Loading...
HomeMy WebLinkAboutLightning Fence Company; 1994-07-13; CSD 00101 ,fr\ 1 I I I I P CITY OF CARLSBAD San Diego County California I CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR BACKSTOP AND 750' OF FENCING b 1 I I I 1 I 8 I CONTRACT NO. CSD 0010 ORIGlNA F --. 02/16/94 i I 1 I 1 I I II) I 1 I 1 1 I f CITY OF CARLSBAD San Diego County California 1 CONTRACT DOCUMENTS AND SPECIAL, PROVISIONS FOR BACKSTOP AND 750' OF FENCING CONTRACT NO. CSD 0010 *i 02/16 I TABLE OF CONTENTS Lrn Pane NOTICE INVITING BIDS 1 CONTRACTOR’SPROPOSAL ........................................ 5 BIDDER’S BOND TO ACCOMPANY PROPOSAL 10 DESIGNATION OF SUBCONTRACTORS 12 BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY 14 I 1 1 B R I I I II) 1 I I I 1 1. ........................................... r .......................... ............................... .................. BIDDER’S STATEMENT OF TECHNICAL mrLrm AND EXPERIENCE .......... 15 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID .............................. 16 CONTRACT PUBLIC WORKS 17 ...................................... . LABOR AND MATERIALS BOND 2: PERFORMANCEBOND ........................................... 2t REPRESENTATION AND CERTIFICATION 3( ESCROW AGREEMENT FOR SURETY .................................... ............................. DEPOSITS IN Lrw OF RETENTION 3 ................................. RELEASEFORM 3 ............................................... I SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION ............................ 3 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WON CONSTRUCTION FOR CONSTRUCTION MATERIALS ................... 4 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORE I c CONSTRUCTION FOR CONSTRUCTION METHODS .................... SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS .......... c E IV. 02/16 i @ P f\T 1 CITY OF WBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 28th day of April , 19 94 , at which time they will be opened and read, for performing the work as follows: I B I I I 1 I 1 L II I I I 1 1 t CONTRACT NO. CSD 0010 The work shall be performed in strict conformity with the specifications as approved by thc City Council of the City of Carlsbad on file with the Community Services Department. Tht specifications for the work include the Standard Specifications of Public Work! Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designatec "SSPWC", as issued by the Southern California Chapter of the American Public Work: Association and as amended by the special provisions sections of this contract. Referencl is hereby made to the specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-ownec businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators ani contractors to utilize recycled and recyclable materials when available and wher appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasin Department. Each bid must be accompanied by security in a form and amount require by law. The bidder's security of the second and third next lowest responsive bidders ma be withheld until the Contract has been fully executed. The security submitted by all otht unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days aft( the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectic 22300), appropriate securities may be substituted for any obligation required by this notic or for any monies withheld by the City to ensure performance under this Contract. Sectic 22300 of the Public Contract Code requires monies or securities to be deposited with tl City or a state or federally chartered bank in California as the escrow agent. The documents which must be completed, properly executed, and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit All bids will be compared on the basis of the Engineer's Estimate. The estimated quantiti are approximate and serve solely as a basis for the comparison of bids. The Enghee Estimate is $28,000. 2/16 @ i I Y No bid shall be accepted from a contractor who is not licensed in accordance with the provisions of California state law. The contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. The following classifications are acceptable for this contract: C-13 in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 10% retention from each payment, these documents must be completed and submitted with the signed contract. The escrow agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, California, for a non-refundable fee of $5.00 per set. If plans and specifications are to be mailed, the cost for postage should be added. The City of Carlsbad reserves the right to reject any or all bids and to waive any minoi irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute thc Contract shall be those as determined by the Director of Industrial Relations pursuant tc the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 ol the Labor Code, a current copy of applicable wage rates is on file in the Office of thc Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay les than the said specified prevailing rates of wages to all workers employed by him or her ii the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions o Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 172 shall apply to the Contract for work. A pre-bid meeting and tour of the project site will , will not )( be held. All bids are to be computed on the basis of the given estimated quantities of work, i indicated in this proposal, times the unit price as submitted by the bidder. In case of discrepancy between words and figures, the words shall prevail. In case of an error in th extension of a unit price, the corrected extension shall be calculated and the bids will E computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out ar typed or written in with ink and must be initialed in ink by a person authorized to sign fc the Contractor. I t I I i I 1 I b I 1 1 1 I ' 2/16 69 i I 3 Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. Bonds to secure faithful performance and warranty of the work and payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent (50°/o), respectively, of the Contract price will be required for work on this project. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by the City until they are released as stated in the Special Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: 1) I I 1 I I I I 1 I P An original, or a certified copy , of the unrevoked appointment, power of attorney by laws, or other instrument entitling or authorizing the person who executed thc bond to do so. A certified copy of the certificate of authority of the insurer issued by the insuranct commissioner. 2) If the bid is accepted, the City may require a financial statement of the assets and liabilities of the insurer at the end of the quarter calendar year prior to 30 days next preceding thc date of the execution of the bond. The financial statement shall be made by an officer'! certificate as defined in Section 173 of the Corporations Code. In the case of a foreigr insurer, the financial statement may be verified by the oath of the principal officer 01 manager residing within the United States. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Ke: Rating Guide of at least A-:V, and (2) are authorized to transact the business of insuranc in the State of California by the Insurance Commissioner. Auto policies offered to meet th specification of this contract must: (1) meet the conditions stated above for all insuranc companies and (2) cover any vehicle used in the performance of the contract, used on-sit or off site, whether owned, non-owned or hired, and whether scheduled or non-scheduled The auto insurance certificate must state the coverage is for "any auto" and cannot b b b ' limited in any manner. Workers' compensation insurance required under this contract must be offered by company meeting the above standards with the exception that the Best's rating conditio: is waived. The City does accept policies issued by the State Compensation Fund meetin the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Ar additional cost of said insurance shall be included in the bid price. The prime contractor and all subcontractors are required to have and maintain a valid Cil of Carlsbad Business License for the duration of the contract. I 1 I 2/16/! @ k I B Approved by the City Council of the City of Carlsbad, California, by Resolution No. N/A, adopted on the N/A day of N/A, 19-. I I I I I I I 1 c I 1. I I I I * +Of& Dite Ma L.4 &an&i f 6, 21 1 615 69 i I 5 CITY OF CARLSBAD I 1 CONTRACTNO. CSD 0010 CONTRACXOR’S PROPOSAL f City Council City of Carlsbad 1200 Carlsbad Village Drive I Carlsbad, California 92008 I I I D 1* I 1 I I I 1 The undersigned declares he/she has carefully examined the location of the work, read thc Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnisl all labor, materials, equipment, transportation, and services required to do all the work tc complete Contract No. CSD-0010 in accordance with the Plans and Specifications of thc City of Carlsbad, and the Special Provisions and that he/she will take in full paymen therefor the following unit prices for each item complete, to wit: 1 Approximate Item Quantity unit I No. Description and Unit - Price Total Backstop - 1 3.1/3&? 2-- dugouts (2) 30’ wings (2) 4 SOB”” 2. Outfield fence 1 I w/gate 2/16, &$ i. I Approximate Item Quantity unit I I No. Description and Unit Price Total ? I I I I I I I I I I I "NOTE: Due to budget constraints. Amount of outfield fencinz may have to 1 reduced. A 6% Total amount of bid in words: Tk,&Y 5% 'Qk0~5,mA c %1y, e5 6L4 dOibws YZZ b &a1 akunt of bid in numbers: $ ,? 6) Pnce(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). proposal. The Undersigned has checked carefully all of the above figures and understands that tl City will not be responsible for any error or omission on the part of the Undersigned preparing this bid. The Undersigned agrees that in case of default in executing the required Contract w necessary bonds and insurance policies within twenty (20) days from the date of award Contract by the City Council of the City of Carlsbad, the proceeds of the check or bo accompanying this bid shall become the property of the City of Carlsbad. has/have been received and is/are included in tk I &,LfM (?!?@d/ a2 /eAJ 2/16 @ 1 I 7 The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed to do business or act in the capacity of a contractor within the State of California, validly licensed under license number LC% 1- Oq I classification c- I3 which expires on !6-16-7q , and that this statement is tde and correct and has the legal effect of an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. However, at the time the contract is awarded, the contractor shall be properly licensed. Public Contract Code 5 20104. The Undersigned bidder hereby represents as follows: I I I I I I I 1. That no Council member, officer agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has inducted him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and I 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. b Accompanying this proposal is 6 so bflo (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 which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract and continue to comply until the contract is complete. I I I I I .... I I .... .... .... 2/16/94 @ r I The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Articl 2, relative to the general prevailing rate of wages for each craft or type of worker neede to execute the Contract and agrees to comply with its provisions. 1 IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: t I (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor I I I I I b I I (Street and Number) City and State (4) Zip Code Telephone No. IF A PARTNERSHIP. SIGN HERE: (1) (2) Name under which business is conducted t~~M'iL/b''~&& &fi & L" Signature (given and surname and character of partner) (Note: Signaturc (3) Place of Business I ! \a&, 5fb v\dQas c,T+ City and State 5.h- mLGa i (Street and Number) Zip Code %?43\ GENERAL ACKNOWLEDGMENT 'ti$- personally known to me 0 proved to me on the basis of satisfactory evidence to be the person@) whose name(s) nd and official 9 IF A CORPORATION. SIGN HERE: (1) i Name under which business is conducted (2) Signature i I i I Title Impress Corporate Seal here I I (Street and Number) (3) (4) Place of Business Incorporated under the laws of the State of City and State (5) Zip Code Telephone No. I b 1 i I I 1 1 NOTARIAL ACKNOWLEDGEMENT OF EICECUTION BY ALL SIGNATORIES MUST BE ATTACHED List below names of president, vice president, secretary and assistant secretary, if : corporation; if a partnership, list names of all general partners, and managing partners: KWT GL FL.0 ba- FL%Q 365H GL-Q F7 2/16/9 69 i I II f 1V BIDDER'S BOND TO ACCOMPANY PROP0 SAL Bond: #3SM 693 0 KNOW Al.,!. r"i';ISONS 3Y THESE PRESENTS: That we, .--Li,ghtnipg Fence Company , as principal, and American Motorists Insur as Surety :itf' $l.;:i and firmly bound unto the City of Carlsbad, California, in an amount a$ follows: (rm.i:5! !)e at least ten percent (10%) of the bid amount) for which j~.it.~nl~~nt, well and truly made, we bind ourselves, our heirs, executors and administm! ::Y, ~.~.iccessors or assigns, jointly and severally, firmly by these presents. THE CONI3I. I.:(' 14 OF THE FOREGOING OBLIGATION TS SUCH that if the proposal of the above- bourd rri :''xincipal for; Not to Exceed Five Thousand & N0/100ths ($5,000.00) .......,-.- ..-_. ... in the City of l'.'.dsbad, is accepted by the City Council, and if the Principal shall duly enter into and PWC~~[!, a Contract including required bonds and insurance policies within twenty (20) days TI !he date of award of Contract by the City Council of the City of Carlsbad, being dd>V n,:>tified of said award, then this obligation shall become null and void; othetwis(!. i, ..!:::!I1 be and remain in full force and effecr, and the amount specified herein shall be fc)t*ft~:~! :! to the said City. .... 0 .... .... .... ,... .... ._I. .... -... .-. . I... 0 211 61P4 @ I THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT Title or Type of Document Number of Pages Signer(s) Other Than Named Above Date of Document r .. In the event F?in:*,p;i: executed this bond as an individual, it is agreed thar the death of Principal shaV t:( > !*":merate the Surety from its obligations under this bond. Executed hv PI\~:,I~ ,[~J,V, this day of Executed by SURETY this- day of 0 ----. .... , '4 . .--- , April ,192, PRINCIPAL: SURETI: Lightning Fence Company American Motorists Insurance Company .~ -.- ,...,,-...- (Name of Priricir:j' I (Name of Surety) 7470 N. Figueroa Blvd. By: Los Angeles, Ca 90041 (Address of Surety) 714) 771-4701 (Telephone Number of Surety) --- %@%I: TLI3-Q (print name hi...~ ?WTN6A (title and org?r[iLi>ti:,:n --m-kTadG of signatory) l-6dG3 CG By: a Signature o y-in-Pact '.- Doug Lane BY: ---..-.I .. . ._._- (simi t\li>-+- -_I-..__... ~ .. _. (attach corporate resolution showing printed name of Attorney-in-Fact (print name ki<*!.*:, ! current power of attorney) 0 ---.-.--.. . .. . .- 1 (title and org;irii Tt\yi[:in of signatory) (Proper riorarial i3 (Presidenr or vice-prc::ihnt and secretary or assistant secretary must sign for corporations. If only one cffker signs, tht: cwwr.i!i~z nus mxf, a rssolutisn certified by the secretary or assistant secretary under corporate seal LL~Y: g. d:t (,:\g that officer to bind the corporation.) JW Zidge of execution by PRINCIPAL and SURETY must be attached,) APPROVED AS "''7 ) !-OR.M: RONALD Fa. RP,I i Ciry Attornq By:>,-- . y- ... .--. . . . I , - 43 hL-44- KAREN . €41 R,M ,', Deputy Ci Q+ A I I I. JYCY !a WlW @ v AMERICAN MOTORISTS INSURANCE COMPANY POWER OF ATTORNEY Home Office: Long Grove, IL 60049 a Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of thc Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint Doug Lane of Orange, California- its true and lawful agent(s1 and attorney(s)-in-fact, to make, execute, seal, and deliver during the per beginning with the date of issuance of this power and ending December 31, 1994, unless sooner revoked fa its behalf as surety, and as its act and deed: Any and all bonds and undertakings rovided the amount of no one bond or undertaking exceezs TWO MILLION FIVE EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which gua payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring bond within the dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and Undertakings in pursuance of these presents shall be as binding upon thc American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illii HUNJ)ED THOUSAND DOWS ( $2 , 5 0 0 , 0 0 0 . 0 0 )A A A b A A A A ;. A A a'. A A A THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1994. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of tt Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees desig writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint ag attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of th thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory i thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the follo resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting dul held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their ap designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of thc certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any st executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall < valid and binding upon the Company." In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed corporate seal to be affixed by its authorized officers, this 01 day of January J 1994 . e Attested and Certified: AMERICAN HOTORISTS INS <.*:5*; .**, -.\:y:. 7 0 . /*'-.-'* 5 2' ,.,,.I. J .s .Kenp&,III ,SellfOF by FFB- @ .c .*CulPaugh, Secretary (OVER) STATE OF ILLINOIS ss COUNTY OF LAKE I, Marilyn L. Riley, a Notary Public, do hereby certify that J. S. Kemper, I11 and F. C. McCullough pers to me to be the same persons whose names are respectively as Senior Vice President and Secretary of the Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrumi appeared before me this day in person and severally acknowledged that they being thereunto duly authorin sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said ci and as their own free and voluntary act for the uses and purposes therein set forth. fl*aY& br y L. Rllay, Notrry Pd Hy comirrion mxplros: 4-9-96 AAAAAAAAAAAAA 4 "OFFICIAL SEAL" 1 4 Marityr. L. Riley b 4 Notary Public, State of Illinois b 4 My Commission Expires 4/9/96 b vv~vvvvvvvvvv CERTIFICATION I, N. J. Zarada, Secretary of the American Motorists Insurance Company, do hereby certify that the attach of Attorney dated January 1, 1994 on behalf of the person(:;) as listed on the reverse true and correct copy and that the same has been in full force and effect since the date thereof and is i force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, I1 McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively were on of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary a American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American i ?^ t. -- r .,e Motorists Insurance Company on this -'b '' day of -> 19 -* ..."'.' .. . .I ?'I. ! '??i@ :; ..:zp\ :I =2+ .,..I HI. J .Zarada, 0 This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically n therein, and they have no authority to bind the Company except in the manner and to the extent herein stat FM 836-5 6-92 1M PRItNTED IN U.S Power of Attorney - Term STATE OF ILLINOIS ss COUNTY OF LAKE I, Marilyn L. Riley, a Notary Public, do hereby certify that J. S. Kemper, 111 and F. C. McCullough persc to me to be the same persons whose names are respectively as Senior Vice President and Secretary of the 1 Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrume appeared before me this day in person and severally acknowledged that they being thereunto duly authorize sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said co and as their own free and voluntary act for the uses and purposes therein set forth. Hy comlscion mxpiros: 4-9-96 AAAAAAAAAAAAA. 4 "OFFICIAL SEAL" b 4 Marilyr. L. ~i~cy b 4 Notary Public, Slate of lllinois b 4 My Commission Expires 4/3/96 b V~~V~~~VVVV~V CERTIFICATION I, N. J. Zarada, Secretary of the American Motorists Insurance Company, do hereby certify that the attach of Attorney dated January 1, 1994 on behalf of the person(s1 as listed on the reverse true and correct copy and that the same has been in full force and effect since the date thereof and is i force and effect on the date of this certificate; and I do further certify that the said J. S. Kemper, 11 McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively were on of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary o American Motorists Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American n~'1 Q 3 j";; Motorists Insurance Company on this 'I n k '' a" I day of 9 19-- . .- .:+. :; ..:'::>. > ;; y)j *:.. '111 I : ...-. .,..a. L N . J. Zerade, ! 0 This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically r *herein, and they have no authority to bind the Company except in the manner and to the extent herein std FM 836-5 6-92 IM PRINTED IN U.S Power of Attorney - Term 1.4 DESIGNATION OF SUBCONTRACTORS The Contractor certifies he/she has used the sub-bids of the following listed Contractors in making up hidher bid and that the sub-contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each sub-contractor. Additional pages can be attached if required: I t I 1 I 1 I b 1 I I 1 1 I Items of Complete Address Phone No. Work Full Company Name with ZiD Code with Area Code i ,do"&- 2/16/91 @ b I 1 I I 1 I 1 1 I I I I I I 1 I AMOUNT OF SUBCONTRACTORS' BIDS The bidder is to provide the following information on the subbids of all the liste 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) i!!€iiE b * Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained prior to submission of signed Contracts. 21161'5 @ i I .L BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILfTY I Bidder submits herewith a statement of financial responsibility. I #r- I I I I I I b I I I I 1 I di\\ C;q30\cr, hCL3 &,UP& 2/16, CB ;. I .. 6 .,r E-f kI . 2 i -.d .B 1 1dh 1 1 : 4 s? LIGH”fWIraG FEW$ CU. Balance Sheet 0 A9 Qf DWelTkber 311 1993 Aw 9 c L 8 current Asset6 Tot81 currrent Ak3set s Q6 @ S’Lg b 43 $ Cash CI 46,519. , I---..-.---- 5 567.66 64,522.36 -18, sr9 .QO 113,234 * 63 -x19,9$6 “08 Fkxrd Wbseta ~urnftatxe & fixtures U!CUrn, $@p*R * XUL-11. B sixc ACCumi. Qep’n - tqdiP* -296.00 Equipment Au&omabf I @ 8 A~CX~ Dep‘fi - AutoaObfle$ -. . 47,923 94,443 $ F , .. ,-- Total Pixed Assets =z-==~muu*l=--==-s To%:a3. A~set,~ Liabilities & Equity LhbiTitle6! 4 s BOX 1 81 3 i3,OOO . DO 0 Loan payable - GbevY van LQ~R payable - cornl. loan Credit: cards pay - Graasmont, 0.30 348 802 ---I *-- 5 -863 p 752 $83 BI 8 796 s 90 669r5?7*37 Total Liabilities h”irrt;ner~ B f Retained earnanga N@t IP$Ofi@ 172 p 020.43 partnsxship@ e Bqufty BartnBrf 8, Capita -*inq %9,64 $ 9 -_ ,. e-qy.- Total Partnership’s Equity 94 am Total Eiabil iti@?@ & EqjJity 3az*~SEsDZsP== 0 SEE ACC!~~~~S CQMBXbATION REPORT 15 BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE I I I I I I I I, I I I I I I The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used. ? I Name and Address 2/16,4 @ ;. I I I I County of 1 I 16 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITIED WITH BID State of California 1 ) ss. t bb? being first duly sworn, deposes 7r\,k&i fl..-- J f= pw --N a< (Name of Bidder) and says that he or she is flL\ I (Title) I (Name of Firm) of $Lz-G y Tj2&$G fi/f/c&, ea the party making the foregoing bid; that the bid is not made in the interest of, or on behal of, any undisclosed person, partnership, company, association, organization, or corporation that the bid is genuine and not collusive or sham; that the bidder has not directly o indirectly induced or solicited any other bidder to put in a false or sham bid, and has nc directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyon shall refrain from bidding that the bidder has not in any manner, directly or indirectlj sought by agreement communication, or conference with anyone to fix the bid price, or c that of any other bidder, or to fix any overhead, profit, or cost element of advantag against the public body awarding the contract of anyone interested in the propose contract; that all statements contained in the bid are true; and further, that the bidder ha not, directly or indirectly submitted his or her bid price or any breakdown thereof, or th contents thereof, or divulged information or data relative thereto, or paid, and will not paj any fee to any corporation, partnership, company association, organization, bid depositor! or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the affidavit was executed on the22 day of I I I I I I I I, I Subscribed and sworn to before me on (NOTARY SEAL) 2/16 @ 1. I I 1: CONTRACT - PUBLIC WORKS This agreement is made this/eday of 19< & by and between the Cit of Carlsbad, California, a municipal co is 11126 SAUNDERS COURT, SAN DIECO , CA 92131 rat' n, (hereinafter called "City"), and whose principal place of bushes e LIGHTNING FENCE COMPANY i 1 I 1 1 I I8 I I I i I I 1 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contrac documents for: BACKSTOP AND 750' FENCING I CONTRACT CSD 0010 (hereinafter called "project") Provisions of Labor and Materials. Contractor shall provide all labor, material: tools, equipment, and personnel to perform the work specified by the Contrac Documents. Contract Documents. The Contract Documents consist of this Contract, Notic Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation ( Subcontractors, Bidder's Statements of Financial Responsibility and Technic: Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans an Specifications, the Special Provisions, and all proper amendments and changc made thereto in accordance with this Contract or the Plans and Specification and all bonds for the project; all of which are incorporated herein by th 2. 3. I reference. Contractor, her/his subcontractors, and materials suppliers shall provide an install the work as indicated, specified, and implied by the Contract Document Any items of work not indicated or specified, but which are essential to tE completion of the work, shall be provided at the Contractor's expense to fulfi the intent of said documents. In all instances through the life of the Contrac the City will be the interpreter of the intent of the Contract Documents, and tf City's decision relative to said intent will be final and binding. Failure of tk Contractor to apprise subcontractors and materials suppliers of this condition ( the Contract will not relieve responsibility of compliance. 2/16! 89 I* I 18 Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per Section 9-3 of the Standard Specifications for Public Works Construction (SSPWC) 1991 Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and a5 amended by the Special Provisions section of this contract. The closure date fox each monthly invoice will be the 30th of each month. Invoices from the Contractor shall be submitted according to the required City format to the City'$ assigned project manager no later than the 5th day of each month. Payment5 will be delayed if invoices are received after the 5th of each month. The fina' retention amount shall not be released until the expiration of thirty-five (35 days following the recording of the Notice of Completion pursuant to Californi: Civil Code Section 3184. Public Contract Code section 20104.50 requires a summary of its contents to bc set forth in the terms of the contract. Below is such a summary. However contractor should refer to Public Contract Code section 20104.50 for a completc statement of the law. The city shall make progress payments within 30 days after receipt of ai undisputed and properly submitted payment request from a contractor on i construction contract. If payment is not made within 30 days after receipt of ai undisputed and properly submitted payment request, then the city shall pa: interest to the contractor equivalent to the legal rate set forth in subdivision (a of section 685.010 of the Code of Civil Procedure. Upon receipt of a payment request, the city shall, as soon as practicable aft€ receipt, determine whether the payment request is a proper payment request. the city determines that the payment request is not proper, then the request sha be returned to the contractor as soon as practicable but not later than seven (5 days after receipt. The returned request shall be accompanied by a documer setting forth in writing the reasons why the payment request was not proper. If the city fails to return the denied request within the seven (7) day time lid then the number of days available to the city to make payment without incurrin interest shall be reduced by the number of days by which the city exceeds th seven (7) day return requirement. "Progress payment" includes all payments due contractors except that podon 1 the final payment designated by the contract as "retention earnings". 4. i I I 1 I I I ID I II 1 1 1 I 1 I 2/16/ &) I. i 19 Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any infomation that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on infomation furnished by City. 1 5. i I I I I b 1 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise 01 be encountered in the prosecution of the work until its acceptance by the City Contractor shall also be responsible for expenses incurred in the suspension 0. discontinuance of the work. However, Contractor shall not be responsible fo reasonable delays in the completion of the work caused by acts of God, storm; weather, extra work, or matters which the specifications expressly stipulate wil I be borne by City. 7. Hazardous Waste or Other Unusual Conditions. If the contract involves digginj trenches or other excavations that extend deeper than four feet below the surfacc Contractor shall promptly, and before the following conditions are disturbec notify City, in writing, of any: A. Material that Contractor believes may be material that is hazardous wastc as defined in Section 251 17 of the Health and Safety Code, that is require to be removed to a Class I, Class 11, or Class 111 disposal site in accordanc with provisions of existing law. Subsurface or latent physical conditions at the site differing from thos I I indicated. B. C. Unknown physical conditions at the site of any unusual nature, differei materially from those ordinarily encountered and generally recognized i inherent in work of the character provided for in the contract. 8 I I I II @ City shall promptly investigate the conditions, and if it fhds that the conditio] do materially so differ, or do involve hazardous waste, and cause a decrease ( increase iw contractor's costs of, or the time required for, performance of any pa of the work shall issue a change order under the procedures described in th contract. i. 2/16, 1 2c In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease 01 increase in the contractofs cost of, or time required for, performance of any parl of the work, contractor shall not be excused from any scheduled completion datf provided for by the contract, but shall proceed with all work to be performec under the contract. Contractor shall retain any and all rights provided either bj contract or by law which pertain to the resolution of disputes and protest: between the contracting parties. Change Orders. City may, without affecting the validity of the Contract, ordei changes, modifications and extra work by issuance of written change orders Contractor shall make no change in the work without the issuance of a writter change order, and Contractor shall not be entitled to compensation for any extri work performed unless the City has issued a written change order designating ix advance the amount of additional compensation to be paid for the work. If change order deletes any work, the Contract price shall be reduced by a fair an1 reasonable amount. If the parties are unable to agree on the amount a reduction, the work shall nevertheless proceed and the amount shall b determined by litigation. The only person authorized to order changes or extr work is the Project Manager. The written change order must be executed by th City Manager or the City Council pursuant to Carlsbad Municipal Code Sectioi 3.28.1 72. Immimation Reform and Control Act. Contractor certifies he is aware of th requirements of the Immigration Reform and Control Act of 1986 (8 US( Sections 1101-1525) and has complied and will comply with these requirement: including, but not limited to, verifylng the eligibility for employment of a agents, employees, subcontractors, and consultants that are included in thi i I I 1 II I I b B I 1 1 I 8. 9. u Contract. 10. Prevailing Wage. Pursuant to the Califomia Labor Code, the director of th Department of Industrial Relations has determined the general prevailing rate c per diem wages in accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates is on file in the office ( the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant 1 California Labor Code, Section 1775, Contractor shall pay prevailing wage Contractor shall post copies of all applicable prevailing wages on the job site. Indemnification. Contractor shall assume the defense of, pay all expenses ( defense, and indemnify and hold harmless the City, and its officers ar employees, from all claims, loss, damage, injury and liability of every kind, natui and description, directly or indirectly arising from or in connection with tl performance of the Contractor or work; or from any failure or alleged failure c 11. 2/16/ @ i I II 21 Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses including attorneys fees for litigation, arbitration, or other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. i I R I I 1 I b II 1 D I I I i. I 12. 91-403. (A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverages and minimum limits indicted herein: 1. Comprehensive General Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. 2. Automobile Liability Insurance: $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in an] manner. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of tht State of California and Employers' Liability limits of $1,000,000 pe incident. Workers' compensation offered by the Stan Compensation Insurance Fund is acceptable to the City. 3. 2/16/9 @ I. 1 22 (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. General Liability and Automobile Liability Coverages: 1. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contair no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. The Contractor's insurance coverage shall be primary insurance a- respects the City, its officials, employees and volunteers. Arq insurance or self-insurance maintained by the City, its officials employees or volunteers shall be in excess of the contractor' insurance and shall not contribute with it. Any failure to comply with reporting provisions of the policies shal not affect coverage provided to the City, its officials, employees o volunteers. Coverage shall state that the contractofs insurance shall appl separately to each insured against whom claim is made or suit 1 brought, except with respect to the limits of the insurer's liabiliq (C) "CLAIMS MADE" POLICIES - If the insurance is provided on a "claims mad( basis, coverage shall be maintained for a period of three years following th date of completion of the work. (D) NOTICE OF CANCELLATION - Each insurance policy required by th agreement shall be endorsed to state that coverage shall not 1 nonrenewed, suspended, voided, canceled, or reduced in coverage or limi except after thirty (30) days' prior written notice has been given to the Ci by certified mail, return receipt requested. ;. I B I I 1 1 Ir, 1 I I i 1 I 2. 3. 4. (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - A- deductibles or self-insured retention levels must be declared to ai approved by the City. At the option of the City, either: the insurer shl reduce or eliminate such deductibles or self-insured retention levels respects the City, its officials and employees; or the contractor shall procu a bond guaranteeing payment of losses and related investigation, cla. adminisIration and defense expenses. 2Ilt @ i I 2: WAIVER OF SUBROGATION - All policies of insurance required under thi agreement shall contain a waiver of all rights of subrogation the insure may have or may acquire against the City or any of its officials o employees. (GI SUBCONTRACTORS - Contractor shall include all subcontractors as insurec under its policies or shall furnish separate certificates and endorsements fo each subcontractor. Coverages for subcontractors shall be subject to all o the requirements stated herein. (H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurer that have a rating in Best's Key Rating Guide of at least A-:V, and ar authorized to transact the business of insurance by the Insuranc Commissioner under the standards specified in by the City Council ii Resolution No. 91-403 . VERIFICATION OF COVERAGE - Contractor shall furnish the City wit' certificates of insurance and original endorsements affecting coverag required by this clause. The certificates and endorsements for eac insurance policy are to be signed by a person authorized by that insurer t bind coverage on its behalf. The certificates and endorsements are to be i forms approved by the City and are to be received and approved by the Cit (F) I I i 1 1 1 D ? (I) I before work colinmences. 111, (J) COST OF INSURANCE - The Cost of all insurance required under thj agreement shall be included in the Contractor's bid. 13. Claims and Lawsuits. Contractor shall comply with the Government Tort Claim Act (Section 900 et seq of the California Government Code) for any claim c cause of action for money or damages prior to filing any lawsuit for breach c this agreement. Maintenance of Records. Contractor shall maintain and make available at no co: to the City, upon request, records in accordance with Sections 1776 and 1812 c Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does nc maintain the records at Contractor's principal place of business as specifie above, Contractor shall so inform the City by certified letter accompanying th return of this Contract. Contractor shall notify the City by certified mail of an change of address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier's check, or certified check ma be substituted for any monies withheld by the City to secure performance of th contract for any obligation established by this contract. Any other security th: is mutually agreed to by the Contractor and the City may be substituted fc B 1 I I B 1 1 I 14. 15. 16. 2/16/5 69 ? .- - (Single Form) Effective I/ I / 9 1 STATE OF CALIFORNIA co On before me, the undersigned, a Notdry Public in dnd for said State, personalb'appeared fl6 Q , f\ t>kP_Y- > ~/LJ i - personally known to me (or proved to me on the basis of sitisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that heishe' they executed the same in his' her/their authorized capacity(ies), and that by his/ her/ their signdture(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument FTG 7197 (This area lor official notarial seal) 24 Provisions Reauired by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provisior is not inserted, or is not correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction Additional Provisions. Any additional provisions of this agreement are set forth ir the "General Provisions" or "Special Provisions" attached hereto and made a par- hereof. 17. 1 18. k I I 1 I I 1 I 1 1 I I B 1: I NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE A'ITACHED Contractor (CORPORATE SEAL) -, APPROVED TO AS TO FORM: RONALD R. BALL b City Attorney Print Name of Signatory By: Signature of Signatory pi'/& 4 &EN J. HIRATAU Deputy City Attorney Mayor ATTEST: 2/16/9d 69 ? WLCAN EXCESS AND SURPLUS Insurance Service P. 0. Box 2158 Riverside, CA 92516-2158 (909) 784-0661 DBA: LIGHTNING FENCE COMPANY 11126 SAUNDERS COURT SAN DIEGO CA 92137 GLS 493437 PREMISES/OPERATIONS UNDERGROUND EXPLOSION &COLLAPSE HAZARD PRODUCTSfCOMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY ALL OWNED AUTOS (PRIV. PASS.) OTHERTHA ALL OWNED AuTos (PRIV. PASS.? HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY EMPLOYERS' LIABILITY *lo DAYS NOTICE OF CANCELLATION WILL BE GIVEN FOR NON-PAYMENT OF PREM CITY OF CARLSBAD PURCHASING DEPARTMENT 1200 CARLSBAD VILLAGE DRIVE / L LThe Attaching Clause need be completed only when this endorsement IS issued subsequent to preparation of the policy.) GL 20 10 (Ed. 01 73) G 115 IS0 G115 ADDITIONAL INSURED (Owners or Lessees) LC (I LI AB I LlTY 0 END. #5 A This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the folloi CO M P R E H E N S I V E G E N ERA L L I AB I L I TY I N S U RAN C E MANUFACTURERS’ AND CONTRACTORS’ LIABILITY INSURANCE GLS 4‘ , forms a part of policy No. 06-13-94 TO 10-22-94 (12 01 A M., standard time) This endorsement, effective issued to by LIGHTNING FENCE COMPANY SCOTTSDALE INSURANCE COMPANY Authorized Representative WLCAN EXCESS AND SURPLUS INS. SERVICE 040028 PA 06-14-94 It is agreed that: 1. The “Persons Insured” provision IS amended to include as an insured the person or organization named t but only with respect to liability arising out of operations performed for such insured by or on behalf of the ni insured. 2. The applicable limit of the company’s liability for the insurance afforded under the Contractual Liability lnsut Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this enc ment in behalf of the person or organization named below. (Additional Insured) Name of Person or Organization CITY OF CARLSBAD PURCHASING DEPARTMENT 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1989 IT IS AGREED THAT THE INSURANCE IS PRIMARY AND THAT NO INSURANCE HELD OR OWNED THE DESIGNATED ADDITIONAL INSUREDS SHALL BE CALLED UPON TO COVER A LOSS UNDER S POLICY IF LOSS ARISES FROM INSURED’S OPERATIONS. e )uws*””‘L”cL w*, %w~;s”;;&~m odfl COMPANY i Lighting Fence I 11126 Saunders Court LETTER D THIS ENDOR; .,iENT CHANGES THE POLICY. PLEASE READ . CAREFULLY. AMERICAN STATES ADDITIONAL INSURED CA 71 35 n INSURANCE A pit. LINCOLN NATIONAL CORPORATION 0 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM 1.J Schedule Name of Person or Organization: CITY OF CARLSBAD Address: PURCHASING DEPT . 1200 CARLSBAD VILLAGE DRIVE CARLSBAD, CA 92008-1989 Premium: $ 0 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as a[ to this endorsement.) A. bnder LIABILITY COVERAGE WHO IS AN INSURED is changed to include as an "insured" the persc organization(s) shown in the Schedule, but only with respect to "bodily injury" or "property damage" resulting acts or omissions of: 1. You; 2. 3. Any of your employees or agents; Any person, except the additional insured or any employee or agent of the additional insured, operating a "auto" with the permission of any of the above. B. The insurance afforded by this endorsement does not apply: To "bodily injury" or "property damage" arising out of the sole negligence of the person(s) or organization(: in the Schedule. 0 Page 1 of 1 C-AG-07-PI -- -- - . - c[l?' OF =%AD SURPLUS LINE BROKER AFFIOAVfT 0 Broker Name: Tom Thompson Insurance Aq-nc, Address : P.O. Box 710100 City/Statr/Zip: . Ca. 92121-0100 Date: 6-30-94 CSDOOlO P roj e et Name : Type of Insurance: Comprehensive General Liabitity - I cemfy that Tom Thompson Ins. AgeyQ.'g'~~&~~ of Record for Lightning Fence CO. ("Contractof) who ia required to provide insurance under the specifications of the abovt contract. 1 further certify that as Broker of Record for Contractor, 1 have contacted the insurance companies listed below, aU of whom meet the aryls requirements included in Resolution NG. 91L4@! and aU of whom have refused to write the required policy due to the City of Carlsbad's insurance requirments insurance Carrier: -American States ins. (h. Name of Contact: Brian Lewis - p.0. BOX 5055 Coastaesa C;a. 97- - Address: e Date; - 6-29-94 Reason for Refusal: Primarv - c_ Commissioner (Yes/No) Best's Rating A XI1 Listed by State Insurance &bfL.=.Admitted insurance Canicr: m- c 0. Name of Contact: Cindy Bruton_ __- - L ----... P.O. Box 849- Ros~ Ca. 95402-0@,2.. Address: Dace: 6-29-94 -- c R~~~~~ for ~~fu~~]: Primary & Noncontributina Wordina - At IX Listed by State Insurance LaliLAd rnitted Commissioner (Yes/No) 0 Bests Rating $)O' or4 2; . 13 b;,. 1 .. 1Ii-ii L8ljTP';D:IlI 3NI * *, - Insurance Carrier: __ UT- Hartford Name of Contact: Address: P.O. Box 4910 Diamund Bar Ca. 91765-0916 Date: Reason for ~~h~~l: Primary E Noncontributing Wording Bests Rating At xv Listed by State Insurance 0 Denise Jump _c_ Y 6-2 9-94 Calif. Admitted Codsioncr (Ycs/No) I Contractor is requesting that the city accept Scottsdale Ins. CO. company who h a 8Uq] he carrier having an A-:V or batter rating in the mast recent issue of Best's Rathg QUkfe a who hor an office within the State of California at the following address in order to effect sew of process. Name of Surplus he Carrier: Scottsdale Insurance Co. a Address: 8877 North Gainey Center Drive City/State/zip: Scottsdale, Az. 85258 Address to effect Service of Process within the State of California. Name: Vulcan Excess E Surplus Insurance Service - 7028 Indiana Ave. # 201 Address: City/State/Zig : Riverside, Ca. 92506 I certify under penalty of perjury that the foregoing facts arc true and comect. Dated: Signed: Tom Thompson Jr. CPCU, CIC as Vice President a P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 CERTIFICATE OF WORKERS' COMPENSATOO JUNE 6, 1994 POLICY NUMBER: 0728441-93 I) CERTIFICATE EXPIRES: 12-01-94 I- CITY OF CARLSBAD ATTN: RUTH FLETCHER/PURCHASING AGENT 1200 CARLSBAD VILLAGE DR CARLSBAD CA 92008-1989 L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Californi 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 th policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document wit1 respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policie described herein is subject to all the terms, exclusions and conditions of such policies. - /vw JOB: CSD 0010 PRESIDENT e - EMPLOYER r LIGHTING FENCE CO 11126 SAUNDERS CT SAN DIEGO CA 92131 NR 0 L SClF 10262 (REV. 10-86) City of Carlsbad Purchasing Department Representation and Certification I I The following representation and certification are to be completed, signed and returned with proposal. REPRESENTATIONS: Mark all applicable blanks. This I am currently certified by: .AQ Certification #: d I offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) CERTIFICATION OF BUSINESS REP R E S E NTATl 0 N (S) : I 1 I bo Mark all applicable blanks. This offeror repres part of this offer that: This firm is , is not I(" a m This firm is , is not J( awl owned business. I business. DEFINITIONS: I MINORITY BUSINESS ENTERPRISE: 'Minority WOMAN-OWNED BUSINESS: A wom: Business" is defined as a business, at least 51 percent of business is a business of which at least 51 F which is owned, operated and controlled by minority owned, controlled and operated by a woman o group members, or in the case of publicly owned Controlled is defined as exercising the power usinesses, at least 51 percent of which is owned, policy decisions. Operation is defined as operated and controlled by minority group members. The Small Business Administration defines the socially I and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (Le., US. Citizens whose I 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. involved in the day-to-day management. i -- I UGHNWG Fi lA5 G3. 30 wLe7- 3 FL-hin 1 coMPA;;lYME I 54dI- rE.4A.h CfL- !A /s / ? NAME 6 SAU&Q&~ ~-7% ADDRESS u CtTY,STATE AND ZIP 0 /o/ ,5 -c. &i7- yq 1 TELEPHOk(N:MBE$ 7L3 DATE 211 615 63 I I I 1 1 I I I I I) I I I I I I OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbac whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafte called "City" and whos address is ?, hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agre as follows: 1. Pursuant to Section 22300 of the Public Contract Code of the State of California, th contractor has the option to deposit securities with the Escrow Agent as a substitut for retention earnings required to be withheld by the City pursuant to th Construction Contract entered into between the City and Contractor for dated - (hereinafter referred to as the "Contract"). Alternatively, on written reques of the contractor, the owner shall make payments of the retention earnings direct1 to the escrow agent. When the Contractor deposits the securities as a substitute fa Contract earnings, the Escrow Agent shall notify the City within 10 days of th deposit. The market value of the securities at the time of the substitution shall b a least equal to the cash amount then required to be withheld as retention under th terms of the contract between the City and Contractor. Securities shall be held i the name of the , and shall designate the Contractor as the benefick in the amount of 1 owner. 2. The City shall make progress payments to the Contractor for such funds whic otherwise would be withheld from progress payments pursuant to the Contrac provisions, provided that the Escrow Agent holds securities in the form and amour specified above. When the City makes payment of retentions earned directly to the escrow agent, th escrow agent shall hold them for the benefit of the contractor until such time as th escrow created under this contract is terminated. The contractor may direct th investment of the payments into securities. All terms and conditions of thi equal1 agreement and the rights and responsibilities of the parties shall be applicable and binding when the City pays the escrow agent directly. 3. I 2/16fi @ t 3: The contractor shall be responsible for paying all fees for the expenses incurred b! the Escrow Agent in administering the Escrow Account and all expenses of the o the City. These expenses and payment terms shall be determined by the City Contractor and Escrow Agent. 4. I I 1 i I: i I I, I 1 I .... I I .... I 5. The interest earned on the securities or the money market accounts held in escrov and all interest earned on that interest shall be for the sole account of Contracto and shall be subject to withdrawal by Contractor at any time and from time to timc without notice to the City. Contractor shall have the right to withdraw all or any part of the principal in thl Escrow Account only by written notice to Escrow Agent accompanied by writtei authorization from City to the Escrow Agent that City consents to the withdrawal o the amount sought to be withdrawn by Contractor. The City shall have a right to draw upon the securities in the event of default by th Contractor. Upon seven days’ written notice to the Escrow Agent from the City o the default, the Escrow Agent shall immediately convert the securities to cash an( shall distribute the cash as instructed by the City. Upon receipt of written notification from the City certifying that the Contract is fina and complete and that the Contractor has complied with all requirements anc procedures applicable to the Contract, the Escrow Agent shall release to Contracto all securities and interest on deposit less escrow fees and charges of the Escroi Account. The escrow shall be closed immediately upon disbursement of all money and securities on deposit and payments of fees and charges. The Escrow Agent shall rely on the written notifications from the City and tk contractor pursuant to Sections (4) to (6), inclusive, of this agreement and the Cit and Contractor shall hold Escrow Agent harmless from Escrow Agent’s releasc conversion and disbursement of the securities and interest as set forth above. t 6. 7. 8 8. 9. .... .... .... .... .... 211 6/‘ @ i i 3: The names of the persons who are authorized to give written notices or to receivf written notice on behalf of the City and on behalf of Contractor in connection wit1 the foregoing, and exemplars of their respective signatures are as follows: For City: Title 10. I I Name ? 1 Signature Address For Contractor: Title 1 I I b 1 1 I I I I I 1 i Name Signature Address For Escrow Agent: Title 1 Name Signature Address 21161' @ ? 34 At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officer: on the date first set forth above. I I For City: Title t 1 Name Signature Address I 1 I I I L I I I 1 I For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature 1 Address 211615 &9 i I 3: RELEASE FORM THIS FORM SHALL BE SUBMITTED AND APPROVED PRIOR TO APPROVAL 01 MONTHLY PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges upon payment in the full amoun specified all compensation of whatever nature due the Contractor for all labor an materials furnished and for all work performed on the above-referenced project for th period specified above with the exception of contract retention amounts and disputed wor or claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ I I 1 I I 1 1 I 1 I I i B I t I DISPUTED WOWCLAIMS DESCRIPTION OF DISPUTED WOWCLAIM The Contractor further expressly waives and releases any claim the Contractor may havc of whatever type or nature, for the period specified which is not shown as dispute work/claim on this form. This release and waiver has been made voluntarily by Contractc without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, an work due Subcontractors for the specified period will be paid according to Public Contra1 Code Section 20104.50 and Business and Professions Code Section 7108.5 and that tk parties signing below on behalf of Contractor have express authority to execute th release. DATED: AMOUNT CLAIMED (OR ESTIMATE) 1, PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporation, etc.) By: I Title: By: Title: / 211 61 @ t st SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION I I I I I I I I I U 1 I U I 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of simila import are used, it shall be understood that reference is made to the plans accompanyin; these provisions, unless stated otherwise. B. Directions: Where words "directed," "designated," "selected," or words of similar import are used, i shall be understood that the direction, designation or selection of the Engineer is intended unless stated otherwise. The word "required" and words of similar import shall b understood to mean "as required to properly complete the work as required and a approved by the City Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar impoi are used, it shall be understood such words are followed by the expression Itin the opinio of the Engineer," unless otherwise stated. Where the words "approved," "approval "acceptance," or words of similar import are used, it shall be understood that the approva acceptance, or similar import of the Engineer is intended. t 1 b I D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expensc shall perform all operations, labor, tools and equipment, and further, including th furnishing and installing of materials that are indicated, specified or required to mean th the Contractor, at her/his expense, shall furnish and install the work, complete in place an ready to use, including furnishing of necessary labor, materials, tools, equipment, an transportation. 21161 @ t 31 1-2 DEFINITIONS i I I I 1 I I b I I 1 I I I I Modify Section 1-2 as follows: Agency - the City of Carlsbad, California Engineer - the Project Manager for the City of Carlsbad or his approved representative 24 CONTRACTBONDS Delete the third sentence of the first paragraph having to do with a surety being listed ii the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bonc (labor and materials bond) for this contract. The faithful performance/warranty bond shal be in the amount of 100 percent of the contract price and the payment bond shall be ii the amount of 50 percent of the contract price. Both bonds shall extend in full force ani effect and be retained by the city during the course of this project until they are release1 according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the origin: amount 35 days after recordation of the Notice of Completion and will remain in full forc and effect for the one year warranty period and until all warranty repairs are complete to the satisfaction of the city engineer. The payment bond shall be released six months plus 35 days after recordation of the Notic of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized t transact the business of insurance in California and whose assets exceed their liabilities i an amount equal to or in excess of the amount of the bond. The bonds are to contain th t 1 I following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, b laws, or other instrument entitling or authorizing the person who executed the bon to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insuranc commissioner. If the bid is accepted, the City may require a financial statement of the assets and liabilitit of the insurer at the end of the quarter calendar year prior to 30 days next preceding tE date of the execution of the bond. The financial statement shall be made by an officer certificate as defined in Section 173 of the Corporations Code. In the case of a foreig 2/16F @ t "C insurer, the financial statement may be verified by the oath of the principal officer o manager residing within the United States. I 1 I I I I 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work include the Standard Specifications for Public Work Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designate "SSPWC", as issued by the Southern California Chapter of the American Public Work Association, and as amended by the Special Provisions section of this contract. The Construction Plans consist of 0 sheet(s) designated as City of Carlsbad Drawing Nc The standard drawings utilized for this project are the latest edition of the San Diego Are Regional Standard DrawinEs, hereinafter designated SDRS, as issued by the San Dieg County Department of Public Works, together with the City of Carlsbad Supplement: Standard Drawings. Copies of pertinent standard drawings are enclosed with thes t I documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer direction, the Contractor shall obtain and distribute the necessary copies of SUC instruction, including two (2) copies to the City. 1 I, To Section 2-5, add: 2-5.4 Record Drawinzs: The Contractor shall provide and keep up-to-date a complete "as-built" record set transparent sepias, which shall be corrected daily and show every change from the origin drawings and specifications and the exact "as-built" locations, sizes and kinds of equipmer underground piping, valves, and all other work not visible at surface grade. Prints for tl- purpose may be obtained from the City at cost. This set of drawings shall be kept on tl job and shall be used only as a record set and shall be delivered to the Engineer up( I I I I I I completion of the work. 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representatil The Engineer shall have free access to any or all parts of work at any time. Contracl shall furnish Engineer with such information as may be necessary to keep herhim fu informed regarding progress and manner of work and character of materials. Inspecti of work shall not relieve Contractor from any obligation to fulfill this Contract. 2/16 @ 1 I a7 I Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed tht requirements indicated in the Standard Specifications and the Special Provisions. The cos of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of he materials shall bf approved by him before the delivery is started. All materials proposed for use may bf inspected or tested at any time during their preparation and use. If, after trial, it is fount that sources of supply which have been approved do not furnish a uniform product, or i the product from any source proves unacceptable at any time, the Contractor shall furnisl approved material from other approved sources. After improper storage, handling or ani other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans an( the SSPWC. Compaction tests may be made by the City and all costs for tests that mee 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 Engineel The costs of any retests made necessary by noncompliance with the specifications shall b borne by the Contractor. I I I I I I c I I I I P I Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plans c specifications upon written order by the Engineer. Any cost caused by reason of thj nonconforming work shall be borne by the Contractor. I 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known record: endeavored to locate and indicate on the Plans, all utilities which exist within the lid of the work. However, the accuracy of completeness of the utilities indicated on the PlaI I is not guaranteed. 21161' @ # I -r\ 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including servicc connection, desired by the Contractor for his/her own convenience shall be the ContractoJ own responsibility, and he/she shall make all arrangements regarding such work at no cos to the City. If delays occur due to utilities relocations which were not shown on the Plans it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties tc relocate utilities which interfere with the construction, the Contractor, upon request to thl City, may be permitted to temporarily omit the portion of work affected by the utility. Th portion thus omitted shall be constructed by the Contractor immediately following th relocation of the utility involved unless otherwise directed by the City. I I I 1 I I b I I 1 I I I I I t 1 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: 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. The schedule shall show a complete sequence of construction activities, identifylng work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by I 1. 2. 3. 4. 5. 21161' @ F 71 the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. I 1 1 8 1 I I I No changes shall be made to the construction schedule without the prior written approva of the Engineer. Any progress payments made after the scheduled completion date shal not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflictin2 utilities shall be requirements prior to commencement of work by the Contractor. ? 6-5 TERMINATION OF CONTRACT Grounds for Termination of the contract by the City include failure of the City or Contracto: to obtain necessary permits from other governmental agencies, or unreasonable dela! caused by enforcement of laws and regulations by other public agencies, including but no limited to, enforcement of the Endangered Species Act and other similar laws. 6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR The City shall not be liable for delay caused by the enforcement of laws and regulation by other public agencies, including but not limited to, enforcement of the Endangere Species Act and other similar laws. 6-5 TERMINATION OF CONTRACT b 1 Grounds for termination of the contract by the City include failure of the City or Contractc to obtain necessary permits from other governmental agencies, or unreasonable dela caused by enforcement of laws and regulations by other public agencies, including but nc limited to, enforcement of the Endangered Species Act and other similar laws. PAYMENT FOR DELAYS TO CONTRACTOR The City shall not be liable for delay caused by the enforcement of laws and regulatior by other public agencies, including but not limited to, enforcement of the Endangere species Act and other similar laws. 1 1 1 1 1 6-7 TIME OF COMPLETION The Contractor shall begin work within 10 calendar days after receipt of the "Notice 1 Proceed" and shall diligently prosecute the work to completion within 25 consecutive da: after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. ar sunset, from Mondays through Fridays. The contractor shall obtain the approval of tl Engineer if he/she desires to work outside the hours state herein. 21161 @ i i -tL Contractor may work during Saturdays and holidays only with the written permission ol the Engineer. This written permission must be obtained at least 48 hours prior to suck work. The Contractor shall pay the inspection costs of such work. 1 I II 8 1 1 B 1) I 1 1 1 I 1 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion and any faulty work or materials discovered during the guarantee period shall be repairec or replaced by the Contractor, at his expense. Twenty-five percent of the faithfu performance bond shall be retained as a warranty bond for the one year warranty period t 1 6-9 LIOUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $100 per da: for each day beyond the completion date as liquidated damages for the delay. An progress payments made after the specified completion date shall not constitute a waive of this paragraph or of any damages. 21161' (39 t I 4: 7-3 LLABILITY INSURANCE 1 1 B I I i I I I I i I I Add the following: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide o at least A-:V and are authorized to conduct business in the state of California and are listec in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE t I Add the following: All insurance is to be placed with insurers that are authorized to conduct business in th state of California and are listed in the official publication of the Department of Insuranc of the State of California. Policies issued by the State Compensation Fund meet th requirement for workers' compensation insurance. 7-5 PERMITS 1 Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all encroachment, right-of-wa! grading, and building permits necessary to perform work for this contract on City propep in streets, highways (except State highway right-of-way), railways or other rights-of-wa: b Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working da: at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muffle in good repair when in use on the project with special attention to City Noise Contr Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. II 2/16 69 P 77 7-10 PUBLIC CONVENIENCE AND SAFETY I D I 1 I Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the worl and shall comply with all applicable provisions of Federal, State and Municipal safety law: and building codes to prevent accidents or injury to persons on, about, or adjacent to thc premises where the work is being performed. He/she shall erect and properly maintain a all time, as required by the conditions and progress of the work, all necessary safeguard: for the protection of workers and public, and shall use danger signs warning agains hazards created by such features of construction as protruding nails, hoists, well holes, anc falling materials. ? 7-13 LAWS TO BE OBSERVED 1 Add the following: 1 Grading. Municipal ordinances which affect this work include Chapter 11.06. Excavation an( If this notice specifies locations or possible materials, such as borrow pits or gravel bed: for use in the proposed construction project which would be subject to Section 1601 o Section 1603 of the Fish and Game Code, such conditions or modifications establishel pursuant to Section 1601 of the Fish and Game Code shall become conditions of th 1 I 1 I I I L contract. 8 FACILITTES FOR AGENCY PERSONNEL Delete this section. I 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amouI of retention. 10 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 surveyir service within appropriate items of proposal. No separate payment will be made. 21161 @ i 1 't3 I I I I I I 1 ID 1 I 1 1 I 1 I I Survey stakes shall be set and stationed by the Contractor's surveyor for curbs at 50' intervals (25' intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, storm drains, and structures (4 corners min.). Rough grade as required to satisfy 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 line base grade of streets as required by Engineer. Contractor shall protect in place or replace all obliterated survey monuments as per Section 8771 of the Business and Professional Code. Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencing t 1 conslruction of surveyed item. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utilized during the constructior under this contract. The Contractor shall contact the appropriate water agency fol requirements. The contractor shall include the cost of water and meter rental withir appropriate items of the proposal. No separate payment will be made. 21 161' 63 P .- 11. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION FOR CONSTRUCTION MATERIALS 5 1 I I i 1 I 1 b I I 1 1 I (NOTE TO PROJECT MANAGER: These supplemental provisions for materials and work comprise the technical or detail specifications and must be tailored to each project using the design engineeJs experience and judgment. The Standard Special Provisions by the Regional Standards Committee is a good reference.) ? 200-2 UNTREATED BASE MATE€UAL Aggregate base shall be crushed aggregate base (Section 200-2.2)) crushed slag bas( (Section 200-2.3), or crushed miscellaneous base (Section 200-2.4). 201-1 PORWD CEMENT CONCRETE Concrete for drainage ditch shall be Class 520-C-2500. Modi@ Section 201 -1 2.1, Portland Cement, as follows: First paragraph, first sentence amend to read: "All cement to be used or furnished sha be low alkali and shall be either Type I or Type I1 Portland Cement conforming to ASTb C 150, or Type IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, udes 1 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) pprn ( sulfates." Third paragraph replace "800 ppm (mg/L) of sulfates" with "1,300 (mg/L) ppm of sulfates (b) Air-entraininz Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1-1/2 percent is allowe The air content of freshly mixed concrete will be determined California Test Method N i 504." Modify Section 201 -1.3.3, Concrete Consistency, as follows: Second paragraph delete: "and shall not exceed amounts shown in following table:" AI delete table. Modify Section 201 -1.4.3, Transit Mixers, as follows: 2/lt @ t I I. Add after listing of information for weighmaster's certificate: "Transit mixed concrete ma) be certified by mix design number, provided a copy of the mix proportions are kept on file at the plant location for a period of 4 years after the use of the mix." 1 201-2 STEEL REINFORCEMENT FOR CONCRETE No changes. 203-6 and 4004 ASPHALT CONCRETE i) Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Type 111 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 an 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 grad asphalt shall be used for Type 111 asphaltic concrete, and AR-8000 paving grade asphal 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 b washing the material through the sieve with water. No less than 1/2 of the materi: 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 accordanc 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 Nc i I 1 1 ' 1 I) 1 1 1 1 I Calif. 21 7." I 4 I 21161' &9 t CLASS SIEVE SIZES 1" (25 mm) 3/4" (1 9 mm) 1/2" (13 mm) 3/8" (10 mm) No. 4 No. 8 No. 30 No. 22 I 1 1 1 Asphalt Yo B2 B3 INDMDUAL MOVING INDMDUAL MOVING 1 TEST RESULT AVERAGE TEST RESULT AVERAGE 100 100 100 90-100 90-100 95-1 00 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 87-1 00 75-95 50-80 30-60 22-44 8-26 1-8 4.6-6.0 4.6-6.0 49 After the last paragraph, add the following: The aggregated from each separate bin for asphalt concrete, Type 111, except for the bin containing the fine material shall have a Cleanness Value as noted in the added "Table of Sand Equivalent and Cleanness Values" and as determined by Test Method No. Calif. 227, modified as follows: Tests will be performed on the material retained on the No. 8 sieve from each bind and will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 seconds, a single loading oi the entire sample on a 12-inch diameter, No. 4 sieve nested on top of a 12-inch diameter No. 8 sieve. Where a coarse aggregate bind contains material which will pass the maximum sizi specified and be retained on a 3/8 inch sieve, the test specimen weight and volume o 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 discharg from each bin of the batching plant or immediately prior to mixing with asphalt in the cas of continuous mixers. The Cleanness Value of the test sample from each of the bins will be separately computet 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, eac such supplemental fine aggregate used shall be stored separately and kept thoroughly dr I I I 1 1 I I t 1 b I 204-1 LUMBER AND PLYWOOD Header for bituminous pavement shall be construction grade Redwood, or treat€ construction grade Douglas Fir. I I I 1 I 204-2 TREATMENT WITH PRESERVATIVES No change. 207-2 REINFORCED CONCRETE PIPE The pipeline layout and connector pipe list required under Paragraph 3,207-2.1, is waive 210-1 PAINT Paint for striping shall be white. 2116, @ f 1 50 111. SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS m I CONSTRUCTION FOR CONSTRUCTION METHODS 301-2 UNTREATED BASE No change. t I 302-5 ASPHALT CONCRETE PAVEMENT A prime coat is not required for this contract. A seal coat is required and shall conform 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 bt completed before the surfacing is placed at that point." Modify Section 302-5.2, Prime Coat, as follows: After "grade Sc-250" add "or MC 70." Modify Section 302.5.5.2, Density and Smoothness, as follows: First paragraph, change 1/8 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 Engineer After last paragraph, add: YJnless directed by otherwise the Engineer, the inhi: breakdown rolling shall be followed by a pneumatic-tired roller as described in th 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 asphalt concrete. 1 I I I 1 b I I I I 1. I 21161 @ 't 1 51 Add the following: 302-5.9, Seal Coat All asphalt concrete surfaces shall be seal-coated unless otherwise specified. The seal coat shall consist of a coat of asphaltic emulsion and a cover coat of sand. The asphaltic emulsion shall be mixing type conforming to Section 203-3, "Emulsion Asphalt." Sand shall be clean and dry. Immediately before applying asphaltic emulsion, the surface to be seal-coated shall be thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be appliec when the street is overly wet or when the atmospheric temperature is below 50 degree: Fahrenheit. The asphaltic emulsion shall be applied by use of a power spraying device that unifonnlj applies the emulsion to the surfacing at a rate of 0.1 to 0.15 gallon per square yard. Thc distributor spray bar shall be equipped with asphaltic emulsion-type spray jets. Curbs gutters, and other adjoining improvements shall be carefully protected from the emulsion and any such improvements spattered or touched with emulsion shall be carefully cleaned 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 coat has been applied, the surface shall again be broomel and any excess sand shall be picked up and removed from the job. The Engineer ma authorize the sand to be broomed, picked up and removed from the job after 2 or mor days. I 1 1 1 I I 1 I I I I I I P b 303-2 AIR-PLACE CONCRETE 1 No changes. 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 mechanical compacted. 310-5 PAINTING VARIOUS SURFACES Modify Section 310-5.6.10, Painting Traffic Striping, Pavement Markings and Cu: Markings, as follows: Payment for all pavement marking shall be a lump sum as proposed in the bid documen I 2/16, @ I. 1 52 JV. SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS 1 t SPECIFICATIONS FOR: BASEBALL BACKSTOP AND 750’ OF FENCING I I I e Chain fink fabric shall conform to ASJM A392. I I I I I The fabric on the vertical portion of backstop, dugout (field side), and 30’ beyon dugouts shall be 6 ga. e The fabric for the outfield fence and the hood portion of the backstop shall be All chain link will be woven I .75” mesh and galvanized after fabrication. Fabric ga- e have knuckled finish top and bottom edges. All fences shall be installed with a top and bottom rail. The fabric shall be placed on the playing field side of the posts and shall k installed so that the top edge projects over the top rail of the fence. The fabi shall be stretched taut and securely fastened to the posts and to top and botto rail. c* e The fabric shall be attached every 8’ to all railings posts and supports. I I I All top rails, bottom rails, and required bracing shall be welded in place. A 3’ wide gate shall be installed in the middle of the outfield fence (approximati 350’ from left field end post). The fence shall be installed along the top of the bank, located inside all irrigat The length of the outfield fence to be 750’. valves and heads, exact location to be determined by City representative. e I I I 2/16 69 I. \ q 4 T 4 I I -5 -I-- s-1 IkbtNU: 1. Top rail galvanized 1-7/8" 0.1 2. Post, galvanized steel : 5-9 / 16' 3. Chain link fabric 9 ga., 1-3/4 galvanized with 1 /4" x 3/4" st bars, knuckled selvage, top a 4. Chain link, 6 ga. 1-3/4" mesh galvanized with 1/4" x 3/4" si bars knuckled selvage, top ar 5. Rail, offset fitting at post to field side of post 1-5/8" O.D. 6. 2 x 10 S45 Douglas Fir, Gradi 7. (2) 3/8" dia. galvanized carri per 2 x 10, tac weld end to F removal of threaded nuts. Galvanized angle fitting - we1 and overhang. 2-1/2" x 2-1/2" x 3/16" galva steel angle. Weld to post. 11. Galvanized center support @ planking area 3/16'' x 2". 8. Galvanized end gap. 9. 10. '.gE mom=* fl. u 1 BACKSTOP-SECTION I 1 i 9-q- ?=? ” 4X I - %z Pg ‘P %m - $1 WE 7 NV IQ.= 3. nu gz ng $2 TI *(P n C 1 %m 8 E ! ! c < - ; c U r 0 s P ti 0 a I f I t 7 ( # : -- ------- 1 B I I& Id ,/ I OOOCS -a ..... I* “0 I 32 ‘:(GI ‘6 oy I I Q I I r 0 - ? 1 d& L a, I w *t '(9 I (2, I 1 @-- 1 f f I I 1 I I 1 '9 - Ir, \\ I I I \ - I @). *P Y 4 0 3 .O \9 ,I I 1. 2c ro $ ,d' 8- 4 6 Y Q / # e 0 - / m -0 - - July 14, 1995 Lightning Fence Company 11125 Saiinders Court San Diego, CA 92123 RELEASE OF REMAINING BOND8 FOR PROJECT NO. CSD-0010 - AVIARA 01 MIDDLE SCHOOL PLAY FIELDS BACXSTOP/FENCING Per instructions from our Community Services Department, we B hereby releasing the following bonds for the above-referenc pro j ect : Labor & Materials Bond No. 3SM80292300 American Motorists Insurance Co. $18,437.00 Performance Bond Xc. 3SM80292300 American Motorists Insurance Co. (Warranty) Remaining $9,218.50 The bonds; are enclosed so that you can return them to your suret &x% Assistant; Ci Clerk Encs. c: Doug Duncanson, Com. Sew. 1200 Carlshad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28( 0 a July 5, 1995 TO: ASSISTANT CITY CLERK - KAREN KUNDTZ FROM: Parks Superintendent BOND RELEASE - CONTRACT NO. CSD - 0010 AVIARA OAKS MIDDLE SCHOOL BACKSTOP/FENCING Please release all remaining performance and materials bond funds for the Aviara Oaks Middle School Backstop/Fencing project, Contract No. CSD-0010. The project was completed by Lightning Fence Company of San Diego. Please note the new address for Lightning Fence Company, 9974 Scripps Ranch Blvd., San Diego, CA 92131. uired, please contact me at your convenience. C: Aviara Oaks File __..-->-- . a e x January 10, 1995 Lightning Fence Company 11125 Saunders Court San Diego, CA 92131 Re: Bond Release - Contract No. CSD-0010 - Aviara Oaks Middle’ School Play Fields Backstop Fencing The Notice of Completion for the above-referenced project has recorded. Therefore, we are releasing ‘75% of the Performance Bond. Please consider this letter as your notification that $27,655.50 of American Motorist:s Insurance Co. Bond No. 3SM-802-923-00 is hereby released. A copy of the recorded Notice of Completion is enclosed for your records. . de& Assistan Ci Clerk Enc. c: Doug Duncanson, Corn. Services- __ _-- q, January 10, 1995 Lightning Fence Company 11125 Saunders Court San Diego, CA 92131 Re: Bond Release - Contract No. CSD-0010 - Aviara Oaks Midc School Play Fields Backstop Fencing The Notice of Completion for the above-referenced project h recorded.. Therefore, we are releasing 75% of the Performance Bon Please cclnsider this letter as your notification that $27,655.50 American Motorists Insurance Co. Bond No. 3SM-802-923-00 is here released. A copy Of the recorded Notice of Completion is enclosed for yo records. &*x@ Assistan: Ci Clerk Enc. c: Doug Duncanson, Com. Services 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28C * * Recording requesled by: CITY OF CARLSBAD When recorded m'ail to: City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 City Clerk : 383 0 .a ,.- "' >A7 L. =- -9 .4 " <//;;;,. , '%.2:.,@&+.., dfl-&,-:<".& q&""~;;.=.f< ?' ~