HomeMy WebLinkAboutDaley Corporation; 1989-10-06; U/M 26+.- 1
4
CITY OF CARLSBAD e
San Diego County
Cal i forni a
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
for
1988-89 STREETS OVERLAY PROGRAM
0
CONTRACT NO. U/M - 26
*
1
6
TABLE OF CONTENTS #-
ITEM 1
NOTICE INVITING BIDS
PROPOSAL .................................
BIDDER’S BOND TO ACCOMPANY PROPOSAL ....................
DESIGNATION OF SUBCONTRACTORS .......................
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY ..............
BIDDER’S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE ...........
0 ...........................
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .......................
CONTRACT ................................
CONTRACTOR‘S CERTIFICATION OF AWARENESS OF .I
WORKERS’ COMPENSATION RESPONSIBILITY ................
CONTRACTOR’S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 .............
CONTRACTOR’S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM .....................
LABOR AND MATERIALS BOND
PERFORMANCEBOND ............................
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION .......
SPECIAL PROVISIONS ...........................
SPECIFICATIONS FOR STREETS OVERLAY ....................
STREET LISTING FOR STREETS OVERLAY ....................
AREAMAPS ................................
SPECIFICATIONS FOR TRAFFIC STRIPES & PAVEMENT MARKINGS ..........
STRIPINGSCHEDULE ............................
PAVEMENT MARKINGS SCHEDULE ........................
0 ........................
e
<-'fi '
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS 0
Sealed bids will be received at the Office of the Purchasing Officer, City H 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 5th day of Septem
1989, at which time they will be opened and read for performing the work for 1988-89 Streets Overlay Program, CONTRACT NO. U/M - 26.
The work shall be performed in strict conformity with the specificat therefore as approved by the City Council of the City of Carlsbad on file the Utilities and Maintenance Department. The specifications for the work s consist of the latest edition of the Standard SDecifications for Public W Construction, hereinafter designated SSPWC, as issued by the Southern Chap of the American Public Works Association. Reference is hereby mad€ specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-o businesses.
No bid will be received unless it is made on a proposal form furnished by Purchasing Department. Each bid must be accompanied by security in a form amount required by law. The bidders' security of the second and third lowest responsive bidders may be withheld until the contract has been f executed. The security submitted by all other unsuccessful bidders shal returned to them, or deemed void, within ten (10) days after the contrac awarded. Pursuant to the provisions of law (Public Contract Code, Sec 22300), appropriate securities may be substituted for any obligation requ by this notice or for any monies withheld by the City to ensure performance u this contract. If Contractor elects to use an escrow agent, Section 1026 the Public Contract Code requires monies or securities be deposited with S Treasurer or a state or federally chartered bank in California.
The documents which must be completed, properly executed and notarized are
0
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience
All bids will be compared on the basis of the Engineer's Estimate. The estin quantities are approximate and serve solely as a basis for the compariso bids. The work is anticipated to place during October and November, 1989, and take approximately twenty workdays to complete.
No bid shall be accepted from a Contractor who has not been license( accordance with the provisions of State law. The Contractor shall state hi her license number and classification in the proposal. The follc classifications are acceptable for this contract:
If the Contractor intends to utilize the escrow agreement included in contract documents in lieu of the usual 10% retention from each payment, t
The Engineer's Estimate is $360,000.
A, C-12, C-32.
0
fi
..
documents must be completed and submitted with the signed contract. The esc agreement may not be substituted at a later date,
One set of plans, special provisions and contract documents may be obtainec the Purchasing Department, City Hall, Carlsbad, California, at no cost licensed contractors, additional sets may be obtained for a non-refundable of $8.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to w any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker neede execute the contract shall be those as determined by the Director of Indust Relations pursuant to Sections 1770, 1773 and 1773.1 of the California L Code. Pursuant to Section 1773.2 of the California Labor Code, a current 1 of applicable wage rates is on file in the Office of the Carlsbad City C11 The Contractor to whom the contract is awarded shall not pay less than the specified prevailing rates of wages to all workers employed by him or her in execution of the contract.
The Prime Contractor shall be responsible to insure compliance with pr6vis of Section 1777.5 of the California Labor Code and Section 4100 et seq. of Public Contract Code, "Subletting and Subcontracting Fair Practices Act".
The provisions of Part 7, Chapter 1, of the California Labor Code commenl with Section 1720 shall apply to the Contract for work.
A pre-bid meeting will be held on August 28, 1989 at 3:OOPM at the Utilities Maintenance Administration Conference Room, 2075 Las Palmas Drive, Carlsbal
A tour of the project site(s) should be made prior to the prebid meeting.
Bidders are advised to verify the issuance of all addenda and receipt the one day prior to bidding. Submission of bids without acknowledgement of add1 may be cause for rejection of bid.
Bonds to secure faithful performance of the work and payment of laborers materials suppliers each in an amount equal to one hundred percent (100%) fifty percent (50%), respectively, of the Contract price will be required work on this project.
The Contractor shall be required to maintain insurance as specified in Contract. Any additional cost of said insurance shall be included in the price.
Approved by the City Council of the City of Carlsbad, California by Resolu
No. (77-27-3 , adopted on the /sT- day of Au G~S~ , 19 89 .
t
0
Date 4 Ai d !PB9 Afk%?f? RkEN#A-\
e
CITY OF CARLSBAD
0 CONTRACT NO. U/M - 26
PROPOSAL
1
City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008
The Undersigned declares he/she has carefully examined the location of the w read the Notice Inviting Bids, examined the Contract documents, P1 Specifications and Specifications and hereby proposes to furnish all la materials, equipment, transportation and services required to do all the i to complete this Contract in accordance with said Contract documents,. P1 Specifications, and Special Provisions and that he/she will take in full pay1 therefor the following unit prices for each item complete, to wit:
Item Item Description with Prices or Quantity Price TO _(fiqures) Jfiqu
Approximate Unit
No. Lumo Sum Price Written in Words 81 Unit
1 Asphalt Concrete, type 1-C-AR-4000, complete in place at fh~ew wved
per ton.
Night paving asphalt concrete type 1-C-AR-4000, complete in place at
e
2 11 4 Ed 7,834 Tons 27 Dollars and do ih-
2
4. /
c l@Qn)7Y BJWT Dollars and
As Cents per ton. 1,236 Tons ' ;z '*?
3 Header grinding, complete in place
at 0 h) 8 Dollars and 9 Lo 4.
p1fi77 Cents per lineal foot. 2,516 L.F. /. L
4 4 Night header grinding, complete in
place at 0 Jdd Dollars and # 00 1. -
*+sa4
4
tdo Cents per lineal foot. 4,552 L.F.
5
5 Petro Matting, complete in place at do Dollars and
EJtNyy Cents per square yard.
Layout and replace traffic stripes and pavem~~~~~~~~~,S,,pl ete in
and r30 Cents. Lump Sum 221 ~~6'*
67,665 Sq. Yds. 07
6
$ place at *Y HWSA- Dol 1 ars eQT c
.
Approximate Unit Item Item Description with Prices or Quanti ty Price TO No. LumD Sum Price Written in Words & Unit (fiqures) (fiqu
7 Adjust manhole covers, complete
0
9 6 in pl ace at f~ &-A* Dol 1 ars and b Cents each. 25 Each ;700.
Adjust monuments and sewer dead ends complete in place at
4 b,”
8
OUL &1.bR~~~Q7*~Pfgol1 ars and
AD Cents each. 17 Each %3.O0 #Z,(
0
Total amount of bid in words:
ma 3aLc / /kE4 hdbRGa ‘T;YtS73f E/GNT fNok&sA@b Yt&v t%i14~~~ SqV*Jsv
I
OB
Total amount of bid in numbers: $
Addendum( a) No( s) . included in this proposal.
3 3 8: 2 7-5 -
dOJ g has/have been received and is,
n A$/i y+ & i i
‘1
(
pJJ
e
# All bids are to be computed on the basis of the given estimated quantitie: work, as indicated in this proposal, times the unit price as submitted by bidder. In case of a discrepancy between words and figures, the words st prevail. In case of an error in the extension of a unit price, the correc extension shall be the calculated and the bids will be computed as indici above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections crossed and typed or written in with ink and must be initialed in ink by a pel authorized to sign for the Contractor.
The Undersigned has checked carefully all of the above figures and underst, that the City will not be responsible for any errors or omissions on the F of the Undersigned in making up this bid.
The Undersigned agrees that in cases of default in executing the requi contract with necessary bonds and insurance policies within twenty (20) days f the date of Award of Contract by City Council of the .City of Carlsbad, proceeds of check or bond accompanying this bid shall become property of the ( of Carlsbad.
Licensed in accordance with the Statutes of the State of California provic for the registration of Contractors, License No. C1 assi f i cation( s)
The Undersigned bidder hereby represents as follows:
1.
e
i
4’46
That no Council Member, officer, agent or employee of the City of Carl: is personally interested, directly or indirectly, in this Contract, or compensation to be paid hereunder; that to representation, oral or writing, of the City Council, its officers, agents or employees has indu him/her to enter into this Contract, excepting only those contained in t form of Contract and the papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm corporation making a bid for the same work, and is in all respects f and without collusion or fraud.
a
Accompanying this proposal is ~:.~-%cw~. (Cash, Certified Check, Bond or Cashier’s Che for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Califor Labor Code which require every employer to be insured against liability worker’s compensation or to undertake self-insurance in accordance with provisions of that Code, and agrees to comply with such provisions bef commencing the performance of the work of this Contract.
*
----_I_--___- - --- 1_-- --__I_ "--.--I- __- __ I__-----^ -~--1_1_1
--ll-_s _--. I- _-__--I_-___- I --
day of September , in th On this 5th
before me, the undersigned, a Notary Public in and for said State, persc
Iss STATE OF CALIFORNIA
COUNTY OF San Diego
Thomas D. Shaddox
%ax
NOTAR? PUBLIC. CALIFORNIA , personal
PRlNCtPAl OFFICE tN (or proved to me on the basis of satisfactory evidence) to be the persons wI
within instrument as Vice President w
Xmmsof the Corporation therein named, and acknowledged to me that
executed it pursuant to its by-laws or ion of its board of directors
WITNESS my hand and official seal
ACKNOWLEDGMENT-Corp -Pres & Sec -WoIcolIs Form 222CA-Rev 11 83
01983 WOLCOTTS INC (price class 8 2)
I_ ---..Li------- -_______--
I
The Undersigned is aware of the provisions of the California Labor Code, I 7, Chapter 1, Article 2, relative to the general prevailing rate of wages
each craft or type of worker needed to execute this Contract and agrees to COI with its provisions.
PhoXe Number Bidder’s Name
*
i 0 $4- 7.83 - d\o\
O1-2 - 233
DALU ~~~~~~~~~~~
Date
Authorized Signature
Type oP Organization Bidder‘s Address
(Individual, Corporation or Partnership
List below names of President, Secretary, Treasurer and Manager, i
corporation; and names of all partners, if a partnership:
“3w a\Ba sB.QE\m
0
t (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED.
(CORPORATE SEAL)
/‘
8
4
e
R
day of September , in t On this 5th
before me. the undersigned, a Notary Public in and for said State, per
COUNTY OF
w
, person
(Or proved to me on the basis of satisfactory evidence) to be the persons b
within instrument as Vice President w
DONNA ENGLISH
PRfhfCtPN OFFICE IN NOIAUt WUL11, CAlIFOUNlA
4 P*
c
BIDDER’S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS: *
an amount as follows: (must be at least ten percent (10%) of the bid amoun
TNh3-y Fivr THO US^^^ 30 LLAN
I
for which payment will and truly made, we bind ourselves, our heirs, execut
and administrators, successors or assigns, jointly and severally, firmly
these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of above-bounden principal for the 1988-89 Streets Over1 ay. Program, Contract U/M - 26, in the City of Carlsbad, is accepted by the City Council of said Ci and if the above bounden Principal shall duly enter into and execute a Contr including required bonds and insurance policies within ten (10) days from date of Award of Contract by the City Council of the City of Carlsbad, bc
duly notified of said award, then this obligation shall become null and v( otherwise, it shall be and remain in full force and effect, and the am( specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individual, is agreed that the death of any such Principal shall not exonerate the Sur
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seal this 5d day
0
SEPTEm&G-A- , 19 gci .
Corporate Seal (If Corporation) I_-
THE AMERZCAN ~~~~~~~~~ ~~~~~~
* tHOtA4S 9. SHXDDOX, V!CE P3rrS:XNT
s (NOTARIAL ACKNOWLEDGEMEN EXECUTION BY ALL PRINCI AND SURETY MUST BE ATTACH
t
(ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) (CORPORATE SEAL)
e
(I*
?
A7TORFaY < -, a THE AMERICAN INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and en laws of the State of New Jersey. and having its principal office in the City and County of San Francisco. California. has made. sppointeid. and does by these presents make. constitute and appotnt
JACK G. LUPIEN, DALE G. HARSHAW, SIOUX MUNYON, H. E. HARRIMAN, JR.
and DEBRA J. NIEMEYER
* int12 ar ptyeiallj 0 its true and lawful Attorney(s)-in-Fact. with full &er an au ori y ere y co erred in its name. place and stead. to execute. seal. a ------- -- -- ---- - deliver any and all bonds. undertakings. recognizances or other written obligations in the nature thereof
and to biind the Corporation thereby as fully and to the same extent as if such bonds were signed by the Resident. sealed with the corp Corporation and duly attested by its Secretary. hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the prc~
This power d attorney is granted pursuant to Article V111. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPI force ami effect.
"Af!kk 'VIII. Appointment and AuthorityAsJist.nt secretaries, and Attorney-in-Fact rad Agents to accept Legal Process dnd Make Appear
Scaioa~ 30. Appointment. The Chairman of the Board of Directors, the President. any Vice-President or any other person authorized
Ducctors. the Chairman of the Board of Directors. the President or any Vice-President, may, from time to time, appoint Resident Ass urd Attorneys-&Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appear;
bcbalf of the Corporation.
. Section 31. Aulhority. The Authority of such Resident Assistant Secretaries. Attorneys-in-Fact, and Agents shall be as prescribed i
cvidcnciag thcu appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board o
any pcnon empowered to make such appointment."
This power of attorney is signed and scaled under and by the authority of the following Resolution adopted by the Board of Di; AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Rcsolutic amended or repealed:
"RESOL.VED. that the signature of any Vice-Resident. Assistant Secretary. and Resident Assistant Secretary of this Corporation. and Corporatiion may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate rela facsimile, and any power of attorney. any revocation of any power of attorney. or certificate bearing such facsimile signature or facsim valid and binding upon the Corporation."
IN WITNESS WHEREOF. THE AMERICAN iNSURANCE COMPANY has caused these presents to be signed by its Vice-Preside
and its corporate seal to bc hereunto affixed this 28th day of May 19- . 85
THE AMERICAN INSURANCECOMPANY LLQ U'JJA!! (8
+... /'.' *r&- CO+ Yicc-Rc-idcnt BY 12
SWEOF CALIFORNIA
C!OU"lY OF MARIN
85 Richard Willi
} =e
On this - 28th dayof May , 19 - . before me personally came to me known. who. being by me duly sworn. did depose and say: that he is Vice-President of THE AMERICAN ISSURANCE COS1 poration described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to thc is such corporate seal: that it was SO affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like
IN WITNESS WHEREOF. I have hereunto set my hand and affixed my official seal. the day and year herein first ahove written.
%
~UIlnlHUUIIlnUI~tnit@n~illlt8ttn@~@n~HI~~~~~~ OFFICIAL SEAL I I &@ SUSIE K. GILBERT I
0 L, ~tir)t* ~fh'cc in hrin cwntr H 5 Mr bmmbrion Ex;k Nor. 17. 1988 t
- dd&&<
W<*.f? PuMli NOTARY WWC - CALIFORNIA 5
CERTlFlCATE ~~~~~~~~~8~I~~l?~II~llI~8I~~~~~~lI~K~f~I~~~8I~8l~Il@~I~
1 Sa
:STATEOF CALIFORNIA
lCOuMy OF MARCN
I, the un'dersigned. Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation. DO TIFY that the foregoing and attached POWER OF AlTORNEY remains in full force and has not been revoked; and furthermore that I tions 30 and 31 Of the By-laws of thecorporation, and the Resolution of the Board of Directors. XI forth in the Power of Attorney, are nou i
:' Signed1 and sealed at the County 0: Marin. Dated the 5th day of September - D E- . *$?fc+ . **.. . qg.
$3.. e 0 5; *m'CO+ ....., .... e7 Resident Asiuant Sccrriiq
son 1 -1TA-581
i
DESIGNATION OF SUB-CONTRACTORS
The Undersigned certifies he/she has used the sub-bids of the following lil contractors in making up his/her bid and that the sub-contractors listed 1 be used for the work for which they bid, subject to the approval of the Utili and Maintenance Director, and in accordance with applicable provisions of specifications and Section 4104 et seq. of the Public Contract Code - "Sublet and Subcontracting Fair Practices Act". No changes may be made in these contractors except upon the prior approval of the Utilities and Mainten Director of the City of Carlsbad. If no subcontractors are listed, Contractor agrees that he/she is fully qualified to and will perform the WI The following information is required for each sub-contractor. Additional p can be attached, if required:
Items of Complete Address Phone F Work Full ComDanv Name with ZiD Code w/Area (
rnh?Atd~< Cotldmf ~T&~P~JC okUfJGS,cA 7.2668 hu) 639-4
0
/8S d- PIXLey
3&/ A), UALS AUT.
#b
liC3 +% 4fiGeICAJ CLa &ArJlrJC 6SCodrlrbo 92025 64741
0
0
, in t On this 5th
before me, the undersigned, a Notary Public in and for said State, pers
day of September
Iss
Thomas D. Shaddox
ai%F
, persona
(or proved to me on the basis of satisfactory evidence) to be the persons vt
within instrument as Vice President w
Xmof the Corporation therein named, and acknowledged to me tha
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal
ACKNOWLECGMENT-Carp -Res 6 Sec -Wolcons Form 222CA-Rev 11 83 L 01963 WOLCOTTS INC (pnca class 8 2)
r
3
DESIGNATION OF SUB-CONTRACTORS (continued)
The bidder is to provide the following information on the sub-bids of all listed sub-contractors as part of the sealed bid submission. can be attached, if required.
Full ComDanv Name
Additional pa
Business Amount o License No.* Bid ($ or
0
Type of State Carlsbad Contracting License & No.
0
* Licenses are renewable annually. If no valid license, indicate "NON Valid license must be obtained prior to submission of signed contracts
I
3,\::y ~~~~~~~~~~~
I Bidder's Company Name
?.a --__
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.)
(CORPORATE SEAL) B i dd e r"%o% 1 et??&%
fl
0
day of September , in tt
COUNTY OF San Diego
On this 'th
before me, the undersigned, a Notary Public in and for said State, pers Thomas D. Shaddox
HF
, persona
(or proved to me on the basis of satisfactory evidence) to be the persons VI
within instrument as Vice President w
XE$mof the Corporation therein named, and acknowledged to me tha
J
Y
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed statement of his, financial responsibility or financial statement.
0
3 &E= PfiQws3 hhpoh) (Lzc~,T€sT-
m
1
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED. )
(CORPORATE SEAL)
@
_- ___I______ ~ -_--- ~ -------- "ll__- --_--- -- I__ _lll___ ---_- "~----_I_ --=-
day of Septemb~r , in th On this 29th
before me, the undersigned, a Notary Public in and for said State, persc
Iss
-C=&e/----> q x Daniel G. Dangel oLt ICIAI v A
, personal
(or proved to me on the basis of satisfactory evidence) to be the person-
subscribed to the within instrument, and acknowledged to
executed it
WITNESS my hand and official seal
c. &k(yC> I / -4 o./&dcd@/
// Notary Public in and for said State ACKNOWLECGMENT-General-Wolcotts Form 233CA-Rev 5 82 1,
OLCOTTS INC (price class 8 2)
---ll_l~ip-__II- -_____- _.______-_.- - -_- -- I- -_ _-. ___I. I-~ I__ - --_ -- l-i -~~-- ----I -__i -
I--_ I_~-~____ ---- ~
Daley Corporation
Balance Sheets
December 31,1988 and 1987 0
- 1 988 - 1'
Cash $ 3,600277 365
Costs and estimated earnings in excess of
Assets
Current assets:
Receivables ( note 2 ) 8,047,452 8rn
billings on uncompleted contracts ( note 3 1 244361 21 Other assets ( note 6 ) 1,027,641 9f
Receivables ( note 2 1 3,960,146 19
Property and equipment, net ( note 4 1 5,123,907 4sJ Red estate investments ( notes 5 and 8 )
Other assets ( note 6 ) 723$852
Total current assets 12.919.731 u
50,528,481 5039
$73,255850 6881 - -
Liabilities and Stockholder's Eauitv
Accounts payable, tax and other liabilities
Billings in excess of costs and estimated
Current liabilities:
( note71 6,819,465 727:
earnings on uncompleted contracts (note3 ) 2,972,730 2m:
Current maturities on long-term debt ( note 8 1 . 937* 60 Total current liabilities 10.729.743 9.9T 0
Notes payable ( note 8 ) 41,951,428 39,071
Other liabilities, principally deferred taxes ( note 7 ) 453,982 u
Total liabilities 53.135.153 a.3z
Stockholder's equity:
Capital stock, authorized 2,000 shares; issued
Additional paid-in capital 1,440,Ooo 1 ,44C
Retained earnings 18.480.697 16,8801 Total stockholder's equity 20,120,697 18,44:
and outstanding 407 shares at stated value 200,000 20(
Commitments and contingendes ( note 12 1 - $73255850 68me - - r
Vice President - Finance
Daley Corporation
Daniel G. Dangel
See accompanying notes to balance sheets
1
t
day of September , in t On this 5th
betore me, the undersigned, a Notary Public in and for said State, per<
lSS
Thomas D. Shaddox w
, person
(or proved to me on the basis of satisfactory evidence) to be the persons v,
within instrument as Vice
X-of the Corporation therein named, and acknowledged to me tha
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal
President w
ACKNOWLEUGMENT-Corp -Pres 8 Sec -Wolcans Form 222CA-Rev 11 83 1~ Q1983 WOLCOTTS INC (price class 8 2)
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to that incli in the proposed Contract which the Bidder has successfully performed and ( references, with telephone numbers, which will enable the City to judge Bidder’s responsibility, experience and skill. An attachment can be used notari zed/seal ed.
0
0
I
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED. )
(CORPORATE SEAL)
U. e
On this day of September , in tl
before me. the undersigned, a Notary Public in and for said State, pers
5th
Thomas D. Shaddox
, persona
(or proved to me on the basis of satisfactory evidence) to be the persons w
within instrument as Vice
executed it pursuant to its by-laws or a r
WITNESS my hand and official seal.
of its board of directors
L
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID *
State of Cal ifornia 1
County of SA~FXI.~:~~ )
) ss.
--TNO~URS -32 * 53-RhbWX , being first duly sworn, depc
(Name 1
and says that he or she is \/GJd-?-s \AT (Title) the party making
foregoing bid that the bid is not made in the interest of, or on behalf of, undisclosed person, partnership, company, association, organization, corporation; that the bid is genuine and not collusive or sham; that the bid has not directly or indirectly induced or solicited any other bidder to put a false or sham bid, and has not directly or indirectly colluded, conspir connived, or agreed with any bidder or anyone else to put in a sham bid, or t anyone shall refrain from bidding; that the bidder has not in any mann directly or indirectly, sought by agreement, communication, or conference w anyone to fix the bid price, or of that of any other bidder, or to fix overhead, profit, or cost element of the bid price, or of that of any ot bidder, or to secure any advantage against the public body awarding the contr of anyone interested in the proposed contract; that all statements contained the bid are true; and, further, that the bidder has not, directly or indirect submitted his or her bid price or any breakdown thereof, or the contents there or divulged information or data relative thereto, or paid, and will not pay, fee to any corporation, partnership, company association, organization, depository, or to any member or agent thereof to effectuate a collusive or s bid.
I declare under penalty of perjury that the foregoing is true and correct
(J JNamekf Firm1
0
that this affidavit was executed on fjrIcc" day of L Z'U>*
I
1
I
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED)
(CORPORATE SEAL)
I e
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL John Burnham & Company NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE I EXTEND bR ALTER THE COVERAGE AFFORDED BY THE POLICIES 610 West Ash Street
P.O. Box 2910 COMPANIES AFFORDING COVERAC
SUECODE LETTER A Argonaut Insurance Compan
San Iliego, CA 92112-4215 - x 111 111 I I" I
COMPANY
COMPANY B LETTER
Dale]! Corporation COMPANY LETTER c Grantvi lle Stat ion __ - _-- 111
P.O. Box 20188 COMPANY 92120-0188 LETTER D
- -- PAID CLAIMS.
I I I 111 I
ALL LIMITS u POLICY EFFECTIVE POLICY EXPIRATION DATE (MWDDIYY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER
LL7 749 0002 011 " 5/01/89 5/01/90 GENERAL AGGREGATE ..
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGGRE
PERSONAL 8 ADVERTISING IN.
-I-_- - -_____ I
OWNER'S B CONTRACTOR'S PROT EACHOCCURRENCE - ---1 I II I - ~
FIRE DAMAGE (Any one lire)
MEDICAL EXPENSE (Any one pt
AUTOMOlllLE LIABILITY BA77490002012 5/01/89 5/01/90 :P,",",:"ED ~
LIMIT
I"II -dm I I 11" ALL OWNED AUTOS BODILY
SCHEDULED AUTOS (Per person) INJURY $
BODILY x NON-OWNED AUTOS
GARAGE LIABILITY
I --
EXCESS LIABILITY
OTHER THAN UMBRELLA FORM
1 _I"_I -- _I - II 1111 II__ II _I- II - __ I I I A WORKER'S COMPENSATION WC77490002010 5/0i/S9 -I 5/01/19
EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATlONS/LOCATIONS/VEHlCLES/RESTRICTIONS/SPECIAL ITEMS
RE: CONTRACT NO. U/M-26, 1988-89 STREETS
OVERLAY PROGRAM. THE CERTHOLDER IS ADDITIONAL INSURED UNDER GENERAL
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEL
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL
CITY OF CARLSBAD MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDE
PURCHASING DEPARTMENT
1200 CARLSBAD VILLAGE DRIVE
CARLSBAD, CA 92008-1989
0
ISSUED TO (BUSINESS OWNER):
DALEY CrORPORATION
2400 MURPHY CANYON ROAD
SAN DIEGO,, CA
TO CONDUCT THE (BUSINESS CLASSIFICATION):
GENERAL CONTRACTOR BUSINESS AS (DBA, BUSINESS NAME):
DALEY CORPORATION OPERAT I ON.
LOCATED AT (BUSINESS LOCATION):
2400 RUIRPHY CANYON ROAD
SAN DIEGO,, CA 92021
LICENSE MUST BE POSl BUSINESS PREMISE3
NOTIFY BUSINESS LICENE IF YOU CHANGE LOCATIOL
EMERGENCY CONTACTS LICENSE RESTRICTION:
NELSON, JOHN D
2250 VALLEY VIEW BLVD. EL CAJON, CA 92020 619-440-496
RICHEY, RALPH T
11473 FUERTE FARMS ROAD
EL CAJON, CA 619-440-685
MAILING DALEY CORPORATI ON
ADDRESS P .o . BOX 20188
SAN DIEGO, CA
e
CONTRACT - PUBLIC WORKS, $50,000 OR MORE
This Contract is made this &* day of 4- , 190, by
between the City of Carlsbad, California, a municipal corporation, (hereai call ed "City") , and Dal ey CorPoration
, whose principal place (
e
business is P.O. Box 20188 San Dieqo, CA 92120
(hereinafter call ed "Contractor").
City and Contractor agree as follows:
1. DescriPtion of Work. Contractor shall perform all work specified in Contract documents for the 1988-89 Streets Over1 ay Program, Contract U/M - 26 (hereinafter call ed "project").
2. Provisions of Labor and Materials. Contractor shall provide all la1 materials, tools, equipment and personnel to perform the work speci by the Contract documents.
3. Contract Documents. The Contract documents consist of this Contract; Bid Documents, including the Notice to Bidders, Instructions to Bidd and Contractors' Proposals; the Plans and Specifications, the Spe Provisions, and all proper amendments and changes made thereto accordance with this Contract or the Plans and Specifications, and bonds for the project; all of which are incorporated herein by reference.
The Contractor, the Contractor's sub-contractors, and materials suppl shall provide and install the work as indicated, specified and implie the Contract documents. Any items of work not indicated or specified, which are essential to the completion of the work, shall be provide( the Contractor's expense to fulfill the intent of said documents. In instances throughout the life of the Contract, the City will be interpreter of the intent of the Contract documents, and the Ci decision relative to said intent will be final and binding. Failurl the Contractor to apprise her/his subcontractors will not re1 ieve her of the responsi bi 1 i ty of compl i ance.
Payment. As full compensation for Contractor's performance of work u this Contract, City shall make payment to the Contractor per Sectio 3 of the current edition of the Standard SDecifications for Public W Construction. The closure date for each monthly invoice will be the of each month.
Invoices from the Contractor shall be submitted according to the requ City format to the office of the Utilities and Maintenance Director, Las Palmas Drive, Carlsbad, California 92009-1519 no later than the day of each month. Payments will be delayed if invoices are received a the 5th of each month. The final retention amount shall not be rele until the expiration of thirty-five (35) days following the recordin the Notice of Completion pursuant to California Civil Code Section 3
0
4.
0
5. IndeDendent Investiqation. Contractor has made an independ investigation of the job site, the soil conditions at the job site, all other conditions that might affect the progress of the work, and aware of those conditions. The Contract price includes payment for
work that may be done by Contractor, whether anticipated or not, in or to overcome underground conditions. Any information that may have b furnished to Contractor by City about underground conditions or other conditions is for Contractor's convenience only, and City does not warr that the conditions are as thus indicated. Contractor is satisfied w, all job conditions, including underground conditions and has not re1
on information furnished by City.
6. Contractor ResDonsi bl e for Unforeseen Conditions. Contractor shall responsible for all loss or damage arising out of the nature of the w or from the action of the elements or from any unforeseen difficult which may arise or be encountered in the prosecution of the work until acceptance by the City. Contractor shall also be responsible for expen incurred in the suspension or discontinuance of the work. Howev Contractor shall not be responsible for reasonable delays in the compl et of the work caused by acts of God, stormy weather, extra work ormatt which the specifications expressly stipulate will be borne by City.
Chanqe Orders. City may, without affecting the validity of the Contra order changes, modifications, deletions and extra work by issuance written change orders. Contractor shall make no change in the work witt the issuance of a written change order and Contractor shall not be enti t to compensation for any extra work performed unless the City has iss a written change order designating in advance the amount of additic compensation to be paid for the work. If a change order deletes any wc the contract price shall be reduced by the unit price, lump sum price if the amount cannot be determined from the Contract, by a fair reasonable amount. If the parties are unable to agree on that amount reduction, the work shall nevertheless proceed and the amount shall determined by litigation. The only person authorized to order change: extra work is the Utilities and Maintenance Director. The written chz order must be executed by the City Manager if it is for $15,000.00 or 1 or approved by the City Council and executed by the Mayor if the amc of the change order exceeds $15,000.00.
8. Immiqration Reform and Control Act. Contractor shall comply with requirements of the "Immigration Reform and Control Act of 1986" (8 Sec. 1101 - 1525).
9. Prevailinq Waqe. Pursuant to the California Labor Code, the Director the Department of Industrial Relations has determined the genc prevailing rate of per diem wages in accordance with California Labor Cc Section 1773 and a copy of a schedule of said general prevail ing wage ri is on file in the Office of the Carlsbad City Clerk, and is incorpori by reference herein. Pursuant to the California Labor Code, Section 1;
Contractor shall pay prevai 1 ing wages. Contractor shall post copi e: all applicable prevailing wages on the job site.
e
7.
e
e
10. Indemnity. Contractor shall assume the defense of, pay all expenses defense, and indemnify and hold harmless the City, and its officers employees, from all claims, loss, damage, injury and liability of e\ kind, nature and description, directly or indirectly arising from or connection with the performance of the contract or work; or from failure or alleged failure of Contractor to comply with any applicable 1 rules or regulations including those relating to safety and health; ex( for loss or damage which was caused solely by the active negligence of City; and from any and all claims, loss, damage, injury and liabil. howsoever the same may be caused, resulting directly or indirectly i the nature of the work covered by the Contract, unless the loss or dar was caused solely by the active negligence of the City. The expense: defense incl ude a1 1 costs and expenses, i ncl uding attorney's fees litigation, arbitration, or other dispute resolution method.
11. Insurance. Without limiting Contractor's indemnification, it is agi that Contractor shall maintain in force at all times during the perform( of this agreement a policy or policies of liability insurance at 1( $1,000,000 combined single 1 imit covering its operations, incluc coverage for contractual 1 iability and insurance covering the 1 iabi set forth herein. ,
Contractor's liability insurance policies shall contain the follor clauses:
A. "The City is added as an additional insured as respects operation the named insured performed under contract with the City."
"It is agreed that any insurance maintained by the City shall ai in excess of and not contribute with, insurance provided by pol icy."
All insurance policies required by this paragraph shall contain foll owing cl auses:
A. "This insurance shall not be cancelled, limited or non-renewed u
B. "The insurer waives any rights of subrogation it has or may h
Certificates of insurance evidencing the coverages required by the cla set forth above shall be filed with the Utilities and Maintenance Dire prior to the effective date of this agreement.
12. Workers' ComDensation. Contractor shall comply with the requirement Section 3700 of the California Labor Code. Contractor shall also as the defense and indemnify and save harmless the City and its officers employees from all claims, loss, damage, injury and liability of e kind, nature and description brought by any person employed or use Contractor to perform any work under this Contract regardless responsi bi 1 i ty for negl i gence.
0
B. e
after thirty days written notice has been given to the City."
against the City or any of its officers or employees."
e
13. Proof of Insurance. Contractor shall submit to the Utilities Maintenance Director certification of the policies mentioned in Paragra
10 and 11 or proof of workers‘ compensation self-insurance prior to start of any work pursuant to this Contract.
14. Claims and Lawsuits. Contractor shall comply with the Government 7 Claims Act (California Government Code Section 900 et seq.) prior to fil any lawsuit for breach of this Contract or any claim or cause of act for money or damages.
15. Maintenance of Records. Contractor shall maintain and make available no cost to the City, upon request, records in accordance with Sections 1 and 1812 of Part 7, Chapter 1, Article 2, of the California Labor Cc If the Contractor does not maintain the records at Contractor’s princi place of business as specified above, Contractor shall so inform Uti1 ities and Maintenance Director by certified letter accompanying return of this Contract. Contractor shall notify the Utilities Maintenance Director by certified mail of any change of address of 5 records.
16. Labor Code Provisions. The provisions of Part 7, Chapter 1, commenc with Section 1720 of the California Labor Code are incorporated hereir reference.
17. Security. Securities in the form of cash, cashier’s check, or certil check may be substituted for any monies withheld by the City to sec performance of this Contract for any obligation established by 1 Contract. Any other security that is mutually agreed to by the Contrac and the City may be substituted for moneys withheld to ensure perform; under this Contract.
Provisions Required by Law Deemed Inserted. Each and every provisior law and clause required by law to be inserted in this Contract shall deemed to be inserted herein and included herein, and if, through misl or otherwise, any such provision is not inserted, or is not correc inserted, then upon application of either party the Contract st forthwith by physically amended to make such insertion or correction
0
0
18.
0
~l_ll-
I_
-___~-- __m_-
_I
---~-- -" s~- ___-- }s STATE OF CALIFORNIA
COUNTY OF Sari Diego
On this 2nd day of October , in th
before me, the undersigned, a Notary Public in and for said State, persc
Thomas D. Shaddox mPg
, personal
(or proved to me on the basis of satisfactory evidence) to be the persor8 wl
within instrument as Vice President XMR
ix~&.q& of the Corporation therein named, and acknowledged to me that
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal
i
ACKNOWLEDGMENT-Carp e1983 W0LI:OTTS -~- INC -Pres & Sec -Wolcotts (price class Form 8 222CA-Rev 2) 11 83 ---- ! __E Notary Public in and for sal
3-3p-c------p--
19. Additional Provisions. Any additional provisions of this Contract set forth in the "Special Provisions" and "Specifications" attached her and made a part hereof. s
K)j$n,:y ~~~~~~~~~~~~
Contractor
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL PRINCIPALS 7
BY, &;Ad&dLJL$G 7
1- MUST BE ATTACHED.) Ti t 1 e ~~~~~$ E. $HABIZOX, WE PR€3DENT
BY --- (CORPORATE SEAL)
APPROVED AS TO FORM:
City LC?. Attorney L*
io* Lf* 89.
0
1
F
*
1
.
-- I ___- __ --_ - - - --
, in the On this 2nd day of October
before me, the undersigned, a Notary Public in and for said State, persoi
Iss STATE OF CALIFORNIA
COUNTY OF Sari Diego
Thomas D. Shaddox
x#@
, personall
(or proved to me on the basis of satisfactory evidence) to be the persos whc
within instrument as Vice President rolrbr
g$$mdm& of the Corporation therein named, and acknowledged to me that t
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal &&
ACKNOWLEOGMENT-Carp -Pres 8 Sec -Wolcolls Form 222CA-Rev 11 83
Q1983 WOLCCTTS INC (price class 8 2) Notary Public in and for sgld)State -
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY
"I am aware of the provisions of Section 3700 of the California Labor Code wh requires every employer to be insured against 1 iabil ity for workers' compensat or to undertake self-insurance in accordance with the provisions of that Cc and I will comply with such provisions before commencing the performance of work of this Contract."
a
-_ fiZAd
Co'?i-tractor ~~~~~~ D. SHA9GOX, VlCE dESlrSEiht.
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986
"I am aware of the requirements of the "Immigration Reform and Control Acl 1986" (8 USC Sec. 1101 - 1525) and have complied with these requiremer including but not limited to verifying the eligibility for employment of agents, employees, sub-contractors and consultants that are included /in 1 Contract. 'I
CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM 0
I hereby certify that
in performing under the Purchase Order awarded by the City of Carlsbad, \ comply with the County of San Diego Affirmative Action Program adopted by Board of Supervi sors, incl uding a1 1 current amendments.
(Legal Name of Contractor)
I
r
10-2- p)q
Date Signature
THOEhlAS 0. SHADDOX, VtCE PRESEDEMT
Title
a (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.)
(CORPORATE SEAL)
1
e
ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the City Carlsbad whose address is 1200 Elm Avenue, Carlsbad, California 920 hereinafter call ed "City" and whose address is hereinafter call ed "Contractor" and whose address is hereinafter call ed "Escrow Agent".
For the consideration hereinafter set forth, the Owner, Contractor and Esc Agent agree as follows:
1. Pursuant to Section 22200 of the Public Contract Code of the State California, Contractor has the option to deposit securities with Esc Agent as a substitute for retention earnings required to be withheld City pursuant to the Construction Contract entered into between the C and Contractor for the 1988-89 Streets Overlay Program, Contract No. U/M - 26, in the amount of 4 dated (hereinafter referred to as the "Contract". A copy of said Contract attached as Exhibit "A". When Contractor deposits the securities a substitute for Contract earnings, the Escrow Agent shall notify the ( within ten days of the deposit. The market value of the securities at time of substitution shall be at least equal to the cash amount i required to be withheld as retention under the terms of the Conti between the City and Contractor. Securities shall be held in the namt
and shall designate the Contractor as the benefic owner. Prior to any disbursements Escrow Agent shall verify that present cumulative market value of all securities substituted is at IC equal to the cash amount of all cumulative retentions under the term: the Contract.
2. The City shall make progress payments to the Contractor for such fL which otherwise would be withheld from progress payments pursuant to Contract provisions, provided that the Escrow Agent holds securi tie: the form and amount specified above.
Alternatively, the City may make payments directly to Escrow Agent in
amount of retention for the benefit of the City until such time as escrow created hereunder is terminated.
4. Contractor shall be responsible for paying all fees for the expe incurred by Escrow Agent in administering the escrow account. T expenses and payment terms shall be determined by the Contractor and Es Agent.
5. The interest earned on the securities or the money market accounts in escrow and all interest earned on that interest shall be for the account of Contractor and shall be subject to withdrawal by Contract0
any time and from time to time without notice to the City.
0
0
3.
0
6. Contractor shall have the right to withdraw all or any part of principal in the Escrow Account only by written notice to Escrow A!
accompanied by written authorization from City to the Escrow Agent 1 City consents to the withdrawal of the amount sought to be withdrawr Contractor.
7. The City shall have a right to draw upon the securities in the even’
default by the Contractor. Upon seven days written notice to the Esc Agent from the City of the default of the Contractor, the Escrow Ac shall immediately convert the securities to cash and shall distribute cash as instructed by the City.
Upon receipt of written notification from the City certifying that Contractor is final and complete, and that the Contractor has complied 1 a1 1 requirements and procedures appl i cab1 e to the Contract, Escrow Ac shall release to Contractor all securities and interest on deposit escrow fees and charges of the Escrow Account. The escrow shall be cli immediately upon disbursement of all moneys 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 4 to 6 inclusive, of this agreement the City and Contractor shall hold Escrow Agent harmless from Es Agent’s release and disbursement of the securities and interest as forth above.
The names of the persons who are authorized to give written notices o receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of respective signatures are as follows:
For City: Title
Name Signature Address
Name Signature Address
Name Signature Address
At the time the Escrow Account is opened, the City and Contractor 5 del iver to the Escrow Agent a fully executed counterpart of this Agreen
0
8.
9.
10. e
For Contractor: Title
For Escrow Agent: Title
0
IN WITNESS WHEREOF, the parties have executed this Agreement by their pro officers on the date first set forth above.
For City: Title
Name Si gnat ure
For Contractor: Title
Name Signature
0
,
0
a
SPECIAL PROVISIONS
1. PLANS AND SPECIFICATIONS
a.
A.
B.
The plans consist of location listing and map delineating the 1 areas which are further detailed herein.
The specifications for the work shall consist of the latest edi of the Standard SDecifications for Public Works Construct hereinafter designated SSPWC, as issued by the Southern Chapter the American Public Works Association, the City of Carlsbad supple1 to the SSPWC, the Contract documents, the Special Provisions and Specifications contained herein.
2. WORK TO BE DONE
The work to be done shall consist of furnishing al'l labor, equipment materials and performing all operations necessary to complete the pro work as shown on the project plans and as specified in the specifieati Expeditious commencement and completion of work is of prime importan
3. DEFINITIONS AND INTENT
A. Utilities and Maintenance Director:
The title shall mean the Utilities and Maintenance Director or 0 approved representative.
B. Directions:
Where the words "directed", "designated", "selected" or word similar import are used, it shall be understood that the direct designation or selection of the Utilities and Maintenance Directc intended unless stated otherwise. The word "required" and wor( similar import shall be understood to mean ''as required to pro1 complete the work as required and as approved by the Utilitiez Maintenance Director" unless stated otherwise.
Equal s and Approval s:
Where the words "equal 'I, ''approved equal 'I, "equi Val ent" and such b of similar import are used, it shall be understood such word: followed by the expression "in the opinion of the Utilities Maintenance Director" unless otherwise stated. Where the k "approved", "approval 'I, "acceptance", or words of simi 1 ar impor. used, it shall be understood that the approval, acceptance, or sir import of the Utilities and Maintenance Director is intended.
C.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contra1 at own expense, shall perform all operations, and shall providi e
labor, tools and equipment, and further, including the furnishing t installing of materials that are indicated, specified, or required mean that the Contractor, at own expense, shall furnish and inst, the work, complete in place and ready to use, including furnishing necessary labor, materials, tools, equipment and transportation.
0
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of specifications by reference shall be those of the latest edition at time of receiving bids. It shall be understood that the manufacturers producers of materi a1 s so requi red either have such speci f i cat i available for reference or are fully familiar with their requirements pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
A. A construction schedule is to be submitted by the Contractor Section 6-1 of the SSPWC at the time of the preconstruct conference. No changes shall be made to the construction sched without the prior written approval of the Utilities and Maintena Director.
Any progress payments made after the scheduled completion date sh not constitute a waiver of this paragraph or any damages. B.
C. Coordination with the respective utility company for removal relocation of conflicting utilities shall be requirements prior commencement of work by the Contractor.
The Contractor shall begin work within 5 work days, unless otherh specified by the Utilities & Maintenance Director, after being c
notified by an issuance of a "Notice to Proceed'' and shall diliger prosecute the work to completion within the number of consecut cal endar days, workdays, weeks speci f i ed in the "Notice to Procec
0
D.
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to plans or specifications upon written order by the Uti1 ities and Mainten; Director. Any cost caused by reason of this nonconforming work shall borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one (1) year after the recording c "Notice of Completion" and any faulty work or materials discovered du) the guarantee period shall be repaired or replaced by the Contractor
0
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the proc
manufacturer's directions, the Contractor shall obtain and distribute necessary copies of such instruction, including two (2) copies to Utilities and Maintenance Director upon completion of work and prior the filing of Notice of Completion.
0
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equil with mufflers in good repair when in use on the project with spec attention to City Noise Control Ordinance No. 3109, Carlsbad Munici - Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of the Inspector(s) designate the Utilities and Maintenance Director. The Inspector(s) shall have access to any or all parts of work at any time. The Contractor s furnish the Inspector(s) with such information as may be necessary,to the Inspector(s) fully informed regarding progress and manner of work character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract.
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inse in this Contract shall be deemed to be inserted herein and the Cont shall be read and enforced as though it were included herein, and through mistake or otherwise, any such provision is not inserted, o not correctly inserted, then upon application of either party, Contract shall forthwith be physically amended to make such insertio correction.
a
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, the Contractor's subcontractors and material s suppl shall provide and install the work as indicated, specified and implit the Contract documents. Any items of work not indicated or specified which are essential to the completion of the work, shall be providc the Contractor's expense to fulfill the intent of said documents. 11
instances throughout the life of this Contract, the City will be interpreter of the intent of the Contract documents and the City's dec. relative to said intent will be final and binding. Failure of Contractor to apprise Contractor's subcontractors and materi a1 s supp' of this condition of the contract will not relieve him/her of responsi bi 1 i ty of compl i ance.
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drai and specifications and based upon the items indicated or specified. 0
Contractor may offer a substitution for any material, apparatus, equipm or process indicated or specified by patent or proprietary names or names of manufacturer which the Contractor considers equal in every resp to those indicated or specified. The offer made in writing, shall incl proof of the State Fire Marshal’s approval (if required), all necess
information, specifications and data. If required, the Contractor, at Contractor’s own expense, shall have the proposed substitute, materi apparatus, equipment or process tested as to its quality and strength, physical, chemical or other characteristics, and its durability, fini
or efficiency, by a testing laboratory as selected by the City. If substitute offered is not deemed to be equal to that so indicated specified, then the Contractor shall furnish, erect, or install
material, apparatus, equipment or process indicated or specified. S substitution of proposals shall be made prior to beginning of constructi if possible, but in no case less than ten (10) days prior to act i nstal 1 at i on.
0
14. RECORDS
The Contractor shall keep a current record of the completed area: include times, dates and other pertinent data, and submit to an dssii Inspector at the end of each work day or at the beginning of the next \
day, upon request by an assigned Inspector.
15. PERMITS
A. The general construction, electrical and plumbing permits will issued by the City of Carlsbad at no charge to the Contractor. Contractor is responsible for all other required licenses and fr
B. A Right-of-way Permit will be required to be obtained by Contractor as soon as the Contractor is notified of selection as Contractor for the project. Compensation for the permit shal‘ included within the contract costs and no additional compensation ’ be made. When amlvinq for the Dermit, traffic control Dlans for areas of work are rewired, in addition to other requireme Traffic control plans shall conform to the latest edition of the S of California, Department of Transportation Traffic Manual, Manua Traffic Control for Construction and Maintenance Work Zo Submittal of the traffic control plans to the Traffic Engine minimum of two (2) weeks prior to the preconstruction meetin necessary to allow proper time for review, corrections, resubmiss and final approval pri or to the preconstruct i on meet i ng .
e
16. QUANTITIES IN THE SCHEDULE
A. The quantities given in the proposal by the City for unit price it
are for comparing bids and may vary from the actual final quanti1 Some quantities may be increased and others may be decrease entirely eliminated. No claim shall be made against the Cit) damage occasioned thereby or for loss of anticipated profits,
Contractor being entitled only to compensation for the actual done at the unit prices bid. 0
.
B. The City reserves and shall have the right, when confronted b unpredicted conditions, unforeseen events, or emergencies, to incrc or decrease the quantities of work to be performed under a bid L price item or to entirely omit the performance thereof, and upon decision of the City to do so, the Utilities and Maintenance Direr will direct the Contractor to proceed with the said work as modified. If an increase in the quantity of work so ordered shr result in a delay to the work, the Contractor will be given equivalent extension of time. A Change Order must be issued prioi any change in work in accordance with the Contract, item 7.
0
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
A. The Contractor shall take all necessary precautions for the safet employees on the work and shall comply with all applicable provis of Federal, State and Municipal safety laws and building code: prevent accidents or injury to persons on, about or adjacent to areas where the work is being performed.
B. The Contractor shall erect and properly maintain at all times required by the conditions and progress of the work, all neces safeguards for the protection of workers and public and shall danger signs warning against hazards.
18. SURVEYING
The Contractor shall employ a licensed land surveyor or registered c engineer to perform necessary surveying for this project. Requirem of the Contractor pertaining to this item are set forth in Section 7 of the SSPWC. Contractor shall include cost of surveying service wi appropriate items of proposal. No separate payment will be made.
0
19. UTILITIES
A. Utilities for the purpose of these specifications shall be consic as including, but not limited to pipe lines, conduits, transmis 1 i nes, and appurtenances of "Pub1 i c Uti 1 it i es" (as def i ned in Public Utilities Act of the State of California) or individi solely for their own use or for the use of their tenants, and 5 drains, sanitary sewers, and street lighting. The City of Carl and affected utility companies have, by a search of known rect endeavored to locate and indicate on the Plans all utilities \ exist within the limits of the work. However, the accurac completeness of the utilities indicated on the Plans is guaranteed. Service connections to adjacent property may or ma' be shown on the Plans. It shall be the responsibility of Contractor to determine the exact location and elevation 01 utilities and their service connections. The Contractor shall own investigation as to the location, type, kind of material, ag condition of existing uti1 ities and their appurtenances and se connections which may be affected by this Contract work, at addition the Contractor shall notify the City as to any uti appurtenances, and service connections located which have incorrectly shown on or omitted from the Plans. 0
B. The Contractor shall notify the owners of all utilities at least hours in advance of excavating around any of the structures. At completion of the Contract work, the Contractor shall leave utilities and appurtenances in a condition satisfactory to the own
and the City. In the event of damage to any utility, the Contrac shall notify the owners of the utility immediately. It is responsibility of the Contractor to compensate for utility damag
C. The temporary or permanent relocation or alteration of utiliti including service connections, desired by the Contractor for convenience shall be the Contractor’s own responsibility, and sh make all arrangements regarding such work at no cost to the City. delays occur due to utilities relocations which were not shown on Plans, it will be solely the City’s option to extend the complet date.
In order to minimize delays to the Contractor caused by the fail of other parties to relocate utilities which interfere with construction, the Contractor, upon request ‘to the Uti1 ities Maintenance Director, may be permitted to temporarily omit the pori of work affected by the utility. The portion thus omitted shal‘ constructed by the Contractor immediately following the relocatio the utility involved unless otherwise directed by the Utilities Maintenance Director.
E. All costs involved in locating, protecting and supporting of utility lines shall be included in the price bid for various item work and no additional payment will be made.
F. The Contractor shall notify Underground Service Alert far enougl advance of the work to allow marking of the utility locations at various sites.
G. It shall be the responsibility of the Contractor to protect existing utilities.
0
D.
0
20. WATER FOR CONSTRUCTION
Contractor shall obtain a construction meter for water utilized during construction under this Contract. The Contractor shall contact appropriate water agency for requirements and shall include cost of w and meter rental within appropriate items of proposal. No separate pay will be made.
e
SPECIFICATIONS FOR STREETS OVERLAY
1. The work to be done consists of furnishing all labor, equipment 0
materi a1 s and performing a1 1 operations necessary to complete the over work on the streets as specified herein.
Traffic control measures including street closures, detours and barrici will be as required in item 15B, Permits, of the Special Provisions, in accordance with the approved traffic control plan.
3. The Contractor shall not close an^ street within the City of Carl: without first obtaining the approval of the City Engineer.
4. The Contractor shall provide and instal 1 barricades, del ineator warr devices, and construction signs in accordance with the latest edition revisions of the State of California, Department of Transportation Trai Manual, Manual of Traffic Controls for Construction and Maintenance 1 Zones. During adverse weather or unusual traffic"or working condi t additional traffic control devices shall be placed as directed by Utilities and Maintenance Director. All traffic signs and devices s conform to the current State of California, Department of Transportat "Manual of Warning Signs, Lights, and Devices for Use in Performanc Work upon Highways," unless otherwise approved by the Utilities Maintenance Director.
The Contractor shall provide and maintain 48 inch-high reflectorized c at 20 feet on center with ribbon along walkways of high pedestrian as designated by the Inspector.
During paving operations, barricades may be supplemented with minimum 18 inch high traffic cones and delineators; such that spacing bet barricades and/or cones or delineators is no greater than 25 feet. At access points such as intersecting streets, alleys and drivew barricades and/or cones shall be provided at five-foot intervals so a prevent vehicular access to the paving area. Where access fror intersecting street is prohibited, a "Road Closed" sign shall be prov wherever required by the Utilities and Maintenance Director.
Should the Contractor fail to furnish a sufficient number of traffic ar pedestrian safety devices, the Utilities and Maintenance Director ot representative will place such necessary items and the Contractor : be liable to the City for providing such devices in accordance wit1 foll owing provisions:
For placing barricades - $5.00 per barricade for the first day o part thereof and $2.00 per barricade per day for each day there; or any part thereof.
For flashers 0 $2.50 per flasher for the first day or any part thc and $1.00 per flasher per day for each day thereafter or any thereof.
For traffic cones - $1.00 per cone for each day or any part the1
2.
5. 0
6.
7.
0
In the event that the services of the City are required between hours of 5:OOPM and 6:30AM, during the normal week or any time Saturday, Sunday, or a City holiday, there shall be an additic charge of $26.00 for each service trip required.
Judgement as to adequate or sufficient barricading shall be that whict adequate or sufficient in the opinion of the Utilities and Mainten; Director.
The Contractor shall relocate, preserve and maintain the visibility of existing signs within the project limits which affect the flow of trafi as directed by the Utilities and Maintenance Director or representative. Any signs which are damaged or removed by the Contrat during the course of construction shall be replaced by the Contractor Contractor's expense as directed by the Utilities and Maintenance Direct
10. The Contractor shall insure that sole access routes to the business residences along the streets to be resurfaced shall be maintained unl otherwi se approved by the Uti 1 it i es and Mai ntenance'bi rector, and adeq notification given to the affected property owner.
All costs related to the installation, maintenance and removal of.'tra provisions and safeguards, shall be considered as included in the pr paid for the various contract items of work and no additional payment i be made therefor.
12. The Contractor shall coordinate his schedule so as not to interfere i 1 oca1 trash col 1 ect i on.
direction at all times during construction hours of 7:OOAM to dusk. Saturday, Sunday and designated legal holidays, and when construc operations are not actively in progress on working days, the Contra shall maintain all travel lanes of the roadway. Any deviations of t requirements shall be approved by the Utilities and Maintenance Direc
14. Asphalt concrete shall be Type 1-C-AT-4000 and shall conform to requirements of sections 203 and 302 of the SSPWC. For sections w feathering is required, the Contractor may, at the direction of Utilities and Maintenance Director, use Type 1-E-AR-4000.
A1 1 asphalt concrete material shall be deposited and spread on the preF surface by means of an approved self-propelled mechanical spreading deb Use of a motor grader for spreading shall not be permitted.
16. All surfaces to be resurfaced shall be swept and cleaned by the Contri no more than 24 hours prior to the paving operation.
17. The Contractor shall be responsible for the removal of existing ri pavement markers in the work areas. Full compensation shall be consic as included in the contract price paid for the asphalt and no sepi payment will be made thereof.
Tack coat shall be SSI type asphaltic emulsion and shall be applied a. rate of 0.12 gallons per square yard.
0
8.
9.
11.
13. The Contractor shall maintain a minimum of one lane of traffic in 0
15.
18. 0
19.
20.
Asphalt concrete materi a1 shall be overl aid to a minimum depth as speci f except where it is to be feathered at the roadway edges.
The Contractor shall pave over the tops of all sewer and storm drain acc holes and meter box covers. Covers shall be treated to prevent adhes of the asphalt concrete. The Contractor shall notify Underground Serv Alert far enough in advance of the work to allow marking the location utilities.
a
21. All utility structures and covers shall be adjusted to grade by respective utility. The Contractor shall be responsible for marking location of all utility covers.
22. The unit price paid for asphaltic concrete shall be considered as 1 compensation for all labor, equipment and materials and all th necessary to complete the work as specified in these specifications, no additional payment will be made therefor.
23. Payment for contract services, will be made only when all labor material releases from supplier and employees are received by the Utili. and Maintenance Director. /
24. All cold joints left overnight or for long periods of time will be cu a 45 degree angle and tacked fully to ensure a proper bond and to minii seam separation.
25. A cold planing header cut operation shall be used. The temperaturc which the work is performed, the nature and condition of equipment, the manner of performing the work shall be such that the payment is torn, gouged, shoved, broken or otherwise damaged by the planing operat
The cold planing operation shall consist of preparing a foundation for placement of surfacing course by the removal of excess bituminous mate to the satisfaction of the Engineer. Contractor shall provide necessary 1 abor, materi a1 s, and- equipment to immediately 1 oad bituminous material into dump trucks for hauling to the contract disposal site. 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 along the curb line except where indicated otherwise. The depth of cut shall be as shown on plans to allow for the full design depth of AC, overlay and reinforcing fabric to be constructed for the comp overl ay section.
28. The bituminous surface shall be removed to the depth, width, and ( section as directed by the Director of Utilities and Maintenance, ant loosened material shall be removed to a disposal site by the Contrac
Payment for cold planing shall be by lineal feet completed, regardle depth, as measured on the site. Payment shall be full compensatior furnishing all labor, materials, equipment, and tools necessary to pel the planing operations and the hauling of grindings to a disposal s
The planing machine shall be specially designed and built for cold pl of bituminous pavement with the ability to plane concrete if neces
e
26.
27.
29.
30. 0
The cutting drum shall be a minimum 60" width with carbide tip cuti teeth placed in variable lacing pattern to produce the desired finish; machine shall be capable of being operated at speeds from 0 to 150 I it shall be self-propelled and have the capability of spraying watei the cutting drum to minimize dust. The machine shall be capable removing the material next to the gutter of the pavement bc reconditioned and so designed that the operator thereof can at all t observe the planing operation without leaving the controls. The macl shall be adjustable as to slope and depth, and capable of removing, in pass, a layer of bituminous material 5 feet in width and 2 inches in del The equipment shall also have an effective means for removing exc material from the surface and for preventing any dust resulting from operation from escaping into the air.
The Contractor shall provide and install Petro Mat in areas designated its use by the Utilities and Maintenance Director or his representat Dusting over the Petro Mat (AC) may be required to prevent bleed-throi at the discretion of the Utilities and Maintenance Director.
32. Tack coat for Petro Mat shall be AR-4000 and shall be applied at a of 0.25 gallons per square yard.
33. Compensation for all labor, equipment, and materials and all th necessary to complete the installation of Petro Mat shall be consid included in the bid price and no additional payment will be made.
The Contractor will provide and install "Tow Away No Parking" construc signs, #TC-R 30-S, for use in posting streets in advance of the h Signs shall be placed at least 48 hours prior to commencement of h
Signs shall be posted at intervals of not more than 100 feet on both s of the block affected by the work.
Tow-away of any vehicles in violation of the "No Parking" signs wil handled by the Carlsbad Police Department. The City assumes no liabi in connection with movement of vehicles by the Contractor.
36. Notwithstanding any other or concurrent notification by the Cit. operations, the Contractor will assure notification of residences businesses of street closure.
37. Notices shall be left on or at the front door of each dwellin commercial unit abutting the street to be surfaced. This shall be two days prior to placement of "No Parking" signs. be required to insert dates and estimated times of closing and reopc streets to local traffic.
Payment for the placement of the "NO Parking'' signs and notices sha considered included in the bid price paid for asphalt concrete ar additional payment will be made thereof.
Night paving and night header grinding operations shall take place be
the hours of 6:OOPM and 6:OOAM or at other times specified by the Uti1 and Maintenance Director.
Additional lighting for night paving and night header grinding opera shall be supplied by the Contractor and included in the bid price for
0
31.
/
34.
0
35.
The Contractor
38.
39.
40. 0
paving and night header grinding respectively. Judgement as to adequ; or sufficiency of lighting will be the opinion of the Utilities 2 Maintenance Director.
The Contractor shall adjust designated sewer, manhole covers and monument
and sewer dead ends to finish grade. All manholes shall be thorougl cleaned of any construction debris which may have entered due to Contractors operations. The Contract unit price paid for these items sh( include full compensation for furnishing all labor, tools, equipment < incidentals necessary to complete these items in place, and no additioi compensation will be allowed therefor.
0
41.
0
e
STREET LISTING FOR 0 1988-89 STREETS OVERLAY PROGRAM
1. EL CAMINO REAL: Rancho Carlsbad Mobile Home Park to Faraday Drive.
2" overlay; 5,462 tons AC; 39,625 square yards Petro matting.
2. PASEO DEL NORTE: 100' South of Palomar Airport Road to Camino Del Parq
2" overlay on drive lanes only; 1,660 tons AC; 12,611 square yards Petro matting.
3. CHESTNUT AVENUE: Cameo Road to Monroe Street.
2" overlay, 445 tons AC; 4,286 square yards Petro matting; 2 1 ineal feet header grind.
4. EL CAMINO REAL: (Ni qht Work) Marron Road to Highway 78 north and south bound.
2" overlay with 11,143 square yards Petro matting on all lanes turn pockets; 1,236 tons AC; 4,552 lineal feet header grind at gutters, medians and cross gutters. Note that this is niqht wov
0
5. PONTO DRIVE: from off ramp to north end of Lanikai Mobile Home Park
1" overlay; 185 tons AC; 0 Petro matting
6. LAURIE CIRCLE: Ann Drive to end.
2" overlay; 82 tons AC; 0 Petro matting.
e
I' = 1000'
-1
AREA OF OVERLAY I II I I m I I .)
mm I - m I- I
t
0
0
0
k
I'= loo(
/
AREA OF OVERLAY m-mm-=.Im
IIIm-wmm
4
40 -
1” = 1000’
v
AREA OF OVERLAY mm-mmmwm
m~mm-~rnm
h e
I" = loo[
0
AREA OF OVERLAY ===mm=-m
III-mm-rn
0
.r
.
0
0
0
k
I" = 1000'
AREA OF OVERLAY IIIIIIII
IIOIIIII
+
0
0
0
AREA OF OVERLAY IIIII.)
IIIII.
Y
1
SPECIFICATIONS FOR TRAFFIC STRIPES AND PAVEMENT MARKINGS FOR 1988-89 STREETS OVERLAY PROGRAM 0
1. Standard Specifications referred to in these Specifications refer to current edition of CALTRANS Standard Specifications and any char thereto.
2. Painting traffic stripes (traffic lines) and pavement markings (leg( shall conform to Section 84-1, "General", and Section 84-3, "Pair Traffic Stripes and Pavement Markings", of the Standard Specifications these Specifications.
3. Control of alignment and layout shall be the responsibility of Contractor and subject to approval by the City Traffic Engineer. La; for striping and the symbol of the pavement markingJlegend) on resurf- roads shall be based on plans to be supplied by the Utilities Maintenance Director at the Preconstruction Meeting.
4. Section 84-3.02, "Materials", of the Standard Specifications is ame to read: Paint for traffic stripes and pavement markings shall con to the following State Specifications:
State Paint Soecification No. 0 Rapid Dry Water Borne - White and Yellow 8010-616-30
5.
6.
Glass beads shall conform to State Specification No. 8010-515-22 (Type
Copies of State Specifications for traffic paint and glass beads ma obtained from the Transportation Laboratory, P.O. Box 19128, Sacrame CA 95819, (916) 739-2400.
7. The use of solvent borne paint shall be prohibited.
8. Thinning of paint will not be allowed.
9. Paint shall be tested prior to use or the manufacturer shall providt Engineer with a Certificate of Compliance in accordance with the provir of Section 6-1.07, "Certificates of Compliance", of the Star Specifications. Said certificate shall certify that the paint comi with the specifications and that paint manufactured to the same formul( and process has previously passed State testing. A list of manufacti that have produced paint meeting State specifications is available the Transportation Laboratory. (Material supplied by manufacturers ( than those that have manufactured approved paint will require comi test i ng . )
The first coat of paint for traffic striping and pavement markings
be applied after the seal coat is applied. The second coat shal completed no later than 4:OOPM the following day.
10. e
11.
12.
The Contractor will not be required to paint the 3-inch wide black str between the two 4-inch yellow stripes of a double traffic stripe.
The Contractor shall be responsible for maintaining safe traffic operat through the work area.
0
0
0
0
:z i 0
s la
I
=,,x t s . t ?rI -- q(J ql Dl;!
y7 ai g -$i ni
piii CQffsEH 1qi; L
*a : q i & 2 -! R ;6 [ai I?% :
a! L I$ k il$ ti k JI i 4' /Iia! If 1
51 E' t E't ti' t E' t E't ti' t gbat i jrlIli F!y
%?
t
ii
b
A208
a
. n
s;l i
- -- -7’ - 0
u ,-an aa 00 QO 00 00 zoo 00 OQ 00 00 00
00 00 00 QO LOQ 00
boo cia
Feo io*~oo 00
P*
Q vakaa 171 17 t ly
4 t ti
E 8
yz gr $ 4
x *
it P
M0-C
0
0
0
*
0
---t----
- --*,'---- -
e
- __ __-
__ -- 0-.z -- --- _-_ -
- __-- -_ - __- _-
_____._--_ -
_-
0-1.-- - -
-- m
I,
A-2-
e
4
-,*,e-
- __. .
- __._ .
0
- -. -
..o-.Ib -
.,./,e
0
*'
A-24C
.I
0
0
__....
. r.
)
ie ' -_._. - . ... m iz
0
#
A-240
d
0
e
-- 2:
e.. "5 !: -. i* a!
@ i;
$8 ;
-. '1 " F .---=-Tqk .... ,.
. *p 7-i-F"' L - 0 0; ; ig f
rj 3 !s : a\ ',a -. -6 :
c- -1 .z :<
IC i F-.a?-[ - i Y !a ;
CTgi7Z; < 8: 1
.-
,-___ - -lA - . __--
0 --z-i -- -.
. ._- .-- - PI
2 u -. - ._
0
#, I,
,I
$3
c
Iv) ,I ,+ I, ,z 4, IO :# i; ,u I,
i; ................. I. :e, :: K:K 1-13 I I CIC
10-11 I IW*I I .................
,I IO IO I +n I I 00 I a+ I I :E%
0
: IN-1, ?+I, 1 me I? .................
It ;E II IO
I xs: :
:sg: :
,&!=::: Q
*F-rt I ................. 'I I IO *In IN aN
IS0 0
I WIlIn 0
I-
I SI*
I 311 8 .................
IO IO
*N
I .................
8.
8 io00 I4000 :s I ww I I O.OM : 32: ; ?UN
I m-1 I8
IO ,I I,
I WII , ;sz: It : ,
I 311 0 .................
,I XI
w I WIIVI 0
I !E 2: I IO 0
88 :EL: :z 3 *In . v)=: : ........ ..: ....
,I 0;-
'm*:: .......... : ....
:s
%n. lXXl IN IN
w* I -14 I 3-1 I n(I? 1 ww a
uo *X28 I
v), v)
I IO WC I
PLL a -c 1-13, t.O ocv) em-1, I I * *ca+a I
I' I, 010
I, 010
I> ,E31 I
E2 : I, IO
@VI : :s .................
IO "$ :E~::ooo .In
8 ;L! igEE :E ,C
Y4
I 1
s 1-1-111 ,I ,I
I, ,I
I, I,
I, ,,
I, I,
I,
nn .. E:
I WIC -1IL
m*
0
-.I
;;22 8 i ;
::22 5 - i 5
I ::2-1 z ; E ::ex ,I 5 I
t iigg % ; ::q *I g i
: :#ev i
I I 100
I, (0
"= 4, .=s :
I awn3z 1 I law-
I ; i #pow: "2s:
: : at335 i
,I
I,
: *I :3:lc:z;
IC#a :t; iig3g"E:
:3 ::s2izs; 1,
,E ,oz-1w3=:
, t, I I, I I, 0 ,I 1, I I, I
I, #I I *, I II w I
YI I @A+A
* 4 lczLIwu 1 : :zgz -1,
, ,0-102!5: I8~w~lxu; :Li ::30?202:
I,
18 n n
lwwl IUWUClxI :f3::-12dS; ~v)z~~wnwn~,
*I
0
I
8 .W* B
*0+11<4<<41
I >>>>> *
IPOI I+++**#
,<t-:lA-1-1-1-11
I *00000~ :Eg; 0, ; I
I *L.Zl IrNmeInI
,I
,I 0 .............
m
1
010
fa :9 $8 :2 :: I
I* ,I
ImvI I
B oc I I *U<b I lVIl I
............ - ImsI I 0;o
.............
m;o
:z
*:a
:Y8I:m I<= t IN M
;aa:: ...........
Mlso ,I I,
IS 8,
IUI $1 ,(.I I.
#V)YbaN N 8 0-1 I I
IO #no M
0.
e
;mm: ............
:zs: ;
:83; :O I
: 32: : ,
I-1 ,I Ob0
1zu1 ;
I ZW I
EE I ,I
WLY #=zl *-
I
,- ............. I
010 ,dm0 I
IXUI I 8 ............
-*a 8-
* ua 9 80.-
SI I &s i m<: : ..........
$8- :I?
,$
0 ,ww, a--*
-10 I <at 1m21 I 3 aa- I ............
919 Y5 VLY 3i3iig $! m;m mu ILYL-8 * > ,<-I** mo I .............
u I a, I 0;o tE : 85: ; O
=W 'mu;: .......... ; =L--4 iE a ,) IO =o, I* :: .......... : Z? : IS I >% *t;W# so - -:g : E?: : 2% *-l-1* I
: 6;: :
YW **st I
ULY 1
I- ., I, 0:o
............. ............. #LO, I ;O~;I-N-OOU im N I-:
I =a I I
,I *,
8, a1 ,I
,I ,I ,I
I* I,
I,
Y m*
I-I
a. I <;
-1 e:; w - IY
0.
IO ern : :a-% P : :sz am : :,d 3 8-1
: :ex 5 :e
0
:2 m : ;z-1 z
I ; :zz O
,I I ,I 0 LL I
I *u a
I ::a3 E I 0
I ,I (Q I : :p-=
.S% : : YBt' '0,s : ! i#kg,W : 5e : ''aEEScr ,I I#g<S&g ; :v, ,I ;;gzgocg ;
;t ::Y-1ZBt !
I, 8
I, I
I I-
I*
I&- I I,
;E I*<< e-1 g*wnSEZ I1 ;
I,
I I, ,I
I I, I I, I I, I
I, , I* w
I eaI-4
, ,,z,wv *
I,
,I
0
I
I : :i3?5i3 Y :
I I ,0-1022 :
I *zwz,v I
'UJW~~VUVl-~ ;
;a=, I
I , a***** 1 :nE::55555 ; IO+# I>>>>> :
I<-* 100000 ,
I 8, I
I, I
I,
#I a a iL ::go3oY- i
*,x* #I-u;;=s=pj 8 ;
I, I, *
I I,
I, I 0,
:Ei; : t
:Lz,:-NMum : L
July 15, 1991
Daley Corporation
P.O. Box 20188
San Diego, CA 92120
Re: Bond Release - Contract No. U/M-26 - 1988-89 Streets Overlay Program
Per instructions from our Utilities/Maintenance Department we are releasing the folk
bond, which is enclosed so that you can return it to your surety:
Performance Bond No. 11 141336849
The American Insurance Co.
Warranty - $84,568.75 (Remaining
25% of Bond
C&d*Z Assistant City C erk
Enc.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-:
, e e
July3, 1991
TO:
FROM: Utilities & Maintenance Director
KAREN KUNDTZ, ASSISTANT CITY CLERK
RELEASE OF WARRANTY BOND, 1988-89 STREETS OVERLAY
PROGRAM, CONTRACT NO. U/M-26
The work performed by Daley Corporation per contract U/M-26, has been completed tc
satisfaction of the Utilities & Maintenance Department. Therefore, please release
Project Warranty Bond.
, please contact me at ext. 4100.
PP
c: Street Maintenance Superintendent
H:WBRARnUM\WPDATA\MEM\MEM92008.AD
I 6. I I - DUN’T SAY I@
I wY
To qj5L &L!iczL (IgRep v- y Wanted
From Karen Kundtz, Assistant City Clerk aNo Reply Necessary - Re: Bond Release - - 4%w+--& &=-z
Our records indicate that the
above-referenced subdivision/project is elgible for release.
your written aurhorization/approval for release.
the status, and if release is 0.k.
&-&44.., @-%e& the
We need
Please let me know
Thanks, e*- &A, 5’-
e- \\)\ - ‘I:r?!
PA AlGNER FORM NO 55032
t
vel I t: I I - DON’T SAY#!
To q5 4-44zL a ”* Rep y Wanted Ad?-
From Karen Kutidtz, Assistant City Clerk ONo Reply Necessary - Re: Bond Release - - 4VY--& &%-z
Our records indicate that the
above-referenced subdivision/project is elgible for release.
your written authorizationlapproval for release. Please let me know
t.tie status, and if release is 0.k.
Thanks, e.- &A,
&&?4.4, ~d adr t tie
We need
-a<++.-
/
AIGNER FORM NO 55432
I
.'
June 24, 1991
Daley Corporation
2400 Murphy Canyon Rd.
San Diego, CA 92021
Re: Bond Release - Contract No. U/M-26 - Streets Overlay Program - 1988-89
Per instructions from our UtXties/Maintenance Department we are releasing the follol
bond, which is enclosed so that you can return it to your surety:
Labor & Materials Bond No.
11141336849, The American Insurance Co.
$1 69,13 7.50
\ c&z& Assistant City Clerk
Enc.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-:
-1
January 21, 1991
TO: KAREN KUNDTZ, ASSISTANT CITY CLERK
FROM: Utilities & Maintenance Director
RELEASE OF BOND # 11141336849 CONTRACT NO. U/M-26
The work performed by Daley Corporation per contract U/M-26, :
been completed to the satisfaction of the Utilities & Maintena
Department. Therefore, please release Labor and Materials Bc
Number 11141336849, to Daley Corporation in the amount
any questions, please contact me at ext. 4100
+
c: Street Maintenance Superintendent
I
-ti I c I I - UUIY I 3H1 I' ' !! ,&
""e
To yL/& H, - '/a. ---. BReply Wanted
rrom Karen Kuudtz, Assistant City Clerk ONo Reply Necessary
/ /- Y
--
Re: Bond Release - &%?5'& 2/4-,=2d
J Y
Our records indicate tliat tlie w AZA bond for tlie (
above-referenced subdivisionlproject is eligible for release. We need
your written authorization/approval for release. Please let tile know
the status, and if release is 0.k.
/
'l'llanlts, &+/$L & -& /w-K-/aLJY?
@/62 /3z ~~ii 4'- &LZ7L&&w * Q==+%&.lL.
J)
AlGIIEF7FORM NO 55032
I
September 25, 1990
Daley Corporation
2400 Murphy Canyon Rd.
San Diego, CA 92021
Re: Bond Release - Contract No. U/M-26 - 1988-89 Streets Overlay Prc
The Notice of Completion for the above-referenced contract has recorc
Therefore, we are hereby releasing 75% of the Performance Bond. Ple,
consider this letter as your notification that $253,706.25 of The
American Insurance Co. Performance Bond no. 11141336849 is hereby
released. We are required to retain the remaining 25% for a period
one year. At that time, if no claims have been filed, it will be
released.
The Labor & Materials Bond in the amount of $169,137.50 will be elig
for release six months from the date of recordation of the Notice of
Completion, on January 31, 1991.
A copy of the recorded Notice of Completion is enclosed for your
records.
L* Assistant . City NDT Clerk
Enc .
1200 Carlsbad Village Drive Carlsbad, California 92008 - (619) 434-:
Recording requested
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
1229
Space abov
Y/P/L-,\ ,/ I 2’ e 8 q:?, 75 5L-U
#
July 25, 1990
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion
Calco West, Contractor
Notice of Completion
Contract No. UfM-26
Daley Corporation, Contractor
CT 81-29fPUD-33
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
&Y& Assistant City Clerk
Encs.
-1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-21
e
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008 Space above for Recorder's use
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE C
EXTENDbR ALTER THE COVERAGE AFFORDED BY THE POLICIES €
COMPANIES AFFORDING COVERAG
II x - _- I _I "I II
SUB-CODE
COMPANY LETTER B
33slsy CoroorGtion
ALL LIMITS u POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MM/DDIYY) TYPE OF INSURANCE POLICY NUMBER
GENERAL AGGREGATE .I LL7 7;'2lzg; 2 ^jq 't S/::?l+Q 5JGlirl jk GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGRE
CLAIMS MADEX OCCUR PERSONAL 8 ADVERTISING IN
OWNER'S & CONTRACTOR'S PROT.
DAMAGE (Any one fire)
COMBINED ;. J, 9 7 7 3 :> 2 J I*, 2 :; 7 2 5/3>?/?c Ji')'?/'sq SINGLE $ J AUTOMOBILE LIABILITY
__
ALL OWNED AUTOS BODILY
SCHEDULED AUTOS * ,q E y iL-4 ' i- Y, ,'# ~t,~TI~~C~~E 15 jijE9 (Per person)
INJURY $
-1 A:r trlC CfZ Cx3TzFiC$?L i'4"fL" BODILY L J . \*. Li
SJ3i9,: NON-OWNED AUTOS
GARAGE LIABILITY
OTHER THAN UMBRELLA FORM
9 WORKER'S COMPENSATION jil~l49':, >Jc'2 i"zq
EMPLOYERS' LIABILITY
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WIL
CITY 0;" Cd8t53tD MAIL ;'7 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLD
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONL John s3UPRh3i2 % Campany NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE [ EXTEND bR ALTER THE COVERAGE AFFORDED BY THE POLICIES I 513 des% :Ash 5troc.a
PaO. Box 231'2 COMPANIES AFFORDING COVERAG san tZiNgR3f GP 92112-4213 I" __ " I II - -I
COMPANY LETTER A
COMPANY LETTER B
SUB-CODE Argcnsut Snruranco Cornpan)
rjaaey corporstior COMPANY LETTER c GrantvilTe St3tion
Pail. sox zc135
POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS !NJ TYPEOFINSURANCE POLICY NUMBER DATE (MUIDDNY) DATE (MMIDDIYY)
Cj J 0 1 1 9 9 5 / 13 1 f Q '/ GENERAL AGGREGATE .. E577502002311
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OPS AGGRl
PERSONAL 8 ADVERTISING Ih
EACHOCCURRENCE
FIRE DAMAGE (Any one lire)
MEDICAL EXPENSE (Any one p
-I I" I_ CLAIMSMADE A OCCUR
-- OWNER'S 8 CONTRACTOR'S PROT.
3A77jG2U02012 5/01/99 5/31/63 ggyD $
LIMIT
BODILY INJURY $ ALL OWNED AUTOS
SCHEDULED AUTOS (Per person)
BODILY INJURY $ (Per accident)
;d HIREDAUTOS
X NON-OWNED AUTOS
GARAGE LIABILITY
EXCESS LIABILITY
I ~ " 1-1
OTHER THAN UMBRELLA FORM
111 " I 1111 ~ - I I I - 1I A WORKER'S COMPENSATION ,q c 7 7 j .? 2 '3 I; 2 0 3 $3 5/03iYCl 5601193 I
EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONSILOCATlONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WII
CITY 9F C;~RLSBAD F U R CH 14 S I ~IG 43 E P 3 R T Iy: f HiT
3200 C&RLSE:BD VILLAGE Q2ZV2
CARLSBUCI), CA ??t3\23-?Pa3