HomeMy WebLinkAboutOrange County Striping Service; 2001-11-16; STS 01-03THERMOPLASTIC CROSSWALK
INSTALLATION
.
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager GREG WOODS
(760) 434-2939
Mail To:
Date Issued: November 16,2001 Request For Bid No.: STSO143
CLOSING DATE: . DECEMBER 5,2001
Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92006-7314
Award will be made to the lowest responsive. responsible contractor based on total price. Envelope MUST include Request For Bid
Bid shall be deposited in the Bid Box located in the
first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad. CA 92006 until 4:OO p.m. on the day of Bid closing.
Please use typewriter or black ink.
No. STS01-03.
DESCRIPTION
Labor,.materials and equipment to remove existlna Davernent markinas and replace with hot - amlied thermoplastic In accordance with attached speclfications.
There will be no pre-bid meeting or job walk-though.planned for this project. Bidders should visit the project sites at their leisure prior to submission of their bid. Contractors may receive additional information by contacting:
Project Manager: GREG WOODS or HEIDI HEISTERMAN
Phone No. 1760) 434-2939 or (760) 434-2937
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 0,2 (J, 3 (J,4 u, 5 0.
~~
SUBJECTTO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contract01
Address
'City/State/Zip
Name and Title of Person Authorized to sian contracts. .-
x !MA
SignhfurZ V
Title
Date
H:\wd~ntracts\STSOI-O3=ThermopIasticXmIks #3 -1 - Revised 5/10/00
JOB QUOTATION
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible Contractor. The City reserves the right to reject any or all bids and to accept or reject any item@) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre- award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materialslsupplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive.
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 9<>" 3077/3%
OR
(Individuals) Social Security #:
H:\word\contracts\STSOl-Ol=ThermoplasticXwalks #3 -2- Revised 5/10/00
/-
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract.
NOTE: The .contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in exces of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in Mses of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
Total % Subcontracted: -8-
* Indicate Minority Business Enterprise (MBE) of subcontractor.
H\word\wnlracts\STSOi-Ol=Thermoplastic Xwalks #3 -3-
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
governing labor, including paying the general prevailing rate of wages for each crafl or type of worker I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
needed to execute the contract.
Guarantee:
and subject to inspection approval and acceptance by: Public Works Supervisor. Greq Woods I guarantee all labor and materials furnished and agree to complete work in accordance with directions
(project manager)
Wage Rates:
The general prevailing rate of wages for each crafl or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the contract is
him or her in execution of the contract. - awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by
False Claims
Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not, in anticipation of litigation or in conjunction with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, Drovides for civil Denalties where a person knowingly submits a false claim to a Dublic entitv. These provisions include false claims made with deliberate Gnorance of the false information or in ‘reckless disregard of the truth or falsity of the information.
The provisions of Carlsbad Municipal Code sections 3.32.025. 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding.
Signature:
..-
H:\word\contraCtS\STSOl-Ol=Thermoplastic Xwalks #3 -4- Revised 5/10100
,-
Commercial General Liability, Automobile Liability and Workers' Compensation Insurance:
The successful contractor shall provide to the City of Carlsbad. a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation
certificates shall indicate coverage during the period of the contract and must be furnished to the City Insurance indicating coverage in a form approved by the California Insurance Commission. The
have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that
and authorized to transact the business of insurance in the State of California by the Insurance Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than ........ $500,000
Subject to the same limit for each person on account of one accident in an amount not less than . . . . . . .$500,000
Property damage insurance in an amount of not less than ........ $100,000
Automobile Liability 'Insurance in the amount of $100.000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
"any auto" and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as additional insured. 7
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting
caused by the sole or active negligence or willful misconduct of the City. The expenses of defense directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method.
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California.
Start Work: I agree to start within 5 working days after receipt of Notice to Proceed
Completion: I agree to complete work within 20 working days after receipt of Notice to Proceed.
H:\word\mntracts\STSOl-Ol=ThenoplasticXwalks #3 -5- Revised 5/10/00
n
r CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California
By:
(address)
(telephone no.)
WE WUNTY STAIPI~SERVICE INC.
brint name arlB3UERIXLEYST
(address) ATTEST
(cityktatekip)
(telephone no.)
(fax no.) 0‘9) /I 8 x 6 ?’ City Clerk
- (Proper notarial acknowledgment of execution by Contractor must be attached
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY: f&iL, Deputy City Attorney
,”
H:\word\contracts\STSOl-Ol=Thermoplastic Xwalks #3 -6. Revised 5/10/00
"
MFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of LRL\%O\RU\H
County of 0 EWGL I
On I 2- 2-0 ~-GI beforeme, 'rn'i\~t>~ih',uc UULkW, tdoMDIY PUII~UC. ,
personally appeared QnCiGw.? $'FITELSOP '+ an vwtu T, H&ZGQ
,K personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person@)
whose narne(s)x/are subscribed to the within instrument
and acknowledged to me that t&h/they executed the
same in bi&=&their authorized capacity(ies), and that by
or the entity upon behalf of which the person(s) acted,
m/their signature(s) on the instrument the person(s),
-
Date Name and Title ot OWicer ie.g., "Jane Dm, Nofary Public")
Namels) of Signer($)
O'W Public - Colifmb executed the instrument.
?"x,: I.,.?)"._ WITNESS my hand and official seal. w"Z-4.
Though the information below is not required by law, It may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
w. ..W.."
Description of Attached Document
Title or Type of Document: L,ou3r?i~iiCT-
Document Date: 1 \-\b-O\ Number of Pages: 2%
Signer(s) Other Than Named Above: X?i> 0 E
Capacity(ies) Claimed by Signer(s)
Signer's Name: ?\P,oGL\I~. Pm\z5nd
0 Individual
FZ Corporate Officer
0 Partner - 0 Limited 0 General Title(s): U\C~ ~- P Q-sibcoT
0 Attorney-in-Fact
0 Trustee
D Guardian or Conservator
0 Other:
Signer Is Representing:
(1) . p, ,:; :;
Signer's Name: sR-PHtO 5. t\t-\OZkW
0 Individual g Corporate Officer
0 Partner - 0 Lidited 0 General
0 Attorney-in-Fact
0 Trustee
Title@): St& / TRtW
0 Guardian or Conservator
0 Other: Ib here
I I I
Signer Is Representing:
c,,*.s.s.
SPECIAL PROVISIONS Contract No. STSOI-01
Pavement Marking Removal & Replacement for
I. COMPENSATION
A. Compensation for biddable items shall be in accordance with the prices submitted on the Bidder’s Proposal as submitted by the Contractor and approved by the City Manager upon award of the bid.
B. In no case shall the total amount of this contract exceed $25,000. The Site Listing included herein is for estimation purposes only. The City reserves the right to
exceed the $25,000 limit. modify this list as necessary to ensure that the total cost of this contract does not
II. DUTIES OF THE CONTRACTOR
A. Contractor is responsible for protecting the underground facilities, including but not limited to traffic signal detection loops, at each work site. This includes notification of Underground Service Alert and coordination for markouts and joint meets when necessary.
the work, and is aware of those conditions. The bid prices included payment for conditions at the jobsites, and all other conditions that might affect the progress of
overcome underground conditions. Any information that may have been furnished all work that may be done by Contractor, whether anticipated or not, in order to
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 information furnished by City.
C. Contractor is responsible for preparation, submission, and editing of traffic control plans until said plans meet all the requirements of the Traffic Engineer and are signed with his approval. Notice to Proceed-will not be issued until a signed, traffic control plan has been issued.
control devices in accordance with the approved traffic control plan for this area. If adequate traffic control is not in place, Contractor must stop all work and vacate the right-of-way until traffic control is satisfactory to the Public Works Director or designee. In cases where specific devices are required but not readily available to the Contractor, they may be borrowed from the City when available. The Contractor shall provide and install barricades, delineator warning devices, and construction signs in accordance with the latest edition and revision of the State of
for Construction and Maintenance Work Zones. During adverse weather or California, Department of Transportation Traffic Manual, Manual of Traffic Controls
unusual traffic or working conditions, additional traffic control devices shall be placed as directed by the Public Works Director. All traffic signs and devices shall conform to the current State of California, Department of Transportation, Manual of Warning Sians. Liahts, and Devices for Use in Performance of Work upon Highways, unless otherwise approved by the Public Works Director.
E. All work performed by the Contractor will be in accordance with all applicable standard specifications. Non-conforming work shall be removed and replaced by the Contractor upon written notification by the Public Works Director. Any costs
B. Contractor shall make an independent investigation of the jobsites. the soil
D. Contractor is responsible for providing, placing, and removing all necessary traffic
~:\~~rd\m~tr~cts\STSOl-Ol=The~oplasticXwalks #3 -7- Revised 5/10100
r associated with the removal and replacement of non-conforming work'shall be borne by the Contractor.
F. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified herein.
Ill. MATERIALS
A. Hot Applied Thermoplastic
1. Scope.
a) This specification covers a reflectorized pavement striping material of the type that is applied to the road surface in a molten state by ScreedlExtrusion means with a surface application of glass beads at a rate specified by the purchaser. Upon cooling to normal pavement temperature, it produces an adherent reflectorized stripe of specified thickness and width capable of resisting deformation by traffic.
2. Classification.
a) The Thermoplastic material shall be homogeneously composed of
(1) The thermoplastic material shall be available in white,
pigment, filler, resins and glass reflectorizing spheres.
yellow, and black.
3. Materials.
a) The vendor shall have the option of formulating the material according to his own specification. However, the solid resin shall be maleic-modified glycerol ester resin. The physical and chemical
the type of formulation used. The material, upon heating to properties contained in this specification shall apply regardless of
application temperature, shall not exude fumes which are toxic, or injurious to persons or property. The pigment, beads and fill shall be well dispersed in the resin.
conform to AASHTO M247-81 Type 1. b) Glass Beads (Pre-Mix) - The beads shall be uncoated and
4. Requirements of the Thermoplastic Mixture
a) Specific Gravity -.The specific gravity of the thermoplastic traffic
b) Composition - The pigment, beads and filler shall be uniformly
line material shall not exceed 2.15.
dispersed in the resin. The material shall be free from all skins, dirt and foreign objects and shall comply with the following Table 1 requirements:
H:\word\mntracts\STSOl-Ol=Therm~lastic Xwalks #3 -8 Revised 5/10/00
TABLE 1. COMPOSITION
(Percentage by Weight)
COMPONENT WHITE YELLOW BLACK
Binder See Note (b) 18.0 min. 18.0 min. 18.0 min.
Glass Beads 30-40 30-40 0.0 max.
Titanium Dioxide 10.0 min. 0.0 max.
Calcium Carbonate & Inert, Fillers 42.0 max. 50.0 max. 82.0 max.
Yellow and Black Pigments
Note (a): Amount of yellow and black pigment, calcium carbonate and inert fillers shall be a the option of the manufacturer, providing all other requirements of this specification are met.
Note (b): Alkyd binder shall consist of a mixture of .synthetic resins, at least one of which is solid at room temperature, and high boiling point plasticizers. At least one-third of the binder composition shall be solid maleic-modified glycerol ester resin and shall be no less than 8 percent by weight of the entire material formulation. The binder shall not contain petroleum based hydrocarbon resins.
""""" See Note (a) See Note (b)
1. Physical Characteristics
a) Color - The thermoplastic material after heating for 4 hours f 5 min. at 425 f 3F. (218 f 2C) under agitation shall meet the following:
White: Daylight reflectance at 45 degrees, 0 degrees - 75% minimum
Yellow: Daylight reflectance at 45 degrees, 0 degrees - 45% minimum
Federal Test Standard Number 595-Color 13538 (Tests performed at 77F)
requirements established by the FAA.
(1) For highway use, the yellow color shall reasonably match
(2) For airport use, the color shall comply with the
b) Set Time -When applied at a temperature range of 412.5 f 12.5F
(21 1 f 7C) and thickness of 60 mils to 185 mils (1.5mm to
4.7mm) the material shall set to bear traffic in not more than 2
2C) and not more than ten minutes when the air and road minutes when the air and road temperature is 50 f 3F (IO k
temperature is 90 f 3F (32 f2C).
c) Bond Strength - After heating the thermoplastic material for 4 hours f 5 min. at 425 F f218C). the bond strength to Portland
cement concrete shall exceed 18Opsi (l.24Mpa), *Method -
ASTM D4796-88).
d) Cracking Resistance at Low Temperature - After heating the
thermoplastic material for 4 hours f 5 min. at 425 f 3F (218
f2C). applying to concrete blocks, and cooling &3F (9.4 k
1.7C), the material shall show no cracks.
H:\word\mntracts\STSOl-Ol=Thermoplastic Xwalks #3 -9- Revised YlOlOO
lmpact Resistance -After heating the thermoplastic material for 4 hours f 5 min. at 425 f 3F (218 %X) and forming test
specimens, the impact resistance shall be a minimum of 10
inch pounds (1.13J).
Softening Point - After heating the thermoplastic material for 4
hours + 5 min. at 425 If: 3F (218 k2C) and testing in
accordance with ASTM D36, the materials shall have a
softening point of 215 ir 15F (102.5 + 9.5C).
Flowability - After heating the thermoplastic material for 4
flowability, the white thermoplastic shall have a maximum
hours f 5 min. at 425 + 3F (218 +2C) and testing for
percent residue of 18 and the yellow thermoplastic shall have
a maximum residue of 21 percent.
Yellowness lndex - The white thermoplastic material shall not
exceed a yellowness index of 0.15.
thermoplastic material for 8.5 hours at 425 f 3F (218 +2C)
Flowability - Extended Heating - After heating the
and tested for flowability, the thermoplastic shall have a maximum residue of 28 percent.
Flash Point - The thermoplastic material shall have a flash
point not less than 475F (246C) when tested in accordance
with ASTM D92 “Flash and Fire Points by Cleveland Open Cup.”
this specification for a period.of 1 year. The thermoplastic Storage Life - The material shall meet the requirements of
unmelted particles for this 1 year period. Any material not must also melt uniformly with no evidence of skins or
meeting the above requirements shall be replace by the manufacturer.
B. Application Properties.
1. The Thermoplastic material shall readily apply to the pavement at temperatures of 400 - 440F (204-226C) from approved equipment to produce an extruded line which shall be continuous and uniform in shape having clear and sharp dimension at a thickness of 0.125” (3.157mm).
2. The material shall not exude fumes which are toxic, obnoxious or injurious to persons or property when it is heated during applications. The manufacturer shall provide product safety data sheets for their product.
3. The application of additional glass beads by drop-on or pressure spray methods shall be at a uniform minimum rate of 10 pounds (4.53 kg) of glass spheres ever 100 sq. ft. (9.29 m) of line. The glass spheres shall conform to AASHTO M 247-81 (1986) type 1 except that the beads must
screen; glass spheres shall have a minimum of 70 percent true spheres on be moisture resistant coated, a maximum of 5 percent shall pass the 80
each sieve and 80 percent true spheres overall (Test method M 47-81).
H:\word\contracts\STSOi-Ol=ThenoplasticXwalks #3 -10- Revised 5/10/00
,-
4. The material, when formed into traffic stripes, must be readily renewable by placing an overlay of new material directly over an old line of the same material. Such new material shall bond itself to the old line in such a manner that no splitting or separation takes place.
C. Packaging and Markings
1. The thermoplastic material shall be packaged in suitable containers which will not adhere to the product during shipment and storage. The container .of thermoplastic material shall weigh approximately 501bs (23kg). Each
extrude, user information, manufacturer’s name and address, batch container shall designate the color, binder (alkyd or hydrocarbon), spray or
number and date of manufacture. Each batch manufactured shall have its own separate number. The label shall warn the user that the material shall be heated in the range of 400-440F (204-226C).
2. The contractor shall assume all costs arising from the use of the patented materials, equipment, devices or processes used on or incorporated in the work; agrees to indemnity and safe harmless the purchaser and its duly authorized representatives from all legal suits or action of every nature for, or on account of, the use of any patented materials, equipment, devices, or processes.
D. Methods of Sampling and Testing
1. The, minimum batch size of thermoplastic striping material when tested shall not be less that 2,000 Ibs (907 kg) unless the total order is less than
thermoplastic traffic line in large quantities to make certain the finished that amount. A small trial batch should be made prior to making the
product will comply with all the requirements of this specification.
with the appropriate method in Federal Test Method Standard No. 141 or ASTM designation.
2. The material shall be tested in accordance with AASHTO M249 & T250
E. Thermoplastic Performance and Application Characteristics
1, The thermoplastic material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement materials or from oil droppings or other effects of traffic.
2. Application - The material shall be applied to the pavement by the extrusion method wherein one side of the shaping die is the pavement and the other sides are contained by or a part of suitable equipment for heating and controlling the flow of material.
3. Equipment - The equipment used to install hot applied thermoplastic material by contract under this specification shall be constructed to provide continuous uniform heating to temperatures exceeding 400F (204C), mixing and agitation of the material. Conveying parts of the equipment between the main material reservoir and the line dispensing device shall prevent accumulation and clogging. All parts of the equipment which
H:\word\conlractS\STSOldl=Thermoplastic Xwalks #3 -11- Revised 5/10/00
L
come in contact with the material shall be constructed for easy accessibility and exposure for cleaning and maintenance. The equipment shall operate so that all mixing and conveying parts, including the line dispensing device, maintains the material at the plastic temperature. The
will not be permitted under this specification. The equipment shall provide use of pans, aprons, or similar appliances which the dispenser overruns
for varying traffic marking application widths.
a) The application equipment shall be mobile and maneuverable to the extend that straight lines can be followed and normal curves can be made in a true arc.
b) Glass spheres applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the striping machine so that the beads are dispensed closely behind the installed line. The glass sphere dispenser shall be equipped with
thermoplastic material. an automatic cut-off control synchronized with the cut-off of the
c) A special kettle shall be proided for uniformly melting and heating the thermoplastic material. The kettle must be equipped with an automatic thermostatic control device and material thermometer for
scorching of the material. The heating kettle and application positive temperature control and to prevent overheating or
equipment shall meet the requirements of the National Fire Underwriters and the National Fire Protection Association of the state and local authorities.
4. Installation Techniques -The finished linesshall have well defined edges. The contractor shall clean off pavement surface dirt, grease, and concrete curing compounds where necessary by approved project inspector removal methods.
A primer sealer of the type recommended by the manufacturer of the thermoplastic material shall be applied on all Portland concrete pavement surfaces and, if recommended by the manufacturer on other types of pavement surfaces, prior to the installation of the thermoplastic material. The primer shall be void of solvent and water prior to the thermoplastic application.
To insure optimum adhesion, the thermoplastic material shall be installed in a melted state at a temperature from 400 to 44OF (204- 226C).
construction joints of Portland cement concrete pavements and Longitudinal lines shall be offset at least 2 inches (5cm) from
joints or shoulder breaks of bituminous concrete pavements.
Thermoplastic pavement marking materials shall not be applied by the extrusion method when pavement temperatures are below 50F (lOC), by the spray method when the pavement temperatures are
evidence of moisture. If thermoplastic materials are not dispensed below 55F (13C), or when the surface of the pavement contains
thermoplastic materials shall not be applied when the pavement or by means of a screed-extrusion device or a spray device, the
air temperature is below 65F.
~:\word\mntracts\STSOl-OI=The~plasticXwalks #3 -12- Revised 5/10/00
5.. NOTE: It is suggested that openings of 6 inch (15cm) lengths be provided at 20 foot (6m) intervals on edgelines placed on the inside of super elevated curves to prevent the possible ponding of water on the pavement surface.
6. Warranty - The thermoplastic pavement marking material furnished and installed by contract under this specification shall be guaranteed by the contractor against failure due to poor adhesion resulting from defective materials or methods of application.
NOTE 1: Warrantees may vary depending upon the applied line. thickness, the positioning of the line, the traffic density, the use of studded snow tires and the frequency of snowplow operations.
NOTE 2: The following warrantees are typical for application thicknesses of 125 mils (3.157mm) for crosswalks and stoplines and 90 mils (2.286mm) for lanelines, centerlines, and edgelines. Warrantees for thinner lines in these applications or for higher traffic volumes may be reduced commensurately.
a) For non-defective pavement surfaces carrying volumes less than 50,000 vehicles per day, the contractor shall guarantee to replace or renew without cost to the City that part of the pavement markings installed which have not remained to perform useless services as follows:
(1) Crosswalks and stoplines and legends - 75 percent of the total of an 1 intersection for 1 year.
(2) Lanelines. edgelines and centerlines - 90 percent of a unit for 1 year, 80 percent of a unit for 2 years and 60 percent of a unit for 3 years. (A "unit" is defined as any length of highway having installed thereon 2,000 lineal feet (610 meters) of line of specified width in any combination or pattern.)
b) The replacement material installed under this guarantee shall be guaranteed the same as the original material, from the date of the original installation.
7. Thickness Measurement - Shall be accomplished by placing black tapes, film or metal plates of known and uniform thickness in the area to be striped. Once the striper has passed, the sample shall be removed by making sharp cuts with a knife and measurements of the strip plus film shall be made with a micrometer or venier calipers with a proper correction for the film base. For longitudinal lines, these thickness checks shall be made every 1/3 mile or more frequently at the judgment of the project engineer. For symbols and intersection markings, the frequency of checking shall be at the option of the project engineer. These thicknesses shall be considered as the average of 2 or more measurements made in a 3 foot distance.
NOTE 1: The intent is not to extend the original warranty period.
H:\word\contracts\STSOl4l=Therm~lasticXwalks #3 -13. Revised 5/10100
NOTE 2: The warranty does not over those markings that have been
tires. removed by such devices as snowplows, chains or studded
8. Observation Period - Prior to consideration or final acceptance of all work
there shall be a 90-day observation period beginning upon the satisfactory completed as required herein and shown in the pavement marking plans,
completion of all work required by the intermediate completion date included elsewhere in this proposal form.
During the 90-day observation period, the thermoplastic pavement marking material furnished and installed under this contract shall be warranted against failure due to blistering, excessive cracking, bleeding, staining, discoloration, oil content of the pavement materials, smearing or spreading under heat, deterioration due to contact with grease deposits, oil diesel fuel, or gasoline drippings, shipping, spalling, poor adhesion to the pavement materials, loss of reflectivity, vehicular damage, and wear.
The contractor, at no expense to the City, shall replace any pavement markings that will not perform satisfactory under traffic during the 90-day observation period due to defective materials and/or application methods. (Failure to comply with any portion of this specification shall be considered as unsatisfactory performance of the thermoplastic pavement marking material.
Marking replacement shall be performed in accordance with the requirements specified herein for the initial application, including
seasonal and weather limitations, etc. but not limited to surface cleaning, pavement marking removal,
Traffic shall be operating on the facility during the 90-day observation period.
NOTE: Delayed acceptance of up to 180 days has been approved by the Federal Highway Administration pursuant to an October 25, 1977-lettei by H. A. Lindbekg Number 64847: 10/1 3/77j.
II. CROSSWALK REMOVAL & INSTALLATION
A. Contractor will completely remove existing crosswalks by grinding or wet sandblasting where necessary for proper adhesion. Existing pavement marks are
thermoplastic. Permanent thermoplastic installation is to be scheduled so that all not to be removed more than five (5) calendar days prior to the installation of
existing markings were removed. locations are to be complete prior to the end of the work week in which the
B. Immediately upon removal of existing crosswalk striping, Contractor shall place temporary markings which have been approved for use by the Public Works Director prior to the start of work. Said temporary markings shall remain in place until the time of permanent thermoplastic installation.
H:\word\wntracts\STSOl-Oi=Thermoplastic Xwalks #3 -14- Revised 5/10/M)
r
Ill. DRUG & ALCOHOL FREE WORKPLACE
A. The City of Carlsbad is committed to maintaining a work environment free from the effects of drugs and alcohol consistent with the directives of the Drug Free Workplace Act. As a condition of this contract, the Contractor and the Contractor’s employees shall assist in meeting the requirements of this policy as set forth in the “City of Carlsbad Drug and Alcohol Use Policy” incorporated by reference herein.
B. Contractor agrees that the Contractor and the Contractor’s employees, while performing service for the City, on City property, or while using City equipment will not be in possession of, use, or be under the influence of drugs or alcohol.
C. The Contractor has the duty to inform all employees or agents of the Contractor that are performing service for the City, on City property, or using City equipment, prohibition of drug or alcohol possession, use or impairment from same while performing such service for the City.
determined by the Public Works Director or designee to have breached the Contractor has with the City if the Contractor or Contractor’s employees are
the ”City of Carlsbad Drug and Alcohol Use Policy” incorporated by reference provisions of this section as interpreted and enforced pursuant to the provision of
herein.
D. The City has the right to terminate this contract and any other contract the
.-
tV. EQUIPMENT
A. The machinery and equipment used by the Contractor in the furtherance of this
times consistent with current standards of the industry and subject to the approval contract shall be modern, clean, and maintained in proper working condition at all
of the Public Works Director
B. As requested by the Public Works Director, the Contractor shall supply the City with a list of the equipment being used in the furtherance of this contract including its make, model, date of manufacture and any other pertinent information.
C. All equipment shall be available for inspection by the City upon 24 hour notification to the Contractor.
V. TRAFFIC CONTROL
A. The Contractor will be required to submit traffic control plans to be approved by the Traftic Engineer prior to issuance of the Notice to Proceed. Preparation of these plans shall be the sole responsibility of the Contractor. Public Works staff will assist only with interdepartmental coordination. All drawings and revisions will be the responsibility of the Contractor.
“Manual of Traffic Control Devices for Construction and Maintenance Work Zones” as published by the State of California, Department of Transportation (Caltrans). The Contractor will be responsible for providing, placing, and removing all temporary traffic control devices.
B. All traffic control devices shall be in accordance with the latest edition of the
H\word\contracts\STSOl-Ol=Thermoplastic Xwalks #3 -15- Revised YIO/OO
C. All equipment shall be available for inspection.by the City upon 24 hour notification
D. Work hours for this projected will be limited due to the proximity to school sites.
to the Contractor.
VI. STATUS OF THE CONTRACTOR
A. The Contractor shall perform the services provided for herein in the Contractor’s own way as an independent contractor and pursuit of Contract‘s independent
the City only as to the result to be accomplished but shall consult with the City as calling, and not as an employee of the City. Contractor shall be under.control of
provided for in this contract.
B. The Contractor is an independent contractor with the City. The payment made to
which Contractor is entitled pursuant to the contract. The City shall not be Contractor pursuant to the contract shall be the full and complete cornpensation to
The Contractor agrees to indemnify the City for any tax, unemployment required to pay any worker’s compensation insurance on behalf of the Contractor.
worker’s compensation payment which the City may be required to make on compensation, retirement contribution, social security, payment of wages or
contract. behalf of Contractor or any employees of the Contractor for work done under this
C. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 (8 U.S.C. Sec. 1101-1525) and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this agreement.
VII. JURISDICTION
A. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego, California.
H:\word\conbacts\STSOl-Ol=Thermoplastic Xwalks#3 - 16- Revised 5/10/00
,-
,”
LAX#
01-01
01-02
01-03
01-04
01-05
01-06
01-07
01-08
01-09
01- 10
01- 11
01- 12
01- 13
01- 14
01- 15
01- 16
01- 17
01- 18
01- 19
01- 20
01-21
01-22
01-23
01- 24
01- 25
01-26
01- 27
01- 28
01- 29
01- 30
01-31
01-32
01- 33
THERMOPLASTIC INSTALLATION LOCATIONS
NE & SE QUADRANTS
Contract No. STSOl-01
Quad Street
NE Chatham Rd 0 Tamarack Av
NE Chatham Rd 0 Tamarack Av
NE Cheshire Av 0 Tamarack Av
NE Cheshire Av 0 Tamarack Av
NE Cheshire Av 0 Tamarack Av
NE Simsbury Ct 0 Tamarack Av
NE Simsbury Ct 0 Tamarack Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av ’ .
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av 0 Wilshire Av
NE Tamarack Av @ Wilshire Av
SE Avenida Nieve 0 Calle Barcelona
SE Avenida Nieve 0 Calle Barcelona
SE Avenida Nieve 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
Color
‘Y
Y
W
Y
Y
Y
Y
W
W
W
W
W
W
W
w
W
Y
Y
Y
Y
Y
W
Y
Y
W
W
W
W
Y
Y
Y
Y
Y
SqFt Legend
49 crosswalk
69 crosswalk
22 , STOP
48 crosswulk
68 crosswalk
43 crosswalk
63 crosswalk
22 limit line
22 STOP
22 STOP
22 limit line
22 STOP
22 STOP
22 STOP
31 AHEAD
31 .AHEAD
43 crosswalk
44 crosswalk
47 crosswalk
58 crosswalk
80 cross hatching
22 STOP
44 crosswalk
70 crosswalk
22 STOP
22 STOP
22 STOP
22 STOP
44 crosswalk
44 crosswalk
50 crosswalk
50 crosswalk
51 crosswalk
H:\word\wntractS\STSOl-Ol=ThermoplasticXwaiks #3 - 17- Revised 5/10/00
THERMOPLASTIC INSTALLATION LOCATIONS
NE & SE QUADRANTS
Contract No. STSOl-01
Loc # Quad Street Color SqFt Legend
01-34
01-35
01-36
01-37
01- 38
01-39
01-40
01-41
' 01-42
01-43
01-44
01-45
01-46
01-47
01-48
-
01-49
01- 50
01-51
01-52
01-53
01- 54
01-55
01- 56
01-57
01-58
01-59
01-60
01-61
01-62
01-63
i"
01-64
01-65
01-66
SE Calle Acervo 0 Calle Barcelona
SE Calle Acervo 0 Calle Barcelona
SE Calk Acervo 0 Calle Barcelona
SE Calk Acervo 0 Calk Son Blas
SE Calk Acervo 0 Calle San Blas
SE Calk Acervo 0 Calk San Blas
SE Calle Acervo 0 Calk San Blas
SE Calk Acervo 0 Calk San Blas
SE Calle Acervo 0 Calk San Blas
SE Calle Acervo 0 Calle San 8las
SE Calle Acervo 0 Calle Son Blas
SE Calk Acervo 0 Calle San Blas
SE Calk Acervo 0 Calk Son Blas
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calle Acervo 0 Rancho Santa Fe Rd
SE Calle Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calle Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calk Acervo 0 Rancho Santa Fe Rd
SE Calle Acervo 0 Rancho Santa Fe Rd
SE Calle Acervo 0 Rancho Santa Fe Rd
SE Calle Acervo E/o Rancho Santa Fe Rd
SE Calk Acervo E/o Rancho Santa Fe Rd
SE Calle Acervo E/o Rancho Santa Fe Rd
SE Calk Acervo E/o Rancho Sonta Fe Rd
SE Calle Acervo E/o Rancho Santa Fe Rd
H:\word\mnkack\STSOl4l=ThennoplasticXwalks #3 - 18
Y
Y
Y
W
W
W
W
W
W
Y
Y
Y
Y
W
W
W
W
W
W
W
W
W
Y
Y
Y
Y
Y
Y
W
W
Y
Y
Y
53 crosswalk
60 crosswalk
62 crosswalk
22 STOP
22 STOP
22 STOP
22 STOP
23 limit line
31 AHEAD
44 crosswalk
45 crosswalk
48 crosswalk
59 crosswalk
15 LTarrow
15 LTarrow
15 RTarrow
15 RTarrow
15. RT arraw
15 LTarrow
15 LTarrow
22 SIGNAL
31 AHEAD
45 crosswalk
61 crosswalk
69 crosswalk
70 crosswalk
83 crosswalk
86 crosswalk
22 STOP
22 STOP
41 crosswalk
43 crosswalk
50 crosswalk
Revised 5/10/00
THERMOPLASTIC INSTALLATION LOCATIONS
NE & SE QUADRANTS
Contract No. STSO1-01
Lac # Quad Street Calor SqFt Legend
SE Calle Acervo E/o Rancho Santa Fe Rd Y 01-67
01-68
01-69
01-70
01- 71
01- 72
01-73
01-74
01-75
01-76
01-77
01- 78
01- 79
01- 80
01-81
01-82
01-83
01- 84
01-85
01-86
7
01-87
01-68
01-89
. 01-90
01-91
01-92
01-93
01- 94
01-95
01-96
01-97
01-98
01-99
,”
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
Calle Barcelona @ Calle Jalisco
Calle Barcelona 0 Calle Jalisco
Calle Barcelona 0 Calle Jalisco
Calle Barcelona @ Calle Jalisco
Calle Barcelona .@ Calle Jalisco
Calle Barcelona 0 Calle Jalisco
Calle Barcelona 0 Calle Posada
Calle Barcelona 0 Calle Posada
Calle Barcelona 0 Calle Posada
Calle Barcelona 0 Calle San Felipe
Calle Barcelona @ Calle Son Felipe
Calle Barcelona 0 Calle San Felipe
Calle Barcelona 0 Calk Son Felipe
Calle Barcelona 0 Calle San Felipe
Calle Barcelona 0 Calle San Felipe
Calle Borcelona 0 Calle San Felipe
Calle Barcelona 0 Calle Son Felipe
Calle Barcelona @ Calle Son Felipe
Calle Barcelona 0 Calle Son Felipe
Calle Barcelona @ Calk Son Felipe
Calle Barcelona @ Calle San Felipe
Calle Barcelona @ Calle San Felipe
Calle Barcelona 0 Calle San Felipe
Calle Barcelona 0 Calle San Felipe
Calle Barcelona @ Calle Son Felipe
Calle Barcelona 0 Calle San Felipe
Calle Barcelona 0 Calle Son Felipe
Calle Barcelona 0 Calle San Felipe
Calle Barcelona 0 Paseo Aliso
Calle Barcelona 0 Paseo Aliso
Calle Barcelona 0 Paseo Aliso
Calle Barcelona @ Paseo Aliso
H:\word\conmcts\STSO1-Ol=ThermoplasticXwalks #3 -19-
W
W
Y
Y
Y
Y
W
Y
Y
W
W
W
W
W
W
W
W
W
W
W
W
W
Y
Y
Y
Y
Y
Y
W
W
W
W
53 crosswalk
22 STOP
22 STOP
46 crosswalk
48 crosswalk
65 crosswalk
71 crosswalk
22 STOP
62 crosswalk
91 crosswalk
15 LTarrow
15 LTarrow
15 LTarrow
15 LTarrow
22 STOP
22 STOP
22 STOP
22 STOP
22 STOP
22 STOP
22 STOP
33 limit line
33 limit line
59 crosswalk
66 crosswalk
66 crosswalk
70 crosswalk
110 cross hatching
310 cross hatching
15 LTarrow
15 LTarrow
15 LTarrow
15 LTarrow
Revised 5110/00
THERMOPLASTIC INSTALLATION LOCATIONS
NE & SE QUADRANTS
Contract No. STSO1-01
Loc ?# Quad Street Calor SqFt Legend
SE Calle Barcelona 0 Paseo Aliso W . 15 LTarrow 01- 100
01- 101
01- 102
01- 103
01- 104
01- 105
01- 106
01- 107
01- 108
01- 109
01- 110
01-111
01- 112
01-113
01-114
r
01-115
01- 116
01- 117
01-118
01- 119
01- 120
01- 121
01-122.
01-123
01- 124
01- 125
01- 126
01- 127
01-128
01-129
01- 130 - 01- 131
01-132
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Alisa
SE Calle Barcelona 0 Paseo Alisa
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Paseo Aliso
SE Calle Barcelona 0 Via San Clemente
SE Calle Barcelona 0 Via Son Clemente
SE Calle Barcelona 0 Via San Clemente
SE Camino Robleda 0 Paseo Aliso
SE Camino Robledo 0 Paseo Aliso
SE Camino Rabledo 0 Paseo Aliso
SE Camino Robledo 0 Paseo Aliso
SE Camino Robledo 0 Paseo Aliso
SE Camino Robledo 0 Paseo Aliso
SE Corintia St 0 El Fuerte St
W 15 LTarrow
W 22 STOP
W 22 STOP
W 22 STOP
W 22 STOP
W 22 STOP
W 22 STOP
W 22 STOP
W 22 STOP
W 22 STOP
W 24 limit line
W 30 limit line
W 37 limit line
W 38 limit line
W 74 crosswalk
Y 48 crosswalk
Y 49 crosswalk
Y 60 crosswalk
Y 61 crosswalk
Y 74 crosswalk
Y 76 crosswalk
Y 78 crosswalk
W 22 STOP
Y 59 crosswalk
Y 84 crosswalk
W 15 LTarrow
W 15 LTarrow
W 22 STOP
W 22 STOP
Y 54 crosswalk
Y 72 crosswalk
Y 47 crosswalk
H:\word\mnlracts\STSOi-Ol=Therrnoplastic Xwalks #3 -20- Revised 5/10/00
THERMOPLASTIC INSTALLATION LOCATIONS
NE & SE QUADRANTS
Contract No. STSOl-01
LOC # Quad Street Color SqFt Legend
01- 133
01-134
01- 135
01- 136
01- 137
01-138
01- 139
01- 140
01- 141
01- 142
01- 143
01- 144
,"-
01- 145
01- 146
01- 147
. 01-148
01- 149
01- 150
01- 151
01- 152
01- 153
01- 154
01- 155
01- 156
01- 157
01- 158
01- 159
01- 160
01- 161
01-162
01- 163
," 01- 164
01- 165
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
Corintia St 0 El Fuerte St
Corintia St 0 El Fuerte St
Corintia St 0 El Fuerte St
Corintia St 0 El Fuerte St
Corintia St 0 El Fuerte St
Melrose Dr 0 Palomar Airport Rd
Melrose Dr 0 Palomar Airport Rd
Melrose Dr 0 Palomar Airport Rd
Melrose Dr 0 Palomar Airport Rd
Melrose Dr 0 Polomar Airport Rd
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Melrose Dr 0 Poinsettia Ln
Monroe St N/o Chestnut Av
H.\word\contracts\STSOl-Ol=ThermoplasticXwalks #3 -21 -
Y
Y
Y
Y
Y
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
64 crosswalk
66 crosswalk
67 crosswalk
71 crosswalk
90 crosswalk
42 limit line
103 crosswalk
103 crosswalk
130 crosswalk
137 crosswalk
15 LTarrow
15 LTarrow
15 RTarrow
15 RTarrow
15 LTarrow
15 LTarrow
15 LTarrow
15 LTarrow
15 LTarrow
15 LTarrow
15 RTarrow
15 RTarrow
35 SCHOOL
35 SCHOOL
58 crosswalk
67 crosswalk
92 crosswalk
96 crosswalk
115 crosswalk
120 crosswalk
126 crosswalk
130 crosswalk
35 SCHOOL
Revised 5/10/00
THERMOPLASTIC INSTALLATION LOCATIONS
NE & SE QUADRANTS
Contract No. STSO1 -01
LOC # Quod Street Color SqFt Lagend
01- 166
01- 167
01- 168
01- 169
01- 170
01- 171
01- 172
01- 173
01- 174
01- 175
01- 176
01- 177
01- 178 ,"
01- 179
01- 180
01- 181
01- 182
01- 183
01- 184
01- 185
01- 186
01- 187
01-188
01- 189
01- 190
01-191
01-192
01- 193
01- 194
01- 195
01- 196
,"'
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
SE
Monroe St N/o Chestnut Av
Palomar Airport Rd 0 Paseo Valindo
Polomar Airport Rd 0 Paseo Valindo
Palomar Airport Rd 0 Paseo Valindo
Palomar Airport Rd 0 Paseo Valindo
Palomar Airport Rd 0 Paseo Valindo
Paseo Aliso 0 Via Adelea
Paseo Aliso 0 Via Adelea
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettio Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettio Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Poseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Escuela 0 Poinsettia Ln
Paseo Tulipero W/o Paseo Aliso
Paseo Tulipero W/o Paseo Aliso
Paseo Tulipero W/o Paseo Aliso
Paseo Tulipero W/o Paseo Aliso
Y
W
W
W
W
W
Y
Y
W
W
W
W
W
W
W
W
W
Y
Y
Y
Y
Y
Y
Y
Y
Y
Y
W
W
W
Y
35 SCHOOL
42 limit line
60 crosswalk
67 crosswalk
103 crosswalk
103 crosswalk
46 crosswalk
61 crosswalk
15 LTarrow
15 LTarrow
22 STOP
22 STOP
22 STOP
22 STOP
22 STOP
22 STOP
22 STOP
35 SCHOOL
35 SCHOOL
39 crosswalk
52 crosswalk
60 crosswalk
67 crosswalk
87 crosswalk
87 crosswalk
87 crosswalk
87 crosswalk
22 STOP
22 limit line
22 STOP
43 crosswalk
All qwntities are appraximtions and included here for estimation purpses on&.
Allpayments willbe Lwsedon actualqamtitirrmt to exceed$ZZ@N
H:\word\c~ntracts\STSOI-OI=Thermoplastic Xwalks #3 -22. Revised 5/10/00
AC~~~ ' C,ERT1FJCATE'.OF,:L,IABlL:l~, j:NSUwNC@.,v,DQ .. DATE(MWDDNfj
....
RODUCER Imith-Newman 6 Adamson :nsurance Agency, Inc.
,800 E. Lambert Rd. Suite 215 "+a CA 92821 COMPANIES AFFORDING COVERAGE
.. FANG4 . . 01/15/02
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
.unald L. Davis WMPANY
'honeNo. 714-257-9644 FaxNo.714-257-9833
4SURW
A St. Paul Fire 6 Marine OK
General Security Ins. Co. n
orange County Striping Services, Inc .
183 N. Pixley St. Orange CA 92868
m ,TR I TYPE OF INSURANCE
GMERAL LIABIUTY
CLAIMS MADE OCCUR
OWNER'S 8 WNTRACTOR'S PRO1
ALL OWNED AUTOS
SCHWULWAUTOS
GABAGE UABIUTY
ANY AUTO
h MCESS UABlLlTY
UMBRELUFORM
EMPLOYERSUABILITY
I
)ESCRIPTION OF OP~TIONSJWCATIONSA
Project: Thermo lastic the City of Carysbad a endorsement.
-
POUCY NUMBER
1 ID
XK08301280
XK08301280
22W32000063
*10 DAYS N.O.C. FOR
m-om or Pvnalm
COMPANY D ........ ... .... ..... ..... .... ......... .. .... .... .... ... .. .. ... .... .. .. ... ..
i BEEN ISSUED TO mE'lNSURED NAMED ABOVE FOR THE WUCY PERIOD
F ANY CONTRACT OR OTHER DOCUMENTWIM RESPECT TO WHICH THIS
I BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
E BEEN REDUCED BY PAID CLAIMS.
'OLICY EFFECTNE POUCY EWlRATlON
DATEIMWDDIYI) DATE(MWDDPM
.. .. ..
LIMITS
06/01/00 06/01/02
06/01/00 1 06/01/02 I WMBlNWSlNGLELlMlT $ ~000000
I I
I I PROPERTY DAMAGE 1 $
AUTO ONLY. EA ACCIDENT
: ' . .. OTHER THAN AUTO ONLY
$ ... .. ...
EACH ACCIDENT
$ AGGREGATE
$
06/01/01
-
-
-
- I
- 1
r City of Carlsbad Kevin Davis / Purchasing
Carlsbad CA 92008 1635 Faraday ave.
NAMW TO THE LEFT,
Donald L. Davis
EACHOCCURRENCE
AGGREGATE
I
I
I
x
EL EACH ACCIDMT
. . '.'.; , ' OTK WCSTATU- TORY UMlTS ...... ER ..
I1000000
06/01/02
$1000000 ELDISEASE-EAEMPLOYE
$1000000 ELDISEASE-POUCYUMIT
IICLESISPECIbL ITEMS
:rossxalk Installataon. Job# STS01-03. Its agreed
3 ancluded as a&taonal ansured per the attached
2ERllFlCATE HOLDER "'.CANCELlATlON. ..... .. 1 ~HOULDANYOFTHEABOMDESCR~BW POLICIES BECWCELLW BEFORE THE
EWlRATlON DATE THEREOF. THE ISSUING COMPANY WILL MAIL
_-
CONTRACTORS ADDITIONAL PROTECTED PERSONS ENDORSEMENT
This endorsement changes your Contractors Commercial General Liability Protection.
How Coverage is Changed
The following is added to the "Who is protected Under This Agreement" section. This change
broadens coverage.
Additional Protected Persons. The person or organization shown in the schedule below is an
additional protected person, but only with respect to their liability arising out of your ongoing
operation for that additional protected person.
The following is added to the "Other Insurance" section of your policy.
This agreement is excess over other valid and collectible insurance available to the additional
protected person, whether primary, excess, contingent or on any other basis.
your contract with the additional protected person requires that this insurance be primary or
However, we'll consider this agreement to be primary or primary and non-contributory insurance if
contributory basis prior to a loss.
primary and non-contributory, or you request that it apply on a primary or primary and non-
Schedule:
contract to show as an additional protected person is an additional protected person.
Other terms
All other terms or your policy remain the same,
Name of person or Organization: Any person or organization you are required in a written
Name of Insured: Orange County Striping Policy Number: KK08301280 Effective Date:
06/01/00
40502 Ed 1-80 Pdntmd in U.S.A.