HomeMy WebLinkAboutSim J Harris Company; 1991-12-12; U/M 92-2I
1
1
I
1
I
I
TABLE OF CONTENTS
NOTICE INVITING BIDS.. ........................................ 3
CONITRACTOR’SPROPOS ......................................... 6
BIDDER’S BOND TO ACCOMPANY PROPOSAL .......................... 12
DESIGNATION OF SUBCONTRACTORS 14
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY 16
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .......... 17
t
...............................
..................
NON-COLLUSION AFFIDAVIT 1 E ......................................
CONTRACT PUBLIC WORKS 15 1’ .
b
......................................
LABOR AND MATERIALS BOND .................................... 27
PERFORMANCE BOND.. ......................................... 25
ESCROW AGREEMENT 31 I RELIEASEFORM ............................................... 3:
SPECIAL PROVISIONS ........................................... 3t
..........................................
SPECIFICATIONS FOR 1991-92 PAVEMENT OVERLAY PROGRAM 4f
1
I
1 MAE’S ....................................................... 5e
I
li
I
............ 1 SPECIFICATIONS FOR TRAFFIC STRIPES AND PAVEMENT MARKINGS ........ 45
STREETLISTING ............................................... 51
STRIPING AND LEGEND SCHEDULE 5: ................................
1/14/91 Rev t
E
B c
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Elrr
Avenue, Carlsbad, California, until 4:OO P.M. on the 23rd day of October, 1991, at whicf
time they will be opened and read for performing the work as follows:
t
1
1991-92 PAVEMENT OVERLAY PROGRAM It CONTRACT NO. U/M 92-2
The work shall be performed in strict conformity with the specifications as approved by tht
City Council of the City of Carlsbad on file with the Municipal Projects Department. Tht
specifications for the work shall consist of the latest edition of the Standard Specification!
of Public Works Construction, hereinafter designated as SSPWC, as issued by the Southen
Chapters of the American Public Works Association. Reference is hereby made to thc
specifications for full particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-ownec
businesses.
No bid will be received unless it is made on a proposal form furnished by the Purchasinj
Dep<artment. Each bid must be accompanied by security in a form and amount require(
by li2W. The bidder's security of the second and third next lowest responsive bidders ma!
be withheld until the Contract has been fully executed. The security submitted by all othe
unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days afie
the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectioi
22300), appropriate securities may be substituted for any obligation required by this noticc
or for any monies withheld by the City to ensure performance under this Contract. SectioI
22300 of the Public Contract Code requires monies or securities to be deposited with thi
City or a state or federally chartered bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
I
1.
I
1
1
1
I
I
i
1
I
b
1
1. Contractofs Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit
1/14/91 Re\ t
t
I 4
All bids will be compared on the basis of the Street Maintenance Supervisor's estimate.
The estimated quantities are approximate and serve solely as a basis for the comparison
of bids. The Street Maintenance Supervisor's Estimate is $320,666.00. The work is
anticipated to take place during the months of November and December, 1991. It is
estimated to take twenty-five (25) workdays to fully complete all aspects of the project 1 including sweeping.
t
The Contractor's attention is directed to Section 6-7 "Time of Completion", and Section 6-9,
"Liquidated Damages", of the 1991 Edition of the Standard Specifications, defining
responsibility with regard to completing work within the time specified. In the event that
the scope of work including all conditions and requirements of the contract are not
completed within the number of working days specified above, (25 working days)
liquidated damages of two hundred fifty ($250.00) dollars for each and every calendar day
required to finish the work in excess of the specified number of working days shall be paid
to the City of Carlsbad.
No bid shall be accepted from a contractor who is not licensed in accordance with the
provisions of California state law. The contractor shall state their license number,
expiration date and classification in the proposal, under penalty of perjury, pursuant to
Business and Professions Code Section 7028.15. The following classifications are
acceptable for this contract: A,C-12 or C-32, in accordance with the provisions of state
law.
If thLe Contractor intends to utilize the escrow agreement included in the contract
documents in lieu of the usual 10% retention from each payment, these documents must
be completed and submitted with the signed contract. The escrow agreement may not be
subsitituted at a later date.
Sets of plans, special provisions, and Contract documents may be obtained at the
Purchasing Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue),
Carlsbad, California, for a non-refundable fee of $10.00 per set.
The City of Carlsbad reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute the
Contract shall be those as determined by the Director of Industrial Relations pursuant to
the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 oi
the Labor Code, a current copy of applicable wage rates is on file in the Office of the
Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less
than the said specified prevailing rates of wages to all workers employed by him or her in
the execution of the Contract.
I
I
1
I
I
b
1
I
1
I
1
i
1
I
r 1/14/91 Rev
I
I 5
The Prime Contractor shall be responsible for insuring compliance with provisions of
Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code,
2"Subletting and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720
shall apply to the Contract for work.
A pre-bid meeting will be held on September 17, 1991 at 2:OO p.m. at the Utilities and
Maintenance Administration Conference Room, 2075 Las Palmas Drive, Carlsbad,
California. A tour of the project sites should be made prior to the pre-bid meeting.
All bids are to be computed on the basis of the given estimated quantities of work, as
indicated in this proposal, times the unit price as submitted by the bidder. In case of a
discrepancy between words and figures, the words shall prevail. In case of an error in the
extension of a unit price, the corrected extension shall be calculated and the bids will be
computed as indicated above and compared on the basis of the corrected totals. A prices must be in ink or typewritten. Changes or corrections may be crossed out and
typed or written in with ink and must be initialed in ink by a person authorized to sign foi
the Contractor.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior
to bidding. Submission of bids without acknowledgment of addenda may be cause ol b rejection of bid.
t
1
I
I
1
1
I
I
t
1
I
I
R
8
I
Bonds to secure faithful performance of the work and payment of laborers and materials
suppliers, in an amount equal to one hundred percent (100%) and fifty percent (SO%),
respectively, of the Contract price will be required for work on this project. These bonds
shall be kept in full force and effect during the course of this project, and shall extend in
full force and effect and be retained by the City for a period of one (1) year from the date
of formal acceptance of the project by the City.
The Contractor shall be required to maintain insurance as specified in the Contract. Any
addirional cost of said insurance shall be included in the bid price.
Approved by the City Council of the City of Carlsbad, California, by Resolution No. 9/-. - adopted on the ot'd z day of * , 1991.
AS/ 6d,h// G<&&&&#& &
Date Ma L. R&& anz, WClerk l7'
t 1/14/91 Rev
I
I
I
1
I
I b Item Unit Price or Lump Sum Quantity unit
I
I
I
1
1
1
4
1
6
CITY OF CARLSBAD
CONTRACT NO. 92-2
CON'IRACTOR'S PROPOSAL
t
City Council
City of Carlsbad
1200 Carlsbad Village Drive I Carlsbad, California 92008
The undersigned declares he/she has carefully examined the location of the work, read the
Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish
all labor, materials, equipment, transportation, and services required to do all the work tc
complete Contract No. U/M 92-2 in accordance with the Plans and Specifications of the
City of Carlsbad, and the Special Provisions and that he/she will take in full payment
therefor the following unit prices for each item complete, to wit:
'
Item Description with Approximate
- No. Price Written in Words and Unit Price Total
1. Asphalt concrete, Type 7,702 tons $aqY \y",,?-\q Q
1 -C-AR-4000, complete
in place at -L% -Le
dollars and Q\w&..~
cents per ton.
2. Header grinding, 27,438 If q .b! is, !O?,.OK
complete in place at
72 "~"3 dollars and Sxh-Sh cents per
linear foot.
3. Petro matting, 29,642 sy % \-lc - pl,7vl Y
complete in place at
~S-.SO dollars and
2tev&+ cents per
square yard. r 1/14/91 Rev
1
7
Item Description Approximate Item Unit Price or Lump Sum Quantity Unit
No. Price Written in Words and Unit Price Total -
1 d, Yo0
4. Layout and replace Lump Sum @W
1
traffic stripes and
pavement markings .. - co-n rb* place at
s~,m-Tw - , cents.
I
I
I
1
1
I
b
I
I
4
I
I
I
1
and 5 i xEIJ Tk-3 RW, fr’ % FOUK \w NOea
5. Adjust storm drain, 4 aqo (e Tbcr,;
manhole covers complete
in place at we> &.:\,sJ~ ,%my
dollars and Uo
cents each.
6. Adjust sewer manhole 40 \%e ‘2 : qoa
covers complete in
place at ~rn-Ge4 2-t +y-w~c
dollars and iEo
cents each.
7. Adjust monument 15 g3 c2 k ,ax
covers complete in
place at % <+%”-%<ex
dollars and GC
cents each.
1 277 00 223- c 8. Adjust sewer dead end
cover complete in ?lace,
at s ~wwd ., doTIars
and -?~-m cents
-wda ..Le Q ’ x \+,- &<?q!\/L
1 each.
t 1/14/91 Rev
1
I
I
1
1
1
I
I
I
I
1
I
1
I
8
Item Description Approximate
Unit Price or Lump Sum tE Price Written in Words and Unit Price Total unit Quantity
9. Adjust water values 100 300 * 2): c(l;z3
complete in place at
and ib\n cents
b d 'h wd e d dollars I each.
10. Adjust vault ring 1 23a.e 2-
cover complete in
place at Wo tfu~om -rtc\w -TWO
dollars and NO 1 cents each.
TL30 WdQREI) G)6lit-fl-F0OK-~~~~~, 6l6W W&XUZO Frf3-Y- FI'A
e Total amount of bid in words:$+WUW-&W 5 PW TY L!(X - *- AnlQ~OCqrtrs
Total amount of bid in numbers: $*-- ag4, rs8 00
Price(s) given above are firm for 90 days after date of bid opening.
Addendum(a) No(s).
proposal.
The Undersigned has checked carefully all of the above figures and understands that thf
City will not be responsible for any error or omissions of the part of the Undersigned ir
making up this bid.
1 b
has/have been received and is/are included in thir
t 1/14/91 Rev
I
1
I
I
1
I
II
I
b
I
I
I
I
1
I
9
The Undersigned agrees that in case of default in executing the required Contract with
necessary bonds and insurance policies within twenty (20) days from the date of award of
Contract by the City Council of the City of Carlsbad, the proceeds of the check or bond
accompanying this bid shall become the property of the City of Carlsbad.
The Undersigned bidder declares, under penalty of perjury, that they are licensed to do
business or act in the capacity of a contractor within the State of California and that they are validly licensed under license number -'+I 3SX- , classification A
which expires on % /3 \ jqa. This staternezs true and correct and has the legal effect
of an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant
to the Business and Professions Code shall be considered non-responsive and shall be
rejected by the City. § 7028.15(e). In all contracts where federal funds are involved, no
bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance
with California law. However, at the time the contract is awarded, the contractor shall
be properly licensed. Public Contract Code 9 20104.
The Undersigned bidder hereby represents as follows:
t
I. That no Council member, officer agent, or employee of the City of Carlsbad is
personally interested, directly or indirectly, in this Contract, or the compensation tc
be paid hereunder; that no representation, oral or in writing, of the City Council
its officers, agents, or employees has inducted hidher to enter into this Contract
excepting only those contained in this form of Contract and the papers made a pari
hereof by its terms; and
2. That this bid is made without connection with any person, firm, or corporatior
making a bid for the same work, and is in all respects fair and without collusion 01
fraud.
Accompanying this proposal is BCfd 3 (Cash, Certified Check, Bond or Cashier's Check) 1 for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code whicl
requires every employer to be insured against liability for workers' compensation or tc
undertake self-insurance in accordance with the provisions of that code, and agrees tc
comply with such provisions before commencing the performance of the work of thi
Contract and continue to comply until the contract is complete. I
....
t 1/14/91 Re\
I
1
1
I
1
I
I
I
b
I /
1
I
I
I
I
I
10
The {Jndersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article
2, relative to the general prevailing rate of wages for each craft or type of worker needed
to execute the Contract and agrees to comply with its provisions. t
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: , I
I ” 1 (1)
(2)
Name under which business is conducted
Signature (given and surname) of proprietor / (3) Place of Business /’
(Street and Number)
/
- IF A PARTNERSHIP, SIGN HERE:
/
/ , (1) Name under which business is conducted ,
(2) Signature (given and surname and character of pame<j (Note: Signature /’ must be made by a general partner) ,
J
,
I
, ,
(3) Place of Business ,‘
/ (Street and Number)
City and State I .& Code Telephone No.
t 1/14/91 Rev
StephanLNemeth , known to n
Vice President - I
of the Sim J. Harris Company the Corporation that executed the within Instrcment, known to me to be the executed the within Instrument, on behalf of the Corporation, therein named, and P
,r- \ *.
I- i h - -9+, \\ - Y-- i 1 >\-A / -
ACKMOIILEDCYEN~-COIPWS~~OM-~~ICO~~S F- ~P--RW. sa Notary Pubiic in and for said State.
I
11
IF A CORPORATION, SIGN HERE:
c -9
-'4 (1) Name under which business is conducted
< 5\ l-0 T. StACL is ~rnPAW-i I
I (2) Signature
e r-- ET-++ - d QE IPRE5rDms L>J- bkm 1 Title
Impress Corporate Seal here 4
8
1
I (Street and Number)
(3) Incorporated under the laws of the State of EaNflE
(4) Place of Business qaal #R$XLs ft&wTg&P&I
City and State $Ad DIEGO I C A qa.8Y.s
(5) Zip Code Telephone No. ( b 14 ) 277- 54 8 I
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE
1
1
I
I
I
P .r
I
I AlTACHED
List below names of president, vice president, secretary and assistant secretary, if 2
corporation; if a partnership, list names of all general partners, and managing partners: R.s, t\E3ac- pEs,Q&/q-
Sqfst (d &pa-+ -\ ICE ff33wiG-
E A& &UE- W&SGEK
t 1/14/91 Rev
I
12
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, \S\m T, &fik&s mQf'fi~Y, as Principal, and %%fkfifib SdSf?' W7'$wPf,
as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as
follows: (must be at least ten ercent (10%) of the bid amount)
for vvhich payment, well and '&dy 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 1991-92 Pavement Overlay Program, Contract No. U/M 92-2,
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter
into and execute a Contract including required bonds and insurance policies within ten
(10) days from the date of award of Contract by the City Council of the City of Carlsbad,
being duly notified of said award, then this obligation shall become null and void;
otheirwise, it shall be and remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
i
I
I
I
I
II
I
1
I ....
I
I ... 0
1
I
1
?db" -E\GUT -tW us&dD 8.& ADOLL twr.OW .A 0 fd0Ciart-s % (4 ag:
u
m... b ....
o...
....
....
....
....
....
....
I. 1/14/91 Rev
il
ai
~~~f~~IE"I-Corpont~wc*loI~~~ fqrn =+*". 56( Nobrv Puhlw in *"A fmr -.:A P+.+~
I
1'
I I
I $1
i
,
-- -_ -
STATE OF CALlFORWlh,
COUNTY OF-- DIEGO 1 ss.
ON 0-y ,
before me, the undersigned, a Notalry Public in and for said State, personal11
, known to mc
IT
FRANK B. HOmN-- AS S I STANT SEC%EFARY
of the SIM J. HARRIS COMPANY -- the Corporation that executed the within Indrcilzent, known to me to be the p executed the within Instrument, on benaif of the Corporation, therein named, and ack to me that such Corpbration executed the same.
WITIIESS my hand and official seal.
__
ACIV(OmEDGYEWT--Cw~rpontion-Wolcoth Form 2224~ 3-64 <'X>> Notary Publie in and for sai tate. L
> a* 1
I 13
In the event Principal executed this bond as an individual, it is agreed that the death of
Principal shall not exonerate the Surety from its obligations under this bond. q
Executed by PEUNCIPAL this 3% day of Executed by SURETY this '3c A day of I 0 ';?-a& G IR J 19%. a&har\ ,19q\.
PRIRICIPAL: SURETY:
- SI\% -3-3 w&$zL5 CamPAp'd 5 ea or23 k-.d sic b-C.L1,4 e.e fn fQ q
8
(Name of Principal) (Name of Surety) I;
By: --A By: CGA kt?< iiJ--ri/;,,~,,- *" I ' (sign here) signature df Attorney-in-Fact
I (print name here) printed name of Attorney-in-Fact
S,Z kEPtmt-2- Q4 Mdi/ lC/: / r"!& !,9,-)-5
d \PC B (attach corporate resolution showing
current power of attorney) (title and organization of signatory)
BY: -
6 & MFFtnmd
SZECrnY
I
I i4
l
I
I.
I '*
I
I
IC.
I
P
5
(print name here)
(title and organization of signatory)
(Proper notanal acknowledge of execution by PRINCIPAL and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under
corporate seal empowering that officer to bind the corporation.)
APPR.OVED AS TO FORM:
VINCENT F. BIONDO, JR.
City 14ttomey
BY:- KAREN J. HIRATA
Deputy City Attorney
1/14/91 Rev.
I
I 14
DESIGNATION OF SUBCONTRACTORS
The Contractor certifies he/she has used the sub-bids of the following listed Contractors
in mi&ing up his/her bid and that the sub-contractors listed will be used for the work for
which they bid, subject to the approval of the Utilities and Maintenance Director, and in
accordance with applicable provisions of the specifications and Section 4100 et seq. of the
Public Contracts Code - "Subletting and Subcontracting Fair Practices Act." No changes
may be made in these subcontractors except upon the prior approval of the City Engineer
of the City of Carlsbad. The following information is required for each sub-contractor.
Additional pages can be attached if required:
t
I
I
I
I Work Full Companv Name with Zip Code with Area Code
Items of Complete Address Phone No.
PAJWW =4<, J rJ& fj vsms, co 43 o,! 13.66 1114 47x2- loql IVC.
2
~\&KL5lQE,P&i 4 ama
I
1
b-
I
I
I
I -
I
R
I
I
J
I tJf$ IY3 N 4 s\u LFY ST, (7 I +) 637 - %s Y WbW7F c.cmm KJKAf s=-uos', rut,
OaaGE, C2-l q=LW'
1/14/91 Rev I.
I
15
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the sub-bids of all the listed
subclontractors as part of the sealed bid submission. Additional pages can be attached, if
required.
i
I
I
R
I
I
I
b-
II
I
I
1
I
I
I
I
Type of State
Contracting Carlsbad Business Amount of Bid
Full Company Name License & No. License No.* I$ or Yo)
fAGhw RKY<,I .I& 569 353 ,A bOUG 6. a0/,
S'i'jtLmS ; IIJC-. -
OW(\16€? coom 3 4[, n Q .5, c- 32 1\47 b70 S.d% - SX\P\rJb- SLrwKXI IhK-
- -
* Licenses are renewable annually. If no valid license, indicate "NONE." Valid license
must be obtained prior to submission of signed Contracts.
1/14/91 Rev. P
I
16
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
Bidder submits herewith a statement of financial responsibility.
i
I
I
I
I
I
1
L
II
I
I
II
I
I
I
I
1 s-* 5 5 om
- nldy ?kt QTEP,TA F6 R ~lftR-lOLLs CITIt3, /
1 Nc>\./ uD1MG THE- C\m Qf=C,AUb AD,
5\m 3. RprUI 5 Corn PA-dY tt-ft.5 PI-"Cr\l In\
~USIe\icScSS S\qkE \4 3zL *
1/14/91 Rev. t
1c
17
BIDDER’S STATEMENT OF TECHNICAL MXLITY AND EXPERIENCE
The Bidder is required to state what work of a similar character to that included in the
proposed Contract he/she has successfully performed and give references, with telephcme
numbers, which will enable the City to judge his/her responsibility, experience and skill.
An attachment can be used.
I
I
1
I
I
I
b
I
I
1
I
I
1
li
I
I
Name and Address
1/14/91 Rev P
1
ia
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
- State of California 1
COUllty of 1 ) ss.
i
I
I
II
I
1
I
II
I a
I
I
E
I
2,x I\imE-r # , being first duly sworn, deposes
(Name of Bidder)
and says that he or she is
of - 1
9 KEA iDEPT-
(Title)
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
of, ainy undisclosed person, partnership, company, association, organization, or corporation;
that the bid is genuine and not collusive or sham; that the bidder has not directly 01
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not
directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone
shall refrain from bidding that the bidder has not in any manner, directly or indirectly,
sought by agreement communication, or conference with anyone to fix the bid price, or oi
that of any other bidder, or to fix any overhead, profit, or cost element of advantage
agaiinst the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and further, that the bidder ha:
not, directly or indirectly submitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged information or data relative thereto, or paid, and will not pay
any fee to any corporation, partnership, company association, organization, bid depository
or to any member or 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 affidavit was executed on the p day of
b
OCTO@, F,& , 192.
dgnature of Bidder I
+k cp, c T'jdb4d\ , 192. Subscribed and sworn to before me on the i 0 day of _____-_ 1.. --> +a<< y/ f \ --
I (NOTARY SEAL)
Signature of Nbtary
1/14/91 Rev.
f
1
19
CONTRACT - PUBLIC WORKS
This agreement is made this /As day of &z-.k+'
City of Carlsbad, California, a municipal cordoration, (hereinafter called "City"), and
business is 9229 Harris Plant Road, San Dieqo, CA 92145
9 195, by and between the
Sim J. Harris ComDanv whose principal place of
1
1
1
1
I
b
I
I
li
II
B
f
I
I - (hereinafter called "Contractor".)
City and Contractor agree as follows:
1. DescriDtion of Work. Contractor shall perform all work specified in the Contract
documents for the 1991-92 Pavement Overlay Program, Contract No. U/M 92-2, I (hereinafter called ''project").
2. Provisions of Labor and Materials. Contractor shall provide all labor, materials,
tools, equipment, and personnel to perform the work specified by the Contract
Documents e
3. Contract Documents. The Contract Documents consist of this Contract, Notice
Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of
Subcontractors, Bidder's Statements of Financial Responsibility and Technical
Ability, Non-collusion Affidavit, Escrow Agreement, Release Form, the Plans and
Specifications, the Special Provisions, and all proper amendments and changes
made thereto in accordance with this Contract or the Plans and Specifications,
and all bonds for the project; all of which are incorporated herein by this I reference.
Contractor, her/his subcontractors, and materials suppliers shall provide anc
install the work as indicated, specified, and implied by the Contract Documents
Any items of work not indicated or specified, but which are essential to thf
completion of the work, shall be provided at the Contractor's expense to fulfil
the intent of said documents. In all instances through the life of the Contract
the City will be the interpreter of the intent of the Contract Documents, and the
1/14/91 Rev t
1
20
City's decision relative to said intent will be final and binding. Failure of the
Contractor to apprise subcontractors and materials suppliers of this condition of
the Contract will not relieve responsibility of compliance.
Payment. For all compensation for ContractoJs performance of work under this
Contract, City shall make payment to the Contractor per Section 9-3 of the
Standard Specifications for Public Works Construction. The closure date for each
monthly invoice will be the 30th of each month. Invoices from the Contractor
shall be submitted according to the required City format to the City's assigned
project manager no later than the 5th day of each month. Payments will be
delayed if invoices are received after the 5th of each month. The final retention
amount shall not be released until the expiration of thirty-five (35) days
following the recording of the Notice of Completion pursuant to California Civil
Code Section 3184.
Independent Investiyation. Contractor has made an independent investigation of
the job site, the soil conditions at the job site, and all other conditions that
might affect the progress of the work, and is aware of those conditions. The
Contract price includes payment for all work that may be done by Contractor,
whether anticipated or not, in order to overcome underground conditions. Any
information that may have been furnished to Contractor by City about
underground conditions or other job conditions is for Contractor's convenience
only, and City does not warrant that the conditions are as thus indicated
Contractor is satisfied with all job conditions, including underground condition:
and has not relied on information furnished by City.
4.
1
I
4
1
8
1
I
b
I
1
I
I
E
I
5.
I
6. Contractor Responsible - for Unforeseen Conditions. Contractor shall bc
responsible for all loss or damage arising out of the nature of the work or frorr
the action of the elements or from any unforeseen difficulties which may arise 01
be encountered in the prosecution of the work until its acceptance by the City
Contractor shall also be responsible for expenses incurred in the suspension 01
discontinuance of the work. However, Contractor shall not be responsible foi
reasonable delays in the completion of the work caused by acts of God, stormj
weather, extra work, or matters which the specifications expressly stipulate wil
be borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves digging
trenches or other excavations that extend deeper than four feet below the surfacf
Contractor shall promptly, and before the following conditions are disturbed
notify City, in writing, of any:
7.
1
1/14/91 Rev t
I
21
Material that Contractor believes may be material that is hazardous waste,
as defined in Section 251 17 of the Health and Safety Code, that is required
to be removed to a Class I, Class 11, or Class 111 disposal site in accordance
with prohsions of existing law.
Subsurface or latent physical conditions at the site differing from those
indicated.
Unknown physical conditions at the site of any unusual nature, different
materially from those ordinarily encountered and generally recognized as
inherent in work of the character provided for in the contract.
A. 1
B.
1
I
1
1
I
b
I
I
1.
I
I
i
C. i
City shall promptly investigate the conditions, and if it finds that the conditions
do materially so differ, or do involve hazardous waste, and cause a decrease or
increase in contractor's costs of, or the time required for, performance of any part
of the work shall issue a change order under the procedures described in this
contract.
In the event that a dispute arises between City and Contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or
increase in the contractor's cost of, or time required for, performance of any part
of the work, contractor shall not be excused from any scheduled completion date
provided for by the contract, but shall proceed with all work to be performed
under the contract. Contractor shall retain any and all rights provided either bq
contract or by law which pertain to the resolution of disputes and protests
between the contracting parties.
Change Orders. City may, without affecting the validity of the Contract, ordei
changes, modifications and extra work by issuance of written change orders
Contractor shall make no change in the work without the issuance of a writter
change order, and Contractor shall not be entitled to compensation for any extrz
work performed unless the City has issued a written change order designating ir
advance the amount of additional compensation to be paid for the work. If E
change order deletes any work, the Contract price shall be reduced by a fair and
reasonable amount. If the parties are unable to agree on the amount oj
reduction, the work shall nevertheless proceed and the amount shall bc:
determined by litigation. The only person authorized to order changes or extr;
work is the Utilities & Maintenance Director. The written change order must bc
executed by the City Manager or the City Council pursuant to Carlsbad Munkipa
8.
n
1 Code Section 3.28.172.
1/14/91 Rev t
n
22
Immigration - Reform and Control Act. Contractor certifies he is aware of the
requirements of the I&gration Reform and Control Act of 1986 (8 USC
Sections 1101-1525) and has complied and will comply with these requirements,
including, but not limited to, verifying the eligibility for employment of all
agents, employees, subcontractors, and consultants that are included in this
Contract.
Prevailinn Wane. Pursuant to the California Labor Code, the director of the
Department of Industrial Relations has determined the general prevailing rate of
per diem wages in accordance with California Labor Code, Section 1773 and a
copy of a schedule of said general prevailing wage rates is on file in the office of
the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to
California Labor Code, Section 1775, Contractor shall pay prevailing wages.
Contractor shall post copies of all applicable prevailing wages on the job site.
Indemnification. Contractor shall assume the defense of, pay all expenses of
defense, and indemnify and hold harmless the City, and its officers and
employees, from all claims, loss, damage, injury and liability of every kind, nature
and description, directly or indirectly arising from or in connection with the
performance of the Contractor or work; or from any failure or alleged failure of
Contractor to comply with any applicable law, rules or regulations including
those relating to safety and health; except for loss or damage which was caused
solely by the active negligence of the City; and from any and all claims, loss,
damages, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the Contract, unless
the loss or damage was caused solely by the active negligence of the City. The
expenses of defense include all costs and expenses including attorneys fees for
litigation, arbitration, or other dispute resolution method.
Insurance. Contractor shall procure and maintain for the duration of the contract
insurance against claims for injuries to persons or damage to property which may
arise from or in connection with the performance of the work hereunder by thc
Contractor, his agents, representatives, employees or subcontractors.
(A) COVERAGES AND LIMITS - Contractor shall maintain the types 01
1 9.
1
8
I
1
I
b
I
I
I
I
1
I
8
10.
1
11.
2
12.
coverages and minimum limits indicted herein:
1/14/91 Rev t
1
23
1. Comprehensive General Liability Insurance:
$1,000,000 combined single limit per occurrence for bodily injury
and property damage. If the policy has an aggregate limit, a
separate aggregate in the amounts specified shall be established for
the risks for which the City or its agents, officers or employees are
additional insureds.
i
I
I
1
I
I
1
b
I
I
I
I
I
I
2. Automobile Liability Insurance:
$1,000,000 combined single limit per accident for bodily injury and
property damage.
Workers’ Compensation and Emdoyers’ Liability Insurance:
Workers’ compensation limits as required by the Labor Code of the
State of California and Employers’ Liability limits of $1,000,000 per
incident.
3.
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of
insurance required under this agreement contain, or are endorsed to
contain, the following provisions. General Liability and Automobile
Liability Coverages:
1. The City, its officials, employees __ -__- -_ and _-- - volunteers are to be covered
as additional insureds as respects: liability arising out of activities
pe3orrfied-by or on behalf of the Contractor; products and
completed operations of the contractor; premises owned, leased,
hired or borrowed by the contractor. The coverage shall contain
no special limitations on the scope of protection afforded to the
City, its officials, employees or volunteers.
The Contractor‘s insurance coverage shall be primary insurance as
respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials,
employees or volunteers shall be in excess of the contractor‘s
insurance and shall not contribute with it.
Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to the City, its officials, employees 01
volunteers.
Coverage shall state that the contractor‘s insurance shall apply
separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer‘s liability
1/14/91 Rev
1
2.
I
3.
4.
t
1
24
"CLAIMS MADE" POLICIES - If the insurance is provided on a "claims made'
basis, coverage shall be maintained for a period of three years following thc
date of completion of the work.
(D) NOTICE OF CANCELLATION - Each insurance policy required by thi:
agreement shall be endorsed to state that coverage shall not be suspended
voided, canceled, or reduced in coverage or limits except after thirty (30:
days' prior written notice has been given to the City by certified mail
return receipt requested.
(C) I
I
I
I
n
I
b
I
i
II
I
I
8
I
1:
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - hj
deductibles or self-insured retention levels must be declared to anc
approved by the City. At the option of the City, either: the insurer shal
reduce or eliminate such deductibles or self-insured retention levels a:
respects the City, its officials and employees; or the contractor shall procurt
a bond guaranteeing payment of losses and related investigation, clain I administration and defense expenses.
(F) WAlVER OF SUBROGATION - All policies of insurance required under thi:
agreement shall contain a waiver of all rights of subrogation the insure]
may have or may acquire against the City or any of its officials 01
employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured:
under its policies or shall furnish separate certificates and endorsements foi
each subcontractor. Coverages for subcontractors shall be subject to all o
the requirements stated herein.
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurer!
that have a rating in Best's Key Rating Guide of at least A:V, as specified bj
City Council Resolution No. 90-96.
VERIFICATION OF COVERAGE - Contractor shall furnish the City Wit1
certificates of insurance and original endorsements affecting coveragc
required by this clause. The certificates and endorsements for eacl
insurance policy are to be signed by a person authorized by that insurer tc
bind coverage on its behalf. The certificates and endorsements are to be ir
forms approved by the City and are to be received and approved by the Ciq
before work commences.
COST OF INSURANCE - The Cost of all insurance required under thi:
agreement shall be included in the Contractor's bid.
(I)
(J)
1/14/91 Rev t
I
25
Claims and Lawsuits. Contractor shall comply with the Government Tort Claim:
Act (Section 900 et seq of the California Government Code) for any claim 01
cause of action for money or damages prior to filing any lawsuit for breach 0.
f 13.
1 this agreement.
14. Maintenance of Records. Contractor shall maintain and make available at no cos
to the City, upon request, records in accordance with Sections 1776 and 1812 o Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does no
maintain the records at ContractoJs principal place of business as specifiec
above, Contractor shall so inform the City by certified letter accompanying tht
return of this Contract. Contractor shall notify the City by certified mail of an!
change of address of such records.
Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit1
Section 1720 of the Labor Code are incorporated herein by reference.
1
I
B
1
n
b
I
I
I
I
I ....
I
I
15.
- 16. Security. Securities in the form of cash, cashier's check, or certified check ma!
be substituted for any monies withheld by the City to secure performance of thi:
contract for any obligation established by this contract. Any other security tha
is mutually agreed to by the Contractor and the City may be substituted fo
monies withheld to ensure performance under this Contract.
Affirmative Action. Contractor certifies that in preforming under the purchasc
order awarded by the City of Carlsbad, he will comply with the County of Sa1
Diego Affirmative Action Program adopted by the Board of Supervisors, includin:
all current amendments.
Provisions Required by Law Deemed Inserted. Each and every provision of lav
and clause required by law to be inserted in this Contract shall be deemed to bl
inserted herein and included herein, and if, through mistake or otherwise, an
such provision is not inserted, or is not correctly inserted, then upon applicatioi
of either party, the Contract shall forthwith be physically amended to make sucl
17.
18.
I insertion or correction.
....
....
....
1/14/91 Rei f
-. - -__ __._ . - -- ~_. __ __._ -~ /j STATE OF CALIFORNIA, [ ss
x.\
1/ COUNTY OF-. San Dieqo -+e QQL\$h i,&& 3 ‘-\ “.ci !I ON- - befve me, the underslgrra, a N&TJ Puhli:: Ste-LNemeth
, known to me Vice President
‘I of the Sim J. Harris Company the Corporation that executed the within instrcment, known to me to be the { executed the within Instrument, on behalf of the Corporation, therein named, and ac to me that such Corporation eXxUted the same.
jj 1
-- WITiESS my hand a$offic&l seal -- .. +\y,
/L”a., \ Y--R&.&+ t
-I--- $okay Public in and for said State.
1‘ -
I AC~OWLEDCYE1IT--EorpontiMc--WoIcottr form ?Z-Rev. 344 i- _____. - . . . - ..- - _. _.
I j
_____-- - -
u
26
Additional Provisions. Any additional provisions of this agreement are set forth
in the “General Provisions“ or “Special Provisions” attached hereto and made a part hereof.
i 19.
1
I
I.
T
I
NOTARIAL ACKNOWLEDGEMENT OF Contractor
EXECUTION BY ALL SIGNATORIES
MUST BE AlTACHED
(COIWORATE SEAL)
6, .<T. #&?“yvw3?-b ‘O<e?Z D?X “5
Prht Name of Signatory
/+ Signature of Signatory
APPROVED TO AS TO FORM: v;UL Qy;W,c.A ehL* I Title
VINCENT F. BIONDO, JR. City Attorney CITY OF CARL
I\ By: ‘ L2-Em,
Deputy City Attorney , =/ 9/ ?, 1
I
I
I
I
I
1/14/91 Rev. t
27 aa'a bci 1-91
LABOR AND MATERIALS BOND 0
WHERFAS, the City Council of the City of Carlsbad, State of California, by Resolution No. --, 91-364 adopted November 12, 1991 , has awarded to Sim J.
Hanris Company (hereinafter designated as the
"Principal"), a Contract for the 1991-92 Pavement Overlay Program, Contract No. U/M 92-
2, in the City of Carlsbad, in strict conformity with the drawings and specifications, and
other Contract Documents now on file in the Office of the City Clerk of the City of
Carlsbad and all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the terms
thereof require the furnishing of a bond, providing that if Principal or any of their
subcontractors shall fail to pay for any materials, provisions, provender or other supplies
or teams used in, upon or about the performance of the work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, WE,
- A
sum
($L42,427.50 ), said sum being fifty percent (50%) of the estimated amounl
payaible by the City of Carlsbad under the terms of the Contract, for which payment well
and truly to be made we bind ourselves, our heirs, executors and administrators
successors, or assigns, jointly and severally, firmly by these presents.
THE, CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/he
subc:ontractors fail to pay for any materials, provisions, provender, supplies, or teams use(
in, upon, for, or about the performance of the work contracted to be done, or for any othe
wor:k or labor thereon of any kind, or for amounts due under the Unemployment Insurancc
Code with respect to such work or labor, or for any amounts required to be deducted
withheld, and paid over to the Employment Development Department from the wages o
employees of the contractor and subcontractors pursuant to Section 13020 of thc
Unemployment Insurance Code with respect to such work and labor that the Surety wil
pay for the same, not to exceed the sum specified in the bond, and, also, in case suit i
brought upon the bond, costs and reasonable expenses and fees, including reasonabli
attorney's fees, to be fixed by the court, as required by the provisions of Section 3248 o
the California Civil Code.
This bond shall inure to the benefit of any and all persons, companies and corporation
entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencin
with Section 3082).
0
*
9/27/91 Rei @
i I I
to me that such Corporation exscuted the same.
_- WlTnESS my hand and official seal
---+ LA-& LL-L 1,
-_I-
Noiary Public in and for said State.
x-? f- AC~~EDEYEllT~orpontion-Wolcotti Fm Zp4tV. 564
-
1 s
28
In thLe event that Contractor is an individual, it is agreed that the death of any such
Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 3s-
I
Executed by SURETY this &A day of
day of kJr ?v&Amiw\ ,19 x. nave wwr ,195&.
SURETY:
i r CONTRACTOR:
I (Name of Surety)
I By: &+fi A/
A+: 5@&.boG!r-e[ SU r@L, I
c - JG to rne y -in- E: ac t
5-r. WF %%Le4-kf\ L Ch3 : \\.;om 3 (print name here) printed name bf Attorney-h-Fact
(attach corporate resolution showing
current power of attorney)
I
1."
1
L' YCxL p 3-e 5 I CLkkk -fi- I (title and organization of signatory)
By: - b (sign here)
(print name here) 1 r
B- (title and organization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under I corporate seal empowering that officer to bind the corporation.)
APPROOVED AS TO FORM: u " VINCE . BIONDO, JR.
8
KAREN J. HIRATA 1 a/?/ ci\/
D* ciwL BY:- 1 R. L
Deputy City Attorney I
I 1/14/91 Rev.
t
n Diego, California
500,000.00) DOLLARS
urety bonds, undertakings and instruments for said purposes, when duly executed by the af
binding upon the said Company as fully and to the same extent as if signed by the duly autr
nt to the following By-Laws which were duty adopted by the Board of Directors of tl
with Amendments to and including January 15, 1982 and are still in full force and eff
Notary 1 CERTIFICATE
URETY COMPANY do hereby certify that the original Power of Attorney of which th
eof thiscertificateand I do furthercertify that thevice-Presidentwhoexecuted the
Directors to appoint an attorney-in-fact as provided in Article Vil. Section 1, of th
Foor verlfrcat,on of the auihen~,cl~y of ihls power o; bIto;ne\j you pay call, colleci, 201-552-3533 am esk foi $.he 3oiw 2f Aitorney c'erl~ P'nass lefe-
o'iklorney number, llle zbove named indlvlcl?ai(s) 2nd derails ox tne bond to i?iiIicil the Dovier IS aimched in New'lor'<, 31~1 212-@7-54#f
1 da a6e;il-ql
29
PERFORMANCE BOND
WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No.
A 91-364 adopted November 12, 1991 , has awarded to Sim J. Harris Company , (hereinafter designated as the "Principal"), a Contract for the 1991-92 Pavement
Overlay Program, Contract No. U/M 92-2, in the City of Carlsbad, in strict conformity with
the contract, the drawings and specifications, and other Contract documents now on file
in he Office of the City Clerk of the City of Carlsbad all of which are incorporated herein
by this reference.
WHEREAS, Principal has executed or is about to execute said Contract and the tern
thereof require the furnishing of a bond for the faithful performance of said Contract;
NOW, THEMFORE, WE, Sim J. Harris Company , as Principal, (hereinaftel
designated as the "Contractor"), and nltxxx. UTQ 5W-e: Qhkh 1 'z?AN..G as
Surety, are held and firmly bound unto the City Endr
eighty-four thousand eiqht hundred fifty-five E oO1loODollars ($ 284,855.00 1:
said sum being equal to one hundred percent (100%) of the estimated amount of the
Contract, to be paid to City or its certain attorney, its successors and assigns; for whicE
payment, well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor,
their heirs, executors, administrators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, conditions, and agreement:
in the Contract and any alteration thereof made as therein provided on their part, to be
kept and performed at the time and in the manner therein specified, and in all respect:
according to their true intent and meaning, and shall indemnify and save harmless the Ciq
of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligatior
shdl become null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specifiec
therefor, there shall be included costs and reasonable expenses and fees, including
reasonable attorney's fees, incurred by the City in successfully enforcing such obligation
all to be taxed as costs and included in any judgment rendered.
Surety stipulates and agrees that no change, extension of time, alteration or addition to thf
terrrls of the Contract, or to the work to be performed thereunder or the specification!
accompanying the same shall affect its obligations on this bond, and it does hereby waivt
notice of any change, extension of time, alterations or addition to the terms of tht
Contract, or to the work or to the specifications.
I
1
I
I
I
I
I
1
1
II
I
I
I
8
I
b
1/14/91 Rev
t
I ]I
1
to me that such Corporation exscuted the same.
- WITRESS my hand and official seal
e- ----
,,I" '- .=----+-\\> \ ,/-\,
-4- \- .\Az-,-- 4 /*%"----
n Notary Pubhc in and for said States AC10(0mED6YENT-C~l~Wolcottr Form pL--Rev. 344
1 <
30
In the event that Contractor is an individual, it is agreed that the death of any such
Contractor shall not exonerate the Surety from its obligations under this bond.
Executed by CONTRACTOR this 3-
day of &,~*wb , 19 x\ _~na-~y/vv-co, ,1991.
Executed by SURETY thisdWday of
1
1 .s
L CONTRACTOR: SURETY:
1
1.
I'
b
A -5 c&q~Q>xy 5,- 3-. GK?*- %r-&oa. rd SkreLv c 6-
(Name of Surety) I (Name of Contractor)
By- By: L cjL&
(sign here) signature o!f?Attorney-b-Fact
L; 3. N\QAN%~w (2-2 ; nclL.4 I \ \:GVW-3
(print name here) printed name of Attorney-in-Fact
WaL-Qe- '1 $&&ak- (attach corporate resolution showing
(title and organization of signatory) current power of attorney)
.J By: - I 'tq (sign here)
I (print name here)
I (title and organization of signatory)
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one
officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under
4
I
1 f corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM: 1 VINCE F. BIONDO, JR. city/L BY:- IQ L
KAREN J. HIRATA cZ/~ /9/
I
I
Deputy City Attorney
1/14/91 Rev.
t
d by these presents does make, constitute and appoint K,
Limited to TWO MILLION FIVE HUNDRED THOUSAE nature as follows:
caused these presents to be signed by one of its
tested by one of its Assistant Secretaries, this _. g.4
d Company; that the seal affixed to said instrument is such co
of said Company; and that he signed his name thereto as Vice
Notary F
BOARD SURETY COMPANY do hereby certify that the original Power of Attorney of which the forec
on the date of this Certificate and 1 do further certify that the Vice-president who executed the said PC
Board of Directors to appoint an attorney-in-fact as provbded in Article VII, Section 1, of the 8y-t
of the Executive Committee of the BI
CERTIFICATE
OF INSURANCE
Sim J. Harris Company P. 0. Box :3069 San Diego, CA 92103-00.21
ALL LIMITS IN THOUS
Claims Made !3J Occurrence
Owners 8 Contractors Protective
Automobile Liability
BAP 1423785-0/S
Workers’ Compensation
CARLSBA.D, CA 92008
C-01 AJG 6/86
--....-. -I ."lrx.- YbI.LI *-L L1nL ---- ._"."" "6
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
' ADDITIONAL INSURED - OWNERS, LESSEES OR ..
0 CONTRACTORS (FORM 9)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name oi Person or Organization.
CITY OF CARLSBAD
(If no entry appears above. information required to complete this endorsement wiii be shown In the Oeclari
as applicable to this endorsement.)
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown I Schedule. but only with respect to liability arising out of "your work" for that Insured by or for you.
s
SUBCONTRACTOR'S INSURANCE IS PRIMARY IN THE EVENT OF AI< ACCIDENT C'I.USED BY
SUBCONT-WCTCR'S NEGLIGENCE, OR T:l2 NEGLIGENCE OF ANY SL%-SUBCOlJTRACTOR IIIRED
BY SUBCONTRACTOR, AND TIE FC-PERENCED ADDITIOMIZL INSURED'S INSURANCE IS
NON-CONTRIBUMRY .
@ ADDITIONAL INSURED CLAUSE:
IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY SHP
APPLY TO: THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES & VOLUN'I
As additional insured but only with respect to legal liability or c
caused by, arising out of, or resulting directly, or indirectly , f the operations of the Named Insured.
8
CANCELLATION CLAUSE :
This policy shall not be cancelled nor shall the limits of the liak expressed in this certificte be reduced until thirty (30) days aft€
written notice thereof has been give to:
I
&/5 r/l. Ah L-tY THE CITY OF CARLSBAD
1200 ELM AVENUE L7LJTERSIGLJZD 3Y i
CARLSBAD, CA 92008
@ CG20101185 Copyright. insurance Services Office, Inc.. 1984
\
- --- __ ---
1
31
OPTIONAL
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
I
This Escrow Agreement is made and entered into by and between the City of Carlsbad
whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter
called Tity'' and whose
address is -- hereinafter called "Contractor" and
whose address is
I
I
I
I
1
b
I
I
I
I
1
I
I
hereinafter called "Escrow Agent." 1 For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree
as follows:
1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the option
to deposit securities with Escrow Agent as a substitute for retention earnings
required to be withheld by City pursuant to the public works contract entered
into between the City and Contractor for the 1991-92 Pavement Overlay
Program, Contract No. U/M 92-2, in the amount of
(hereinafter referred to as the "Contract").
A copy of said contract is attached as Exhibit "A". When Contractor deposits the
securities as a substitute for Contract earnings, the Escrow Agent shall notify the
City within ten (10) days of the deposit. The market value of the securities at
the time of the substitution shall be at least equal to the cash amount then
required to be withheld as retention under the terms of the Contract between the
City and Contractor. Securities shall be held in the name of City of Carlsbad and
shall designate the Contractor as the beneficial owner. Prior to any
disbursements, Escrow Agent shall verify that the present cumulative market
value of all securities substituted is at least equal to the cash amount of all
cumulative retention under the terms of the Contract.
The City shall make progress payments to the Contractor for such funds which
otherwise would be withheld from progress payments pursuant to the Contract
provisions, provided that the Escrow Agent holds securities in the form and
dated
2.
1 amount specified above.
3. Alternatively, the City may make payments directly to Escrow Agent in the
amount of retention for the benefit of the City until such time as the escrow
created hereunder is terminated.
t 1/14/91 Rev.
1
32
Contractor shall be responsible for paying all fees for the expenses incurred by
Escrow Agent in administering the escrow account. These expenses any paymen1
terms shall be determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money market accounts held ir
escrow and all interest earned on that interest shall be for the sole account 01
Contractor and shall be subject to withdrawal by Contractor at any time and frorr
time to time without notice to the City.
Contractor shall have the right to withdraw all or any part of the principal in thc
Escrow Account only by written notice to Escrow Agent accompanied by writter
authorization from City to the Escrow Agent that City consents to the withdrawa
of the amount sought to be withdrawn by Contractor.
The City shall have a right to draw upon the securities in the event of default bj
the Contractor. Upon seven (7) days written notice to the Escrow Agent fron
the City of the default of the Contractor, the Escrow Agent shall immediate13
convert the securities to cash and shall distribute the cash as instructed by thf
City.
Upon receipt of written notification from the City certifying that the Contract0
has complied with all requirements and procedures applicable to the Contract
Escrow Agent shall release to Contractor all securities and interest on deposit lesi
escrow fees and charges of the Escrow Account. The escrow shall be closec
immediately upon disbursement of all monies and securities on deposit an(
payments of fees and charges.
Escrow Agent shall rely on the written notifications from the City and thc
Contractor pursuant to Sections 6 through 8 and 10, inclusive, of this agreemen
and the City and Contractor shall hold Escrow Agent harmless from Escrov
Agent’s release and disbursement of the securities and interest as set forth ir
Sections 6 through 8 and 10.
4.
5.
i
II
1
I
II
I
b
I
I
1
I
1 ....
1
I ....
1
I
6.
7.
8.
9.
....
....
....
....
t 1/14/91 Ret
33
The names of the persons who are authorized to give written notices or to
receive written notice on behalf of the City and on behalf of Contractor in
connection with the foregoing, and exemplars of their respective signatures are
as follows:
For City: Title
1
10. i
Name
I
1
8
i
I
I
I
I
I
I
I
1
1 Signature
Address
For Contractor: Title I Name
Signature
Address
For Escrow Agent: Title b Name
Signature
Address
t 1/14/91 Rev.
34
At the time the Escrow Account is opened, the City and Contractor shall deliver to the
Escrow Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officer:
on the date first set forth above.
I
For City: Title
i
I
1
I
I
I
b
I
i
I
I
R
1
1
Name
Signature 1 Address
For Contractor: Title
Name
Signature
Address
Title
Name
For Escrow Agent:
8 Signature
Address
t 1/14/91 Rev.
35
I
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full for all compensation
of whatever nature due the Contractor for all labor and materials furnished and for all
work performed on the above-referenced project for the period specified above with the
exception of contract retention amounts and disputed claims specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $ 1 DISPUTED CLAIMS
i
I
I
I
I
I DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and releases any claim the Contractor may have,
of whatever type or nature, for the period specified which is not shown as a retention
amoimt of a disputed claim on this form. This release and waiver has been made
voluntarily by Contractor without any fraud, duress or undue influence by any person or
b
I entity.
Contractor further certifies, warrants, and represents that all bills for labor, materials, and
work due Subcontractors for the specified period have been paid in full and that the parties
signing below on behalf of Contractor have express authority to execute this release.
DATED:
I
I
8
I
I
I
I
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
By:
Title:
By:
Title:
1/14/91 Rev.
t
36
I
SPECIAL PROVISIONS
1. PLANS AND SPECIFICATIONS
A. The plans consist of location listing and map delineating the work areas
which are further detailed herein.
The specifications for the work shall consist of the latest edition of the
Standard Specifications for Public Works Construction, hereinafter
designated SSPWC, as issued by the Southern Chapters of the American
Public Works Association, the City of Carlsbad supplement to the SSPWC,
the Contract documents, the Special Provisions and the Specifications
contained herein.
I
I
I
B
I
I
b
I
I
8
I
I
B.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment and
materials and performing all operations necessary to complete the project work
as shown on the project plans and as specified in the specifications. Expeditious
commencement and completion of work is of prime importance. I
3. DEFINITIONS AND INTENT
A. Utilities and Maintenance Director:
The title shall mean the Utilities and Maintenance Director or his approved
representative. I B. Reference to Drawings:
Where the words "shown", "indicated", ''detailed', "noted", "scheduled" 01
words of similar import are used, it shall be understood that reference i!
made to the plans accompanying these provisions unless stated otherwise
C. Directions:
Where the words "directed", "designated', "selected" or words of simila
import are used, it shall be understood that the direction, designation o
selection of the Utilities and Maintenance Director is intended unless statec
otherwise. The word "required'' and words of similar import shall bc
understood to mean ''as required to properly complete the work as require(
and as approved by the Utilities and Maintenance Director" unless statec I otherwise.
1/14/91 Ret
t
I
I
37
D. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such words of
similar import are used, it shall be understood such words are followed by
the expression "in the opinion of the Utilities and Maintenance Director"
unless otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be understood
that the approval, acceptance, or similar import of the Utilities and
Maintenance Director is intended.
i
I
I
1
I
H
I
b 4-
I
I
I
I
I
1
I
E. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at
own expense, shall perform all operations, and shall provide all labor, tools
and equipment, and further, including the furnishing and installing of
materials that are indicated, specified, or required to mean that the
Contractor, at own expense, shall furnish and install the work, complete in
place and ready to use, including funisling of necessary labor, materials,
tools, equipment and transportation.
CODES AND STANDARDS
Standard specifications incorporated in the requirements of the specifications by
reference shall be those of the latest edition at the time of receiving bids. It shall
be understood that the manufacturers or producers of materials so required either
have such specifications available for reference or are fully familiar with their
requirements as pertaining to their product or material. I
5. CONSTRUCTION SCHEDULE
A. A construction schedule is to be submitted by the Contractor per Section 6-
P of the SSPWC at the time of the preconstruction conference. No changes
shall be made to the construction schedule without the prior written
approval of the Utilities and Maintenance Director.
Any progress payments made after the scheduled completion date shall no1
constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocatior
of conflicting utilities shall be requirements prior to commencement of work
by the Contractor.
B.
C.
1/14/91 Rev r
I
38
The Contractor shall begin work within 5 work days, unless otherwise
specified by the Utilities & Maintenance Director, after being duly notified
by an issuance of a "Notice to Proceed! and shall diligently prosecute the
work to completion within the number of consecutive calendar days,
workdays, weeks specified in the "Notice to Proceed."
D. 1
I
1
1
SI
I
b
I
1
1
I
I
I
6. NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the plans
or specifications upon written order by the Utilities and Maintenance Director.
Any cost caused by reason of this nonconforming work shall be borne by the
Contractor. I 7. GUARANTEE
All work shall be guaranteed for one (1) year after the recording of a "Notice of
Completion" and any faulty work or materials discovered during the guarantee
period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain and distribute the necessaq
copies of such instruction, including two (2) copies to the Utilities and
Maintenance Director upon completion of work and prior to the filing of Notice
of Completion. I 9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equipped wit1
mufflers in good repair when in use on the project with special attention to Cig
Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. I 10. CITY INSPECTORS
AU work shall be under the observation of the Inspector(s) designated by the
Utilities and Maintenance Director. The Enspector(s) shall have free access to anj
or all parts of work at any time. The Contractor shall furnish the Inspector(s:
with such information as may be necessary to keep the Inspector(s) full]
informed regarding progress and manner of work and character of materials
Inspection of work shall not relieve the Contractor from any obligation to fulfil
this Contract.
1/14/91 Rev r
I
39 { 11. PROVISIONS REWIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this
Contract shall be deemed to be inserted herein and the Contract shall be read and
enforced as though it were included herein, and if, through mistake or otherwise,
any such provision is not inserted, or is not correctly inserted, then upon
application of either party, this Contract shall forthwith be physically amended
to make such insertion or correction.
1
I
I
1
I
b
I
1
1
I
1
i
I
I
1.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, the Contractor's subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by the Contract
documents. Any items of work not indicated or specified, but which are essential
to the completion of the work, shall be provided at the Contractor's expense to
fulfill the intent of said documents. In all instances throughout the life of this
Contract, the City will be the interpreter of the intent of the Contract documents
and the City's decision relative to said intent will be final and binding. Failure
of the Contractor to apprise Contractor's subcontractors and materials suppliers
of this condition of the contract will not relieve him/her of the responsibility oi
compliance.
13. SUBSTITUTION OF MATERIALS
The Proposal of the Bidder shall be in strict conformity with the drawings and
specifications and based upon the items indicated or specified. The Contractox
may offer a substitution for any material, apparatus, equipment or process
indicated or specified by patent or proprietary names or by names oj
manufacturer which the Contractor considers equal in every respect to those
indicated or specified. The offer made in writing, shall include proof of the State
Fire Marshal's approval (if required), all necessary information, specifications and
data. If required, the Contractor, at the Contractor's own expense, shall have the
proposed substitute, material, apparatus, equipment or process tested as to it:
quality and strength, its physical, chemical or other characteristics, and it:
durability, finish, or efficiency, by a testing laboratory as selected by the City
If the substitute offered is not deemed to be equal to that so indicated 01
specified, then the Contractor shall furnish, erect, or install the material
apparatus, equipment or process indicated or specified. Such substitution 01
proposals shall be made prior to beginning of construction, if possible, but in nc
case less than ten (10) days prior to actual installation.
1/14/91 Rev r
1
40
14. RECORDS
The Contractor shall keep a current record of the completed areas to include
times, dates and other pertinent data, and submit to an assigned Inspector at the
end of each work day or at the beginning of the next work day, upon request by
an assigned Inspector.
t
1
I
I
1
I
I
I
1
1
1
1
I
I
1
1 5. PERMITS
A Right-of-way Permit will be required to be obtained by the Contractor as soon
as the Contractor is notified of selection as the Contractor for the project.
Compensation for the permit shall be included within the contract costs and no
additional compensation will be made. When applving for the permit, traffic
control plans for the areas of work are required, in addition to other
requirements. Traffic control plans shall conform to the latest edition of the
State of California, Department of Transportation Traffic Manual, Manual of
Traffic Control for Construction and Maintenance Work Zones. Submittal of
traffic control plans to the Traffic Engineer a minimum of two (2) weeks prior
to the preconstruction meeting is necessary to allow proper time for review,
corrections, resubmissions and final approval prior to the preconstruction
meeting. b 16. QUANTITIES IN THE SCHEDULE
A. The quantities given in the proposal by the City for unit price items, are for:
comparing bids and may vary from the actual final quantities. Some
quantities may be increased and others may be decreased or entirely
eliminated. No claim shall be made against the City for damage occasioned
thereby or for loss of anticipated profits, the Contractor being entitled onlg
to compensation for the actual work done at the unit prices bid.
The City reserves and shall have the right, when confronted witE
unpredicted conditions, unforeseen events, or emergencies, to increase 01
decrease the quantities of work to be performed under a bid unit price iten
or to entirely omit the performance thereof, and upon the decision of the
City to do so, the Utilities and Maintenance Director will direct thc
Contractor to proceed with the said work as so modified. If an increase ir
the quantity of work so ordered should result in a delay to the work, tht
Contractor will be given an equivalent extension of time. A Change Ordei
must be issued prior to any change in work in accordance with thc
Contract,
item 7.
B.
1/14/91 Rev t
I
41
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
A. The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions of
Federal, State and Municipal safety laws and building codes to prevent
accidents or injury to persons on, about or adjacent to the areas where the
work is being performed.
The Contractor shall erect and properly maintain at all times, as required
by the conditions and progress of the work, all necessary safeguards for the
protection of workers and public and shall post danger signs warning
1
I
I
.I
I
1
b
1
I
1
1
1
I
I
B.
I against hazards.
18. SURVEYING
The Contractor shall employ a licensed land surveyor or registered civil engineer
to perform necessary surveying for this project. Requirements of the Contractor
pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor
shall include cost of surveying service within appropriate items of proposal. No
separate payment will be made.
UTILITIES
A.
19.
Utilities for the purpose of these specifications shall be considered as
including, but not limited to pipe lines, conduits, transmission lines, and
appurtenances of "Public Utilities" (as defined in the Public Utilities Act of
the State of California) or individually solely for their own use or for the
use of their tenants, and storm drains, sanitary sewers, and street lighting.
The City of Carlsbad and affected utility companies have, by a search of
known records, endeavored to locate and indicate on the Plans all utilities
which exist within the limits of the work. However, the accuracy or
completeness of the utilities indicated on the Plans is not guaranteed.
Service connections to adjacent property may or may not be shown on tht
Plans. It shall be the responsibility of the Contractor to determine the exac
location and elevation of all utilities and their service connections. Tht
Contractor shall make own investigation as to the location, type, kind o
material, age and condition of existing utilities and their appurtenances anc
service connections which may be affected by this Contract work, and iI
, addition the Contractor shall notify the City as to any utility
appurtenances, and service connections located which have been incorrectl!
shown on or omitted from the Plans. I
1/14/91 Rev P
42
The Contractor shall notify the owners of all utilities at least 48 hours in
advance of excavating around any of the structures. At the completion of
the Contract work, the Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of
damage to any utility, the Contractor shall notify the owners of the utility
immediately. It is the responsibility of the Contractor to compensate for
utility damages.
The temporary or permanent relocation or alteration of utilities, including
service connections, desired by the Contractor for own convenience shall be
the Contractor's own responsibility, and shall make all arrangements
regarding such work at no cost to the City. If delays occur due to utilities
relocations which were not shown on the Plans, it will be solely the City's
option to extend the completion date.
In order to minimize delays to the Contractor caused by the failure of other
parties to relocate utilities which interfere with the construction, the
Contractor, upon request to the Utilities and Maintenance Director, may be
permitted to temporarily omit the portion of work affected by the utility.
The portion thus omitted shall be constructed by the Contractor
immediately following the relocation of the utility involved unless otherwise
directed by the Utilities and Maintenance Director.
All costs involved in locating, protecting and supporting of all utility lines
shall be included in the price bid for various items of work and no
additional payment will be made.
The Contractor shall notify Underground Service Alert far enough in
advance of the work to allow marking of the utility locations at the various
1
B. 1
1
I
1
I
I
I
b
I
I
I
I
I
I
E
C.
D.
E.
F. 1 sites.
G. It shall be the responsibility of the Contractor to protect all existing utilities.
20. WATER FOR CONSTRUCTION
Contractor shall obtain a construction meter for water utilized during the
construction under this Contract. The Contractor shall contact the appropriate
water agency for requirements and shall include cost of water and meter renta
within appropriate items of proposal. No separate payment will be made.
1/14/91 Rev t
.43
I
SPECIFICATIONS FOR 1991-92 PAVEMENT OVERLAY PROGRAM
The work to be done consists of furnishing all labor, equipment and materials
and performing all operations necessary to complete the overlay work on the
streets as specified herein.
Traffic control measures including street closures, detours and barricades will be
as required in item 15B, Permits, of the Special Provisions, and in accordance
with the approved traffic control plan.
The Contractor shall not close any street within the City of Carlsbad without first
obtaining the approval of the Utilities and Maintenance Director.
The Contractor shall provide and install barricades, delineator warning devices,
and construction signs in accordance with the latest edition and revision of the
State of California, Department of Transportation Traffic Manual, Manual of
Traffic Controls for Construction and Maintenance Work Zones. During adverse
weather or unusual traffic or working conditions additional traffic control devices
shall be placed as directed by the Utilities and Maintenance Director. All traffic
signs and devices shall conform to the current State of California, Department of
Transportation, Manual of Warning Sims, Lights, and Devices for Use in
Performance of Work upon Highways, unless otherwise approved by the Utilities
and Maintenance Director.
The Contractor shall provide and maintain 48-inch high reflectorized cones at 20
feet on center with ribbon along walkways of high pedestrian use, as designated
1 1.
2. I
I
I
I
I
I
b
1
I
1
I
1
3.
4.
5. I by the Inspector.
6. During paving operations, barricades may be supplemented with minimum size
18 inch high traffic cones and delineators; such that spacing between barricades
and/or cones or delineators is no greater than 25 feet. At all access points such
as intersecting streets, alleys and driveways, barricades and/or cones shall be
provided at five-foot intervals so as to prevent vehicular access to the paving
area. Where access from an intersecting street is prohibited, a "Road Closed"
sign shall be provided wherever required by the Utilities and Maintenance I Director or his representative.
7. Should the Contractor fail to furnish a sufficient number of traffic and/or
pedestrian safety devices, the Utilities and Maintenance Director or his
representative will place such necessary items and the Contractor shall by liable
to the City for providing such devices in accordance with the following I provisions:
t 1/14/91 Rev
44
For placing barricades - $5.00 per barricade for the first day or any part
thereof and $2.00 per barricade per day for each day thereafter or any part
thereof.
For flashers - $2.50 per flasher for the first day or nay part thereof and
$1.00 per flasher per day for each day thereafter or any part thereof.
For traffic cones - $1.00 per cone for each day or nay part thereof.
In the event that the services of the City are required between the hours of
5:OO pm and 6:30 am, during the normal week or any time on Saturday,
Sunday, or a City holiday, there shall be an additions charge of $26.00 for
each service trip required.
I
a.
b.
I
c.
d.
I
I
I
I
1
I
I
I
I
I
I
I
I
8. Judgement as to adequate or sufficient barricading shall be that which is
adequate or sufficient in the opinion of the Utilities and Maintenance Director or
his representative.
The Contractor shall relocate, preserve and maintain the visibility of all existing
signs within the project limits which affect the flow of traffic, as directed by the
Utilities and Maintenance Director or his representative. Any signs which are
damaged or removed by the Contractor during the course of construction shall
be replaced by the Contractor at the Contractor's expense as directed by the
9.
b Utilities and Maintenance Director.
10. The Contractor shall insure that sole access routes to the business and residences
along the streets to be resurfaced shall be maintained unless otherwise approved
by the Utilities and Maintenance Director or his representative and adequate
notification given to the affected property owner.
All costs related tot he installation, maintenance and removal of traffic provisions
and safeguards shall be considered as included in the prices paid for the various
contract items of work and no additional payment will be made therefor.
The Contractor shall coordinate his schedule so as not to interfere with local
trash collection.
The Contractor shall maintain a minimum of one lane of traffic in each direction
at all times during construction hours of 7:OO am to dusk. On Saturday, Sunday
and designated legal holidays, and when construction operations are not actively
in progress on working days, the Contractor shall maintain all travel lanes of the
roadway. Any deviations of these requirements shall be approved by the Utilities
and Maintenance Director.
Asphalt concrete shall be Type C2-AR 4000, C3-AR 4000 or type 111 C3-AR 4000 f 1/14/91 Rev.
11. I
12.
13.
14.
45
and shall conform to the requirements of sections 203 and 302 of the SSPWC.
For sections where feathering is required, the Contractor may, at the direction of
the Utilities and Maintenance Director, or his representative use Type 1-E-AR-
4000.
All asphalt concrete material shall be deposited and spread on the prepared
surface by means of an approved self-propelled mechanical spreading device. Use
of a motor grader for spreading shall not be permitted.
All surfaces to be resurfaced shall be swept and cleaned by the Contractor no
more than 24 hours prior to the paving operation.
The Contractor shall be responsible for the removal of existing raised pavement
markers in the work areas. Full compensation shall be considered as included in
the contract price paid for the asphalt and no separate payment will be made
thereof.
Tack coat shall be SSI type asphaltic emulsion and shall be applied at the rate of
0.12 gallons per square yard.
Asphalt concrete material shall be overlaid to a minimum depth as specified
except where it is to be feathered at the roadway edges.
The Contractor shall pave over the tops of all sewer and storm drain access holes
and meter box covers. Covers shall be treated to prevent adhesion of the asphalt
concrete. The Contractor shall notify Underground Service Alert far enough in
advance of the work to allow marking the location of utilities.
Some utility structures and covers will be adjusted to grade by the respective
utility. The Contractor shall be responsible for marking the location of all utility
covers.
The unit price paid for asphaltic concrete shall be considered as full compensation
for all labor, equipment and materials and all things necessary to complete the
work as specified in these specifications, and no additional payment will be made
1
15.
1
I
I
I
I
I
I
b 20.
I
1
I
I
16.
17.
18.
19.
I
21.
22.
B therefor.
23. Payment for contract services will be made only when all labor and materia’
releases from supplier and employees are received by the Utilities an(
Maintenance Director.
All cold joints left overnight or for long periods of time or at the direction of thr
Utilities and Maintenance Director or his representative will be cut at a 45 degret I angle and tacked fully to ensure a proper bond and to minimize seam separation t 1/14/91 Rev
24.
I
46
A cold planing header cut operation shall be used. The temperature at which the
work is performed, the nature and condition of equipment, and the manner of
performing the work shall be such that the pavement is not torn, gouged, shoved,
broken or otherwise damaged by the planing operation.
The cold planing operation shall consist of preparing a foundation for the
placement of surfacing course by the removal of excess bituminous material to
the satisfaction of the Utilities and Maintenance Director or his representative.
Contractor shall provide all necessary labor, materials, and equipment to
immediately load the bituminous material into dump trucks for hauling to the
contractor's disposal site. No loose material shall remain on the site.
The Contractor shall construct a minimum 5' wide cold plane header cut as
designated locations where the proposed overlay joins to existing AC and along
the curb line except where indicated otherwise. The depth of the cut shall be as
shown on plans to allow for the full design depth of the AC, overlay and
reinforcing fabric to be constructed for the complete overlay section.
The bituminous surface shall be removed to the depth, width, and cross section
as directed by the Director of Utilities and Maintenance or his representative.
The loosened material shall become the property of the Contractor and shall be
removed to a disposal site by the Contractor.
Payment for cold planing shall be by lineal feet completed, regardless of depth,
as measured on the site. Payment shall be full compensation for furnishing all
labor, materials, equipment, and tools necessary to perform the planing
operations and the hauling of grindings to a disposal site.
The planing machine shall be specially designed and built for cold planing of
bituminous pavement with the ability to plane concrete if necessary. The cutting
drum shall be a minimum 60" width with carbide tip cutting teeth placed in
variable lacing pattern to produce the desired finish; the machine shall be capable
of being operated at speeds from 0 to 150 FPM; it shall be self-propelled and
have the capability of spraying water at the cutting drum to minimize dust. The
machine shall be capable of removing the material next to the gutter of the
pavement being reconditioned and so designed that the operation thereof can at
all times observe the planing operation without leaving the controls. The
machine shall be adjustable as to slope and depth, and capable of removing, in
one pass, a layer of bituminous material five feet in width and two inches in
depth. The equipment shall be adjustable as to slope and depth, and capable of
removing, in one pass, a layer of bituminous material five feet in width and two
inches in depth. The equipment shall also have an effective means for removing
excess material from the surface and for preventing any dust resulting from the
operation from escaping into the air.
1
25.
26.
I
1
I
I
I
I
I
b 29.
I
I
D
1
i
8
I
27.
28.
I
30.
f 1/14/91 Rev.
47
The Contractor shall provide and install Petro Mat in areas designated for its use
by the Utilities and Maintenance Director or his representative. Dusting over the
Petro Mat (AC) may be required to prevent bleed-through, at the discretion of the
Utilities and Maintenance Director or his representative.
Tack coat for Petro Mat shall be AR-4000 and shall be applied at a rate of 0.25
1
1 31.
32.
t
1 gallons per square yard.
33. Compensation for all labor, equipment, and materials and all things necessary to
complete the installation of Petro Mat shall be considered included in the bid
price and no additional payment will be made.
The Contractor will provide and install "TOW Away No Parking" construction
signs, #TC-R 30-S, for use in posting streets in advance of work. Signs shall be
posted at intervals of not more than 100 feet on both sides of the block affected
by the work.
Tow away of any vehicles in violation of the "No Parking" signs Will be handled
by the Carlsbad Police Department. The City assumes no liability in connection
with movement of vehicles by the Contractor.
Notwithstanding any other or concurrent notification by the City of operations,
the Contractor will assure notification of residences and businesses of street
closure.
Notices shall be left on or at the front door of each dwelling or commercial unit
abutting the street to be surfaced. This shall be done two days prior to
placement of "No Parking" signs. The Contractor shall be required to insert dates
and estimated times of closing and reopening streets to local traffic.
Payment for the placement of the "No Parking" signs and notices shall be
considered included in the bid price paid for asphalt concrete and no additional
payment will be made thereof.
Night paving and night header grinding operations, if any, shall take plact
between the hours of 6:OO pm and 6:OO am or at other time specified by tht
Utilities and Maintenance Director or his representative.
Additional lighting for night paving and night header grinding operations shal
be supplied by the Contractor and included in the bid priced for night paving ant
night header grinding respectively. Judgement as to adequacy or sufficiency o
lighting will be the opinion of the Utilities and Maintenance Director or hi:
representative.
I
I
I
I
I
b
I
1
1
I
I
I
1
34.
35.
36.
37.
38. I
39.
40.
r 1/14/91 Rev
48
The Contractor shall adjust designated sewer, storm drain manhole covers, water
valves and monument, sewer dead ends to finish grade. All manholes shall be
thoroughly cleaned of any and all construction debris which may have entered
due to the Contractor's operations. The contract unit price paid for these items
shall include full compensation for furnishing all labor, tools, equipment and
incidentals necessary to complete these items in place, and no additional
compensation will be allowed therefor.
All sewer manholes, dead ends, water valves and vault rings adjusted shall be
billed for payment directly to Carlsbad Municipal Water District, 5960 El Camino
Real, Carlsbad, CA 92008.
The method by which the utilities structures are adjusted to finish grade shall be
approved by the Utilities and Maintenance Director or his representative prior to
construction.
I
41. i
I
I
I
I
I
I
b
I
I
1
I
I
I
I
1
P 1/14/91 Rev
II
SPECIFICATIONS FOR
TRAFFIC STRIPES AND PAVEMENT MARKINGS
FOR 1991-92 STREETS OVERLAY PROGRAM
1. Standard Specifications referred to in these Specifications
to the current edition of CALTRANS Standard Specification any changes thereto.
2. Painting traffic strips (traffic lines) and pavement mar
(legend) shall conform to Section 84-1, 1rGenera18q, and Se
84-3, "Painted Traffic Stripes and Pavement Markings", o
Standard Specifications and these Specifications.
Control of alignment and layout shall be the responsibili the Contractor and subject to approval by the City Tr Engineer. Layout for striping and the symbol of the pav
marking (legend) on resurfaced roads shall be based on pla
be supplied by the Utilities and Maintenance Director a-
Preconstruction Meeting.
Section 84-3.02, 18Materialsf8, of the Standard Specificatio amended to read: Paint for traffic stripes and pavement mar shall conform to the following State Specifications:
I
1
I
I 3*
I
1 4.
b
I
I
1 9*
1
I
I Paint: Rapid Dry Water Borne-White and Yellow
State SDecification
Number: 8010-61G-30
Glass beads shall conform to State Specification Number 8010
22 (Type 11).
Copies of State Specifications for traffic paint and glass
may be obtained from the Transportation Laboratory, P.0
19128, Sacramento, CA 95819. Phone (916) 739-2400.
5.
6. I
7. The use of solvent borne paint shall be prohibited.
8. Thinning of paint will not be allowed.
Paint shall be tested prior to use or the manufacturer provide the Utilities and Maintenance Director or representative with a Certificate of Compliance in accor with the provisions 02 Section 6-1.07, "Certificate Compliancett, of the Standard Specifications. Said certif shall certify that the paint complies with the specif icatior that paint manufacturea to the same formulation and proces previously passed State testing. A list of manufacturers have produced paint meeting State specifications is avai from the Transportation Laboratory. (Material supplit
manufacturers other than those that have manufactured apF I paint will require complete testing.) t 1/14/91 Rev
I
I
10. The first coat of paint for traffic striping and pav
markings will be applied after the asphalt has cooled durin
same day. The second coat shall be completed no later than
pm the following day.
The Contractor will not be required to paint the three-inch
stripe between the two four-inch yellow stripes of a d
traffic stripe.
The Contractor shall be responsible for maintaining safe tr
11.
i
I
I
I
I
b
I
I
I
I
I
I
I
I
1 12* operation through the work area.
a
t 1/14/91 Rev
I
STREETS LISTING
1991-92 PAVEMENT OVERLAY PROGRAM
1. IXELLY DRIVE: El Camino Real to Park Drive
143 , 380 sq. ft. (2" overlay w/Petro mat & header cut
Asphalt - 1,721 tons
Petro - 11,889 sq.yds. - (2,140 x 50
Header Cut - 4,414 1n.ft. - (2 cross
9 sewer manholes/2 storm drain manhc
2 monuments/l3 water valves
i
I
I
I 2. HIGHLAND DRIVE: Forest Avenue to North end
I
39,482 sq.ft. (2" overlay w/header cut)
Asphalt - 474 tons Header cut - 2,078 1n.ft. (no cross
5 sewer manholes/ll water valves
3. CHESTNUT AVENUE: Sierra Morena to Oxford Street
25,900 sq.ft. (2" overlay w/header cut) Asphalt - 310 tons Header cut - 1,437 1n.ft. (1 cross c
3 sewer manholes/3 monuments 7 water valves/l vault ring
E
I
b
I
1
1
I
I
1
4. PONTIAC DRIVE: Spokane Way to Chestnut
11,655 sq.ft, (2" overlay w/Petro & header cut)
Asphalt - 140 tons
Petro - 875 sq.yds. (315 x 25) Header cut - 704 1n.ft. (2 cross cut
2 sewer manholes/l monument
12 water valves I 5. PI0 PIC0 DRIVE: Las Flores Drive to North end
34 , 375 sq. ft. (2" overlay w/header cut)
Asphalt - 400 tons Header cut - 2,775 (no cross cuts)
4 sewer manholes/l sewer dead end
10 water valves ' 6. YOURELL DRIVE: Pi0 Pic0 to Spruce Street
49,210 sq.ft. (2" overlay w/header cut) Asphalt - 600 tons Header cut - 2,666 1n.ft. (2 cross (
2 sewer manholes/4 water valves
t 1/14/91 Rev
I
7. CAMINO VIDA ROBLE: Palomar Airport Road to Yarrow Drive :L22,500 sq. ft. (211 overlay w/Petro & header cut)
Asphalt - 1,470 tons Petro - 7,000 sq.yds (2,500 x 25) Header - 5,050 1n.ft. (1 cross cut)
6 sewer manholes/2 storm drain manho 4 monuments/26 water valves
i
8. MONROE STREET: Chestnut Avenue to Park Drive
48,100 sq. ft. (2" overlay w/header cut)
I
I
1
I
Asphalt - 577 tons Header - 2,637 1n.ft. (1 cross cut)
2 sewer manholes/l3 water valves
9. PARK DRIVE: Monroe Street to Tamarack Avenue 39,220 sq.ft. (2" overlay w/header cut)
Asphalt - 470 tons
Header - *1,097 1n.ft. (1 cross cut)
5 sewer manholes/3 water valves
4627 Park Drive to 4647 Park Drive
Asphalt - 240 tons Header - 900 1n.ft. (2 cross cuts)
2 sewer manholes/l water valve
1 10. PARK DRIVE:
m 20,000 sq.ft. (2" overlay w/header cut
11. ALICANTE ROAD: Paseo Candelero to Zamora Way 108,458 sq. ft. (2II overlay w/Petro & header cut)
Asphalt - 1300 tons
Petro - 9,878 sq.yds. (1,778 x 50)
Header - 3,680 1n.ft. (2 cross cuts)
6 monuments
b
1
I
1
I
1
I
I
I
*Concrete gutter cuts only*
t 1/14/91 Ret
I
TBE FOLLOWII!IG STRIPING ZWD LEGEND
-GB8 SHAU BE INCORPORATED IN
THIS COBWRACT IUEEN RE-STRIPING
,e
@
1/14/91 Rev. *
I 54
00000000000
0000000000
0000000000
00000000000
00000000000
I r
00000000000
00000000000
moooooooooo
1
1
I
I
I
I
4
b ---o-o---moo
1
I
I
I
I
I
t
I
-000-oomooo
ooooooomooo
-0000000000
rnOOOOOOOOOO
mooooo*ooom
00~00000-00
~--o--oo-moo
~mmomomwmom
t
IC 1
I
1
1
I
1
I
b
1
I
I
I
1
I
1
I
t
\
--L
(D
/&/ <X?,, v /*;’ /’
m
P 170 -* (D+
(D
h,
5
2 ‘,< $..~, ,I’ ,<. c ‘\*>L / /’ /’
0 -rl
0 .. ,.’<;$’. -
i ’\ ,,/’ /’ <
“. .. ..-/ ,‘ z - *--_ 2 \. ,‘
I.
,n
1 I How
I
II
1
1
I
1
b
I
1
I
I
1
I
1
I
1991 - 1992
,-
<’
m AREA OF OVERLAY
,*-2 - \ - - -/ c --- ----
1.. t ,<
1
,\
.<
VJ -- /‘ ~
-- I
I ,.
~\
AREA OF OVERLAY
I
OVERLAY
11 1991 - 1992
b - ARM OF OVERLAY
42-
t
I
\
t
I
I i
I
I
I
1
1
I
b
II
I
I
I
I
I
I
I
t
4
P XJ
-rl
0
I- -9 m+
, ,- ,,
/,' ' , ./ ',
/
/,' / ,, - \,,,
I. I'. '; 7' i "\ ,/: -
1 y+- .r .\. '1 yr.sI. _-1 .. j .. s ---- . ' - ,~ XA..' .j': .I: I'
- .____-___ -- .. -. --_ .
_- - .. __
I
I
8
I
I
I
b
i
I
1;
I
I
I
1
\.
4 6 N
u) -w
OVERLAY
1991 - 1992
I-?
I’ AREA OF OVERLAY
I I
I
I
!
\
I I ./ ,<
x,
'- -1 - - 7 'vr-L+- JorzG om-5 CITY OF CARLSBAD
ENGINEERING DEPARTMENT
1: RALPH ANDERSON - 'ms AND mANa DmnOR NO. 9/*./5c
PM: ROBERT JOHNSON - TRAFFIC ENGINEER -FTT DA~T
TR# e?/* 12- UTILITIES AND MANIE"TENCE RES/- WORK ORDER
AOCATION: VM \Oc/L7 COC/\'T-\&+
6- b\GS+ *
3gELLyR.- Ec-R %o Ek.% m. - f2&p+cz ekmN4 -='V"tCi' 3 \4\c\%L.-4t, t)Z, - FOu..eH AAJ= ' - REFN E%lqwy GM4LE Ye* oG34 )To
~c%Jl3u6: YGLLod& pe /?ALTWU* -peT-L
w E%\*N+ Co-=TQd* a&W%Nfl bus. - ~UZLY~ MnbPc=%Cs +o 0% F47T9*
-Fk?pL=-E wwTIdL\ 5Tq=-4+
@?,,+c k. - 5p9)S"E wy.*o Le=6- - rwe i#%XtmN+ +CE\!tt+4*
@ ~0~i"COR.~ L-3 Fb-?-
\[ - Po Rd-0 -. ko Lr7pr UGd %--a @ 'y/awo
3 &Ar,R\l%LD V\P& Ropsu5-~ 'pp.E +o Y&-=
+a Nevr\-k aT
UT
+i7 lAcPycfcI( EM3 - gGve ~x~~~\q +-m\T114\4*
-R-E 6;y~cl~QG 45x-my-4 *
r *T. 646 * -K@fwT I"E Ic--L.--c
0
Traffic Engineering) 2- 45 BY DATE COMPLETED {HEN COMPLETED, RETURN TO: 1. vr\
kV - "t -_
CITY OF CARI,SBAD 3ofzr; aZER5
ENGINEEFUNG DEPARTMENT
1: RALPH ANDERSON - UTEXTES AND mma DIRECTOR NO. 9/z
DAE~
TR# 4/-/2q UTILITIES AND MAINTENANCE RES/ORD# NA
Pfl 3M: ROBERT JOHNSON - TRAFmc ENGINEER
WORK ORDER
OCATION: UT7 I 0 J 9 j/&7/\-T/7d+, - 'ROJECT: L2m-m=w& F / Ls
USTIF1CATION:- F-y=L&=%/, fl
@vlh5"oe +I-. - c&cP-VE 407- *, - Kq~c +~\p yw~o4 TO l7~u-e %t % 'p=r L!<TZpN+ Qa-=-L-sz\ t - g-bq- wuNnoE/WMa~P4- x-w-
Lm&\V.n\Ma.L (Z=Rhq m\p E'' ).k-k u)\m pI 2.' ~~pi€%z&~oh\ EL=- 9WL'
4, pAEr; -DR.- MG-tZo= 5T-e %o 2-- * A( - giZpa\bxi %iF y=-L-cCz) GTO POVblE
Y-L-od 4_- &LpALw+ -\Le.& e
- KEP-35 Exem1W +-my44 I
P
@ PprZKR. - *27 E-< +a -4-7 -.
e
DATE COMPLETED BY 4 'HEN COMPLETED, RETURN TO: 1.
rarfic Engineering) 2. %5
- '. +
\
\
7
-.. %b&* - .
- -
L
C*cL - =a+ YAW-J r0-b pcn 9-3
\
Hmmnr#Ler-T€s -amoruy
\
t -.
.+ L. mR c5 z.
0 "Recording requested by:
0 CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008
u 1-53
Space above for Recorder's Use
.c’”)&F;,/$ .. .~ /
0 0
__-e- . ..
*+
-, I..‘