Loading...
HomeMy WebLinkAboutDaley Corp & California Commercial Asphalt Corp; 1993-06-02; U/M 93-1w. -. 'c;o January 12, 1993 ADDENDUM NO. 1 BID//pRGJ'ECT NO. U/M 93-1, 1992-93 STREETS OVERLAY PROGRAM Please include the attached addendum in the Notice to BidderYRequest for Bids yo1 for the above project. This addendum--receipt acknowledged--must be attached to your Proposal FodBid your bid is submitted. 0 seFk Purchasing Officer RF:m Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 96?zAzM Bidder's Signature 1p 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434 r * ADDENDUM No. 1 January 6, 1993 PROJECT NUMBER: U/M 93-1 PROJECT NAME: 1992-93 STREETS OVERLAY PROGRAM 1. Page 2 - 1 1 : CHANGE THE SENTENCE THAT NOW READS: "The work is antic to take place during the months of October through November, 1992." TO REAC work is anticipated to take place in the Spring of 1993." If you have questions, please contact Chuck Mitchell at 438-0218. OK& Director W. ANDERSON RWA: hlh a:\HLH93051 .ADD KEYISSUE.FOR 1/6/93 * January 18, 1993 ADDENDUM NO. 2 BD/F’ROJECT NO. BID/PROJECT NO. U/M 93-1 - 1992-93 STREET OVER PROGRAM. Please include the attached addendum in the Notice to Bidder/Request for Bids you I for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid v your bid is submitted. . 2$iLzL&P+ RUT FLETCHER Purchasing Officer RF:m Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 WAU Biddeis Signature clr 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434- . 0 ADDENDUM No. 2 January 14, 1993 PROJECT NUMBER: U/M 93-1 PROJECT NAME: 1992-93 !XEEETS OVERLAY PROGRAM 1. Page 49 - item #13: ADD THE FOLLOWING PARAGRAPH: All Asphalt-Rubber € shall be in accordance with the "SPECIFICATIONS FOR ASPHALT RUBBER HO' Section Iv, beginning on page 63 of the special provisions. The Contractor shall n: asphalt-rubber binder supplier as a subcontractor on the "DESIGNATIC SUBCONTRACTORS", page 13, when bidding the project. No bids will be accepted 7 the asphalt-rubber binder supplier named. 0 If you have any questions, please contact Chuck Mitchell at 438-0218. @W 4 RALPH W. ANDERSON v Director RWA:hlh @ B:WLH93053.ADD FEH I h IYY3 0 February 16, 1993 ADDENDUM NO. 3 BID/PROJEXT NO.U/M 93-1, 1992-93 !3TREET OVERLAY PROGRAM Please include the attached addendum in the Notice to Bidder/Request for Bids you for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid your bid is submitted. -3 gi ,c/c ,~aLALL RUTH FLETCHER Purchasing Officer RF:m Attachment 0 I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 3 /fa BiddeJs Signature e 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434 e ADDENDUM No. 3 February 16. - 993 PROJECT NUMBER: U/M 93-1 PROJECT NAME: 1992-93 STREXI'S OVERLAY PROGRAM 1. Page 1,1 1 - CHANGE date of bid opening to Wednesday, the eleventh (11th) d: March. Page 5, Item 1 - CHANGE the Approximate Quantity and Unit from 10,241 tor 14,363.52 tons. Page 68 - DELETE and ADD THE FOLLOWING: Subsections 203-6.5.0 and 203-6.5.2 shall be modified by adding the follo paragraph: Proportioning shall be performed using an automatic batching system, anc proportioning device shall be automatic to the extent that the only manual opez required for proportioning all materials shall be a single operation of a switc starter. 203-1 1.5 Miscellaneous Requirements. Subsection 203-6.8 shall be modified as follows: Asphalt-rubber binder shall be at a temperature not less than 375" F or more 425" F when added to the aggregate. The temperature of the aggregate shall r less than 325" F at the time of adding the asphalt-rubber binder. 302-3.6 Asphalt-Rubber Subcontracting and Supervision. To maintain q control, limit public inconvenience and maximize public safety, all work relati construction of an ARAM, including asphalt-rubber blending, application, placc of cover aggregate, traffic control, and sweeping shall be performed in their e1 2. 3. 0 .B:WLIi93054.ADD solely by either the prime contractor or a designated subcontractor, and not in combination with each other. None of the above-described work shall be perfon by a material supplier or by a second tier subcontractor. The subcontractor or prime contractor, whichever performs the above-described wc shall employ and provide to the project a qualified supervisor, highly experienced fully knowledgeable in all aspects of asphalt-rubber construction. The supervisor s be in direct control of all above-described work, and shall be available at the prc site on a continuous basis for consultation and to respond to written directives f the engineer, during all periods of this work. 0 302-5 ASPHALT CONCRET'E PAVEMENT 302-5.1 General. The last sentence of Subsection 302-5.1 of the Stan Specifications is hereby deleted and replaced with the following: Bituminous pavement shall be removed in accordance with Subsection 300-2.1, 302-5.2 Cold Milling Asphalt Concrete Pavement. 302-5.2.1 General. The following is hereby added to the first paragraF subsection 302-5.2.1: Such straight edge grade along the edge of the cold plane area shall not deviate I than 1/4 inch below nor 1/8 inch above the grade specified in the plar specifications. 302-5.4 Tack Coat. Tack coat material shall be Grade SS-lh emulsified aspha 302-5.5 Distribution and Spreading. Contractor shall provide automatic si control as directed by Engineer. The leveling course shall be installed in lane widths, but only in areas of depr elevation as designated by the Engineer. Every effort shall be made to rninimiz thickness of leveling course material in areas of existing pavement that hav experiences settlement. Leveling course material shall be E-AR4000. 302-5.6 Rolling. Rolling along a joint shall be such that the widest part of the is on the hot side of the joint. Rubber tire rollers shall be used on any leveling course. 302-5.7 Join lines between successive runs shall be within 6 inches of lane li a minimum of 12 feet outside of the outer most lane line. 0 a B:WLH93054.ADD 302-5.9 Measurement and Payment. Asphalt concrete pavement leveling course s be paid for at the contract unit price per square foot. Such price provide shall incl full compensation for furnishing and placing materials required and for all la equipment, tools, and incidentals needed to complete the work in place. e 302-9 ASPHALT-RUBBER HOT MIX (ARHM) 302-9.1 General. ARHM shall conform to the specifications for Subsection 3( except as modified herein. Asphalt-rubber hot mix shall consist of one or more courses of an asphalt-m' binder and graded aggregate as specified in Subsection 203-1 1 placed upon a prep roadbed or base or over existing pavement. The courses shall be of the typ mixture and the dimensions shown on the Plans or Specifications. Tack coat material shall be grade SS-lh emulsified asphalt. 302-9.2 Distribution and Spreading. Section 302-5.5 is hereby modified as folli At the time of delivery to the work site, the temperature of ARHM shall not be 1( than 300" F or higher that 350" F. ARHM shall not be placed when atmospheric temperature is below 60" or dl unsuitable weather, or when pavement 1.2peratu-e is below 55" in shaded are 302-9.3 Rolling. Section 302-5.6 is hereby modified as follows: A vibratory roller shall be used for initial breakdown rolling.. The initial breakd rolling shall be completed before the asphalt-rubber hot mix temperature falls b 275" F measured immediately in front of the roller. Pneumatic rollers shall nc used. Contractor shall provide a pavement temperature reading, with an infrared measurement instrument, when requested by the Engineer. 302-9.4 Rock Dust Blotter. At the option of the Engineer, a rock dust blotter may be required. Rock Dus Subsection 200-1.2 shall be uniformly applied using a mechanical spreader at a of approximately three pounds per square yard. The Contractor shall have avai on-site 10 tons of rock dust. The cost of the rock dust and the rock dust blotter be included in the unit cost for Ashpal Rubber Hot Mix. 302-9.5 Measurement and Payment. Measurement and payment of ARHM sk the same as for asphalt concrete per Subsection 302-5.9. 0 B:WLH93054.ADD 0 2. 3. 4. 5. 6. 7. 8. Page 73 - DELETE the existing page and REPLACE it with the attached revised pa Page 75 - DELETE the existing page and REPLACE it with the attached revised pa Page 76 - DELETE the existing page and REPLACE it with the attached revised pa Page 77 - DELEX the existing page and REPLACE it with the attached revised pa Page 80 - DELETE the existing page and REPLACE it with the attached revised pa Page 86 - DELETE the existing page and REPLACE it with the attached revised pa Page 87 - DELETE the existing page and REPLACE it with the attached revised PE e questions, please contact Chuck Mitchell at 438-0218. RWA:hlh B:VILH93054.ADD 0 Q 1992-93 OVERLAY U/M 93-1 CARISBAD UGE DRIVE INTESTATE 5 to MONROE STRm 0 Nosc DESCRIFTON OF WORK: 2" OVERLAY wtth PETRO MAT and HEADERGRIND ESTIMATED MATERIAL QUANTITIES: ASPHALT 2.61 3 tona 21 7.750 sf) PETRO MAT 18.61 1 sy 13,350. x 50.1 HEADERGRIND 6,830 If 2 croaa cub FACILITIES TO BE RAISED: 5 STORM DRAINS 5 MONUMENTS 25 WATER VALVES (4TT) e pmg AREA OF OVERU 4 1992-93 OVERLAY U/M 93-1 DAISY AVENUE BAllQUrfOS DRNE to south end e Noscc TW\SH DAY: THURSDAY DESCRIPTION OF WORK 2" OVERLAY wlth PETRO MAT and HEADERGRIND PETRO MAT 9,389.00ry HEADERGRIND 6,797.00 If 11 MONUMENTS 35 WATER VALVES (4TT) 1,500.72 tons 125,060 sf) 3,380' x 25') I 1 CrOW Cut) ESTIMATED MATERW QUANTITIES: ASPHALT FAClllTlES TO BE RAISED: 1 STORM DRAIN 0 0 p?g AREA OF OVERLAY ! 1992-93 OVERLAY U/M 93-1 BATIQUITOS DRIVg POlNSrmA WE to POPW LANE 0 Noscu. TRASH DAY: THURSDAY DESCRIPTION OF WORK: 2" OVERLAY and HEADERGRIND HEADERGRIND 3,693.00 If 0 STORM DRAIN 11 MONUMENTS 10 WATER VALVES (4lT) ESnMATED MATERIAL QUANTITIES: ASPHALT 1,108.80 tons 92,400 rf) 12 cross cut.) FACILmES TO BE RAJSED: 0 a pm/q AREA OF OVERLAY 1992-93 OVERLAY U/M 93-1 LA COSTA AVPINUE RANCHO WA FE ROAD to CAMINO DE LOS COCHES 0 I TRASH DAY: FRIDAY DESCRIFRON OF WORK 2" OVERLAY wlth PETRO MAT and HEADERGRIND ESTIMATED MATERIAL QUANTITIES: ASPHALT 1,860 ton8 141,112 sf) I PETRO MAT 13,889 $7 { 2,500' x 50' HEADERGRIND 5,124 i 2 CrO88 Cuts FACILITIES TO BE RAISED: 1 STORM DRAIN 5 MONUMENTS 0 WATER VALVES 0 9 \ L 05 0 -2 AREA OF OVERMY 4 1992-93 OVERLAY U/M 93-1 PWA STREET UNICORN10 STREET to ABEDUL STREET 0 Nos TR&H DAY: THURSDAY DESCRIPTION OF WORK 2" OVERLAY and HEADERGRIND ESTIMATED MATERW QUAMTilES ASPHALT 225 tona (18,744 af) HEADERGRIND 1,136 If (0 croas cuts) FACILITIES TO BE RAISED: 0 STORM DRAINS 1 MONUMENT 1 WATER VALVE (ROUND) e a -9 AREA OF OVERiAY s 1992-93 OVERLAY U/M 93-1 AVENIDA DE LOUISA AVENlDA DE ANITA to end 0 Nosc TRASH DAY: WEDNESDAY DESCRIPTION Of WORK T OVERLAY and HEADERGRIND ESTIMATED MATERW QUANTITIES: ASPHALT 839.52 tons 69,960 sf) HEADERGRIND 4,273.00 If [I cross cut) FACILITIES TO BE RAISED: 2 STORM DRAIN 0 MONUMENTS 26 WATER VALVES (477) 0 0 mq AREA OF OVERLAY 4 1992-93 OVERLAY U/M 93-1 CALLg SUSANA AVENIDA DE ANlTA to AVENIDA DE LOUISA 0 tasc TRASH DAY: WEDNESDAY DESCRIFTION OF WORK: T OVERLAY and HEADERGRIND 27,060 8f) HEADERGRIND 1,673 325 ions If [ 1 CTO.8 cut) ESTIMATED MATERW QUANTITIES: ASPHALT FACILITIES TO BE RAISED: 0 STORM DRAINS 4 MONUMENTS 0 WATER VALVES e 3 iz a m AREA OF OVERLAY I I 4 1 1 I 1 I 1 I I 1 4 I 1 B f CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR 1. 1992-93 PAVEMENT OVERLAY PROGRAM CONTRACT NO. U/M 93-1 Ii TABLE OF CONTENTS I 1 o NOTICE INVITING BIDS ........................................... I 8 I 1 I Item - P - CONTRACTOR’SPROPOSAL BIDDER’S BOND TO ACCOMPANY PROPOSAL .......................... DESIGNATION OF SUBCONTRACTORS ............................... BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .............................. ........................................ .................. .......... 1 CONTRACT-PUBLICWO ......................................... LABOR AND MATERIALS BOND .................................... 1 PERFORMANCEBOND ........................................... m 1 SPECIAL PROVISIONS ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ................................. RELEASEFORM ............................................... I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION 1 1 li E 1 I I ............................ n. SPECIFICATIONS FOR 1992-93 PAVEMENT OVERLAY PROGRAM ......... 111. SPECIFICATIONS FOR TRAFFIC STRIPES AND PAVEMENT MARKINGS FOR 1992-93 PAVEMENT OVERLAY PROGRAM ...................... IV. SPECIFICATIONS FOR ASPHALT RUBBER HOT MIX ................... V. CARLSBAD MUNICIPAL WATER DISTRICT STANDARD DRAWING W13 VI. STREETLISTING ............................................ VII. SITE SPECIFICATION AND LOCATION MAPS ........................ ..... B:\HLH92014.ST ( mi I k 8 1 1 1 I CITY OF CARISBAD, CALIFORNIA NOTICE l"G BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M Wednesday, the seventeenth (17th) day of February, 1993, at which time they Wi opened and read, for performing the work as follows: 1. CONTRACT NO. U/M 93-1 1992-93 PAVEMENT OVERLAY PROGRAM The work shall be performed in strict conformity with the specifications as approved b: City Council of the City of Carlsbad on file with the Municipal Projects Department. specifications for the work include the Standard Specifications of Public U Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter desigr "SSPWC", as issued by the Southern California Chapter of the American Public M Association and as amended by the special provisions sections of this contract. Refer 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-or I R businesses. I@ The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators contractors to utilize recycled and recyclable materials when available and M appropriate. No bid will be received unless it is made on a proposal form furnished by the Purch Department. Each bid must be accompanied by security in a form and amount req by law. The bidder's security of the second and third next lowest responsive bidders be withheld until the Contract has been fully executed. The security submitted by all ( unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Se 22300), appropriate securities may be substituted for any obligation required by this n or for any monies withheld by the City to ensure performance under this Contract. Se 22300 of the Public Contract Code requires monies or securities to be deposited wit City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1 I 1 I 1 0 1 I 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit B:WLH92014.ST 1. I I 8 I 8 1 I 1 I All bids will be compared on the basis of the Street Maintenance Supervisor's est% The estimated quantities are approximate and serve solely as a basis for the compa of bids. The Street Maintenance Supervisor's bid is $532,300. The work is anticipat take place during the months of October through November, 1992. It is estimated to twenty-five (25) workdays to fully complete all aspects of the project including Swee The Contractor's attention is directed to Section 6-7, "The of Completion", and Sec 6-9, "Liquidated Damages", of the 1991 Edition of the Standard Specifications, def responsibility with regard to completion work within the time specified. In the eveni the scope of work including all conditions and requirements of the contract arf completed within the number of working days specified above, (25 working d liquidated damages of two hundred fifty ($250.00) dollars for each and every calenda required to finish the work in excess of the specified number of working days shall be to the City of Carlsbad. No bid shall be accepted from a contractor who is not licensed in accordance wit1 provisions of California state law. The contractor shall state their license nur expiration date and classification in the proposal, under penalty of perjury, pursua Business and Professions Code Section 7028.15. The following classificatiom acceptable for this contract: A, C-12 or C-32, in accordance with the provisions of 0 8 law. m If the Contractor intends to utilize the escrow agreement included in the cor documents in lieu of the usual 10% retention from each payment, these documents be completed and submitted with the signed contract. The escrow agreement may n substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained ai Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avei Carlsbad, California, for a non-refundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any n irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execut Contract shall be those as determined by the Director of Industrial Relations pursua the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773 the Labor Code, a current copy of applicable wage rates is on file in the Office o Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pal than the said specified prevailing rates of wages to all workers employed by him or 1. the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisioi Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts ( "Subletting and Subcontracting Fair Practices Act." 1 1 1 1 1 I I 1 B:WLH92014.ST t I. 1 I I c 1 I I 1 The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 3 shall apply to the Contract for work. A pre-bid meeting will be held on Wednesday, February 3, 1993, at 1O:OO a.m. a1 Utilities and Maintenance Administration Conference Room, 2075 Las Palmas D Carlsbad, California. A tour of the project sites should be made prior to the prt meeting. All bids are to be computed on the basis of the given estimated quantities of worl indicated in this proposal, times the unit price as submitted by the bidder. In case discrepancy between words and figures, the words shall prevail. In case of an error ir extension of a unit price, the corrected extension shall be calculated and the bids wi 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 typed or written in with ink and must be initialed in ink by a person authorized to sig the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day : to bidding. Submission of bids without acknowledgment of addenda may be cau: 0 1 rejection of bid. I@ Bonds to secure faithful performance of the work and payment of laborers and mat€ suppliers, in an amount equal to one hundred percent (100%) and fifty percent (51 respectively, of the Contract price will be required for work on this project. These b shall be kept in fill force and effect during the course of this project, and shall extei full force and effect and be retained by the City for a period of one (1) year from the of formal acceptance of the project by the City. Bonds and insurance are to be placed with insurers that have (1) a rating in the recent Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct busine the State of California, and (3) are listed in the official publication of the Departme Insurance of the State of California. Auto policies offered to meet the specification o contract must: (1) meet the conditions stated above for all insurance companies anc cover any vehicle used in the performance of the contract, used onsite or offsite, whc owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insw certificate must state the coverage is for "any auto" and cannot be limited in any mal Workers' compensation insurance required under this contract must be offered company meeting the above standards with the exception that the Best's rating cond is waived. The City does accept policies issued by the State Compensation Fund me the requirement for workers' compensation insurance. I 1 t I I I 8 I B:WLH92014.ST z I. ' 1 I I I I 1 8 I 8 I. 1 1 1 I 1 D t 8. 1 The Contractor shall be required to maintain insurance as specified in the Contract. 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. 92-358 y adopted on the fifteenth day of December y 1993. a lliLzk&dQ- &++==- Aletha L. Rautenkranz, City Clerk B:WLH92014.ST t i I I I 1 I 1 II, I I 1 1 1 1 t P I CITY OF CARLSBAD CONTRACT NO. CONTRACTOR’S PROPOSAL t City Council City of Carlsbad 1200 Carlsbad Village Drive I Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, rea<: Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fux all labor, materials, equipment, transportation, and services required to do all the WOI complete Contract No. U/M 93-1,1992-93 Pavement Overlay Program, in accordance the Plans and Specifications of the City of Carlsbad, and the Special Provisions and he/she will take in full payment therefore the following unit prices for each item comp to wit: NOTE: ltems #7-#7 shall be billed directly to the Street Department at 405 Oak Avenue, Carlsbad, CA 92008. Item Description with Approximate Item Unit Price or Lump Sum Quantity unit No. Price in Words and Unit Price Total 1. Asphalt concrete, Type 1-C- JA+W tons $ 27s $391,40: 2. Asphalt rubber hot mix 2,000 tons $ 52= $lOS;OOC AR-4000, complete in place at TWe& ‘Leu dollars and TL,cUh Rue cents per ton. 14,363, SR. complete in place at F & TWO dollars and E-Qy cents per ton. in place at -€3 dollarsand Re,, cents per linear foot. place at -8- dollars and €;,At). cents per square yard. 40 3. Header grinding, complete 65,375 If $ * $ 32,,6T;17 4. Petro matting, complete in 71,716 sy $ .m $S!,372 / BWLH92014.ST 6/ I 1 8’ I I 1 I 1 1 1. I I 1 1 m 1 1 8. I Item Description With Approximate Item Unit Price or Lump Sum Quantity unit 5. Adjust storm drain manhole 27 $ loo- $ 2JoO No. Price in Words and Unit Price Total covers to grade, complete in place at Oue CIvrrdreJ dollars and -6- cents each. grade, complete in place at Ti,i& Seued dollars and -6- cents each. 6. Adjust monument covers to 65 $ 37- $;?:405 7. Layout and replace traf‘fic ~ump sum $17,OOO” $ 17,,00l stripes and pavement markings, complete in place e~f- at TA~YJ~C~~ dollars and e cents. $ec*.ccr+ee NOTE: Items #8-#I2 shall be billed directly to Carlsbad Municipal Watc District at 5950 El Camino Real, Carlsbad, CA 92008. 8. Adjust sewer access hole 60 $ \Oo -. $ 6,006 covers to grade using appropriate size Southbay Foundry SBF #1310 cast iron extension rings, complete in place at 011e CCuudrco( dollars and -8 cents each. assemblies to grade using appropriate size Southbay Foundry SBTT cast iron riser ring with anchor pin, complete in place at TLtp-t~ Seucd dollars and -8 cents each. 9. Adjust 4TT valve box 107 37- $ 3 ; 939 $ B:WLH92014.ST c I 1 I e P 1 I 1. I 8 I 1 I 1 E 8 L Item Description with Approximate Item Unit Price or Lump Sum Quantity unit 10. Adjust water valve boxes 20 $ \20- $ 2,400- t No. Price in Words and Unit Price Total to grade in accordance with CMWD standard drawing number W13, complete in plate at Ouc LdrJ Zu.Cydollars and -e3 cents each. 11. Remove existing round 22 $ \Is” $ 2,530’ water valve boxes and replace with type 4TT boxes (to be supplied by CMWD) and raise to grade at Ore U,,wdcJ E-F+=Q dollars and 43- cents each. 12. Adjust sewer dead end 2 $ 230’ $ 460 4 covers to grade using appropriate size cast iron gate cap so as to eliminate extraneous flow from entering sewer system, complete in place at LO Ccuddd fiipft dollars and 43 cents each. Total amount of bid in words: Sig Mu,dred L,,J-C,~IP~ TLss~,d.dl;r/e bf~& Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). \ iZ 43 =/have been received and%/are included in proposal. The Undersigned has checked carefully all of the above figures and understands that City will not be responsible for any error or omission on the part of the Undersigne preparing this bid. uo\japs aw.d TwJ+dr - TWO Ced./f s 6 2 3, 7 20 g 0 B:WLH92014.ST 6/ P I 1 1 I 1 1 1 I 1. 8 I 1 1 I 8. 8 1 The Undersigned agrees that in case of default in executing the required Contract I necessary bonds and insurance policies within twenty (20) days from the date of awa Contract by the City Council of the City of Carlsbad, the proceeds of the check or t accompanying this bid shall become the property of the City of Carlsbad. The Undersigned bidder declares, under penalty of perjury, that the undersigned is lice1 to do business or act in the capacity of a contractor within the State of California, va licensed under license number lo 3 ?330 ZL , classification A which eq on Z-ZP- 7 cd, and that this statement is true and correct and has the legal effec an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursi to the Business and Professions Code shall be considered nonresponsive and shal rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved bid submitted shall be invalidated by the failure of the bidder to be licensed in accork with California law. However, at the time the contract is awarded, the contractor s be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: 1. That no Council member, officer agent, or employee of the City of Carlsba( personally interested, directly or indirectly, in this Contract, or the compensatio be paid hereunder; that no representation, oral or in writing, of the City Cow its officers, agents, or employees has inducted him/her to enter into this Contr excepting only those contained in this form of Contract and the papers made a 1 hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corpora making a bid for the same work, and is in ail respects fair and without collusioi 1 fraud. Accompanying this proposal is % A..~CX+%~ (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 wk requires every employer to be insured against liability for workers' compensation 01 undertake self-insurance in accordance with the provisions of that code, and agree: comply with such provisions before commencing the performance of the work of Contract and continue to comply until the contract is complete. 1 .... .... .... BAHLH92014.ST 6/2 1 I t 1 1 I I 1. 8 1 1 I 1 I 8. 1 I The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Art 2, relative to the general prevailing rate of wages for each craft or type of worker nee to execute the Contract and agrees to comply with its provisions. 0 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 (Street and Number) 1 City and State (4) Zip Code Telephone No. IF A PARTNERSHIP, SIGN HERE: (1) (2) Name under which business is conducted Signature (given and surname and character of partner) (Note: Signat must be made by a general partner) (3) Place of Business (Street and Number) 8 City and State Zip Code Telephone No. B:WLH92014.ST 6/% CALBFORNIA ALL-PURPOSE ACKNOWLEDGMENT B 9 --~~~-~-~~~~~~~~~~-~-~~ -"~~-.---q-----.<w'6-; --q,&w-- ---I ---A - OPTIONAL SEI CAPACITY C LA1 M ED Though statute does not reqt fill in the data below, doini invaluable to persons relying c 0 INDIVIDUAL BCORPORATE OFFK , State of CALIFORNIA County of SAN DIEGO On 3/11/93 beforeme, SUE MEGRAN, NOTARY PUBTtTC DATE NAME TITLE OF OFFICER E G , 'JANE DOE NOTARY PUBLIC' personally appeared THOMAS D. SHADDOX I Vice Pre: agersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence 0 PARTNER(S) 0 L subscribed to the within instrument and ac- 0 ATToRNEY-'N-FAC knowledged to me that he/she/they executed 0 TRUSTEE@) the same in his/her/their authorized GUARDIAN/CONSE capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. NAME(S) OF SIGNER@) TITLE@) to be the person(s) whose name(s) is/are UC SIGNER IS REPRES NAME OF PERSON(S) OR ENTl THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT. TITLE OR TYPE OF NUMBER OF PAGES DATE OF DOCUMENT 01992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 CanoS I I IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted ~ALEv CORPORATICN-@AL'FCRN!,4 ~,OMMEF ASPHALT CL:RFOR,+TIZ-T --.. YENTUHE. Y t (2) 1 1 i I le 1 U D I 1 I 1 i \ sipiiie r -- I Title Impress Corporate Seal 1 (39 Incorporated under the laws of the State of (?,A L\lcsz-~\ct (4) Place of Business D n 8,. 1 (Street and Number)Sm ~ieiz~ gzz City and State (5) Zip Code Telephone No. S3- 1- \4oO NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUSI A'ITACI-IED List below names of president, vice president, secretary and assistant secretary, corporation; if a partnership, list names of all general partners, and managing partnl B_~ALE~ COF,PORATiON CALIF. CCMNlERCl AL ASPHALT CORPORATION C.6 9. DONALD L DAW &I. p"-"i;YNT ! 'LL, 1 1t-L 7 nai,ps T ZitGFEY JOHiV H. DALW dLt,!- PRESIDENT 3kG I YI I Ht3. -- RQ- i=?d 5 A. Il4j8C+C NApAERA SE@nm=S- - B:WLH92014.ST 6 I. Bond No. SUR 15 00 86 Premium included in BBSU f BTDDWS BOND To ACCOMPA.iGY PROPOS~ I I q 1 # 1 4 I. .... 0 ...* laOW .+j. fEYUNS BY. TiESf PRESENTS; mr we, Corporation, a Joint Venture a p&&;Zi, and Golden Eagle Insurz a ey orporation an California Commercial Asphalt a. 3s Surery me heid and firmiy bound mm che’City of Cakbad, Caiifornia, in LT mom idows: (must be ar least :en pexent [IO%) of LX bid mount) for wk& payneirr, we9 ad uxly made, we bind Gurselves, our heirs, execufurs adminisrams, SUCC~SSO~S or assigns, joindy ad srvdy, My by these presertrs. TAE CONDEION OF ‘E-E FOREGOING OBECXTON is SUCX char it: tie prupcsal 01 abave-bounden Principal for [he 1992-93 Pavement Gveriay Pmgram, Gnaac: No. 1 93-1, in the Cirj of CaLbad, is accepreti by &e Gry Counci, ad if the ?rlncipai shd enter inro ma exec-xe a Csnma h&idir,g rq&ed hnds ad kmxmce pokics w wency (20) days rkon rhe dace of awz:! of Conma by the City Ccuncif oi the Cii Carkbad, being ady nocZed of saici award, &en r& abiigadcn shall become null void; arherYvise, ir shad 5e ad renai.n 5 iuff force ad efietr, ad &e mount spec hereh shad be forisired io :he =id Ciry. Ten Percent of amount 3id----------------------------------------------- ..-- .... ...- ). .... v... I f .... ,... .... .... .... ..-. 3:~~~9201 JST 1. 58 I CALUFORNIA ALL-PURPOSE ACKNOWLEDGMENT -ESG=2=3% - OPTIONAL SE CAPACITY CLAIMED Though statute does not reqi fill in the data below, doin invaluable to persons relying ( aCQRPORATE OFF ( State of CALIFORNIA SAN DIEGO SUE MEGRAN, NOTARY PUBLIC NAME TITLE OF OFFICER - E GI 'JANE DOE, NOTARY PUBLIC personally appeared) , Vice Pres): mersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence 0 PARTNER(S) 0 L subscribed to the within instrument and ac- ATToRNEY-IN-FAC knowledged to me that he/she/they executed 0 TRUSTEE(S) the same in his/her/their authorized 0 GUARDIAN/CONSE capacity(ies), and that by his/her/their signature@) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. NAME(S) OF SIGNER@) TITLE@) to be the person(s) whose name(s) idare 0' SIGNER IS REPRES NAME OF PERSON(S) OR ENTl THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT Cemficate of hcknowiedgement sr. OF CXLIFORNU Victoria M. Camokll, Xotarv Public before me. I Counryof mmge on February 25, 1993 Dersonaliy appearea K. 3. Viodes to be the person($ wnose name@ Isi&tsubscnbed personally known to me e in G@heritE%autnorlzea capacity@), and that ~ within ~nstnunenc and a mher/Wsignatwmon she lnsmenc the person($$+. or :he enmy upon benaif of wtuucn 1.he penon(g acted. executed the ins' Vl?U3S my hana ana oificlal Seal. u Siggamre (Seal) MY COMVISSIOH E XOi72 6-9 1 - a In the evenc Prindpal exxxred di;s bona as an i?divl,dual, it is agreed rhar rhe deatk Principal shall ri:oz: emnerate rfie Surety hrn irs obligaaom; under rhrs bond. Excused by PRINCIP.4L this day ai g 0 Execured by SUW tiis 25th day c 19 93 . - lil J 19-. February P,R"PAL: S'U'RETY: Dale Corporation and eafif ornia Commercial Asphalt Corporation, a Joint Venture Golden Eagle Insurance Comoany (%arm of R5ncipd) I a (Xame or' Surer-) 5385 El Cajon Blvd. San Diego, CA 92115-5335 [Mkess cf Surexyj I [sign here) ,fly + (619) 287-6773 4, $xkc name here) (Tekphone Nurnber of Svreryj WE PEESrn OLIEY CW? c) '1 3y dh?lk&?/JJ t t (titie ad OigUrnUOn Or' SlgnaKirJi) Sigxxxu~e si .iitan.ey-1a-PacX K. R. Viodes - pxec name of iinorixy-in-rac: (am& cclqorarz :SG~UIIO~I show c*menf: potver ai anomev) 0 8. b 1 v1 a' (tide ana organmuon oi siparmy) d (Proper nocmal adknowledge oi exeauon by PWCIPAL ana SURET< ~~1st DC aclachecl) presidenr 3r nce-prtsidenc and sccrefary or aSISTaXX setrecar/ zuit j:m for corponnons. if ody o&cer signs. be carporanon nusr ma& a redunon ctrofkci by 'f?e seererary or zssmt secew u caqjorare sed empowering char oifictr to bmd he corporauon.1 d ,IPPROVED AS TO FORM: XONALD R BALL Ciy Arrorney 1. !3y: QJ s/L+ IWN J. HIRATA w Depury Ciry Anorrey a/ S;Wt?t?ZOl-I.s-T B < GClDEII EAGLE 1RSL)RANCE COHPANY EXECUTIVE OFFICES San Oiego, California F%TR OF ATTORNEY e KNOW ALL MEN SY THESE PRESENTS, That the Golden Eagle Insi~rance Company,, a Corporation duly organized existing under the lzvs of the State of Caiifornia, having its principal office in the City of San Die Caiifornia does hereby nominate, constitute and appoint: -__-- >K.R. VIMES<----- its true and !awful agent and attorney-in-fact, to make, execute, seal and deliver for and on its behalf surety, bonds, consents of surety, and undertakings in suretyship for ONE MILLION FIVE HUNDRED THOUSAND DOLL ($1,500,000.00). This power of attorney is granted and is signed and sealed by facsimile under and by the authority of '.oltowir;g Resolution adopted by the Board of Directors of the Goiden Eagle Insurance Company at a meeting ( called and held on April 10, i98h which Said Resolution has not been amended or rescinded and of which following is a true, futl and complete copy. '?RESOLVED: That the President or Secretary may from time to time appoint Attorneys-In-Fact to repre! and act for and on behalf of the Company, and either the President or Secretary, the Board of Direcl or Executive Comnittee may at any time remove such Attorneys-In-Fact and revoke the Pmer of Attol given him or her; and be it flirther "RESOLVED: That the Attorneys-In-Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any suc3 bonds or undertakings executed by any such Attorney-In-fact shall be binding upon the Company as if signed by the President ansd seaied and attested by the S ec ret a r y . 'I IN WITNESS WHEREOF, the said Golden Eagle Insurance Company has caused these presents to be executed by officer, with its corporate seal affixed. This 1st day of January, 1993 GOLDEN EAGLE INSURANCE CCHPAN -0 BY:, I JILLIAM 8. RIPPEE, State of California 1 County of San Diegq ss. On this 1st day of January, 1993, before me, the undersigned, a Notary Public in and for said County and S personatty appeared Wittiam 8. Rippee, personally known to me, (or proved to me on the basis of satisfai evidence) to be the person(s) whose names is/are subscribed to the within instrument and acknowledged to me he/she/they executed the same in his /her /their authorized .capacity(ies), and that by his/her/ signaturecs) on the instrument of which the person(s) acted, exe the instrument. Uitness my hand and officiat se (Seal 1 I the undersigned, Larry G. Mabee, Secretary of the Golden Eagle Insurance Company, do hereby certify th; original ?OL'ER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full forc effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name JS Secretary, aqd affixed the Corp deal ' Corporation, this 25th day of February , 19 93 . By: LARRY G. MABEE, Secretary I a 1 1 I I 1 I I 1 1. I i I I 1 1 II 1 DESIGNATION OF suBcomcroRs The Contractor certifies he/she has used the sub-bids of the following listed Contrac in making up hisher bid and that the sub-contractors listed1 will be used for the worl which they bid, subject to the approval of the Utilities and Maintenance Director, ar accordance with applicable provisions of the specifications and Section 4100 et seq. o Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No cha may be made in these subcontractors except upon the prior approval of the City Engi of the City of Carlsbad. The following information is required for each sub-contra Additional pages can be attached if required: I' Items of Complete Address Phone No. Work Full Company Name with Zip C& with Area Ca s+r;piMJ 1 2469 6y-04 Dr, MarkiN: L~FJC Wbc#-er &rl~ht&Pa[e:Cq 9i20b \-213- 245-3' [bb tl mqemor F'p- Header Cut &ncricccQ Cold f'Icwiwcp Oa(ky ceder,cq ?mfZ I-617-747-7 S edb- 2 3 6 p Gr eww cod 4Je. sur: J i cc ~swtreey pa,&,Cp 91754 I-2/3-725-- I3 mdru Lo[e Ad; uJ~e 1-3 r B:WLH92014ST 6 I. I 1 I D II I americad ~(d Rad 5 22734 hJ0rJe 9. 2 %o I I I. 1 8 1 I I I I AMOUNT OF SUBCONTRACTORS' BIDS The bidder is to provide the following information on ithe subbids of all the li subcontractors as part of the sealed bid submission. Additional pages can be attache required. I' Type of State Contracting Carlsbad Business Amount of Bid Full Company Name License & No. License No.* ($ or %) Lip< CIasSfr 238361 UOUC 2, 3 O/O * Licenses are renewable annually. If no valid license, indicate "NONE." Valid licen must be obtained prior to submission of signed Contracts. 1 B:WLH92014.ST 6 I. 1 1 I I I I I I I. I I I I I 1 I I BIDDER'S =ATEMEN'" OF FINANCIAL RESPONSIBILITY Bidder submits herewith a statement of financial responsibility. r See GEJCcNCia( S'CQ-c-ern ed-t- ovc) &le uJ+-+A PaI4mar GirOar+ RaqOl @id. B:WLH92014.ST t I* a m i!iK$iai Corporation P.O. Box 26880, San Diego, CA 92196-0880 (619) 586-0611 April 20, 1993 City of Carlsbad 1200 Carlsbad Drive Carlsbad, CA 92008 Attention: Ruth Fletcher Re: Contract #V/M 93-1, 1992-1993 Pavement Overlay e Gentlemen: Attached is the Balance Sheet of California Commercial Asphalt Corporation, prepared as of February 28, 1993. I hereby warrant that the attached BalaI Sheet is complete and correct as of the date prepared and that no material adverse change in our financial condition has occurred since that date. Sincerely, C IFORNIA COMMERC L ASPHALT CORPORATION am s L. St. Martin FfJad- Vic President 0 -3 -3 w-3 OL \1 e, -3 -3 QPYZIqFX -3 OZIOZOWCLDDW~~ LI71 w \ u) I w 0 o DX-3ovn o nnEHzDDmmn2 Y A< I) D CDCWD~ D uimmc-3cczz-3m m It- r CCOHZW r -3nxmm~oxx-3m -3 UI H rm m c ~wzomm-3~~~1 t? m-3ccmm -3 a m-~m -3 m mr,z mim~~xm ffl uncz cn z x o - mrr ;rl 1 1 mG x<xn-3 UJD ZfflZC <Z m D q C Wm D c) wH-3 OZOO -3 to X DOPW J) m zmv7:mm*n2J2 ~ , D 1-3H -3 OW0 CmC)HH -3 D I FI I I Z' H I m UI vmom I I ml 2: UJ WMOm mmm Ddmqw m i D mat? motit m mzmxl m vi H! m [i.otr~ rncan tn mu mxI)I)m n -3 mli 2 mm o m OH xm<z ' 0' UJ .3 q-3 1ormm mc ~ m ffla PD X r X23 r (0 D3 z n rI I n 00 I m cc 9 zz m -3-3 U N , m \m rr ,m I -3 H m, H i Y nn I 0 I , 1: II I I Ull WIN U NI 411 NIOF- 0 NI I ~ F- F-m I/ r II c I LOO(D(DU c I uiwc.~u~wmcn e11 wlmcnocrie a~owwml~ucn w I N 11 oi I mmuem cn I ~w~n~~mmcnprp u 11 w I wrnp~m cn I UULONUPS.\(D~~ c /I W I eNUm0 C@ I ISI(DU7NUNUmNo u .I ..I I I.. .. W /I 0) I UWF-4w N IOWUlnOON(DWW0 WII NIUOO~~I- ric~.\~oou~-mro ' j m: I 2: - I1 " I""""" " I"-".."..._ " II ' ;2 II II ~ P.U I 11 I I Dl1 WIN u F-I c (Dl1 *-.I r+ u WI r rW rN ti~ii LI mawuto I. mi ccnoow~u c mu oiornocoe mitainu~mum co - II _I I.,""-* 1 I""-"--- 1 c II kt I tdmu4m c I NUU(OWSO,PWW -3 0 n rn I 0cDBWo W I ,bAUNyrpwti?o u n u I o~umo hi I U~~WUAO~(DO . I1 I .I .... ..... -11 mi~ulc~w rio~wunmcw~o -11 lu~uoomc (~io~ooorumuo I 11 '? ' <2 I1 I1 II I 1w A I I I I ia , I I 1 ~ I I I , I ! I I I I- - ---. ___ r -.. - -3-3 0 no o mmmo7DnDc E: E:' I eo I \o o c mea? 2 ZimZ + I ? -3 mu00 r3 -I DZ, r3 CD~~DDDOZI D DI r r Duxx r $$: F E~SEGSZE : :l 1 FW j u) w H a HF m H 31 I; E: i qe~romn ml 0 ,o rl r -3 D I !m D D ?CZ0 D HUGX I u mmcocz e i? E: 2 %?"E E: riom 0 -51 0 2 c.0 F"~~""" mrz? H -3 21 D m 0 ci UUmW m+m m D gi gr HXXO~H r x DUOUI r r3 r~ z ,rxn~+~m I ma H o nmx- H M HD - HWDWX-CH 4 r za -3 dqm' -CHXDF I Pl F ZD 0 Pl m '41 nm C y r/ H D ' xr?um~ m trl H ou, H m-c m E gggxEz:$ : 5; E- DD 1 FE: HZ I :z 1 2: I DWH~P? 0 ~ zq UJ mm n n n-3 m r MHH m 2 I mz 1 ' cnz -3 +. E '"E; 00 a P- 0-3 D m- H I wn mz ~n -3 22 -C ' W Cm P iD COG2 <I XD HIC H 'om ma 'E m I -3 D -3-3 << mn ffl D m u H 1 tTn I I gr I \D u) UJ I wz? $1 I X w1 I w1- r D w1vu b- 0 r 0 WII &I mrw VI I '.I I 000~0~70 W 0 m VI1 LO1 NmQ 91 I e I voocnrnlljr -C z? F II m I ~nmu cn I o I o cn I COON~U)-~I\) (04 I? w II u I cnou m I o I o cu I VDOW(OO~ I1 I CLW I I II I v I1 w I (3 cocule.bv cnl I rnSICow 41 I " N- I""" "I I " 1"-""".1" euoimmw WI I W I 0oUu)NUC I -3 \J I o(DNC~)F~.CIW -11 I .' I I I' ... 03 I1 N I Nu0 u1 Io Io cri I unaocrV\l II I I 11 I1 I ' 11 I 1% DlIl,IW WI I wlF (Dl1 in1 b-&U PI ,,?I w CCI qbl I- m wii VI mu0 ri \I v?. ,pi o~~ro ~i m 11 mi 13mw (D I ~i I in e I ootna,,pyr - ll" I- " " " I- I- " I*-..-.,-- 5- I1 \I I WFU a, I 0 IO m I Ooor~lo&U t I1 Ui I FmU! C IO IO PI OGOF(DI-" o II o I umu (D I o I o (D I OOOWNOU .I1 I J 1. 1. -1 .. .. -11 crsi mu0 NI 01 o NI uca~mccn P 11 w I laclo 0 I u i o 13 I OOO~OWU~ I -3 ip IL I, i I K-3 II I I I1 I l" e l , 11 I I 0 , I , I I I I I 1 1'1 I I z\ - - -- -- -- -- General Engineering Contra Contractor's License No 1 2400 Murphy Canyon San Diego, California 92123- Post Offlce Box 6C San Diego, California 92760- 619/541- FAX 619/541- Daley Corporation 0 April 15, 1993 Ms. Ruth Fletcher CITY OF CARLSBAD P u rc h as i ng Department 1200 Carlsbad Village Drive Carlsbad, CA 92008-1 989 RE: Daley Corporation - CCAC, a joint venture 1992-93 street overlay program - U/M 93 Dear Ruth: The attached unaudited balance sheets of Daley Corporation for September 30, 19' and December 31, 1991 are a true and correct statement of Daley Corporation's financial position for the periods then ended. The December 31, 1992 financial information for Daley Corporation will be available April 30, 1993. Very truly yours, /z/: ;N,/(zz//L -7 - e'/" Robert A. MacNamara Vice President RAM/scd a - -- -- -- -- General Engineering Conir; Contractor’s License No. I 2400 Murphy Canyon San Diego, California 92123. Post Office Box 6( San Diego, California 92160. Daley Corporation 619 / 541- FAX: 619/541- Daley Corporation 0 Balance Sheets (Unaudited) September 30,1992 and 1991 1992 Assets Current assets: Cash $ 356,374 Cash, pledged 650,000 Receivables 10,218,024 Costs and estimated earnings in excess of billings on uncompleted contracts 1,219,863 Real estate held for sale 381,477 Other assets 232,162 Total current assets 13,057,900 3 Receivables 8,829,814 Property, plant and equipment, net 11,445,885 3 Real estate investments 46,404,295 4 $ 81,802,352 f 0 Other assets 2,064,458 Liabilities and Stockholder’s Equiw Current liabilities: Accounts payable, taxes and other liabilities $ 13,431,706 3 Billings in excess of costs and estimated Current maturities of notes payable earnings on uncompleted contracts 2,850,458 9,784,616 Total current liabilities 26,066,780 1 Notes payable 34,046,463 4 Liability for loss on guarantee of affiliate loan Other liabilities, principally deferred taxes 1,050,000 1,084,885 Total liabilities 62,248,128 6 Stockholder’s equity: Capital stock, authorized 2,000 shares; issued 200,000 Additional paid-in capital 1,440,000 Retained earnings 17,914,224 and outstanding 407 shares at stated value 11 - Total stockholder’s equity 19,554,224 2( Commitments and contingencies e - 8 - $ 81,802,352 - I I I I I I I m. 1 I 1 I I I BIDDER’S STATEMENT OF TECHNICAL. ABILsI71 AND EXPERIENCE t The Bidder is required to state what work of a similar character to that included i proposed Contract he/she has successfully performed and give references, with telep numbers, which will enable the City to judge hisher responsibility, experience and An attachment can be used. I Name and Address B:WLH92014.ST 6 ‘F I I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMI’ITED WITH BID State of California 1 county of 1 ) ss. t I I I I I I 0 I I B 8 I FHOWS 68. SH and says that he or she is , being first duly sworn, deposes (Name of Bidder) 6 of DMY ~~~~~~~~~~~ - * uhq..L. ‘ T d-d. PA:*Lr (Name of Firm) the party making the foregoing bid; that the bid is not made in the interest of, or on bc of, any undisclosed person, partnership, company, association, organization, or corporal that the bid is genuine and not collusive or sham; that tlhe bidder has not directl indirectly induced or solicited any other bidder to put in a false or sham bid, and has directly or indirectly colluded, conspired, connived, or agreed with any bidder or anj shall refrain from bidding that the bidder has not in any manner, directly or indire sought by agreement communication, or conference with anyone to fix the bid price, ( that of any other bidder, or to fix any overhead, profit, or cost element of advan against the public body awarding the contract of anyone interested in the propc contract; that all statements contained in the bid are true; and further, that the biddei not, directly or indirectly submitted his or her bid price or any breakdown thereof, 01: contents thereof, or divulged information or data relative thereto, or paid, and will not any fee to any corporation, partnership, company association, organization, bid deposil or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is tirue and correct and that affidavit was executed on the r\ day of I. - Signature of Bidder Subscribed and sworn to before me on the // day of - A%k i (NOTARY SEAL) Signature of No 61 B:WLH92014.ST io City of Carlsbad Purchasing Department -I) Representation and Certification The following representation and certification are to be completed, signed and returned with pro1 REPRESENTATIONS: Mark all applicable blanks. I am currently certified by: This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) Certification #: CERTIFICATION OF BUSINE: REP R ES E NTATlO N (S) : Mark all applicable blanks. This offeror rei part of this offer that: This firm is , is not X minority business. This firm is , is not _X woman-owned business. DEFINITIONS: 'Minority MINORIN BUSINESS ENTERPRISE: Business' is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly 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 (i.e., 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 andTaiwan). CERTIFICATION: WOMAN-OWNED BUSINESS: A H business is ia business of which at least owned, controlled and operated by a wom Controlled is defined as exercising the pc policy decisions. Operation is definec involved in the day-to-day management. 0 is certified to be factual and correct as of the dater submitted. L *dh.rLL!, bdlidj$iER@#b, mA-r:o:a, AJOIMT *'9 -fi?-*,r,i .np 6%: COMPANY NAME vkpd i U?E. NAME - --1 -. CITY,STATE AND ZIP =- SIGNATU RE 54-1- j4- rc--q3 DATE All) TELEPHONE NUMBER 12/92 I CONTRACT - PUBLIC WORKS This agreement is made this &day of 19 & by and between the of Carlsbad, California, a municipal co e ation, (hereinaft& called "City''), and Dah California Commercial Asphalt Corp, A Joint Venture whose principal place of busi is P.O. Box 609018 San Diego CA 92160-9018 f I 1 1 I 1 I. I II 1 I 1 1 I 1 % I (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Con documents for the 1992-93 Pavement Overlay Program, Contract No. U/M S (hereinafter called "project") Provisions of Labor and Materials. Contractor shill provide all labor, mate] tools, equipment, and personnel to perform the work specified by the Con Documents. Contract Documents. The Contract Documents consist of this Contract, N Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation Subcontractors, BiddeJs Statements of Financial Responsibility and Tech Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plm Specifications, the Special Provisions, and all prosper amendments and cha made thereto in accordance with this Contract 01- the Plans and Specificat and all bonds for the project; all of which are incorporated herein by reference. Contractor, her/his subcontractors, and materialk suppliers shall provide install the work as indicated, specified, and implied by the Contract Docurn Any items of work not indicated or specified, but which are essential tc completion of the work, shall be provided at the Contractor's expense to i the intent of said documents. In all instances through the life of the Con1 the City will be the interpreter of the intent of the Contract Documents, an City's decision relative to said intent will be find and binding. Failure o Contractor to apprise subcontractors and materials suppliers of this conditii the Contract will not relieve responsibility of compliance. Payment. For all compensation for Contractor's performance of work unde Contract, City shall make payment to the Contractor per Section 9-3 o Standard Specifications for Public Works Construction (SSPWC) 1991 Ed and the latest supplement, hereinafter designated "SSPWC", as issued b Southern California Chapter of the American Public Works Association, a amended by the Special Provisions section of this contract. The closure da each monthly invoice will be the 30th of each month. Invoices fron 2. 3. 4. B:WLH92014.ST ( I* I I I 8 I e II I !. I I I I R 1 Contractor shall be submitted according to the required City format to the ( assigned project manager no later than the 5th clay of each month. Pap will be delayed if invoices are received after the 5th of each month. The retention amount shall not be released until the expiration of thirty-five days following the recording of the Notice of Completion pursuant to Calif( Civil Code Section 3184. Independent Investigation. Contractor has made am independent investigatii the jobsite, the soil conditions at the jobsite, and all other conditions that n affect the progress of the work, and is aware of those conditions. The Con price includes payment for all work that may be done by Contractor, whc anticipated or not, in order to overcome underground conditions. information that may have been furnished tlo Contractor by City E underground conditions or other job conditions is for Contractor's conven only, and City does not warrant that the conditions are as thus indic Contractor is satisfied with all job conditions, including underground con& and has not relied on information furnished by City. t 5. 6. Contractor Responsible for Unforeseen Con& tions. Contractor shal responsible for all loss or damage arising out of the nature of the work or the action of the elements or from any unforeseen difficulties which may an be encountered in the prosecution of the work until its acceptance by the Contractor shall also be responsible for expenses incurred in the suspensic discontinuance of the work. However, Contractor shall not be responsibl reasonable delays in the completion of the work caused by acts of God, st weather, extra work, or matters which the specifications expressly stipulatc be borne by City. Hazardous Waste or Other Unusual Conditions. If the contract involves di: trenches or other excavations that extend deeper than four feet below the su Contractor shall promptly, and before the following conditions are distu notify City, in writing, of any: 7. B:\HLH92014.ST i I R I A. Material that Contractor believes may be material that is hazardous Wi as defined in Section 251 17 of the Health and Safety Code, that is reqt to be removed to a Class I, Class 11, or Class 111 disposal site in accord with provisions of existing law. Subsurface or latent physical conditions at the site differing from t f 1 t indicated. B. C. Unknown physical conditions at the site of any unusual nature, diffe materially from those ordinarily encountered and generally recognize inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the condii do materially so Mer, or do involve hazardous waste, and cause a decrea: increase in contractor's costs of, or the time required for, performance of any of the work shall issue a change order under the procedures described in contract. In the event that a dispute arises between City and Contractor whether conditions materially differ, or involve hazardous waste, or cause a decrea! increase in the contractor's cost of, or time required for, performance of any of the work, contractor shall not be excused from any scheduled completion provided for by the contract, but shall proceed vvith all work to be perfor under the contract. Contractor shall retain any arid all rights provided eithc contract or by law which pertain to the resolution of disputes and pro between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, c changes, modifications and extra work by issuance of written change or1 Contractor shall make no change in the work without the issuance of a wr change order, and Contractor shall not be entitled to compensation for any t work performed unless the City has issued a written change order designati advance the amount of additional compensation to be paid for the work. change order deletes any work, the Contract price shall be reduced by a fair reasonable amount. If the parties are unable to agree on the amour reduction, the work shall nevertheless proceed and the amount shal determined by litigation. The only person authorized to order changes or ( work is the Project Manager. The written change order must be executed b: City Manager or the City Council pursuant to Cairlsbad Municipal Code Sec 3.28.1 72. Immination Reform and Control Act. Contractor certifies he is aware o requirements of the Immigration Reform and Control Act of 1986 (8 Sections 1101-1525) and has complied and will ccimply with these requirem 1 I I I II) I I I I i 1 I 8 8. 9. B:WLH92014.ST 6 P P I I 1 I I I 1 II, e 1 t I 1 including, but not limited to, verifying the eligibility for employment o agents, employees, subcontractors, and consultants that are included in Contract. Prevailinn Wage. Pursuant to the California Labor Code, the director of Department of Industrial Relations has determined1 the general prevailing ra per diem wages in accordance with California Labor Code, Section 1773 a copy of a schedule of said general prevailing wage rates is on file in the offic the Carlsbad City Clerk, and is incorporated by reference herein. Pursuar California Labor Code, Section 1775, Contractoi: shall pay prevailing wi Contractor shall post copies of all applicable prevailing wages on the job s Indemnification. Contractor shall assume the defense of, pay all expensr defense, and indemnify and hold harmless the City, and its officers employees, from all claims, loss, damage, injury and liability of every kind, nz and description, directly or indirectly arising from or in connection with performance of the Contractor or work; or from any failure or alleged failu Contractor to comply with any applicable law, ides or regulations inch those relating to safety and health; except for loss or damage which was ca solely by the active negligence of the City; and kom any and all claims, damages, injury and liability, howsoever the same may be caused, resu directly or indirectly from the nature of the work covered by the Contract, ul the loss or damage was caused solely by the active negligence of the City. expenses of defense include all costs and expenses including attorneys fee litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the con insurance against claims for injuries to persons or damage to property which arise from or in connection with the performance of the work hereunder bj Contractor, his agents, representatives, employees or subcontractors. insurance shall meet the City's policy for insurance as stated in Resolution i. 10. 11. I 12. 91-403. (A) COVERAGES AND LIMITS - Contractor shall maintain the type coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily ir and property damage. If the policy has an aggregate lim separate aggregate in the amounts specified shall be establishe the risks for which the City or its agents, officers or employee 1 additional insureds. B:WLH92014.ST 6 I. 1 I I E e I 1 Ir) I 1 I E I I I 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injuq property damage. In addition, the auto policy must cover vehicle used in the performance of the contract, used onsit offsite, whether owned, non-owned or hired, and whc scheduled or non-scheduled. The auto insurance certificate : state the coverage is for "any auto" and cannot be limited in manner. Workers' ComDensation and EmDlo7rers' Liability Insurance: Workers' compensation limits as required by the Labor Code o State of California and Employers' Liability limits of $1,000,001 incident. Workers' compensation offered by the I Compensation Insurance Fund is acceptable to the City. r. e 3. (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the polici insurance required under this agreement contain, or are endorse contain, the following provisions. General Liability and Autom I[ Liability Coverages: 1. The City, its officials, employees anld volunteers are to be COT as additional insureds as respects: liability arising out of actii performed by or on behalf of t:he Contractor; products completed operations of the contractor; premises owned, le hired or borrowed by the contractor. The coverage shall COI no special limitations on the scope of protection afforded tc City, its officials, employees or volunteers. The Contractor's insurance coverage shall be primary insuran respects the City, its officials, emjployees and volunteers. insurance or self-insurance maintained by the City, its offi employees or volunteers shall be in excess of the contrai insurance and shall not contribute with it. Any failure to comply with reporting; provisions of the policies not affect coverage provided to the City, its officials, employe 2. 3. I volunteers. 4. Coverage shall state that the contractoJs insurance shall i separately to each insured against whom claim is made or s brought, except with respect to the limits of the insurer's liat (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims n basis, coverage shall be maintained for a period of three years followin date of completion of the work. B:WLH92014.ST t I* 8 I (D) NOTICE OF CANCELLATION - Each insurance policy required by agreement shall be endorsed to state that coverage shall not be susper voided, canceled, or reduced in coverage or limits except after thirty days' prior written notice has been given to the City by certified 1 t R return receipt requested. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - deductibles or self-insured retention levels must be declared to approved by the City. At the option of the City, either: the insurer reduce or eliminate such deductibles or self-insured retention leve respects the City, its officials and employees; or the contractor shall prc a bond guaranteeing payment of losses and related investigation, ( administration and defense expenses. WAIVER OF SUBROGATION - All policies of' insurance required undei agreement shall contain a waiver of all riglhts of subrogation the in: may have or may acquire against the City or any of its official employees. (G) SUBCONTRACTORS - Contractor shall include all subcontractors as ins1 under its policies or shall furnish separate certificates and endorsemeni each subcontractor. Coverages for subcontractors shall be subject to i the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with ins, that have a rating in Best's Key Rating Guide of at least A-:V, ah( authorized to do business within the State of California and are includ the official publication of the Department of Insurance of the Sta California as allowed under the standards specified in by the City Co Resolution No. 91-403 . VERIFICATION OF COVERAGE - Contractor shall furnish the City certificates of insurance and original endorsements affecting cow required by this clause. The certificates and endorsements for insurance policy are to be signed by a person authorized by that insur bind coverage on its behalf. The certificates and endorsements are to foxms approved by the City and are to be recleived and approved by the before work commences. COST OF INSURANCE - The Cost of all .insurance required under agreement shall be included in the Contracior's bid. I 1 1 I 1 II, E I I I I I S 8. I (F) (I) (J) B:WLH92014.ST t Claims and Lawsuits. All claims by Contractor fix $375,000 or less shall resolved in accordance with the provisions in the Public Contract Code, Divis 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 20104) which incorporated by reference. All claims over $375,000 shall comply with Government Tort Claims Act (Section 900 et seq of the California Governxr Code) for any claim or cause of action for money or damages prior to filing lawsuit for breach of this agreement. Maintenance of Records. Contractor shall maintain and make available at no ( to the City, upon request, records in accordance with Sections 1776 and 181: Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does maintain the records at Contractor's principal pliace of business as speci above, Contractor shall so inform the City by certified letter accompanying return of this Contract. Contractor shall notify the City by certified mail of change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing v Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier's check, or certified check I be substituted for any monies withheld by the City to secure performance of contract for any obligation established by this contract. Any other security 1 is mutually agreed to by the Contractor and the City may be substituted monies withheld to ensure performance under this Contract. Affirmative Action. Contractor certifies that in preforming under the purcl order awarded by the City of Carlsbad, he will comply with the County of Diego Affirmative Action Program adopted by the Board of Supervisors, incluc all current amendments. Provisions Required bv Law Deemed Inserted. Each and every provision of and clause required by law to be inserted in this Contract shall be deemed tc inserted herein and included herein, and if, through mistake or otherwise, such provision is not inserted, or is not correctly inserted, then upon applica of either party, the Contract shall forthwith be physically amended to make s insertion or correction. e 13. 14. 15. 16. 0 17. 18. .... .... .... * .... B:WLH92014.ST 6/ 19. Joint Venture. The persons signing this contract on behalf of the "Contraci hereby expressly warrant that a joint venture exists) between them and that tl are empowered to enter into this contract. They further warrant that a jc venture exists and shall continue in existence throughout the performance of I contract, warranty period and any applicable statutory period allowed bringing an action on the contract or for defective work. "Action" for purposes of this clause includes but is not limited to any legal proceedir mediation, or arbitration, claim, demand, question, dispute or controversy. The persons signing for the contractor hereby also expressly warrant that have been designated by the joint venture and each individually as hav express and implied powers to bind the joint venture. Any action taken by th individuals and/or their agents, representatives or employees shall be conside by and relied upon by the City as being within their express or implies scopc authority given to them by the joint venture. In the event that a joint venturer, or an employee, agent or representative of joint venturer negligently or fraudulently exceeds his/her express or imp authority, the joint venturer and each of its members hereby expressly agree: hold harmless the City. The persons signing this contract for the Contractor expressly agree that the jc venture will be liable for any contract or warranty work in the event that onc more of the joint venturers declared bankruptcy. In such an event, the jc venture is not relieved of its obligations on the contract. Additional Provisions. Any additional provisions of this agreement are set fc in the "General Provisions" or "Special Provisions'' attached hereto and mad part hereof. e e 20. .... .... .... .... .... .... .... .... 4e B:\HLH92014.ST 6/: CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - OPTIONAL SEI CAPACITY CLAIMED Though statute does not reqi fill in the data below, doin1 invaluable to persons relying c CORPORATE OFFK THOMAS D. SHADDOX & JAMES L. ST. MARTIN, * VICE PRES 0 PARTNER(S) 0 L 17 ATToRNEY-'N-FAC 0 TRUSTEE@) GUARDIAN/CONSE~ State of- A Countyof SAN DIEGO On 4/21/93 beforeme, SUE MEGRAN DATE NAME TITLE OF OFFICER - E G 'JANE DOE NOTARY PUBLIC' personally appeared B personally known to me - OR - 0 proved to me on the basis of satisfactory evidence subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), person(s) acted, executed the instrument. NAME(S) OF SIGNER(S) TITLE(S) to be the person(s) whose name(s) is/are oc SIGNER IS REPRES WITNESS my hand and official seal. NAME OF PERSON(S) OR ENT THE DOCUMENT DESCRIBED AT RIGHT. NUMBER OF PAGES DATE OF DOCUMENT -e-&wc,zzw 01992 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 Cano! c 1 e NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE AITACHED (CORPORATE SEAL) DALEY CORPORATION AND CALIFORNIA COMMERCIAL ASPHALT CORPORATION J.V. Contractor BY: Print Name of Individual & Title ~~~~~~~ D. ~~~~~~ BY ATTEST: Tit DALEY CORPORATION (Name of Corporation or Business) r (sized'? (D e) APPROVED AS TO FORM: RONALD R. BALL City Attorney Print Name of Individual & Title By: By: WE PRESIDFNT/GENERAt MANAGER Qd/& Title Date Dedty City Attorney CALIFORNIA COMMERCIAL ASPHALT CORPORATION (Name of Corporation or Business) -1) (NAME OF JOINT VENTURE) B:WLH92014.ST 6/; I I t 1 1 E I I I 8 1 1 I I BOND NO. su Premium inc perf orn WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution 93-79 , adopted April 6, 1993 , has awarded to DaleY Corpor Oi n t Vent u r@m-einafter designated as the "Principal' California Commercial Asphalt, A J Contract for the 1992-93 Pavement Overlay Program, Contract No. U/M 93-1, in the of Carlsbad, in strict conformity with the drawings and specifications, and other Con Documents now on file in the Office of the City Clerk of the City of Carlsbad and a which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tc thereof require the furnishing of a bond, providing that if Principal or any of I subcontractors shall fail to pay for any materials, provisions, provender or other sup or teams used in, upon or about the performance of the work agreed to be done, or foi work or labor done thereon of any kind, the Surety on this bond will pay the same tc extent hereinafter set forth. NOW, THEREFORE, WE,Daley Corporation-California Commercial Asphalt, A J Principal, (hereinafter designated as the "Contractor"), and Golden Eagle Insuranct Company as Surety, are held firmly bound unto the City of Carlsbad in the su Dollars ($ 31 I ~ 960.11 ), said sum being fifty percent (50%) of the estirr amount payable by the City of Carlsbad under the terms of the Contract, for M payment well and truly to be made we bind ourselves, our heirs, executors administrators, successors, or assigns, jointly and severally, firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his subcontractors fail to pay for any materials, provisions, provender, supplies, or teams in, upon, for, or about the performance of the work contracted to be done, or for any ( work or labor thereon of any kind, or for amounts due under the Unemployment Insur Code with respect to such work or labor, or for any amounts required to be dedu withheld, and paid over to the Employment Development Department from the wag employees of the contractor and subcontractors pursuant to Section 13020 of Unemployment Insurance Code with respect to such work and labor that the Sure9 pay for the same, not to exceed the sum specified in the bond, and, also, in case si brought upon the bond, costs and reasonable expenses and fees, including reasor attorney's fees, to be fixed by the court, as required by the provisions of Section 32 LABOR AND MATERIALS BOND t I Three hundred eleven thousand, nine hundred sixty dollars and 11 /IO0 1. 1 the California Civil Code. This bond shall inure to the benefit of any and all persons, companies and corpora entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (cornel with Section 3082). In the event that Contractor is an individual, it is agreed that the death of any Contractor shall not exonerate the Surety from its obligations under this bond. B:\HLH92014.ST c I. CALQFORNIA ALL-PURPOSE ACKNOWLEDGMENT CAPACITY CLAIMED Though statute does not reqL fill in the data below, doin! invaluable to persons relying c 0 INDIVIDUAL =CORPORATE OFFIC personally appeared , VTrFl PRRSTI PARTNER(S) 0 L personally known to me - OR - 0 proved to me on the basis of satisfactory evidence subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. , County of San Di ego SUE MEGRAN NAME, TITLE OF OFFICER - E G , "JANE DOE, NOTARY PUBLIC" THOMAS D. SHADDOX & JAMES L. ST. MARTIII NAME(S) OF SIGNER(S) TITLE(S) to be the person(s) whose name(s) is/are Clc A"oRNEY-IN-FAC- 0 TRUSTEEW 0 GUARDIAN/CONSEI SIGNER IS REPRES NAME OF PERSON(S) OR ENT THE DOCUMENT DESCRIBED AT RIGHT. NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE DATE OF DOCUMENT 01992 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave , P 0 Box 7184 0 Cano( Cerufica-ce oi -lcknowtedgement 3'lXlT OF CXLIFORNU Countyni i=ranqe j April 16, 1993 Jexore me. i7icmr:a Y. ";m=ll, Yotar-r ?UO~~C Z. 3- 7,Oaes 7- - \1 {In ?ersonaLiy aopew xrsonafly Known co rnemsx - to oe the oeaonlb wnose named ly~swscme vtrnm insrmmenr. ana mnowreagea co me cna@&/snetm execurea the same in @heniii&Xaucnonzea cmnac~q. XIQ tfia wher/LWs1wacure@Tm me tnsuument ae oersonca. Jr :ze ctc~q uDon oenaf orsvrucn c NITYESS my nana ana orficlal Seal. VICTORIA M. GAM NOTARY PdBLIC - CAI PRINCIPAL OFF1 jigamre ,Seal1 ORANGE COU t$,y COMMISSION EXPLRES NOV. L! -5-w _---- -__ :son h-91 Executed by SURETY this 16th da1 e I) Executed by CONTRACTOR this ZB day of DALEY CORPORATION AND CALIFORNIA COMMERCIAL ASPHALT CORPORATION J.V. Contractor (Name of Surety) BY $Ui&L 3" >was%# Print Name of Individual * f 19% April ,19s. GOLDEN EAGLE INSURANCE COMPANY 5385 El Cajon Blvd., San Diego, C, (Address of Surety) s*"p".pp-$ $ ^'",p? 619-287-6773 ~ Title (Telephone Number of Surety) DALEY COWORATION BY: p +(@ l)(h Signature of Attorney-in-Fact K.R. Viodes Printed Name of Attorney-in-Fact -$26 -46. (attach corporate resolution showing curr power of attorney) BY #&!ES Ib. ST. MARTIN Print Name of Individual VICE ~~~~~~~~~~~~~~~~1 MANAGER Title 0 By: ;pLL THE JOINT VENTURERS IN DALEY RATION AND CALIFORNIA COMMERCIAL ASPHALT CORPORATION J.V. A JOINTVENTURE. (NAME OF JOINT VENTURE) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant must sign for corporations. If only one officer si: the corporation must attach a resolution certified by the secretary or assistant secretary under corporate empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: m J. HIRATA, Deputy C@ Attohey ). Lb-4 1) B:WLH92014.ST 6/2 GOLDEN EAGLE IYSURAYCE wI(pAJlY EXE(XITIM OFFICES Sen Diego, California PUER OF ATTORNEY il) KNOU ALL MEN BY THESE PRESEPTS, That the Golden Eagle Insurance Compeny, a Corporation duly organized and existing ur of the State of California, having its principal office in the City of Sen Diego, California does hereby nominate, cc appoint: > K-R. VImES <--- --- its true and lawful agent ard attorney-in-fact, to make, execute, seal and deliver for and on its behalf as surety, bo of surety, and dertakings in suretyship provided, however, that the penat sun of any one such instrument executed he not exceed the sun of any and all bonds and undertakings, provided the amount of no one bond or undertaking exceed! dol lars (81,000,000.00). This power of attorney is granted and is signed and sealed by facsimile under and by the.'authority of the follouii adopted by the Board of Directors of the Golden Eagle Insurance Company at a meeting duly called and held on April 1 said Resolution has not been amended or rescinded and of which the follouing is a true, full and complete copy. ttRESOLMD: That the President or Secretary may from time to time appoint Attorneys-In-Fact to represent arx for and on behalf of the Corrpany, and either the President or Secretary, the Board of Directors or Exec! Cornnittee may at any time remove such Attorneys-In-Fact and revoke the Pouer of Attorney given him or her; ai it further ttRESOLVED: That the Attorneys-In-Fact may be given full power to execute for and in the name of and on beha' the Company any end all bonds and undertakings as the business of the Company my require, and any such born undertakings executed by any such Attorney-In-Fact shalt be binding upon the Conpany as if signed by the Pres and sealed and attested by the Secretary.t@ TNESS WHEREOF, the said Golden Eagle Insurance Corrpany has caused these presents to be executed by its offii co rate seat affixed. this 10th day of September, 1992 GOIDEN EAGLE IWSlJR4NcE co)(pAUY @! STATE OF CALIFORNIA COUNTY OF SAW DIECO By: ss : William B. Rippee On this 10th of September, 1992, before the subscriber, a Notary Public of the State of California, in and for the Diego, duly comnissioned and qualified, came Uilliam B. Rippee, President of GOLDEN EAGLE INSURANCE COMPANY, to me pe to be the individual and officer described in and who executed the preceding instrunent and he acknowledged the exc same, and being by me duiy sworn, deposeth and saith, that he is the said officer of the Company aforesaid, and that th tcj the preceding instrunent is the Corporate Seal of the said instrunent by the authority and direction of the saic IN UITNESS UHEREOF, I have hereunto set my hand and affixed my Officiat Seal, at the City of Sen Diego, the day and ye ur i t ten. STATE OF CALIFORWIA CWNTY OF SAN DIEGO ss : I the undersigned, Larry G. Mebee, Secr e Company, do hereby certify that the ori ATTORNEY, of which the foregoing is a full, true and correct copy, is in fult force and effect, and has not been r N W TNESS WHEREOF I have hereunto subscribed my name as Secretary, and affixed the Corpo ate & Corpors 16th dayof hpril , 1993 * LARRY G. XABEE, Secretary * 10 West Ash Street COMPANIES AFFORDING COVERAGI il COMPANY LETTER A Industrial Indemnity LETTER Industrial Indemnity COMPANY B Daley Corporation-California COMPANY Commercial Asphalt Corporation, JVLETER c P.O. Box 609018 COMPANY D 9 2 16 0 - 9 0 18 LETTER CE Heath Compensation 0 THE INSURED NAMED ABOVE FOR THE T OR OTHER DOCUMENT WITH RESPECT ES DESCRIBED HEREIN IS SUBJECT TO A GENERAL AGGREGATE I ENERAL LIABILITY PRODUCTS-COMP/OP AGG. I PERSONAL & ADV. INJURY I OWNER’S & CONTRACTOR’S PROT. EACHOCCURRENCE ! FIRE DAMAGE (Any one fire) ! ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) BODILY INJURY (Per accident) x NON-OWNED AUTOS PROPERTYDAMAGE GARAGE LIABILITY EACHOCCURRENCE EACH ACCIDENT EMPLOYERS’ LIABILITY DISEASE-EACH EMPLOYEE DESCRIPTION OF OPERATlONS/LOCATlONS/VEHlCLES/SPEClAL ITEMS CERTHOLDER IS ADDITIONAL INSURED (POLICY A & B) RE: JOB #I2268 - 1992-93 STREETS OVERLAY PROGRAM U/M 93-1 EXPIRATIO DATE THEREOF, THE ISSUING COMPANY WlLl MAIL >!DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDE ITY OF CARLSBAD TTN : PURCHAS ING DEPT CARLSBAD, CA 92008-1989 )ndintntllndHttnfty aclumuJhnW~tbn A XEROX Fwd On& Cw NA9 5 9 5 23 6 d OOMMERC a THIS ENDORSEMENT CHANGES THE POLICY. PL€ASE READ IT CARWtiLLY. ADDITIONAL INSURED - DESiGNATEO PERSON OR ORGANIZATION This encfcmernent madities insurance provided under the bllawlng: 6USfNESS AUTO CWERAdE MRM SCHEUULE Name of Person or Organiratlon; CITY OF CARLSBm ATTN: PURCHASING DEPT CARLSBAD, CA 92008-1989 1200 CARLSBAD VILLAGE DR. 0 WHO fS AN INSURED (Section 11) tS amended ta include aa, an insured the person or organtatinn shown in thc Schedule but only with respect to liability arising out of the ownwshtp, melntenance, or use of a covered ggaub,' 0 CATBoebf88 e- d eCmrJ-W-- THIS ENDORSEMENT CHANCES THC POLICI. PLEASE READ IT CAREFULLY ADDITIONAL INSURED PRIMARY COVERAGE * Thi8 endorsement modifier insuranw prwidad under the following; COMMERCW GENERAL LIABILITY CCNERAOE PAAT tt 18 agreed that my penon or organization describd kkw 16 an rddttronrr Inrum, but only wtth mped llabM&y sridng out of opntionr p.rlr)rmod for th rddbal lnrursd by or on behalf of the nrmed Insurd. The Insurance aftordod 10 such additid in8und is prlmery and shdl not cmtrlbuts in any way wtM any c Insurance wnlcil such nddltlonal insured may haM. All other endorasments, prwlrlona conditions. and mxdu8ioclr of thie ~nswlme SMI femJr7 unchmgad an apply to the additlonal insured described below. ADDITIONAL INSURED TYPE OF opmwnm PROJECl' LOCAtlON BLANKET - WHERE REQUIRED BY CONTRACT e m cc178olD687 BOND NO. SUR 15306 PERFORMANCE BOND Premium: $ 6,367.1 0 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution 1 93-79 , adopted April 6, 1993 , has awarded to Daley Corporation-Ci Commercial Asphalt Corp. A JointVe,W&inafter designated as the "Principal"), a Contract for 1992-93 Pavement Overlay Program, Contract No. U/M 93-1, in the City of Carlsbad strict conformity with the contract, the drawings and specifications, and other Contr: Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of wh are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tei thereof require the furnishing of a bond for the faithful performance of said Contract NOW, THEREFORE, WE, Cormon. A Joint Venture , as Princi] (hereinafter designated as the "Contractor"), and Golden Eagle Insurance Company , Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Six hund three, nine hundred twenty and 22/100 Dollars ($673,970.72 ), said sum be equal to one hundred percent (100%) of the estimated amount of the Contract, to be p to City or its certain attorney, its successors and assigns; for which payment, well and tr to be made, we bind ourselves, our heirs, executors and administrators, successors assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contraci their heirs, executors, administrators, successors or assigns, shall in all things stand to i abide by, and well and truly keep and perform the covenants, conditions, and agreeme in the Contract and any alteration thereof made as therein provided on their part, to kept and performed at the time and in the manner therein specified, and in all respc according to their true intent and meaning, and shall indemnify and save harmless the ( of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligat 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 specif therefor, there shall be included costs and reasonable expenses and fees, includ reasonable attorney's fees, incurred by the City in successfully enforcing such obligati all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to terms of the Contract, or to the work to be performed thereunder or the specificatic accompanying the same shall affect its obligations on this bond, and it does hereby wa notice of any change, extension of time, alterations or addition to the terms of Contract, or to the work or to the specifications. In the event that Contractor is an individual, it is agreed that the death of any si Contractor shall not exonerate the Surety from its obligations under this bond. Daley Corpora tion- Ca I i fornia Commercial Aspha It 0 111) B:\HLH92014.ST 6/2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - OPTIONAL SE CAPACITY CLAIMED Though statute does not reqi fill in the data below, doin invaluable to persons relying ( a CORPORATE OFFK personally appeared THOMAS D. SHADDOX & JAMES L. ST. MARTIN VICE PRES: State of CALIFORNIA County of SAN DIEGO SUE MEGRAN NAME, TITLE OF OFFICER - E G , 'JANE DOE, NOTARY PUBLIC I NAME(S) OF SIGNER(S) TITLE@) a personally known to me - OR - 0 proved to me on the basis of satisfactory evidence subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person@), or the entity upon behalf of which the person(s) acted, executed the instrument. PARTNER(S) 0 L [7 ATToRNEY-IN-FAC [7 TRUSTEE@) 0 GUARDIAN/CONSE to be the person(s) whose name(s) idare oc SIGNER IS REPRES NAME OF PERSON(S) OR ENT THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT Ce-cate of ,ich~wied@men~ jTm OF CXLLFORNM I County oi 'Zaae i ,ln April 16, 1993 ?enonady 3uDem 3aore me. TJir-ria W. pmmil, Uotarr ?uDiLc x. 3. Xodes v u) oe ctie aersonl$ wnose nand Wa SUWRD' !enonally Known CO me v,tnlIl ;nsrJmenL mna 3c.unow~~g~ LO me maasne/m execurea che same !n ~WI~~AXJZ~~C~O~EW CLWXJ~? =a " . sxrrtea cne I ~her,t~~gpac~&$()n cne tnsrmment ae rJenoncg. x :ne WJW uuon en do*^ x~qy~ss mv ?ana ana orfiaa! seat. .- P:,oLIC. CALIFOR ,Seat) j iqnamre t.,<WNCE COUNTY MY CC;~~\! ,ss G;! EXFiRES NO'J L5, 19' __ _---- ___ _--- wr+- %OiZ 6-3 I 2 Executed by CONTRACTOR this day of Executed by SURETY this 16 t h day 8 > 19-D April , 19A3 GOLDEN EAGLE INSURANCE COMPANY DALEY CORPORATION AND CALIFORNIA COMMERCIAL ASPHALT CORPORATION J.V. Conuactor (Name of Surety) By: Print Name of Individual Title (Telephone Number of Surety) DALEY CORPORATION Ti*3r&qS D. $&&g& 5385 El Cajon Blvd., San Diego, CP (Address of Surety) 619-287-6773 %E ~~~~~~~~~ By:A /’ $9 ?/&Id +zo-pa ’ .c / Signature of Attorney-in-Fact K.R. Viodes Printed Name of Attorney-in-Fact (attach corporate resolution showing curre power of attorney) By: JMES k. ST. ~~~~~~~ Print Name of Individual VI C E P R ES I DL: NT ,’ G E Iv E PA !- MA MAG ER 0 Title By: ASPHALT CORPORATION J.V. A JOINTVENTURE. (NAME OF JOINT VENTURE) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant must sign for corporations. If only one officer sig the corporation must attach a resolution certified by the secretary or assistant secretary under corporate s empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney %, Ibd J. HIRATA, Deputy % Attorney * B:\HLH92014.ST 6/24 I 5 1 8 I I 8 1 1. 1 1 1 1 1 8 8. I OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION f This Escrow Agreement is made and entered into by and between the City of Car11 whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereh address is called "City" and Wl hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent a: as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the op to deposit securities with Escrow Agent as a substitute for retention earn required to be withheld by City pursuant to the public works contract entl into between the City and Contractor for the 1992-93 Pavement Ovc Program, Contract No. U/M 93-1, in the amount of dated (hereinafter referred to as the "Contract": copy of said contract is attached as Exhibit "A". When Contractor deposits securities as a substitute for Contract earnings, the Escrow Agent shall now City within ten (10) days of the deposit. The market value of the securitit the time of the substitution shall be at least equal to the cash amount I required to be withheld as retention under the terms of the Contract betweer City and Contractor. Securities shall be held in the name of City of Carlsbad shall designate the Contractor as the beneficial owner. Prior to disbursements, Escrow Agent shall verify that the present cumulative mz value of all securities substituted is at least equal to the cash amount o cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor for such funds w otherwise would be withheld Erom progress payments pursuant to the Con provisions, provided that the Escrow Agent holds securities in the form 2. 8 amount specified above. 3. Alternatively, the City may make payments directly to Escrow Agent in amount of retention for the benefit of the City until such time as the esc created hereunder is terminated. Contractor shall be responsible for paying all fees for the expenses incurre Escrow Agent in administering the escrow account. These expenses any pay terms shall be determined by the Contractor and Escrow Agent. 4. B:WLH92014.ST 6, 8 1 I 8 8 I 1 1 I I 1 .... 1 I e... 8 1 I. 8 5. The interest earned on the securities or the money market accounts hel escrow and all interest earned on that interest shall be for the sole accow Contractor and shall be subject to withdrawal by Contractor at any time and f time to time without notice to the City. Contractor shall have the right to withdraw all or any part of the principal ir Escrow Account only by written notice to Escrow Agent accompanied by WTj authorization from City to the Escrow Agent that City consents to the with& of the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of defau the Contractor. Upon seven (7) days written notice to the Escrow Agent 1 the City of the default of the Contractor, the Escrow Agent shall immedi: convert the securities to cash and shall distribute the cash as instructed bj City. Upon receipt of written notification from the City certifying that the Contrz has complied with all requirements and procedures applicable to the Cont Escrow Agent shall release to Contractor all securities and interest on deposil escrow fees and charges of the Escrow Account. The escrow shall be cl immediately upon disbursement of all monies and securities on deposit payments of fees and charges. Escrow Agent shall rely on the written notifications from the City and Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreemenf the City and Contractor shall hold Escrow Agent harmless from Escrow Ag release and disbursement of the securities and interest as set forth in Sectic thru 8 and 10. f 6. 7. 8. 1. 9. .... .... .... .... .... .... .... B:WLH92014.ST 6 5 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 as follows: 0 DALEY CORPORATION AND CALIFORNIA COMMERCIAL ASPHALT CORPORATION J.V. Contractor BY Print Name of Individual Title CITY OF CARLSBAD, CALIFORNIA MAYOR CLAUDE A. LEWIS Title Name DKEY CORPORATION (Name of Corporation or Business) Address Address By: (Signature) (Date) BY: Title: Print Name of Individual Name: Signature 1200 Carlsbad Village Drive, Carlsbad, CA 920 For Escrow Agent: 0 Signature: Address: Title CALIFORNIA COMMERCIAL ASPHALT CORPORATION (Name of Corporation or Business) Address By: (Signature) @ate> BEING ALL THE JOINT VENTURERS IN DALEY CORPORATION AND CALIFORNIA COMMERCIAL ASPHALT CORPORATION J.V. A JOINT VENTURE. (NAME OF JOINT VENTURE) e B:WLH92014.ST 6/2 At the time the Escrow Account is opened, the City and Contractor shall deliver to 1 Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper offic on the date first set forth above. 0 DALEY CORPORATION AND CALIFORNIA COMMERCIAL ASPHALT CORPORATION J.V. Contractor BY Print Name of Individual Title CITY OF CARLSBAD, CALIFORNIA MAYOR CLAUDE A. LEWIS Title Name DALEY CORPORATION (Name of Corporation or Business) Address Address By: (Signature) (Date) Signature 1200 Carlsbad Village Drive, Carlsbad, CA 92( For Escrow Agent: @ BY: Title: Print Name of Individual Name: Signature: Address: Title CALIFORNIA COMMERCIAL ASPHALT CORPORATION (Name of Corporation or Business) Address By: (Signature) (Date) BEING ALL THE JOINT VENTURERS IN DALEY CORPORATION AND CALIFORNIA COMMERCIAL ASPHALT CORPORATION J.V. A JOINTVENTURE. (NAME OF JOINT VENTURE) 0 B:WJ..H92014.ST 6,’; 1 1 RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: II PROJECT DESCRIPTION: f PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensa of whatever nature due the Contractor for all labor and materials furnished and fo work performed on the above-referenced project for the period specified above with exception of contract retention amounts and disputed claims specifically shown bel01 RETENTION AMOUNT FOR THIS PERIOD: $ ll DISPUTED CLAIMS I B 1 ll DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and releases any claim the Contractor may h of whatever type or nature, for the period specified which is not shown as a reten amount of a disputed claim on this form. This release and waiver has been n voluntarily by Contractor without any fraud, duress or undue influence by any perso I. I entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, work due Subcontractors for the specified period have been paid in full and that the pa signing below on behalf of Contractor have express authority to execute this release DATED: I I 1 I 1 PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: Title: 1 By: Title: B:\HLH92014.ST 6 I' 1 I I SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION f I 1-1 TERMS I B 1 I 1 80 I I B I I I D To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of sin import are used, it shall be understood that reference is made to the plans accompan: these provisions, unless stated otherwise. €3. Directions: Where words "directed,l' "designated," "selected," or words of similar import are use shall be understood that the direction, designation or selection of the Engineer is inten unless stated otherwise. The word "required" and words of similar import shal understood to mean "as required to properly complete the work as required anc approved by the City Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," ''approved equal," "equivalent," and such words of similar im are used, it shall be understood such words are followed by the expression "in the opi of the Engineer," unless otherwise stated. Where the words "approved," "appro "acceptance," or words of similar import are used, it shall be understood that the apprc acceptance, or similar import of the Engineer is intended. 11 D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expc shall perform all operations, labor, tools and equipment, and further, including furnishing and installing of materials that are indicated, specified or required to mean the Contractor, at her/his expense, shall furnish and install the work, complete in place ready to use, including furnishing of necessary labor, materials, tools, equipment, transportation. B:WLH92014.ST 6 1. I 1 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 representatii Utilities and Maintenance Director - the Utilities and Maintenance Director or his appra f I 1 representative 24 CONTRACTBONDS Delete the third sentence of the first paragraph having to do with a surety being liste the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bc (Material and Labor Bond) shall be for not less than 50 percent of the contract pric satisfy claims of material suppliers and of mechanics and laborers employed by contra on the project. I I I D I I I I I I I I k, Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by Contractor during the course of this project. Both bonds shall extend in full force effect and be retained by the City for a period of one (1) year from the date of foi acceptance of the project by the City. Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating Guid at least A-:V and are authorized to conduct business in the state of California and are li in the official publication of the Department of Insurance of the State of California. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public W Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter design "SSPWC", as issued by the Southern California Chapter of the American Public W Association, the Contract documents, the Special Provisions and the Specifical contained herein. B:WLH92014.ST 61 I. I I The Construction Plans consist of location listing and maps delineating the work a which are further detailed herein. The standard drawings utilized for this project are latest edition of the San Dieno Area Renional Standard Drawinm, hereinafter design SDRS, as issued by the San Diego County Department of Public Works, together with 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 manufactu direction, the Contractor shall obtain and distribute the necessary copies of ! instruction, including two (2) copies to the City. To Section 2-5, add: 2-5.4 Record Drawinns: The Contractor shall provide and keep up-to-date a complete "as-built" record sc transparent sepias, which shall be corrected daily and show every change from the orij drawings and specifications and the exact "as-built" locations, sizes and kinds of equipn underground piping, valves, and all other work not visible at surface grade. Prints for purpose may be obtained from the City at cost. This set of drawings shall be kept or job and shall be used only as a record set and shall be delivered to the Engineer I completion of the work. f I I I 1 I 1 1. I I I I I 3-5 DISPUTED WORK 1 To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance wit1 procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article (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 sevenq thousand dollars ($375,000) or less which arise between a contractor and a local agt (2) This article shall not apply to any claims resulting from a contract betwe contractor and a public agency when the public agency has elected to resolve any dis] pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. I B:WLH92014.ST e I. I 1 1 IC I I I 1 I@ I 1 1 I I 1 1 I (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the C Code, except that "public work' does not include any work or improvement contracted 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, payment of money or damages arising from work done by or on behalf of the contrac pursuant to the contract for a public work and payment of which is not otherwise expre provided for or the claimant is not otherwise entitled to, or (C) an amount the pap of which is disputed by the local agency. t (c) The provisions of this article or a summary thereof shall be set forth in the plan 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. 5 20104.2. Claims; requirements 1 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 claim. Claims must be filed on or before the date of final payment. Nothing in subdivision is intended to extend the time limit or supersede notice requirements othen provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency s respond in writing to any written claim within 45 days of receipt of the claim, or request, in writing, within 30 days of receipt of the claim, any additional documenta supporting the claim or relating to defenses or claims the local agency may have agi the claimant. (2) If additional information is thereafter required, it shall be requested and prov pursuant to this subdivision, upon mutual agreement of the local agency and the claim (3) The local agency's written response to the claim, as further documented, shal submitted to the claimant within 15 days after receipt of the further documentatio within a period of time no greater than that taken by the claimant in producing additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to t hundred seventy-five thousand dollars ($375,000), the local agency shall respon writing to all written claims within 60 days of receipt of the claim, or may reques writing, within 30 days of receipt of the claim, any additional documentation suppoi the claim or relating to defenses or claims the local agency may have against the clah (2) If additional information is thereafter required, it shall be requested and pro\ pursuant to this subdivision, upon mutual agreement of the local agency and the clain B:WLH92014.ST 6, 1. 1 1 I 1 I I 1 1 1). I 1 I I I I I (3) The local agency’s written response to the claim, as further documented, shal 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 additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency to respond within the time prescribed, the claimant may so now the local agenq writing, either within 15 days of receipt of the local agency‘s response or within 15 ( of the local agency‘s failure to respond within the time prescribed, respectively, demand an informal conference to meet and confer for settlement of the issues in dis~ Upon a demand, the local agency shall schedule a meet and confer conference withh days for settlement of the dispute. 1. (e) If following the meet and confer conference the claim or any portion remain dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Sec 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title the Government Code. For purposes of those provisions, the running of the period of within which a claim must be filed shall be tolled from the time the claimant submit! or her written claim pursuant to subdivision (a) until the time the claim is de1 including any period of time utilized by the meet and confer conference. 5 20104.4. Procedures for Civil actions filed to resolve claims The following procedures are established for all civil actions filed to resolve claims sul to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or respoI pleadings, the court shall submit the matter to nonbinding mediation unless waive mutual stipulation of both parties. The mediation process shall provide for the selec within 15 days by both parties of a disinterested third person as mediator, shal commenced within 30 days of the submittal, and shall be concluded within 15 days the commencement of the mediation unless a time requirement is extended upon a : cause showing to the court. I (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitr: pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 o Code of Civil Procedure, notwithstanding Section 1141.11 of that code. Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Ti of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought undei subdivision consistent with the des pertaining to judicial arbitration. The (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of P of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experience construction law, and (B) any party appealing an arbitration award who does not 01 a more favorable judgment shall, in addition to payment of costs and fees under chapter, also pay the attorney’s fees on appeal of the other party. B:WLH92014.ST 6 1. I 1 1 1 1, I 1 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 whic undisputed except as otherwise provided in the contract. I. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the 11 rate on any arbitration award or judgment. The interest shall begin to accrue on the t the suit is filed in a court of law. 5 20104.8. Duration of &de; appfication of &de to contracts between Jan. 1,l and Jan. 1,1994 (a) This article shall remain in effect only until January 1, 1994, and as of that da repealed, unless a later enacted statute, which is enacted before January 1, 1994, del or extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into betv January 1,1991, and January 1,1994, which is subject to this article shall incorporate article. To that end, these contracts shall be subject to this article even if this artic repealed pursuant to subdivision (a). 1 I. 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 representa The Engineer shall have free access to any or all parts of work at any time. Contr: shall furnish Engineer with such information as may be necessary to keep her/him informed regarding progress and manner of work and character of materials. Inspec of work shall not relieve Contractor from any obligation to fulfill this Contract. Mod@ Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of te materials and/or workmanship where the results of such tests meet or exceed requirements indicated in the Standard Specifications and the Special Provisions. The 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 sha approved by him before the delivery is started. All materials proposed for use mz inspected or tested at any time during their preparation and use. If, after trial, it is fc that sources of supply which have been approved do not furnish a uniform product, the product from any source proves unacceptable at any time, the Contractor shall fu approved material from other approved sources. After improper storage, handling 01 other reason shall be rejected. BWLH92014.ST 6 I 1 1 1 I I I U I. I 1 1 1 I 8 1 8 I I I @ 1 I 1 All backfill and subgrade shd be compacted in accordance with the notes on the plans i the SSPWC. Compaction tests may be made by the City and all costs for tests that IT 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 Engin The costs of any retests made necessary by noncompliance with the specifications shal borne by the Contractor. Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plam specifications upon written order by the Engineer. Any cost caused by reason of nonconforming work shall be borne by the Contractor. I. I 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known reca endeavored to locate and indicate on the Plans, all utilities which exist within the li of the work. However, the accuracy of completeness of the utilities indicated on the P 1. is not guaranteed. 54 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including sei connection, desired by the Contractor for his/her own convenience shall be the Contrac own responsibility, and he/she shall make all arrangements regarding such work at no to the City. If delays occur due to utilities relocations which were not shown on the P 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 partit relocate utilities which interfere with the construction, the Contractor, upon request tc City, may be permitted to temporarily omit the portion of work affected by the utility. portion thus omitted shall be constructed by the Contractor immediately following relocation of the utility involved unless otherwise directed by the City. BAHLH92014.ST 6 I. 8 1 6-1 CONSTRUCITON SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: I. 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. 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 1 1 1 I I 1 I. I I I I I I. 1 3. I 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. No changes shall be made to the construction schedule without the prior written appi of the Utilities and Maintenance Director or his representative. Any progress pap made after the scheduled completion date shall not constitute a waiver of this parag 5. C or any damages. Coordination with the respective utility company for removal or relocation of confli utilities shall be requirements prior to commencement of work by the Contractor. B:WLH92014.ST 6 I 1 6-7 TIME OF COMPLETION The Contractor shall begin work within five (5) calendar days after receipt of the "Nc to Proceed1 and shall diligently prosecute the work to completion within twenty-five ( working 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. sunset, from Mondays through Fridays. The contractor shall obtain the approval of Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permissio the Utilities and Maintenance Director or his representative. This written permission I be obtained at least 48 hours prior to such work. The Contractor shall pay the inspec costs of such work. I. I 1 I I I 1 I @ 1 1 1 I 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Complei and any faulty work or materials discovered during the guarantee period shall be rep; or replaced by the Contractor, at his expense. I. 6-9 LIOUIDATED DAMAGES Mod@ this section as follows: If the completion date is not met, the contractor will be assessed the sum of $250.0c day for each day beyond the completion date as liquidated damages for the delay. progress payments made after the specified completion date shall not constitute a Wi of this paragraph or of any damages. u 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guic at least A-:V and are authorized to conduct business in the state of California and are 1 in the official publication of the Department of Insurance of the State of California. I B:\HLH92014.ST c 1. I i 74 WORKERS COMPENSATlON INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in state of California and are listed in the official publication of the Department of Insura of the State of California. Policies issued by the State Compensation Fund meet requirement for workers' compensation insurance. 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-t grading, and building permits necessary to perform work for this contract on City prope in streets, highways (except State highway right-of-way), railways or other rights-of-t I. I 1 I 8 1 1 Add the following: Contractor shall not begin work until all permits incidental to the work are obtained 7-8 PROJErn AND SllE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working ( k) I at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muf in good repair when in use on the project with special attention to City Noise Coi Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. I I I 4 7-10 PUBLJC 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 I and shall comply with all applicable provisions of Federal, State and Municipal safety and building codes to prevent accidents or injury to persons on, about, or adjacent tc premises where the work is being performed. He/she shall erect and properly mainta all time, as required by the conditions and progress of the work, all necessary safeg 1 a B:WLH92014.ST 6 8. 1 1 1 for the protection of workers and public, and shall use danger signs warning aga hazards created by such features of construction as protruding nails, hoists, well holes, falling materials. 7-13 LAWS TO BE OBSERVED I. 1 Add the following: 8 Grading. Municipal ordinances which affect this work include Chapter 11.06. Excavation If this notice specifies locations or possible materials, such as borrow pits or gravel b for use in the proposed construction project which would be subject to Section 160' Section 1603 of the Fish and Game Code, such conditions or modifications establis pursuant to Section 1601 of the Fish and Game Code shall become conditions of contract. $ FACILITIES FOR AGENCY PERSONNEL Delete this section. I I 8 I 9-3 PAYMENT k) I of retention. Mod@ Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in am( 10 SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to ped necessary surveying for this project. Requirements of the Contractor pertaining to this are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surve service within appropriate items of proposal. No separate payment will be made. Survey stakes shall be set and stationed by the Contractor's surveyor for curbs ai intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, heac sewers, storm drains, and structures (4 corners min.). Rough grade as required to sa 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 base grade of streets as required by Engineer. Contractor shall protect in place or replace all obliterated survey monuments as per Sec 8771 of the Business and Professional Code. 1 II I I 1 I I B:WLH92014.ST 6 I= 1 II 1 8 I 1 I 8 8. I I 1 I I 1 I 1 Contractor shall provide Engineer with 2 copies of survey cut sheets prior to comment construction of surveyed item. 11 WATER FOR CONSTRUCIION The Contractor shall obtain a construction meter for water utilized during the construcl under this contract. The Contractor shall contact the appropriate water agency requirements. The contractor shall include the cost of water and meter rental wi1 appropriate items of the proposal. No separate payment will be made. t B:WLH92014.ST 6 I. I 4 1 I I 8 1 8 ). I I I 8 8 11. SPECIFICATIONS FOR 1992-93 PA-ENT OVERLAY PROGRAM 1. Traffic control measures including street closures, detours and barricades will be required in section 7-5, Permits, of the Special Provisions, and in accordance u the approved traffic control plan. Traffic control plans are required for all area5 work and shall conform to the latest edition and revisions of the State of Califon Department of Transportation Traffic Manual, Manual of Traffic Controls Construction and Maintenance Work Zones. Early submission of traffic control pl is necessary to allow proper time for review, corrections, resubmissions and fi approval prior to the preconstruction conference. A "Notice to Proceed" will not issued until traffic control plans are approved and signed. The Contractor shall not close any street within the City of Carlsbad without f obtaining the approvals of the Utilities and Maintenance Director. The Contractor shall provide and install barricades, delineator warning devices, l construction signs in accordance with the latest edition and revision of the Statc California, Department of Transportation Traffic Manual, Manual of Traffic Cont for Construction and Maintenance Work Zones. During adverse weather or unu: traffic or working conditions, additional traffic control devices shall be placec directed by the Utilities and Maintenance Director. All traffic signs and devices s conform to the current State of California, Department of Transportation, Manue Warninn Sims. Linhts. and Devices for Use in Performance of Work upon Hinhwi unless otherwise approved by the Utilities and Maintenance Director. The Contractor shall provide and maintain 48-inch high reflectorized cones at 20 on center with ribbon along walkways of high pedestrian use, as designated by Inspec tor. During paving operations, barricades may be supplemented with minimum sizc inch high traffic cones and delineators; such that spacing between barricades anc cones or delineators is no greater than 25 feet. At all access points sucl intersection streets, alleys and driveways, barricades and/or cones shall be prow' at five-foot intervals so as to prevent vehicular access to the paving area. Wl access from an intersection street is prohibited, a "Road Closed" sign shall provided wherever required by the Utilities and Maintenance Director or representative. Should the Contractor fail to furnish a sufficient number of traffic and/or pedest safety devices, the Utilities and Maintenance Director or his representative will p such necessary items and the Contractor shall be liable to the City for providing I f 2. 3. I 4. 5. 6. I B:WLH92014.ST 61 1. I I I devices in accordance with the following provisions: a. For placing barricades - $5.00 per barricade for the first day or any 1 thereof and $2.00 per barricade per day for each day thereafter or any 1 i? I thereof. 1 b. For flashers - $2.50 per flasher for the first day or any part thereof $1.00 per flasher per day for each day thereafter or any part thereof. c. For tr&c cones - $1.00 per cone for each day or any part thereof. d. in the event that the services of the City are required between the hour 5:OO pm and 6:30 am, during the normal week or any time on Sam1 Sunday, or a City holiday, there shall be an additional charge of $26.0C each service trip required. I t 1 8 m I # 1 8 1 1 1 7. Judgement as to adequate or sufficient barricading shall be that which is adeq or sufficient in the opinion of the Utilities and Maintenance Director or representative. The Contractor shall relocate, preserve and maintain the visibility of all existing s within the project limits which affect the flow of traffic as directed by the Util and Maintenance Director or his representative. Any signs which are damage removed by the Contractor during the course of construction shall be replaced bj Contractor at the Contractor's expense as directed by the Utilities and Mainten, Director. The Contractor shall insure that sole access routes to the business and reside along the streets to be resurfaced shall be maintained unless otherwise approve the Utilities and Maintenance Director or his representative and adequate notificz given to the affected property owner. All costs related to the installations, maintenance and removal of traffic provi: and safeguards shall be considered as included in the prices paid for the va contract items of work and no additional payment will be made therefore. The Contractor shall coordinate his schedule so as not to interfere with local 1 collection. The Contractor shall maintain a minimum of one lane of traffic in each directic all times during construction hours of 7:OO am to dusk. On Saturdays, Sunday designated legal holidays, and when construction operations are not active 8. 9. I 10. 11. 12. B:VILH92014.ST U/M Rev. 12 I. I I 1 I 1 8 8 ). 1 1 1 progress on working days, the Contractor shall maintain all travel lanes of roadway. Any deviations of these requirements shall be approved by the Ut2 and Maintenance Director. Asphalt concrete shall be Type C2-AR 4000, Type C3-AR 4000 or Type 111 C3 4000 and shall conform to the requirements of sections 203 and 302 of the SSP For sections where feathering is required, the Contractor may, at the direction of Utilities and Maintenance Director, or his representative use Type l-E-AR-400( All asphalt concrete material shall be deposited and spread on the prepared sw by means of an approved self-propelled mechanical spreading device. Use of a m grader for spreading shall not be permitted. All surfaces to be resurfaced shall be swept and cleaned by the Contractor no n than 24 hours prior to the paving operation. The Contractor shall be responsible for the removal of existing raised paver markers in the work areas. Full compensation shall be considered as included ir contract price paid for the asphalt and no separate payment will be made then Tack coat shall be SSI type asphaltic emulsion and shall be applied at the ral 0.12 gallons per square yard. Asphalt concrete materials shall be overlaid to a minimum depth as specified ex where it is to be feathered at the roadway edges. The Contractor shall pave over the tops of all sewer and storm drain access 1 and meter box covers. Covers shall be treated to prevent adhesion of the as1 concrete. The Contractor shall notify Underground Service Alert far enoug advance of the work to allow marking the location of utilities. Some utility structures and covers will be adjusted to grade by the respective ut The Contractor shall be responsible for marking the location of all utility cove The unit price paid for asphaltic concrete shall be considered as full compensi for all labor, equipment and materials and all things necessary to complete the 7 as specified in these specifications, and no additional payment will be made ther Payment for contract services will be made only when all labor and material relc from supplier and employees are received by the Utilities and Maintenance Dire All cold joints left overnight or for long periods of time or at the direction o f 13. 1 14. 15. 16. 17. 18. I 19. 20. 21. 8 I 22. 23. 8 8' 1 U/M Rev. 12 B:WLH92014.ST 1 8 1 I I i I 1 Utilities and Maintenance Director or his representative will be cut at a 45 del angle and tacked Nly to ensure a proper bond and to minimize seam separatic A cold planing header cut operation shall be used. The temperature at which work is performed, the nature and condition of equipment, and the manne performing the work shall be such that the pavement is not tom, gouges, sha broken or otherwise damaged by the planing operation. The cold planing operation shall consist of preparing a foundation for the placen of surfacing course by the removal of excess bituminous material to the satisfac of the Utilities and Maintenance Director or his representative. Contractor : provide all necessary labor, materials, and equipment to immediately load bituminous material into dump trucks for hauling to the Contractor's disposal No loose material shall remain on the site. The Contractor shall construct a minimum 5' wide cold plane header cu designated locations where the proposed overlay joins to existing AC and along curb line except where indicated otherwise. The depth of the cut shall be as sh on plans to allow for the full design depth of the AC, overlay and reinforcing fi to be constructed for the complete overlay section. The bituminous surface shall be removed to the depth, width, and cross sectic directed by the Utilities and Maintenance Director or his representative. loosened material shall become the property of the Contractor and shall be remi to a disposal site by the Contractor. Payment for cold planing shall be by lineal feet completed, regardless of dept measured on the site. Payment shall be full compensation for furnishing all L materials, equipment, and tools necessary to perform the planing operations anc hauling of grindings to a disposal site. The planing machine shall be specially designed and built for cold plank bituminous pavement with the ability to plane concrete if necessary. The cu drum shall be a minimurn of 60" width with carbide tip cutting teeth plact variable lacing pattern to produce the desired finish; the machine shall be cas of being operated at speeds from 0 to 150 FPM; it shall be self-propelled and the capability of spraying water at the cutting drum to minimize dust. The mac shall be capable of removing the material next to the gutter of the pavement 1 reconditioned and so designed that the operations thereof can at all times ob' the planing operation without leaving the controls. The machine shall be adjus as to slope and depth, and capable of removing, in one pass, a layer of bitumi material five feet in width and two inches in depth. The equipment shall also 24. f 25. 26. I. I 27. 28. 1 1 1 I I' I 8' 1 29. B:WLH92014.ST U/M Rev. 1; I I 1 I 1 1 I 1 an effective means for removing excess material from the surface and for prevent any dust resulting from the operation from escaping into the air. When operating the planing machine at or near a signalized intersection, care SI be taken so as not to damage any detection loops. "Jumping" the detection k home runs shall be allowed as to protect the integrity of the loops. The cos1 replacement of any loops damaged by the planing operation shall be deducted fi the amount of the contract. The Contractor shall provide and install Petro Mat in areas designated for its us€ the Utilities and Maintenance Director or his representative. Dusting over the Pt Mat (AC) may be required to prevent bleed-through, at the discretion of the Utili and Maintenance Director or his representative. Tack coat for Petro Mat shall be AR-4000 and shall be applied at a rate of ( gallons per square yard. Compensation for all labor, equipment, and materials and all things necessar complete the installation of Petro Mat shall be considered included in the bid 1 and no additional payment will be made. The Contractor will provide and install "TOW Away - No Parking" construction si #TC-R 30-S, for use in posting streets in advance of work. Signs shall be postc intervals of not more than 100 feet on both sides of the block affected by the w Tow away of any vehicle? in violation of the "NO Parking" signs will be handle the Police Department. The City assumes no liability in connection with mover of vehicles by the Contractor. Notwithstanding any other or concurrent notification by the City of operations Contractor will assure notification of residences and businesses of street closui Notices shall be left on or at the front door of each dwelling or commercial abutting the street to be surfaced. This shall be done two days prior to place of "NO Parking" signs. The Contractor shall be required to insert dates and esth times of closing and reopening streets to local traffic. Payment for the placement of the "No Parking" signs and notices shall be consic included in the bid price paid for asphalt concrete and no additional paymen be made therefor. Night paving and night header grinding operations, if any, shall take place bet 30. f 1 31. 32. 33. #@ 34. 35. B 8 36. 37. 1 I 8 38. 1 39. B:WLtI92014.ST U/M Rev. 1: 8. 1 8 8 8 1 I 1 1 1 !@ 8 1 I 1 1 1 I 8. I the hours of 6:OO pm and 6:OO am or at other time specified by the Utilities Maintenance Director or hk representative. Additional lighting for night paving and night header grinding operations shal supplied by the Contractor and included in the bid price for night paving and n header grinding respectively. Judgement as to adequacy or sufficiency of ligh will be the opinion of the Utilities and Maintenance Director or his representa The Contractor shall adjust designated sewer, storm drain manhole covers, rn valves and monument, sewer dead ends to finish grade. All manholes shal thoroughly cleaned of any and all construction debris which may have entered to the Contractor's operations. The contract unit price paid for these items : include full compensation for furnishing all labor, tools, equipment and incidei necessary to complete these items in place, and no additional compensation wi allowed therefor. All sewer manholes, dead ends, water valves and vault rings adjusted shall be CMWD specifications and should be billed directly to Carlsbad Municipal I4 District, 5960 El C&o Real, Carlsbad, CA 92008. Any questions in regar adjusting these facilities shall be answered by the water district. 40. t 41. U/M Rev. 1: BWLH92014.ST 1 i I 8 1 I 8 I. I I 1 1 1 I III. SPECIFICATIONS FOR TRAFFIC STRIPES AND PAVEMENT MARKINGS FOR 1992-93 PAVEMENT OVERLAY PROGRAM f 1. Standard Specifications referred to in these Specifications refer to the current edit of the Caltrans Standard Specifications and any changes thereto. Painting traffic stripes (traffic lines) and pavement markings (legends) shall confc to Section 84-1, "General", and Section 84-3, "Painted Traffic Stripes and Pavem Markings", of the Standard SDecification and these Specifications. Control of alignment and layout shall be the responsibility of the Contractor i subject to the approval by the City Traffic Engineer. Layout for striping and symbol of the pavement marking (legend) on resurfaced roads shall be based on existing striping and pavement markings or plans supplied of changes at preconstruction meeting by the Utilities and Maintenance Director or representative. Section 84-3, "Materials", of the Standard Specifications is amended to read follows: 2. 1 3. 4. "Paint for traffic stripes and pavement markings shall conform to the following State Specifications: Paint: Rapid Dry Water Borne - White and Yellow II State SDecification Number: 801 0-61G-30" 5. 6.. Glass beads shall conform to State Specification Number 8010-515-22 (Type I1 Copies of State Specifications for traffic paint and glass beads may be obtained f the Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819. PI- 1 (916) 739-2400. 7. 8. The use of solvent borne paint shall be prohibited. Thinning of paint will not be allowed. BAHLH92014.ST U/M Rev. 12/ I. I 8 I 1 D 1 i 1 i. I II 8 8 I 1 I 1 9. Paint shall be tested prior to use or the manufacturer shall provide the Utilities Maintenance Director or his representative With a Certificate of Compfiana accordance with the provisions of Section 6-1.07, "Certificates of Compliance", of Standard Specifications. Said certificate shall certify that the paint complies with specifications and that paint manufactured to the same formulation and process previously passed State testing. A list of manufacturers that have produced p meeting State specifications is available from the Transportation Laborat (Material supplied by manufacturers other than those that have manufach approved paint will require complete testing.) The first coat of paint for traffic striping and pavement markings will be applied a the asphalt has cooled during the same day. The second coat shall be complete( later than 4:OO pm the following day. The Contractor will not be required to paint the three-inch black stripe betweer two four-inch yellow stripes of a double traffic stripe. The Contractor shall be responsible for maintaining safe traffic operation througl work area. f 10. 11. 12. B:WLH92014.ST U/M Rev. 1: I. I I 1. 1 8 I I I m I 1 8 il 8 I 1 1 Icn I I I Il- I I IL 11 I IW 11 IT 10 11 I 10 I1 I 1 *- .- *- .. -- .. .I -* .- .. .. .* *- - -. I. -I -- I -1 -- I I1 I IO I lOOOOQOOOOOOOOOOOOO1 0 10 IUJ IOAI I 1 I. I. .. -- .I I- .. .. I. .. *. .. I- .. .I .. I. ..- I I- -. I I1 I 1z-Q) 10000000000000000001 0 la+: I I I -- .- -- -- -- -- -- - -- -- -- -. .. -- - -. -. -- I -- -. I I1 I 111 I10000000000000000001 0 I-PI I 1-01 I I I--cnl I IS I: IZrl I I I-%; I I I -LO :z 1- h* 4N t ]Xsf I I I i ~m00m00UJ00000000000I IUJ UJ i zsT;: I i w11I-omm b-34 ~&Ot;;;-J"~" e- 1M f -- -- I 1 1 -I ..* -* -. -- I -- *- -- -- -. -. -- -- - -. .- -. I -. *- ILO I 111 I I SI1 I I I I .. .. -. -- .I e- -. -. .. I. -- -e -a - -. .. -. I1 110LO00000000000000001 UJ I It- IUJ I IOccInLn 1- I ww I I LOm9-m I- I YI I I UXNMN I-~I I inrat I 1 1 -- .. -- -- -- -- ... -- -- .- -- -- -- -- I -- -- -- I -- -- I I1 I I 11000000000000000000l 0 IO IN I WII (.I-I I IC-1 I 1 Ill I I XI1 I I I I -- -- -- -. -- -- -- -* -- .- -- -- I- _- -- -. -- -- I -- -- I I w1 iomo 1 GB- 1 101- I -- 1 I =vlS IYII I I Lo3 I I I1 I1 I-=I I IYAI I I IU1z-1 I I 1 I .- I_ -- .- -- .- -. *- -.I -- *- -I -- -- -- -* -. -* I -. -. I I1 I I Ir- mo- rn- 11 il 1a=11 I~AI I I 10-1 I I I 1 .I -- -- -- -- -- -- -- -- ..- -- -- *- _- .- -- -- -. I -. .- 11e-I I I 1l-~1100000000000000000 I 0 0 N I I9 IM IP- IUJ IN I1 It09000000000 2 M I I ________-.__-__.__.._________._.--.- t .--- 11000000000000000000l 0 !P- 11 1 I 1100h-JrJ00ln00000000000~ lg UJ- N- cu Ir. eEi i I I 1221 I 11 I I 11 I1 II I II I I IC I1 I Lo ILL I1 11 I I I 11 I 12 c1 It II I1 11 m I 12 I1 \C IC II ILI 0 .a- ll I1 It-. II I n 11 EZ i rm a 1 I I%= I I :LOO pe wn I I 0 I1 Q I I I PI i i -a 9nZZ WI I I iwa -OZAX I IzJ-TOc__IW c I ow 1 I ICT OC 2.0 I I 0 axe I .I I I CCCO e-ao; .+= 5: I WC I I17 uo=JocLoCcII z WJWLIOIT -0 mozo I I= -coa I tC&L cn I I1 ltE*c3goz!~~~~E~E c1L3 =a= : I aacoazozz~o W~CQWI-=C~W~+O I I IIw-VIc I e1 IIOLP~ I -0 -aooa I I a o-z~~a& I IO_IOCTLT~ I I~ACOQJ~OOI-+I-I-CC~~ I I I1 - I-*ccn -rn -z I I I -Tz -_Icn=sZ I iceacna~-c~o~--c m-rncn~o I1 -+ LoozL z wm 1 IVI I t~Swa=Lrlo w=dad-i-in IC l1omoao~Ia3o3o~~1 w I I- I ~~~~az-zurn~~vnun~n.~ I aozzw+-zz uwuw~w~~ I t5 1 Iaaoucoew~zmzmmm~a a I--.I I ~~u~+ma-pe~w~~~uuuav I I I1 I 11 I 11 11 I I1 I1 11 11 I 11 11 11 I I I 1 I I I _- W U 0 0 rn 0 -1 w I ;z a I I I I ia 1 40 U UJ =3 cc c -J Lorn CfJ L -- ; >=a I I i In Cwoua .wzco~~~Zg i +I I I zw I I w2 I I 1 <I LnI W U Em I QI I I 1--1~a QV I a w -a- I 11eu-ld CL - A ucez3 I nu c -a -ac3uo I f 'ww&= COI wo I-0.C +-a cn-l I It wz I 1 I00 vu I I ~z~an~cacn-e-mamao~ IP- 1 I IU-CCCT-C zcn IT aLow I a- I ICT I WCIC iihxmm 3cn~ce awoau P I ccn~w I I~Q~~WJ~UOXO-X~CL+=I~W R;L fWWllOUA~cn-UnUUJ~~ZWQA - I e-> CTTI I azo=-+ W-LL~-C~N~U I CPQ~ICQI ~-i--.~uacccrnzw~~wmmca~ I ~XAIL~II ~wwuunrn~a~~~~~aavu~ I a e1 o=-uul I CT 0 w w LD E2 I z:c" I 2; >UJ lepc>m -ma - I I1 I1 I U ULo~f~~f:~~~~t~~Z~~r~~>~~~ f O!=? I ~:~~z~~~~~~~z~~z~~si I w IP-~I ~uuacuaua~aeuuau~~ I I. ~-mlucI1--1J--1~_I~--1~-i-lJ~~A~~__I I - >dm I r -1 I +-O-lWLI I I I I 1 I I I I1 I1 :.A in I I :ooooooooooooooooo~~ ojo I 1 -. -- -- .. -- -- .. -- -_ .. I- -. *- *- -* -* .I I1 -* -- I I B I I i 1 I I I. 1 I I I I I 1 IW It lr f1 I : -- __ -- - -- .. -- -- .. -- -- -. -- -. -- -- *- 1: -- I. ; ;gca: ~000ln000000000000011 210 I1 I!?? I "=I : WL I Ira! icm 100000000000000000~~ I 010 : -la: I ................................ ..:; .... I IB I :owbooooooooooooooo!~ MI0 I9 I= :: It IW :O I I _.____.___..__...___-__.--_------ :: .... I ILOYI ~~W-ruoooooooooooooll ziz :a=: : .................................. :: ..... : WI 1000m00000000000000 NIO 1.0 I I I .. I c ........................ I .. I: .... I lQcIl 14wb~6000000000000011 2;g 11 :z I"": f _--_-_____._I_.__.__-___-__--__.- !I --.. I :ww; I-nwbMO-000000000000011 I1 -1v) Nlm t-2: : .................................. ::-.--I Ixt-I I I1 I""; i .................................. ::....I : -= I : __I_____-.__.____..____ -- --**---- il ---- I I'" 1; .................................. I: ..... It- I-WI 1 !-0-4---0eNOOOO---~! O-Ie ;""I! .................................. It .... I :&E( I lzlz2~ I I1 I 11 1 lrnII I c1 taai I i -----..-I---------_- *-. --.----*.I :: -I-- I f IO I I I1 ICnrnI I I1 IP- IZs; I IN It iazt I 1w-I I I&lrl I 1-1 I1 I =a; I ICDW I I-II I It IYZ I It IN $1 11 lln I-~I I IOQ(1~~~~O9NOOOOOOOOOO11 11 -IN Qlcv II lr- I-.. la- I - I~I-I I I 911 ~~at~ooooooooooooooooo~~ 010 low1 I lCIl I I1 1% I1 I1 IO I10000-~00~00000'0011 -1- le I1 lcn 1 I II I1 -41- I9 1I"f I I-- I 1 8 -- _I -. -- .. -- -. *. .- .. -- .- -- *- -- -. -- 11 -- -. I -I imz: I LL~ I j~~~zNzMO~NOOOO-e~~ 11 rc) I 11 - I I I I I I I I It I I1 II -- I 11 --I 1 11 Q I I1 Cl - I1 OIC I1 +ILL I1 I1 I. I1 1- I1 IUJ I1 lcll IC IO I I I I I I I 11 I I I I I I I 1 I I I 1 1 1 I1 UJ 1 ii I1 11 II UJ I1 W I1 I 11 u 0 I1 I II u oi 11 II I I4 Id I I1 ia Ln 11 -c c 0 I 11 .cL -I II It a Q: I1 IC &I II n Q Q 11 CT n I ~m I I\Z I IUJO a wo II PC a zx 1 I .CT =Pax- I wa -OI-IL I tcz 06 +u I I 0 O-IO- I I3 uo3occnD-oa= z mwtznnz -0 mozo I I== -.-.COO- I lUJca I Iw OCOcaIrn It a 11 m I I I I I I I I 1 I I I I It z g Lo I1 n It 3 I1 .- 0 I1 -1 a II w P I1 CI w 11 w I- It 5 =3 I1 oo~aa~w~ aao II aw -11 .o .oooa 11 Cc- C UJUJ C4-l I :wrPC_lw Q I I l+CO cao; -E!= = . I I1 I I lhtza -en I I I IIW"rnI- WWZ~~IZ4Ebz!O II i 1"Z"o -xLaa I I I~~zE5~~~ool-cCCccl-~ll m Z I1 I I1 - cccrn Ln - . .Z=XlI 1 I -> ."CnQIZ I I t n I-WO-~ .wo~occca~~t I taocno~ernec-~~~~~~~m 111 I I1 c -C CnQCL I w UJ 11 :rn I i~m~axwo w~--.~~---IA--Io II IC I ~OUJO~OUJS~~O~O~~~ w11 1 I - I I aArcccmzzomkununnn -a II I (L I*LLCLILLIC'--.Zoi ~w.-.wwwlAJall I I- I ~aaO-ao~Ul~za~mmm=-~ll I td I isu~cm~~a-w~c~aacau~~ I I I I1 I I I1 I I 0 I I I1 I I I I1 I1 I I1 I w II I 11 I t-I ZI WI I sw I D-_l I a53 I I UCa I LW I I WI I LO: I I I I I I I 11 I I' UJLAI XI iaa=x~aaaaua~a~u~aa~~ I I I sEg!am~ ~~o~~ooooo~ooooooon I I1 II II I I1 11 I II LL-W I 11 I 11 I I1 "- *-Icy1 c II I1 I1 It If ll I1 I1 11 11 I1 > I1 It I1 I l"_lQ. - Q w .~C-.II I tau--)- a - I IW&I---I> ow e I I(ICT---I =-Lo wo CO .I-- +-I Cn-JIt I1 I IC10 I 1zzaa>cecn-1-mamao3 II I ~--aaa-+ nu I w I+ i isxmcp ~cn~Effla80aw un~w I ~aacncnr~o~oa~ae~nw II I ZZIWWI 1uud-12 uaurn--~~n~waa -11 WUIUJZ; IWWUUP~J~~~~=-~QUU~;; a cs W CD a II I C4-l 11 w U -2 .zEEz!: E%:ezE: ~-l~!z~~k~~E~z~zzz~%~: =-m -LDQ. - I erns II I sss, mae I I : :F=-FF~F*F*~~%.*~*F*I~ I I I1 Cd I (LIPWI l-l~--IAaA-l-l--I-l~aA-t~-I-Ill ~dwl~cl1~w~~~>~~>~~~~w~w~ll OkZT I +-*1E$I t r. 1 11 It I - f CITY OF CARLSBAD ENGINEERING DEPARTMENT 1 1. RALPH ANDERSON - UTIllTlEs 8~ MAINTENANCE DIRECTOR NO. 7 RES/ORD#- AbTii+: I.) +TlzIpl""/ r+kApw4& C*&W+ &L) 75 %e &H- a)lJ FGW.-wAy+ #\&+ LT- 14 vfliELWu3 ud 54+€3!T4 > +Tf% m 0Ve-y lq92-93 t 2.) wm REC;.TRrpf* Stw&L= L-dhNcE-+ gew vu 9p=pEz mo'.sr=:rp LU++q= L@hlpC-md@ SLqsE~d6 p=R *-rb BF c. ' L\+T-> m + OF 6 4 0 EL LAw\q6 %k%.L- *Wd - r To d.mjr P,Vl gQQod4- ==== RSp~NT 'to#qLyi' LgZ&eh\n @ keep wy. fc=FT TvaN PbLKq- (LV' a MA.t- K*rnrpN& %\y u)ttt~*,f=gzQwl I& w la ~Wur Aw--') K€%p dc,@t+bl*q-ii CeMF\cV~T\Od WbL hLT=lecN i PeAlG \z,&T'F~~~ -6 e&, 8 DATE COMPLETED BY- WHEN COMPLETED, RETURN TO: 1. Traffic Engineer ~ansportaation Division) 2e yy ---rw /r r - --r-. CITY OF CARISBAD ENGINEERING DEPARTMENT I 1. RALPH ANDERSON - UTLITES & MAINTENANCE DIRECXOR NO. 4: a 2. ROBERT JOHNSON - TRAFFIC ENGINEER c;sCr DAET 43 Cb s= bJ@T- =pq- ''o&y''~p* (3_ *ZT wy4 h!%T-wpht FaWq k IAAqpl lzv* Lqr- rvd @*q+. 1 1 P 1 ! I i I* DATE COMPLETED BY- EN COMPLETED, RETURN TO: 1. Traffic Engheer ransportation Division) 2. c >n--b / CITY OF CARLSBAD ENGINEERING DEPARTMENT 1 1. RALPHANDERX)N-UTHJTES&MAI"ANCED NO. q; c 2. ROBERT JOHNSON - TRAFFIC ENGINEER cT DA~%$~W TR# YrnR @rnTWV+ v=* -%Id- A. To Pwy Ld, w147&+ &dpw\d &%if=> 98,- VW & TO Teypy L~J. E~ - F- 7 dt? Cp~\h3ve Pou53* YkUaa To Tqpy LA. =.Cs:, LINT- 4' w.6tm v\w- k c*ITp (fo PClO F5-W % T+QL"-'M. It"WqtT& kt\w'ci DATE COMPLETED BY- rn EN COMPLETED, RETURN TO: 1. Traffic Engineer ransportation Division) 2. ir /Trip :- CITY OF CARLSBAD ENGINEERING DEPARTMENT I DAVE BRADSTREET - PARKS & RECXEA..ON DIRECI'OR ROBERT JOHNSON - TRAFmC ENGINEER 265 RES/ORD#- L45qwccVw FkxIlET- cLrp3 TUUA FikXsr <-> @ ntww7w+ +tmultJ ;; v - p7UdJi.4 -A (oO'rcg3\l~~ =: m&k* 9' % B"WHt3e-' \\ (Z~LXTk kW&= F\4. (Z)eT;TN, bxWw4" lAa+sXib wtpt-c= - - - - * --e_ - .Im I - 'Cbvbk %Ad==' \\ @) ADD (\> &D\Tak dum mie DATE COMPLETED BY- 95 kHEN COMPLETED, RETURN TO: 1. (Traffic Enrineerkq) 2. 1 I IV. SPECIFICATIONS FOR f ASPHALT RUBBER HOT MIX 1 SECTION 200 - ROCK MATERIALS 200-1 ROCK PRODUCTS 200-1.2 Crushed Rock and Rock Dust. P 8 1 1. f ” 90- 100 95-100 100 I No. 4 0-15 0- 15 5-20 I I I 1 I‘ u 200-1.2.1 Screenings Screenings when used as a cover aggregate in accordance with Section 302-3.4 shall be crushed rock and conform to the followng gradations: I Percentage Passin? Sieve Sieve Size 1/2” Coarse 3/V Coarse 3/8“ Fine 314” 100 100 *-- 3/8“ 50-70 70-85 85-100 No. 3 0-5 0-5 0-5 --- --- --- No. 16 No. 30 No. 200 0- 1 0- 1 0- 1 --- --- --- Screenings shall also meet the following requirements: Tests Test Method No. Requirements Percentage Wear (100 revolutions) ASTM c 131 10 Maximum Percentage Wear (500 revolutions) ASTM C 131 40 Maximum Film Striping Calif. 302 25 Maximum 8 Cleanness Value Calif, 227 80 Minimum .. I* I SECTION 201 - CONCRETE. MORTAR. AND RELATED MATERIALS 1 I 1 1 I 1, II. 1 I 1 I 1 I 1 201-4 CONCRETE CURLNG COMPOUND 201-4.1 General. Concrete curing compound shall be Type 2. SECTION 203 - BITVMINOUS MATERIALS 203-3 EMULSIFIED ASPHALT f 1 203-3.1 General. Tack coat material shall be Grade SS-lh. 203-10 ASPHALT-RUBBER Subsection 203-10 of the Standard Specifications is hereby deleted anc replaced by the following: 203-10.1 Generai. Asphalt-rubber shall consist of a mixture o asphalt and rubber. Asphalt-rubber shall be Type B. 203-10.2 Materiais. Tr.e Contractor shall submit test reports and certificate of compliance for the asphalt-rubber and modifier to b .. I used. 203-10.2.1 Aspha!t. The asphalt used shall be AR-400 conforming to Subsection 203-1. Any proposed change to th viscosity grade shall be submitted to the Engineer by th Contractor 45 hours prior to beginning work. The asphalt sha be modified wtfi an asphalt modifier, meeting the requiremenr of Subsection 203- 10.2.3. 203-10.2.2 Rubber. The material shall be scrap tire rubbe granulated at ambient temperature free from fabric, wires, an all other contarmnants. Rubber shall be dry and free-flowin; Calcium carbonare or taic may be added to a maximum of fou percent by weignt of rubber to prevent rubber particles fror sticking together. The rubber shall be vulcanized with a specifi gravlry between 1.15 and 1.20. In addition, rubber shall contai 25 percent rmnimurn natural rubber. Rubber material sha conform to the foilowing gradations: Sieve Size Percentage Passin3 Siet 1 No. 8 100 No. 10 100 No. 16 50- 85 Yo. 30 5-30 I* 0- 15 No. 50 f 1/4 inch. 1' I No. 200 0-1 I I i I i. i 8 1 ASTM D217 45 c 25 t I 8 1* No. 100 0- 10 No particles, irrespective of diameter, shall exceed a length of 203-10.2.3 Asphalt Modifier. An asphalt modifier shall meet the following requirements: 1 Property - Value Viscosity, SUS @ 100" F 2,500 Minimum Flash, COC, F 390 Minimum Molecular Asphaltenes, Percent by Weight 0.1 Maximum Aromatics, Percent by Weight 55 WmUM 203-10.3 Asphalt-Rubber. Asphalt-rubber shall consist of the following: Asphalt conforming to AR-4000 grade in Section 203-1, Rubbe1 conforming to Subsection 203-10.2.2, and asphalt modifier confomng to Subsection 203- 10.2.3. After reacting the AR-4000, asphalt modifier and rubber, the asphalt- rubber binder shall conform to the following requirements: 8 Test Parameter SDecification Limit: 1 Field Viscosity", Haake at 375" F in centipoise ASTM D2669 Penetration, Cone at 77" F in 1/10 MM 2,200 c 850: Resdience 77" F in percent rebound ASTM D3407 15 Minimum .. I. Test Parameter Soecification Limits Field Softening Point in degree F ASTM D36 145 k 20 8 I 8 It 1 I 1 i. 1 I I I 1 i 8 1 f * Contractor shall have available a Haake Viscometer conforming 1 to ASTM D2669. The percent of asphalt modifier shall be between 2 percent and 6 percent with a comparable decrease in the asphalt percentage to meet certain climatic conditions. Exact amount to be added will be as approved by the Engineer. The proportions of the two materials, by weight, shall be 80 k 2 percent asphalt and modifier and 20 t 2 percent rubber. 203-10.3.1 Mixing. The temperature of the blended asphalt and modifier shall be between 350" and 425" F when the rubber is added. The rubber shall be added as rapidly as possible and shall be mixed with the asphalt-modifier blend for a period of not less than 30 minutes after incorporation of all the rubber. The temperature of the combined materials shall be maintained behveen 375" and 425" F during the miXing period. Agitation or recirculation shall be adequate to provide good mixing and dispersion of the combined materials. The asphalt-rubber mixture may be used immediately following mixing. However, if the material is not to be used within three hours of mixing, the mixture shall be allowed to cool and shall be reheated to a temperature between 375" and 425" F at the time of placement and conform to Viscosity requirements. .. 203-10.4 Equipment. Equipment utilized in preparing asphalt-rubbei shall include an insulated asphalt tank capable of evenly heating tht asphalt to the proper temperature for blending with the rubber an( a mechanical blender for proper proportioning and thorough mixin{ of the asphalt and rubber. It shall include an asphalt totalizing mete I* (gallons) and a flow rate meter (gallons per minute). If the asphalt- rubber is transferred to a storage tank, the storage tank shall meet the requirements of this subsection. The mechanical blender in the distributor shall have a tachometer to measure its rotation. 1 I 1' 1 1 8 1 I. 1 1 I I t I 1 1 203-11 ASPHALT-RUBBER HOT MIX (ARHM) .. f 203-11.1 General. Asphalt-rubber hot mix shall conform to the specifications of 203-6, Asphalt Concrete, except as modified herein. Subsection 203-6.2.1 does not apply. Asphalt-rubber hot mix will be designated by class and shall conform to the requirements of this section. 203-11.2 Materials. II 203-1 1.2.1 Asphalt-Rubber Binder. The binder to be mixed with the aggregate shall conform tc Section 203-10. 203-11.3 ARHM Mixtures. Section 203-6.3.2 is modified as follows: ASPHALT-RUBBER HOT MIX (ARHM) MIXTURES Class ARHM B ARHM C ARHM D Sieve Size Min, Max. Min. Max. Min. Mazc 1" 100 314" 90 - 100 100 112" 90 - 100 100 3 / 8" 60 - 75 78 - 92 78 - 9 No. 4 28 - 42 25 - 42 28 - 4 No. 8 15 - 25 15 - 25 15 * 2 No. 30 5 - 15 5 - 15 5 -1 No. 200 0- 5 2- 7 2- Asphalt -Ru b- ber Binder (%) 7.5 - 8.4 7.5 - 8.7 7.5 - S. 203-1 1.4 Proportioning. I. Subsections 203-6.5.1 an 203-6.5.2 shall be modified by adding the following paragraph: Proportioning shall be performed using an automatic batching system, and the proportioning device shall be automatic to the extent that thc only manual operation required for proportioning all materials shal be a single operation of a switch or starter. 203-11.5 Miscellaneous Requirements. Subsection 203-6.8 shall be modified as follows: Asphait-rubber binder shall be at a temperature not less than 375" E or more than 425" F when added to the aggregate. The temperaturt of the aggregate shall not be less than 325" F at the time of addin1 the asphalt-rubber binder. 8 8 1 I 1 I 1. 1 1 1 I I' 1 8 1 f 1 1 4 a. I. 1 i IN NGN- ROLT &REAS PUCE GUARD FQ!3 NEXT TO 'd&VE tjOX ASSEMBLY ORAWING N3.22). 2 . SEE: DRAWING NO '12 t%'lR GATE L'i EXTENS iON. OF PBINT. SEE SPX!.FK'XX?% F9R FWNTI NG REQU I RE%l EKE AS mEcm w THE FNGINEER(SEE: 3. irppEIi SlDE oF ilc.Tu RECfiVE i ,: 3 j'Y.41-m~ & ccv~e M~~ED 'RECIAIMEC WATER: - 4- i 8-M CR LbSWAT WTEE WEUCFLSING - - 8 I STREET LI!Yi”G t EL CAMIN0 REAL: EL CAMINO REAL: CARLSBAD VILLAGE DRIVE: CARLSBAD BOULEVARD: DAISY AVENUE: BATIQUITOS DRIVE: LA COSTA AVENUE: ABEDUL STREET: Marron Road to Chestnut Avenue (southbound) Cxlsbad Village Drive to Marron Road (northbound) Monroe Street to Interstate 5 Tierra del Oro Street to Palomar Airport Road Batiquitos Drive to south end Poinsettia Lane to Poppy Lane Rancho Santa Fe Road to Camino de 10s Coches Persa Street to Abanto Street 1 B I i I: UNICORN10 STREET: El Fuerte Street to Persa Street Unicornio Street to Abedul Street I GRULLA STREET: Abedul Street to Unicornio Street PERSA STREET: WSPERA PLACE: ABANTO STREET: ABEDUL PLACE: CAZADERO DRIVE: AVENIDA DE LOUISA: CALLE SUSANA: Unicornio Street to end Abedul Street to Unicornio Street Abedul Street to end Abedul Street to Alga Road Avenida de Anita to end Avenida de Anita to Avenida de Louisa 1. i I I I I 1 i I. I U/M Rev. 12 B:VILH92014.ST 4 1992-93 OVERLAY U/M 93-1 EL CAMIN0 REAL MARRON ROAD southbound to CHESTNUT AVENUE 1 9 NO SCALE DESCRIPTION OF WORK 1" ASPHALT-RUBBER HOT MIX OVERLAY wf+h 1" HEADER & CROSS C 1,728 tons 287,980 sf) f 1 i 2 WATER VALVES (4TT) ESnMATED MATERIAL QUANTITIES: ASPHALT-RUBBER HOT MIX* HEADERGRIND 12,014 If 12 CROSS CUTS) FACILITIES TO BE RAISED: 2 STORM DRAINS 1 MONUMENT * The transportation of Asphalt-Rubber Hot mix to the paving operation will be done with END dumping vehicl I I -1 AREA OF OVERLAY i 4 1992-93 OVERLAY U/M 93-1 EL CAMINO REAL CARLSBAD VILLAGE DRIVE northbound to MARRON ROAD I i Noscw DESCRIPTION OF WORK 2“ OVERLAY with PETRO MAT and HEADERGRIND PETRO MAT 1 1,470 sy HEADERGRIND 5,188 If f 1,330 tons 1 10,820 sf) 2.554’ x 37.50’ + 12.5’) 1 turn pocket 726’ x 12.5’) 2 cross cuts) 1 ESTIMATED MATERIAL QUANTITIES: ASPHALT FACILITIES TO BE RAISED: 2 STORM DRAINS 1 MONUMENT 18 WATER VALVES (4ll‘) I i 1 i 1992-93 OVERLAY U/M 93-1 CARESBAD VILLAGE DRIVE INTERSTATE 5 to MONROE SlRE€r I I I I I f NOSCAU DESCRIPTON OF WORK r OVERLAY with PETRO MAT and HEADERGRIND ESTIMATED MATERIAL QUANTITIES: ASPHALT 1,307 tons 217,750 sf) 18.61 1 sy 1,350’ x 50’1 PETRO MAT HEADERGRIND 6,830 If 2 cross cuts FACluTlES TO BE RAISED: 5 STORM DRAINS 5 MONUMENTS 25 WATER VALVES (4lT) I. pmq AREA OF OVERLAY I 4 1992-93 OVERLAY U/M 93-1 CARLSBAD BOULEVARD TlERRA DEL OR0 to PALOMAR AIRPORT ROAD I I I 1 I I I 1 I. I I B I 1 I I I f NO SCMT TRASH DAY: MONDAY DESCRlPTlON OF WORK: r OVERLAY with PETRO MAT and HEADERGRIND ESTIMATED MATERM QUANTITIES: ASPHALT 2,375 tons 198,000 sf) PETRO MAT 1 1,112 sy ),OW' x 25'1 HEADERGRIND 8,096 If 2 cross cuts FAClUTlES TO BE RAISED 12 STORM DRAINS 1 MONUMENT 10 WATER VALVES (4TT) I. my AREA OF OVERLAY 4 1992-93 OVERLAY U/M 93-1 DAISY Am BAllQUlTOS DRM to south end I I 1 1 NO SCAU TRASH DAY: THURSDAY f DESCRIPTION OF WORK: 2" OVERLAY with PETRO MAT and HEADERGRIND PETRO MAT 9,389 sy HEADERGRIND 6,797 If 11 MONUMENTS 750 tons 125.060 sf) 3,380' x 25') i 1 cross cut) ESTIMATE0 MATERIAL QUANTITIES: ASPHALT FACILITIES TO BE RAISED: 1 STORM DRAIN I 35 WATER VALVES (4TT) 8 I 1. mq AREA OF OVERLAY 4 1992-93 OVERLAY U/M 93-1 BATIQuITOS DRmE POINSEITA LANE to POPPY LANE 1 I 1 1 B Nosm. TRASH DAY: THURSDAY f DESCRIPTION OF WORK 2" OVERLAY and HEADERGRIND 92,400 sf) HEADERGRIND 3,693 554tons If I 2 cross cuts) 11 MONUMENTS 10 WATER VALVES (4TT) ESTIMATED MATERIAL QUANTITIES: ASPHALT FACIllTlES TO BE RAISED 0 STORM DRAIN 8 B 1. mg AREA OF OVERLAY 1992-93 OVERLAY U/M 93-1 LA COSTA AVENUE RANCHO SANTA E ROAD to CAMINO DE LOS COCHES I 1 I I Na TRASH DAY: FRIDAY t DESCRIPTION OF WORK 2" OVERLAY wlth PETRO MAT and HEADERGRIND ESTIMATED MATERIAL QUANTITIES ASPHALT 930 tons {141,112 sf) ~ PETRO MAT 13,889 SY 2,500' x 50' HEADERGRIND 5,124 If 2 cross cuts FACILITIES TO BE RAISED: 1 STORM DRAIN 5 MONUMENTS 1 0 WATER VALVES 1 I I I 4 1992-93 OVERLAY U/M 93-1 ABEDUL STREET PERSA STREn to ABANTO STREET I 1 ! 1 I i I b R@ I 1 1 I 1 1 e I I Now TRASH DAY: THURSDAY t DESCRIPTION OF WORK f OVERLAY and HEADERGRIND 34,650 sf) HEADERGRIND 2,100 416 tons If I 0 cross cuts) ESTIMATED MATERIAL QUANTITIES: ASPHALT FACILITIES TO BE RAISED: 0 STORM DRAINS 6 MONUMENTS 1 WATER VALVE (4TT) I pm AREA OF OVERLAY 1992-93 OVERLAY U/M 93-1 UNICORNIO STREET 1 1 1 1 I 1 I lo I i 1: I I I 1 B bl!! EL NERTE !jTREEI' to PERSA mEET TRASH DAY: THURSDAY 1. DESCRlPnON OF WORK 2" OVERLAY with PETRO MAT and HEADERGRIND PETRO MAT 7,245 sy 1,608, x 25'{ HEADERGRlND 5,286 If 2 cross cuts ESTIMATED MATERIAL QUANTITIES: ASPHALT 1,096 tons 91.280 sf) FACILITIES TO BE RAISED: 1 STORM DRAIN 7 MONUMENTS I 9 WATER VALVES (ROUND) p?u AREA OF OVERLAY I* 4 1992-93 OVERLAY U/M 93-1 PERSA STREET UNICORN10 STRm to ABEDUL STf?En 1 1 1 I I I 1 I. I 1 B I I I I I NO SCN TRASH DAY: THURSDAY t DESCRImON OF WORK 2" OVERLAY wlth PETRO MAT and HEADERGRIND 18,744 sf) 1,136 225tons If t 0 cross cuts) ESTIMATED MAfERlAL QUANTITIES: ASPHALT PETRO MAT HEADERGRIND 0 STORM DRAINS 1 MONUMENT FACILITIES TO BE RAISU). R 1 WATER VALVE (ROUND) I. my AREA OF OVERLAY ~ 1992-93 OVERLAY U/M 93-1 GRULLA STREET ABEDUL STREET to UNICORN10 SIR= I 1 I 1 1 1 I 1 E. t 1 I I 1 I 1 1 NO SCA TRASH DAY: THURSDAY f DESCRIPTION OF WORK 2" OVERLAY and HEADERGRIND 23,030 sf) t 1 cross cut) 1,351 277tons If ESTIMATED MATERIAL QUANTKIIES: ASPHALT HEADERGRIND FAClllTlES TO BE RAISED: 0 STORM DRAINS 2 MONUMENTS 3 WATER VALVES (ROUND) I;. kmq AREA OF OVERLAY I D 1 I I I I 1 Io 1 R I I 1 1 1 I 4 1992-93 OVERLAY U/M 93-1 VISPERA PLACE UNICORN10 STREET to end NOSCAL TRASH DAY: THURSDAY f DESCRIPTION OF WORK: 2* OVERLAY and HEADERGRIND 11,958 sf) 765 144tons If t 1 cross cut) ESTIMATED MATERIAL QUANTITIES: ASPHALT HEADERGRIND FACILITIES TO BE RAISED: 0 STORM DRAINS 2 MONUMENTS 1 WATER VALVE (ROUND) I. pmg AREA OF OVERLAY 0 0 Z LT 0 z I I 3 t 1 1 \ f 1 8 &4 I 1 1 1 1 1 f srR4T \ f i S I I 1 1 I 1 1. 1 1 1 I 1 1 1 I 4 1992-93 OVERLAY U/M 93-1 CAZADERO DRIVE ABEDUL STREET to ALGA ROAD NO so TRASH DAY: THURSDAY t DESCRIPTION OF WORK 2" OVERLAY and HEADERGRIND 4,366 sf) 2:::;ms [ 0 CrOlS Cub) ESTIMATED MATERIAL ~um-rms: ASPHALT HEADERGRIND FACILITIES TO BE RAISED: 0 STORM DRAINS 0 MONUMENTS 0 WATER VALVES I I. p?g AREA OF OVERLAY 4 1992-93 OVERLAY U/M 93-1 AVENIDA DE LOUISA AVENIDA DE ANITA to end il u I I I I 1 1 II. 1 I 1 I I 1 i I Now TRASH DAY: WEDNESDAY f DESCRIPTION OF WORK 2* OVERLAY and HEADERGRIND 69,960 sf) HEADERGRIND 4,273 420tons If t 1 cross cut) ESTIMATED MATERIAL QUANTITIES: ASPHALT FACILITIES TO BE RAISED: 2 STORM DRAIN 0 MONUMENTS 26 WATER VALVES (4TT) pmg AREA OF OVERMY I. 1 8 I I B I I i i. i I i 1 II I t i 1992-93 OVERLAY U/M 93-1 CALLE SUSANA AVENlDA DE ANITA to AVENlDA DE LOUISA NOSCAL TRASH DAY: WEDNESDAY i. DESCRIPTION OF WORK 2" OVERLAY and HEADERGRIND ESTIMATED MATERIAL QUANTITIES ASPHALT 27,060 sf) HEADERGRIND 1 .A;; ;?"' { 1 cross cut) FACILITIES TO BE RAISED: 0 STORM DRAINS 4 MONUMENTS 0 WATER VALVES - d 5 I s I. mq AREA OF OVERLAY April 19, 1994 Daley Corporation and California Commercial Asphalt Corp. J.V. P.O. Box 609018 §an Diego, CA 92160-9018 Re: Bond Release - 1992-93 Pavement Overlay Program - Cont. No. U/M 93-1 The Notice of Completion for the above-referenced project has recorded. Therefore, w hereby reducing the Faithfid Performance Bond to 75% of the original amount. P consider this letter as your notification that Golden Eagle Insurance Company Fai Performance Bond No. SUR 153062 is hereby reduced to $155,980.05. A copy of the recorded Notice of Completion is enclosed for your records. &*- Assistant City C Enc. c: Michele, Eng. Golden Eagle Ins. Co. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-: *m" =I @p +$ =$3J%&m$lp n P% ~ h?, 3 A$;%= %,si,.% 7- L2-5&$+1994 ai -z i 0 1968 Recording requested by: *' CITY OF CARLSBAD - r - ppr ,- $Fr;[T;1 I.-- 'b -'LI I L-- %lfii~ % * When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 Space above for Recorder's Use NOTICF OF~~~COhwl FTION Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the prc hereinafter described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Calii 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on December 27,1993 The name of the contractor, if any, for such work of improvement is Dalev Corpoi The property on which said work of improvement was completed is in the C Carlsbad, County of San Diego, State of California, and is described as follows: - 1999-93 Pavement Overlay Pr0-M 93-1 e 8. The street address of said property is "E /, (lf none assigned, insert 'IN( Utilities & Maintenance Director VERIFUCATION OF CITY CLERK I, the undersigned say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbac 92008; the City Council of said City on = 315 , 1994, accepted the a described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on db , 1994 at Carlsbad, California. B \ CITY OF CARLSBAD Aletha L. gautenkranz, City Clerk Karen R. Kundtz, Assistant City ClerC " $- I J . &. . . : ,, ;,f - .d," r', . ,{( , ,"%. ,,.;. 2.' . -:. - i 'e e 'L 4, __ f .-., 0 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 J Our staff has determined that the recordation of this document of benefit to the City; therefore, it is requested that the fees waived. Thank you for your assistance in this matter. ' KRK:i.jp Enclosures 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2 c 9 Hecording requested PY: CITY OF CARLSBA When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 .- 0 Space above for Recorder’s Us