as diesel oil, prior to slurry seal application. After the slurry seal h
been applied and cured, the Contractor shall remove all slurry seal material attach
to manhole and water valve covers.
All raised pavement markers shall be protected from the slurry seal application
tape. After the slurry seal has been applied and cured, the Contractor shall rem0
all slurry seal mixture and tape from the markers.
The finished surface of the slurry seal shall be at least as smooth as the origir pavement surface. Any corrugations on the surface creating vibrations noticeable
passengers in an automobile driving over the slurry sealed surface at legal spee
will result in rejection of the slurry seal construction.
Any slurry seal application that has been rejected shall be removed by cold planni
to the original pavement. A new slurry seal application shall then be placed on t
pavement. Any placement of slurry seal rejected shall be removed and replaced wl
the cost borne by the Contractor.
Slurry seal will be paid for at the contract unit price per quare foot as shown in t
bid proposal. Such price shall constitute full compensation for furnishing a
placing of materials required to complete the slurry sealing operation including t
preparation of surface, labor, equipment, tools and incidentals needed to complf
the work in conformity with the specifications.
The Contractor will provide and install "Tow Away-No Parking" construction si@
#TC-R 30-S, for use in posting streets in advance of the work. Signs shall be plac
at least 72 hours prior to commencement of work. Signs shall be posted at intern<
of not more than 100 feet on both sides of the block affected by the work. Up placing "Tow Away-No Parking" signs, Contractor shall call the Carlsbad Poll Department at 931-2197 to validate placement of signs.
33.
34.
35. e
36.
37.
38.
U/M Rev. 4/27 B.\93CNTS-2WLH93072.CNT 0
c @ 39. Tow-away of any vehicles in violation of the "No Parking" sings will be handled 1
the Carlsbad Police Department. The City assumes no liability in connection wi
movement of vehicles by the Contractor.
Temporary "Tow Away-No Parking" signing shall be removed as soon as the stree
are ready to receive traffic.
Notwithstanding any other or concurrent notification by the City of the resurfacii
operations, the Contractor will assure notification of residences and businesses
street work.
Notices shall be left on or at the front dcior of each dwelling or commercial UI
abutting the street to be surfaced. This shall be done two days prior to placeme
of "NO Parking" signs. The Contractor shall be required to insert dates and estimatl
times of closing and reopening streets to local traffic.
Payment for the placement of the "No Parking" signs and notices shall be consider1
included in the bid price paid for asphalt concrete and no additional payment w
be made therefor.
40.
41.
42.
43.
*
@ B:\93CNTS-Z\HLH93072.CNT U/M Rev. 4/27
5
STREET LISTING
for
1991-92 STREETS SLURRY SEAL PROGRAM e
STREET FROM - TO
MANZANITA STREET Alga Road south end
DURANGO CIRCLE Manzanita Street Manzanita Street
PENTAS COURT Manzanita Street end
TULE COURT Manzanita Street end
LONGVIEW DRIVE Chestnut Avenue end
CATALINA DRIVE Chestnut Avenue Trieste Drive
SIERRA MORENA AVENUE Trieste Drive south end
STEVENS CIRCLE Trieste Drive end
MARK CIRCLE Trieste Drive end
STROMBERG CIRCLE Trieste Drive end
GARY CIRCLE Trieste Drive end
TRIESTE DRIVE Appian Road south end
LA PORTALADA DRIVE Tamarack Avenue north end
MllANO DRIVE Sierra Morena Avenue Trieste Drive
WESTWOOD DRIVE Monroe Street end
BLENKARNE DRIVE Westwood Drive Westwood Drive
TRUESDELL LANE Westwood Drive end
FALCON DRIVE Westwood Drive Donna Drive
NOB HILL DRIVE Donna Drive end
DONNA DRIVE Janis Way Carlsbad Village Drive
BEDFORD CIRCLE Janis Way end
AVONDALE CIRCLE Janis Way end
CAMEO ROAD Chestnut Avenue end
CANYON STREET Basswood Avenue end
SANDY PLACE Canyon Street end
0 PORTAPLACE Trieste Drive La Portalada Drive
e
B:\93CNTS-2WLH93072.CNT U/M Rev. 4/27
E c
STREET FROM - TO o SPRUCE STREET Yourell Aven~ie Forest Avenue
CIPRIANO LANE Forest Avenue end
RATCLIFF ROAD Highland Drive end
BUlTERS ROAD Highland Drive west end
BUlTERS ROAD Highland Drive east end
GUEVARA ROAD Highland Drive end
FOREST AVENUE Highland Drive east end
FOREST AVENUE Highland Drive Forest Avenue
JAMES DRIVE Tamarack Avenue end
JEANNE PLACE James Drive end
GLORIA LANE Jeanne Place 3971 Gloria Lane
ANDREA AVENUE Valley Street end
ALTHEA LANE Andrea Avenue end
JAMES DRIVE Basswood Avenue end
SANDALWOOD LANE James Drive west end @ SANDALWOOD LANE James Drive east end
BASSWOOD AVENUE Highland Drive Donna Drive
EVERGREEN CIRCLE Valley Street end
BONITA LANE Valley Street end
VALLEY STREET Chestnut Avenue Carlsbad Village Dri
JAMES DRIVE Oak Avenue Valley Street
OAK AVENUE Valley Street east end
IRIS COURT Daisy Avenue end
TULIP WAY Daisy Avenue Daffodil Place
DAFFODIL PLACE Foxglove View end
FOXGLOVE VIEW Daffodil Place Rose Drive
ROSE DRIVE Daisy Avenue end
DAISY COURT Daisy Avenue end
WISTERIA WAY Daisy Avenue Daisy Avenue
LILY PLACE Wisteria Way end
ab
B:\93CNTS-2WLH93072.CNT U/M Rev. 4/27/
c .,
STREET FROM TO
1) JASMINE COURT Wisteria Way end
IVY STREET Daisy Avenue end
PRIMROSE WAY Daisy Avenue Orchid Way
ORCHID WAY Azalea Place end
AZALEA PLACE Begonia Court end
BEGONIA COURT end end
POPPY LANE Azalea Place Batiquitos Drive
LA TINADA COURT Los Pinos Circle end
EL BOSQUE AVENUE Los Pinos Circle end
MAJANO PLACE El Bosque Avenue end
LA PLUMA LANE Los Pinos Circle Arbusto Court
ARBUSTO COURT La Pluma Lane La Plancha Lane
LA PLANCHA LANE Arbusto Court Los Pinos Circle
LAS NEUCES PLACE Los Pinos Circle end
ROCOSCO LANE Los Pinos Circle La Duela Lane
LA DUELA LANE Rocoso Lane La Capela Place
LAS MEINTES LANE La Capela Place Los Pinos Circle
EL ASTILLERO PLACE La Duela Lane end
ROBLE PLACE La Duela Lane end
REPRESA CIRCLE Amargosa Drive Amargosa Drive
SOMBROSA PLACE Amargosa Drive end
LAMACARENAAVENUE Amargosa Drive La Brusca Way
LA BRUSCA WAY La Macarena Avenue Jacaranda Avem
JACARANDA AVENUE La Brusca Way Amargosa Drive
SOMBROSA STREET Amargosa Drive Los Pinos Circle
SOMBROSA STREET Amargosa Drive Corte Carolina
LA NEVASCA LANE Sombrosa Street El Rastro Lane
EL RASTRO LANE La Nevasca Lane Los Pinos Circle
EL RASTRO LANE Los Pinos Circle La Gacha Lane
LA GACHA LANE El Rastro Lane Sombrosa Street
LA SELVA WAY Sombrosa Street Los Pinos Circle
ATADERO COURT Los Pinos Circle end
JACARANDA STREET Amargosa Drive Los Pinos Circle @ JACARANDA STREET Los Pinos Ciide end
a LACAPELAPLACE La Duela Lane Las Mientes Lane
B'\93CNTS-2\HLH93072.CNT U/M Rev. 4/271
5
STREET FROM - TO @ CAMINO DEL PARQUE Paseo Del Norte Paseo Del Norte
CAMINO DEL REPOSA Camino Del Parque end
CAMlNlTO DEL MAR Camino Del Parque end
CAMlNlTO DEL SOL Camino Del Parque end
CAM IN IT0 MADRIGAL Paseo Del Nolrte end
CAMlNlTO ESTRADA Paseo Del Nolrte end
ELDER COURT Paseo Del Nclrte end
CAMINO DEL PRADO
CAMlNlTO AZUL Camino Del Prado end
CAMlNlTO ROSA Camino Del Prado end
CAMlNlTO VERDE Camino Del Prado end
POLLY LANE Tamarack Avenue end
MARGARET WAY Tamarack Avenue end
LARKSPUR LANE Adams Street end
PARK DRIVE Kelly Drive Park Court I) VIAMARTA Park Drive Via Hinton
LOMA LAGUNA Park Drive end
LOMA COURT Lorna Laguna end
LOMA WAY Loma Laguna end
PARK COURT Park Drive end
VIA HINTON Park Drive end
VIA AREQUIPA Park Drive end
CRESCENT POINT ROAD Tamarck Avenue Isle Drive
CAPE MAY PLACE Crescent Point Road end
HAVENS POINT Isle Drive end
ISLE DRIVE Hillside Drive end
SEABRIGHT DRIVE Hillside Drive end
SEABRIGHT PLACE Seabright Drive end
BEACH BLUFF ROAD Hillside Drive end
SCHOONER WAY Isle Drive Beach Bluff Aveni
ROGUE ISLE COURT Isle Drive end
Camino De Las Ondas Camino De Las C
a
B:\93CNTS-2WLH93072.CNT U/M Rev. 4/27/'
c
L
STREET FROM TO @ QUEBRADA CIRCLE Segovia Way end
QUEBRADA COURT Quebrada Circle end
GAVIOTA CIRCLE Segovia Way end
GAVIOTA PLACE Gaviota Circle end
GABACHO STREET Gaviota Circle Segovia Way
SERRANO DRIVE Estancia Street end
CENTELLA PLACE Levante Street end
BASALT0 STREET Unicornio Street Abedul Street
CORlNTlA STREET Alga Road Unicornio Street
VIANDA COURT Unicornio Street end
ZODIAC STREET Unicornio Street end
AVENUE DEL PARAISO Unicornio Street end
ONDA PUCE Unicornio Street end
FLAMENCO COURT Unicornio Street end
U N I C 0 R N IO STRE ET
ABEDUL STREET Persa Street east end
CALLE MADRID Calle San Fellipe Calle Vallarta
CALLE SAN FELIPE Calle Barcelona Calle Posada
CALLE POSADA Calle Barcelona Calle Vallarta
CALLE VALLARTA Calle Madrid end
Persa Street south end e
*
B.\93CNTS-Z\HLH93072.CNT U/M Rev. 4/27,
ALGA ROAD - UC,
JRRY SEAL
D:\93CNTS-2U ILII93072.CNT U/M Rev. 4/27,
5
a
*
ARRY SEAL e
U/M Rev. 4/27/ B:\93CNTS-2\liLIi93072.CNT
e
rl)
-
@!I NO SCALE
AREA OF SLURRY SEAL m- .. ...
I991 -92 SLC4RWY SEAL
U/M Rev. 4/27/ B:\93CNTS-2\HLH93072.CNT
L
AREA OF SLURRY SEAL
JRRY SEAL
U/M Rev. 4/27) B:\93CNTSZ\HLI 193072.CNT
"
CAMEO ROAD
JRWY SEAL
U/M Rev. 4/27) 13:\93CNTS-2WLH93072.CNT
f
e ' NO SCXE
0
AREA OF SLURRY SEAL
JWWY SEAL
e
U/M Rev. 4/27/ B:\93CNTS-2\IILH93072.CNT
e
FOREST AVENUE 0
BUENA VISTA WAY 1r
JRRY SEAL 0
B:\93CNTS-2\HLH93072.CNT U/M Rev. 4/27
<
4D
0
e
U/M Rev. 4/27/' B:\93CNTS-2\IILH93072.CNT
U/M Rev. 4/27/ B:\93CNTS-2\1 ILI I93072.CNT
u
o> 0 &
JWRY SEAL
B:\93CNTS-2VILkI93072.C" U/M Rev. 4/27/!
1i OUMNHAlN
JRRY SEAL
U/M Rev 4/27/ B \93CNTS-2\IIL€I93072 CNT
U/M Rev. 4/27, B:\93CNTS-Z\HLH93072.CNT
BRRY SEAL
U/M Rev. 4/27/ B:\93CNTS-2WLH93072.CNT
I
v
U/M Rev. 4/27/S B:\93CNTS-2\IILH93072.CNT
1.
JRRY SEAL
U/M Rev. 4/27/9 B :\93CNTS-2\HLH93072.CNT
a4
ab
e
NOSCKE
6
LEVENTE STF?EET
GAVlOTA CIRCLE
-1 AREA OF SLURRY SEAL ...... .....
1991 -92 SLURRY SEAL
B:\93CNTS-2\HLH93072 CNT U/M Rev. 4/27/
*4
NO SCKE
% -Y 2
* AREA OF SLURRY SEAL -1 ......
I991 -92 SLURRY SEAL
+4
a
e.
Now
CALLE VALlARTA
RI AREA OF SLURRY SEAL ... .. ...
1991 -92 SLURRY SEAL
B:\93CNTS-2WLH93072.CNT U/M Rev. 4/27/'
April 19, 1994
Asphalt Maintenance Co. of Calif.
1641 E. Tulgre Avenue
Visalia, CA 93292
Re: Bond Rdease - 1991-92 Streets Slurry Sed Program - Cont. No. U/M 934
The Notice of completion for the above-referenced project has recorded. Therefore, we ;
hereby reducing the Faithful Performance Bond to 75% of the original amount. Ple:
consider this letter as your notification that Continental Insurance Company Faith
Performance Bond No. BSN136 10 51 is hereby reduced to $121,616.95.
A copy of the recorded Notice of Completion is enclosed for your records.
&i* Assistant City Clerk
Enc.
c: Michele, Eng.
Continental Ins. Co.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28
e c
Recording requested by:
' CITY OF CARLSBAD
c When recorded mail to:
City Clerk
City of Carlsbad
Carlsbad, CA 92008
1200 Carlsbad Village Drive
-- -Y I961 I i E - .4 E Aq[q-; F*2G ZdL
-r-_ L LLQ ti- *
Space above for Recorder's Use
w * ,. ., ' ,* . i ' fl,..,. , ,,&; ':;?y
.I/ _. , - , - #
c'
January 26, 1994
Annette J. Evans
County Recorder Post Office Box 1750
San Diego, CA 92112-4147
RE: NOTICE OF COMPLETION
Enclosed for recordation is the following described documents:
Notice of Completion Asphalt Maintenance Company
1991-92 Streets Slurry Seal Program / Contract No. U/M 93-4
Notice of Completion
Daley Corporation and California Commercial
1992-93 Pavement Overlay Program
Contract No. U/M 93-1
Asphalt Corporation
Our staff has determined that the recordation of this document i
of benefit to the City; therefore, it is requested that the fees L
waived.
Thank you for your assistance in this matter. &m Assistan C' Clerk CMC
' KRK:ijp
Enclosures
1200 Carlsbad Village Drive - Carisbad, California 92008-1 989 - (61 9) 434-2E
8 0 Hecoraing requesrea ~y:
c CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008
0
Space above for Recorder’s Use