Loading...
HomeMy WebLinkAboutSaf-T-Seal DBA Schaefer's Parking Lot Service; 1997-09-09; 3527-SRecording requested by: CITY OF CARLSBAD When recorded mail to: City Clerk City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92008 JAN 15% 1998 3231 Al" OFFICIflL AEWRDS SAN DIEGO COUNTY RECDRDEH'S OFFICE EGORY J. SMITHY COUNTY RECORDER 303 FEES: 7.00 I Illll1lll1 lllll lllll Ill1 ll~~~~~~~lllll lllll lllll lllll lllll &e,- ,p ty 1997 STREET SEALING PROJECT CONTRACT NO. 35274 SAF-T-SEAL dba Schaefer's Parking Lot Service cl L San Die California CONTRACT I) L 0 997 ST May 1,1997 0 (3 2/26/97 Contract No. 352743 Page 1 of 66Pages __ - __- ______~ - - - -- - TABLE OF CONTENTS Paae a"" NOTICE INVITING BIDS 4 ............................................................................................................ CONTRACTORS PROPOSAL .................................................................................................. 7 BID SECURITY FORM ............................................................................................................ 11 BIDDER'S BOND TO ACCOMPANY PROPOSAL ................................................................... 12 GUIDELINES FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AMOUNT OF SUBCONTRACTOR'S BID" AND "DESIGNATION OF OWNER OPERATOWLESSOR & AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS ........................................ 14 DESIGNATION OF SUBCONTRACTOR & AMOUNT OF SUBCONTRACTORS BID .......... 16 DESIGNATION OF OWNER OPERATOWLESSOR & AMOUNT OF OWNER OPERATOWLESSOR WORK ................................................................................................ 17 BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY .................................................. 18 BIDDERS STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ................................. 19 BIDDERS CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY. EMPLOYERS' LIABILITY. AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION ........................... 20 BIDDER' S STATEMENT OF RE-DEBARMENT ...................................................................... 21 BIDDERS DISCLOSURE OF DISCIPLINE RECORD 22 e ................................................... NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ............................................................................... 24 CONTRACT PUBLIC WORKS ................................................................................................. 25 LABOR AND MATERIALS BOND ............................................................................................ 31 FAITHFUL PERFORMANCEWARRANTY BOND ................................................................... 33 REPRESENTATION AND CERTIFICATION ............................................................................ 35 ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION (OPTIONAL) ................................................................ 36 SPECIAL PROVISIONS SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1. GENERAL PROVISIONS ............................................................. 39 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS 'OR PUBLIC WORKS CONSTRUCTION PART 2. CONSTRUCTION MATERIALS .............. 59 ab 4- p, s 2/26/97 Contract No . 352743 Page 2 of TABLE OF CONTENTS (continued) .SUPPLEMENTAL PRovisioNs To STANDARD SPECiFiCATiONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS .................................... .................. 60 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 6, MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES ......... 63 * I) 4- p,# 2/26/97 Contract No. 35274 Page 3 of CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsbad Villa Carlsbad, California 92008-1989, until 4:OO P.M. on the 12th day of June, 1997, at which tine th opened and read, for performing the work as follows: e 1997 STREET SEALING PROJECT CONTRACT NO. 35274 The work shall be performed in strict conformity with the specifications as approved by the City 1 the City of Carlsbad on file with the Engineering Department. The specifications for the work ir Standard Specifications for Public Works Construction (1 997 Edition), all hereinafter designated as issued by the Southern California Chapter of the American Public Works Association and as by the special provisions sections of this contract. Reference is hereby made to the specificatic particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractor recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in biddin contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in th California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Dei Each bid must be accompanied by security in a form and amount required by law. The bidder’s : the second and third next lowest responsive bidders may be withheld until the Contract has executed. The security submitted by all other unsuccessful bidders shall be returned to them, c void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Public Code section 10263), appropriate securities may be substituted for any obligation required by thi: for any monies withheld by the City to ensure performance under this Contract. section 10263 of Contract Code requires monies or securities to be deposited with the City or a state or federally bank in California as the escrow agent. The escrow agent shall maintain insurance to cover negl and omissions of the agent in connection with the handling of retentions under this section in an a less than $1 00,000 per contract. The documents which comprise the Bidder’s proposal and that must be completed, properly exe notarized are: e 1. Contractor’s Proposal 8. Certificate of Insurance 2. Bidder’s Bond 9. Bidder’s Statement Re Debarment 3. Non-Collusion Affidavit 10. Bidder’s Disclosure of Discipline Rec 4. Designation of Subcontractors and Amount of 11. Purchasing Department Representa Subcontractor Bid Certification 5. Designation of Owner Operator/Lessors & 12. Escrow Agreement for Security De Amount of Owner Operator/Lessor Work (optional, must be completed if thc 6. Bidder’s Statement of Financial Responsibility wishes to use the Escrow Agreer 7. Bidder’s Statement of Technical Ability and security Experience a 4- r,# 2/26/97 Contract No. 3527-S Page 4 of All bids will be compared on the basis of the Engineer's Estimate. The estimated quanti approximate and serve solely as a basis for the comparison of bids. The Engineer's Estir No bid shall be accepted from a contractor who is not licensed in accordance with the provi California state law. The contractor shall state their license number, expiration d: classification in the proposal, under penalty of perjury. The following classifications are acc for this contract: A, C12, C32 in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contract document of the usual 10% retention from each payment, these documents must be completed and si 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 Pur Department, City Hall, 1200 Carlsbad Village Drive, Carlsbad, California, for a non-refundabl $1 5.00 per set. If plans and specifications are to be mailed, the cost for postage should be i The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregu informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the ( shall be those as determined by the Director of Industrial Relations pursuant to the section 1773, and 1773.1 of the Labor Code. Pursuant to section 1773.2 of the Labor Code, a curre of applicable wage rates is on file in the Office of the City Engineer. The Contractor to wt Contract is awarded shall not pay less than the said specified prevailing rates of wage workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Sublettii Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" purposes of section 41 07 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall i the Contract for work. A pre-bid meeting and tour of the project site will not be held. All bids are to be computed on the basis of the given estimated quantities of work, as indic this proposal, times the unit price as submitted by the bidder. In case of a discrepancy I: words and figures, the words shall prevail. In case of an error in the extension of a unit pr corrected extension shall be calculated and the bids will be computed as indicated abc compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and t! written in with ink and must be initialed in ink by a person authorized to sign for the Contract0 Bidders are advised to verify the issuance of all addenda and receipt thereof one day I bidding. Submission of bids without acknowledgment of addenda may be cause of rejection ( Bonds to secure faithful performance and warranty of the work and payment of labore materials suppliers, in an amount equal to one hundred percent (100%) and fifty percent respectively, of the Contract price will be required for work on this project. These bonds : kept in full force and effect during the course of this project, and shall extend in full force an1 0 $348,000.00. a a em p,@ 2/26/97 Contract No. 35274 Page 5 of 6 and be retained by the City until they are released as stated in the Special Provisions sectio contract. All bonds are to be placed with a surety insurance carrier admitted and autho transact the business of insurance in California and whose assets exceed their liabilitie amount equal to or in excess of the amount of the bond. The bonds are to contain the f documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the in commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual staterr quarterly statement filed with the Department of Insurance pursuant to Article 10 (commenc section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within 10 calendar the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Ke) Guide of at least A-:V, and (2) are admitted and authorized to transact the business of insui the State of California by the Insurance Commissioner. Auto policies offered to m specification of this contract must: (1) meet the conditions stated above for all insurance cor and (2) cover any vehicle used in the performance of the contract, used onsite or offsite, 1 owned, non-owned or hired, and whether scheduled or non-scheduled. The auto in certificate must state the coverage is for "any auto" and cannot be limited in any manner. Workers' compensation insurance required under this contract must be offered by a c meeting the above standards with the exception that the Best's rating condition is waived. - does accept policies issued by the State Compensation Fund meeting the requirement for \ The Contractor shall be required to maintain insurance as specified in the Contract. Any ac cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submit required bonds and insurance, as described in the contract, within twenty days of bid openin Contractor fails to comply with these requirements, the City may award the contract to the se third lowest bidder and the bid security of the lowest bidder may be forfeited. The prime contractor and all subcontractors are required to have and maintain a valid Carlsbad Business License for the duration of the contract. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 97-442, i on the 1 !jth day of April, 1997. @ 0 compensation insurance. Date- ' 0 em p,s 2/26/97 Contract No. 352743 Page 6 of 6 1 CITY OF CARLSBAD - - 3 1- e CONTRACT NO. 35274 CONTRACTOR'S PROPOSAL City Council City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 The undersigned declares heishe has carefully examined the location of the work, read the I Inviting Bids, examined the Plans, Specifications, Special Provisions and addenda theretc hereby proposes to furnish all labor, materials, equipment, transportation, and services requi do all the work to complete Contract No. 3527-S in accordance with the Plans, Specificx Special Provisions and addenda thereto and that he/she will take in full payment therefc following unit prices for each item complete, to wit: Item Quantity Unit - No. DescriDtion and Unit - Price - Total 1 Traffic Control at LS LumpSum $3,400.00 lP 1 il 1 P R I t Approximate Three Thousand Four Hundred 0 Dollars (Lump Sum) 2 Rubberized Street Sealing 313,000 SY 98C $306,740.00 at Ninety-Eiqht Cents 4 Dollars per Square Yard 3 3 Striping at LS Lump Sum $70 , 41 7.00 - Seventy Thousand Four Hundred Seventeen Dollars (Lump Sum) SDRSD M19 at Eiqht Dollars Each 4 Raised Pavement Markers per 425 EA $ 8.00 $3,400.00 Total amount of bid in words: Three hundred eiqhty three thousand nine hu fifty seven doll Total amount of bid in numbers: $ 3 83 ,9 5 7 . 0 0 0 I a Price(s) given above are firm for 90 days after date of bid opening. a @/+ %32 ,&A'& e= Contract No. 3527-S Page a 7 of 6 Q p,s 2/26/97 - 3 d Addendum(a) No@). 1 (One) hadhave been received and idare included ir $1 The proposaL Undersigned has carefully checked all of the above figures and understands that the Cit not be responsible for any error or omission on the part of the Undersigned in preparing this bid The Undersigned agrees that in case of default in executing the required Contract with new bonds and insurance policies within twenty (20) days from the date of award of Contract by thc Council of the City of Carlsbad, the City may administratively authorize award of the contract t second or third lowest bidder and the bid security of the lowest bidder may be forfeited. The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed business or act in the capacity of a contractor within the State of California, validly licensed license number 2 5 8 8 5 7 , classification p-1 7 8 r - 2 3 which expir 6 / 1 2 / 9 7 , and that this statement is true and correct and has the legal eff an affidavit. A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant 1 Business and Professions Code shall be considered nonresponsive and shall be rejected by th 9 7028.15(e). In all contracts where federal funds are involved, no bid submitted sh; invalidated by the failure of the bidder to be licensed in accordance with California law. Howel the time the contract is awarded, the contractor shall be properly licensed. Public Contract C § 20104. The Undersigned bidder hereby represents as follows: a 0 1. That no Council member, officer agent, or employee of the City of Carlsbad is per5 interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; t representation, oral or in writing, of the City Council, its officers, agents, or employees has in( himlher to enter into this Contract, excepting only those contained in this form of Contract ai papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a I the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is BID BOND (Cash, Certified Check, 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 employer to be insured against liability for workers' compensation or to undertake self-insura accordance with the provisions of that code, and agrees to comply with such provisions commencing the performance of the work of this Contract and continue to comply until the u The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article 2, I to the general prevailing rate of wages for each craft or type of worker needed to exec! Contract and agrees to comply with its provisions. d LI 1 4 1 II I I @ ' I is complete. I L ** I. I %# 2/26/97 Contract No. 3527-S Page 8 of 6( 1 IF A SOLE OWNER OR~OLE CONTRACTOR SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname) of proprietor (3) Place of Business City and State 3 -! ]-a (Street and Number) 3 (4) Zip Code Telephone No. 3 IF A PARTNERSHIP, SIGN HERE: (1) Name under which business is conducted (2) Signature (given and surname and character of partner) (Note: Signature must be madc general partner) JI B II 1 II 1 (2 111 I I (3) Place of Business City and State (Street and Number) 4. (4) Zip Code Telephone No. IF A CORPORATION, SIGN HERE: (1) Name under which business is conducted SAF-T-SEAL dba Schaef er ' s Parkil President (Title) Impress Corporate Seal he n (3) Incorporated under the laws of the State of California (4) Place of Business 7202 Peterson Lane (Street and Number) I City and State -t i Ca iJ a fornia 0 (5lZiPCode90723 TelephoneNo. (562) 634-3164 em # 6p 2126197 Contract No. 35274 Page 9 of 61 J NOTARIAL ACKNOWLIDGMENT OF EXECUTION BY ALL SfGNATORIEnUST 3 ATTACHED List below names of president, vice president, secretary and assistant secretary, if a corporatior partnership, list names of all general partners, and managing partners: Gayle L. Schaefer President Stan Wheel 31 a 3 ;I 1 1 II II. I II II I U 8. - Preqident a Joe Orello ViPg Prount - Shirley Sowell SP PYP t a T-17 Mary J. Schaefer 1 elf a I Contract No. 35274 Page 10 of 61 .’ -* May 16,1997 ADDENDUM NO. 1 CONTRACT NO. 35274 -- 1997 SLURRY SEAL PROJECT Please include the attached addendum in the Notice to Bidder/Request for Bids yc have for the above project. This addendum--receipt acknowledged--must be attached to your Proposal Form/E when your bid is submitted. 2?tg2ZL&P4 RUTH FLETCHER Purchasing Officer RF:jlk Attachment 0 I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 & Bi der’s rn Signature q[L&fl- e 1200 Carlsbad Village Drive Carlsbad, CA 92008-1 989 - (61 9) 434-2803 0 FAX (61 9) 434-1 S BID SECURITY FORM (Check to Accompany Bid) e (NOTE: The following form shall be used if check accompanies bid.) Accompanying this proposal is a *Certified *Cashiers check payable to the order of C CARLSBAD, in the sum of dollars ($ this amount being ten percent (10%) of the total amount of the bid. The proceeds of this chec become the property of the City provided this proposal shall be accepted by the City througt of its legally constituted contracting authorities and the undersigned shall fail to execute a c and furnish the required Performance, Warranty and Payment Bonds and proof of ins coverage within the stipulated time; otherwise, the check shall be returned to the undersignt proceeds of this check shall also become the property of the City if the undersigned shall w his or her bid within the period of fifteen (15) days after the date set for the opening thereof, otherwise required by law, and notwithstanding the award of the contract to another bidder. e BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the fc pages shall be executed-the sum of this bond shall be not less than ten percent (10%) of I amount of the bid.) e em p,s 2/26/97 Contract No. 3527-S Page 11 of Z .L. .e BIDE-RS BOND TO ACCOMPANY PROPOSAL - 0 KNOW ALL PERSONS BY THESE PRESENTS: That we, Schaefer's Parking Lot Service , as Principal, and Insurance Company of the We as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten Bercent (10%) of the bid amountFen Percent Of amount b* for whict payment, well and truly made, we bind ourselves, our heirs, executors and administrators successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above bounden Principal for: SAF-T-Seal, Inc., DBA: 1997 STREET SEALING PROJECT Contract No. 35274 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into anc execute a Contract including required bonds and insurance policies within twenty (20) days from the date of award of Contract by the City Council of the City of Carlsbad, being duly notified of saic award, then this obligation shall become null and void; otherwise, it shall be and remain in full forcc and effect, and the amount specified herein shall be forfeited to the said City. .... .... 0 .... .... .... .... - .... .... .... .... .... - - - d .... I .... a I 4w %# 2/26/97 Contract No. 3527-S Page 12 of 66 Page -1 ." J In the event Principakxecuted this bond as an individual, it is agreed that the de* of P shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this 12th Executed by SURETY this loth day of June PRINCIPAL: SURETY: SAF-T-Seal, Inc. -I (name of Principal) By: Gavle L. Schaefer Tustin, CA 92780 t ,1997 . June , 1997 . 2 I* - t mrSchaeferls Parkinn Lot Service Insurance Company of the West, Q (name of Surety) 17852 E. 17th Street, Suite 111 1 (address of Surety) 714-832-9900 I (Title and Organization of Signatory) By: (sign here) Donald L. Wood (printed name of Attorney-in-Fact) 0 (print name here) (Attach corporate resolution showing ( power of attorney.) (title and organization of signatory) (Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. one officer signs, the corporation must attach a resolution certified by the secretary or as: secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL CiQ P,ttomey By: * - P, A9 OINDIVIDUAL(S1 OCORPORATE OFFICER(S1 ATTENTION NOTARY (TITLES1 The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. OPARTNER(S) OLlMlTED DGENERAL OAlTORNEY IN FACT 0 TRUSTEE IS) THIS CERTIFICATE MUST BE AlTACHED OGUARDIANICONSERVATO TO THE DOCUMENT DESCRIBED AT RIGHT Tile or Type of Document Date of Document OOTHER: Number of Pages Signer(s) Other Than Named Above SIGNER IS REPRESENTING: (Name of Personls) or Entity LZB9-9L8-008 L aaJ~-llOl (le3 JaPJOatl LO69 ON POJd P81L-60E16 V3 YJed ~6oue3 * P8LL XOa Od aAV laUWatl 9EZ8 * UOllel~OSSV bel :6uiiuasaidau SI iauE!~ :6u!iuasaidat] SI iau ioie,uasuo3 io uwpieng ioie,uasuo3 io ue!pienc aaisnAl pe-J-u!-Aauio~ly :(s)all!l :(s)ali!l ~aa!g.~o aieJodio3 0 iaq~o aielodlo3 IenP!A!Pul 3 lenP!A!Pu I ped - u !-AauJ ouy 0 leiauag 0 pai!u!g 3 - iauyed 0 lRi3Uag z] pal!Ul!l 0 - JaUU??d (s)mu6!~ Aq paur!q3 (sa!)A&padr :aAOqQ PaLueN U€?!ql lay10 (S)JaUf :sa6ed 40 laqunN :spa iuaLun3c :iuaun3oa 40 adAl .IO a1 &uaurncma paqc~e&$v 40 uo!gd!msa juahard pino3 pur? juawnsop 34.1 uo Buikpi suosJad oj a 3AOld kr?U 11 %E/ Aq paJ1nba.J lOU SI MOpq UO/lr?U./O~Ul 342 46noi ‘(s)uosiad ayi iuauniisui ayi uo (s)a~nieu6is i!ayi/~ay/s!y Aq ley1 pue ‘(sa!)Aiixdw pazpoyine i!ay~/~ay/s!y u! sues iuaumisui u!yi!M ayi 01 paq!nsqns aqs! (s)aweu ~SO~M ayl painaaxa hay$/ays/ay ley1 au Oi pa6palMouy3e pue r (sjiau6ig 40 (s)aueN d paieadde Alleuos~s (S)UOSJad ayi aq 01 aNap!Aa hlOl3E!4SIiF?S $0 SISEq aqi UO 3U.I Oi PaAOid 0 - UO - 3U.I 01 UMOUy AllEuosiad j - IN3WOQ513lMONU3V 3SOdUnd-llV VINUO .* . -. InsurGce Company of the West POWER OF ATTORNEY HOME OFFICE: SAN DIEGO, CAUFORNIA -0 KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a California Corporation. does hereby ap! DONALD L WOOD its true and lawful Attomey(stin-Fad With full power and author!++'. to exearte. on behalf of the Company, fidelity and surety bonds, unc other contra& of suretyship of a similar nature. This Power of Attorney is granted and is SQned and sealed by faCsImile under the authonty of the following Resolution adopted by the Bo; on the 22nd day of November, 1994. which said Resorution has not been amended or rescinded and of which the following is a true c "RESOLVED. that the Chairman Of the Board. the President, an Executive Vice President or a Senior Vice President of the Compai them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute c Company, fidelity and surety bonds, undertakings, Or other COfItracts of suretyship of a similar nature: and to attach thereto the seal of provided however, that the absence of the Seal shall not affect the validity of the instrument. FURTHER RESOLVED. that the SignatUES Of such Officers and the seal of the Company, and the signatures of any witnesses, the : seal of any notary, and the signatures Of any Officers certifying the validity of the Power of Attorney, may be affixed by facsimile." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused these presents to be signed by its duly authorized o 8th day cf May 1995 , 0 2 ,+owmrF0 2 e%( , , ,9* INSURANCE COMPANY OF THE WEST /fi /-. (;Lm /n, 'i :1 ! A 'L %IFQR~* p1.4 J c\ /John I Hannum, Senior Vice President .I @ STATE OF CALIFORNIA .. ss. -' I. COUN7Y OF SAN DIEGO On May 8th. 1995 before me, personally appeared John L Hannum. Senior Vice President of INSURANC OF THE WEST, personally known to me to be the individual and officer who ex-ted the within instrument, and adtnowledged to me tha the same in his official capacity and that by his SigflatUre On the instrument, the corporation, on behalf of which he acted. executed tb WITNESS my hand and official seal. CERTl FICATE: I, E Ham& Davis. Vice President of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORh me foregoing is a true copy, is still in full force and effect. and that this certificate may be signed by facsimile under the authority af the i resolution. June IN WITNESS WHEREOF, I have subscribed my name as Vice President, on this 10th day of 0 ~** ,. 4 CA(lFO%* E. H med Davis. ce President INSURANCE COMYANY OF THE WEST $,+wanmF0 2 7y?/;, // ' i .. r, ?&L& - -;...-/&q ___- --L IC'JV 37 e GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AND "DESIGNATION OF OWNER OPERATOWLESSOR AND AMOUNT OF OWNER OPERATOWLESSOR WORK FORMS a AMOUNT OF SUBCONTRACTORS BID" REFERENCES Prior to preparation of the following Subcontractor and Owner Operator disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC an Special Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", 'IC Price", "Contract Unit Price", "Engineer", "Subcontractor" and 'Work" and the definitions in 1-2 of the Special Provisions especially "Own Organization" and "Owner Operator/Lessor." are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section ; these Special Provisions. CAUTIONS Bidders are cautioned that failure to provide complete and correct informatic result in rejection of the bid as non-responsive. Any bid that proposes performance of more ' percent of the work by other than the Contractor's own organization will be rejected i responsive. INSTRUCTIONS Bidders shall use separate disclosure forms for each Subcontractor or Operator/Lessor (O+O) of manpower and equipment that is proposed to be used to compi Work. All items of information must be completely filled out. Where the bid item will be installed by more than one Subcontractor or Owner Operator/Les percentage of the bid item installed by the Subcontractor or Owner Operator/Lessor being I the line of the form must be entered under the column "O/O of item by Sub" or "O/O of Item b! as applicable. If a Subcontractor or Owner Operator/Lessor installs or constructs any portic bid item the entire amount of the Contract Unit Price shall be multiplied by the Quantity of item that the Subcontractor or Owner OperatorlLessor installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The v materials and transport for materials from sources outside the limits of work, as shown on the shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor as th may be, installing them. The value of material incorporated in any Subcontracted or Operator/Lessor installed bid item that is supplied by the Contractor shall not be included part of the portion of the work that the Contractor is required to perform with its own organizat The item number from the "CONTRACTORS PROPOSAL" (Bid Sheets) shall be entered in tt Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the numbe be entered on the form. If the Subcontractor does not have a valid business license enter "NO the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to F the required information. The number of additional form pages shall be entered on the firs page of each type so duplicated. 0 1) *-, r,s 2/26/97 Contract No. 3527-S Page 14 of 66 Bidder may, at its option, combine bid items on a single row in the chart on the disclosure fc using this option the Bidder must indicate the bid item numbers to which the information in ' pertains. This option may not be used where the subcontractor or Owner OperatorA constructing or installing less than 100 percent of a bid item. The percentages and dollar a may be the sums of the bid items listed in that row. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct 01 less than 100 percent of a bid item the Bidder must attach an explanation sheet to the desi! of subcontractor or designation of Owner Operator/Lessor forms as applicable. The expli sheet must clearly apprise the Agency of the specific tasks, materials and/or equipment ti proposed to be so supplied. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of awarc contract shall determined by the City Council in conformance with the provisions of the c documents and these Special Provisions. The decision of the City Council shall be final. o 0 0 em p,s 2/26/97 Contract No. 3527-S Page 15 of 66 II 1 1 1 I Bid Bid Price Oh of Iiem Yo of Total Bid Bld Price a/'B 08 item % 4 Item No. of Item by Sub Contract Item No. of Item bySub Cc 3 70,417 100% 18% Bid Bid Price % of Item % of Total Bid I Item NO. of Item by0+0 Contract ItemNo. # 1 9t ;o Bid Price %of Item % o of Item by0+0 Cot 4 BIDDEB'S STATEMENT OF FINANCIAL RESPONSIB~LITY (To Accompany Proposal) I Copies of the latest Annual Repod, audited financial statements or Balance Sheets m submitted under separate cover marked CONFIDENTIAL. I. t Attached 4 4 d 3 M I 3 g I II I I b e= mo Contract No. 35273 Page 18 of 6t b p,s 2/26/97 SAF-T-SEAL INC. w- BALANCE SHEET AS OF DECEMBER 3 1,19 9 6 ASSETS 0 CURRENT ASSETS Cash $ 641 Advance To Employees Accounts Rec-trade 77' Inventory 2: Total Current Assets 1,45 PROPERTY AND EQUIPMENT New Building $ 63,636.73 Land 94,443.27 Buildings 610,850.35 Autos & Trucks 562,744.43 Equipment 325,269.88 1,656,944.66 Accumulated Depreciation (9 11,692.00) 74 OTHER ASSETS 1,858,250.00 Covenant Not To Compete Covenant Amortization ( 1,7 3 9,184.24) Organization Costs 638.40 11 e Total Assets $ 2,31 ki25. a ***** SEE ACCOUNTANTS' COMPILATION REPORT ***** SAF-T-SEAL INC. "a BALANCE SHEET AS OF DECEMBER 31, 1996 LLABILITIES AND EQUITY -0 CURRENT LIABILITIES ' Accounts Payable $ 22t Sales Tax Payable Current Portion-L.T. Debt 11t Insurance Proceeds 295 Total Current Liabilities 64: LONG-TERM LIABILITIES Note Payable-Covenant $ 546,833.66 Note Payable-Home Bank 486,957.81 Advances From Officers 66,720.69 Const. Loan Officer 204,081.75 Loan From Affiliate 22,724.74 Less Current Portion (1 18,757.29) 1,201 SHAREHOLDERS EQUITY Capital Stock 100,000.00 Treasury Stock (200,000.00) Paid In Excess 271,225.12 Retained Earnings 29 1,155.74 Net Income 112.79 46 $ 2,311 o Total Liabilities and Equity 0 ***** SEE ACCOUNTANTS COMPILATION REPORT ***** SM-I-SbAL PNC. .- INCOME STATEMENTS FOR THE PERIODS ENDED DECEMBER 31,1996 1 MONTH ENDED PCT TWELVE MONTHS SALES $ 118,484.87 100.00 $ 5,003,766.94 COST OF SALES 217,169.29 183.29 4,150,076.23 GROSS PROFIT (98,684.42) (83.29) 853,690.7 1 779,299.66 OPERATING EXPENSES 87,821.09 74.12 INCOME FROM OPERATIONS (186,505.51) (157.41) 74,391.05 OTHER INCOME (EXPENSES) -0 Misc. Income 428.00 0.36 26,352.69 W/C Ins Refund 1,300.00 1.10 1,300.00 Interest Income 2,47 3.2 1 2.09 7,289.34 Rent - Office 2,000.00 1.69 27,000.00 Rent - Equipment 0.00 0.00 350.00 Rent-Yard 3,000.00 2.53 33,000.00 Interest Expense (6,764.65) (5.71) (109,851.97) Covenant Amort Exp (4,409.86) (3.72) (52,9 1 8.32) Consultants 0.00 0.00 (6,000.00) (1,973.30) (1.67) (73,478.26) IWME BEFORE TAXES (188,478.81) (159.07) 912.79 TAXES ON EARNINGS 0.00 0.00 (800.00) Net Income $ (188,478.81) (159.07) $ 112.79 0 ***** SEE ACCOUNTANTS’ COMPILATION REPORT ***** SAF-T-SEAL INC. ’. INCOME STATEMENTS FOR THE PERIODS ENDED DECEMBER 31,1996 1 MONTH ENDED PCT TWELVE MONTHS Purchases-Mat’l $ 50,465.01 42.59 $ 1,075,266.27 Delivery & Freight 4,O 19.37 3.39 75,967.18 Mechanic Labor 9,47 7.67 8.00 118,933.82 Productive Labor 66,746.63 56.33 1,029,758.14 Contract Labor 8,474.50 7.15 741,044.09 Payroll Taxes 6,187.64 5.22 134,174.76 Truck Repairs 15,679.92 13.23 297,638.30 Compensation Insurance 5.00 0.00 83,106.00 Laundry 378.27 0.32 13,776.94 Equipment Rent 12,724.17 10.74 151,757.17 Supplies & Small Tools 3,732.87 3.15 53,712.10 Depreciation 1,134.00 0.96 1,134.00 Union Benefits 0.00 0.00 1,067.99 Out Of Town Expenses 0.00 0.00 12,284.92 402.00 0.34 2,617.00 Medical Labor Safety Program 7 1 .OO 0.06 3,930.53 ReimbursdOverpayment 0.00 0.00 ( 1 3,905.24) 37,67 1.24 31.79 367,812.26 Sales Salaries -0 COST OF SALES $ 217,169.29 183.29 $ 4,150,076.23 0 0 ***** SEE ACCOUNTANTS’ COMPILATION REPORT ***** SAF-T-SEAL INC. .. I. INCOME STATEMENTS FORTHE PERIODS ENDED DECEMBER 31,1996 . I. 1 MONTH ENDED PCT TWELVE MONTHS 1 5,600.00 13.17 $ 82,800.00 92,954.26 Officers’ Salaries $ Office Salaries 8,815.68 7.44 1,573.01 1.33 11,746.6 1 Payroll Tax Expense 0.00 0.00 9,299 .OO Commissions 0.00 0.00 8,618.76 Computer Supplies Computer Programs 2,832.47 2.39 5,508.82 0.00 0.00 2,07 1.08 Computer Repairs Accounting & Legal 513.00 0.43 28,301.32 Advertising 909.65 0.77 24,25 6.7 7 20.00 Depreciation 3,729.00 3.15 20,529.00 400.00 377.06 0.32 5,643.28 Dues & Subscriptions 2,230.42 1.88 2,202.88 Entertainment & Promo Insurance-Gen’l 8,118.44 6.85 106,199.90 28,3 17.93 23.90 193,028.67 Insurance-Group 0.00 0.00 1,456.00 Bid Bonds 85.00 Waste Disposal 0.00 0.00 15,503.53 330.00 0.28 1,605.00 Alarm System Office Expense 5,494.32 4.64 20,785.57 0.00 0.00 5,000.00 ense-Business 0.00 0.00 3,2 15.44 cense-Vehicle 2,268.00 1.91 27,408.00 0.00 0.00 10,597.46 Property Taxes 750.00 0.63 7,02 1.58 Postage Taxes & Licenses 0.00 0.00 4,195.03 Repairs & Maint. 385.45 0.33 19,559.05 Telephone 4,984.14 4.21 43,538.87 592.52 0.50 24,260.3 7 Utilities Employee Reimburse 0.00 0.00 1,488.41 -e ’OPERATING EXPENSES Bank Charges 0.00 0.00 Donations 0.00 0.00 EducatiodSeminars 0.00 0.00 @ $ 87,821.09 74.12 $ 779,299.66 0 ***** SEE ACCOUNTANTS’ COMPILATION REPORT ***** e 3 1 0 I 11/10/95 C itv of Lakewood Carl Brooks Slurry 94 d (310) 866-9771 of streets 09/22/95 City of Cerritos Frank Gonzales Slurry 32 (310) 860-0311 of streets 08/04/95 City of W. Covina N/A Slurry 65 (818) 814-8425 of streets 08/06/96 City of Carlsbad Tony Alcbfa Slurry Sealing 19 (61 9) 434-2803 Au OWNED AUTOS SCHEWLED AUTOS HIRED AUTOS d NONOWNED AUTOS I I OF MAG€ UABIUTV - ANY AUTO - EXCESS UABlW (SB) 7!l65-O0-64 OTHER THAN UMBRELLA FORM WaRKERS COMPENSATION AND EMPLOYERS' UABlUTY D T'HB PROPRIETOR/ INCL WCXO 67 9 3 2 0 8 3 PARTNERSEXECUTIVE OFFICERS ARE MCL OTHER ' WSCWtlOhl bP O~RATWNS(LOCAT1L/VenlCLESISPEMAL ITEMS BODILY INJURY lPW Perm1 BODILY INJURY ... Farocddentl .. PADPERTY DAMAGE AUTO ONLY - EA AC( OTHER THAN AUTO 1 EACH AC AGGF EACH OCCURRENCE AGGREGATE WC STATU- m EACH ACCIDENT 04/ 0 I/ 97 04 / 0 X/ 9 8 X (TORY LIMITS I 04 /Dl/ 97 04/ Ol/ 9 8 Et DISEnX - POW EL D15EA5E - EA EM 08/11/97 10:27 a714 557 4132 WOOD-GU"N INS - - - - -- 'e l-!!!!L-&-W .. -z . WlS &NBURSEMENT CHANGE21 THE POLICY. PLEASE REAP IT CAREFU CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEM This erKforserncM modifiers insurance pmMed us~dcr mhe folhwfng: CQMMERCIAL, GENERAL LIABIUTY COVE '?AGE PART Who IS AN INSURED (Section II) ki amen ,led to 2. The Lim'ki of Insurance applicabla tu include as an insured any wrsfm Or orgaRkatiin :wiled insured are rhasa Specified in the wm additional insum Warn yau are mcjuired IP adil as an agreement or in the Declarations fc additional Insured cpfl this policy under. whichever are less. These Limits of included within and not In adQitian to lnsumnez shown in the Declarations. q. A written antract or a@mnenC; or 2. An oral eontract ar aarcemerrt where aMiifilmte Qf 3, A personas ,,r organimtionns aatus a5 insured under this endorsement em immm shawing that perscrtr 8f drgrnizalion as opemtions for that additional an edditlanar insured has been irSued; but the insurance provided to the additional not apply to 'bodily injuty", 'property dz sonal injury'. or 'advertising injury' arising chfled's, enginecfs, or sumcyafs fen failurn to render any prafasicna\ sewices t. The preparing, approving, or failing appmvs maps, drawings. aplniam. uaw, change orders, design or specifi z. sUpe~~ory, inspection, or engineerin( the wdtten or oral cuntmacl ar aQreemerH musl. be: CmplRted. a. Cumntiy In effect or becornlng affediwe during the term af this palicy; and aeacd @or to the 'bodily injW', 'PIOPQroY damage". 'Pemnal injury". or '4Vf3fi3IW in- jwym. me imutanm pmvidtd to the additional I~.WPEC! b lkh- f. That pemorl Or omaniution i~ only an addNicinai in- mcj with respect to ti8hiMy arising aut af: b. 0 it32 3l fc!!3ws: a- Premise$ You Own* nmn lease, Or cccrrPb Or Any average mvided hereunder shall b# b. Ypur ongaing Operations perfamed fi.r that any other vaii 8 and cotlectibfe insurance a additional insured by or for you. the additional insured whether primary. ex cantingent or on any other basis unless a b contract specificalty requires that this inwi The insurance prowided ta the addiuonal iiwred doe$ not apply to 'bodily injury' ar 'pmperty primary. damage" induded within Vle 'pmduds.cclni pleted aperations haaW. - 0 0-77957-c (Ed. OfW6) BIDDER'S CERTIFICATE OF INSURANCE FOR LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOT 0 As a required part of the Bidder's proposal the Bidder must attach either of the following to tt page. 1. Certificates of insurance showing conformance with the requirements herein for: Comprehensive General Liability Employer's Liability Automobile Liability Workers Compensation 2. Statement with an insurance carrier's notarized signature stating that the carrier can, and payment of fees andlor premiums by the Bidder, will issue to the Bidder Policies of insurai Comprehensive General Liability, Employer's Liability, Automobile Liability and Workers Compensation in conformance with the requirements herein and Certificates of insurance Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies to meet the specification of this contract must: (1) meet the conditions stated in The Notice Bids, the Standard Specifications for Public Works Construction and the Special Provisions project for each insurance company that the Contractor proposes, and (2) cover anv vehicle the performance of the contract, used onsite or offsite, whether owned, non-owned or hir whether scheduled or non-scheduled. The auto insurance certificate must state the coveral "any auto" and cannot be limited in any manner. e a em tS 2/26/97 Contract No. 3527-S Page 20 of f * BIDDER'S STATEMENT RE DEBARMENT - I (To Accompany Proposal) B a 1. Have you or any of your subcontractors ever been debarred as an irresponsible bic another jurisdiction in the State of California? X Yes no 2. If yes, what wadwere the name(@ of the agency(ies) and what wadwere the perio debarment(s)? Attach additional copies of this page to accommodate more than two debarmc II U 4 party debarred party debarred I agency agency P period of debarment period of debarment BY CONTRACTOR: e I 3 1 Gayle L. Schakfer- President (print nameltitle) 5 1 0 *w I r,# 2/26/97 Contract No. 35273 Page 21 of 6( 4 B (To Accompany Proposal) a @ BIDDER’S DISCLOSURE OF DISCIPLINE RECOm Contractors are required by law to be licensed and regulated by the Contractors’ State I Board which has jurisdiction to investigate complaints against contractors if a complaint reg2 patent act or omission is filed within four years of the date of the alleged violation. A co regarding a latent act or omission pertaining to structural defects must be filed within 10 year date of the alleged violation. Any questions concerning a contractor may be referred Registrar, Contractors’ State License board, P.O. Box 26000, Sacramento, California 95826. 1. Have you ever had your contractor’s license suspended or revoked by the C; Contractors’ State license Board two or more times within an eight year period? 3 1 e 31 3 I I. I 011 a R. X Yes no 2. Has the suspension or revocation pf your contractors license ever been stayed? X Yes no 3. Have any subcontractors that you propose to perform any portion of the Work ever h contractor’s license suspended or revoked by the California Contractors’ State license Boarc more times within an eight year period? I X Yes no 4. Has the suspension or revocation of the license of any subcontractor’s that you pro perform any portion of the Work ever been stayed? X Yes no If the answer to either of 1. or 3. above is yes fuliy identify, in each and every case, tk disciplined, the date of and violation that the disciplinary action pertain to, describe the natur violation and the disciplinary action taken therefor. (Attach additional sheets if necessary) *= Q $4 2/26/97 Contract No. 3527-S Page 22 of f d BIDDERS DISCLOSURE OF DISCIPLINE RECOE (CONTINUED) (To Accompany Proposal) 8 6. If the answer to either of 2. or 4. above is yes fully identify, in each and every case, tht who's discipline was stayed, the date of the violation that the disciplinary action pertains to, dt the nature of the violation and the condition (if any) upon which the disciplinary action was st 1,. 1 I 3 1 P 1 I 3 3 -1 1 1 1 - U go (Attach additional sheets if necessary) BY CONTRACTOR: 0 SAF-T-SEAL, Inc. dba Schaefer',s Parkinq Lot Service Gayle L. Scha2f-GZPresident (print name/title) e* 3 ts 2/26/97 Contract No. 35274 Page 23 of 6f - I 3 I 1 - NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID PUBLIC CONTRACT CODE SECTION 7106 State of California 1 County of ) ) ss. i. * Tnc. AnnPleS , being first duly sworn, depo (Name of Bidder) and says that he or she is Of-p - 'p -. SEAT,. T nc- dba Schaefer's Parking Lot Service the party making the foregoing bid that the bid is not made in the interest of, or on behalf c undisclosed person, partnership, company, association, organization, or corporation; that the genuine and not collusive or sham; that the bidder has not directly or indirectly induced or s( any other bidder to put in a false or sham bid, and has not directly of indirectly colluded, con! connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall I from bidding; that the bidder has not in any manner, directly or indirectly, sought by agree communication, or conference with anyone to fix the bid price of the bidder or any other bidder fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to I any advantage against the public body awarding the contract of anyone interested in the pro contract; that all statements contained in the bid are true; and, further, that the bidder ha ' 0 directly or indirectly, submitted his or her bid price or any breakdown thereof, or the co thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee 1 corporation, partnership, company association, organization, bid depository, or to any mem 3 agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct and that this affidav President (Title) (Name of Firm) 1 I 97 I executed on the 1 2th dayof June 919 * 1 (NOTARY SEAL) August 4, 1998 1 1 ern 11. 1 t.s 2/26/97 Contract No. 3527-5 Page 24 of 66 CONTRACT PUBLIC WORKS a This agreement is made this F day of between the City of Carlsbad, California, a municip and SAF-T-SEAL dba Schaef er ' s Parking Lot Servicewhose principal place of busines5 720 PETERSON LANE, PARAMOUNT, CA 90723 (he called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract doc for: 1997 STREET SEALING PROJECT Contract No. 35274, May I, 1997 (hereinafter called "project"). 2. Provisions of Labor and Materials. Contractor shall provide all labor, material equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation o OperatorlLessors, Bidder's Statements of Financial Responsibility, Technical Ability and EXF Re Debarment, Non-collusion Affidavit, Escrow Agreement, Release Form, the PI2 Specifications, the Special Provisions, addendum(s) to said Plans and Specifications and Provisions, and all proper amendments and changes made thereto in accordance with this or the Plans and Specifications, and all bonds for the project; all of which are incorporated t this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the indicated, specified, and implied by the Contract Documents. Any items of work not indi specified, but which are essential to the completion of the work, shall be provided at the Cor expense to fulfill the intent of said documents. In all instances through the life of the Coni City will be the interpreter of the intent of the Contract Documents, and the City's decision rf said intent will be final and binding. Failure of the Contractor to apprise subcontrac materials suppliers of this condition of the Contract will not relieve responsibility of complianc 4. Payment. For all compensation for Contractor's performance of work under this Conti shall make payment to the Contractor per section 9-3 PAYMENT of the Standard SpecifiE Public Works Construction (SSPWC) 1997 Edition, hereinafter designated "SSPWC", as i< the Southern California Chapter of the American Public Works Association, and as amendc Special Provisions section of this contract. The Engineer will close the estimate of work c( for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigatio jobsite, the soil conditions at the jobsite, and all other conditions that might affect the prc the work, and is aware of those conditions. The Contract price includes payment for all ! 0 1) 9- rrs 2/26/97 Contract No. 3527-S Page 25 of may be done by Contractor, whether anticipated or not, in order to overcome unde conditions. Any information that may have been furnished to Contractor by City about unde conditions or other job conditions is for Contractor's convenience only, and City does not that the conditions are as thus indicated. Contractor is satisfied with all job conditions, ir underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the contract involves trenches or other excavations that extend deeper than four feet below the surface Contraci promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardou: as defined in section 251 17 of the Health and Safety Code, that is required to be remov Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing fro1 indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any nature, different materially from those ordinarily encountered and generally recognized as in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially E or do involve hazardous waste, and cause a decrease or increase in contractor's costs oi time required for, performance of any part of the work shall issue a change order ur procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions rr differ, or involve hazardous waste, or cause a decrease or increase in the contractor's co time required for, performance of any part of the work, contractor shall not be excused fi scheduled completion date provided for by the contract, but shall proceed with all wor performed under the contract. Contractor shall retain any and all rights provided either by or by law which pertain to the resolution of disputes and protests between the contracting pa 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requi of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has c and will comply with these requirements, including, but not limited to, verifying the eligi employment of all agents, employees, subcontractors, and consultants that are include( Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Depar Industrial Relations has determined the general prevailing rate of per diem wages in acc with California Labor Code, section 1773 and a copy of a schedule of said general prevailii rates is on file in the office of the City Engineer, and is incorporated by reference herein. F to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor s copies of all applicable prevailing wages on the job site. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defei indemnify and hold harmless the City, and its officers and employees, from all claims, loss, ( injury and liability of every kind, nature and description, directly or indirectly arising frc connection with the performance of the Contract or work; or from any failure or alleged 1 Contractor to comply with any applicable law, rules or regulations including those relating 1 and health; and from any and all claims, loss, damages, injury and liability, howsoever tl may be caused, resulting directly or indirectly from the nature of the work covered by the ( 0 0 rl) 4- p,s 2/26/97 Contract No. 35274 Page 26 of except for loss or damage caused by the sole or active negligence or willful misconduct of tl The expenses of defense include all costs and expenses including attorneys' fees for I arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the awar contract to Contractor, and Contractor will pay all costs, including defense costs for t Defense costs include the cost of separate counsel for City, if City requests separate counsc IO. Insurance. Contractor shall procure and maintain for the duration of the contract ir against claims for injuries to persons or damage to property which may arise from or in co with the performance of the work hereunder by the Contractor, his or her agents, represe employees or subcontractors. Said insurance shall meet the City's policy for insurance as I Resolution No. 91-403. (A) Coverages And Limits Contractor shall maintain the types of coverages and minimi indicted herein: a. Comprehensive General Liability Insurance: $1,000,000 combined single I occurrence for bodily injury and property damage. If the policy has an aggregate limit, a ! aggregate in the amounts specified shall be established for the risks for which the City or its officers or employees are additional insured. b. Automobile Liability Insurance: $1,000,000 combined single limit per accident fc injury and property damage. In addition, the auto policy must cover any vehicle use performance of the contract, used onsite or offsite, whether owned, non-owned or hi1 whether scheduled or non-scheduled. The auto insurance certificate must state the covera "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensati as required by the Labor Code of the State of California and Employers' Liability limits of $1 per incident. Workers' compensation offered by the State Compensation Insurance acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance requirt this agreement contain, or are endorsed to contain, the following provisions. General Employers' Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunteers are to be covered as additional in! respects: liability arising out of activities performed by or on behalf of the Contractor; prod completed operations of the contractor; premises owned, leased, hired or borrowed contractor. The coverage shall contain no special limitations on the scope of protection afl the City, its officials, employees or volunteers. All additional insured endorsements evidenced using separate documents attached to the certificate of insurance; one for each t affording general liability, employers' liability and auto liability coverage. b. The Contractor's insurance coverage shall be primary insurance as respects the officials, employees and volunteers. Any insurance or self-insurance maintained by the officials, employees or volunteers shall be in excess of the contractor's insurance and contribute with it. c. to the City, its officials, employees or volunteers. @ @ Any failure to comply with reporting provisions of the policies shall not affect coverage II) e- t.s 2/26/97 Contract No. 3527-S Page 27 of d. Coverage shall state that the contractor's insurance shall apply separately to each against whom claim is made or suit is brought, except with respect to the limits of the i (C) "Claims Made" Policies. If the insurance is provided on a "claims made" basis, c shall be maintained for a period of three years following the date of completion of the work. (D) Notice Of Cancellation. Each insurance policy required by this agreement shall be e to state that coverage shall not be nonrenewed, suspended, voided, canceled, or rec coverage or limits except after thirty (30) days' prior written notice has been given to the certified mail, return receipt requested. (E) Deductibles And Self-Insured Retention (S.I.R.) Levels. Any deductibles or sell retention levels must be declared to and approved by the City. At the option of the City, eit insurer shall reduce or eliminate such deductibles or self-insured retention levels as resp City, its officials and employees; or the contractor shall procure a bond guaranteeing pa) losses and related investigation, claim administration and defense expenses. (F) Waiver Of Subrogation. All policies of insurance required under this agreement shal a waiver of all rights of subrogation the insurer may have or may acquire against the City c its officials or employees. (G) Subcontractors. Contractor shall include all subcontractors as insured under its PC shall furnish separate certificates and endorsements for each subcontractor. Cover: subcontractors shall be subject to all of the requirements stated herein. (H) Acceptability Of Insurers. Insurance is to be placed with insurers that have a rating Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the bus insurance by the State of California Insurance Commissioner as admitted carriers as eviden listing in the official publication of the Department of Insurance of the State of Californi under the standards specified by the City Council in Resolution No. 91-403. (I) Verification Of Coverage. Contractor shall furnish the City with certificates of insurz original endorsements affecting coverage required by this clause. The certifica endorsements for each insurance policy are to be signed by a person authorized by that ii bind coverage on its behalf. The certificates and endorsements are to be in forms approve City and are to be received and approved by the City before the Contract is executed by the (J) Cost Of Insurance. The Cost of all insurance required under this agreement shall be in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be re! accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, P (commencing with section 20104) which are incorporated by reference. A copy of Artic included in the Special Provisions I section. The contractor shall initially submit all cla $375,000 to the City using the informal dispute resolution process described in Public Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the ( Government Code) for any claim or cause of action for money or damages prior to filing an for breach of this agreement. @ liability. @ e em p,@ 2/26/97 Contract No. 3527-S Page 28 of (A) Assertion of Claims. Contractor hereby agrees that any contract claim submitted to must be asserted as part of the contract process as set forth in this agreement and anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code I 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly si false claim to a public entity. These provisions include false claims made with deliberate ig of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to tt Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a fal' may subject the Contractor to an administrative debarment proceeding wherein the Contrat be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by referei (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debar another jurisdiction is grounds for the City of Carlsbad to disqualify the from participating in future contract bidding. I have read and understand all provisions of Section 11 above. 12. Maintenance of Records. Contractor shall maintain and make available at no co' City, upon request, records in accordance with sections 1776 and 181 2 of Part 7, Chapter ' 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's princir of business as specified above, Contractor shall so inform the City by certified letter accom the return of this Contract. Contractor shall notify the City by certified mail of any change of of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be su for any monies withheld by the City to secure performance of this contract for any o established by this contract. Any other security that is mutually agreed to by the Contractoi City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of clause required by law to be inserted in this Contract shall be deemed to be inserted he included herein, and if, through mistake or otherwise, any such provision is not inserted, correctly inserted, then upon application of either party, the Contract shall forthwith be p amended to make such insertion or correction. * @ .I e *- %# 2/26/97 Contract No. 352743 Page 29 of 16. Additional Provisions. Any additional provisions of this agreement are set fort "General Provisions" or "Special Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MU ATTACH ED 0 (CORPORATE SEAL) CONTRACTOR: A e President or vice-president and secretary or assistant secretary must sign for corporatiom one officer signs, the corporation must attach a resolution certified by the secretary or i secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL City Attorney By: JAN DeP \ * *w %# 2/26/97 Contract No. 35274 Page 30 of - _I_ _________ __-_______-.--._- [,.of (--&Y$p.&g& *- / 11) County of ,,$429 C+/ZJ@>> !i I! 1; r1 1: 2 --/&J/ 1 .y/ 6@ld j ZS? Iff- before me, gdd&i(fl,,[ II c. if I/ k& +/<f-ykJ&L&&h+/ / Ii On+ (DATE1 7 (NAMElTWLE 0 OFF1 ER-i.e.'J E DOE, NOTARY PUBLIC'I 1 I personally appeared /-- 11 Ii ! 'I ji , personally known to me -OR- 0 roved to me on the &asis of satisfactory evidence to be the I! /# 1 person(s) whose name(s) IS/are subscribed to the 11 !$ acknowledged to me that I( he/she/they executed the same in his/her/their signature(s) on the instrument the person(s), or the entity upon behalf 10s ANGECES COU of which the personk) instrument. I/ /I jj within instrument and authorized capacity(ies), and that by his/her/their I! CQMM. #I I 12498 ;j I1 NOTARY POBtlC-CrUIFORN1A ,; acted' executed the Witness my hand and official seal. (SEAL) &:, Lr:d&t .f- fl/-j$&pl[ . '. r %.' (SIGNATURE OF NOTARY) !/ !; It --_- I_ _--- __________ RIGHT THUMBPRINT (Optii r CAPACITY CLAIMED BY SI0 OINDIVIDUAL(S1 OCORPORATE OFFICER(S1 ITITLESI OPARTNER(S1 DLlMlTED OGENERAL OATTORNEY IN FACT OTRUSTEE(SI DOTHER: OGUARDIANICONSERVATO SIGNER IS REPRESENTING: (Name of Person(s1 or Entity RIGHTTHUMBPRINT (Opt r L 2 CAPACITY CLAIMED BY SI( OINDIVIDUALIS) OCORPORATE RIGHT THUMBPRINT (Optil CAPACITY CLAIMED BY SIG OINDIVIDUALIS) OCORPORATE OFFICERIS) (TITLES) OPARTNERIS) OLlMlTED OGENERAL OGUARDIANICONSERVATO SIGNER IS REPRESENTINO: instrument. Witness my hand and official seal. CAPACITY CLAIMED BY SIC OINDIVIDUAL(S) OCORPORATE OFFICER(S) ATTENTION NOTARY j! ji (TITLES I! I! ii i/ OPARTNER(S) OLlMlTED 1 I unauthorized document. DGENERAI I I mis CERTIFICATE Tile or Type of Document OTRUSTEE(S) 1 I MUST BE ATTACHED OGUARDIAN/CONSERVAT( TO THE DOCUMENT Number of Pages Date of Document OOTHER: DESCRIBED AT RIGHT The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any OATTORNEY IN FACT Signerb) Other Than Named Above SIGNER IS REPRESENTING: (Name of PersonIs) or Entiti II j/ I] 4 1 I WOLCOTTS FORM 63240 Rev. 3-94 lpricc class 8-.?A) ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAClTY/REPRESENTATlON/TWO FINGERPRINTS 61994 WOLCOTTS FORMS, INC. _____ &. 7 ((~~l1lllllll 67775 Ill Bond #148 65 34 Premium: Included in Performa LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by Re NO. 97-559 , adopted AUGUST 5, 1997 , has awa (hereinafter designated as the "Principal"), a Contract for: * SAF-T-SEAL dba Schaefer's Parking Lot Service 1997 STREET SEALING PROJECT Contract No. 35274 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other ( Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of w incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms require the furnishing of a bond, providing that if Principal or any of their subcontractors sh; pay for any materials, provisions, provender or other supplies or teams used in, upon or at performance of the work agreed to be done, or for any work or labor done thereon of any k Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, SAF-T-SEAL dba Schaefer's Parking Lot Service , as P (hereinafter designated as the "Contractor"), and as Surety, are held firmly bound unto the City of Carlsbad in the sum ofOne Hundred Ninet Thousand Nine Hundred Seventy Eight - and 50/00------------------------------ i ($191 , 978.50 , said sum being fifty percent (50%) of the estimated amount pa) the City of Carlsbad under)the terms of the Contract, for which payment well and truly to b we bind ourselves, our heirs, executors and administrators, successors, or assigns, joir severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or hidher subcontrac to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or al performance of the work contracted to be done, or for any other work or labor thereon of a or for amounts due under the Unemployment Insurance Code with respect to such work or I for any amounts required to be deducted, withheld, and paid over to the Employment Deve Department from the wages of employees of the contractor and subcontractors pursuant to 13020 of the Unemployment Insurance Code with respect to such work and labor that the Si pay for the same, not to exceed the sum specified in the bond, and, also, in case suit is upon the bond, costs and reasonable expenses and fees, including reasonable attorney's be fixed by the court, as required by the provisions of section 3248 of the California Civil Cod This bond shall inure to the benefit of any and all persons, companies and corporations en file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencing with section 3( Surety stipulates and agrees that no change, extension of time, alteration or addition to the I the Contract, or to the work to be performed thereunder or the specifications accompan! same shall affect its obligations on this bond, and it does hereby waive notice of any ( extension of time, alterations or addition to the terms of the contract or to the work 01 specifications. 0 * em aS 2/26/97 Contract No. 3527-S Page 31 of C In the event that Contractor is an individual, it is agreed that the death of any such Contrac not exonerate the Surety from its obligations under this bond. m Executed by CONTRACTOR this 1 $? * Executed by SURETY this 13th day of .&ikf~-W- ,1997. of August ,I CONTRACTOR: SURETY: Insurance Company of the West 17852 E. 17th Street, Suite 111 Tustin, CA 92780 (name of Surety) (address of Surety) 714-832-9900 (I%.-.G{DWT (printed name of Attorney-in-Fac (attach corporate resolution showing c power of attorney) SEE 7%' (title and $ganization of signatory) e (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attache (President or vice-president and secretary or assistant secretary must sign for corporations one officer signs, the corporation must attach a resolution certified by the secretary or i secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney By: JAN DeP * *w p,# 2/26/97 Contract No. 35273 Page 32 of .______-_ ___-__ ___-____.___I____ _^___.____ -____I_ --_-I- RIGHT THUMBPRINT (Opt CAPACITY CLAIMED BY SI( OINDIVIDUAL(S) OCORPORATE OFFICER(S) (TITLES) UPARTNER(S) OLlMlTED UGENERAL 1; OGUARDIANICONSERVATO SIGNER IS REPRESENTING: Witness my hand and official seal. CAPACITY CLAIMED BY SIGI OINDIVIDUAL(S) OCORPORATE OFFICER(S) ATTENTION NOTARY (TITLES) I! if ii 1 i 1 I unauthorized document. The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any PARTNER(S1 0 LIMITED OATTORNEY IN FACT OTRUSTEE(SI OGENERAL j/ 1 i THIS CERTIFICATE Tile or Type of Document MUST BE AlTACHED GUARDIANICONSERVATOF TO THE DOCUMENT Number of Pages Date of Document UOTHER: DESCRIBED AT RIGHT: Signerls) Other Than Named Above SIGNER IS REPRESENTING: (Name of Person(s) or Entity(i' ~~ 11 1, * WOLCOTTS FORM 63240 Rev. 3-94 (price class 8-2A) ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATlONrrWO FINGERPRINTS O'1994 WOLCOTTS FORMS. INC. 1 ! ~~_~___~---- -..--- - L 7 //1~l1lllllll 67775 Ill11 6 RIGHT MUMBPRINT (Opti CAPACITY CLAIMED BY SIG 0 INDIVIDUAL(S) OCORPORATE OFFICERIS) ITITUS1 OPARTNER(SJ OLIMITED OGENERAL 1: 11 lj I! i! I! I! il !! OGUARDIANICONSERVATO SIGNER IS REPRESENTING: Witness my hand and official seal. CAPACITY CLAIMED BY SIG OCORPORATE t. i! OINDIVIDUAL(S) I$ OFFICER(S) ATTENTION NOTARY I The information requested below and in the column to the right is OPTIONAL. ITITUS) ii j unauthorized document. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any OPARTNERIS) OLIMITED OGENERAL 11 4 // OATTORNEY IN FACT I j MIS CERTIFICATE litle or Type of Document OTRUSTEE(S) 11 MUST BE ATTACHED OGUARDIANICONSERVATO TO THE DOCUMENT Number of Pages Date of Document OOTHER: 11 DESCRIBED AT RIGHT ii Signer(s) Other Than Named Above SIGNER IS REPRESENTING: (Name of Person(s) or Entity( I/ II 1 ' WOLCOTTS FORM 63240 Rev. 3-94 (price class 8-2AI ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAClTY/REPRESENTATlON/TWO FINGERPRINTS '1994 WOLCOTTS FORMS, INC. .~ _____ ~--. 7 ~~~~l11lllll1 67775 IIIII t CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Name and Title of Officer (e g Jane Doe, Notary Public ) personally appeared Though the information below is not required by law, it may prove valuable to persons relying on the document and could prev fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: 1%3h, B Number of Pages: mc Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual 0 Individual 0 Corporate Officer 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: 0 1995 National Notary Association * 8236 Remmet Ave , PO Box 7184 * Canoga Park CA 91309-7184 Prod No 5907 Reorder Call Toll-Fre Insurance Company of the West HOME OFFICE: SAN DIEGO, CALIFORNIA e POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a California Corporation, does hereby appo JAMES E. GUTMANN its true and lawful Attomey(s)-in-Fact, with full power and authority, to execute, on behalf of the Company, fidelity and surety bonds, undt other wntracts of suretyship of a similar nature. This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Boan on the 22nd day of November, 1994, which said Resolution has not been amended or rescinded and of which the following is a true c01 "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on Company, fidelity and surety bonds, undertakings, or other contracts of suretyship of a similar nature; and to attach thereto the seal oft provided however, that the absence of the seal shall not affect the validity of the instrument. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company, and the signatures of any witnesses, the si seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may be affixed by facsimile." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused these presents to be signed by its duly authorized off 8th day of i May 1995 . 0 INSURANCE COMPANY OF THE WEST p *cO~QoW~o 2 %n 1. t9* c~LIFORH\h STATE OF CALIFORNIA ior Vice President ss. COUNTY OF SAN DIEGO On May 8th, 1995 before me, personally appeared John L. Hannum. Senior Vice President of INSURANCI OF THE WEST, personally known to me to be the individual and officer who executed the within instrument, and acknowledged to me that the same in his official capacity and that by his signature on the instrument, the corporation, on behalf of which he acted, executed the WITNESS my hand and official seal. CERTIFICATE: I, E. Harned Davis, Vice President of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORN the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under the authority of the i resolution. IN WITNESS WHEREOF, I have subscribed my name as Vice President, on this 13th day of August (Q) INSURANCE COMPANY OF THE WEST 2 ,,,$O~~Q~Ar~o $ %4CH 1. (91% F,&?L+i ___ __ E. Harned Davis, Vi President cAIIFORC\\* ICW 37 a Bond #l48 65 34 P~~~iurn: $2,984.00 FAITHFUL PERFORMANCENVARRANTY BOND WHEREAS, the City Council of the City of Carlsbad, State of California, by RE NO. 97-559 , adopted AUGUST 5. 1997 , has aw; , (her designated as the "Principal"), a Contract for: -I) SAF-T-SEAL dba Schaefer's Parking Lot Service 1997 STREET SEALING PROJECT Contract No. 35274 in the City of Carlsbad, in strict conformity with the contract, the drawings and specificatic other Contract Documents now on file in the Office of the City Clerk of the City of Carlsb: which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, SAF-T-SEAL dba Schaefer's Parking Lot Service , as PI (hereinafter designated as the "Contractor"), and as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Three Hundre ($ 383,957.00 ), said sum being equal to one hundred percent (100%) of the e: amount of the Contract, to be paid to City or its certain attorney, its successors and ass which payment, well and truly to be made, we bind ourselves, our heirs, execub administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contraci heirs, executors, administrators, successors or assigns, shall in all things stand to and abide well and truly keep and perform the covenants, conditions, and agreements in the Contract alteration thereof made as therein provided on their part, to be kept and performed at the 1 in the manner therein specified, and in all respects according to their true intent and mean shall indemnify and save harmless the City of Carlsbad, its officers, employees and ag therein stipulated, then this obligation shall become null and void; otherwise it shall rema force and effect. As a part of the obligation secured hereby and in addition to the face amount specified there shall be included costs and reasonable expenses and fees, including reasonable a1 fees, incurred by the City in successfully enforcing such obligation, all to be taxed as cc included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the the Contract, or to the work to be performed thereunder or the specifications accompan same shall affect its obligations on this bond, and it does hereby waive notice of any extension of time, alterations or addition to the terms of the contract or to the work o specifications. Three Thousand Nine Hundred Fifty Seven and OO/OO-------------------------- e * em r,s 2/26/97 Contract No. 3527-S Page 33 of In the event that Contractor is an individual, it is agreed that the death of any such Contrac not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this / s Executed by SURETY this 13th 7% 0 August , 1997 SURETY: Insurance Company of the West (name of Surety) 17852 E. 17th Street, Suite 111 Tustin, CA 92780 (address of Surety) (telephone number of Surety) 714-832-9900 fjGlDmr By: (Title and Organization of Signatory) James E. Gutmann (printed name of Attorney-in-Fact) (Attach corporate resolution showing power of attorney.) 3-&2 Lev SdL4'IP.L L 0 (prinfname here) (Title andlrganization of signatory) / (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attacht (President or vice-president and secretary or assistant secretary must sign for corporations one officer signs, the corporation must attach a resolution certified by the secretary or E secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL * em p,# 2/26/97 Contract No. 3527-S Page 34 of 1 --_ -___-- RIGHT THUMBPRINT (Opti CAPACITY CLAIMED BY SIC OINDIVIDUAL(S) OCORPORATE ITlTLESl OPARTNER(S1 OLlMlTED OGENERAL ia I! OGU ARDIANKONSERVATO SIGNER IS REPRESENTING: Witness my hand and official seal. CAPACITY CLAIMED BY SIG OINDIVIDUAL(S) OCORPORATE I OFFICER(S) :1 i/ ATTENTION NOTARY !’ j j fi The information requested below and in the column to the right is OPTIONAL. ITITLESI Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any OPARTNER(S) OLlMlTED OATTORNEY IN FACT ij Is unauthorized document. OGENERAL 1 I mis CERTIFICATE Tile or Type of Document OTRUSTEE(S) 1 1 MUST BE AlTACHED TO THE DOCUMENT Number of Pages Date of Document 0 OTHER: 1 DESCRIBED AT RIGHT /j jj SIGNER IS REPRESENTING: OGUARDlANlCONSERVATO Signer(s) Other Than Named Above (Name of Personfs) or Entity1 j/ WOLCOTTS FORM 63240 Rev. 3-94 (price class 8-2Al ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPAClTYiREPRESENTATIONfWO FINGERPRINTS 81994 WOLCOTTS FORMS. INC. 1 - 4 - 7 ~~~~l1lllllll 67775 Illll t -.-~ ~---_~_________-. ~____ Ij 1 I On (%by d;i,/qql before me, e44 Z-/A (? &tk@/L .., 1. ij Ii IDATE) (NAMERITLE OF OFFICER-i.e.'JANE DOE, NOTARY PUBLIC') !I / 1 personally appeared ,J'b->,&d,+ ,,y$$+~& I- I/ 1, I+ I/ IN, EIS~OF SIGNER IS)^ r ii personally known to me -OR- 0 roved to me on the Easis of satisfactory evidence to be the personk) whose name(s) dare subscribed to the acknowledged to me that he/she/they executed the same in his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) instrument. !I !I within instrument and I! authorized capacity(ies), and that by his/her/their acted' executed the Witness my hand and official seal. (SEAL) _-- - -__.___ RIGHT THUMBPRINT (Opti j CAPACITY CLAIMED BY SIQ OINDIVIDUAL(S) OCORPORATE OFFICER(S) ITITLES) OPARTNERIS) DLlMlTED OGENERAL DATTORNEY IN FACT OTRUSTEE(S) OOTHER: OGUARDIANICONSERVATO SIGNER IS REPRESENTING: (Name of Person(s) or Entity1 RIGHT THUMBPRINT (Opti, r P 2 CAPACITY CLAIMED BY SIG DINDIVIDUAL(S) 0 CORPORATE CALIFORNIA ALL=PURPOSE ACKNOWLEDGMENT h <- Name($ of Signer@) Though the information below IS not required by law, It may prove valuable to persons relying on the document and could prec fraudulent removal and reattachment of this form to another document Description of Attached Document Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) 0 Individual 0 Individual 0 Corporate Officer 0 Corporate Officer 3 Attorney-in-Fact 0 Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: Signer Is Representing: Reorder Call Toll-Fi 0 1995 National Notary Association - 8236 Rernrnet Ave PO Box 7184 - Canoga Park, CA91309-7184 Prod No 5907 Insurance Company of the West HOME OFFICE: SAN DIEGO, CALIFORNIA a POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a California Corporation, does hereby appoir JAMES E. GUTMANN its true and lawful Attomey(s)-in-Fact, with full power and authorrty, to execute, on behalf of the Company, fidelity and surety bonds, under other contracts of suretyship of a similar nature. This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board on the 22nd day of November, 1994, which said Resolution has not been amended or rescinded and of which the following is a true cop "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on Company, fidellty and surety bonds, undertakings, or other contracts of suretyship of a similar nature; and to attach thereto the seal of th provided however, that the absence of the seal shall not affect the validtty of the instrument. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company, and the signatures of any witnesses, the si( seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may be affixed by facsimile." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused these presents to be signed by its duly authorized offii 8th day of i May 1995 . 0 *nm I,& INSURANCE COMPANY OF THE WEST S ,@RpoR+~ s '41 IFORN\L ss. 'STATE OF CALIFORNIA COUNTY OF SAN DIEGO On May 8th, 1995 before me, personally appeared John L. Hannum, Senior Vice President of INSURANCE OF THE WEST, personally known to me to be the individual and officer who executed the within instrument, and acknowledged to me that the same in his official capacity and that by his signature on the instrument, the corporation, on behalf of which he acted, executed the WITNESS my hand and official seal. CERTIFICATE: I, E. Hamed Davis, Vice President of INSURANCE COMPANY OF THE WEST, do hereby certrfy that the original POWER OF ATORh the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under the authority of the i resolution. IN WITNESS WHEREOF, I have subscribed my name as Vice President, on this 13th day of August 0 $ *G~nm4~60 a INSURANCE COMPANY OF THE WEST *nm 1, \PI' - F,&qQLi4; -. E. Harned Davis, Vice President C~LIFORN\~ ICW 37 * -Gutmann Insurance Brokers Bristol Street, Suite 390 a Mesa CA 92626 Schaeferls Parking Lot Service A Division of Saf-T-Seal, Inc. DXA8 0 16 9 2 18 ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS PROPERTY DAMAGE UMBRELLA FORM EMPLOYERS' LIABILITY THE PROPRIETOR/ 0 THE NAMED INSURED" non-payment of premium EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL B City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad CA 92008-1989 **k-~*.- S ( THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUL1 CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEME! j icH! .- This endorsement madifies insurance provided under the following: COMMERClAL GENERAL LIABILIN COVERAGE PART . WHO IS AN INSURED (Section II) is amended to 2. The Limits of Insurance applicable to the inciude 8s an insured any person or organization (caled insured arc those specified in the written I additional insured) whom you are required to add as an agreement or in the Dedaratians for t additional Insured on this policy under: whichever are less. These Limits of lnsi included within and not In addition to thc Insurance shown in the Declarations. 1. A written contrad or agreement: or 2. An oral cantract or agreement where a certificate of 3. A petsonls Or organitationts status as an insured under this endorsement ends 1 insurance showing that person of Organization as operations for that additional ins an additional insured has been issued: but the written of oral contract or agreement must be: compieted. a. Currently in effect or becoming effective during The insurance provided to the additional in: the term of this policy; and not apply to *bodily injury", 'propeny dam; sonal injury", or 'advertising injury" arising ou chitews, engineer's, or sumeyor's render failure to render any pmfessional sewices inc b. Executed pfior to the 'hadib injuiy", 'WJPW damage", 'personal injury'. or 'adveflising in- jury". fa The preparing, approving. or failing ta 1 The insurance provided to the additional insured is lirn- appmve maps, drawings, opinions. rei ited as follows: ueys. change orders, design or specificat! 1- That person or organization is only an addHional in- 2. ~opewisory, jnspedion, Or engineering s, sured with respect to liability arlsing out of: Any coverage rovided hereunder shall be er a. Premises you own. rent. lease, or occupy: or b. Yaur ongoing operations performed for that any other vaii and collectible insurance avai additional insured by or for you. the additional insured whether primary. exces contingent or on any other basis unless a writ The insurance pravided to the additional insured contract specifically requires that this insuran does not apply to 'bodily injury" of "property primary. damage" included within the 'products-completed operations hazard'. o a e G-? 7957-C (Ed. 07/96) - - - 4 ! 1 1 d Q I 1 t 1 CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION The following representation and certification shall be completed, signed and returned to Ci Carlsbad as a part of the bid package. REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the YES NO X ownership, operation and control of the business, in accordance with the specific definitions listed below is: 1 :* Are you currently certified by CALTRANS? Certification #: CERTIFICATION OF BUSINESS REPRESENTATIONIS): Mark all applicable blanks This offeror represent: part of this offer that: This firm is-, is notx a minority business. This firm is-, is notx a woman-owned busir WOMAN-OWNED BUSINESS: A woman-owned ness is a business of which at least 51 perc owned, controlled and operated by a woman or w Controlled is defined as exercising the power to policy decisions. Operation IS defined as a involved in the day-to-day management. FIRM'S PRIMARY PRODUCTS OR SERVICE: DEFINITIONS : MINORITY BUSINESS ENTERPRISE: "Minority Asphalt repair, Slurry coat-n 4 @ Business" is defined as a business, at least 51 minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration CONSTRUCTlON CONTRACTOR: (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, TAXPAYERS 1.D. NO. 95-2675055 Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). CERTIFICATION: The information furni hed is certified to be factual and correct as of the date submitted. SAF-T-SEAL dta Schaefer's Parking Lot Service COMPANY NAME 7202 Peterson Lane ADDRESS Paramount, CA 90723 CITY, STATE AND ZIP TELEPHONE NUMBER percent of which is owned, operated and controlled by Striwq .. defines the socially and economically disadvantaged - CLASSIFICATION(S). c- 1 2 & c 33. LICENSE NUMBER: 25a8 5 7 4 -I 8 562-634-31 64 * 2/26/97 Contract No. 3527-S Page 35 of 6E 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 address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "C whose adc hereinaft "Contractor" and whose adc hert * called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as f 1. Pursuant to sections 22300 and 10263 of the Public Contract Code of the State of Ci the contractor has the option to deposit securities with the Escrow Agent as a subst retention earnings required to be withheld by the City pursuant to the Construction Contract into between the City and Contractor for the 1997 STREET SEALING PROJECT, Cont (he 3257-0, in the amount of referred to as the "Contract"). Alternatively, on written request of the contractor, the City sh, payments of the retention earnings directly to the escrow agent. When the Contractor depc securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within of the deposit. The Escrow Agent shall maintain insurance to cover negligent acts and omis the escrow agent in connection with the handling of retentions under these sections in an not less than $100,000 per contract. The market value of the securities at the time substitution shall be a least equal to the cash amount then required to be withheld as rl under the terms of the contract between the City and Contractor. Securities shall be he1 name of the , and shall designate the Contract0 beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwis be withheld from progress payments pursuant to the Contract provisions, provided that the Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the escrow agent, the agent shall hold them for the benefit of the contractor until such time as the escrow create this contract is terminated. The contractor may direct the investment of the payme securities. All terms and conditions of this agreement and the rights and responsibilitie parties shall be equally applicable and binding when the City pays the escrow agent directly. 4. The contractor shall be responsible for paying all fees for the expenses incurred by the Agent in administering the Escrow Account and all expenses of the City. These expen: payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow interest earned on that interest shall be for the sole account of Contractor and shall be su withdrawal by Contractor at any time and from time to time without notice to the City. dated @ 0 *w PIS 2/26/97 Contract No. 3527-S Page 36 of E 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow 1 only by written notice to Escrow Agent accompanied by written authorization from City to the Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contraci 7. The City shall have a right to draw upon the securities in the event of default by the Con Upon seven days' written notice to the Escrow Agent from the City of the default, the Escroi shall immediately convert the securities to cash and shall distribute the cash as instructec City. 8. Upon receipt of written notification from the City certifying that the Contract is final and c and that the Contractor has complied with all requirements and procedures applicabk Contract, the Escrow Agent shall release to Contractor all securities and interest on depc escrow fees and charges of the Escrow Account. The escrow shall be closed immediatc disbursement of all moneys and securities on deposit and payments of fees and charges. 9. The Escrow Agent shall rely on the written notifications from the City and the cc pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor SI Escrow Agent harmless from Escrow Agent's release, conversion and disbursement securities and interest as set forth above. 10. The names of the persons who are authorized to give written notices or to receive notice on behalf of the City and on behalf of Contractor in connection with the foregoii exemplars of their respective signatures are as follows: For City: Title @ Name Signature Address * For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escroi a fully executed counterpart of this Agreement. a Q- r.l# 2/26/97 Contract No. 3527-S Page 37 of t IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officer date first set forth above. For City: Title e Name Signature Address For Con tractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address e 0 *w r,s 2/26/97 Contract No. 3527-S Page 38 of t SPECIAL PROVISIONS FOR 1997 STREET SEALING PROJECT CONTRACT NO. 35274 0 SUPPLEMENTAL PROVISIONS TO STANDARD SlPEClFlCATlONS FOR PUBLIC WORKS CONSTRUCl PART 1, GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS ABBREVIATIONS AND SYMBc 1-1 TERMS Add the following section: 1-1 .I Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "sch or words of similar import are used, it shall be understood that reference is made to tt accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar irr used, it shall be understood that the direction, designation or selection of the Engineer is ii unless stated otherwise. The word "required" and words of similar import shall be under mean "as required to properly complete the work as required and as approved by the Ei unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", i words of similar import are used, it shall be understood such words are followed by the ex "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "a "acceptance", or words of similar import are used, it shall be understood that the i acceptance, or similau import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractc expense, shall perform all operations, labor, tools and equipment, and further, inclu furnishing and installling of materials that are indicated, specified or required to mean Contractor, at its expense, shall furnish and install the work, complete in place and read< including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, exclusively defined by the definitions assigned to them herein. Agency - the City of Carlsbad, California. City Council - the City Council of the City of Carlsbad. City Manager - the City Manager of the City of Carlsbad or hidher approved representative @ @ em %# 2/26/97 Contract No. 3527-S Page 39 of Dispute Board - persons designated by the City Manager to hear and advise the City Mar claims submitted by the Contractor. The City Manager is the last appeal level for informal Engineer - the City Ehgineer of the City of Carlsbad or hidher approved representative. Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item - a single contract item constituting less than 10 percent (10%) of the Contract Price bid. Own Organization - When used in Section 2-3.1 - Employees of the Contractor who ai directed, supervised and paid by the Contractor to accomplish the completion of the Work. such employees have their employment taxes, State disability insurance payments, St Federal income taxes paid and administered, as applicable, by the Contractor. When Section 2-3.1 ”own organization” means construction equipment that the Contractor owns c and uses to accomplish the Work. Equipment that is owner operated or leased equipment operator is not part of the Contractor’s Own Organization and will not be included for the pu compliance with section 2-3.1 of the Standard Specifications and these Special Provisions. Owner Operator/Lessor - Any person who provides equipment or tools with an operator I who is employed by neither the Contractor nor a subcontractor and is neither an agent or ei of the Agency or a public utility. Principal inspector - The Senior Inspector’s immediate supervisor and second level of ai informal dispute resolution. Project inspector - the Engineer’s designated representative for inspection, contract admir and first level for informal dispute resolution. Senior Inspector - the Project Inspector’s immediate supervisor and first level of ap informal dispute resolution. a resolution. - 0 SEC’C’ION 2 - SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General. Add ,the following: Should the Contractor fail to adhere to the provisions I the Contractor to complete 50 percent of the contract price with its own organization, the may at its sole discretion elect to cancel the contract or to deduct an amount equal to 10 pc the value of the work performed in excess of 50 percent of the contract price by other Contractor’s own organization. The City Council shall be the sole body for determinat violation of these provisions. In any proceedings under this section, the prime contractor entitled to a public hearing before the City Council and shall be notified ten (10) days in ad the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS. Modify as follows: Delete the third sentence of the first pi having to do with a surety being listed in the latest revision of U.S. Department of Treasury 570. Modify Paragraphs three and four to read: The Contractor shall provide a performance/warranty bond and payment bond (labor and materials bond) for this contrz faithful performance/warranty bond shall be in the amount of 100 percent of the contract F the payment bond shall be in the amount of 50 percent of the contract price. Both bor II) e- p,# 2/26/97 Contract No. 3527-S Page 40 of extend in full force and effect and be retained by the Agency during this project until tl released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount 1 after recordation of tho Notice of Completion and will remain in full force and effect for the o warranty period and until all warranty repairs are completed to the satisfaction of the Enginee The payment bond shall be released six months plus 30 days after recordation of the N Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admiti authorized to transact the business of insurance in California and whose assets excec liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to cor following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by I 2) A certified copy of the certificate of authority of the insurer issued by the in e other instrument entitling or authorizing the person who executed the bond to do so. commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liab the insurer at the end of the quarter calendar year prior to 30 days next preceding the dat execution of the bond. The financial statement shall be made by an officer's certificate as dc Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statemi be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. Add the following: The specifications for the work include the S Specifications for Public Works Construction, (SSPWC), 1997 Edition, hereinafter de: "SSPWC", as issued by the Southern California Chapter of the American Public Works Assc and as amended by the Special Provisions section of this contract. The plans consist of Exhibits 1 to 3 and are attached hereto. The standard drawings used project are the latesl edition of the San Diego Area Regional Standard Drawings, he1 designated SDRS, as issued by the San Diego County Department of Public Works, toget the City of Carlsbad Supplemental Standard Drawings. 2-5.3.3 Submittals. Add the following: When submitted for the Engineer's review, Shop C shall bear the Contractor's certification that he has reviewed, checked, and approved tt Drawings and that they are in conformance with the requirements of the Contract Document! The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that p * e em r,# 2/26/97 Contract No. 3527-S Page 41 of 1 Add the following: 2-5.4 Record Drawhgs. The Contractor shall provide and keep up-to-date a complete record set of blue-line prints, which shall be corrected in red daily and show every change original drawings and specifications and the exact "as-built" locations, sizes and kinds of eq underground piping, valves, and all other work not visible at surface grade. Prints for this may be obtained fromi the Agency at cost. This set of drawings shall be kept on the job anc used only as a record set and shall be delivered to the Engineer upon completion of th Payment for performing the work required by section 2-5.4 shall be included in various bid it no additional payment will be made therefor. Add the following: 2-6 designated street in lialf-street applications. In addition, the Contractor shall furnish all rr required by this contract and provide the necessary labor and equipment to compl operations specified herein. Add the following: 2-6.1 Striping. Prior to placing slurry seal, the Contractor shall grind off all existing The Contractor shall replace striping on all streets which are covered by rubberized asph seal including but not limited to all striping indicated on Sheets 4 to 15. The Contractor shall stop bars, stop legends, and crosswalks which are covered by rubberized asphalt slu including but not limited to those noted on Sheets 4 and 5. All striping shall be in accordance with Chapter 6 of the Caltrans Traffic Manual. In add Contractor shall provide centerline striping improvements on Jefferson Street, Laguna 0 Yourell Avenue, as indicated on Sheets 4 and 5. I) The work to be done consists of application of rubberized asphalt slurry seal 0 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. Substitute the following: The Contractor shall no permanent survey monuments or benchmarks without the consent of the Engineer. WI Engineer concurs, in writing, with the Contractor that protecting an existing monument in impractical, the Contractor shall employ a licensed land surveyor to establish the locatio monument before it is disturbed. The Contractor shall have the monument replaced by a land surveyor no later than thirty (30) days after construction at the site of the replacr completed. The Licensed Land Surveyor shall file corner record(s) as required by $5 8 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in permanent survey monument is located, the Contractor shall adjust the monument frame ai to the new grade. Monument frames and covers shall be protected during street sealing or projects or be cleaned to the satisfaction of the Engineer. 2-9.3 Survey Service. The Contractor shall hire and pa services of a land surveyor licensed in the State of California, hereinafter Surveyor, to pe work necessary for establishing control, construction staking, records research and : surveying work necessary to construct the work, provide surveying services as required he provide surveying, drafting and other professional services required to satisfy the requirer the Land Surveyors Act. Surveyor shall be resident on the site during all surveying operati shall personally supervise and certify the surveying work. 2-9.3.1 Submittal of Surveying Data, Substitute the following: 0 Add the following section: All surveying data submittals shall conforn 4- r,s 2/26/97 Contract No. 3527-S Page 42 of requirements of section 2-5.3.3, “Submittals”, herein. The Contractor shall submit grade st the Engineer before commencing work in the area affected by the grade sheets. The COI shall submit field notes for all surveying required herein to the Engineer within ten ( performing the survey. All surveying field notes, grade sheets and survey calculations I submitted in bound form on 81/2” by 11” paper. The field notes, calculations and data shall t and complete with name of field party chief, field crew members, preparer, date of observ, calculation, consecutive page numbers and shall be readable without resort to any electra computer program or documentation for any computer program. The field notes shall be p in conformance with the CALTRANS “Surveys Manual”. The Contractor shall have a Re Survey prepared and filed in conformance with §§ 8700 - 8805 of the State of California B and Professions Code showing all SDRS M-10 monuments set. The record of survey shall SI location and justification of location of all permanent monuments set and their relation to th right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer’s review and E before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.3.2 Survey Requirements, Stakes shall be set at offsets approved by the Engineer at intervals as measured along the project stationing unless a lesser interval is specified I Rough sub-grade stakes on slopes shall be set at top of cuts, toe of fills, or slope catch poi street crown lines where no median exists. Large slopes shall have line point set tc construction of the slope. Rough sub-grade stakes for roadway section shall be set at pavement and top of curbs. Finish sub-grade stakes shall be set prior to placing sub1 aggregate base for the roadway section. The stakes shall be set at edge of pavement ani curbs. Finish subgrade stakes for the aggregate base for the roadway section shall be at intervals at edge of pavement and top of curbs and crown line where no median Intermediate stakes between edge of pavement and top of curb shall be set at 15-foot inte the surveyor. Finish aggregate subbase and aggregate base grade stakes shall be at intervals at top of curb, edge of pavement, and all crown lines and grade breaks. Inter stakes between edge of pavement and top of curb shall be set at 15-foot intervals. Stor staking shall be done at 25-foot intervals. Catch basins shall be staked at centerline and e( of the local depression. Curbskurbs and gutter shall be staked at 25-foot intervals, cente driveways, and 114, 112, 314 delta on returns. Fills to finish grade at 25-foot intervals by thc pass width shall be ipainted on the pavement prior to placing each lift of asphalt on thickness pavement overlays requiring leveling courses. Intersections showing specific asphalt grids shall be painted per the grid. Stakes shall be set to show the location and { future curbs adjacent to traffic signal locations where the curb is not being built as a par contract. Surveyor shall mark the removal limits and limits of work line shown on the plar markings shall consist of continuous painted lines on asphalt and concrete surfaces and red or painted laths spaced on centers no more than twenty-five feet on unimproved area markings shall be completed by Surveyor and inspected and approved by the Engineer be start of construction in the area marked. Centerline monuments shall be laid out, tb stamped, and a Record of Survey satisfactory to the Engineer filed with the County in acc with the Professional Land Surveyors Act. Water and sewer line stakes shall be set at intervals with offsets referencing the top and centerline of pipe on main line and laterals pipeline work the pipe and each access hole, pipe material change, lateral connection appurtenance, or hydrant location with elevations shall be staked and provided with gradc designating the offset of the reference point, station, elevation of reference point, cut (or feature of pipe that is referenced. Habitat mitigation sites and other areas to be preserved shown on the plans shall be staked and flagged at 25 foot intervals prior to the start of ai activities within the limits of the work. * @ 0 Add the following section: 2-9.3.3 Payment for Survey, Payment for work performed to satisfy the requiren em p,s 2/26/97 Contract No. 3527-S Page 43 of 1 Sections 2-9.1 through 2-9.3.2 shall be included in the actual bid items requiring the SUN and no additional payment will be made. Extension of unit prices for extra work shall inc compensation for attendant survey work and no additional payment will be made therefor. F for the replacement of disturbed monuments and the filing of corner records shall be incic the work necessitating the disturbance of said monuments and no additional payment will t therefor. 0 2-10 AUTHORITY OF BOARD AND ENGINEER Add the following seciion: 2-10.1 Availability of Records. The Contractor shall provide copies of all record Contractor's or subcontractor's possession pertaining to the work that the Engineer may req Add the following section: 2-1 0.2 Audit And Inspection. Contractor agrees to maintain and/or make availablc Engineer, within San Diego County, accurate books and accounting records relative 1 activities. The Engineer shall have the right to monitor, assess, and evaluate Cor performance pursuant to this Agreement, said monitoring, assessments, and evaluations to but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and in of Contractor's staff. At any time during normal business hours and as often as the Engin deem necessary, upon reasonable advance notice, Contractor shall make available to the E for examination, all of its records with respect to all matters covered by this Contract and w the Engineer to audit, examine, copy and make excerpts or transcripts from such data and and to make audits of all invoices, materials, payrolls, records of personnel, and other data to all matters covered by this Contract. However, any such activities shall be carried manner so as to not unreasonably interfere with Contractor's ongoing business opc Contractor shall maintain such data and records for as long as may be required by applica 0 and regulations. SECTION 3 -- CHANGES IN WORK 3-3 EXTRA WORK. 3-2.2.1 Contract Unit Prices. Add the following: In the case of an increase or decre minor Bid Item, the use of this basis for the adjustment of payment will be limited to that p the change, which together will all previous changes to that item is not in excess of 25 perce total cost of such item based on the original quantity and Contract Unit Price. Adjustr excess of 25 percenl may, at the option of the Engineer, be paid pursuant to section 3- Work. 3-3.2.2 ( c ) Tool and Equipment Rental. Regal ownership, the rates and right-of-way delay factors to be used in determining rental and del' shall be the edition of the, "Labor Surcharge & Equipment Rental Rates" published by CAL current at the time of the actual use of the tool or equipment. The right-of-way delay factor! shall be used as multipliers of the rental rates for determining the value of costs for dela Contractor and subcontractors, if any, The labor rates published therein are not a par contract. 3-3.2.3 Markup. Delete section 3-3.2.3 from the 1995 and 1996 Supplements to the SSP replace with the following: (a) Work by Contractor. The following percentages shall be i the Contractor's costs and shall constitute the markup for all overhead and profits: Second paragraph, modify as follows: a em r.# 2/26/97 Contract No. 3527-S Page 44 of Labor ................................... 20 2) Materials ............................ 15 4P :; Other Items and Expenditures .. 15 1) Equipment Rental ................... 15 To the sum of the costs and markups provided for in this section, 1 percent shall be ac compensation for bonding. (b) When all or any part of the extra work is performe Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor’ cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portio extra work and a markup of 5 percent on work added in excess of $5,000 of the subcoi portion of the extra work may be added by the Contractor. 3-3.3 Daily Reports by Contractor. F for extra work will not be made until such time that the Contractor submits completed daily and all supporting documents to the Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete pa five (5), and add the following: The Contractor shall not be entitled to the payment of any ac compensation for any act, or failure to act, by the Engineer, including failure or refusal to change order, or for the happening of any event, thing, occurrence, or other cause, unless have first given the Engineer due written notice of potential claim as hereinafter spc Compliance with this section shall not be required as a prerequisite to notice provisions in Sc 7.3 Contract Time Accounting, nor to any claim that is based on differences in measure errors of computation as to contract quantities. The written notice of potential claim for ( conditions shall be submitted by the Contractor to the Engineer upon their discovery and pric time that the Contractor performs the work giving rise to the potential claim. The Contractor’ to give written notice of potential claim for changed conditions to the agency upon their dl and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall provide the City with a written document containing a descriptior particular circumstances giving rise to the potential claim, the reasons for which the Cc believes additional compensation may be due and nature of any and all costs involved \II working days of the date of service of the written notice of potential claim for changed con Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Cla Government Code Sections 12650-1 2655. “The undersigned certifies that the above statements are made in full cognizance of the C False Claims Act, Government Code sections 12650-1 2655. The undersigned further undc and agrees that this potential claim, unless resolved, must be restated as a claim in respon! City’s proposed final estimate in order for it to be further considered.“ The Contractor’s estirnate of costs may be updated when actual costs are known. The Cc shall submit substantiation of its actual costs to the Engineer within 20 working days i affected work is completed. Failure to do so shall be sufficient cause for denial of ai subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by the contract be brought to the attention of the Engineer at the earliest possible time in 01 such matters be settled, if possible, or other appropriate action promptly taken. Work by Subcontractor. Add the following after the second sentence: @ 0 ew p,# 2/26/97 Contract No. 3527-S Page 45 of 3-5 DISPUTED WORK. Add the following: The Contractor shall give the agency written r potential claim prior to commencing any disputed work. Failure to give said notice shall con waiver of all claims in connection therewith. Delete second sentence of paragraph one and add the following: Prior to proceeding with resolution pursuant to Public Contract Code (PCC) provisions specified hereinafter, the co shall attempt to resolve all disputes informally through the following dispute resolution ( command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. City Engineer 5. City Manager The Contractor shall submit a complete report within 20 working days after completior disputed work stating its position on the claim, the contractual basis for the claim, along documentation supporting the costs and all other evidentiary materials. At each level of 1 appeal of claim the City will, within 10 working days of receipt of said claim or appeal c review the Contractor's report and respond with a position, request additional information or that the Contractor nieet and present its report. When additional information or a me requested the City will provide its position within 10 working days of receipt of said ac information or Contractor's presentation of its report. The Contractor may appeal eact position up to the City Manager after which he may proceed under the provisions of thc The authority within the dispute resolution chain of command is limited to recornrne resolution to a claim to the City Manager. Actual approval of the claim is subject to the chan! provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance \ procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commenc Section 201 04) which is set forth below: 0 0 Contract Code. ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(l) This article applies to all public works claims of three hundred seventy-five tl dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a contract between a contract( public agency when the public agency has elected to resolve any disputes pursuant to Ar (commencing with Section 10240) of Chapter 1 of Part 2. (b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code that "public work" does not include any work or improvement contracted for by the stat Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) pa) money or damages arising from work done by, or on behalf of, the contractor pursuar contract for a public work and payment of which is not otherwise expressly provided fc claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or speci for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 4- p,# 2/26/97 Contract No. 3527-S Page 46 of 1 a 20104.2. For any clairn subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate th Claims must be filed on or before the date of final payment. Nothing in this subdivision is intc extend the time limit or supersede notice requirements otherwise provided by contract for 1 of claims. (b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall re: writing to any written claim within 45 days of receipt of the claim, or may request, in writinl 30 days of receipt of the claim, any additional documentation supporting the claim or re defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuai subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be subr the claimant within 15 days after receipt of the further documentation or within a period of greater than that taken by the claimant in producing the additional information, whichever is (c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to three seventy-five thousand dollars ($375,000), the local agency shall respond in writing to al claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of rt the claim, any additional documentation supporting the claim or relating to defenses to the c local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuar subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be subr the claimant within 30 days after receipt of the further documentation, or within a period of greater than that taken by the claimant in producing the additional information or re documentation, whichever is greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to within the time prescribed, the claimant may so notify the local agency, in writing, either v days of receipt of the local agency's response or within 15 days of the local agency's fi respond within the time prescribed, respectively, and demand an informal conference to rr confer for settlement of the issues in dispute. Upon a demand, the local agency shall sct meet and confer conference within 30 days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in disF claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and CI (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Cc purposes of those provisions, the running of the period of time within which a claim must shall be tolled from the time the claimant submits his or her written claim pursuant to subdiv until the time that clairn is denied as a result of the meet and confer process, including any F time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor ! construed to change the time periods for filing tort claims or actions specified by Ct- (commencing with Selction 900) and Chapter 2 (commencing with Section 910) of Part 3 of 3.6 of Title 1 of the Government Code. 20104.4. The following procedures are established for all civil actions filed to resolve claims to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, t shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both The mediation process shall provide for the selection within 15 days by both partic disinterested third person as mediator, shall be commenced within 30 days of the submi' shall be concluded within 15 days from the commencement of the mediation unless requirement is extended upon a good cause showing to the court or by stipulation of both p 0 a 0 em r,s 2/26/97 Contract No. 3527-S Page 47 of I the parties fail to select a mediator within the 15-day period, any party may petition the appoint the mediator. (b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitration pur Chapter 2.5 (commencing with Section 1141 .IO) of Title 3 of Part 3 of the Code of Civil Prc notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (P (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil prc shall apply to any proceeding brought under the subdivision consistent with the rules pert: judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators ai for purposes of this article shall be experienced in construction law, and, upon stipulatio parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of p: exceed their customary rate, and such fees and expenses shall be paid equally by the except in the case of arbitration where the arbitrator, for good cause, determines a different In no event shall these fees or expenses be paid by state or county funds. (3) In addition to Chapter 2.5 (commencing with Section 1141 .lo) Title 3 of Part 3 of the Civil Procedure, any party who after receiving an arbitration award requests a trial de novo t not obtain a more favorable judgment shall, in addition to payment of costs and fees un chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the med arbitration process. 20104.6. (a) No local (agency shall fail to pay money as to any portion of a claim which is unl except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal any arbitration award or judgment. The interest shall begin to accrue on the date the suit is court of law. e SECTION 4 - CONTROL OF MATERIALS @ 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General. Add the following: The Contractor shall provide the Engineer free a access to any and all parts of work at any time. Contractor shall furnish Engineer wii information as may be necessary to keep the Engineer fully informed regarding progre manner of work and character of materials. Inspection or testing of the whole or any portioi work or materials incorporated in the work shall not relieve Contractor from any obligation this Contract. 4-1.4 Test of Materials. Add the following: Except as specified in these Special Provis Agency will bear the cost of testing materials and/or workmanship where the results of si meet or exceed the requirements indicated in the Standard Specifications and the Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approve before the delivery is started. All materials proposed for use may be inspected or tested at during their preparation and use. If, after incorporating such materials into the Work, it is fc sources of supply that have been approved do not furnish a uniform product, or if the proc any source proves unacceptable at any time, the Contractor shall furnish approved mate other approved sources. If any product proves unacceptable after improper storage, handli any other reason it shall be rejected, not incorporated into the work and shall be removed project site all at the Contractor's expense. 0 4% 68 2/26/97 Contract No. 35274 Page 48 of Compaction tests may be made by the Engineer and all costs for tests that meet or exc requirements of the specifications shall be borne by the Agency. Said tests may be madc place along the work as deemed necessary by the Engineer. The costs of any retesi necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals. Add the following: The Contractor is responsible satisfactory performance of substituted items. If, in the sole opinion of the Engine substitution is determined to be unsatisfactory in performance, durability, compatibili associated items, availability of repair parts and suitability of application the Contract( remove the substituted item and replace it with the originally specified item at no cost Agency. @ SECTION 5 - UTILITIES 5-1 LOCATION. Add the following: The Agency and affected utility companies have, by i of known records, endeavored to locate and indicate on the Plans, all utilities which exist M limits of the work. However, the accuracy and/or completeness of the nature, size and/or lo utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In order to minimize delays to the Contractor ci the failure of other parties to relocate utilities that interfere with the construction, the Ca upon request to the Ehgineer, may be permitted to temporarily omit the portion of work aff the utility. Such omission shall be for the Contractor's convenience and no additional comp will be allowed therefor. The portion thus omitted shall be constructed by the Cc immediately following the relocation of the utility involved unless othewise directed by the E SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK * 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Delete subsec and substitute the following: The Contractor shall begin work within fifteen (15) calend after receipt of the "Notice to Proceed". Within 5 calendar days of notification of awarc Contract, the Contractor shall prepare and submit a work schedule for accomplishing the the Engineer. Said schedule must show the dates of the expected start and completion of all the vari items, including but not limited to: street preparation, paint and thermoplastic removal, slui striping and marking, raised pavement markers of the contract work. The schedule shall a15 necessary preparatoiy work, vegetation removal, street cleaning for each street. The s shall be in the form of a Bar Chart schedule, and shall be of sufficient detail to st chronological relatioriship of all activities of the project including, but not limited to, e$ starting and completion dates of various activities, scheduling of equipment and procure materials. The Contractor shall obtain a City 1/9600 scale base map and submit five copic are color-coded to clearly show the relationships between the different scheduled days various street segments to be slurried. The list showing street closures for slurry sealing prepared on each half day basis. The construction schedule shall reflect completion of under the Contract within the specified time and in accordance with the contract documents Prior to striping operations commencing, the Contractor shall submit a detailed schedu striping operations planned for each week to the Engineer. The Contractor shall include thl and the location of the striping work. Such schedule and maps shall be subject to the re\ 0 4- p,# 2/26/97 Contract No. 35273 Page 49 of approval of the Engineer. No work shall take place until the Engineer and the Contractc agreed to the schedule to be followed by the Contractor. a Add the following section: 6-1 .I Pre-Constructlion Meeting. After, or upon, notification of contract award, the Engii set the time and location for the Preconstruction Meeting. Attendance of the Con management personnel responsible for the management, administration, and executior project is mandatory for the meeting to be convened. Failure of the Contractor to h Contractor’s responsible project personnel attend the Preconstruction Meeting will be groi default by Contractor per section 6-4. No separate payment will be made for the Con attendance at the meeting. The notice to proceed will only be issued on or after the comp the preconstruction meeting. Add the following section: 6-1.2 Measurement And Payment Of Construction Schedule. The Contractor’s pref revision and maintenance of the Construction Schedule are incidental to the work and no I payment will be made therefor. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, eq and materials, and performing all operations necessary to complete the Project Work as st the Project Plans and as specified in the Specifications. The work includes application of rul asphalt slurry seal to each designated street in half-street applications, and restriping al roads to original conditions. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of weekly Meetings. Each Project Meeting shall be attended by the Contractor’s Representative. Thc Representative shall be the individual determined under section 7-6, “The Cor Representative”, SSPWC. No separate payment for these meetings will be made. * 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall providc notice to the Engineer within two hours of the beginning of any period that the Contractor ha any workers or equipment on standby for any reason that the Contractor has determint caused by the Agency or by any organization that the Agency may otherwise be obligated Contractor shall provide continuing daily written notice to the Engineer, each worki throughout the duration of such period of delay. The initial and continuing written notic include the classification of each workman and supervisor and the make and model of each equipment placed on standby, the cumulative duration of the standby, the Contractor’s 01 the cause of the delay and a cogent explanation of why the Contractor could not avoid the reasonable means. Should the Contractor fail to provide the notice(s) required by this se Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefc 6-7 TIME OF COMPILETION. Add the following: The Contractor shall diligently prose( work to completion within thirty (30) working days after the starting date specified in the K Proceed. 6-7.2 Working Day. Unless otherwise approved in writing by the E or noted herein, the hours of work shall be between the hours of 7:OO a.m. and 500 Mondays through Fridays, excluding Agency holidays. Work hours on Carlsbad Villa1 (formerly Elm Avenue) shall be between the hours of 9:00 a.m. and 5:OO p.m. The Contrac Add the following: @ *m p,s 2/26/97 Contract No. 3527-S Page 50 of obtain the written approval of the Engineer if the Contractor desires to work outside said hou any time during weekends and/or holidays. This written permission must be obtained at I( hours prior to such work The Engineer may approve work outside the hours and/or days herein when, in hidher sole opinion, such work conducted by the Contractor is beneficial to t interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited in this sectio Construction Schedule required by section 6.1. No additional payment, adjustment of bid p adjustment of contract time of completion will be allowed as a consequence of the prohit work being performed within the dates, areas and/or types of work prohibited in this section. 6-8 COMPLETION AND ACCEPTANCE. Add the following: All work shall be warranted f (1) year after recordation of a "Notice of Completion" and any faulty work or materials disc during the warranty period shall be repaired or replaced by the Contractor, at its expense. 7 five percent of the faithful performance bond shall be retained as a warranty bond for the or warranty period. 6-9 LIQUIDATED DAIMAGES. Modify the last sentence of the first paragraph and the first s of the second paragraph and add the following: For each consecutive calendar day in e: the time specified for completion of Work, as adjusted in accordance with 6-6, the Contrac pay the Agency, or have withheld monies due it, the sum of five hundred ($500.00) dollars. Execution of the Contract shall constitute agreement by the Agency and Contractor I hundred ($500.00) dollars per day is the minimum value of costs and actual damages cause Contractor to complete the Work within the allotted time. Any progress payments made i specified completion date shall not constitute a waiver of this paragraph or of any damages. 0 e SECTION 7 - RESPONSIBILITIES of the CONTRACTOR 7-3 LIABILITY INSURANCE. Add the following: All insurance is to be placed with insu have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authc conduct business in the state of California and are listed in the official publication of the Del of Insurance of the State of California. 74 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance placed with insurers that are admitted and authorized to conduct business in the state of ( and are listed in the official publication of the Department of Insurance of the State of Cz Policies issued by the State Compensation Fund meet the requirement for workers' comp insurance. 7-5 PERMITS. Except as specified herein the ag obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, and buildins necessary to perform work for this contract on Agency property, in streets, highways (excc highway right-of-way), railways or other rights-of-way. Contractor shall not begin worC permits incidental to the work are obtained. The Contractor shall obtain and pay for all pc the disposal of all materials removed from the project. The cost of said permit(s) shall be in the price bid for the appropriate bid item and no additional compensation will be allowed 1 Modify the first sentence to read: 7-8 PROJECT SITE [MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control requir shall also be executed on weekends and other non-working days when needed to pre! health safety or welffare of the public. The Contractor shall conduct effective cleanup @ e- p,s 2/26/97 Contract No. 3527-S Page 51 of control throughout the duration of the Contract. The Engineer may require increased I cleanup and dust control that, in hidher sole discretion, are necessary to preserve the healtl and welfare of the public. Cleanup and dust control shall be considered incidental to the work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary Light, Power and Water. Add the following: The Contractor shall construction meter fou water used for the construction, plant establishment, maintenance, ( testing and all other work requiring water related to this contract. The Contractor shall cor appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, meter and any, and all, other charges, deposits and/or fees therefor. considered incidental to the items of work that they are associated with and no additional I will be made therefor. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be E with mufflers in good repair when in use on the project with special attention to the Ci Control Ordinance, Carlsbad Municipal Code Chapter 8.48. * Said costs 7-10 PUBLIC CONVENIENCE AND SAFETY. Add the following: 7-10.1 The Contractor shall not seal any street on the same day as refuse collection occurs At least two weeks prior to work, Contractor shall send notification letters to all property ac on which sealing shall1 occur. Letters shall be in a format as shown in Appendix "A". During sealing operations, the Contractors schedule for slurry seal application shall be desic provide residents whose streets are to be sealed sufficient paved parking within an l distance from their homes. 7-1 0.3 Street Closures, Detours, Barricades. Add the following: Traffic controls st accordance with the plans, Chapter 5 of the California Department of Transportation "M Traffic Controls," 1996 edition and these Special Provisions. If any component in the traffi system is displaced, or ceases to operate or function as specified, from any cause, dl progress of the work, the Contractor shall immediately repair said component to its original ( or replace said component and shall restore the component to its original location. In the e the Contractor fails to install and/or maintain barricades or such other traffic signs, n delineation or device:; as may be required herein, the Engineer may, at hidher sole optia the traffic signs, markings, delineation or devices and charge the Contractor twenty dollars per day per traffic sign or device, or the actual cost of providing such traffic contro whichever is the greater. Add the following section: 7-1 0.3.1 Construction Area Signs. Warning and advisory signs, lights and devices in: placed to provide traffic control, direction and/or warning shall be furnished, installed, mi and removed by the Contractor when no longer required. Care shall be used in pc excavation for signs in order to protect underground facilities. Warning and advisory s remain in place overnight shall be stationary mounted signs. Stationary signs that warr existant conditions shall be removed from the travelled way or shielded from the vie! travelling public during such periods that their message does not pertain to existing condit excavation required to install stationary construction area signs shall be performed e 0 *m tS 2/26/97 Contract No. 3527-S Page 52 of methods without the use of power equipment. Warning and advisory signs that are used onl! working hours may be portable signs. Portable signs shall be removed from the travelled v shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehiclc portable signs shall be illuminated or, at the option of the Contractor, shall be in conformar the provisions in Section 12-3.066, “Portable Signs”, of the CALTRANS Standard Specifical Reflexite vinyl microprism reflective sheeting signs; or 3M high intensity reflectorized shec aluminum substrate signs of Seibulite Brand Ultralite Grade Series, encapsulated lens retrort sheeting signs; or equal. Stationary mounted signs used for traffic control during construction of the Work shall be inst on break-away sign posts as shown on SDRS drawing M-45 or on wood posts in the same n shown on CALTRANS Standard Plans RS 1, RS 2, RS 3 and RS 4 for installation of roadsic except as follows: (a) Back braces and blocks for sign panels will not be required. (b) The height to the bottom of the sign panel above the edge of traveled way shall be at le; 2.1 m. (c) Construction area sign posts may be installed on above ground temporary platform sign supports as approved by the Engineer, or the signs may be installed on existing lighting star or other supports as approved by the Engineer. (d) When construction area signs are installed on existing lighting standards, holes shall nc made in the standards to support the sign. (e) The post embedment shall be 0.8-m if post boles are backfilled around the posts with 5( 2500 concrete. (9 When break-away sign posts (SDRS M-45) are used one post shall be provided for ea( square meters of sign area. For wood posts post :size and number of posts shall be as shown on CALTRANS Standard I 2. Lumber for wood posts shall be as for sight posts. Sign panels for stationary mounted signs shall conform to the requirements of Section “Reflective Sheeting Aluminum Signs”, and the following: (a) All rectangular sheet aluminum signs over 1375 mm measured along the horizontal axi diamond-shaped sheet aluminum signs 1500 mm and larger shall be framed unless c specified. (b) Frames shall be constructed in accordance with “Framing Details for Sheet Aluminur Sheets 1 through 4 and Table 1 on Sheet 5, as published by CALTRANS. (c) Sign panel fastening hardware shall be commercial quality. Each portable sign shall consist of a base, standard or framework and a sign panel. The u be capable of being delivered to the site of use and placed in immediate operation. Sign F portable signs shall conform to the requirements of sign panels for stationary mounted sign 7, “Reflective Sheeting Aluminum Signs”, or shall be Type IV reflective sheeting, cotton d flexible industrial nylon fabric, or other approved fabric. Fabric signs shall not be used c hours of darkness. Size, color, and legend requirements for portable signs shall be as des stationary mounted sign panels in Section 206-7, “Reflective Sheeting Aluminum Sigi height to the bottom of the sign panel above the edge of traveled way shall be at least 0 parts of the sign standard or framework shall be finished with 2 applications of an orang which will match the color of the sign panel background. Testing of paint will not be re( portable signs are dnsplaced or overturned, from any cause, during the progress of the Contractor shall immediately replace the signs in their original locations. e 0 a @= aS 2/26/97 Contract No. 3527-S Page 53 of Add the following section: 7-10.3.2 Maintaining Traffic. Attention is directed to Sections 7-1 0 SSPWC "Public Con\ and Safety." Nothing in these Special Provisions shall be construed as relieving the Contra( its responsibility as provided in said Section 7-10. If illuminated traffic cones rather than F delineators are used during the hours of darkness, they shall be affixed or covered with r cone sleeves as specified in CALTRANS "Standard Specifications", except the sleeves seven (7) inches long. The Contractor's personnel shall not work closer than six (6) feet, nor operate equipment w (2) feet from any traflk lane occupied by traffic. For equipment the two (2) feet shall be rr from the closest approach of any part of the equipment as it is operated and/or maneu performing the work. This requirement may be waived when the Engineer has giver authorization to the reduction in clearance that is specific to the time, duration and locatior waiver or for the work of installing, maintaining and removing traffic control devices. As a ( of such waiver the Engineer may require the Contractor to detour traffic, adjust the wid realign the adjacent traffic lane, close the adjacent traffic lane or provide barriers. Personal vehicles of the Contractor's employees shall not be parked within the travel including any section closed to public traffic. Whenever vehicles or equipment are parke shoulder within six (6) feet of a traffic lane, the shoulder area shall be closed with fluorescc cones or portable delineators placed on a taper in advance of the parked vehicles or equipr along the edge of the pavement at %-foot intervals to a point not less than 25 feet pas1 vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mol a telescoping flag tree with flags. The flag tree shall be placed where directed by the Engii construction traffic control devices shall be maintained in good order and according to throughout the duration of work. During the entire construction, a minimum of two pavc lanes, not less than twelve (12) feet wide, shall be open for use by public traffic pro\ directional travel, on Monroe and Carlsbad Village Drive. On all other streets to be sealed, Contractor shall maintain at least one paved lane open, the use of a flagger or other method approved by the Engineer. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists c traffic lanes in accordance with the details shown on the plans, CALTRANS "Manual ( Control", 1996 edition and provisions under "Maintaining Traffic" elsewhere in these Provisions. The provisions in this section will not relieve the Contractor from its respon provide such additional devices or take such measures as may be necessary to mainta safety. When lanes are closed for only the duration of work periods, all components of the traffi system, except portable delineators placed along open trenches or excavation adjacei traveled way, shall be removed from the traveled way and shoulder at the end work perio Contractor so elects, said components may be stored at selected central locations, approvc Engineer, within the limits of the right-of-way. Add the following section: 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During tral operations, traffic shall be controlled with lane closures, as provided for under "Traffic System for Lane Closure" of these Special Provisions or by use of an alternative traffic coi proposed by the Coritractor and approved by the Engineer. The Contractor shall not st, e a @ *w p,s 2/26/97 Contract No. 3527-S Page 54 of striping operations using an alternative plan until he has submitted its plan to the Engineer received the Engineer’s written approval of said plan. Add the following section: 7-1 0.3.5 Temporary Pavement Delineation. Temporary pavement delineation : furnished, placed, maintained and removed in accordance with the minimum standards spe Chapter 5 of the “Traffic Manual”, 1996 edition published by CALTRANS. Whenever t causes obliteration of pavement delineation, temporary or permanent pavement delineation in place prior to opening the traveled way to public traffic. Lane line or centerline pi delineation shall be provided at all times for traveled ways open to public traffic. All work ne including any required lines or marks, to establish the alignment of temporary pavement de shall be performed by the Contractor. When temporary pavement delineation is removed, and marks used to establish the alignment of the temporary pavement delineation shall be I by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose I Temporary pavement delineation shall not be applied over existing pavement delineation temporary pavement delineation. Temporary pavement delineation shall be maintair superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engin temporary pavement delineation conflicts with the permanent pavement delineation or wit traffic pattern for the area and is no longer required for the direction of public traffic. temporary pavement delineation is required to be removed, all lines and marks used to ( the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Traffic Control Plan Sheets. The Contractor shall submit new Traffic Conti (TCP) for the Engineer’s review for any construction activities for this project. The Contrac obtain the Engineer’s approval of the TCP prior to implementing them. The Engineer may c modify, add to or supplement the TCP. The level of detail, format and graphics sh: reasonable quality and a size no less than 1” = 100’. All expenses and time to prepare an such TCPs shall be included in the lump sum bid for traffic control and no additional payme made therefor. Such modifications, supplements and/or new design shall meet the require the “MANUAL OF TRAFFIC CONTROLS, 1996 Edition as published by the State of ( Department of Transportation and of the Engineer. Such modification, addition, supplemer new design shall be prepared by a professional engineer appropriately registered in the California. The Engineer shall be the sole judge of the suitability and quality of a modifications, supplements, and/or new designs. The Engineer may approve ai modifications, supplements, and/or new designs to the traffic control plans when, in his, opinion, such modifications, supplements, and/or new designs to the traffic control plans by the registered engineer retained by the Contractor will be beneficial to the best intere: Agency. Such modification, addition, supplement, and/or new design shall not be impleme no work shall be conimenced that is contingent on such approval until the changed traffi plans are approved by the Engineer. The preparation of such modification, addition, sup and/or new designs shall not presuppose their approval or obligate the Agency in any Submittal and review requirements for such modifications, supplements, and/or new desii conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-10.3.7 Payment. The contract lump sum price paid for “traffic control” shall include full compensation for furn labor (including flagging costs), materials (including signs), tools, equipment and incidental: doing all the work involved in preparation, reproduction and changing of traffic control plans e a The Contractor shall provide traffic control at the contract lump sum (@ *- a# 2/26/97 Contract No. 35274 Page 55 of applying traffic stripes and pavement markers with bituminous adhesive, removing, maintaining, moving to new locations, replacing, and disposing of the components of tt control system as shown on the plans and approved additions and modifications, as sp~ these special provisions, and as directed by the Engineer. Flagging costs will be paid for i of the Lump Sum Amount for "Traffic Control." When included as a bid item the cost of I: material for portable concrete barriers will be paid for at the price bid. When there is no bid cost of labor and material for portable concrete barriers they will be paid as an incidental to being performed and no additional payment will be made therefor. Progress payment fol Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all nt precautions for the safety of employees on the work and shall comply with all applicable pi of Federal, State and Municipal safety laws and building codes to prevent accidents or persons on, about, or adjacent to the premises where the work is being performed. The Cc shall erect and properly maintain at all times, as required by the conditions and progres work, all necessary safeguards for the protection of workers and public, and shall use day warning against hazards created by such features of construction as protruding nails, hoi holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect I include Chapter 11.06. Excavation and Grading. If this notice specifies locations or materials, such as borrow pits or gravel beds, for use in the proposed construction proje would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the CI established pursuant to Section 1601 et seq. of the Fish and Game Code shall become cc of the contract. @ SECTION 9 - MEASUREMENT & PAYMENT 9-3 PAYMENT. e 9-3.2 Partial and Final Payment. Modify the second paragraph as follows: Each mo Engineer will make an approximate measurement of the work performed to the closure basis for making monthly progress payments. The estimated value will be based on conti prices, completed change order work and as provided for in Section 9-2 of the S Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calend after the closure date. Five (5) working days following the closure date, the Engine complete the detailed progress pay estimate and submit it to the Contractor for his inforr Should the Contractor assert that additional payment is due, the Contractor shall within 1 days of receipt of the progress estimate, submit a supplemental payment request to the E with adequate justification supporting the amount of supplemental payment request. Upon of the supplemental payment request, the Engineer shall, as soon as practicable after determine whether the supplemental payment request is a proper payment request. Engineer determines that the supplemental payment request is not proper, then the requc be returned to the Contractor as soon as practicable, but not later than seven (7) days after The returned request shall be accompanied by a document setting forth in writing the reasc the supplemental payment request was not proper. In conformance with Public Contra( Section 20104.50, the City shall make payments within thirty (30) days after receip undisputed and properly submitted supplemental payment request from the Contractor. If F of the undisputed supplemental payment request is not made within thirty (30) days after re the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate : in subdivision (a) of Section 685.010 of the Code of Civil Procedure. 0 4- aS 2/26/97 Contract No. 3527-S Page 56 of 9-3.2 Partial and Final Payment. Modify the third paragraph as follows: The Agenr retain 10 percent of such estimated value of the work done and 10 percent of the value of m so estimated to have been furnished and delivered and unused or furnished and stc aforesaid as part security for the fulfillment of the contract by the Contractor, except that time after 20 percent of the work has been completed, if the Engineer finds that sati: progress is being made, the Agency may reduce the total amount being retained from p pursuant to the above requirements to 5 percent of the total estimated value of said wc materials and may also reduce the amount retained from any of the remaining partial payn 5 percent of the estimated value of such work and materials. In addition, on any partial p made after 95 percent of the work has been completed, the Agency may reduce the withheld from payment pursuant to the requirements of this Section to such lesser amount: Engineer determines is adequate security for the fulfillment of the balance of the work at- requirements of the contract, but in no event will said amount be reduced to less than 125 of the estimated value of the work yet to be completed as determined by the Engineer reduction will only be made upon the written request of the Contractor and shall be appr writing by the surety on the Performance Bond and by the surety on the Payment Bon approval of the surety shall be submitted to the Engineer; the signature of the person execu approval for the surety shall be properly acknowledged and the power of attorney authoriz to give such consent must either accompany the document or be on file with the Agency. 9-3.2 Partial and Final Payment. Add paragraph 6 et seq. as follows: After final inspec Engineer will make a Final Payment Estimate and process a corresponding payment. This will be in writing and shall be for the total amount owed the Contractor as determinec Engineer and shall be itemized by the contract bid item and change order item with quanl payment amounts and shall show all deductions made or to be made for prior paymt amounts to be deducted under provisions of the contract. All prior estimates and progress p shall be subject to correction in the Final Payment Estimate. The Contractor shall have 30 calendar days from receipt of the Final Payment Estimate written statement disputing any bid item or change order item quantity or payment amoL Contractor shall provide all documentation at the time of submitting the statement suppi position. Should the Contractor fail to submit the statement and supporting documentatic the time specified, the Contractor acknowledges that full and final payment has been mal contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned Engineer will review the disputed item within 30 calendar days and make any ap adjustments on the Final Payment. Remaining disputed quantities or amounts not approve Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascc basis and amount of said claims. The Engineer will consider and determine the Contractor and it will be the responsibility of the Contractor to furnish within a reasonable time SUC information and details as may be required by the Engineer to determine the facts or COI involved in its claims. Failure to submit such information and details will be sufficient c denying the claims. 9-3.2.1 Payment for Claims. Add the following: Written statement shall be submittc Agency within 30 calendar days of receipt of Final Payment for all claims for the entire prc claim will be considered that was not included in this written statement, nor will any claim bt for which written notice or protest is required under any provision of this contract including 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6. @) 0 0 em r,s 2/26/97 Contract No. 3527-S Page 57 of Notice and Report, c)r 6-7.3 Contract Time Accounting, unless the Contractor has comp notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to asce basis and amount of said claims. The Engineer will consider and determine the Contractor and it will be the responsibility of the Contractor to furnish within a reasonable time sucl information and details as may be required by the Engineer to determine the facts or cor involved in its claims. Failure to submit such information and details will be sufficient c denying the claims. Payment for claims s17all be processed within 30 calendar days of receipt of the written statc further information, whichever is longer, for those claims approved by the Engineer. The CC shall proceed with informal dispute resolution under subsection 3-5, Disputed Work, for tho: remaining in dispute. Add the following section: 9-3.3.1 Delivered Materials. into the work will be included in the progress estimate. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forly percent the amount bid for Mobilization And Preparatory Work will be allowed. For the second payment, an additional sixty percent (60%) of the amount bid for mobilization and preparal will be allowed therefor. e The cost of materials and equipment delivered but not incc dD 0 4- r,s 2/26/97 Contract No. 3527-S Page 58 of SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS PART 2, CONSTRUCTION MATERIALS e CONSTRUCTION SECTION 210 - PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as 1 Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, c and curbs shall be rapid dry water borne conforming to CALTRANS Specification No. 8010 Paint for pavement legends, pavement symbols, pavement arrows, cross walks, park markings and stop bars shall be alkyd thermoplastic conforming to CALTRANS Specifia 8010-21C-19. Glass beads to be applied to the surface of the rapid dry water borne paini molten thermoplastic material shall conform to the requirements of CALTRANS SpecifiE 801 0-21 C-22 (Type 11). CALTRANS Specifications for water borne paint, thermoplastic and glass beads may be obtained from the CALTRANS Transportation Laboratory, P.O. Bo Sacramento, CA 958’1 9, telephone number (916) 227-7000. e e em p,# 2/26/97 Contract No. 35274 Page 59 of SU PPLEM E NTAL P ROVlSlONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS * SECTION 310 - PAINTING 310-1 GENERAL. 31 0-5.6 Painting, Traffic Striping, Pavement Markings, and Curb Markings. Delete 310-5.6 and substitute as follows: Traffic signing, striping, and pavement marking shall cc the Plans; the State of California Traffic Sign Specifications; the State of California Depai Transportation Standard Specifications, January 1995, Sections 56, 82, 84, and 85; only ir they relate to construction materials and methods and the State of California Depar Transportation Traffic Manual, all as supplemented and modified herein. All requirements c of the SSPWC and these Special Provisions shall remain in full force and shall not be sui by the CALTRANS Standard Specifications. Contractor shall re-stripe the streets listed in section 2-6.1, per Chapter 6 of the Caltrar Manual, unless otherwise noted. Add the following section: 310-5.6.5 Traffic Stripes and Pavement Markings. Traffic stripes and pavement mar indicated and required shall conform to the requirements specified in CALTRANS Specifications Section 84 only insofar as they relate to construction materials and meth except: a) The Contractor shall lay out (cat track) immediately behind installation of surface coursl and as the work progresses. The first coat of paint shall be done immediately upon ap striping layout by the Engineer. b) The Contractor shall provide all materials required for execution of the work. c) Delete all references to measurement and payment. d) Pavement striping and marking shall be applied in two coats, a minimum of seven da and all streets shall include raised pavement markers; temporary striping shall be applic coat minimum. e) All existing pavernent striping and markings on areas to be slurry sealed shall be rer grinding by the Contractor. f) Contractor shall paint end of median noses yellow. 31 0-5.6.1 0 Payment. modify as follows: Final striping, curb markings, signage, F markings and traffic signs as indicated and required shall be included in the lump-sum pric final signing and striping, and no additional compensation will be allowed therefor. The I1 prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing in installing the traffic signing and striping. 4- p,s 2/26/97 Contract No. 35274 Page 60 of @ rl) 310-5.8 Markers arid Delineators. Markers and delineators shall conform to the matei installation requirements specified in CALTRANS Standard Specifications Section 82. Add the following section: MARKERS, AND TEMPORARY RAILING (TYPE K). Add the following section: 31 0-6.1 General. Temporary pavement delineation consisting of temporary traffic temporary pavement markings, and temporary pavement markers shall be applied at the 1 shown on the plans. The temporary traffic stripe, temporary pavement marking, and te pavement markers shall be complete in place at the location shown, prior to opening the way to public traffic. 'Temporary traffic stripes shall be applied in one coat. Temporary traffi shall be maintained by the Contractor so that the stripes are clearly visible both day ai Reapplication of the stripes and markings shall be repainted at the Contractor's expense. Except as otherwise provided below, temporary pavement markers shown on the plans sh the option of the Contractor, either of the following removable type temporary reflectiv pavement markers or equal: TFPM, manufactured by DAPCO Davidson Plastics Company, 18726 East Valley Highw: Washington 98032, Telephone (206) 251 -8140. Stimsonite Chip SealRemporary Overlay Market (Models 300 and 301), manufactured by Henberger Co., Traffic Safety and Control, San Diego, California, Telephone (61 9) 292-577: Temporary pavement markers shall be placed in accordance with the manufacturer's insi Temporary pavement markers shall be cemented to the surfacing with the adhesive recon by the manufacturer, except epoxy adhesive shall not be used to place temporary p markers in areas where removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be ren grinding as determined by the Engineer. The Contractor may use reflective pavement markers for temporary pavement markers when the temporary pavement markers are used to replace patterns of temporary traff Reflective pavement markers used in place of the removable-type pavement markers shall to the section entitled "Pavement Markers" of these special provisions, except the 14-da period before placing the pavement markers on new asphalt concrete surfacing as spc Section 85-1.06, "Placement", of the CALTRANS Standard Specifications shall not apply; ai adhesive shall not be used to place pavement markers in areas where removal of the ma be required. Reflective pavement markers used for temporary pavement markers will be p; temporary pavement markers. Add the following section: 31 0-6.1 .I Measureiment and Payment. Temporary traffic striping and markings show plans will be paid for as a part of the lump-sum cost for traffic control. The lump-sum contract price paid for traffic striping and markings shall include full compeni furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work in applying, maintaining, and removing temporary traffic stripes and pavement markings, COI place, as shown on the plans, as specified in the Standard Specification and thesc provisions, and as directed by the Engineer. Full compensation foir furnishing, placing, maintaining, and removing the temporary reflecti pavement markers, used for the temporary laneline and centerline delineation which is nl 31 0-6 TEMPORARY' TRAFFIC SIGNING, STRIPING, PAVEMENT MARKINGS AND PA\ dB 0 @ em tS 2/26/97 Contract No. 3527-5 Page 61 of on the plans, including the signing specified for "no passing" zones; and for providing eqi patterns of the permanent traffic lines when required; shall be considered as included in thi sum prices paid for that item of work. Add the following section: Add the following section: 31 0-6.2 Channelizers, Channelizers shall be new surface-mounted type and shall be fui placed, and maintained at the locations shown on the plans and shall conform to the provi Section 12, "Construction Area Traffic Control Devices", of the CALTRANS Standard Specif and these special provisions. Channelizers shall be, at the Contractor's option, one of the fc types, or equal: 0 Type Manufacturer of Distributor Safe-Hit Sti236MA Safe-Hit Corporation 1930 West Winton Avenue, Building #I 1 Hayward, CA 94545 Telephone (41 5) 783-6550 Carsonite International Corporation 2900 Lockheedway Carson Engineer, NV 89701 Telephone (702) 883-5104 Western Highway Products P.O. Box 7 Stanton, CA 90680 a Telephone (800) 422-4420 Carsonite "Super Duck" SDF-436 Rep0 "The Replaceable Post" Channelizer shall provide the Engineer with a Certificate of Compliance in accordance provisions of Section 6-1.07, "Certificates of Compliance", of the CALTRANS $ Specifications. Said certificate shall certify that the channelizers comply with the pl; specifications and conform to the prequalified design and material requirements approve( engineer and were manufactured in accordance with the approved quality control program. At the option of the Contractor, channelizer bases may be cemented to the pavement using bitumen adhesive and in the same manner provided for cementing pavement markers to p in the section of these special provisions entitled "Pavement Markers". Add the following section: 310-6.2.1 Payment. The price paid for channelizer (surface mounted) shall be included in t sum price for traffic control and include full compensation for furnishing all labor, materiz equipment, and incidentals, and for doing all the work involved in furnishing and pk channelizers as shown on the plans, as specified in the CALTRANS Standard Specifical these special provisions, and as directed by the Engineer. Add the following section: 31 0-6.3.1 General. The Contractor shall provide and install all temporary traffic conti markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 310-6.3.4 Payment. All costs for signing for temporary traffic control shall be included in 1 sum price bid for temporary traffic control, and no additional compensation will be allowed tl @ *- r,s 2/26/97 Contract No. 35274 Page 62 of SIEVE SIZE 318" No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 PERCENT BY WEIGHT PASSING SIEVE 100 97-1 00 85-92 60-75 35-50 15-30 10-20 --- 600-4.1.3. Additives. After mixing the rubberized asphalt emulsion and aggregi Contractor may add substances up to one percent of the rubberized asphalt emulsion by VI modify viscosity, setting and curing characteristics. Additives shall be compatible wii components of the slurry mix and shall be added only at the mixing plant. 600-4.2. Mix Design Submittal. subsection 600-1.2 is required. The Contractor shall not order materials until the mix d approved by the Engineer. 600-4.3. Quality Requirements. Rubberized asphalt emulsion shall meet the f quality requirements: e A mix design for the rubberized asphalt slurry Viscosity, 77OF., Brookfield, #6 Spindle at 10 rpm (cps) 1500 Min. Residue by I3istillation, YO 50 Min. Granular Rubber Content, LbdGal 0.55 Min. Sieve Test '36 0.10 Max. Particle Charge Anionic Test on Residue from Distillation: Penetration, 77"F., 100 g., 5 sec. Percent Soluble in Trichlorethylene 40 Max. 75 Min. 600-4.4 A central mixing plant shall be used to mix the rubberized emulsion and aggregate. The mixing tank shall have a minimum capacity of 2,000 gallon: equipped with load cells and a full sweep agitator. The pre-wetted aggregate shall be add6 tank slowly and continuously until a mixture of the required weight of aggregate for every l rubberized asphalt emulsion is obtained. The rate of mixing shall be approximately 10-12 pi aggregate to each gallon of rubberized asphalt emulsion. The exact ratio shall be detern the Contractor and shall be held constant for the entire project. 600-4.5 Application. Prior to placing and spreading rubberized asphalt slu Contractor shall prepare the pavement per subsection 302-2.2. Surface preparation is incic the work and no additional payment will be made therefore. The slurry shall be applied only 1) 2) 3) Rain is not eminent. The rubberized asphalt slurry shall be applied at a rate of approximately 0.20 gallons pe yard. The exact application rate shall be determined by the Contractor and shall be held for the entire project. Prior to applying the rubberized asphalt slurry seal, the Contractor st- the application rate on a test section of street designated by the Engineer. An agreed ul shall be measured and the rubberized asphalt slurry seal shall be applied to that area Contractor proposes to use a meter to verify the number of gallons applied over the de area, the Contractor shall first verify the accuracy of the meter by pumping slurry material in of known volume. The tank shall have a circular or rectangular cross-section. The Contra propose an alternative method of verifying the application rate subject to approval by the E The pavement surface shall be pre-wet before applying the rubberized asphalt sluri rubberized asphalt slurry shall be applied in a continuous operation and the Contractor begin application of the slurry until the Engineer agrees a continuous application can be mal Mixing. e Atmospheric temperature is above 60°F and pavement temperature is above 55°F. The pavement is clean and dry. @ e- p,s 2/26/97 Contract No. 35274 Page 64 of 600-4.6 Spreading Equipment. The rubberized asphalt slurry shall be appliet distributor truck with an attached mechanical type squeegee box. The box shall be equippc flexible material where surface contact is made to prevent the loss of slurry material. The di truck shall be equipped with a pressurized water system and fog-type spray bar positioi immediately ahead of the spreader box to pre-wet the pavement surface. The distributor trL be equipped with a device that enables the Engineer to safely and cleanly draw a one gi sample. The sample shall weigh no less than 11.3 Ibs/gal and no more than 12.7 Ibs/gal. Contractor shall not he permitted to modify the material in the distributor in any way in order this specification and the rubberized asphalt slurry seal in the distributor truck shall be rejc @ * 4B em r.# 2/26/97 Contract No. 3527-S Page 65 of APPENDIX “A” e SAMPLE LETTER XYZ, INC. As a part of the City of Carlsbad’s ongoing program to maintain its streets, your street will bc with a mixture of asphalt and sand, beginning in two or three weeks. This process requi your street be closed for one day from 7:OO a.m. to 500 p.m. You will be notified 72 t advance of the day your street will be closed by a brightly colored 3 %” x 8 %” card attached doorknob. You will also notice temporary no parking signs on your street with a specific no date written on it. A successful street maintenance program depends on your cooperation. Please do not dri\ play or skate on the sealed street until it has dried. Furthermore, please do not wash yo[ turn on any sprinklers while you are waiting for the seal to dry. If you don’t plan to leave yo by 7:OO a.m. on the day your street will be sealed, and you need to use your vehicle, ple: your car on an adjacent street in your neighborhood that will not be closed for sealing walking to and from your car, remember not to walk on the newly sealed street or you \ black residue on the bottom of your shoes. The seal could take anywhere from three to six dry, depending on temperature and thickness of the seal. is the Contractor that will be performing the resurfacing work for the for any questions you may have about the you may call them at Sealing of your streel: will not occur on the day your trash is collected. Furthermore, your r be delayed one day. You will not know the exact date your street will be closed until you re( 3 %” x 8 %‘‘ card. If you have a moving company scheduled to come to your house in tw please call and inform the Contractor of the date. Streets will not be sealed on a Saturday or City Holiday. If you have any concerns which cannot be addressed by the Contractor, call the City’s Engineering Inspection Department at 438-3891. The City of Carlsbad has some of the finest streets in the county due to the con( cooperation of citizens like you. Again, your cooperation is greatly appreciated. @ * em %# 2/26/97 Contract No. 3527-S Page 66 of 1 ? CITY OF PROJECT 1997 STREET s AREA OF WORK VKlNtTl I\ 7 J ____ - - 7 7 _I ? r\ q - 7 .. - -i f - 1 m 7. N.T.S. 9. .- - - - - - 7 7 0 F T - 7 N.T.S. - -- J -1 3 - - -- z r 2 VJ r\ r\ _- 7, 7 b *h 7 .. 3 7 N.T.S T r\_ ? r\ f\- n n \ N.T.S. - ---- i I __ -. __ 3 - - - - - - ~. - - - -----=- \ N.T. r7 n I 1 I\ --- MONROE - *- -----I - - -_e_ -- I I J A 4 TAPFR 90 Jr- PVT. STREET - -. * -- -- 7 ?, I -. .-~ -