HomeMy WebLinkAboutL.L. WILSON CONSTRUCTION; 1993-01-12; U/M 92-94
a
August 18, 1992
ADDENDUM NO. 1
BID/PROJECT NO. U/M 92-9 - CURB, GUlTER AND SIDEWALK REPLACEMEN
PROGRAM
Please include the attached addendum in the Notice to Bidders/Request for Bids yc
have for the above project.
This addendum--receipt acknowledged--must be attached to your Proposal Form/B
when your bid is submitted. . x+t&s!4r&
RUTH FLETCHER
Purchasing Officer
RF:af
Attachment
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
e
1200 Carlsbad Village Drive Carlsbad, California 92008-1 989 (61 9) 434-2€
a
ADDENDUM No. 1
August 17, 1992
PROJECT NUMBER: U/M 92-9
PROJECT NAME: 1991-92 CURB, GUTIER AND SIDEWALK REPLACEMENT PRXW
1. re 1 - 1 1: CHANGE bid opening from "4:OO P.M. on Wednesday, the nineteeth (1
of August, 1992" to "4:OO P.M. on Wednesday, the second (2nd) day of Septa
'2".
2. Page 2 - 1 2: ADD "C-8" to list of classifications that are acceptable for this contracl
0 3. Page 45 - Section 10 - 1 6: DELEXE. Ifygg , please contact Chuck Mitchell at 438-0218.
k W.ANDERSON
Dkecioi
RWA:hlh
\
B:VILH93024.CNT
ICI
I L/“cz”
TABLE OF CONTENTS b.- Pal
.............................................. 1 NOTICE INVITING BIDS
CONTRACTOR’SPROPOSAL ............................................
BIDDER’S BOND TO ACCOMPANY PROPOSAL
I
I DESIGNATION OF SUBCONTRACTORS ....................................
1
I
1
1 @ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION ...........
I
3
1
I
1
B
1
I
...............................
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
.......................................... I CONTRACT . PUBLIC WORKS
......................................... LABOR AND MATERIALS BOND
PERFORMANCEBOND ...............................................
RELEASEFORM ....................................................
SPECIAL PROVISIONS
SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS F
PUBLIC WORKS CONSTRUCTION
11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOF
CONSTRUCTION FOR CONSTRUCTION MATERIALS
I. ................................
...................
111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WOF
CONSTRUCTION FOR CONSTRUCTION METHODS ....................
N. GENERAL PROVISIONS FOR 1991-92 CURB, GUTTER AND SIDEWl
REPLACEMENT PROGRAM
SPECIFICATIONS FOR 1991-92 CURB, GUTTER AND SIDEWALK REPLACEME
PROGRAM
.....................................
V. .................................................
LOCATION LISTING & MAPS ......................................
I’
I m
I
I
I
I
I
1
I
I
1
#
1
I
CITY OF CARL.SBhn, CALIFORNIA
NOTICE INVITING BIDS I
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 121
Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. 1
Wednesday, the nineteenth (19th) day of August, 1992, at which time they will be open
and read, for performing the work as follows:
CURB, GUTTER AND SIDEWALK REPLACEMENT PROGRAM I CONTIIAC'T NO. U/M 92-9
The work shall be performed in strict conformity with the specifications as approved by t
City Council of the City of Carlsbad on file with the Municipal Projects Department. T
specifications for the work include the Standard Specifications of Public Woi
Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designat
"SSPWC", as issued by the Sourhcm California Chapter of the American Public Wo
Association and as amended 1,v t hc spccial provisions sections of this contract. Referel
is hereby made to rhe specifications for full pnrriculars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owr
businesses.
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators E
contractors to utilize recycled and recyclable materials when available and wh
appropriate e
No bid will be received unless ir is made on tt proposal form furnished by the Purchas
Department. Each bid must be accompanied by security in a form and amount requi
by law. The bidder's security of' rhc srcond and third next lowest responsive bidders n
be withheld unril the Conrracr has iren f'ully cxecured. The security submitred by all ot
unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days al
the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sect
22300), appropriate securiries may be substituted for any obligation required by this no1
or for any monies withheld by the City to ensure performance under this Contract. Sea
22300 of the Public Contract Code requires monies or securities to be deposited wirh
City or a state or federally chartered bank in California as the escrow agent.
The documents which musr be completed, properly executed, and notarized are:
1.
I
1. Contractor's Proposal
2. Bidder's Bond i 3. Non-Collusion Affidavit
I* Hi<V. 12,'
I
I
I
I
E
1
1
I.
I
g
I
i
I
I
1
I
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantitic
are approximate and serve solely as a basis for the comparison of bids. The Engineel
Estimate is $128,834. It is estimated to take forty-five (45) work days to fully comple
all aspects of the project, including sweeping.
No bid shall be accepted from a contractor who is not licensed in accordance with tl
provisions of California state law. 'The contractor shall state their license numb€
expiration date and classification in the proposal, under penalty of perjury, pursuant
Business and Professions Code Section 7028.15. The following classifications a
acceptable for this contract: A, C-12 or C32 in accordance with the provisions of state 1a.c
If the Contractor intends to utilize the escrow agreement included in the contra
documents in lieu of the USL~~I 10% retention from each payment, these documents mu
be completed and submitted with the signed contract. The escrow agreement may not 1
substituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at t
Purchasing Department, City 1-Iall, 1200 Carlsbad Village Drive (formerly Elm Avenuc
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 mir
irregularity or infoimality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute t
Contract shall be those as determined by the Director of Industrial Relations pursuant
the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2
the Labor Code, a current copy of applicable wage rates is on file in the Office of t
Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay It
than the said specified prevailing rates of wages to all workers employed by him or her
the execution of the Contract.
The Prime Contractor shalI be responsible for insuring compIiance with provisions
Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Co
"Subletting and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 17
shall apply to the Contract for work.
A pre-bid meeting will be held on Tuesday, August 4, 1992, at 1O:OO in the Utilities i
Maintenance Administration Conference Room, located at 2075 Las Palmas Drive, Carlsb
California. A tour of the project sites should be made prior to the pre-bid meeting.
All bids are to be computed on the basis of the given estimated quantities of work,
indicated in this proposal, times the unit price as submitted by the bidder. In case c
discrepancy between words and figures, the words shall prevail. In case of an error in
G
1
I
0
C:\WPS 1 \FILES\ II .I 192004.ST REV. 12/1
I
1
I
I
I
1
1
u
I
1
I
1
1
I
I
extension of a unit price, the correcccd extension shall be calculated and the bids will
computed as indicated above and comp;ired on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes 01- corrections may be crossed out a
typed or written in with ink and must be initialed in ink by a person authorized to sign 1
I.
1 the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day pi-
to bidding. Submission of bids without acknowledgment of addenda may be cause
rejection of bid.
Bonds to secure faithful perrormance 01' [he work and payment of laborers and materi
suppliers, in an amount equal ro onr hundred percent (100%) and fifty percent (509
respectively, of the Contract price will bc~ required for work on this project. These bor
shall be kept in full force and effect during the course of this project, and shall extend
full force and effect and be retained by the Ciry for a period of one (1) year from the di
of formal acceptance of the project by the Ciry.
Bonds and insurance are to be placed wirh insurers that have (1) a rating in the mc
recent Best's Key Rating Guide of' at least A-:V, (2) are authorized to conduct business
the State of California, and (3) are listed in the official publication of the Department
Insurance of the State of' California. i"iuLo policies offered to meet the specification of t
contract must: (1) meet thc conditions stated aliove for all insurance companies and I
cover any vehicle used in the performance of the contract, used onsite or offsite, whet1
owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurar
certificate must state the coverage is for "any auto" and cannot be limited in any mann
Workers' compensation insurance required under this contract must be offered bq
company meeting the above standards with the exception that the Best's rating conditj
is waived. The City does accept policies issued by the State Compensation Fund meet]
the requirement for workers' compensation insurance.
The Contractor shall be required ro maintain insurance as specified in the Contract. P
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
10
No. 92-207 , adopted on rhc 7th day of- July , 1992.
7/? /4 2 LLlQAdR-
Date' Alctha L. Rautenkranz, City Clerk
C:\WP5 1 \Fll.ES\HL.H92004.SI' REV. 12/1 I.
1
i
1
1
1
I
I
1 1. 1,256 lin. ft. $ Iz"J3,-, /e LSd
I
2. Sidewalk removal and 13,836 sq. $ h"f4 $ as7x 1
I
1
I
I
CITY OF CARLSBAD
CONTRACT NO. U/M 92-9
I.
CONTRACTOR'S PROPOSAL,
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, read
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to fun
all labor, materials, equipment, transportation, and services required to do all the worl
complete Contract No. U/M 92-9 in accordance with the Plans and Specifications of
City of Carlsbad, and the Special Provisions and that he/she will take in full paym
therefor the following unit prices for each item complete, to wit:
Item Description with Approximate
Item Unit Price or Lump Sum Quantity Unit 1. No. Price in Words and Unit Price Total
disposal at ONF - ft.
I cents do11ars per and square -7- f ot.
H:\LIBRAll~LJM\WPDATA\CN'T\CNT9201 X SI REV. 121
P
I
1
I
I
1
1
I
I
I
1
I
1
1
I
1
item Description with Approximate Item Unit Price or Lump Sum Quantity Unit
and Unit Price Total -- No. Price in Words
k
3. Driveway approach removal 1,495 sq. ft. $ f! 7J?d $ q.l LA,
1,256 lin. ft. $ /Z#&LP; $ /5'-+072 3
and disposal at O/L"e
dollars anod; A& cents I per square foot.
4. Tyse "G" PCC curbs and
gutters installed including
fi%dd, at dollars and
fooa.
ade complete in place
cents per lineal
5. 4" PPC sidewalks installed 13,836 sq. ft. a Zr" $ 31 i /a/!
$t--
including fine grade complete
in p9 at
an d/ We +dz?k do11ars 3 77z 5-1/2" PPC driveway 1,495 sq. ft. $&J%@p
approaches installed including
fine grade complete in place
dollars and >+ji cents per
square foot.
fine grade complete in place 9a+F7 i, cents per
1. 6.
z.2 7. 6" PCC cross gutter including 772 sq. ft. $ 2. 7Jzq $ 3, / r
'J Wd dollars and
square foot.
at Odk~ dollars and
8. 6" PCC cross gutter removal 772 sq. ft. $ /I qJ?-$ $ (z'%
6 LW'A 6" PCC spandril includin fine 582 sq. ft, $ &TJ:4 $ {
complete in place at
dollars and Fwe &
cents per square foof
&+ 9.
H:\LIBRARnUM\WI'D~~A\.\\cN'I~cN 1920 IS 5 I REV. 12/1 P
I
1
I
1
I
I
6" PCC spandril removal at 582 sq. ft. $ /, 7J34 $ $ wf
dollars and
lo. &x$?$+- CB~ cents per
I.
square foot.
Total amount of bid in wo
Total amount df bid in nu
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s). 9 has/have been received and is/are included in i
proposal.
The Undersigned has checked carefully all of the above figures and understands that
City will not be responsible for any error or omissions of the part of the Undersignec
/=,'de c4 1
I making up this bid.
Io The Undersigned agrees that in case of default in executing the required Contract u
necessary bonds and insurance policies within twenty (20) days from the date of awarc
Contract by the City Council of the City of Carlsbad, the proceeds of the check or bc
accompanying this bid shall become the property of the City of Carlsbad.
The Undersigned bidder declares, under penalty of perjury, that they are licensed to
business or act in the capacity of a contractor within the State of California and that t:
are validly licensed under license number
which expires on . This statement is ;rue And correct and has the legal efi
of an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursu
to the Business and Professions Code shall be considered nonresponsive and shall
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 accorda
with California law. However, at the time the contract is awarded, the contractor SI
be properly licensed. Public Contract Code 5 20104.
1
1
1
1
1
I
1
i
q , classification f4 6 3 $3/ .- ?
op/J
g2dS LA- 4
?7*
H:\LIBRARY\UM\WPDATA\CNnCN?P2018 S 1' REV. 121
I.
1
i
i
1
The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of the City of Carlsbac
personally interested, directly or indirectly, in this Contract, or the compensatior
be paid hereunder; that no representation, oral or in writing, of the City Coun
its officers, agents, or employees has inducted him/her to enter into this Contrt
excepting only those contained in this form of Contract and the papers made a F
hereof by its terms; and
I.
2. That this bid is made without connection with any person, firm, or corporat
making a bid for the same work, and is in all respects fair and without collusion 1 fraud.
1 Accompanying this proposal is
(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 wh
requires every employer to be insured against liability for workers' compensation or
undertake self-insurance in accordance with the provisions of that code, and agrees
comply with such provisions before commencing the performance of the work of t
Contract and continue to comply until the contract is complete.
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artj
2, relative to the general prevailing rate of wages for each craft or type of worker neec
to execute the Contract and agrees to comply with its provisions.
I
1
1
I
I
1
1
1
I
m
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: L ec
Place of Business e0 Kx 1627 ,Lw&o CH 92 2
City and State 0 e8 yzm/
t (1) Name under which business is conducted I-- I /, 7!
i
(2)
(3)
Signature (given and surname) of proprietor GAUD I
(Street and Number)
r
I i (4) Zip Code yaoj Telephone No. 6/9- 3p/3 k~g4
H:\LIBRAR~UA~WDATA\CN~CNT92018;.ST REV. 12/l
I.
i
I
1
i
1
I
u.
1
I
I
1
8
1
I
1
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)
G
i
(3) Place of Business 1 (Street and Number)
City and State
Zip Code Telephone No.
H:\LIBRARY\UM\WPDATA\CN7~CNIK~?OI X SI REV. 12/1
I.
1
I
i
IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted L c hLW44m Pd
c e3 I $?z’L”/ I.
Fn /q[&J kt Ld7“LkJ (2) I Signature
I Title
----.- j7? EL
Impress Coipcrzie Seal h II
1
Io -
I
1
1
1 d/le Ia/c/ Wi /JQIJ 1hLF #+e 5
3 c Gn. e4q#z$ I Y
I
I
1 1 (3)
(4) Place of Business
Incorporated under the laws of the State of
\ (Street and Number)
r
City and State c7p ,I& c 2sw
(5) Zip Code 9_%6 - / Telephone No. /F-3q7y LFpz
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST I ATI’ACHED
List below names of president, vice president, secretary and assistant secretary, i
corporation; if a partnership, list names of all general partners, and managing partnei
&+L& L ktspdjmJ
H847.544 #f%//4 N R eCp& /&
J?k?fS / /)Do- t
H:LIBRARWUM\WPDATA\CN~CNly~20 18 ST REV. lUl
I*
15‘8 1 OZUN3‘~31~~~a$~~~~~ @ T6/8VSz‘h3x
..
-A213 pp ays 03 palgay aq pr xqaiq pawaads I. ~~‘~OWYB aq pur;. ‘Jssqja pug 3x02 pj UF uy.~a~ PUB aq pqs 1; ‘aspuaq: fppri pm l~nwr aurmaq ij~qs uc~,~i~~gqo syi uayi ‘pmw pyei 30 paypeu ~pp ST+
kwam tqqap~ sappd axmnrsrr; poe spuoq paqnbalr 2uprqq KJBIIUCQ E aimaxa pa ox
‘PEq51JE3 .J9 $I3 i3qJ JO ~~33uIlC?3 lhT3 294 iq lXJ3U03 30 F)JEM€? 40 alEp aq UDJJ S!@ (Si
BlUa AFP TTEqS {ZdDnUd aylz pUE ‘jIXnO3 hi3 atj1 Lfq h)aldaXE Si ‘pEqSlJE3 30 &!-) aq.
’IIIW3 ‘was?M13
6-26 R/3 # L,3VXwIO3 hlVX3oX6 JXmmdm XTVMBaIS CUW ITKCLn3 ‘an3 :JOJ ledrzrJd *o U~~WIO~-XOC
av30 FsndoJ$ aw3! 3Eyl H3nS 53 it‘C97.LV3);?EiO ”9N103rn0J 3HL 60 NOILIaNO3 3H
’SlUaSaJd SSaql hq Am ‘hnEJ3AX PGE i<pUIOf ‘S&rSSe 10 SdOSSa3’JnS ‘SJO3W~~
pue s103nxxa csqq mo ‘GIA~SXQ pq am ‘aperz dpu3 pue pnti ‘mamh?d qspp~ 14
----(-oo-oo~‘6$)---------- SLNB3 ON a[NF7 CtR?IaNflH ZNO ‘(INVSnOHL XNIl
(ilz;~OUE PFq Xp j0 (oJo0;) 1UaXad E31 lSEPT le aq ISnUI] :S.MOQI
S& 3JU12QW Ill? U! ‘EFOJIJ23 ‘p??qS]EQ $0 .QT3 ays OlZIn pUnOq AIwnJ PUe ppy Xi€? barns !
NOIL3flITLSNO3 NOS’IIfi ”I-? “aha %?q
XV.ElS~6 3S3H.L A8 SNQmBd 3W MOR
mm03 33&mfls~1 wms J;S~ pu& ‘iedpuud sz e
nsfm :mImd o€8-coocoo :IT39NMz moa
WSOdOXd lahTBdWO33V 01 QN68 SaY3.aCaDzI8
Of
-* 0
STld 3XILLNSXd ccsrs@c‘rQ# IZ:tO Z6/
1 a
POD @
.I.S-SI ouxm\v.wad,wmum @ rmrm .Alia
ria=wsv Aq3 llsndaa
I VLWSH 'r %I
xatE.rwv &D $1
+-97b 4
7wa *x am, :mad 01 s'tr am01
popEJoQroa ayl pug 02 EQtJJG ley Z+m%mdlrra leas ale14 ~gm L~~3amas smls;;rss~ 10 ~JJJXS ayi Lq psy~ua~ uopqorw B ~XUB asnm IJQ~JQ~~O~ aq 'su8p iL
am l<p 31 TUO~EJC.&O% 202 1.81s isnm k~xm~3;is iitrrasysa 210 Ilr-e~anas pue mappzd-a+ 30 ~mpi:
C-paqXXtE aq .lSn~ JJ.mis T-fe wd121\9md & UOpn3aXa 10 a8?a-jMOmJE @FPSOU lac
[&o;e~S!s 30 rsogezy~&3ro pm a
(amy a;mu lU
(amq &IS)
(Aamxie jo lamud ILXW~IS (ibOjEE.8~S 30 UOPEZ$UE&@! PU38 31
*J3UJ 3upmys uopnpsa awod;ro;, y=axe]
i~~~-~-/hU~~~~ JO ~XXE-J psp.~pd
\-_I-
(aiaq awn sm
Wrn33N -x VLIW
g
(hams 3" au-qq)
NOIL.3flzILSNO3 NOS'IIM '?" mmo3 ~~SNI zmns ~smw
:umns :W&13NI
t%-65 ' zsnmv 22 61 2..9TM9* 20 LEP rsYy3 xmns dq paln3ax3 $0 kp -.zr( s~q~ W~I~NN~ Lq pwm
'$)nota S'fii7 JEJpIIIl SUO~XF?%~iqCI SIT WOJ$ &XJlS aql alEf3110X.2 1OU UEyS @d?K
30 qJeap ar%; JEIQ paa~3e s; 11 'lenppupur ue se prroq sy~ pa3nsaxa ]EdpqId iua~a ayi
TT
- 0 --a
S97d 3YBL.NiHei CFclCCPF~ 1z:L.o Z8/$
/f
600 @
~
id
7/, ?35 On this 3,/ day of b&c’Fr.w~76t!? , in the yea
b fore me, the undersigned, a Notary Public in and for said State, personally kc\ LCd i i,: b, \%&I
, personally knc (or proved to me on the basis of satisfactory evidence) to be the person- whos
subscribed to the within instrument, and acknowledged to me th,
executed it
WITNESS my hand and off)&\ seal
Notary Public in and for said State
I
NOTARY ACKNOWLEBGM
State of California
County of SAN BERNWINO
(here insert name On 8-30-92 before me,
to me on the basis of satisfactory evidence) to be the person(@ whose name@) idare subscribed to the within instrun
acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
instrument. --e- --2---a *-* .-.
WITNESS my hand and official se
S.L. KYSETH
Public, personally appeared K. MCC ARTY , personally known to me (0
~TORNEY IN FACT AMWEST SURETY INS
THIS CERTIFICATE MUST Document Title or Type: BID BOND
BE ATTACHED TO THE
DOCUMENT DESCRIBED Number of Pages: Document Date: 8-30-92
&% UN-A9016(7/91) a
NOT VALID FOR BO BOND NUMBER POWER NUMBER
003001830
KNOW ALL MEN BY THESE PRESENTS, that Amwest Surety Insurance Company, a California
ANITA M, MCCARTY
AS AN EIL?PhDYEE OF AYUEST SUQETY INSURANCE CC3PliNY its true and lawful Attorney-in-Fact, with limited power and authority for and on behalf of the Company as surety
to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings
recognizances or other written obligations in the nature thereof as follows:
Bid Bonds up to $:::::~,coQ,Qoo ,QO
Contract {Performance 8 Payqent), Court, Subdivision S:::>1,00Q,OQ
MiscetCaneous 6onds up to $:~~:1,00#,008.00
- license iZ Permit Bonds up t:, $3~1,000,000,00
CERTIFICATE
19- SAN BERNARDINO 3 CAyhiS 30 day of AUGUST Signed and sealed at %4$A/&&P& 000150581 - 7 Karen G Cohen. Secretary
fact or agent a-d r-cvo:<c a:.>- OWE: o
and ciliL-fry ci any bond, undcri
P IN WITSSSS WHETI!07, Axrwesi Si~.ret;: ks~ WICP umpa zuicd :hese preiFnts to be signed 3:: its proper
its csiFor2:e sei1 to t)c 1::1~unto alhxcd '.his 1st clay CF I?cccmbe:T. 1
c /7,"-. fl/ / fl, ~&?%mJ-</ b
=m:
--f :<aim G C:o >/k&L
SUITE OF CAI_IFOKUIf\, COL'STY, Ol= LOS ASGELFS
ind:-,'~ lii xi . 1 s and oliic,:i-s cIT iimwesr Suret) hsxrznce Company, who excccted
On ibis lsi day oE Ikcernber, 199:?, persoiiaily c z bEfore rx john E Savage and Karer G. Cohe:. to me knsv
execution of the same, ad king by me duly swcm, d.id several:y deposc zud sa> I ;hey are the said cfhcers of tke c:orpo:-ati
and that the seal aEiix?d. e ebow insti-urnmi 1s the scal 0: :he cor;m:-a:jon.
G:ilcel-j wre duiy zffixcri 2nd siitscri'xd 10 il-e szid ir.s:-iument 3y ti.c acthorit;. of he Bozrd cf Directors of sa:d corpc
above instrument, ad They have Eckno
ihar sa!d ccrporate seal and ehcir si
ir
"23 RLlT. 2 3
I
I
I
I
I
I
c
I 7/9+ L v-9
I.
I
I
I
I
I
I
1
I
DESIGNATION OF SUBCONTRACTORS
'.
The Contractor certifies he/she has used the sub-bids of the following listed Contrac
in making up his/her bid and that the subcontractors listed will be used for the work
which they bid, subject to the approval of the Utilities and Maintenance Director or
approved representative, and in accordance with applicable provisions of the specificati
and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting -
Practices Act." No changes may be made in these subcontractors except upon the pi
approval of the Utilities and Maintenance Director or his approved representative of
City of Carlsbad. The following informa tion is required for each sub-contractor. Additio
pages can be attached if required:
Items of Complete Address Phone No.
Work Full Company Name with Zip Code with Area Cod
0 7/y'- Pf9-
H:\LIBRARWUM\WPDATA\CNnCNT9201 X ST REV 1211
1.
I
B
1
I
I
I x
I
1
I.
I
I
I
I
I
I
1
AMOUNT OF SUBCONTRACTORS' BIDS
I.
The bidder is to provide the following information on the subbids of all the lis
subcontractors as part of the sealed bid submission. Additional pages can be attached
required.
Type of State
Contracting Carlsbad Business Amount of Bid
Full Company Name License & No. License No." I$ or Yo)
-.
* Licenses are renewable annually. If no valid license, indicate "NONE." Valid licensc
must be obtained prior to submission of signed Contracts. I
H:\LIBRARnUM\WPDA?'A\CNnC"IYI?O I8 SI. REV. 12/3
I.
I
I
I
1 s
1
I
I
I.
I
1
B
I
I
I
I
1
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
L
Bidder submits herewith a statement of financial responsibility.
H\LIBRARnUM\WPDATA\(:N~[~~N’I~~~O16 S I REV. lU
1.
0
BRICE WXLSON, DBA L,L, WILSON CONSTRUCTION
BALANCE SHEET
DECEMBER 41, 1991 (See Accountant's Compilation Repart)
ASSETS CURRENT ASSETS
Employee advances $ 240.34
3'0T#L CURRENT ASSETS & .16#,5.
Cash in bank - general $6 I 263.11
TUTAL ASSBII"S $ I__ ,16,5;
LIABILITIES AND EQlrJZTY
0 CWRREWT LIABILITIES
Payroll taxes payable ,, 1,001.~
1,co TOFAT, CURRENT LIABPLITIES
?LONG-TERM LXABELITIES
Hot9 payable - Shirley Wilson - Note 2 155,296.04
TOTAL EOHG-TERM LIABILITIES &,!55,29
TOTAL LIABILITIES 156,29
capital, Brice WilSOh c: 239?773
TOTAL LfAEILTTTES AND EQUITY 3 16,52.
EQUITY
e
The occomganykng notes are an integral part Bf this finan(
Sta tamerat I IC)HNW~N fi RITPPWINPI ~n Armitnt?nmr Fnr.t\.-.rre:fim
I
I
I
I
E
1
I
I
1.
I
1
I
I
I
I
I
1
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
C
The Bidder is required to state what work of a similar character to that included in i
proposed Contract he/she has successfully performed and give references, with telephc
numbers, which will enable the City to judge his/her responsibility, experience and sk
An attachment can be used.
Name and Address
H:\LIBRAR~~UM\Wl'DAl'A\~N~\CN~'~ZO IS.5'1 REV. 12/1
I.
WILSON CONSTRUCTION P.O. BOX 1687 * INDIO, CA 92202
Attention:
Dear
Following are our references and subject projects for your records.
DEVELOPER
Barcon kveloprr2nt ( Lane hrthur)
Palm Desert, Ca. 92260
---------- JOB DESCRIPTION ---------------
1. EdisMl & 110
4o,ooo.00 41-625 Eclectic, K1
2. SCE & IID Tqle Construction Inc. ( bbk Terrple) 203,000.00 75-153 Wrie Dr., Ste. H
0
Palmksert, Ca. 92260
North Star California Cop. (Jack &sir
LaQuinta, Ca. 92253
3. Sewer & Water 110 ,ooo.oo 78-371 HJY 111
Si ncere iy ,
Wilson Construction
(L
I
I
I
I
8
1
1
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
C
State of California 1
) ss.
1 5-3 . County of ~pfL$sJ~~
8RiLe a, La! !xf%
(Name of Bidder)
and says that he or she is ab
, being first duly sworn, deposes
(Title)
of
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on bel
of, any undisclosed person, partnership, company, association, organization, or corporatii
that the bid is genuine and not collusive or sham; that the bidder has not directly
indirectly induced or solicited any other bidder to put in a false or sham bid, and has .
directly or indirectly colluded, conspired, connived, or agreed with any bidder or any(
shall refrain from bidding that the bidder has not in any manner, directly or indirec
sought by agreement communication, or conference with anyone to fix the bid price, 01
that of any other bidder, or to fix any overhead, profit, or cost element of advanti
against the public body awarding the contract of anyone interested in the propo
contract; that all statements contained in the bid are true; and further, that the bidder
not, directly or indirectly submitted his or her bid price or any breakdown thereof, or
contents thereof, or divulged information or data relative thereto, or paid, and will not p
any fee to any corporation, partnership, company association, organization, bid depositc
or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that t
affidavit was executed on the L day of
e
1.
1
I
I
I
i
i
orrect and that 1:
Subscribed and sworn to before me on the ^?
1 I(
day of -5~ #,&~wI~U , 193-
I P, i .\? % :;xL, r?\J..h A$% -Cs\C I Signature of Notary
H:\LIBRARY/lJM\WPDATA\CNVCN'I 920 i X SI REV. 121
B*
1
City of CarLbad
Purchasing Department a Representation and Cedcation
The following representation and certification are to be completed, signed and returned with propos:
REPRESENTATIONS: Mark all applicabie blanks. I am currently certified by:
This offeror represents as part of this offer that:
(Check appropriate Ethnic Business Type)
Certification #:
CERTIFICATION OF BUSINESS
REPRESENTATION(S):
Mark all applicable blanks. This offeror repres
part of this offer that:
This firm is X , is not
minority business.
This firm is
woman-owned business.
, is not
DEFINITIONS:
WOMAN-OWNED BUSINESS: A wom:
business is a business of which at least 51 F
owned, controlled and operated by a woman o
Controlled is defined as exercising the power
policy decisions. Operation is defined as
involved in the day-today management.
INORITY BUSINESS ENTERPRISE: 'Minority
usiness' 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 minorii 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 @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 and Taiwan).
CERTIFICATION:
The information furnished is certified to be factual and correct as of the date submitted.
63 ( 3 rc.6 I_, w; ;swJ (>t&VE<
NAME TITLE
flkl L, u.2, px,, 1 z -3- 42 L DATE e"Am"' L, I- I C&( i>ofd Cdd~~ctr( &.(
COMPANY NAME
9/92
I
1
1
I
1
I
I
I
1.
i
1
I
D
a
1
i
1
CONTRACT - PUBLIC WORKS
'I.
This agreement is made this /A * day
the City of Carlsbad, California, a municip
is P.O. Box 1687 lndio CA 92201
, 199&, by and betw
einafter called "City"), :
whose principal place of busi L. L. Wilson Construction
(hereinafter called "Contractor!!.)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Cont
documents for: 1991 -92 Curb, Gutter and Sidewalk Replacement Progr
Contract No. U/M 92-9, (hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor, maten
tools, equipment, and personnel to perform the work specified by the Cont
Documents.
Contract Documents. The Contract Documents consist of this Contract, Na
Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation
Subcontractors, Bidder's Statements of Financial Responsibility and Techr
Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans
Specifications, the Special Provisions, and all proper amendments and char
made thereto in accordance with this Contract or the Plans and Specificatic
and all bonds for the project; all of which are incorporated herein by
reference.
Contractor, her/his subcontractors, and materials suppliers shall provide
install the work as indicated, specified, and implied by the Contract Docume
Any items of work not indicated or specified, but which are essential to
completion of the work, shall be provided at the Contractor's expense to fi
the intent of said documents. In all instances through the life of the Contr
the City will be the interpreter of the intent of the Contract Documents, and
City's decision relative to said intent will be final and binding. Failure of
Contractor to apprise subcontractors and materials suppliers of this conditio
the Contract will not relieve responsibility of compliance.
Pavment. For all compensation for Contractor's performance of work under
Contract, City shall make payment to [he Contractor per Section 9-3 of
Standard Specifications for Public Works Construction (SSPWC) 1991 Edit
and the latest supplement, hereinafter designated "SSPWC", as issued by
Southern California Chapter of the American Public Works Association, an(
amended by the Special Provisions section of this contract. The closure date
each monthly invoice will be the 30th of each month. Invoices from
2.
3.
4.
tI:\LIBRt\RnUM\WPDAlA\(:NnC"L920 I8 S'1 REV. 12
I.
1
I
I
I
I
I
I
I
1.
I
II
1
1
1
i
8
1
Contractor shall be submitted according to the required City format to the Ci
assigned project manager no later than the 5th day of each month. Payme
will be delayed if invoices are received after the 5th of each month. The fi
retention amount shall not be released until the expiration of thirty-five (:
days following the recording of the Notice of Completion pursuant to Califor
Civil Code Section 3184.
Independent Investization. Contractor has made an independent investigatiol
the jobsite, the soil conditions at the jobsite, and all other conditions that mi
affect the progress of the work, and is aware of those conditions. The Contr
price includes payment for all work that may be done by Contractor, whet
anticipated or not, in order to overcome underground conditions. t
information that may have been furnished to Contractor by City ab
underground conditions or other job conditions is for Contractor‘s convenie
only, and City does not warrant that the conditions are as thus indicat
Contractor is satisfied with all job conditions, including underground conditil
and has not relied on information furnished by City.
I.
5.
6. Contractor Responsible for Unforeseen Conditions. Contractor shall
responsible for all loss or damage arising out of the nature of the work or fr
the action of the elements or from any unforeseen difficulties which may arisc
be encountered in the prosecution of the work until its acceptance by the C
Contractor shall also be responsible for expenses incurred in the suspension
discontinuance of the work. However, Contractor shall not be responsible
reasonable delays in the completion of the work caused by acts of God, stor
weather, extra work, or matters which the specifications expressly stipulate i
be borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves digg
trenches or other excavations that extend deeper than four feet below the surf
Contractor shall promptly, and before the following conditions are disturb
notify City, in writing, of any:
7.
H:\LIBRARnUM\WPDA1’A\~~~i~CN~~O 1 %SI REV. 121
I.
1
I
I
I
i
I
I[
P
1
1
I
1
R
II
I
1
A. Material that Contractor believes may be material that is hazardous wa:
as defined in Section 251 17 of the Health and Safety Code, that is requi
to be removed to a Class I, Class rr, or Class 111 disposal site in accordai
with provisions of existing law.
Subsurface or latent physical conditions at the site differing from thl
indicated.
Unknown physical conditions at the site of any unusual nature, differ
materially from those ordinarily encountered and generally recognized
inherent in work of the character provided for in the contract.
I.
1
B.
C.
City shall promptly investigate the conditions, and if it finds that the conditic
do materially so differ, or do involve hazardous waste, and cause a decrease
increase in contractor’s costs of, or the time required for, performance of any F
of the work shall issue a change order under the procedures described in t
contract.
In the event that a dispute arises between City and Contractor whether
conditions materially differ, or involve hazardous waste, or cause a decrease
increase in the contractor’s cost of, or time required for, performance of any F
of the work, contractor shall not be excused from any scheduled completion d
provided for by the contract, but shall proceed with all work to be perforn
under the contract. Contractor shall retain any and all rights provided either
contract or by law which pertain to the resolution of disputes and protf
between the contracting parties.
Change Orders. City may, without affecting the validity of the Contract, or
changes, modifications and extra work by issuance of written change ordt
Contractor shall make no change in the work without the issuance of a writ
change order, and Contractor shall not be entitled to compensation for any ex
work performed unless the City has issued a written change order designatinz
advance the amount of additional compensation to be paid for the work. 1
change order deletes any work, the Contract price shall be reduced by a fair i
reasonable amount. If the parties are unable to agree on the amount
reduction, the work shall nevertheless proceed and the amount shall
determined by litigation. The only person authorized to order changes or ex
work is the Project Manager. The written change order must be executed by
City Manager or the City Council pursuant to Carlsbad Municipal Code Sect
3.28.1 72.
8.
H:\LIBRARY\UM\WPDATA\CNTKN~OZO 18 ST REV. 12/1
P
I
I
I
I
1
I
I
I
lo
I
1
1
I
i
I
1
9. ImmiRration Reform and Control Act. Contractor certifies he is aware of i
requirements of the Immigration Reform and Control Act of 1986 (8 U
Sections 1101-1525) and has complied and will comply with these requiremer
including, but not limited to, verifymg the eligibility for employment of
agents, employees, subcontractors, and consultants that are included in t
Contract.
Prevailinz WaEe. Pursuant to the California Labor Code, the director of 1
Department of Industrial Relations has determined the general prevailing rate
per diem wages in accordance with California Labor Code, Section 1773 an(
copy of a schedule of said general prevailing wage rates is on file in the office
the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant
California Labor Code, Section 1775, Contractor shall pay prevailing wag
Contractor shall post copies of all applicable prevailing wages on the job site
Indemnification. Contractor shall assume the defense of, pay all expenses
defense, and indemnify and hold harmless the City, and its officers a
employees, from all claims, loss, damage, injury and liability of every kind, nati
and description, directly or indirectly arising from or in connection with t
performance of the Contractor or work; or from any failure or alleged failure
Contractor to comply with any applicable law, rules or regulations includi
those relating to safety and health; except for loss or damage which was caw
solely by the active negligence of the City; and from any and all claims, lo
damages, injury and liability, howsoever the same may be caused, resulti
directly or indirectly from the nature of the work covered by the Contract, unlc
the loss or damage was caused solely by the active negligence of the City. T
expenses of defense include all costs and expenses including attorneys fees
litigation, arbitration, or other dispute resolution method.
Insurance. Contractor shall procure and maintain for the duration of the contri
insurance against claims for injuries to persons or damage to property which m
arise from or in connection with the performance of the work hereunder by t
Contractor, his agents, representatives, employees or subcontractors. S: insurance shall meet the City's policy for insurance as stated in Resolution P
c
10.
11.
I
12.
91-403.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types
coverages and minimum limits indicted herein:
1. Commehensive General Liability Insurance:
$1,000,000 combined single limit per occurrence for bodily inji
and property damage. If the policy has an aggregate limit,
separate aggregate in the amounts specified shall be established 1
the risks for which the City or its agents, officers or employees i
additional insureds.
H:\LIBRARWUM\WPDATA\CNnC"M2018.ST REV. 12/ll
I?
I
i
I
I
1
I
I
Ir,
1
1
I
I
I
I
I
1
, i
2. Automobile Liabilitv Insurance:
$1,000,000 combined single limit per accident for bodily injury i
property damage. In addition, the auto policy must cover i
vehicle used in the performance of the contract, used onsite
offsite, whether owned, non-owned or hired, and whet!
scheduled or non-scheduled. The auto insurance certificate m
state the coverage is for "any auto" and cannot be limited in i
manner.
Workers' Compensation and Employers' Liabilitv Insurance:
Workers' compensation limits as required by the Labor Code of
State of California and Employers' Liability limits of $1,000,000 :
incident. Workers' compensation offered by the St
Compensation Insurance Fund is acceptable to the City.
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies
insurance required under this agreement contain, or are endorsed
contain) the following provisions. General Liability and Automot I Liability Coverages:
b
3.
1. The City, its officials, employees and volunteers are to be cove:
as additional insureds as respects: liability arising out of activii
performed by or on behalf of the Contractor; products 2
completed operations of the contractor; premises owned, leas
hired or borrowed by the contractor. The coverage shall cont
no special limitations on the scope of protection afforded to
City, its officials, employees or volunteers.
The Contractor's insurance coverage shall be primary insurance
respects the City, its officials) employees and volunteers. P
insurance or self-insurance maintained by the City, its offici:
employees or volunteers shall be in excess of the contractc
insurance and shall not contribute with it.
Any failure to comply with reporting provisions of the policies sf
not affect coverage provided to the City, its officials, employees
volunteers.
Coverage shall state that the contractor's insurance shall ap
separately to each insured against whom claim is made or sui1
brought, except with respect to the limits of the insurer's liabilj
(C) "CLAIMS MADE" POLICIES - if the insurance is provided on a "claims ma(
basis, coverage shall be maintained for a period of three years following 1
date of completion of the work.
2.
3.
4.
H:\LIBRNInUM\WPDA1'A\CN'I\CN'f',201 $.ST REV. lul
P
II
1
I
1
I
!
1
1.
I
1
1
I
1
I
1
1
(D) NOTICE OF CANCELLATION - Each insurance policy required by 1 agreement shall be endorsed to state that coverage shall not be suspend
voided, canceled, or reduced in coverage or limits except after thirty (<
days’ prior written notice has been given to the City by certified rn
L-
I return receipt requested.
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - i
deductibles or self-insured retention levels must be declared to i
approved by the City. At the option of the City, either: the insurer SI
reduce or eliminate such deductibles or self-insured retention levels
respects the City, its officials and employees; or the contractor shall proc
a bond guaranteeing payment of losses and related investigation, cl:
administration and defense expenses.
WAIVER OF SUBROGATION - All policies of insurance required under 1
agreement shall contain a waiver of all rights of subrogation the inst
may have or may acquire against the City or any of its officials
employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insur
under its policies or shall furnish separate certificates and endorsements
each subcontractor. Coverages for subcontractors shall be subject to a1
the requirements stated herein.
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insui
that have a rating in Best’s Key Rating Guide of at least A-:V, and
authorized to do business within the State of California and are include(
the official publication of the Department of Insurance of the State
California as allowed under the standards specified in by the City Coui
Resolution No. 91-403 .
VERIFICATION OF COVERAGE - Contractor shall furnish the City M
certificates of insurance and original endorsements affecting cover,
required by this clause. The certificates and endorsements for e,
insurance policy are to be signed by a person authorized by that insure]
bind coverage on its behalf. The certificates and endorsements are to bc
forms approved by the City and are to be received and approved by the (
before work commences.
COST OF INSURANCE - The Cost of all insurance required under 1
agreement shall be included in the Contractor‘s bid.
(F)
(I)
(J)
REV. 12f H:\LIBRARY\UM\WPDATA\CNnCN PI20 I8 ST
4.-
I
I
I
I
1
I
I
1
I.
8
I
I
1
1
I
1 ....
I
13. Claims and Lawsuits. All claims by Contractor for $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 Governm
Code) for any claim or cause of action for money or damages prior to filing i
lawsuit for breach of this agreement.
Maintenance of Records. Contractor shall maintain and make available at no c
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 place of business as specif
above, Contractor shall so inform the City by certified letter accompanying
return of this Contract. Contractor shall notify the City by certified mail of 2
change of address of such records,
Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing w
Section 1720 of the Labor Code are incorporated herein by reference.
Security. Securities in the form of cash, cashier’s check, or certified check n
be substituted for any monies withheld by the City to secure performance oft
contract for any obligation established by this contract. Any other security t:
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 purch,
order awarded by the City of Carlsbad, he will comply with the County of 5
Diego Affirmative Action Program adopted by the Board of Supervisors, includ
all current amendments.
Provisions Required bv Law Deemed Inserted. Each and every provision of 1
and clause required by law to be inserted in this Contract shall be deemed to
inserted herein and included herein, and if, through mistake or otherwise, i
such provision is not inserted, or is not correctly inserted, then upon applicati
of either party, the Contract shall forthwith be physically amended to make SL
insertion or correction.
i
14.
15.
16.
17.
18.
....
....
....
H:\LIBRARY\UM\~~DATA\CN1~CNT(~20 I8 SI’ REV. 12/1
I.
.I I
t
i
I
1%
I
I
1
I.
19. Additional Provisions. Any additional provisions of this agreement are set for
in the "General Provisions" or "Special Provisions" attached hereto and made
part hereof.
6
L4 Le ,.219/50.hl
Contractor 1 L NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL SIGNATORIES
MUST BE ATTACHED
(CORPORATE SEAL) Print Name of Signatory
APPROVED TO AS TO FORM:
Print Name of Signatory
RONALD R. BALL
Acting City Attorney
Signature of Signatory I By:
1 Q' lll& Title
Dehty City Attorneu 1
i
1
I
I
I 1 ATTEST:
City Clerk
REV. 12/ H:\LIBRARnUM\WPI)ATA\CN~CN~I 02018 S f
I.
, personally ki
(or proved to me on the basis of satisfactory evidence) to be the person- whc
subscribed to the within instrument, and acknowledged to met
executed it
Notary Public in and for said State
LhBOR AND MATEIUALS BOND BCKQ IiUHfER: 0030
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution P
92-343 , adopted November 17, 1992 , has awarded to L.L. WilSon Construction (hereinafter designated as the "Principal"),
Contract for 1991-92 Curb, Gutter and Sidewalk Replacement Program, Contract No. U/
92-9 in the City of Carlsbad, in strict conformity with the drawings and specifications, a
other Contract Documents now on file in the Office of the City Clerk of the City
Carlsbad and all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the ter
thereof require the furnishing of a bond, providing that if Principal or any of thc
subcontractors shall fail to pay for any materials, provisions, provender or other supplj
or teams used in, upon or about the performance of the work agreed to be done, or for a
work or labor done thereon of any kind, the Surety on this bond will pay the same to t
extent hereinafter set forth.
NOW, THEREFORE, WE, L. L. Wilson Construction
Principal, (hereinafter designated as the "Contractor"), and
*
~~wBT SuREm INdc
as Suretv, are held firmly bound unto the City of Carlsbad in the sum
Dollars ($45,041-OO*** ), said sum being fifty percent (50%) of the estimatc
amount payable by the City of Carlsbad under the terms of the Contract, for whic
payment well and truly to be made we bind ourselves, our heirs, executors ar
administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/h
subcontractors fail to pay for any materials, provisions, provender, supplies, or teams USE
in, upon, for, or about the performance of the work contracted to be done, or for any othc
work or labor thereon of any kind, or for amounts due under the Unemployment Insuranc
Code with respect to such work or labor, or for any amounts required to be deductec
withheld, and paid over to the Employment Development Department from the wages (
employees of the contractor and subcontractors pursuant to Section 13020 of tl
Unemployment Insurance Code with respect to such work and labor that the Surety WI
pay for the same, not to exceed the sum specified in the bond, and, also, in case suit
brought upon the bond, costs and reasonable expenses and fees, including reasonabl
attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 c
the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporatior
entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencin
with Section 3082).
in the event that Contractor is an individual, it is agreed that the death of any sucl
Contractor shall not exonerate the Surety from its obligations under this bond.
F(BR!IT FIVE THOUSANJI, FOR'JY-ONE AND NO GE1PTS--- '
0
H:\LI~RARnUMWf'DAI'/\\CN IVN I 1)2018 Y I' REV. 1211815
4 I
,
Executed by CONTRACTOR this -.?'<c Executed by SURETY this 9 day of 8 day of ~KLE'&5X?, 19 3 7 DECEMBW ,192.
CONTRACTOR: SURETY:
L.L. WILSON CQIPSmUCmCN AMWEST SURETY IBSWCE COWAM
(Name of Surety)
1
By:
BRICE L. WILSON - AmITA K. MCCARTY
(print name here)
PRFIsIDai
(title and organization of signatory)
Printed name of Attorney-in-Fact
(attach corporate resolution showiI
current power of attorney)
By:
(sign here)
0 (print name here)
, ' (title and organization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only on
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary undc
corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
s @* htL2 44-
0"
y KAREN J. HIRATA v
a Deputy City Attorney
H:~IURARntrM\WPDA'TA\(:N~n(:N79~0 I8 S 1 REV. 12J18D
NOTARY ACKNOWLEDGP
State of California
Countyof Sm mmrmo
On 12-9-92 before me, S.L. msm (here insert nar
Public, personally appeared , personally known to me
to me on the basis of satisfactory evidence) to be the person@) whose name@) idare subscribed to the within instri
acknowledged to me all that he/she/they executed the same in his/her/their authorized capacity(ies), and that t
their signature@) on the instrument the person(s), or the entity upon behalf of which the person($ acted, exe
instrument.
WITNESS my hand and official seal.
AKITA K- MCXARTY
GUARDIAN/CONSERVATOR - ATTORNEY IN FACT
Document Title or Type:
BE ATTACHED TO THE DOCUMENT DESCRIBED Number of Pages: Document Date: 13 - 9-93
3 -- - L..
, in the ye:
Notary Public in and for said State, personall)
On this .(/ day of 1 >f cE:,\\GFd.
beyre me, the undersignq,
I'
h?\cs L LAm
, personally kr
(or proved to me on the basis of satisfactory evidence) to be the person- who
subscribed to the within instrument, and acknowledged to me tl
executed it
Notary Public in and for said State 233CA-Rev 5 02
r'
'- \ i\ L
PERFORMANCE BOND
$ ,\' B(;.PiD lFuMBER: 003002 PREMIUM: $2,702.01
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution N
92-343 , adopted November 17, 1992 , has awarded to L.L. Wilson Construc
, (hereinafter designated as the "Principal"), a Contract fc
1991-92 Curb, Gutter and Sidewalk Replacement Program, Contract No. U/M 92-9, in tl
City of Carlsbad, in strict conformity with tne corn-act, the drawings and specifications, ar
other Contract Documents now on fiie in the Office of the City Clerk of the City I
Carlsbad, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the ten?
thereof require the furnishing of a bond for the faithful performance of said Contract;
NOW, THEREFORE, WE, L. L. Wilson Construction , as Principa
(hereinafter designated as the "Contractor"), and AMWEST slm IXX?RARCE: COMpAIQ?[, i
Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Ninety TI
eiqhtytwo dollars and no cents--- Dollars ($>0,082.00*** ), said sum bein
equal to one hundred percent (100%) of the estimated amount of the Contract, to be pai
to City or its certain attorney, its successors and assigns; for which payment, well and trul
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 Contract01
their heirs, executors, administrators, successors or assigns, shall in all things stand to an
abide by, and well and truly keep and perform the covenants, conditions, and agreement
in the Contract and any alteration thereof made as therein provided on their part, to b
kept and performed at the time and in the manner therein specified, and in all respect
according to their true intent and meaning, and shall indemnify and save harmless the Cit
of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligatio
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 specifiec
therefor, there shall be included costs and reasonable expenses and fees, includinj
reasonable attorney's fees, incurred by the City in successfully enforcing such obligation
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 thi
terns of the Contract, or to the work to be performed thereunder or the specification
accompanying the same shall affect its obligations on this bond, and it does hereby waivc
notice of any change, extension of time, alterations or addition to the terms of tht
Contract, or to the work or to the specifications.
0
0
0
I~:\LIBIIAIIMUM\WI~I~Al~A\~~Nl~~~N~l~~3~ I8 s I REV. 1U18/9
I c
In the event that Contractor is an individual, it is agreed that the death of any su
Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 3n Executed by SURETY this 9 day of
0
I day of &~C&?L%~- J 19$1 DEcE[MBIEIR J l9 %?-*
CONTRACTOR: SURETY:
L.L. WIXYOIV cONSmuCTI@N jlMwFsT EmRliTY IRrnCE C@~4PANY
(Name of Surety)
By:
BRICE L. WILSON AKITA K. rrlCcmm
(print name here)
PRESIDrnT (attach corporate resolution showir
(title and organization of signatory)
Printed name of Attorney-in-Fact
current power of attorney) a
By:
(sign here)
't
(print name here) e
(title and organization of signatoiy)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. if only or
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary undl
corporate seal empowering that officer to bmd the corporation.)
APPROVED AS TO FORM:
Acting Ci Attorney
q
I RONALD R. BALL
A By: qLL-& bL KAREN J. HI
Deputy City Attorney 0,
H:\LIBRARY\UM\WPDATA\CN'nCN'ITJ?O 18.S'I' REV. 12/lM
0 >T--
, in the yi day of x6 CR+M&:/F P<
STATE OF CALIFORNIA
On this -I(
b$ore mei *he undersigned, i a Notary Publlc in and for sard State, personal \>E,LE c, h't ,\.,cj\
PRINClPAlONICEWS
, personally b (Or proved to me on the basis Of satlsfactory evidence) to be the person- wt
subscribed to the wlthin Instrument, and acknowledged to mE executed it
~ I
233CA-Rev 5 82 Notary Publlc in and for said State
NOTARY ACKNOWLEDC
State of California
sm BrnrnINO County of
S.L. msm (here insert On 12-9-92 beforeme,
Public, personally appeared
to me on the basis of satisfactory evidence) to be the perSOn(S) whose namds) idare subscribed to the within i' acknowledged to me all that he/she/they executed the same in his/her/their authorized capacib'(ies), and tt
their signature(s) on the instrument the person(s), or the entity Upon behalf of which the person@) acted~
instrument.
WITNESS my hand and official Seal.
mcm , personally known to f
GUARDIANKONSERVATOR
AlTORNEY IN FACT
THIS CERTIFICATE MUST
BE ATTACHED TO THE
DOCUMENT DESCRIBED
Document Title or Type:
Number of Pages: Document Date:
e UN-A9016 (7191) n
POWER NUMBER ‘?OT VALI3 FO? 3; BOND NUMBER
-- - ~ ”~--~ *
corporation (the “Company”), does hereby make, constitute and appoint:
hrrs 3 ;\?IITA G, ,,Lh ,TY
3i.J flonds up to $::::::S,C00,303,00
Cont ra c t CDer For 3d n ce 2 Pa y’n e nt ) z :: o tl rt 8 Sub c! i vi s 5 07 $:%:::I, 0 00,O
Liceqse 3 ”eroit 20nds up to 5~~~:1,090,000,90 yiscellaneous I3on4s up to 4-*--*- J -..-.- 1 I 3 0 0, 0 0 9 (. 00
CERTIFICATE
0; -_ i' ' Lil.
-7- !ha Power of i1trorr.q i ad seeled by facs:miie unde~ and hy :he a-Lthcrity of the lollowlrig ressiutiaris: &p:c,
bard of Directors of Anwesi iur.r~y insurance Compazy at a meeiing c ;:e:d on DeceL3b-r 15, 1s7j:
RESOLVED, thf, re I'resi(,eiIt or any Vice President, in coiijur,c':ior! with the Secre:ar)- or any Assrsiax Secrerai
r agents with authority as cieined or liiT.itnd in the ixtrument evidencing he appntnie
,I oA" the Company, to execu:e and dtl1\;er ana afF.1: tke seal of the Company 10 bonc
nd suretyship obiigaiions of all kiiids: ani said officers mzj' remo\,e any such aiiorr.
:owe: of attorney previously granted to s~ch person.
hat any bond, undertaking; recognizance, oi iuretysiip ob1iga;mn shall be va!d anc bini,i
upon the Company:
(i) when signed by the Pres:dene or any Vice Pres:dent and attest,eci and sealed ;if 2 sea! be :eclu:redi by any
Secretary 01- Assistant Secretary; or
(ii) when s:gned by the ?i-esideni or any Vice President or Secretary or Assistaiic Secretary: and couniersign-ed
1 be required) by a duly a.<thorizsd attorney-in-fact or agent; o:
1 and sealed (if a seal be required) by one 01- more attorneys-in-[act or agents pursuant
nits of (?.e authority evidenced by die ?owe: of attorney issued lo)- the Company to
.ha: [he sIgnatLlre of any authorized o'hcer and the seai of the Cornpa,)r may- be a
mey or cerrification thereof acthorizing the execution and delivery of any bond. md
ship obligations of the Company; and scch signa:ure and sea; when so used shall have t
such permn a< ')c:soin5.
same force and efkc: a:; :hcugh manua!ly affixed.
IN WITNESS WXREOF;, Amwest Surety Insurance Corcpany has caused these presems to 'oe signed by its proper offii
its corporate seal to be hereunto afilxed this 1st day of December, l990.
,\,\\\\\\I ' 1 1 "~~l/// .p t-4 .:.. \ N . s . , bQ . . . ,q/p "//
$;...QBP ce ,q '..I '. cis. fl+
Sc3; G $2.. o$ s+,.$ NAY 7, <7':02
7975 '23 ( &/i,?. c S<.~@&@&Z s +..,q \v :' & 2 3, ~...<lFOB~... $$ / John E. Savagc,at
+/ "~'''. \\X\'
/'////,,ff ! ! , , , [, ,:\"'
> ,) :
.-
,' 1 5 /+-I ,,, p // =m:
r 2 '. =, UJ :.
STATE OF CALIFORNIA, COUK'TY OF LOS ANGELES
On this 1st day 0: December, 1990, personally came before me John E. Savage and Karen G. Coken, to me known I
individuals and officers of A~lrr.west Surety hsxance Company, who executed the above instrament, and [hey have acknowie
execuiion of the same, and lxi!:g by me duly sworn, c.id severally depose andl say that tkey are the ss.icl oilicers of the corporation
and that the seal affixed to the above instrument is the seal of ihe corporation, and that said corporate seal and their signature
officers were duly affixed and subscribed io the szid instrument Sy the au:hority of the Board of Directors of said corporal
Rest.ctions and EndOrse~Tp~.~~ $$ -=
ISSUE DATE INSURANC 12/r
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFOF CUNNINGHAM INSURANCE AGENCY
12960 CENTRAL AVE #F CHINO, CA 91710 COMPANIES AFFORDING COVERAGE 0
(909) 628-5578 COMPANY A LETTER FARMERS INSURANCE EXCHANGE
COMPANY B LETTER INSURED
COMPANY BRICE WILSON LETTER c
COMPANY Q P.O.BOX 1687 LETTER
INDIOi CA 92202 COMPANY E
DBA: L.L.WILSON CONSTRUCTION
LETTER
RANCE LISTED BELOW HAVE BEEN ISSUED THE INSURED NAMED ABOVE FOR THE POI
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LIMITS POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MMIDDIYY) TYPE OF INSURANCE POLICY NUMBER co LTR
GENERAL LIA GENERAL AGGREGATE $1
X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGO. $ 1
CLAIMSMADE x OCCUR. 1502 80 26 05/18/92 05/18/93 PERSONAL&ADV. INJURY $ 1 A
OWNER'S & CONTRACTOR'S PROT. EACHOCCURRENCE $1
FIRE DAMAGE (Any one fire) $
MED. EXPENSE (Any one person) 5
$1 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT x ANYAUTO
X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS 1502 80 26 05/18/92 05/18/93 (Per perSon)
9
5 X HIREDAUTOS BODILY INJURY (Per accldent)
PROPERTY DAMAGE $
EXCESS LIABILITY EACHOCCURRENCE $
UMBRELLA FORM AGGREGATE $
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION
AND
X NON-OWNED AUTOS
GARAGE LIABILITY
STATUTORY LIMITS
EACH ACCIDENT $
DISEASE-POLICY LIMIT $
DISEASE-EACH EMPLOYEE $
OTHER
CERTIFICATEHOLDER IS ALSO LISTED AS ADDITIONAL INSURED-
hereby understood and agreed that
to which this certificate refers may not be canceled, materially changed, nor the am(
erage thereof reduced until 30 days after receipt of written notice of cancellation (
the City of Carlsbad. Coverage shall be primary and
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLE
CITY OF CARLSBAD EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL PURCHASING DEPT. MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER
2075 LAS PALMAS DRIVE LEFT, %W!XBYUeMPI#XCQXMPVL~KI-K~KK BWXM c&rvPOSEWB CARLSBAD, CA 92009
ATTN: CABIN AUTHORIZED
0
ET
7TH
ADDITIONAL INSURED ENDORSEMENT
0 eferencr is mode to the attached Certificate as TO Evidence of Insurance.
It is agreed that:
The person or organization to whom the attached Certificate is isstid is an udditional insured. This applies only with ,
to liability arising out of the acts or omissions of the named insured. It applies only to the coverages indicated
certificate.
This extension of coverage does not apply:
I. To liability arising out of the negligence of the additional insured, its agents or employees, unless the agent or em
2. To any defect of material, design ar workmanship in any equipment of which the additional insured is the owner,
3. To any vehicle liability when the named insured is not the owner or does not have care, custody, or control of the v
The intent of this endorsement is to provide the coverage as stated above and in the Certificate. If any court shall in
this endorsement to provide coverage other than whGt is stated above then our limits of liability shall be the limits of
injury liability and property damage liability specified by any motor vehicle financial responsibility law of the state, prc
or territory where the named insured resides. If there is no such law, our limit of liability shall be $5,000 on acca
bodily injury sustained by one person in any one occurrence and subject to this provision respecting each person, $1
on account of bodily injury sustained by two or more persons in any one occurrence. Our total liability for all damag
Cause of all property damage sustained by one or more persons or organizations as the result of any one occurrencc
not exceed $5,000. This endorsement does not increase the coverage limits.
is the named insured.
manufacturer, mortgage e, or be ne f icia r y .
This endorsement becomes part of the policy to which it is attached ond supersedes ond tonlrols onything in the policy contrary hereto but is 01
subject to the Declorotions, Insuring Agreements, Exclusions and Condilianr Ihereof.
IADDITIOHAL INSURED END.)
0108 1111 L11111(3N 11 88 ;;30 1101 SH/1000 P
. .. ..
0
a
P.O. BOX 420807, SAN FRANCISCO, CA 941 42-0807
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE 8
POLICY NUMBER: 124.2510 - 92
CERTIFICATE EXPIRES: 5-4-9 3
r- CITY OF CARLSEAD
UTILITY AND MAIt;TZy.JAsCE DEPT ~
2075 r,as PA?,tiAS
CARLSSAD CA. 92003
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies. /fa e PRES I DENT
--
EMPLOYER
BRICE TJILSOI.'
Lr, w I L, so r\T CQ ys YE 'JC ~1 n ~2 - N . P.O. E@>; 1687
INDIO CA 92201 MS
er
L
PIC 7n3c? IRFV 1n 86)
a
1
I
I
I
I
I
I
I.
I
E
I
I
I
I
I
OPTIONAL
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
1.
This Escrow Agreement is made and entered into by and between the City of Carlsk
whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinaf called "City" and whc
address is
hereinafter called "Contractor" and
whose address is
hereinafter called "Escrow Agent .I'
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent ag
as follows:
1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the opt
to deposit securities with Escrow Agent as a substitute for retention earnii
required to be withheld by City pursuant to the public works contract ente
into between the City and Contractor for in amount of dated
(hereinafter referred to as the "Contract"). A copy of said contract is attached
Exhibit "A". When Contractor deposits the securities as a substitute for Contr
earnings, the Escrow Agent shall notify the City within ten (10) days of
deposit. The market value of the securities at the time of the substitution SI
be at least equal to the cash amount then required to be withheld as retent
under the terms of the Contract between the City and Contractor. Securities sl
be held in the name of City of Carlsbad and shall designate the Contractor as
beneficial owner. Prior to any disbursements, Escrow Agent shall verify that
present cumulative market value of all securities substituted is at least equa.
the cash amount of all cumulative retention under the terms of the Contraci
The City shall make progress payments to the Contractor for such funds wh
otherwise would be withheld from progress payments pursuant to the Contr
provisions, provided that the Escrow Agent holds securities in the form i
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 the escr
created hereunder is terminated.
I
2.
3.
H:\LIBRARnUM\WPC)ATA\CNl~CN'~920 1 X SI REV. 121
1.
I
I
I
I
I
I
Ir,
I
I
1
I
I u
I
I
4. Contractor shall be responsible for paying all fees for the expenses incurred
Escrow Agent in administering the escrow account. These expenses any payme
terms shall be determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money market accounts held
escrow and all interest earned on that interest shall be for the sole account
Contractor and shall be subject to withdrawal by Contractor at any time and frc
time to time without notice to the City.
Contractor shall have the right to withdraw all or any part of the principal in t
Escrow Account only by written notice to Escrow Agent accompanied by writt
authorization from City to the Escrow Agent that City consents to the withdrav
of the amount sought to be withdrawn by Contractor.
The City shall have a right to draw upon the securities in the event of default
the Contractor. Upon seven (7) days written notice to the Escrow Agent frc
the City of the default of the Contractor, the Escrow Agent shall immediat
convert the securities to cash and shall distribute the cash as instructed by 1
I.
5.
I
6.
7.
a City.
8. Upon receipt of written notification from the City certifylng that the Contrac
has complied with all requirements and procedures applicable to the Contr;
Escrow Agent shall release to Contractor all securities and interest on deposit 1
escrow fees and charges of the Escrow Account. The escrow shall be clo!
immediately upon disbursement of all monies and securities on deposit i
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 agreement i
the City and Contractor shall hold Escrow Agent harmless from Escrow Age]
release and disbursement of the securities and interest as set forth in Section
thru 8 and 10.
9.
....
....
....
....
....
....
H:\LIBRARnUM\WPDA'I'A\CN~CN'r~~~O I8 ST REV. 12/
1.
I
I
I
1
1
I
E
1
I
I
E
I
0
I
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 rhe foregoing, and exemplars of their respective signatures i
as follows:
For City: Title
c
1 Name
Signature
Address
For Contractor: Title
Name
Signature
Add res s I. For Escrow Agent: Title
Name
Signature 8 Address
REV. 1Zf H:\LIBRARMUM\WPDATA\CNT\CN-I 92018 S I
I.
I
I
I
I
1
I.
I
I
I
I
I
I
1
At the time the Escrow Account is opened, the City and Contractor shall deliver to t
Escrow Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officc
on the date first set forth above.
1
I
For City: Title
Name I Signature
Address
For Contractor: Title
Name 1 Signature
Add res s
For Escrow Agent: Title 1 Name
Signature
Add res s
~I:~IBR~nUM\WPDAI'A\CN IICNT920 1 X S I REV. 121
I.
I
1
1
I
I
1
1
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION :
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full for all compensat:
of whatever nature due the Contractor for all labor and materials furnished and for
work performed on the above-referenced project for the period specified above with
exception of contract retention amounts and disputed claims specifically shown below
RETENTION AMOUNT FOR THIS PERIOD: $
L
1 DISPUTED CLAIMS
DESCRIPTION OF CLAIM AMOUNT CLAIMED
The contractor further expressly waives and releases any claim the Contractor may ha
of whatever type or nature, for the period specified which is not shown as a retent
amount of a disputed claim on this form. This release and waiver has been mi
voluntarily by Contractor without any fraud, duress or undue influence by any persor
I.
1 entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials, i
work due Subcontractors for the specified period have been paid in full and that the par
signing below on behalf of Contractor have express authority to execute this release.
DATED:
I
8
t
I
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, I Corporation, etc.)
By:
Title: I By:
Title:
REV. 12, H:\LIBRNIY\UM\WPDATA\CNnCN’I920 1X.S 1
I.
I
I
f
I
I
E
I
I
I
1
I
1
I
I
8
I
SPECIAL PROVISIONS
t. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
6
1-1 TERMS
To Section 1-1, add:
A.
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of sim
import are used, it shall be understood that reference is made to the plans accompany
these provisions, unless stated orhcmisc.
B. Directions:
Where words "directed," "designated," "selected," or words of similar import are used
shall be understood that the direction, designation or selection of the Utilities :
Maintenance Director or his approved representative is intended, unless stated othenv
The word "required" and words of similar import shall be understood to mean ''as requi
to properly complete the work as required and as approved by the Utilities i
Maintenance Director or his approved representative," unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar imp
are used, it shall be understood such words are followed by the expression "in the opin
of the Utilities and Maintenance Director or his approved representative," unless othem
stated. Where the words "approved," "approval," "acceptance," or words of similar imr
are used, it shall be understood that the approval, acceptance, or similar import of
Utilities and Maintenance Director or his approved representative is intended.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expeI
shall perform all operations, labor, tools and equipment, and further, including
furnishing and installing of materials that are indicated, specified or required to mean t
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, i
transportation.
Reference to Drawings:
1
I.
H:\LIBRARnUM\WPDATA\CN'nCN~~~~IX.S I' REV. 121
I.
I
I
D
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 representativ
Utilities and Maintenance Director - the Utilities and Maintenance Director or his appro'
representative
t
I 2-4 CONTRACTBONDS
I Delete the third sentence of the first paragraph having to do with a surety being listec
the latest revision of U.S. Deparrmenr of Treasury Circular 570.
Modify Paragraph 3 as follows:
Contractor shall provide two good and sufficient surety bonds. The "Payment Bo
(Material and Labor Bond) shall be for not less than 50 percent of the contract pncc
satisfy claims of material suppliers and of mechanics and laborers employed by contrac
on the project.
I
1
I
1
I
1
i
1
B. 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 for
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 Guidf
at least A-:V and are authorized to conduct business in the state of California and are lis
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 Wc
Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter design;
"SSPWC", as issued by the Southern California Chapter of the American Public W(
Association, and as amended by the Special Provisions section of this contract. I
H:\LIBRARnUM\WPDATA\CNnCNT020 I8 ST REV. 121
i.
8
1
I
1
1
I
I
I
The Construction Plans consist of a location listing and maps delineating the work arc
which are further detailed herein. The standard drawings utilized for this project are t
latest edition of the San Diego Area Regional Standard Drawings, hereinafter designat
SDRS, as issued by the San Diego County Department of Public Works, together with t
City of Carlsbad Supplemental Standard Drawings. In cases of conflict between t
SSPWC, the SDRS and the City of Carlsbad Supplemental Standard Drawings, the City
Carlsbad Supplemental Standard Drawings shall prevail unless otherwise specified by t
Utilities and Maintenance Director.
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with the product manufacturc
direction, the Contractor shall obtain and distribute the necessary copies of st
instruction, including two (2) copies to the Utilities and Maintenance Director UF
completion of work and prior to the filing of the Notice of Completion.
To Section 2-5, add:
2-5.4 Record Drawings:
The Contractor shall provide and keep up-to-date a complete "as-built" record set
transparent sepias, which shall be corrected daily and show every change from the origi!
drawings and specifications and the exact "as-built" locations, sizes and kinds of equipme
underground piping, valves, and all other work not visible at surface grade. Prints for t
purpose may be obtained from the City at cost. This set of drawings shall be kept on 1
job and shall be used only as a record set and shall be delivered to the Utilities i!
Maintenance Director or his approved representative upon completion of the work.
L
I
!@.
1
3-5 DISPUTED WORK
To Section 3-5, Disputed Work, add:
All claims by the contractor for $375,000 or less shall be resolved in accordance with 1
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article
(commencing with Section 20104) which is set forth below:
I
It
I
I ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS
1
I
5 20104. Application of article; inclusion of article in plans and specifications
(a) (1) This article applies to all public works claims of three hundred seventy-f
thousand dollars ($375,000) or less which arise between a contractor and a local agen
H:\LIBRARnUM\WPDATA\~N'~~~~~Ol KhT REV. 12fl
I*
I
I
I
1
8
1
I
I m
1
1
t
I
8
I
(2) This article shall not apply to any claims resulting from a contract betwee:
contractor and a public agency when 'the public agency has elected to resolve any dispi
pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.
6
(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 contra(
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.
(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 IO a claim under this article. I (d) This article applies only to contracts entered into on or after January 1, 1991.
5 20104.2. Claims; requirements
For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate
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 otheni
provided by contract for the filing of claims. I
(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 I
request, in writing, within 30 days of receipt of the claim, any additional documental
supporting the claim or relating to defenses or claims the local agency may have aga
the claimant.
(2) If additional information is thereafter required, it shall be requested and provi
pursuant to this subdivision, upon mutual agreement of the local agency and the claiml
(3) The local agency's written response to the claim, as further documented, shall
submitted to the claimant within 15 days after receipt of the further documentatior
within a period of time no greater than that taken by the claimant in producing
additional information, whichever is greater. 1
(c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to tl
hundred seventy-five thousand dollars ($375,000), the local agency shall responc
writing to all written claims within 60 days of receipt of the claim, or may request
H:\LIBKARnUM\WPDA'I'A\CN'I\(:N'1920 18.S'l' REV. 121
I.
1
1
t
I
1
I
I
I
I
I
I
1
I
I
writing, within 30 days of receipt of the claim, any additional documentation supportii
the claim or relating to defenses or claims the local agency may have against the claimar
(2) If additional information is thereafter required, it shall be requested and providc
pursuant to this subdivision, upon mutual agreement of the local agency and the claimar
(3) The local agency’s written response to the claim, as further documented, shall 1
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 tl
additional information or requested documentation, whichever is greater.
c
I
(d) If the claimant disputes the local agency’s written response, or the local agency fa
to respond within the time prescribed, the claimant may so notify the local agency,
writing, either within 15 days of receipt of the local agency’s response or within 15 da
of the local agency’s failure to respond within the time prescribed, respectively, ai
demand an informal conference to meet and confer for settlement of the issues in disput
Upon a demand, the local agency shall schedule a meet and confer conference within :
days for settlement of the dispute. 8
(e) If following the meet and confer conference the claim or any portion remains
dispute, the claimant may file a claim pursuant to Chapter 1 (commencing with Sectic
900) and Chapter 2 (commencing with Sectim 910) of Part 3 of Division 3.6 of Title 1
the Government Code. For purposes of those provisions, the running of the period of tin
within which a claim must be filed shall be tolled from the time the claimant submits E
or her written claim pursuant to subdivision (a) until the time the claim is denie
including any period of time utilized by the meet and confer conference.
5 20104.4. Procedures for civil actions filed to resolve claims
I.
The following procedures are established for all civil actions filed to resolve claims subje
to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsii
pleadings, the court shall submit the matter to nonbinding mediation unless waived 1
mutual stipulation of both parties. The mediation process shall provide for the selectic
within 15 days by both parties of a disinterested third person as mediator, shall 1
commenced within 30 days of the submittal, and shall be concluded within 15 days fro
the commencement of the mediation unless a time requirement is extended upon a goc
cause showing to the court.
(b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitratic
pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of tl
Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Cii Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title
of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under th
subdivision consistent with the rules pertaining to judicial arbitration.
H:\LIBRARWUM\\VPI)A iA\(’N’i\CN 102OIS i I REV. 12/18/
I.
3
(2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part
of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced i
construction law, and (B) any party appealing an arbitration award who does not obtai
a more favorable judgment shall, in addition to payment of costs and fees under th;
chapter, also pay the attorney's fees on appeal of the other party.
5 20104.6.
arbitration award or judgment
1
8
8
I
I
1
8
I
I(,
c
Payment by local agency of undisputed portion of claim; interest on
(a) No local agency shall fail to pay money as to any portion of a claim which
undisputed except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the leg
rate on any arbitration award or judgment. The interest shall begin to accrue on the da
the suit is filed in a court of law.
5 20104.8. Duration of article; application of article to contracts between Jan. 1, 195
and Jan. 1, 1994
(a) This article shall remain in effect only until January 1, 1994, and as of that date
repealed, unless a later enacted statute, which is enacted before January 1, 1994, delet
or extends that date.
(b) As stated in subdivision (c) of Section 20104, any contract entered into betwet
January 1, 1991, and January 1, 1994, which is subject to this article shall incorporate tk
article. To that end, these contracts shall be subject to this article even if this article
repealed pursuant to subdivision (a). I-
1 4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Utilities and Maintenance Director or 1
appointed representative. The Utilities and Maintenance Director shall have free access
any or all parts of work at any time. Contractor shall furnish Utilities and Maintenan
Director with such information as may be necessary to keep her/him fully inform
regarding progress and manner of work and character of materials. Inspection of wo
shall not relieve Contractor from any obligation to fulfill this Contract.
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testi
materials and/or workmanship where the results of such tests meet or exceed t
requirements indicated in the Standard Specifications and the Special Provisions. The c(
of all other tests shall be borne by the Contractors.
8
1
1
I
I
I
REV. 12/11 H:\LIBliN~nUM\\VFf>i\'l'i~\\(:N7\CN792O 18 S [
r.
1
I
1
I
1
I
I
1
I
1
1
8
1
I
At the option of the Utilities and Maintenance Director, the source of supply of each of
materials shall be approved by him before the delivery is started. All materials propos
for use may be inspected or tested at any time during their preparation and use. If, afi
trial, it is found that sources of supply which have been approved do not furnish a unifoi
product, or if the product from any source proves unacceptable at any time, the Contraci
shall furnish approved material from other approved sources. After improper storaj
handling or any other reason shall be rejected.
All backfill and subgrade shall be compacted in accordance with the notes on the plans a
the SSPWC. Compaction tests may be made by the City and all costs for tests that rnt
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 Utilit
and Maintenance Director or his approved representative. The costs of any retests ma
necessary by noncompliance with the specifications shall be 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 plans
specifications upon written order by the Utilities and Maintenance Director or his approv
representative. Any cost caused by reason of this nonconforming work shall be borne II, the Contractor.
L
8
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known recorc
endeavored to locate and indicate on the Plans, all utilities which exist within the lim
of the work. However, the accuracy of completeness of the utilities indicated on the Pla 1 is not guaranteed.
5-4 RELOCATION
Add:
The temporary or permanent relocation or alteration of utilities, including sew
connection, desired by the Contractor for his/her own convenience shall be the Contractc
own responsibility, and he/she shall make all arrangements regarding such work at no c(
to the City. If delays occur due to utilities relocations which were not shown on the Plai
it will be solely the City‘s option to extend the completion date.
H:\LIBRNInUM\Wi’~A~A\(;N’ncN’I9?018 S 1‘ REV. 12/11
1.
I
I
1
I
8
i
I
I.
1
1
1
I
1
I
I
In order to minimize delays to the Contractor caused by the failure of other parties
relocate utilities which interfere with the construction, the Contractor, upon request to t
City, may be permitted to temporarily omit the portion of work affected by the utility. T
portion thus omitted shall be constructed by the Contractor immediately following t
relocation of the utility involved unless otherwise directed by the City.
1
I 6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per the following:
1. The prime contractor is required to prepare in advance and
submit at the time of the project preconstruction meeting a
detailed critical path method (CPM) project schedule. This
schedule is subject to the review and approval of the City.
No changes shall be made to the construction schedule
without the prior written approval of the Utilities and
Maintenance Director.
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
identifymg changes since the previous version of the
3.
1 schedule.
4. The schedule shall indicate estimated percentage of
completion for each item of work at each and every
submission.
H:\LIBRNZnUM\WPDATA\(:N’n(:N~l920 I8 ST REV. 12/1
I.
I
8
1
1
1
D
1
1.
II
I
I
1
8
1
5. The failure of the prime contractor to submit, maintain, or
revise the aforementioned schedule (s) shall enable City, at
its sole election, to withhold up to 10% of the monthly
progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the
prime contractor and approved by City as to completeness
and conformance with the aforementioned provisions.
5
1
No changes shall be made to the construction schedule without the prior written appro
of the Utilities and Maintenance Director. Any progress payments made after the schedu
completion date shall not constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflict.
utilities shall be requirements prior to commencement of work by the Contractor.
6-7 TIME OF COMPLETION
The Contractor shall begin work within five (5) calendar days after receipt of the "Not
to Proceed" and shall diligently prosecute the work to completion within forty-five (L
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. E
sunset, from Mondays through Fridays. The contractor shall obtain the approval of'
Utilities and Maintenance Director or his approved representative if he/she desires to w(
outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission
the Utilities and Maintenance Director or his approved representative. This writ
permission must be obtained at least 48 hours prior to such work. The Contractor SI
pay the inspection costs of such work.
1
6-8 COMPLETION AND ACCEPrANCE 1 Add the following:
All work shall be guaranteed for one (1) year after the filing of a "Notice of Completic
and any faulty work or materials discovered during the guarantee period shall be repai
or replaced by the Contractor, at his expense.
H:\LIBRARnUM\WPDATA!C~ACNl'37018 S I REV 12/1
I.
L
8
I
1
i
8
1
1
6-9 LIQUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assessed the sum of $250.00 p
day for each day beyond the completion date as liquidated damages for the delay. AI
progress payments made after the specified completion date shall not constitute a waiv
of this paragraph or of any damages.
c
1 7-3 LIABILITY INSURANCE
Add the following:
All insurance is to be placed with insurers that have a rating in Best’s Key Rating Guide
at least A-:V and are authorized to conduct business in the state of California and are list1
in the official publication of the Department of Insurance of the State of California.
7-4 WORKERS’ COMPENSATION INSUIMCE
Add the following:
All insurance is to be placed with insurers that are authorized to conduct business in t
state of California and are listed in the official publication of the Department of Insuran
of the State of California. Policies issued by the State Compensation Fund meet t
requirement for workers’ compensation insurance. w
1 7-5 PERMITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, all encroachment, right-of-w:
grading, and building permits necessary to perform work for this contract on City propen
in streets, highways (except State highway right-of-way), railways or other rights-of-wz
Add the following:
Contractor shall not begin work until all permits incidental to the work are obtained.
8
1
i
1
1
I
1
H:\LIBRAR~UM\WI’I~AI‘~~\\\CNI\CN’19~0 1 x.ST REV. 12/11
I.
I
I
I
I
1
i
8
b
I
1
7-8 PROJECT AND SITE 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 d;
at the City‘s request.
Add the following to Section 7-8:
L
1 7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mufflc
in good repair when in use on the project with special attention to City Noise Cont
Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safetv and Protection of Workers and Public
The Contractor shall take all necessaiy precautions for the safety of employees on the wc
and shall comply with all applicable provisions of Federal, State and Municipal safety la
and building codes to prevent accidents or injury to persons on, about, or adjacent to t
premises where the work is being performed. He/she shall erect and properly maintain
all time, as required by the conditions and progress of the work, all necessary safeguai
for the protection of workers and public, and shall use danger signs warning agaii
hazards created by such features of construction as protruding nails, hoists, well holes, a
falling materials.
7-13 LAWS TO BE OBSERVED 1 Add the following:
8 Grading.
Municipal ordinances which affect this work include Chapter 11.06. Excavation a
If this notice specifies locations or possible materials, such as borrow pits or gravel bel
for use in the proposed construction project which would be subject to Section 1601
Section 1603 of the Fish and Game Code, such conditions or modifications establish
pursuant to Section 1601 of the Fish and Game Code shall become conditions of t
contract.
8 FACILITIES FOR AGENCY PERSONNEL
Delete this section.
1
1
I
1 H:\LIDRARY\UM\WI’I)A’rA\CN~I\CN 1Y30 18 S I’ REV. lUl
I.
c
8
I
1
I
I
I
i
1
1
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions in amou
of retention.
10 SURVEYING
Contractor shall employ a licensed land surveyor or registered civil engineer to perfor
necessary surveying for this project. Requirements of the Contractor pertaining to this ite
are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveyi1
service within appropriate items of proposal. No separate payment will be made.
Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 5
intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headeI
sewers, storm drains) and structures (4 corners min.). Rough grade as required to satis
cut of fill to finished grade (or flowline) as indicated on a grade sheet.
Contractor shall transfer grade hubs for construction and inspection purposes to crown lii
base grade of streets as required by Utilities and Maintenance Director or his approvt
representative.
Contractor shall protect in place or replace all obliterated survey monuments as per Sectic
8771 of the Business and Professional Code.
Contractor shall provide Utilities and Maintenance Director or his approved representatil
with 2 copies of s ey cut sheets prior to commencing construction of surveyed item.
@'!:&eq-line -tagsshall- bg surveyed by the Conlractor prim&m-c&+mkd
disturbs property line -tae sQ-&+$-ontractor upon com-pktbn of-the-wcar
L
k
34% buedsLcM -re I 3tTEfi 3 1
1 11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilized during the constructic
under this contract. The Contractor shall contact the appropriate water agency fi
requirements. The contractor shall include the cost of water and meter rental with
appropriate items of the proposal. No separate payment will be made.
1
I
1
I
I H:\LIBRARnUhZ\WPT)A1'A\CN1\CNl')~OlS Sf REV. 12/18
I.
I
1
8
8
I
1
8
1
I
I
I
1
I
11. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
FOR CONSTRUCTION MATERIALS L
(NOTE TO PROJECT MANAGER: These supplemental provisions for materials and wc
comprise the technical or detail specifications and must be tailored to each project usi
the design engineer's experience and judgment. The Standard Special Provisions by t
Regional Standards Committee is a good reference.) 1 200-2 UNTREATED BASE MATERIAL
Aggregate base shall be crushed aggregate base (Section 200-2.2), crushed slag b:
(Section 200-2.3), or crushed miscellaneous base (Section 200-2.4).
201-1 PORTLAND CEMENT CONCRETE
Concrete for drainage ditch shall be Class 520-C-2500.
Modify Section 201-1.2.1, Portland Cement, as follows:
First paragraph, first sentence amend to read: "All cement to be used or furnished sh
be low alkali and shall be either Type I or Type 11 Portland Cement conforming to AS1
C 150, or Type IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, unlc
e
b otherwise specified."
Modify Section 201-1.2.3, Water, as follows:
Second paragraph replace "1,000 ppm (mg/L) of sulfates" with "1,300 (mg/L) ppm
sulfates."
Third paragraph replace "800 ppm (mg/L) of sulfates" with "1,300 (mg/L) ppm of sulfate
(b) Air-entraining Admixtures
Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is allowc
The air content of freshly mixed concrete will be determined California Test Method 1\ 1 504."
Modify Section 201 -1.3.3, Concrete Consistency, as follows:
Second paragraph delete: "and shall not exceed amounts shown in following table:" A
delete table.
Modify Section 201-1.4.3, Transit Mixers, as follows:
REV. 12/1! H:\LIBRARY\UM\WPDAI'A\CN7\CN 102018 S I
I.
I
i
I
I
I
I
I
1
1
I
I
1 I.
I
1
Add after listing of information for weighmaster's certificate: "Transit mixed concrete m
be certified by mix design number, provided a copy of the mix proportions are kept on f
at the plant location for a period of 4 years after the use of the mix." L
201-2 STEEL REINFORCEMENT FOR CONCRETE I No changes.
203-6 and 400-4 ASPHALT CONCRETE
Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Type I11 C3-AR 4000.
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete "and from the Engineer's field laboratory."
Last paragraph, add after D 2172: "method A or B."
Modify Section 203-6.8, Miscellaneous Requirements, as follows:
Add the following: "Open graded asphalt concrete stored in excess of 2 hours, and a:
other asphalt concrete stored in excess of 18 hours, shall not be used in the work."
Modify Section 400-4.1, General, as follows:
Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving gral
asphalt shall be used for Type 111 asphaltic concrete, and AR-8000 paving grade asph:
shall be used for asphalt concrete dikes."
Modify Section 400-4.2.4, Fine Aggregate, as follows:
Add: "The total amount of material passing the No. 200 sieve shall be determined '
washing the material through the sieve with water. No less than 1/2 of the maten
passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry sieving."
Add the following paragraph: "Fine aggregate shall be tested for soundness in accordan
with ASTM D-1073, and shall not exceed fifteen percent (15%) loss by weight."
Modify Section 400-4.3, Combined Aggregates, as follows:
First paragraph, add: "ASTM D2419 Test Method may be alternated for Test Method N
Calif. 21 7."
I
ir,
1
H:\LIBRARnUM\WPUA'IA\CN~nCN lyZO18 S I' REV. 12/18
CLASS
SIEVE
SIZES
I
I
I
I
I
1" (25 mm)
1/2" (13 mm)
3/4" (19 mm)
3/8" (10 mm)
No. 4
No. 8
No. 30
No. 22
Asphalt Yo
B2 B3
INDIVIDUAL MOVING INDWIDUAL MOVING
TEST RESULT AVERAGE TEST RESULT AVERAGE
100 100 100
90-1 00 90-100 95-100
80-90 85-100 85-95
60-75 60-84 65-80
40-55 40-60 45-60
27-40 24-50 30-45
12-22 11 -29 15-25
3 -6 1-9 3-7
100
87-100
75-95
50-80
30-60
22-44
8-26
1-8
4.6-6.0 4.6-6.0
I
I
I
I
I
I
I
I
b
I
After the last paragraph, add the following:
The aggregated from each separate bin for asphalt concrete, Type 111, except for the 1
containing the fine material shall have a Cleanness Value as noted in the added "Table
Sand Equivalent and Cleanness Values" and as determined by Test Method No. Calif. 2;
modified as follows:
Tests will be performed on the material retained on the No. 8 sieve from each bind a
will not be a combined or averaged result.
Each test specimen will be prepared by hand shaking for 30 seconds, a single loading
the entire sample on a 12-inch diameter, No. 4 sieve nested on top of a 12-inch diamet
No. 8 sieve.
Where a coarse aggregate bind contains material which will pass the maximum s
specified and be retained on a 3/8 inch sieve, the test specimen weight and volume
wash water specified for one inch x No. 4 aggregate size will be used.
Samples will be obtained from the weight box area during or immediately after dischai
from each bin of the batching plant or immediately prior to mixing with asphalt in the ci
of continuous mixers.
The Cleanness Value of the test sample from each of the bins will be separately compui
and reported.
Modify Section 400-4.4, Storing, Drying and Screening Aggregates, as follows:
After fifth paragraph, add: "When the Contractor adds supplemental fine aggregate, e;
such supplemental fine aggregate used shall be stored separately and kept thoroughly d
L
I 204-1 LUMBER AND PLYWOOD
Header for bituminous pavement shall be construction grade Redwood, or treal I construction grade Douglas Fir.
204-2 TREATMENT WITH PRESERVATIVES
No change.
I
I
c
E
207-2 REINFORCED CONCRETE PIPE
1 The pipeline layout and connector pipe list required under Paragraph 3,207-2.1, is waivl
210-1 PAINT
Paint for striping shall be white.
tl:\LInR~nUM\WPDA1'A\CNnC" N20 18.S'f REV. 1211
I.
1
I
I
1
1
1
I
1
I
I
I
III. SUPPLEMENTAL PROVISIONS
TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS 1 CONSTRUCTION FOR CONSTRUCTION METHODS
301-2 UNTREATED BASE
No change.
302-5 ASPHALT CONCRETE PAVEMENT
A prime coat is not required for this contract. A seal coat is required and shall confoi
the Section 302-5.9 of these supplemental provisions.
Modify Section 302-5.1, General, as follows:
Paragraph 1, replace "Section 203-6" with "Section 400-4."
Last paragraph, add: "All testing of underground installations at any given point shall
completed before the surfacing is placed at that point."
Modify Section 302-5.2, Prime Coat, as follow~s:
After "grade Sc-250" add "or MC 70."
Modify Section 302.5.5.2, Density and Smoothness, as follows:
First paragraph, change l/8 inch (3mm) to 1/4 inch (6mm).
Modify Section 302-5.5.1, Rolling General, as follows:
Second paragraph, Part (2), add:
"Vibratory rollers shall be limited to breakdown, unless otherwise directed by the Utiliti
and Maintenance Director or his approved representative.:
After last paragraph, add: "Unless directed by otherwise the Utilities and Maintenanc
Director or his approved representative, the initial breakdown rolling shall be followed 1
a pneumatic-tired roller as described in this Section."
To Section 302-5.8, Measurement and Payment, add:
Cost of labor and materials for the seal coat shall be included in the unit price bid fc
1
b
i
I
I asphalt concrete.
H:LIBRN<WUM\WPDA[ A\CN'T\CN 192018 S I REV 12/18/
I.
1
I c c
I
B
@
B
1
1
I
I
I
t
1
1
1
Add the following:
302-5.9, Seal Coat
All asphalt concrete surfaces shall be seal-coated unless otherwise specified. The seal co
shall consist of a coat of asphaltic emulsion and a cover coat of sand. The asphalt
emulsion shall be mixing type conforming to Section 203-3, "Emulsion Asphalt." Sand sk
I.
I be clean and dry.
Immediately before applying asphaltic emulsion, the surface to be seal-coated shall t
thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be applk
when the street is overly wet or when the atmospheric temperature is below 50 degref
Fahrenheit.
The asphaltic emulsion shall be applied by use of a power spraying device that uniform
applies the emulsion to the surfacing at a rate of 0.1 to 0.15 gallon per square yard. TI
distributor spray bar shall be equipped with asphaltic emulsion-type spray jets. Curb
gutters, and other adjoining improvements shall be carefully protected from the emulsioi
and any such improvements spattered or touched with emulsion shall be carefully cleanec
Immediately after the application of asphaltic emulsion, a cover coat of sand shall b
spread at the rate of 6 to 12 pounds per square yard. After the sand has been spread, an
piles, ridges, or uneven distribution shall be broomed to maintain an even layer over th
surface. Five days after the seal coal has been applied, the surface shall again be broome
and any excess sand shall be picked up and removed from the job. The Utilities an
Maintenance Director or his approved representative may authorize the sand to b
broomed, picked up and removed from the job after 2 or more days.
I
b
303-2 AIR-PLACE CONCRETE
No changes.
H:\LIBRARnUM\~'I~AI'A\(;~.~~~ I9201 8 S I REV. 12/18/91
R*
I I
1
I
1
1
t
1
I
I.
I
I
a
I ..
I
I
I
1
306-1 OPEN TRENCH OPERATIONS
18" RCP shall have a minimum cover of one (1) foot below finished grade. Bedding m
be aggregate base per these specifications.
Compaction shall be a minimum of 90% density and backfill shall be rnechanica
compacted.
G
310-5 PAINTING VARIOUS SURFACES
Modify Section 310-5.6.10, Painting Traffic Striping, Pavement Markings and CL
Markings, as follows:
Payment for all pavement marking shall be a lump sum as proposed in the bid documen
REV. 12/18 H:\LIBRARnUM\\~PDAIA\(:N RCN 102018 S I
I.
I I
1
1
1
i
I
8
8
P
t
IV. GENERAL PROVISIONS FOR
1991-92 CURB, GUTTER AND SIDEWALK REPLACEMENT PROGRAM I.
1. STANDARD SPECIFICATIONS
Standard specifications incorporated in the requirements of the specifications
reference shall be those of the latest edition at the time of receiving bids. It shall
understood that the manufacturers or producers of materials so required either ha
such specifications available for reference or are fully familiar with their requiremer
as pertaining to their product or material.
2. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawings a
specifications and based upon the items indicated or specified. The Contractor m
offer a substitution for any material, apparatus, equipment or process indicated
specified by patent or proprietary names or by names of manufacturer which t
Contractor considers equal in every respect to those indicated or specified. The off
made in writing, shall include proof of the State Fire Marshal’s approval (if requirec
all necessary information, specifications and data. If required, the Contractor, at t
Contractor‘s own expense, shall have the proposed substitute, material, apparati
equipment or process tested as to its quality and strength, it physical, chemical
other characteristics, and its durability, finish, or efficiency, by a testing laboratc
as selected by the City, If the substitute offered is not deemed to be equal to that
indicated or specified, then the Contractor shall furnish, erect, or install the materi
apparatus, equipment or process indicated or specified. Such substitution of propos
shall be made prior to beginning of construction, if possible, but in no case less th
ten (10) days prior to actual installation. 1
1 3. PERMITS
A Right-of-way Permit will be required to be obtained by the Contractor as soon
the Contractor is notified of selection as the Contractor for the project. Compensati
for the permit shall be included within the contract costs and no additior
compensation will be made. When applying for the permit, traffic control plans I
the areas of work are required, in addition to other requirements. Traffic cont
plans shall conform to the latest edition of the State of California, Department
Transportation Traffic Manual, Manual of Traffic Control for Construction a
Maintenance Work Zones. Submittal of traffic control plans to the Traffic Engh
a minimum of two (2) week prior to the preconstruction meeting is necessary
allow proper time for review, corrections, resubmissions and final approval prior
the preconstruction meeting.
f
I
8
I
1 H:\LIBRARnUM\WPDATA\CNI\CN~r~’LOf 8 S I‘ REV. 6/3
I.
1
1
8
1
I
1
1
1.
I
1
1
I
I
8
I
8
4. QUANTITIES IN THE SCHEDULE
A. The quantities given in the proposal by the City for unit price items, are 1
comparing bids and may vary from the actual final quantities. Some quantit
may be increased and others may be decreased or entirely eliminated. No cla
shall be made against the City for damage occasioned thereby or for loss
anticipated profits, the Contractor being entitled only to compensation for t
actual work done at the unit prices bid.
B. The City reserves and shall have the right, when confronted with unpredict
conditions, unforeseen events, or emergencies, to increase or decrease t
quantities of work to be performed under a bid unit price item or to entirely or
the performance thereof, and upon the decision of the City to do so, the Utilit
and Maintenance Director will direct the Contractor to proceed with the s;
work as so modified. If an increase in the quantity of work so ordered shoi
result in a delay to the work, the Contractor will be given an equivah
extension of time. A Change Order must be issued prior to any change in wc
in accordance with the Contract, item 8.
Before ordering any materials or doing any work, the Contractor shall verify
measurements, dimensions, elevations, and quantities. No extra charge
compensations over and above payment for the actual quantities of the varic
items of work will be allowed because of difference between act1
measurements, dimensions, elevations, and quantities and those indicated in 1
specifications; or if certain items of work have not been included in the I
Proposal. Any difference therein shall be submitted to the Utilities a
Maintenance Director for consideration before proceeding with the work.
G
1
5. UTILITIES
A. Utilities for the purpose of these specifications shall be considered as includii
but not limited to pipe lines, conduits, transmission lines, and appurtenances
"Public Utilities" (as defined in the Public Utilities Act of the State of Californ
or individually solely for their own use or for the use of their tenants, and sto
drains, sanitary sewers, and street lighting. It shall be the responsibility of 1
Contractor to determine the exact location and elevation of all utilities and th
service connections. The Contractor shall make own investigation as to 1
locations, type, kind of material, age and condition of existing utilities and th
appurtenances and service connections which may be affected by this Contr
work, and in addition the Contractor shall notify the City as to any utili
appurtenances, and service connections located which have been incorrec
shown on or omitted from any plans used in the location of said utilities.
H:\LIBRARY\UM\~VPDATA\CN?\CN'T9~)?Ol8.S?' REV. 6,':
r.
1 c
1
1
8
I
1
m
E
t
0
I
E
B. The Contractor shall notify the owners of all utilities at least 48 hours in advanl
of excavating around any of the structures. At the completion of the Contra
work, the Contractor shall leave all utilities and appurtenances in a conditic
satisfactory to the owners and to the City. In the event of damage to any utilit
the Contractor shall notify the owners of the utility immediately. It is tl
responsibility of the Contractor to compensate for utility damages.
C. The temporary or permanent relocation or alteration of utilities, including servi
connections, desired by the Contractor for own convenience shall be tl
Contractor's own responsibility, and shall make all arrangements regarding SUI
work at no cost to the City. If delays occur due to utility relocations which we
not shown on the Plans, it will be solely the City's option to extend tl
I.
E completion date.
D. All costs involved in locating, protecting and supporting of all utility lines shi
be included in the price bid for various times of work and no additional payme
will be made.
The Contractor shall notify Underground Service Alert far enough in advance
the work to allow marking of the utility locations at the various sites. Contract
shall comply with all applicable laws in regard to excavation near undergrour
F.
8 utilities.
G. It shall be the responsibility of the Contractor to protect all existing utilities.
6. TRAFFIC CONTROL DEVICES
A. The Contractor shall provide and install all traffic control devices required by tl
Traffic Control Plan including "No Parking - Tow Away Zone" construction sigr
Signs shall be placed in accordance with the provisions of the Traffic Control PI:
and shall be posted at intervals of not more than 100 feet on both sides of tl
block affected by the work.
B. Tow-away of vehicles in violation of the "No Parking" signs will be handled 1
the Carlsbad Police Department. The City assumes no liability in connection wi
movement of vehicles by the Contractor.
C. All temporary signing shall be removed as soon as the work areas are comple
and are accepted by the Utilities and Maintenance Director. i
7. PROPERTY OWNER NOTIFICATION
A. Notwithstanding any other or concurrent notification by the City of the wo
operations, the Contractor will notify residences and businesses of work utilizir
a notification method approved by the Utilities and Maintenance Director.
B. Notices shall be left on or at the front door of each dwelling or commercial ur
abutting the work areas. This shall be done two (2) days prior to placement
I
H:LIBRARWUM\WPDATA\CNnCNI92018.ST REV. 6/31
1.
I
I I
8
I
1
1
t
1
I
11.
c
I
0
D
1
8
I
1
"No Parking" signs. The Contractor shall be required to insert dates ai
estimated times of work. If the work is delayed or rescheduled for any reasc
after placement of "No Parking" signs or distribution of notification letters, tl
Contractor shall re-date the signs affected and redistribute notification letters
Payment for the placement of the "No Parking" signs and notices shall
considered included in the bid price paid for the work and no additional payme
will be made therefor.
I.
C.
H:\LIBRARY\UM\WPDATA\CN~CN~?OI 8 s r REV. 6/3
1.
I I
I
1
I
1
I
8
I
1
1
I
1
V. SPECIFICATIONS FOR
1991-92 CURB, GUITER AND SIDEWALK REPLACEMENT PROGRAM c
1. MATERIAL REMOVAL AND DISPOSAL
A. All pavement, root and other material removal shall conform to Section 300-1
the SSPWC and to these special provisions.
All concrete or pavement removals shall be made along a saw cut or a weaken
plane joint. All sawcutting for monolithic concrete to be included in the t
price. The extent of t
pavement removals will be marked in the field by the Utilities and Maintenar
Inspector.
All removals shall become the responsibility of the Contractor and shall
disposed of at a legal dump site.
B.
No additional payments will be made therefor.
C.
D. Removal, cutting and clearing of all tree stumps and roots shall be t
responsibility of the Contractor.
Payment for the concrete removals including asphalt removals necessary to fo
new gutters and all material disposal shall be considered included in the u
price bid for this item. No additional compensation will be made therefor.
The basis measurement shall be made on the horizontal sidewalk, curb and gut
ares. The removal of asphalt concrete in the roadway necessary to form guttc
will not be considered in the payment of the pavement removal item.
E. m
F.
2. CONSTRUCTION 1 Curb, Gutter and Sidewalk
A. The construction of concrete sidewalk and curb and gutter shall conform
the requirements of Section 303-5 and 201-1 of the SSPWC and thf
special provisions. Six sack mix shall be used for all concrete per the C
of Carlsbad Standards.
The repair of the driveway aprons shall be included under the driveway 1 B. 8 item.
I substitution of the following:
San Diego Regional Standard Drawing G-14.1 shall be modified by 1
"5-1/2" thickness in place of the 4" thickness for
residential driveway and 7-1/2" thickness in place of
H:U-IBRNIMUM\WI'Di\'~A\CN'nCN'IP20 I X.S'I' REV. 6K
1.
t
E i "
8
1
!
I
I
1
the 6" thickness for commercial driveway. Driveway
aprons will be the same thickness as driveways."
C. Curbs and gutters, sidewalks and driveway aprons shall be replaced in kir
with the existing surrounding improvements and according to the S:
Diego Regional Standards Number G-2, G-7-1 and G-14-1.
b
D. Payment for the concrete curb and gutters and sidewalks shall 1
considered included in the unit price bid for these items. Existing handic:
ramps shall be replaced by the Contractor and should be included in tl
bid. No additional compensations will be made therefor.
Base material under sidewalks, curbs, gutters and driveway approaches sh:
be compacted prior to the new installation.
E.
Asphalt Concrete
A. Asphalt concrete shall conform to the requirements of Section 203 and 3(
of the SSPWC and to these Special Provisions. I B. Asphalt concrete shall be Type 1-B-AR-4000.
e. C. A tack coat shall be applied to all abutting concrete surfaces at the rate
0.10 gal/SY. The tack coat shall be Type SS1 asphaltic emulsion.
Asphalt concrete in roadway sections shall be removed by saw cut s
inches (6") from gutter lip and parallel to portion being removed with
two inch (2") overlap at both ends.
Asphalt concrete roadway sections shall be replaced with a minimu
thickness of three inches (3") after compaction of the base material.
Compensation for the asphalt concrete complete and in place shall 1
considered included in the unit price bid for the curb and gutter. P
additional compensation will be made therefor.
D. t
8
8
1
i
8 n
I
E.
F.
Root Barriers
A. Where required, the Contractor shall be responsible for the installation
root barriers provided by the City at specified locations. Installation will 1
in accordance with the manufacturer's specifications, provided by the Cit
and the Utilities and Maintenance Director.
3. CLEAN-UP
H:\LIBRARnUM\WPI)ATA\CNnCN~g20 18.S'I' REV. 6/3,
Do
1 c
A. Clean-up and dust control shall conform to the requirements of Section 7-8.1
the SSPWC and to the Special Provisions section of the Contract Documents.
Compensation for site clean-up and dust control shall be considered included
the unit bid prices for the various items of work. No additional payment will 1
made therefor.
I
B. f
4. MISCELLANEOUS 8
I
I
8
t
I
le
1
8
I
1
I
I
I
t
A. The contractor shall be responsible for setting all meter boxes. Bid amount shi
include contractor’s labor costs. Meter boxes will be provided by the Cit
Contractor shall install meter boxes per City of Carlsbad standards using six sa
mix concrete.
H:\LIBRARY\UM\WPDATA\CN~~CN r920 I s.sr REV. 6/:
r.
1 60 I
1
I 61 1
1
1
I
1 $3 ?g 1 %q
&$ I 58
33 k 8b w g3 $E I
1 5!!
8 2;
I iig
I R t,
I.
I.
54
a:b
2%
I
8
I
62 1
I
63 t
1
64 1
8
65 1 I
I
I
I
kg 1
8 58
$3 I. Q p$ 1 gs
8 $8 2e 1 3; Qk gg I
1 u
1
1
1
f
2 w
SQ 2k
rrlQ
8 q I
YQ
kQ
1.
66 B 1
II
I
I $3 ?g I
2% 1
1 ZB Q
23 k 8b 82 $3 6E 1
I $8 2Q I 8; &E
1 0
1
1
I
I.
a, 9q
WQ
B g;
I.
I 67
II
68 I !.
II
69 I I.
I
1
I
33 ?g I
%e %.a,
QQ 1
@ k8 h I#
1;. be Q2 82
G
I u [[
4 Q! I gi li !$
II u
I
1
II
II e
I I
I
I
I
1
1
CII z
Ir; c; <
w a!
2 * %3 llz: “E m, zw
2
d w b b
5i 5
z
CI
1
Q
c 5
m
E
cr! h
e, 937
EL CAM I NO REAL II
E
E
6 e II
1 4.
II
a)
i3
-
313;
ZF; 4
I1
ll
II
II
II
5
:(? m c ,L'2
:
L
1: ,T CIJ ;
i
* IS, 8 t
L'Q
n- ywg
;as
20, If@: ; ; Q I 1 %@:;
D w- I 4 s3i I- -I
8 ; ; (3 ;:/-a I-
?Q
z 2 ;@? c" Ld v) 2 g@i -"; :w [L ! - u- a
3 F@E *w: 2 t
J
2' 4 0 a , .-. 'r: z
<
* _(. ' .*\
/''q - amt?a$ Q 2 :[pr.1; ; 0 E@: U I bu,
J
.1 ? c@ +" SC 3- d g (3,. 0 ::= o
.G * 5 I J *, I ; 'z
N.WC M w
VltjOd =* ?@: r, '2
.. -.
fL .e? 011
I I
1
I
I
8
1
D
I.
1
11
1
II
It
II
t- z w c u u 6 0% 4 &
1.
ZC:
g% <z g33
d IWO mEz
2Wd
=2
dS fJJu k t-( 3 0
d 3 u
II
30
cou
ai
Q) - J
II 4 I.
I1
I + z
w u 4 c-1 a
2
2? L42 e %33 -. L"0 o4z mm, - =E!
dS IF
cl
\ 00
cdu
I+ 3 c3
d 3 u
am
-
b 4
I
E t
t
(
4
I
0
4
i L c
-
d -
1 1.
t
(
I
I I 6
1 /-I-.- ..\
r13N3lPA 5
1
d - I
93
i < w z
ea m I
m m
d
4
II
1 fi, z
u u 6 a a
3
gc k4: AQ 61 *3; m IU -a, m- 2m a 2
d w k t-( 3 u
d 3 u
ai-
VNI~VLV~
,+o
II
ll
It
It
It
LC?* CL
a)
3
_c- - {d
(a 0 II -2
t-( z w c w u 6 cl) a
I i
B
I
1
1
i
I
I.
I
11
li
ll
II
I1
II
1.
Wd?
e m33
4 1wo msz 2ma mo =E
dS mu b
L4% cl
m
rou
b 3 rs,
d < 3 u
Ei
<
L - k !! i
@I f
0 L “’ * 1, rn
RE~L
[\. CLM\NO
a> - Y (A
II 0 _,”
I I 1
+
It
i + z
w u < A CL w d
k4 A
g b \‘
4 OI
IW -a - s; = G (0
d w cI( b 3 c3
ai- & 3 W
@
3
- li
ll
II
II
II
f>
0 -2%
w 5 _c 1 1
1
i
1
I
I
I
I
I
11
I
II h
II
II
I
L, t.. z
0 c w u U
ma 01
'J3 w 1.
Wd? *g c;l 4 g3= IW "Q 0 m-z
52:c"a =O, CLl ad
dS WU F F 3
2 a
d 3
n
op" .? ,7/ (5
0
h 1. P 0
v) 9 169.72
I*
1 4 Z g I
:
I - h '* 'I s zc
d v - b 6 Id w
4 a
I1
3 I I
L_ !. J s d
b z
w
4 a
5
Y
2? hi2 $5 g33 - 1Wo 4z 2W&
3s
d8 P
Ei
ao
t.. 3 a
3 u
-
II
,- ’ / I
CI 2
cz c 4
P 0 n
b
rnh o\$ IC “I mrn ZG
5
-
c
4
1 I I
C E E E
(
t I
c
i
. VlflVNO!J~V <
? PCrs2N
II
/ I 1
d
5
L, - 5 * z a c w u 6 A eL
cs>
2?
g% 4 g33
d la0 mGz zF"c, a0 =E
dS wu * * 3 0
A
t3d
$ 3 u
II
I ,--, I:
E
L 4
c i
E 6 n
b.
%3
zv
C
)I
4
ILZ “C a,
7 E a a
c E
E
$ 3 u
II
I
.. 'i --
(v o\ I
OI OI
w
CI
'. \ .
E 9 I I Q
Z?
k&? $3 233 I
m-2 2m& 1
3; E cud
I
I
I
E. u
I
II
I
0
II u
u
d - U w d u < t4 a
{ -\ JJ
1 .vi-.
IW -Q 6
1 *
-\ :, I
II
m o\ I
o\ m
W
*
- -
1 1
8
1
I .111
i
i t
B
I.
l
0
1
A
I
0
1
1
I'
P4 m 4
P I v KELLY DR D d Q
0) h
/
a> -.-- 5 u> A 1.
I L
C C
C C
m .I
-
v
n -"
P"
Ri
N
-c
1 i 1
1
1
8
I
Io
8.
i
1
1
B
3 r3
3 u
N 1 -9
'IJ g (4 'i m
1
I I
I
1
I
I
I
B
I.
I
I
1
I
I
I
I
..-a
- L,
!;j ,d
II 0 1 *<
1
I 1
I
i
I
I
I
I
8.
1 u
I
1
I
B
1
I
B
b z
W W 4 A cz
‘.- 2
2?
Ld 4 233
-0 d m-z Em, ao sg
dCo v
;.do :\,-l?:‘ I~G’,
a
IW
c-( 3 c3
d 3
a
(3 -- - I, W
Ll
[J-)
1 *A
July 1, 1993
L. L. Wilson Construction
P.O. Box 1687
Indio, CA 92201
Re:
Replacement Program
The Notice of Completion for the above-referenced project has recorded. Therefore,
instructions from our Utilities/Maintenance Department we are releasing 75% of
Performance Bond. Please consider this letter as your notification that $67,561 .SO
Amwest Surety Insurance Company Performance Bond No. 003002358 is hereby releas
Bond Release - Contract No. U/M 92-9 - 1991-92 Curb, Gutter & Sidew
A copy of the recorded Notice of Completion is enclosed for your records. &a?$ Assistant City Cle
Enc.
c: U/M Dept.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28
. CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad CA 92008
692
Space above for Recorder’s use