HomeMy WebLinkAboutSouth Coast Asphalt Products Co DBA Sully-Miller; 1989-08-29; 3291D
. T2UKE OF a3"E
sEcI?oN DFscEuIpI?oN - PA=
A 03NTRAcrI3xmwTs
-#
WlTa I"RG B~.............................. 1
BID FRmxATJ.. 3
BIDDERS BOM) To AccaMpANy PROFWAL.. .............. 15 DESIG" OF ........................... 16
BIDDER'S STATDEW OF F'INANCIAL RESFONSIBILITY. 18 BIDDER'S S?XJD@W OF TECHNICAZ ABlZI'JT AND ......................................... 19
NON-COIUJSION AFF'IDAW........................... 19A clXCRAcr-mc IDRKS... .......................... 20
CCNTRACl'DR'S CERITFICXPION OF - OF LAWS... 25 LABOR AND MATENXU ............................... 26 PERFomcE KND........ 28 RELEASE ........................................ 31 m - FOR DEPOSIT IN LIEU OF ImrENTIa (OPrIoNAL) 32
I
I
8
1
I
II
b
I
8
I
1
I
c
I
It
....................................
...
..........................
............................
B m- FmvIsIONS To 'IHE SSFWC PARr 1 - GENERAL FmvIsIONS............................ 35 - IONS To THE SSm PAKt' 2 - ..................................... 50
-Y FmvIsIoNs To afE Ssm
PAKr 3 - rnrnrnONNB.......................... 59
C
D
t
I
1
I
1
I
I
i
t
C
I
5
t
1
I
E
1
l?
-I
t
SECTION A
CONTRACT DOCUME
B BL
CTIYOFQWISBAD,~
NUrIcEmBID6 I
I
111
B
I
t
1
E
e
I
I
1
1)
1
sealed bids will be received at the Office of the Purchasing Officer, Cit
Hall, 1200 Elm Averme, Carlsbad, California, until 4:OO p.m. on the 13th & of Julv, 1989, at which ths they will be opened and read for perfodng I3 work as follaws:
t
IXXWEXNPARKINGIiYFS
CONTRACT NO. 3291
The work shall be performed in strict conformity with the specificatior therefore as approved by the City Council of the City of Carlsbad on fil with Engineering. The specifications for the work shall consist of tl latest edition of the Standard s13e~ ifications for Public works Constructior - designated SSPWC, as issued by the Southern Chapters of tl
American Public Works Association. Reference k hereby made to tl
specifications for full particulars and description of the work.
The City of carlsbad encourages the participation of minority and wane
crwnedbusinesses,
No bid will be. received unless it is made on a props& form furrush '
P
edl the Furchasing De-t. Each bid lrmst be accmpanied by security in form and amount required by law. The bidder's security of the second a third next lovest responsive bidders my be withheld until the Contract hi
bidders shall be returned to than, or deemed void, within ten (10) da: after the Contract is awaded. pursuant to the provisions of law (-1: Contract code §22300), appropriate securities may be substituted for a obligation required by this notice or for any monies withheld by the City 1
ensure performance under this Contract. If Contractor elects to use i escrow agent, 110263 of the Public Contract code requireS monks ( Securities be deposited with State Treasurer or a state or federal:
The docamints which must be canpleted, properly executed, and notaria
been fully executed. The security zxlhnitted by all other unsuccessfi b
T chartered bank in California.
are:
1. Proposal
2. Bidder's E?md
3. Designation of Subcontractors
4.
5.
Bidder's Statanent of Financial Responsibility
Bidder's Statanent of Technical Ability and Experience
All bids will be cconpareed on the bask of the Engineer's Estimate. TI
estimated quantities are approximate and serve solely as a basis for tl caparison of bids.
No bid shall be accepted from a Contractor who has not been licensed wk classification vtAtl in accordance with the provisions of State law. T! Contractor shall state his or her license rnrmber and classification in tl
The Engineer's Estimate is $173,730.
Proposal.
R 2
If the Contractor intends to utilize the escrow agreement in the contrac doc=uments in lieu of the usual 10% retention fm each payment, the
documentS must be qleted and submitted with the signed contract. 2 escrm agreement my not be substituted at a later date.
Sets of plans, special provisions, and contsact Documents may be obtained z the purchasing Department, City Hall, 1200 Elm Avenue, Carlsbad, Californiz free of charye.
The City of Carlsbad reserves the right to reject any or all bids and 1 Waive any minor in_cegularity or informality in such bids.
The general prevail- rate of wages for each craft or type of worker need( to execute the Contract shall be those as detesrmned ' by the Director ( Indtustrial Relations pursuant to the Sections 1770, 1773 and 1773.1 of tl California Labor Code. Pursuant to 51773.2 of the California Labor code, current capy of applicable wage rates is on file in the office of tl
Carlsbad City Clerk, The Contractor to whm the Contract is aded sha:
not pay less than the Said specified prevail- rates of wages to dl mrh emplayed by him or her h the execution of the Contract,
The Prime contractor shall be responsible to insure cmpliance wii provisions of 51777.5 of the Qlifoda Labor code and 54100 et. seq. of tl public Contracts code, lQIbletting and subcontractirq Fair F?mctices Act."
The provisions of part 7, chapter 1, of the California Labor code camnci~ with 51720 shall apply to the Contract for work.
A prebid meeting will not be held. The site is open for your dayti inspeCtion. Exercise caution around buildings and test pits at 3045 Sta' street.
Biddess are advised to verify the issuanCe of all addenda and rei: thereof one day prior to bidding. SuWssion of bids witha
aclawwledgment of addenda may be cause of rejection of bid.
Bonds to secure faithful perfonname of the work and payment of labom a mterials suppliers ea& in an apunt equal to one-hmdred percent (100 and fifty percent (50%), reqectivdy, of the Contract price will J required for work in this project.
The contractor shall be required to maintain jnsurance as specified in ti contract. Any additional cost of said insurance shall be included in tl
bid price.
Approved by the City Council of the City of Carlsbad, California, ' Resolution No. 139, adopted on the 16th day of @&y, 1989.
t
I
D
Ei
I
C
b c
II
Y
t
I
1
IC
1. 4&7
t
I
4 3
CITY OF CARLSBAD
DOWNTOWN PARKING LOTS
CONTRACT NO. 3291
PROWSAG
city Council City of Carlsbad
1200 Elm Avenue Carlsbad, CA 92008
The undersigned declares he/she has carefully examined tl
location of the work, read the Notice Inviting Bids, examined tl
Plans and Specifications, and hereby proposes to furnish a1
labor, materials, .equipment, transportation, and service
required to do all the work to complete Contract No. 3291 I
accordance with the Plans and Specifications of the City c Carlsbad and the Special Provisions, and that he/she will take j
full payment therefor the following unit prices for each ite
1
I
I
B
I complete, to wit:
II
1)
g +&QU
1
1.
I
I
I
I
?
I
1
ESTIXATED
ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTAL
NO WNIT PRICES WRI TTSN IN WORD8 (FIGURE€ (FIGURES)
SCHEOUtg x
CLEARING AND GRUBBING AT
3
1 Ls
x ib.r."L, +* <h+ Loe -5a.w A+ c, CPcrJd'
DOLLARS (LUMPSUM) 'd 2y i4.s e'c Lfi[$'<
RELOCATE EXIST. SIGN AT r. 2 1EA & c-ih-kxi Tniki'd 5&tqt?,n%)/ P.eA'SS I eq3c 8Y3r z
DOLLARS EACH
3 1EA RELOCATE EXIST. WATER METER AT
By City of Carlsbad
DOLLARS EACH
4 1
I ESTIMATED
ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTAl PO 0 PRICES WRITTEN IN WORDS (FIGURES) (FIGURI
4 80 CY EXCAVATION AT
E DOLLARS PER CUBIC YARD
m
kLLnAk-ea si &.*\I toa,~~ 86p,C,cc
t
5 244 TON ASPHALT PAVEMENT AT TYrJ-hQ E-iSCiY:JI c p+p ++.,&xi d,:.QJl
7 q i .7CJ py-p&[ 5ebka-h --CLbP.d- vi r.kih, CY&
E
I
1
0
DOLLARS'PER TON i I
6 395 TON CLASS I1 AGGREGATE BqSE AT NL,ne'i-~,yexsts.l\d q '+& )J:&.-&&
11 i ne,, LL C-r' *-ip &.& ;Ti F v4cy &s a.5,05 4 85"11'
DOLLARS PER TON E
7 370 LF 6" CONCRETE CURB AT j f k v e Thl>L\m-i& +kbyc hh-dra L 3- \q.qFj 5,331 , h, I DOLLARS PER LINEAR FOOT.
260 LF r- TYPE l'G'l CURB & GUTTER ,AT
f"ww t~@LSP.i-~;, Lb$ h\j.nd ;en
tTr% r-. \! Pi &, t -Tk Cc,rt u W1i.T 5 kh ,3L\ q+W&.L
I, '8
I
t
I m
I
t .
1
1- DOLL1ARs" PER LINkAR FOOT
9 546 SF I~~ERLOCKING CONCRETE PAVERS AT Saa-,The LL5AG-d 5'1 r, \):;did red
I71 nd- \e. 64 fib& -4-s 1 7\h cxd--s \q iQ T2 tC'26. k c DOLLARS -PER SQU- FOOT
10 135 SF
&x? '&\ c,t* y 3 \> e, celC?,;-cT DOLLAR$ PER SQUARE FOOT
"t L i[ 55-q .Q
11 430 SF CONCRETE DRIVEWAY pop * . dTh,C84&_(iP &Wd s-w! t;*k.t\r 5<"3cna th,f-+'.r 4% f? I , t-I &-I, 3
DOLLARS PER'SQUARE FOOT'
B 5
I ESTIMATED
UNIT COST TOTA
N IN WORD8 (FIGURES 1 (FIGUR
ITEM QUANTITY ITEM DESCRIPTION WITH
CONFT S DEWALK AT 5.2 &I ‘.L9. Q&h! ?far- a. 10’7 c,E) >5 <
4% 256 SF
&-+a\ fax4 cdAni?J(3
f :* - mT pR;r WRITTE
I DO- PER SQUARE FOOT
13 260 LF CHAIN LINK FENCE AT
13.b5 sla@; I:
a
B s
I
I
14 3EA SJGNS AT Tl-d..c= h%qbred A ‘a hl \/
5 c? d WL IBC ec S(J! am DOLLARS EACH
15 Ls STRIPING ATh c
3339. 339 *cc T‘hsee k\isa-tsa *A I I-+\ nine DOUARS (LUMPSUM)
Cfhe i?Un.&r& fh 1 rt e-e a Ls PAVEMENTaVINGS AT I, *I6
Re DOUARS (LUMPSUM)
1.13 QQ i!i3,ec
17 Es CURB MARKINGS AT . cn 62 h tA%k..,d +t,i !A ee fP !‘33rc1 f?3’EC
I
E DOLLARS (LUMPSUM)
sc
I
I
1
t
1
18 Ls DSCAPING AT
]a * 5kC,OT! \qa5sp.
19 Ls WIGATION AT f
?!X +3GS(lR(& bLLr bLL&FJ
i-rc-Er75 a&? .. cr145q,!;,zI cr, qsq.<
DOupiRs (LUMP SUM)
I 6
ESTIMATED
UNIT COST TOTAI
(FIGURI (FIGURES)
ITEM QUANTITY ITEM DESCRIPTION WITH
PRXCE 8 WRITTEN IN WORDS
20 Ls LIGHTING AT
s;X&g,n LA +h CUSfii\C!
F\VE\I\l..-h&Qd %\+y ?QC,- 1&,5"kkk QC lb ,5qy I
DOLLARS (LUMPSUM)
i Noo - VNXT
I
t s LOT 1 TOTAL :a1 4& fs $5a
I
1
I
b
1.
I
I
E
I
1
1
1
t
7 1
I
I
I
I
I
I
b-
1.
If
).
I
1.
1
?
I
EBTIMATED
ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTAL (FIGURE81 (FIGURE f 1 am mT pR1c:- IN OoQRDS
1 Ls - CLEARING ANkD GRUBBING AT, P be,: khuuqmr+, a&+- h&-&--q?j CeaQQt-tii seuen3 zk,p‘”7,t3iJ &8TI ,r DOLLARS‘ (LUMP SUM)
@ne k!-a[\r4h “--.p x+\
Q? &e/ ItijC( P%i-’ (LCG GG
2 1EA RELOCATE EXIST. SIGN AT
1
DOLLARS EACH
3 27 CY EXCAVATION AT ,~ One -ri?ca5eX+d T-2 G:oL, )-)iJ-&-ed t’, “+q -“;-tZ1 C?&S-i.e WJyf-hpV. 5q ,~q \,%a.”& 1 DOLLARS PER CUBIC YARD
4 25 TON ASPHALT PAVEMENT AT
q2 .IPC 1, g(s& y Jhe CkGhl5&%d B; oh,+ b t,w&-e d, < 1 G 3 $ c- ~F‘I DOLLARS PER TON
5 29 TON CLASS I1 AGGREGATE BASE AT
31 c3 8q5- 1 a
a 6 200 LF - 6” CONCRETE CURB AT a u.33 +?&G5&f?d .e,@)-)+ \ll.UykEt &h-wAu si,: d \cj .qv 2 ,W(; .CY;
DOUARS PER LINEAR FOOT
7 480 SF INTERLOCKING CONCRETE n
PAVERS AT 5 ;x -&Lic&,Qfj eyi’yAL -4- Iy, i 12 b,,’?(& t jy
DOLLARS PER’SQU- FOOT
j 8 135 LF CHAIN LINK ENCE AT &e ‘hwsanf n,pw k dry
~!fiQk\< C?;grd-kc,iy-kv c7[ \\e c-,<(l{,s iq .?ci i y 9 9 h c L
DoudRs PER LINEAR FOOT
8 R
ESTIMATED TOT1
WRITTEN IN WORDS (FIGURES) (FIGUR
ITEM QUANTITY ITEM DESCRIPTION WITH WIT COST
9 1EA SIGNS AT- Lnh h rc?td-+t-lA
Gedw%i c..Pnss 8.i PlQ wl>-7t
Qnt? I hc4dre;S “e”!Gi,j I-![
5i x, I&& St]> v3.0 .c
i BO* -T PRICES
DOLLARS ‘ EACH 1
I
1 11 Ls
I
I
b*
Be
8
I
I
I
8
1
?
I
10 Ls STRIPING AT
1 DOLLARS (LUMP SUM)
P VEMEW WINGS AT
nr \\e \ Te,e h,Lk&W +\<!\,&,3
Do- (LUMP SUM)
Iu&en th2UsmA +-&\) one- \3,U-h eac: \‘-4eqt i
DOLLARS (LUMPSUM)
F; I \de- -t hCL2S03,& d- (S’2
$\eE;7d.i-QS; $-,%! +E?h.I?% s,+3 UC 4” a53,j DO3;LARs (LUMPSUM)
pJ2 00 33$ (y -3
12 Ls LANDSCAPING AT , ~
!
13 Ls IRRIGATION AT,
LOT 2 TOT= >‘-” x3 L 1 E?--- l‘l.95
II
I
E
I
I
I
I
b
1 * 5 224 ToN
I
il u m
!
1
?
1
ELITIMATED
rvo UNIT PRICES WR UNIT COST TOTZ! IPTEN IN WOR1)$ (FIGURES) (FIGUR
ITEM QUANTITY ITEM DESCRIPTION WITH
LOT 3 (PHASE 1)
1 Ls CLEARING AND GRUBBING AT
?
kt 1 ti39 . c-0 4 ,r,39.E DOLLARS (LUMP SUM)
2 2EA ADJUST EXIST. MANHOLES
TO GRADE AT Si x b LtnA.w d 5 W; wdt
Q (2 3% t mt DO- EACH
t b75 t
3 1 EA ADJUST. EXIST. WATER METER TO GRADE AT - 1 t.oc ku.4) dd S'I A 5; x aiiL <c* a&L L 8 1 DOLLARS EACH
EXCAVATION AT 4
4 480 CY
)r; f> jd -tk*ZCEXC&C".r 5e b. eaL
~c.aA,rlred+c?s+u GQe + A[ k" y \F uaa Fl7/S!5 c DOUARS PER CUBIC YARD
ASPHALT PAVEMENT AT K,,h.t -j-L CLASGeZ& &w- \\\.A, nd.re2 c;q'f.p-; 4.5 1 X&\? pj (;,a?, 3 37'5-3 9,q 5.4
DOLLARS PER TON i
6 362 TON CLASS I1 AGGREGATE BASE AT E1 q ci +l?&b5akQ,d cue, ;r7 W,.O /- 9hh g;flh+-Q rIiRP>+*:e.q&J e4 ah+ KqLj 5,5819,;
D@LL&S PER TON 1 J
7 350 LF 6" CONCRETE CURB AT gr ik +PU.3C;QRfi 5 ;y+$ eJ fl!Yt- I /q,y 6 S,ebS$ c DOIitLARs PER LINEAR FOOT
B 10
ESTIMATED
TOTAL ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST
NO PRICES WRITTE N IN WORDS (FIGURES) (FIGURE
TYPE. "G" TB AND GUTTER AT 5~t-i~- +-hi;Lmi-d. P,\ 13~. ki~yk~ri~
DOL- PER LINEAR! FOOT
n 304 LF
5, #Tr cpfpp Q$t;a+,ic*\i c;; x aw/5 B I& 34 q*q&-!! .3&
i a -WIT .
i
I
I
I
I
9 90 LF TYPE "A" A.C. BERM AT y Crne ?-hT Li..,CLVA x&(- hk 5 [Id, i-$> k 5 r-1 I C"^ 5 DO- PER LINEAR FOOT I(& .a;? I,kiLrj .-3
1';1, pe bWcFp& Gp i L\- Q,3(4
10 220 LF CONCRETE ,CROSS GUTTER- AT
Q&, !h qc4 "a. +k p>a* v cxi?Ts DOLLARS PER SQUAElE FOOT
11 100 LF CONCRETE BROW DITCH
2L\5C%?.6J + Lr: (2
' ;& v LC*
TI fie%> 'i, -+< E 3. ,EQ3 g"b3.B-i I DOLLARS PER LINEAR FOOT
I, . 12 253 LF CHAIN LINK FEVCE AT
\ 1 ~ Elc f3p c 15E I
a
1 a
I
U
I
t
t
13 285 LF 4 nr TELEPHONE CONDUIT (PTS77) AT
-3- L i I\ c +(>cGsoa,c\ Zr x
,?I L,?d CP n. t <f. pe,..v.\-Sei;e;l"L' + ,Gc DOLLARS PER LINEAR FOOT $, 15 2 icr,'i*'?i
TE.a; c kPPlnhffl a3d +?A?
C' c? JnBs DOLLARS PER LINEAR FOOT y .35 app, ri:
REDWOOD HEADER AT F 14 46 LF
15 2EA SIGNS AT ?I
I iph Rd T;: u3 PA& \;L FTW th
FiLLr- DOLLARS EACH al a, c3; &+"&a $ H 1
a 11
ESTIMATED
ITEM QUANTITY ITEM DESCRIPTION WITH UNIT COST TOTAl PRICES WRI TTEN IN WOW8 (FIGURES) (FIGW
16 Ls STRIPING AT I\ -yi >> % h1a.n A e;cP5 +LG e {%j- d
k No* - UNXT
h oar: p?3J CJaLLCy
I
1
I
1
I
8
b I * 20
I
!
I
4 LOT 3 TOTAL 95,cio:qJ &E?
I
1
I
DOLLARS (LUMP SUM)
17 Ls PAVEMENT MARKINGS AT
TL.d 'h\kT,im?6. -t LCw+v,
DOLLARS (LUMP SUM) 3%~ ,i>P '3q< . p7
i St x
ia 1EA 1" WATER SERVICE AT
DOLLARS EACH By City of Carlsbad
* cF 19 Ls - IJmDSCAPING Ay+,,,,
DOLLARS (LUMP SUM) a$y+Qa'3&3> 343>4l23,0
LQ &,-- 1 ,? e"? -y\l PJQ\-$- *a%%
t Ba'j r., 8, tkC<SL
Ls IRRIGATION AT *z- -N I ne, +k2u 54 Rh 5 eW*&
i DOLIARS (LUMP SUM) 9 ,C*?6& m yy[cP c
iv 1 ne*ki,,LL5ar-\ci SP/i&PL, b, I h,ahrd s i K~ \i e, G i~? DOLLARS (LUMPSW) --! LI 'ck$ &e 9,'7&4
21 Ls LIGHTING AT I
0 p-
G RAN D TOTAL 35 5 ~ 'dL r, 9 d Ea
t
I 12
I
I
I
I
I
1
1
b
R
a
I
I
II
I
I
BASE: BID: All labor, material, sen6ce.s and equipsnt necessary for capletion of all the work indicated in the construction drawings ir
conformance with the specifications.
Total mt of bid in words: TQL a dd!>-d iL>k?F/ C~I-’ e 8--tc~5dA-’d I $;, &e-
f
\red&O F~L- Xctid@s wda+ ~cc,c& m-3 ee6uvx
Total amaunt of bid in numbers:
Addenaum(a) No(s). Ik, C& E hasfive been received ark is/- included in this proposal.
All bids must be cmputed on the basis of the given estimated quantities of work, as indicated in this praposdL, times the Unit price as submitted bi 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 ccrmputed as
indicated above and capred on the basis of the corrected toms. All prices must be in ink or typewritten. Qlanges or corrections may be cross& out and tyPea or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor.
The Undersigned has checked carefully all of the above figures and understar& that the City will not be responsible for an error or omissions of the part of the Undersigned in making up this bid.
The wersigned agrees to return four (4) signed copies of the contract documents with the required bonds, notary stamps, per contract documents with the required bonding company (one for each bond), and certificate of
insumme to the project Manager no later than twenty (20) days frcan award of contract by the City Council and receipt of blank bid docmmts to k supplied by the City.
1
$ d5%c, sa
The Project Manager may be contacted at:
CITY OF CAIU-SBAD, Municipal Projects Department
2075 Ias palmas Drive Carlad, California 92009-4859 Attention: I Gary Kellison (438-1161, extension 4383)
Iate delivery of contract documents beyond the twenty (20) days all& will
reduce the the of capletion specified in Section 6-7 of the Supplmtaq
General provisions.
The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20)
days fran the date of Award of Contract by City Council of the City of
Carlsbad, the prcceeds of check or bond acccanpanying this bid shall becans the property of the City of Carlsbad.
L;icensed in accordance with the statutes of the state of californiz providing for the Registration of Contractors, L,icense No. 2,5 & ci I 3
Classification (s) A t
I 1
The Undersigned bidder hereby represents qs follows:
1. That no Council member, officer agent, or employee the City of Carlsbad is personally interested, direc or indirectly, in this Contract, or the compensation be paid hereunder: that no representation, oral or writing, of the City Council, its officers, agents, employees has inducted him/her to enter into t Contract, excepting only those contained in this f of Contract and the papers made a part hereof by terms: and,
2. That this bid is made without connection with person, firm, or corporation making a bid for the s work, and is in all respects fair and without collus or fraud.
i
I
E
8
1
I
8 c
I
E
I
1
1
1
I
Accompanying this proposal is 3o*A (Cash, Certified Check, Bond or Cashier's Che for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of California Labor Code which requires every employer to be insu against liability for workers' compensation or to undertake se insurance in accordance with the provisions of that code, agrees to comply with such provisions before commencing performance of the work of this Contract.
The Undersigned is aware of the provisions of the State California Labor Code, Part 7, Chapter 1, Article 2, relative the general prevailing rate of wages for each craft or type worker needed to execute the Contract and agrees to comply w
c S<C& &Et ;"iqlAd3 0 1L.rL'Cs.WlS
Phone Number
i Daee
-% L\ LLJ i', j,3 ! q Qq
TTav 'i IT &!- i TP I J f . vc. 3oy !ai8
clorj~,5ctcII ,LC C'l*i.>CB ,1 p \</c(- De rQ*! Ovt
Bidder's Address Type of Organization (Individual,Corporation, o I; Partnership)
%@
3t00 EA5l S~L'TW STREET , PO BOX 5L99 L^,hC, BEikC- :LL FO''*I& 9caC5 12;i) 53L-3552 ,7:A
._-- & s-rnv9e,a-- 0. -D-.L-. CD. ICC TROCTiNG CO. a FilZATlON TO EXECUTE BIDS. PROPOSALS. COhlTfiACTS AN@ PERFORYkNCE POW[
In accordance with the authority vested in my by virtue of
that Board Resolution of Sully-Miller Contracting Company
which is dated July 13. 1984. and of that interoffice
Memorandum of the Executive Vice President of Koppera
Company. Inc.. Burnett G. Barley. Jr.. which Is dated October
10. 1884. I. R. K. MacGregor. President and General Manager of Sully-Miller Contracting Company, hereby designate each of
the following employees of South Coast Asphalt Products
- -Company who, by vlrtue of -this designation sn-dsf..fhe-- ----- -- --- --
aforesaid Board Resolution and lnterofflce Memorandum, are
hereby authorized to execute in the name and on behalf of thlr Company under it8 corporate seal any and all proposal6
for the @ala of product8. merchandise and services of thia
Company and any bide and performance bonds required in
connection therewith. Involving rny amount not in exces8 of
five million dollar8 In any one instance to the United State8
any of the State,. territories and dependencies of the United
States. the Diitrict of Columbia. cltiea. towns. townehiple,
countfer. rchool dimtricti. rnd to the departrnent8. politicel
rubdivisiona, ogenciea or who1 ly-owned corporationo thereof, or to any other perron. a
-President U Oencrrl Manager Oavtd E. Branch, Jr.
Vice President D. M. tiickethler
.. Vice President J. 0. Pittman
dontroller s 'C;ssiatant Secretary fatricia A. Cormier
Assiatant Secretary David J. Cook
€xecuted at Long Beach. California this 8th day of September
1987. - -- -- -
&L+/ 7
8FAL: R. K. MacGREGy
I/ . *' > t
b, 1 . : )a. ' RKM:di:, ' ,
A
Gf NCRAL CNCINCL~ING CONTLlACfOR - SINCE le23 - ASPHALT 6 mOClc CIODUCTS Wlh
CPL STATE LIC i53a
I
List below names of President, Secretary, Treasurer, and Manag if a corporation; and names of all partners, if a partnership:
qeQ52 c.CE
R+toched
1 u
1
1
8
I
8
6
1
(NOTARIAL ACKNOWLZDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST
ATTACHED)
(CORPORATE SEAL)
m
--~~
I___- II___
-~- a-
--L--p
_-- lIL
_I-- I
On this 13th day of July , in the
before me, the undersigned, a Notary Public in and for said State, person
, personall)
(or proved to me on the basis of satisfactory evidence) to be the person whc
within instrument on behalf of the Corporation therein named, and acknowledc
the Corporation executed it
WITNESS my hand and official seal
David J. Cook, Assistant Secretary
Notary Public in and for said State
--- * m
I
---- ~-~~ _I - I _I__ _c_______- ~--31__1_11_---.. --14 -~___I
July , in the On this I3th day of
before me, the undersigned, a Notary Public in and for sard State, person
, personally
(or proved to me on the basis of satisfactory evidence) to be the person who
within instrument on behalf of the Corporation therein named, and acknowled!
the Corporation executed it
WITNESS my hand and official seal
lss STATE OF CALIFORNIA
San Diego
David J. Cook, Assistant Secretary
1 pi/ h?? 1 11
Notary Public in and for said State
*-_____I- -_ _-_ ___ ------ I__ _--~ I-1IIgl- ---e _- --___- -
CALIFORh 1.4
t\CK\OW LEDGkILIE.\T Bl SCRETh
b1ATf Or C \l IFOK’\ti \
COUNT) 01
On [hi\
a p pea r eci
im’sOrldll\ L,rlonri [o me (or proted ro nie on [he bd<i, (11 \‘iil~tciiror \ c‘\ I~CIIIC) to be !he pei\oii \tho ~~‘\ciiiIed Ihi \
in<irurncni L~\ d[iarr’,\ iii-t~ct 01
and aihno\iIcdsed to mc th‘ii the Lorporiiiion ~~CCU:C‘U Ii
ORAKGE 1’’
June 23, 1989 . bel ore iiic Kathy R. Mair pcno
Irene Lau
Seaboard Surety Company
\‘
’/? ,c %,u m~ b TO,( &‘\ ‘, \o,ir I’uhl
2
"_
J
BOND NO: 766046 (1
PREMIUM: INCLUDED 1 -"L
I
1
I
I
1
1
8
1
1
I'
1 I"
I'
1
1
3'
I'
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we, SOUTH COAST ASPHALT PRODUCTS CO. dba SULLY-MILLER CONSTRUCTION,
Principal, and SEABOARD SURETY COMPANY , as Surety
held and firmly bound unto the City of Carlsbad, California, an amount as follows: (must be at least ten percent (10%) of
bid amount)
for which payment will and truly made, we bind ourselves, heirs, executors and administrators, successors or assig
jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if proposal of the above-bounden principal for:
r
r .................... Ten Percent of the Total Amount of the Bid in Dolla s ..........................................................................
DOWNTOWN PARKING LOTS CONTRACT NO. 3291
in the City of Carlsbad, is accepted by the City Council of s City, and if .the above bounden Principal shall duly enter i
and execute a Contract including required bonds and insura policies within twenty (20) days from the date of Award Contract by the City Council of the City of Carlsbad, being c notified of said award, then this obligation shall become r and void; otherwise, it shall be and remain in full force effect, and the amount specified herein shall be forfeited to said City.
In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Princi shall not exoneratei the Surety from its obligations under t bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day of June , 1989.
Corporate Seal (if Corporation)
SEAB~IRD SURETJ COMPANY
1
SOUT(;~OAST ASPYALT PRODUSTS COE
d ba $U LLY -M I LGtR) CO 6TR UDT I 0 N 1 drincir
By: k\'psd& ii+$-
DA\/i D 3. 'CQOK
Irene Lau B$-
Title Attornev -i n+act (NOTARIAL ACKNOWLEDGEMENT C (ATTACH ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPAI ATTORNEY IN FACT) AND SURETY MUST BE ATTACH1
I
For verification of the authenticity of this Power of Attorney you may Cali, collect, 203-658-3500 and ask for the Power of Attorney clerk. Please of Attorney number, the above named individual(sj and details of the bond to which the power is attached. In New York, Dial 212-627-5444. 1
DESIGNATION OF SUBCONTRACTORS
1
8
1
1
II
I
I J
II e i ;%e&'? a. - 7.a J
1)
II
I
II
I f
1
I
1
I
The Undersigned certifies he/she has used the sub-bids of following listed Contractors in making up his/her bid and t the sub-contractors listed will be used for the work for wh
they bid, subject to the approval of the City Engineer, and accordance with applicable provisions of the specifications
Section 4140 et seq. of the Public Contracts Code - ttSublett and Subcontracting Fair Practices Act." No changes may be r[
in these subcontractors except upon the prior approval of
City Engineer of the City of Carlsbad. The following informat
is required for each sub-contractor. Additional pages can attached if required:
Items of Full Company Complete Address Phone No.
P
Work Name with ZiD Code with Area Co 5h.q HcZ ,1>>.'2. - "27 pJ :$<J= <$.
I.8 c9u , &,>> 12 +" I
i<+C P E;,\Pc-p.;(r_ <(?a 5 ?:4-ebpv* '."E ." 3f ' 51;4c 14 c 1 CJ - 5.c Ct e- -4J
kb .,i,&, : i ta 5'2d +C& Cub 91iz. nlf
&$e cjiLd5- L nr, E.i?Cr-J in 7 E&jq i<
Cta3 22.c-3 & yqps &$!~P.iC+>&%4, ?G a*$ Za*23;j.t Lfq r 2gc. 3L > P r4 13% &' e, r, c p '221 &+ * ... 'F*r i : k d*.J dca
5: i+$tjc-s_,X c:ap,.*7p .n~ ~;~)e 2 iT22 5. t~+*i~h* &.i:d*p Rw%. Ci'; 792-
L *\ ;;;;;,s.,, C& -/3,2!
% .J fl a=/? 9.8 pl: *-- [,.'jNC K5 t"a.&\p*8i ,.. ki$ 7d3'&%3&t !*Ii && d +-
LA &,L\ k
5 - ' +!-I in, -\ c
:>&H S>,-rs: drl; it,; 9 -n- ..iu 4.6;
5:; /2.'5 7- d?<;t Chz*bl d
k=?P.#k 6bG& r- :I2 /# $7. &>>' ;" & .;a_ 3' 3
P
DESIGNATION OF SUBCONTRACTORS (continued)
I
The bidder is to provide the following information on the sub1 of all the listed subcontractors as part of the sealed submission. Additional pages can be attached, if required.
Amount
of
Type of State Carlsbad
Contracting Business
i
Full Cornrsanv Name License & No. License No.* Bid ($ or
B
8
I
1
I
1.
I;
I
I
i
8
- w g< &';;e* 7 * ~ c' J-+i ?& d *Q' *<%. ** * h
.I 3'
7 r\ 3 i;; J;'e 8 5, c /c P.=-,C,, ~
.1 ti-? r\ , -5 7 J &T/q>.I; k
j il 3 ',;
-. "9 e
# >y -7 q p - gf> 5' :j .. 1, :!
4 ,? $1-8 .lj
% L.S . 6
27 -2" 2..$'3 1L , Q 2 '21
tj 3 C) ; 3ii 4 &. .- jcvfi (X ,- r: J-I( 37-q I! LYP /
i-
1)
* Licenses are renewable annually. If no valid license, indic
llNONE.'@ Valid license must be obtained prior to submission
d, lqa sLL/ \ \I - nl jjw ~~+r~~CIf-; r
signed Contracts. ' c +b &(.-Jt &pPoJ\+ 1 /3 k-ducr5 1 c
.3CW
(NOTARIAL ACKNOWLEXXEMENT OF
EXCEPTION MUST BE ATTACHED.)
Authorized Signature
_____~-~~
_-l_l__P --1___
On this day of July , in the yt 13th
before me, the undersigned, a Notary Public in and for said Slate, personall
, personally ki
(or proved to me on the basis of satisfactory evidence) to be the person who e:
within instrument on behalf of the Corporation therein named, and acknowledgec
the Corporation executed it
WITNESS my hand and official seal
David J. Cook, Assistant Secretary
LsyyLw 34/:&&
Notary Public in and for said State.
1
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 1
The Undersigned submits herewith a notarized or sealed staterr
of his/her financial responsibility.
I T' 0 i"q3q I /- %CA it) u5 i ai \> i,a h fi\, f +=e cl 7 ! CJq? e_ c x i 1
II
1
I
I
-_m______l_____~ --- - --~
July , in the y On this 13th day of
before me, the undersigned, a Notary Public in and for said State, persona David J. Cook, Assistant Secretary
, personally I
(or proved to me on the basis of satisfactory evidence) to be the person who (
within instrument on behalf of the Corporation therein named, and acknowledge
the Corporation executed it
WITNESS my hand and official seal 1 -7'9Z-d Ld!
Notary Public in and for said State -- ----~-~~ -~-
I
r
I
8
II
I
1
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED)
(CORPORATE SEAL)
P
Date Contract ComDleted 8
I
Name and Phone Name and Address No. of Person Type of Amount of of the Emalover to Contact Work Contract
..
LC 0 Q @a
28 3 JJ
c, 0 a-
VTJ B 4. a8 4
‘“0% aa -GG a
aJ L: 4
4 ‘=Et
--
ea cc an @E JJU aJa -4 a E 0 0
0 Q r
Ad
WE bb
M 02 E4qg ‘clc: 2 Es
8 c sp
ht r( 4
4 bb
x r( x :: A::
dd
bbbb 4 rl j:$$j x 4
1 191
I
I ) ss.
I
I
I
I
I
4
1
I
1
I
I
I
1
1
NON-COLWSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID L
State of California )
, being first duly sworn,
deposes and says that he or she is f?Sid&q.f ~~C.l-e'$?XP\)
/3 r, Title) 4t 1 of &ufh (Jxls?- As&%,!+ ?w!;cts LCl &RsLci ?\I- h; /r& .J>f]&r&; e;(
(Name of Firm) the party making the foregoing bid that the bid is not made : the interest of, or on behalf of, any undisclosed persor partnership, company, association, organization, or corporatiox that the bid is genuine and not collusive or sham: that tl bidder has not directly or indirectly induced or solicited ax other bidder to put on a false or sham bid, and has not direct1 or indirectly colluded, conspired, connived, or agreed with ar bidder or anyone else to put in a sham, bid, or that anyone shal refrain from bidding that the bidder has not in any mannez
directly or indirectly, sought by agreement communication, c conference with anyone to fix the bid price, or of that of ax- other bidder, or to fix any overhead, profit, or cost element c advantage against the public body awarding the contract of anyor interested in t he proposed contract: that all statement
contained in the bid ar true: and further, that the bidder ha not, directly or iAdirectly, submitted his or her bid price o any breakdown thereof, or the contents thereof, or divulge 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 thereo to effectuate a collusive or sham bid.
T
CONTRACT - PUBLIC WORKS
This agreement is made this Ayk day of [hu& , 1989, by an
between the Carlsbad Housing and Rededlopment Commission (hereinafter called "Commission") , and
Sully - Miller Construction
0
Havmar nrivp; P-n. Rnx 718 Carlqhari: CA 971308 (herei6after called "Contractor". )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all WOI specified in the Contract documents for:
DOWNTOWN PARKING LOTS
CONTRACT NO. 3291
(hereinafter called l'proj ect")
2. Provisions of Labor and Materials. Contractor shall provic all labor, materials, tools, equipment, and personnel ' perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of th
Contract; the bid documents, including the Notice ' Bidders, Instructions to Bidders' and Contractor,
Proposals; the Plans and Specifications, the Speci< Provisions, and all proper amendments and changes ma( thereto in accordance with this Contract or the Plans a Specifications, and the bonds for the project; all of whi are incorporated herein by this reference.
The Contractor, her/his subcontractors, and materi suppliers shall provide and install the work as indicate specified, and implied by the Contract documents. Any ite of work not indicated or specified, but which are essenti to the completion of the work, shall be provided at t Contractor's expense to fulfill the intent of sa documents. In all instances through the life of t Contract, the City will be the interpreter of the intent the Contract documents, and the City's decision relative said intent will be final and binding. Failure of t Contractor to apprise her/his subcontractors and materia suppliers of this condition of the Contract will not relie her/him of the responsibility of compliance.
4. Payment. All full compensation for Contractor's performar of work under this Contract, City shall make payment to t Contractor per Section 9-3 of the Standard Specificatic for Public Works Construction. The closure date for e2 monthly invoice will be the 30th of each month.
Invoices from the Contractor shall be submitted accordi to the required City format to the City's assigned projc
0
I)
manager no later than the 5th day of each month. Paymer
will be delayed if invoices are received after the 5th each month. The final retention amount shall not released until the expiration of thirty-five (35) dz following the recording of the Notice of Completion pursuz to California Civil Code Section 3184.
0
5. Independent Investisation. Contractor has made Independent Investigation of the jobsite, the sc conditions at the jobsite, and all other conditions tl
might affect the progress of the work, and is aware of thc conditions. The Contract price includes payment for E work that may be done by Contractor, whether anticipated not, in order to overcome underground conditions. I information that may have been furnished to Contractor City about underground conditions or other job conditic is for Contractor's convenience only, and City does r warrant that the conditions are as thus indicatc Contractor is satisfied with all job conditions, includj
underground conditions and has not relied on informati furnished by City.
6. Contractor Responsible for Unforeseen Conditior Contractor shall be responsible for all loss or dame arising out of the nature of the work or from the action the elements or from any unforeseen difficulties which n arise or be encountered in the prosecution of the work unt its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall r be responsible for reasonable delays in the completion the work caused by acts of God, stormy weather, extra WOL
or matters which the specifications expressly stipulate wi be borne by City.
0
7. Chanse Orders. City may, without affecting the validity the Contract, order changes, modifications and extra wc by issuance of written change orders. Contractor shall ma
no change in the work without the issuance of a writt change order, and Contractor shall not be entitled compensation for any extra work performed unless the Ci has issued a written change order designating in advance t amount of additional compensation to be paid for the wor If a change order deletes any work, the Contract price sha be reduced by a fair and reasonable amount. If the parti
are unable to agree on the amount of reduction, the wo shall nevertheless proceed and the amount shall determined by litigation. The only person authorized order changes or extra work is the Project Manager. T written change order must be executed by the City Manage if it is for $15,000.00 or less or approved by the City Council and executed by the Mayor if the amount of the change order exceeds $15,000.00.
0
22
8. Immiqration Reform and Control Act. Contractor shall compl: with the requirements of the I1Immigration Reform and Contro: Act of 198611 (8 USC Section 1101-1525).
9. Prevailinq Waqe. Pursuant to the California Labor Code, thc
director of the Department of Industrial Relations ha: determined the general prevailing rate of per diem wages i: accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates i on file in the office of the Carlsbad City Clerk, and i incorporated by reference herein. Pursuant to Californi Labor Code, Section 1775, Contractor shall pay prevailin wagers. Contractor shall post copies of all applicabl prevailing wages on the job site.
10. Indemnity. Contractor shall assume the defense of, pay a1
expenses of defense, and indemnify and hold harmless tl. City, and its officers and employees, from all claims, 10s: damage, injury and liability of every kind, nature ar description, directly or indirectly arising from or j
connection with the performance of the Contractor or worl or from any failure or alleged failure of Contractor t comply with any applicable law, rules or regulatior including those relating to safety and health; except fc
loss or damage which was caused solely by the acti\
negligence of the City; and from any and all claims, 10s: damages, injury and liability, howsoever the same may 1 caused, resulting directly or indirectly from the nature 1
the work covered by the Contract, unless the loss or damal
was caused solely by the active negligence of the City. T: expenses of defense include all costs and expenses includi: attorneys fees for litigation, arbitration, or other dispu resolution method.
11. Insurance. Without limiting Contractor's indemnificatio it is agreed that Contractor shall maintain in force at a times during the performance of this agreement a policy policies of liability insurance at least $1,000,000.
combined single limit covering its operations, includi coverage for contractual liability and insurance coveri the liability set forth herein.
The policy or policies shall comply with the special insurance instructions in the Supplementary General Provisions and shall contain the following clauses:
A.
e
e
I1The City is added as an additional insured as respec
operations of the named insured performed under contri with the City.11
!!It is agreed that any insurance maintained by the C:
shall apply in excess of and not contribute wil insurance provided by this policy.11
B.
e
23
All insurance policies required by this paragraph shal contain the following clause:
A. "This insurance shall not be cancelled, limited or non
renewed until after thirty (30) days written notice ha been given to the City.n
"The insurer waives any rights of subrogation it has o may have, against the City or any of its officers c employees. II
Certificates of insurance evidencing the coverage require by the clauses set forth above shall be filed with the Cit prior to the effective date of this agreement.
12. Workers' ComDensation. Contractor shall comply with tl: requirements of Section 3700 of the California Labor Cod€ Contractor shall also assume the defense and indemnify ar save harmless the City and its officers and employees frc all claims, loss, damage, injury, and liability of eve: kind, nature, and description brought by any person employ1 or used by Contractor to perform any work under th Contract regardless of responsibility for negligence.
0
B.
13. Proof of Insurance. Contractor shall submit to the Ci. certification of the policies mentioned in Paragraphs 10 a:
11 or proof of worker's compensation self-insurance pril to the start of any work pursuant to this Contract.
14. Claims and Lawsuits. Contractor shall comply with t: Government Tort Claims Act (California Government Co Section 900 et seq.) prior to filing any lawsuit for brea of this contract of any claim or cause of action for mon or damages.
0
15. Maintenance of Records. Contractor shall maintain and ma available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chapt If t 1, Article 2, of the California Labor Code. Contractor does not maintain the records at Contractor principal place of business as specified above, Contract shall so inform the City by certified letter accompany! the return of this Contract. Contractor shall notify t City by certified mail of any change of address of st records.
16. Labor Code Provisions. The provisions of Part 7, Chapt
1, commencing with Section 1720 of the California Labor Cc are incorporated herein by reference.
0
24
17. Security. Securities in the form of cash, cashier's chec or certified check may be substituted for any monj
withheld by the City to secure performance of this contre for any obligation established by this contract. Any otk security that is mutually agreed to by the Contractor E the City may be substituted for monies withheld to ensi performance under this Contract.
18. Provisions Required by Law Deemed Inserted. Each and evc provision of law and clause required by law to be insert in this Contract shall be deemed to be inserted herein z included herein, and if, through mistake or otherwise, E such provision is not inserted, or is not correct inserted, then upon application of either party, t Contract shall forthwith be physically amended to make SL insertion or correction.
19. Additional Provisions. Any additional provisions of tl agreement are set forth in the "General Provisions1' Itspecial Provisionstt attached hereto and made a part herec
0
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS a
MUST BE ATTACHED.)
(CORPORATE SEAL) 0
APPROVED AS TO FORM: REDEVELOPMI
- - - I --- I __- I"----
On this 21st day of August , in the
before me, the undersigned, a Notary Public in and for said State, Persol Don M. Hickethier
and David J. Cook
, personall
(or proved to me on the basis of satisfactory evidence) to be the persons wh
within instrument as Vice President and Asst.
respectively, of the Corporation therein named, and acknowledged to me that 1
executed it pursuant to its by-laws or a resolution of its board of directors
WITNESS my hand and official seal
%2%557e&9&/ *d&
I
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
WORKERS' COMPENSATION RESPONSIBILITY
"1 am aware of the provisions of Section 3700 of the Labor which requires every employer to be insured against liabilit: workers' compensation or to undertake self-insurancc accordance with the provisions of that code, and I will cc with such provisions before commencing the performance of
work of this Contract.tg
1
I
I
I By ..
I
t
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
IMMIGRATION REFORM AND CONTROL ACT OF 1986 I
ItI am aware of the requirements of the Immigration Reform
Control Act of 1986 (8 USC Section 1101-1525) and have comp
with these requirements, including, but not limited to, verif
the eligibility for employment of all agents, employ subcontractors, and consultants that are included in Contract. t#
b
1E
I
1
*" i-
3y:
P
m
___rm~--
, in the On this before me, the undersigned, a Notary Public In and for said State, perso
, personall
(or proved to me on the basls of SatiSfaCtOrY evidence) to be the person wh
within Instrument on behalf of the CorpOratlOn therein named? and acknowlec
the Corporation executed It
WITNESS my hand and official seal
August
STATE OF CALIFORNIA
*Ist day of
David J. Cook, Assistant Secretary
---7z?- M/2d4/
Notary Publlc in and for said State
J. Gallagher & Co. Merit Drive, Suite 670
South Coast Asphalt Products Company dba Sully-Miller Construction 3703 Haymar Drive Carlsbad, California 92008
COVERAGES
0 Owners 8 Contractors Protective
BAP 1423785-01s All Owned Autos
Non-owned Autos
Workers’ Compensation
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008-1989
C-01 AJG 6/86
SPECIAL ENDORSEMENTS:
The Carlsbad Housing and Redevelopment Commission of the City of Carlsbad is hereby named as additional
insured as respects South Coast Asphalt Products Company dba Sully-Miller Construction's operations
only.
It is hereby understood and agreed that the policy to which this Certificate refers may not be cancelled,
materially changed, nor the amount of coverage thereof reduced until thirty (30) days after receipt
of written notice of cancellation or reduction in coverage by the City Clerk of the City of Carlsbad.
Coverage under this policy shall be primary and concontributing with any other insurance available to
the Carlsbad Housing and Redevelopment Commission as respects South Coast Asphalt Products Company dba
Sully-Miller Construction's operations only.
<
I
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
for all compensation of whatever nature due the Contractor all labor and materials furnished and for all work performe the above-referenced project for the period specified above the exception of contract retention amounts, this payment t received, and disputed claims specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD:
i
I
1
I
I
1 $
DISPUTED CLAIMS 1 DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and released any c the Contractor may have, of whatever type or nature, for period specified which is not shown as a retention amount c disputed claim on this form. This release and waiver has I made voluntarily by Contractor without any fraud, duress or UI
influence by any person or entity.
Contractor further certifies, warrants, and represents that bills for labor, materials, and work due Subcontractors for specified period have been paid in full and that the par1 signing below on behalf of Contractor have expressed authorit1 execute this release.
DATED:
b
1
R
I
1
I
P
I PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporation, etc.)
BY
I BY
30
I
32 I
I
1
1
I
I
8
I,
I
I
I.
I
I
I
I
OPrIONAL
FSCRCW AGEEMBT FOR SURETY
DEPOSITS IN IJXU OF RETENTI * ON
This Escrow Ageexent is made and entered into by and between the City c
Qrlsbad whose address is 1200 Elm Avenue, Carlsbad, Qlifoda, 92006
hereinafter called ttCitytt and
whose address is
hereinafter called ttContractortf and 1 whce address is
t
hereinafter called ~gEscrow Agmt.*'
For the consideration hereinafter set forth, the Owner, Con-tra&r anc
1. EUrsuant to !5ection 4590 of chapter 13 of Division 5 of Title 1 of the
Gmernment code of the State of California, contractor has the optior to deposit securities with Escrow Agent as a subtitute for retentior earnings required to be withheld by City pursuant to the Cmstructior contract en- into bebeen the city and corrtractor in the amount of
dated (hereinafter referred to as the VontracV). A copy of said contract is attached as Exhibit tlAtl. When Contxactor deposits the securities as a substitute for contract earnings, the Escrclw Agent shall notify the city within ten (10) days of the deposit. me market vdlue of the mities at
the time of the substitution shall be at least equdl to the cash amount then requked to be withheld as retention under the terms of the Contract between the City and the Contractor. Securities shall be held in the name of and shall designate the Contractor as the beneficial mer. Prior to any- ts,,? Esrrow Agent shall verify that the present cumlative market value of all securities substituted is at least equal to the cash amcrurrt of all dative retention under the terms of the Contract.
The City shall make progress payments to the contractor for such funds
which othemise Ud be withheld from progress payments pursuant to the Contract pmviSions, pruvided that the &,am Agent holds securities in the form and amount specified above.
AltE?matively, the City may make payments directly to - Agent in the amamt of retention for the benefit of the City until such time as
the escrow created hereunler is terrmM * ted.
4. contractor shall be responsible for paying all fees for the expnses
hcurred by Escruw Agent in actminister- the escrow amt. These
expases any payment terms shall be determined by the Contractor and Ekcrow &Tent.
JBcrcw Agent agree as follclws:
2.
3. m
r
5. The interest earned. on the securities or the money m accounts held in escrow and all interest earned on interest shall be for the sole .account of Contract01 shall be subject to withdrawal by Contractor at any tim from time to time without notice to the City.
Contractor shall have the right to withdraw all or any of the principal in the Escrow Account only by wr
notice to Escrow Agent accompanied by written authoriz from City to the Escrow Agent that City consents tc
withdrawal of the amount sought to be withdrawl
Contractor.
The City shall have a right to draw upon the securitit
the event of default by the Contractor. written notice to the Escrow Agent from the City of default of the Contractor, the Escrow Agent E immediately convert the securities to cash and 2
distribute the case as instructed by the City.
certifying that the Contractor has complied with requirements and procedures applicable to the Contr Escrow Agent shall release to Contractor all securities interest on deposit less escrow fees and charges of Escrow Account. The escrow shall be closed immediately
disbursement of all monies and securities on deposit payments of fees and charges.
Escrow Agent shall rely on the written notifications the City and the Contractor pursuant to Sections 4 ti
inclusive, of this agreement and the City and Contra shall hold Escrow Agent harmless from Escrow Agent's re1 and disbursement of the securities and interest as set f above.
I
6. 1
I
#
B
I
1
1
I
8
I
1
I
I
7. Upon seven (7)
8. Upon receipt of written notification from the
9. I,
,
10. The names of the persons who are authorized to written notices or to receive written notice on behal: the City and on behalf of Contractor in connection with foregoing, and exemplars of their respective signatures
For City: Title
I as follows:
Name Signature Address
For Contractor: Title Name Signature I Address
For Escrow Agent: Title Name Signature Address r
At the time the Escrow Account is opened, the Cit!
Contractor shall deliver to the Escrow Agent a
executed counterpart of this Agreement.
1
1
I
I
I
1.
1
1
1
I s
4
I
I
I
I
IN WITNESS WHEREOF, the parties have executed this Agreeme their proper officers on the date first set forth above.
For City: Title
Name
Signature Address
?
For Contractor: Title Name Signature Address
b
t
B
I .'
1
1
II
1 ..
I
1
1
1
I
1
B
1
I
I
?
b
SECTION B
SUPPLEnENTARY PROVISIONS TO THE SS PART 1 - GENERAL PROVISIONS
t
SECTION B
SUPPLEHENTARY PROVISIONS TO THE SSPWC
1
I PART 1 GENERAL PROVISIONS
SECTION B SHALL CONFORM TO PART 1 OF THE STANDARD SPECIFICA
FOR PUBLIC WORKS CONSTRUCTION EXCEPT FOR THE FOLLOWING CH,
AND/OR ADDITIONS:
t
I SECTION 1: TERHS, DEFINITIONS, ABBREVIATIONS AND SYMBOLS
1-1 TERMS, add:
A. Reference to Drawings:
Where words "shown", "indicated", "detailed", "not "scheduled", or work of similar import are used, it shal understood that reference is made to the plans accompanying t provisions, unless stated otherwise.
8. Directions:
Where words "directed" , "designated", "selected", or wordz similar import are used, it shall be understood that direction, designation or selection of the Engineer is inter, unless stated otherwise. The work "required" and words of sin import shall be understood to mean '' as required to prog complete the work as required and as approved by the
Engineer", unless stated otherwise.
I
I
1
I
I
I
B
1
I
I
I
1
b C. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent", and words of similar import are used, it shall be understood words are followed. by the expression "in the opinion of Engineer," unless otherwise stated. Where the words "approv napprovaln, "acceptance", or words of similar import are used shall be understood that the approval, acceptance, or sim import of the Engineer is intended.
D, Perform and Provide:
The word "perform" shall be understood to mean that Contractor, at her/his expense, shall perform all operatic labor, tools and equipment, and further, including the furnisl and installing of materials that are indicated, specified required to mean that the Contractor, at her/his expense, SI furnish and install the work, complete in place and ready to 1 including furnishing of necessary labor, materials, toc 1 equipment, and transportation.
1-2 DEFINITIONS, Modify:
Agency - The City of Carlsbad, California.
Engineer - The Project Manager for the City of Carlsbad or
approved representative. ?
SECTION 2 - SCOPE AND CONTROL OF THE WORK
1
I
1
I
1
I
I
1
I
I
I
1
I
8
2-5 PLANS AND SPECIFICATIONS
2-5.1 General, add:
The work shall be performed in accordance to the follc
documents:
1. Standard Specifications for Public Works Construction
2. Standard Design Criteria For The Design Of Public w
Improvements In The City of Carlsbad approved 6-19-87.
3. Standard Special Provisions For Use In Conjunction With
AGC/APWA Standard Specifications for Public W Construction, as shown in the City of Carlsbad's Stan
4. San Diego Area Regional Standard Drawings with Modificat as listed in the City of Carlsbad's Standard Design Crit approved 6-19-87. .
5. City of Carlsbad Supplemental Standard Drawings as showi the City of Carlsbad's Standard Design Criteria apprc
6. California Department of Transportation Standard Plans Specifications Section 86, Signals Lighting and Elec Systems, 1988 Edition.
7. Standard Plans and Specifications for Construction of WG Mains for Costta Real Municipal Water District dated Jan1 1987 adopted by Resolution 539.
8. Construction plans consistinq of 6 sheets designated as ( of Carlsbad Drawing No. 295-7.
9. State of California Department of Transportation Tral
Manual.
10. These project specifications supplied herein.
2-5.3 Shop Drawings, add:
Where installation of work is required in accordance with product manufacturer's direction, the Contractor shall obtain distribute the necessary copies of such instruction, including
(2) copies to the Engineer.
When approved by the Engineer, each copy of the Drawings will
stamped approved, signed, and dated by the Engineer.
Upon the Contractor's receipt of approved Shop Drawings, he sh furnish to the Engineer instruction and maintenance manuals
parts lists of all major equipment furnished. Data in th manuals shall cover completely all items as specified and
t
Edi t ion.
I Design Criteria.
6-19-87. b
t
I supplied.
TO SUBSECTION 2-5, add:
1
II 2-5.4 Record Drawings:
The Contractor shall provide and keep up-to-date a comp "as-built" record set of transparent sepias, which shal corrected daily and show every change from the original draw
and specifications and the exact "as-built" locations, sizes
kinds of equipment, underground piping, valves, and all other not visible at surface grade. Prints for this purpose may obtained from the City. This set of drawings shall be kept on
job and shall be used only as a recorded set and shal delivered to the Engineer upon completion of the work.
t
1
i
I
I
8
TO SUBSECTION 2-6 ADD:
2-6.1 Scope :
The work to be done shall consist of furnishing all la1
equipment and materials, and performing all operations neces to complete the project work as shown on the project plans ant specified in the specifications.
2-6.2 Existing Conditions:
BIDDERS SHALL BE EXPECTED TO VISIT THE SITE PRIOR TO SUBMITTII
BID, AND THE ACTION OF SUBMITTING SUCH BID SHALL BE ACCEPTED A:
INDICATION THAT THE SITE HAS BEEN VISITED AND THAT THE BIDDEl
AWARE OF THE EXISTING CONDITIONS AND SITE CONSTRAINTS. THE SHALL REFLECT THE COST FOR PERFORMING ALL THE WORK AS SHOWN ON
PLANS AND SPECIFICATIONS.
2-6.3 General Requirements:
a. The Contractor" shall furnish all supervision, techn: personnel, labor, material, tools, permits, services equipment needed to perform and complete the improvemc shown on the plans and specifications listed in Section 2-
provide for the disconnection of all utility service lj and to investigate and verify that those utilities have 1 properly disconnected before starting work under t
Contract.
c. Maintenance of work area. The contractor shall maint project site clear of debris and in a safe condition ur work has been completed and accepted by agency.
I
b
1
I
1
1
1
II
b. It is the Contractors responsibility to coordinate
2-6.4 Protection Of Existing Improvements:
The contractor shall save and protect from damage, all public private improvements adjacent to the site, including sidewal
curbs, gutters, street light circuits and other facilities equipment. Any public or private improvement damaged by Contractor shall be removed and replaced in kind at contractor's expense.
B
t
I
2-6.5 Stamped Concrete Dates:
The City of Carlsbad Eiistoric Preservation Commission would to preserve the stamped concrete dates in existing sidew
within the Project. The Contractor shall protect in place any star dates in the sidewalk adjacent to the work site.
8
1
I
I
I-’
R
I
i
1
I
li
I;
I
I
?
2-6.6 Rejected Work:
The Agency may reject all work which is not done in accord with the Contract. All work which has been rejected shall remedied or removed and replaced by the Contractor in acceptable manner and no compensation will be allowed for removal, replacement or remedial work.
Any work done beyond the boundaries established by The Agenc: any work as hereinafter specified which is done without prc permits, inspection and testing, will be considered unauthorized work and will be rejected. Upon order of the Age1 unauthorized work shall be remedied, removed, or replaced at Contractor’s expense.
Upon failure of the Contractor to comply promptly with an or( The Agency may cause rejected or unauthorized work to be remed. removed, or replaced, and deduct the costs from any moneys duc to become due to the Contractor.
2-6.7 Notifications:
It is the contractor‘s responsibility to notify the Agency, tk
working days prior to start of work and obtain clearances
release for demolition permits from all private and public uti1 companies. The corr’tractor shall contact the utility companies advance of the necessary work to be performed in order to meet project schedule specified in Section 6-1.
2-6.8 Damage :
Should any work under this section of the specification damage cause to be damaged any item or items not scheduled to be remov such shall be restored to their original condition and position shall be replaced, all at the Contractcr’s expense. All repa or replacements shall be performed to the satisfaction of
1
I,
1 Agency.
t
2-6.9 Safety Requirements:
Contractor agrees that he shall assume sole and comp responsibility for job site conditibns during the cours construction of this project, including safety of all persons
property; that this requirement shall apply continuously and be limited to normal working hours; and that the Contra
shall defend, indemnify and hold the Agency and Engineer harm from any and all liability, real or alleged in connection with performance of work on this project excepting liability ari from the sole negligence of the Agency or the Engineer.
I
1
I
1
I
I
I
1
I
1
1
I
t
1 2-6.10 Cleaning and Clean-up:
The Contractor shall not permit the adjacent property, publi private, to become dirty and unsightly because of work under I section of the specifications. Use water or other means control dust generated by work noted herein. All dirt or del spilled on any street shall be cleaned up immediately.
2-6.11 Drinking Water and Toilet Facilities:
The Contractor shall provide, at his own expense, adeqi drinking water and toilet facilities for his workmen througl the course of the contract work.
2-6.12 Debris Removal:
Disposal of refuse generated as a result of this contract at C
or County landfills is subject to a fee. Any cost of disposinq refuse should be included in your bid.
2-6.13 Water for Construction:
The contractor shaLl obtain a construction meter for wa utilized during the construction under this contract. ’ contractor shall contact the appropriate water agency requirements. The contractor shall include the cost of water meter rental within appropriate items of the proposal. separate payment will be made.
I,
I
TO SUBSECTION 2-7, ADD:
2-7.1 Examination of Subsurface Conditions:
Unless shown on the plans or referenced in this Contract Docume the City has made no investigation of the subsurface conditions areas where work is to be performed. The Contractor may do own exploration as to subsurface or latent physical conditions the site of the work and the bid should reflect the cost perform the job as shown on the plans.
A few test excavations were dug by the City at 3045 State Street. These pits open for inspection by the Contractor. excavations are sufficient to expose any hidden subsurface condition that wou with the completion of the work. The Contractor may, prior to submitting a bi trenches to verify subsurface conditions. Contractor shall bear the full ris completing the work regardless of subsurface conditions and the City shall no
responsible for claims or expenses thereof.
B The City does not guarantee tbat the
?
U
2-9 SURVEYING
2-9.3 Survey Services, delete and substitute:
Contractor shall employ a licensed land surveyor or regist
civil engineer to perform necessary surveying for this proj Requirements of the Contractor pertaining to this item are
forth in Section 2-9.5 of the SSPWC. Contractor shall inc cost of surveying service within appropriate items of propo No separate payment will be made.
Survey stakes shall be set and stationed by the contract surveyor for curbs at 25' intervals, curb returns at BCR, 1/2, 3/4, and ECR, driveways, pedestrian ramps, headers, se storm drain and structures, street lights, street trees, walls grade stakes as required to satisfy cut or fill to finished g
Contractor shall provide engineer with two (2) copies of su! cut sheets prior to commencing construction of surveyed items.
I
I ?
I
I1
I or flowline.
H
SECTION 4 - CONTROL OF MATERIALS R
Io
b
1
R
I
ll
I
4-1 MATERIALS AND WORRMANSHIP
4-1.3 Inspection Requirements:
4-1.3.1 General, add:
All work shall be under the observation of the Engineer or appointed representative. The Engineer shall have free access any or all parts of work at any time. Contractor shall furn Engineer with such information as may be necessary to keep her/ fully informed regaraing progress and manner of work and charac of materials. Inspection of work shall not relieve Contractor any obligation to fulfill this Contract.
4-1 D 4 Test of Waterials, Modify:
Except as specified in these Special Provisions, the Agency w bear the cost of testing of material and/or workmanship where I results of such tests meet or exceed the requirements indicated the Standard Specifications and the Special Provisions. The c( of all other tests shall be borne by the Contractor.
At the option of the Engineer, the source of supply of each of 1 materials shall be approved by him before the delivery is startc All materials proposed for use may be inspected or tested at z time during their preparation and use. If, after trial, it found that sources of supply which have been approved do r furnish a uniform product, or if the product from any SOUI proves unacceptable at any time, the Contractor shall furni approved materials from other approved sources. After approvz any material which becomes unfit for use due to improper storag handling or any other reason shall be rejected.
1
u
d
II
All backfill and subgrade shall be compacted in accordance the notes on the pians and the SSPWC. Compaction tests mi made by the City and all costs for tests that meet or exceec requirements of the specifications shall be borne by the City,
Said tests may be made at any place along the work as de necessary by the Engineer. The costs of any retests necessary by non-compliance with the specifications shall be b by the Contractor.
1
1
I
1
I
I
R
Y
b
SR
I
I
I
I
Y
t
ADD TO SUBSECTION 4-1:
4-1.9 Nonconforming Work, add to subsection:
The Contractor shall remove and replace any work not conformin the plans or specifications upon written order by the Engin Any cost caused by reason of this nonconforming work shall borne by the Contractor.
SECTION S - UTILITIES
5-7 GENERAL, add subsection:
Utilities for the purpose of these Specifications shall considered as including, but not limited to, pipe line, condu: transmission lines, and appurtenances of "Public Utilities"
defined in the Public Utilities Act of the State of California
individually solely for their own use or for use of their tenai
and storm drains, sanitary sewer, and street lighting. The (
of Carlsbad and affected utility companies have, by a searcl known records, endeavored to locate and indicate on the Plans utilities which exist within the limits of the Work. However, accuracy or completeness of the utilities indicated on the PI is not guaranteed. Service connections to adjacent property or may not be shown on the Plans. It shall be the responsibil
of the Contractor to determine the exact location and elevatior
all utilities and their service connections. The Contractor si make his/her own investigation as to the location, type, kinc material, age and condition of existing utilities and tk appurtenances and service connections which may be affected by Contract Work, and in addition he/she shall notify the City as any utility, appurtenances, and service connections located wh have been incorrectly shown on or omitted from the Plans.
The Contractor shall notify the owners of all utilities at le
48 hours in advance of excavating around any of the structures
the completion of the Contract Work, the Contractor shall le
all utilities and appurtenances in a condition satisfactory to
owners and the City. In the event of damage to any utility,
Contractor shall notify the owner of the utility immediately.
is the responsibility of the Contractor to compensate for uti1 I damages.
t
I
The temporary or permanent relocation or alteration of utilit
including service connections, desired by the Contractor his/her own convenience shall be the Contractor's responsibility, and he/she shall make all arrangements regar such Work at no cost to the City. If delays occur du utilities relocations which were not shown on the Plans, it be solely the City's option to extend the completion date.
In order to minimize delays to the Contractor caused by
failure of other parties to relocate utilities which inter with the construction, the Contractor, upon request to the c. may be permitted to temporarily omit the portion of Work affec by the utility. The portion thus omitted shall be constructet the Contractor immediately following the relocation of the uti: involved unless otherwise directed by the City.
All costs involved in locating, protecting and supporting of utility lines shall be included in the Price Bid for various ii of Work and no additional payment will be made.
All fees, work orders and charges associated with work
inspection to be done by the utility companies will be paid by
The Contractor is advised that all necessary coordination requi
by the serving utility shall be included within the appropri
items of bid and no additional compensation will be allc
therefore.
I i
I
I
f
li
1
I
I
IC
I
I
1
I
1
ei City of Carlsbad.
b SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK, Modif!,
A construction schedule is to be submitted by the Contractor Section 6-1 of the SSPWC at the time of the preconstruct conference. No changes shall be made to the construction sched
without the prior written approval of the Engineer. Any progr
payments made after the scheduled completion date shall
constitute a waiver of this paragraph or any damages.
Coordination with the respective utility companies for remov new construction, or relocation of conflicting utilities shall
done by the Contractor prior to commencement of work. Contrac
will not be allowed extensions on the project schedule due
delays caused by his/her lack of coordination with uti1 companies.
It is the responsibility of the contractor to know the t required for various manufacturers to deliver their respect
products or materials. The contractor shall order products materials sufficiently ahead of time so that they will be on s
by the scheduled installation date. The contractor will not allowed extensions on the project schedule due to delays caused his/her failure to order products or materials in a timely mann lr
6-7 TIME OF COMPLETION
6-7.1 General, add:
14 calendar d, The Contractor shall begin work within after receipt of the "Notice to Proceed" and shall diligen.
prosecute the work to completion with 75 consecut calendar days after the dates of the Notice to Proceed.
I 1,
I 6-7.2 Working Day, add:
I Hours of work - All work shall normally be performed between I hours of 7:OO A.M. and sunset, from Mondays through Fridays W:
the exception of the work to be performed on Carlsbad Boulevz
between Elm and Grand which must be done after 5:OO PM in order minimize disturbance to the existing business located in ti area. It is the responsibility of the contractor to make I necessary arrangements with suppliers to provide materials aft
5:OO PM to complete his/her work.
The Contractor shall obtain the approval of the Engineer if he/s desires to work outside the hours stated herein.
Contractor may work during Saturdays and holidays only with t written permission of the Engineer. This written permission mu
be obtained at least 48 hours prior to such work. The Contract shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE, ADD:
All work shall be guaranteed for one (1) year after the filing a "Notice of Completion" and any faulty work or materia
discovered during the guarantee period shall be repaired replaced by the Contractor, at his expense. fi 6-9 LIQUIDATED IS~GES, ADD:
I
li
I
@
b
11
If the completion date is not met, the Contractor will be assessed the sum of $300 ($100 per each parking lot not completed) per day for each calendar day beyond the completior
date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. For purposes of this section, completion is "substantial completionff and is defined as safe opening of the project to public use and completion of the landscape planting and irrigation system. The 30 day landscape establishment and maintenance periods of section 308-6 are I& a
part of project completion for the purpose of this section.
fI
1
111
1 6-10 CONSTRUCTION SEQUENCING
11 Notice to Proceed will be issued after award of construction by the City Council and after Contractor bonds have been received
and verified. Notice to Proceed is anticipated to occur after August 6, 1989. It
I
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR
1:
li
1
li
4lt
!I
!b
7-3 LIABILITY INSURANCE AND 7-4 WORKERS COMPENSI INSURANCE, MODIFY:
SPECIAL INSURANCE INSTRUCTION FOR CONTRACTOR
Contractor shall procure and maintain for the duration of
contract insurance against claims for injuries to persor damages to property which may arise from or in connection witk performance of the work hereunder by the Contractor, his age representatives, employees, or subcontractors. If the insura is on a "claims made" basis, coverage shall be maintained f period of three years from the date of completion of the w
The cost of such insurance shall be included in Contractor's The insurance company or companies shall meet the requirement City Council Resolution No. 8108.
t
11 A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 1/73) covering Comprehensive General Liability; Insurance Service Office form number GL 0404 cove Broad Form Comprehensive General Liability; and
2. Insurance Services Office form number CA 0001 1/78) covering Automobile Liability, code 1 auto"; and
3. Worker's Compensation as required by the labor
11
of the State of California and Employer's Liabi InsuranFe e
1
11
it
111
11
IP
I
n li B. Minimum Limits of Insurance.
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 comb single limit per occurrence for bodily injury property damage. If the policy has an aggre' limit, a separate aggregate in the amounts speci shall be established for the risks for which the ( or its agents, officers or employees are additic insured.
2. Automobile Liability: $1,000,000 combined sii limit per accident for bodily injury and propc
3. Worker's Compensation and Employer's Liabil. Workers' compensation limits as required by the L; Code of the State of California and Employc Liability limits of $1,000,000 per accident.
IC damage.
C. Deductibles and self-Insured Retentions
1
Any deductibles or self-insured retentions must declared to and approved by the City. At the optio the City, either: the insurer shall reduce or elimi such deductibles or self-insured retentions as resp the City, its officials and employees; or the Contra
shall procure a bond guaranteeing payment of losses related investigation, claim administration and defy
8 r
1 expenses.
D. Other Insurances Provisions
The policies are to contain, or be endorsed to cont; the following provisions:
1. General Liability and Automobile Liability Coveras
a. The City, its officials, employees and volunte are to be covered as insured as respec
liability arising out of activities performea or on behalf of the Contractor; products
completed operations of the Contractor; premi owned, leased, hired or borrowed by
contractor. The coverage shall contain special limitations on the scope of protect afforded to the City, its officials, employees volunteers.
li
c
1
8
b
1
II
c
fi
I
P
F
I
i
B. The Contractor's insurance coverage shall primary insurance as respects the City, officials, employees and volunteers. insurance or self-insurance maintained by 1 City, its officials, employees or voluntet shall be excess of Contractor's insurance i sha'll not contribute with it.
c. Any failure to comply with reporting provisic of the policies shall not affect covera provided to the City, its officials, employees
volunteers.
d. Coverage shall state that Contractor's insuraI: shall apply separately to each insured agair whom claim is made or suit is brought, exce with respect to the limits of the insurer II liability.
2. Workers' Compensation and Employers' Liabili
Coverages
The insurer shall agree to waive all rights subrogation against the City, its official employees and volunteers for losses arising from wo
performed by Contractor for the City.
3. All Coverages
I
Y Each insurance policy required by this clause E
be endorsed to state without qualification
coverage shall not be suspended, voided, cance reduced in coverage or in limits except after tb (30) days' prior written notice by certified n return receipt requested, has been given to the C
r
1 E. Acceptability of Insurers
Insurance is to be placed with insurers with a Be
rating of no less than A:XI unless otherwise author
by City Council Resolution No. 81018.
1
1
t c
Q
b
I
li s
I
I
P
I
F. Verification of Coverage
Contractor shall furnish the City with certificates insurance and with original endorsements affec coverage required by this clause. The certificates endorsement for each insurance policy are to be sign€ a person authorized by that insurer to bind coverac its behalf. The certificates and endorsements are t in forms provided by the City and are to be receivec
approved by the City before work commences.
G. Subcontractors
Contractor shall include all subcontractors as ins under its policies or shall furnish sepz
certificates and endorsements for each subcontrac A11 coverages for subcontractor shall be subject a1 the requirements stated herein.
7-5 PERMITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, encroachment, right-of-way, grading, and building pel
necessary to perform work for this contract on City propert! I streets, highways, or railways.
Add the following:
Contractor shall not begin work until all permits incidenta. the work are obtained.
7-7 COOPERATION AND COLLATERAL WORK, add:
Wet taps of water mains, new water services for irrigation systems, and wa shall be installed by the City of Carlsbad Municipal Water Department by a from the Contractor and paid for by the City. The Contractor shall coordii work with that of the City water department.
E
I
t 7-8 PROJECT AND SITE MAINTENANCE
7-8. 1
Cleanup and dust control shall be executed even on weekenc other non-working days at the City's request.
Cleanup and Dust Control, add: t
1 TO SUBSECTION 7-8, add:
7-8.8 Noise Control:
All internal combustion engines used in the construction sh, equipped with mufflers in good repair when in use or the p: with special attention to City Noise Control Ordinance No. Carlsbad Municipal Code, Chapter 8.48.
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access, add:
Contractor shall work within projects limits as noted o
drawings and shall, other than trucks or equipment leavi
entering the site, do nothing to interfere with traffic fl adjacent streets. The contractor shall provide flagmen as n
necessary to facilitate trucks or other equipment leavii
entering the site. Barricading and traffic interruptic subject to approval by the Agency. The contractor shall pr
barriers, guards, lights, signs and flagpersons, as reqt
advising the public of detours and construction hazards.
The Contractor shall maintain, whether shown on the plan OL all existing traffic control signs or signals in their F
location on temporary mounting supports until permanent sig
signals are restoked.
All barricades used at night shall be equipped with Prc
operating flashing lights.
In non-emergency situations, the Contractor shall bac trenches and restore roadway for safe night traffic usage
open trenches shall be allowed overnight unless prior appr is received from the Engineer.
Steel plating or portable concrete barrier (K-Rail) mz
required when trenching cannot be secured overnigh backfilling. #'Open trench" signs shall be placed adjacent t
moving traffic lane at 100 feet intervals when excavation
progress.
The name of the Agency who owns the traffic control s devices shall be clearly noted on each device.
If parking must be restricted during construction, the Contr shall post tow-away/no parking signs twenty-four (24) haul
1
I
!I
t
b 1
1
11
1;
lt m
IC
11
P
I
I
E
I a
Di.
d
6
b N
1
Q
k
3
E
P
Y
advance after receiving approval frQm the Engineer. the shall contain days/hours information and be posted SO as reasonably seen by the public.
The Contractor shall keep the streets in and adjacent t construction area clean at all times. Streets must be
before washing.
The Contractor shall assume sole and complete responsibilit the job site conditions during the course of the constructi
this project including safety of all persons and property. requirement shall apply continually and not be limited to r, working hours, and that the contractor shall defend, indem and hold the owner and the Engineer harmless from any ant liability real or alleged, in connection with the performan work on this project, expect for liability arising from
negligence of the owner or Engineer.
All costs for maintaining traffic shall be included in th and no other payment will be made. The lump sum price include full compensation for furnishing all labor, mater tools, and equipment and doing all work required for tr control. These costs include all costs for traffic co devices which may be required by the City, setting up of det public convenience, and the handling of existing traffic co signals.
The Contractor shall provide for a safe four (4) foot pedestrian walkway along street frontages.
The Contractor shall also be responsible for compliance additional public safety requirements which may arise dl construction.
7-10.2 Storage of Equipment and Materials in Public Street, i
Contractor shall acquire his/her own staging and storage during the entire duration of the work.
7-10 . 4 Public Safety
TO SUBSECTION 7-10.4, add:
7-10.4.4
The Contractor shall take all necessary precautions for safety of employees on the work and shall comply with applic provisions of Federal, State and Municipal safety laws building codes to prevent accidents or injury to persons about, or adjacent to the premises where the work is b performed. He/she shall erect and properly maintain at times, as required by the conditions and progress of the w all 'necessary safeguards for the protection of workers public, and shall use danger signs warning against haz
Y
m
Safety and Protection of Workers and Public m
1
1.
D
1 s
1
P
c
b
I
I s
I
I
II
P
I
created by such features of construction as protruding hoists, well holes, and falling matekials.
7-13 LAWS TO BE OBSERVED, ADD:
Municipal ordinances which affect his work include Chapter Excavation and Grading.
If this notice specifies locations or possible materials, I borrow pits or gravel beds, for use in the proposed constr project which would be subject to Section 1601 or Section 1 the Fish and Game Code, such conditions or modific established pursuant to Section 1601 of the Fish and Gam shall become conditions of the contract.
SECTION 9 - MEASUREMENT AND PAYWENT
9-3 PAYMENT
9-3.1 General, add:
Bulk materials delivered to the site shall be accompanie weigh master's certificate listing the weight or volume, a mix design or SSPWC identification. 3ulk material used job without correct weight/volume and material identif j certificates will not: be paid by the City.
Payment for installation of underground facilities shz inclusive of trenching, backfilling and pavement restoratic
9-3.2 Partial and Final Payment, delete:
Delete the second sentence of the third paragraph having with reductions in amount of retention.
TO SUBSECTION 9-3, add:
9-3.5 Traffic Control:
Payment for performing all work necessary to provide t control and pedestrian access and safety measures shi included in the lump sum price bid for traffic control.
t
9!
I,
I
1
Y
Y
I e
11
b II
I
1
Il
P
1
P
If
t
SECTION C
SUPPLEMENTARY PROVISIONS TO THE SS PART 2 - CONSTRUCTION MATERIALS
a
SECTION C
I,
Ib
I
1
3
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIAL^
SSPWC shall constitute Section C except as modified below:
SECTION 200 - ROCK MATERIALS
200-2 UNTREATED BASE MATERIAL
Aggregate base shall be crushed aggregate base (Section 200-
crushed slag base (Section 200-2.3) ,
t
SECTION 201 - CONCRETE, MORTAR AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
Concrete for drainage ditch in Lot 3 shall be Class 520-C-250 other concrete shall be Class 560-C-3250, 4" slump. m-
Y,
ll Modify Section 201-1.2.1, Portland Cement, as follows:
First paragraph, first sentence amend to read: '*All cement t used or furnished shall be low alkali and shall be either Ty or Type I1 Portland Cement conforming to ASTM C 150, or Typ(
(MS) Portland Pozzolan Cement conforming to ASTM C 595, un otherwise specified.If
Modify Section 201-1.2.3, Water, as follows:
Second paragraph replace ttl,OOO ppm (mg/L) of sulfatestq I
tt1,300 (mg/L) ppm of sulfates."
Third paragraph replace "800 ppm (mg/L) of sulfatestf with Ill,
(mg/L) pprn of sulfates.tg
(b) Air-entrainina Admixtures Last paragraph amend to read: "A tolerance of plus or minus
1/2 percent is allowed. The air content of freshly mi concrete will be determined California Test Method No. 504.
Modify Section 201-1.3.3, Concrete Consistency, as follows:
Second paragraph delete: Itand shall not exceed amounts shown following table:". Also delete table.
a
Iy
0
I
Ilr
E
II
2
-
201-3 EXPANSION JOINT FILLER AND JOINT SEALANTS
Add Subsection: II 201-3.4.1 Penetrating Sealer
p Apply a colorless, non-yellowing penetrating sealer such as Syi
P-103 Penetrating Sealer, or equal, to all exposed COnCrE
12
I1
1
11
s
I
41
SI
I
16
so
t
II
JI
I
IP
li
surf aces. Contractor shall submit proposed pr specifications to the Engineer for approval prio construction.
SECTION 202 - MASONRY MATERIALS
Add Subsection:
202-3 INTERLOCKING CONCRETE PAVING STONES
t
II 202-3.1 Materials
All interlocking concrete paving stones shall conform tc following specifications:
1. Pavers shall have a minimum compressive strength of
psi in accordance with testing procedures ASTM C-140.
Materials used to manufacture interlocking concrete p stones shall conform to the following:
a. Cement: ASTM C-150 (Portland Cement)
b. Aggregates: ASTM C-33 (washed, graded sand and : not expanded shale or lightweight aggregates.)
Pavers shall be as manufactured and supplied by following manufacturers:
a. Muller Supply Co., Lodi, CA (209) 334-3781
2.
3. I
Paving stones shall be 100 mm, as manufactured by Muller St
Company. Color shall be Red 110.
I1
I. SECTION 203 - BITUMINOUS MATERIALS
203-6 AND 400-4 ASPHALT CONCRETE
Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, 01
111 C3-AR 4000.
Modify Section 203-6.6.1, Batch Plant Method, as follows:
Third paragraph, delete "and from the Engineer's
laboratory. I(
Last paragraph, add after D 2172: "method A or B."
Modify Section 203-6.8, Miscellaneous Requirements, as folio
Add the following: 'lopen graded asphalt concrete store excess of 2 hours, and any other asphalt concrete store excess of 18 hours, shall not be used in the work."
Modify Section 400-4.1, General, as follows: Second paragraph, amend to read: Wnless otherwise speci
AR-4000 paving grade asphalt shall be used for Type 111 asph,
concrete, and AR-8000 paving grade asphalt shall be used
Modify Section 400-4.2.4, Fine Aggregate, as follows:
Add: "The total amount of material passing the No. 200 5
shall be determined by washing the material through the 2 with water. No less than 1/2 of the material passing the Noq
sieve by washing shall pass the No. 200 sieve by dry sieving,
Modify Section 400L4.3, Combined Aggregates , as follows:
First paragraph, add: for Test Method No. Calif. 217."
ID
11
U
si
1-
6
il
I asphalt concrete dikes."
lt u
11
I1
II
T
D
I
"ASTM D2419 Test Method may be altern
n
B
I
I
II
Q
I
li
I
II
I
R
I
II
I?
I
Fourth paragraph, amend table to read: .*
TYPE I11 ASPHALT CONCRETE
CLASS B2 83
t
SIEVE INDIVIDUAL MOVING INDIVIDUAL SIZES TEST RESULT AVERAGE TEST RESULT
1" ( 2 Sm) 100 100 100 3/4" (19mm) 87-100 90-100 90-100 1/2" (13mm) 75-95 80-90 85-100 318" (lorn) 50-80 60-75 60-84 No. 4 30-60 40-55 40-60 No. 8 22-44 27-40 24-50 . No. 30 8-26 12-22 11-29 No. 200 1-8 3-6 1-9
Asphalt % 4.6-6.0 4.6-6.
Also, in Table "Type 111 Asphalt Concrete," change E passing sieves as follows:
Class D - Change % Passing No. 200 to 5-12 b
Add the following: "Table of Sand Equivalent and C1
Values" and modigy the sand equivalent value in the paragraph and in the table of requirements in Section 400.
the values as noted in this added table." I
Table of Sand Eauivalent and Cleanness Values
Mix Sand Cleanness 0 - Size Ecruivalent IMin.1 Value (Min.'
D 45 Individual 55 Individual
50 Moving Average 60 Moving 1
C 50 Individual 60 Individual
B 50 Individual 60 Individual
After the last paragraph, add the following:
The aggregated from each separate bin for asFhalt concrete,
111, except for the bin containing the fine material shall k cleanness Value as noted in the added "Table of Sand Equix and Cleanness Values" and as determined by Test Method No. c
227, modified as follows:
Tests will be performed on the material retained on the I sieve from each bind and will not be a combined or ave
result.
Each test specimen will be prepared by hand shaking fc
seconds, a single loading of the entire sample on a 12
diameter, No. 4 sieve nested on top of a 12-inch diameter, 1
sieve.
Where a coarse aggregate bind contains material which will
the maximum size specified and be retained on a 3/8 inch s the test specimen weight and volume of wash water specifiec one inch x No. 4 aggregate size will be used.
Samples will be obtained from the weight box area durinc
immediately after discharge from each bin of the batching 1 or immediately prior to mixing with asphalt in the cam continuous mixers.
The Cleanness Value of the test sample from each of the bins be separately computed and reported.
Modify Section 400-4.4, Storing, Drying and Screening Aggrega as follows:
After fifth paragraph, add: "When the Contractor 4 supplemental fine aggregate, each such supplemental aggregate used shall be stored separately and kept thorou
I
I
I
1
1)
81
0
U
r
m
1
e dry. 1t
I SECTION 204 - LUMBER AND TREATMENT WITH PRESERVATIVES
204-1 LUMBER AND PLYWOOD
Header for bituminous pavement shall be construction gr Redwood, or treated construction grade Douglas Fir.
Y
c
B
I?
4
SECTION 207 - PIPE I Add Subsection:
207-20 Underground Telephone Conduit
Conduit for undergrounding telephone line in Lot 3 shall be PTS77 Schedule 40 PVC telephone conduit or as directed by
Engineer.
I
I
s
II
I
I
1
I) Q
I
II
11
II
1
11
SECTION 209 - ELECTRICAL COMPONENTS
209-2.5 Light Pole and Luminare
The Parking Lot Lighting shall be a complete assembly and to the specified product manufactured by Kim Lighting, 16555 Gale Avenue, P.O. Box 1275, 91749-1275, (818)
5666. Submit manufacturer's product specifications for approval.
t
Industry, CA
1 209-2.5.1 Fixture specification
1.
2.
3.
Metal structural units to be heavy duty cast aluminum.
All exterior fasteners are stainless steel or solid bra:
Fixture to be Rim EKG Series 250 Watt High Pressure S Light mounted at 25 feet above grade. Black baked e over Satin Polish Aluminum Fixture, Lexan shield
Vandals. Model X lA/EKG501/250HPS277/BL-E/LS/A-25 .
Fixture to be activated by photocells. 4.
209-2.5.2 Pole Specification
1. Non-Tapered Square Aluminum Pole with black finish. Model # PSA-25B/BL-E
baked ei
SECTION 210 - PAINT ANI) PROTECTIVE COATINGS
210-1 PAINT
Paint for parking stall striping shall be white.
parking area striping shall be yellow. symbol and curb shall be blue in color.
conform to Caltrans standards and specifications.
Paint fc
Paint for handicap I All painting I
SECTION 212 - LANDSCAPE AND IRRIGATION MATERIALS
212-1 LANDSCAPE XATERIALS
212-1.1 Topsoil
Topsoil shall be Class I'At* (imported) .
212-1.1.1 General, add:
Agricultural grade gypsum shall be a (CAS04. H20) calcium SUI
product - 94.3% 90% shall pass a 50 mesh screen. Chen reaction will remove sodium attached to soil particles. Gy
also loosens heavy clay soils through electrochemical act Control of dust during application is mandatory.
m
v
t
J (Shall be similar or equal to: U.S. Gypsum, Dolmar, or Baric
Iron sulfate - iron shall be expressed as metallic - derivecl
sulfate - deep green (FES04 - H20)
and 98.3% retained on a 10 mesh screen.
(Shall be similar or equal to: Wilson & Geo. Meyer, Wil-Gr
212-1.2.3 Commercial Fertilizer, add:
Pre-plant fertilizer shall be granular commercial fertilize
10-10 or approved equal.
Post-plant fertilizer shall be 14-7-3 or approved equal wit1
FE, ZN, and MN and with the majority of nitrogen in non am( form to prevent acidification of soil.
Planting tablets shall be compressed fertilizer tablets (21
5), in 21 gram sizes.
212-1.2.4 Organic soil Amendment, add:
Organic soil amendment shall be derived from wood with following properties: It shall be a wood residual pro derived from the bark of pine, white fir/and red fir, c shavings or redwood shaving. Amendment upon analysis s contain at least 0.5% nitrogen (on a dry weight basis) wit:
ash content not to exceed 10%. A commercial grade product s be used.
Contractor shall supply city Engineer or his appoi representative with a sample of the proposed amend accompanied by laboratory analytical analysis from an appr laboratory illustrating degree of compliance. Contractor s supply tests for added organic materials only. The City Engi will provide agricultural testing on amended soil in place.
Soil conditioner shall contain a special blend of orgi
fractions to supply several degrees of breakdown rate which 1
up to 10 years in the soil, a portion of inorganic amendment
resists further breakdown PH of 5.5 to 6.5, salinity (EC8 x at 25O C) of 3.0, organic matter (dry weight basis) more
90%, non-ionic wetting agent and total nitrogen (organic ammoniac) content of 0.5%.
Soil conditioner shall be Wil-Gro Life, Loamex, Forest Humus
212-1.2.6 Herbicides and Pesticides
Shall be used in their appropriate applications with str adherence to manufacturer’s specifications and instructions.
A minimum analysis of t
1 Bandini).
1
1
1
11
I
(I
I
a:
I
II
a
P
15,
Y an approved equal.
I
I
II
8
1
I-
1
I
!I
I
a
E
I
I
P
I
Post emergent herbicide for all areas shall be Roundup, Dil Montar, or approved equal.
pre-emergent herbicide for shrubs and ground cover areas (pl from flats), shall be Treflan, Surflan, Eptan, or approved el
212-1.4 Plants
212-1.4.1 General, add:
Contractor shall arrange to take Engineer, or appoi representative, to hand pick plant materials prior to orderins plant materials.
Contractor shall notify Engineer 48 hours before each p
delivery so the Engineer can inspect them.
Nomenclature: The scientific and common names of plants he specified conform to the approved names given in "a checklisl woody ornamental plants in California, Oregon and Washing
published by the University of California, Division
Agriculture Sciences, Publication 4091 (1979) . (See list plant materials on drawings).
Labeling: Each group of plant materials delivered on site SI
be labeled clearly as to species and variety.
All patented plants (Cultivars) required by the plant list SI be delivered with a proper plant patent attached.
Quality and size. Plants shall be in accordance with California State Department of Agriculture regulations nursery inspection:' rules and grading.
The Engineer, or his appointed representative, is the sole jt
. as to acceptability of each plant. Vigorous, healthy, w proportioned plants are the intent of this specification. Pla which are even moderately 9tovergrownn or are showing signs
decline or lack of vigor are subject to rejection. The size the plants will correspond with that normally expected species and variety of commercially available nursery stock,
as specified in the special conditions or drawings. P lai larger in size than specified may be used with the approval the Engineer, but the use of larger plants will make no change
contract price. If the use of larger plants is approved, '
ball of earth and spread of roots for each plant shall increased proportionately.
Rejection and substitution: All plants not conforming to 1 requirements herein specified shall be considered defective z such plants, whether in place or not, shall be marked as rejecl and immediately removed from the site and replaced with I plants by the Contractor at his expense.
Y
b
m
B
U Right to changes: The Engineer reserves the right to chan species, variety, andlor sizes Of plant material to be furr
provided that the cost of such plant changes do not exce
cost of plants in the original bid, and with the provision
the Contractor shall be notified in writing, at least sixt
days before the planting operation has commenced.
212-1.5 Headers, Stakes and Ties
212-1.5.3 Tree Stakes, add:
Tree stakes shall be two (2) inch diameter lodgepole p
lengths required, pointed on end. (See details on lar
plans).
Tree ties shall be commercially manufactured'ties made fron tire casings, cut to a minimum ten (10) inch length and h place by 12 gauge galvanized wire; or split plastic hose minimum length of twenty (2) inches. Split plastic hose t be equal to "Cinch-Tie" by V.I.T.
r
II
t
li
I
I 212-2 IRRIGATION SYSTEM MATERIALS
212-2.1.3 Plastic Pipe for Use with Solvent Weld Socl
Delete sentence 1 and substitute the following:
Class 200 PVC shall be used for installation on the di: side of control valves and Schedule 40 pipe shall be us continuously pressurized pipe on the supply side of c valves.
212-2.2.4 Remote Control Valves
DELETE SENTENCE 1 AND SUBSTITUTE THE FOLLOWING:
The valves shall be Glass-filled nylon body and bonne' accurately machined valve seat surfaces, equipped wit
control adjustment and capability for manual operation.
I Threaded Fittings
0
a I.
I
I
I
B
II
I
P
n
SECTION D 1
I
1
1
I
1
I
1
19
!I
Y
1
I1
I1 u
P
SUPPLEMENTAL PROVXI~IONS FOR CONSTRUCTION METHOD8
SSPWC shall constitute Section 0 except as modified below:
SECTION 300 - EARTHWORK
300-1 CSEARING AND GRUBBING, add:
t
Clearing and grubbing shall consist of removal of all
including demolition and removal of existing buildings related structures and substructures, as shown on the plans. of the work performed for this item shall conform to Section
1 of the Standard'Specificatioas, and all incidentals requir construct this con rac grubbing shall be comptetelafd appro e prior %I site grading.
300-1.3 Removal And Disposal Of Materials, add:
Existing pavement to be removed shall be along sawcut edges.
not r cisel noted. Clearing and Bb
300-8 BACKFILL AND SITE LEVELING
All excavations shall be backfilled with material and to a 3 grade, satisfactory to the Engineer. The areas to be backfj
shall be inspected and approved by the Engineer prior to
placement of any backfill.
Any backfill material placed or compacted without compliance the requirements of these Special Provisions shall be deemel unauthorized work and shall be treated in accordance 7 Subsection 2-6.6 rejected work.
Material to be placed as fill for excavations and depress shall be placed in horizontal, uniform layers not to exceed inches in thicknqqs, before compaction; each layer is to
brought to optimum' moisture content and thoroughly compacted
relative compaction of not less than 90% relative compaction
accordance with ASTM 1557, Method C.
Backfill shall .be a well graded, previous, material contaix
no large rock or other deleterious material. The source material shall be approved by the Engineer prior to its use.
All backfill shall be inspected and tested by the City's z consultant and approved by the Engineer. Soil consultant
tests are provided by the city.
The Contractor shall schedule for soil testing by providing
hours advance notice to the Engineer prior to commencement
backfill operations.
Compaction shall be by means of tamping or sheeps foot rolle
multiple-wheel pneumatic-tired rollers or other types of roll
or equivalent which will be able to compact the fill to
desired density.
b
n
1
li
1
8
I
U
@I
I
II
1
I
II
ill
I?
I
Rolling shall be accomplished while the fill material is desired moisture content. Rolling of each layer shz
continuous over its entire area trips sh
made by the rolling equipment to insure that the desired re
compaction has been obtained.
If the moisture content of the fill material is below the
amount necessary to create the necessary density, the
amount of water shall be added. Similarly if the mo
content of the fill material is above the needed i necessary to create the desired density, the fill material
be aerated by blading or other satisfactory method unt:
moisture content of the
and sufficient t
fill material is satisfactory.
SECTION 301 - TREATED SOILS, SUBGRADE PREPARATION AND PLA( MATERIALS
301-1 SUBGRADE PREPARATION
301-1.2 Preparation of Subgrade, add:
Subgrade shall be prepared according to the recommendatic the Soils Engineer. Where no specific recommendations arc
by the Soils Engineer, all of the work performed under this
shall conform to Subsection 301-1 of the Standard Specificai
301-1.7 Payment, modify:
The contract price paid for adjusting frames and cove existing manholes, water meters, gate valves and other uti1 shall be considered as included in the contract price pai
various other items of work and no other compensation wi
allowed therefor. n
302-5 ASPHALT CONCRETE PAVEMENT
A prime coat is not required for this contract. A seal cc
required and shall conform the Section 302-5.10 of
supplemental provisions.
Modify Section 302-5.1, General, as follows:
Paragraph 1, replace ItSection 203-6" with "Section 400-4 'I
Last paragraph, add: ItAll testing of underground installa at any given point shall be completed before the surfacii
placed at that point.It
Modify Section 302-5.3, Prime Coat, as follows:
After "grade SC-250tt add Itor MC 70."
Modify Section 302.5.6.2, Density and Smoothness, as follows
IC
II
1
I
I First paragraph, change 1/8 inch (3 mm) to 1/4 inch (6 mu).
Modify Section 302-5.6.1, General, as follows:
Second paragraph, Part (2), add:
I'Vibratory rollers shall be limited to breakdown, u otherwise directed by the Engineer.
After last paragraph, add: TJnless directed by otherwiss Engineer, the initial breakdown rolling shall be followed pneumatic-tired roller as described in this Section."
To Section 302-5.9, Measurement and Payment, add:
Cost of labor and materials for the seal coat shall be inc
in the unit price bid of asphalt concrete.
Add Subsection:
t
I
I
I
1,
v
I
Y
ll 302-5.10 Seal Coat
All asphalt concrete surfaces shall be seal-coated ur otherwise specified. The seal coat shall consist of a coa asphaltic emulsion and a cover coat of sand. The asphz emulsion shall be mixing type conforming to Section 20
"Emulsion Asphalt.I1
Immediately before applying asphaltic emulsion, the surface t
seal-coated shall be thoroughly cleaned of all dirt and 1 material. Asphaltic emulsion shall not be applied when street is overly wet or when the atmospheric temperature is I:
50 degrees Fahrenheit.
The asphaltic emulsion shall be applied by use of a p spraying device that uniformly applies the emulsion to surfacing at a rate of 0.1 to 0.15 gallons per square yard. distributor spray bar shall be equipped with asphaltic emuls type spray jets. Curbs, gutters, and other adjoii improvements shall be carefully protected from the emulsion, any such improvements spattered or touched with emulsion shal
carefully cleaned.
Immediately after the application of asphaltic emulsion, a c coat of sand shall be spread at the rate of 6 to 12 pounds square yard. After the sand has been spread, any piles, rid( or uneven distribution shall be broomed to maintain an even 1; over the surface. Five days after the seal coat has 1 applied, the surface shall again be broomed and any excess : shall be picked up and removed from the job. The Engineer authorize the sand to be broomed, picked up and removed from
job after 2 or more days.
Sand shall be clean and dry. 0
m
m m m
P
P
1
1
I
1.
1
I
!I
1
1
I
I1
I
ll
U
1
P
I1
302-6 PORTLANI) CEMENT CONCRETE PAVEMENT
30~-6.4.5 Sub-base for Interlocking Paving 8tones
portland Cement Concrete to be used as sub-base for Interlc Paving Stones shall be as specified in Subsection 201-1.1
the Standard Specifications and these Special Provisions. and thickness shall be as shown on the civil plans and det shall be true to line and grade, be installed to pro coincide with adjacent work and elevations and be acceptab the paving stone installer. Refer to civil drawings for SU~
Add Subsection:
302-7 IHTERLOCXING CONCRETE PAVING STONES
302-7.1 General
This work shall consist of furnishing, sawcutting and pli
interlocking paving stones, and furnishing and installing
laying course all to the form and dimensions called for and I
indicated on the plans,
302-7.2 Placement of Interlocking Concrete Paving Stones
Pavers shall be clean and free of foreign materials be installation.
Installation should start from a corner of straight edge proceed forward over the undisturbed sand laying course.
Paving work shall be plumb, level and true to line and gr shall be installea to properly coincide with adjacent work elevations. (All edges must be retained to secure the perim and the sand laying course.)
a. Paving stones shall be installed hand tight and level on
r
1 detail.
b
undisturbed sand laying course. String lines should be
to hold pattern lines true.
A roller vibrator: or plate vibrator shall be used to corn
the stones and to vibrate the sand up into the jo. between the stones.
c. Plaster sand shall be spread over the installed pa\ stones so that it may be vibrated into the joints beti
the stones.
d. Excess sand shall be swept into the joints or disposed
e. The completed paving stone installation shall be washed c
and cleaned to provide a clean finished workman1 installation.
b.
from surface area.
1
II f. Apply penetrating sealer (See 201-5.4.1).
cutting of paving stone shall be done with a masonry saw.
Measurement: Measurement of Concrete pavers shall be b square foot as measured along the plan of the finished
surf ace.
Pavment: The contract unit price paid per square foot concrete pavers shall be considered full compensation furnishing labor, materials, tools, equipment, sawcutting incidentals to accomplish the work as specified herein ar detailed on the plans and no additional compensation wil
P
8
I
1
1
I
11
I
D
II
11 allowed therefor.
SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION
303-4 XZiSONRY CONSTRUCTION m 303-4.1 Concrete Block Construction
303-4.1.2 Construction, add:
Exposed walls to be stuccoed in the following manner:
Apply two brown coats using Class E Cement Mortar.
Apply two color coats of Exterior Stucco using "E
Stucco" or equal. Color and finish to match surroun
architecture.
0
303-5 CONCRETE CmBS, WALKS, GUTTERS, CROSS GUTTERS, DRIV II AND ALLEY INTERSECTIONS
303-5.8 Backfilling And Cleanup, add:
No Agent or method shall be used that will adversely efl plants, buildings, or flatwork. Cleaning schedule, method procedures must be approved by the Engineer prior to start cleaning.
The following is the minimum effort that will be acceptable.
1. Spray a 1,000 SF section with a nontoxic foam degreaser
allow to sit for three to five minutes.
2. Spray subject area with steam using 600 psi steam machine
3. Power wash area with cold water using 2,000 psi wet blast
I
P machine.
I
1
I
1
it
1
I
4. If necessary, spot clean (remove paint, gum, etc.)
Objective is to leave brick and concrete free of dirt, oil,
paint and other unsightly substances.
light wet sandblast. t
SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNALS
387-3 STREET LIGHTING CONSTRUCTION
307-3.4 Gemice I Add Subsection:
307-3 rn 4 1
Contact San Diego Gas and Electric regarding installation electrical meter at each Parking Lot Lighting Service Point.
SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION
308-2 . 3
308-2.3.1 General, add:
Weed eradication for entire project site. After irrigz installation but before planting installation, the Contr,
shall irrigate the entire project site three to four times seven to ten days to germinate existing weed seeds. Allow
seeds to grow until they reach a maximum height of two to ' inches. She/he s%11 then apply the post-emergent herbicide
Weed eradication for shrub areas and groundcover areas (pli from flats) Three to four days after these plants have
installed, the Contractor shall apply the pre-emergent herb
per manufacturer's specifications and instructions.
All areas to receive.landscaping shall be excavated to f: below finished grade. These areas shall be backfilled with
618 of type "Ati top soil.
Raised planters shall be backfilled with type "A" topsoi
within 2" of the top of planter.
308-2.3.2 Fertilizing and Conditioning Procedures, delete
After the areas have been deep ripped, the following rate
soil conditioning and amendment materials shall be evenly ST over all planting areas and shall be thoroughly scarified t
1 Weeding, Topsoil Preparation and Conditioning, add:
b
8
I1
II
II u
II
IP
II
I manufacturer's specifications and instructions.
substitute:
I
t
1
1
1.
1
I
I
average depth of six inches by rototilling a minimum o alternating passes. Amendment must be intimately blended
soil.
Soil Conditioner 5 cu. yd. per 1,000 SF Iron Sulphate 20 lbs. per 1,000 SF
Gypsum 250 lbs. per 1,000 SF
The entire project shall then be irrigated with a deep wal schedule to leach out salts. A total of six (6) inches of shall be applied at the rate of one (1) inch per applici The soils shall then be tested again by the agricultural cl for PH and salts. If soil is found to be in the appro] range, then nutritional correction may take place, If the is not acceptable to the chemist, it shall be further 1( through deep irrigation until it is acceptable.
Nutritional correction, After soil has been chemi corrected, Contractor shall amend and rototill 40 lbs. of 1* fertilizer per 100 SF into the top 8' of soil.
The Contractor shall apply post-plant 14-7-3 fertilizer E rate of 20 lbs. per 1,000 SF, 60 days after planting and evc days through the end of the maintenance period.
308-4 PLANTING
308-4.1 General, add:
Actual planting shall be performed during those periods weather and soil conditions are suitable and in accordancc locally accepted horticultural practice and after the irril system is complet?, as approved by the Engineer. No pl shall be done in 'any area until it has been satisfac
prepared in accordance with these specifications. Soil mo
level prior to planting shall be no less than 75% of
capacity. The determination of adequate soil moistur planting shall be the sole judgment of the Engineer an decision shall be final. The Contractor shall obtain appro planting pits before planting operations shall begin. I soil moisture level is found to be insufficient for plantint planting pits shall be filled with water and allowed to before starting planting operations. No more plants shz distributed in the planting area on any day than can be p and watered on that day.
All plants shall be planted and watered as herein spe
immediately after removal of the containers. Containers
not be cut prior to pit preparation and the plants sha
planted immediately thereafter.
308-4.2 Protection and Storage, add:
The Contractor's on-site plant storage area shall be appro' the Engineer prior to the delivery of any plant materials,
P
Ib m
a m
I
I
II
B
Q)
I
8
8
i
t
11
I
li
plant determined by the Engineer to be wilted, broke
otherwise damaged shall be rejected at any time durin project whether in the ground or not. All plants sha
handled by its trunk or stem shall be rejected. All re plants shall be removed from the site immediately.
308-4.5 Tree and Shrub Planting, add:
Planting backfill shall be a thoroughly blended mixtu: existing site soil and soil amendments at the following mixt
r
Soil Conditioner 1/4 CY
Site Soil 314 CY Iron Sulphate 1 lb./per CY of mix
Gypsum 10 lbs./per CY of mix Planting Tablets
Fertilizer planting tablets (21 gram size) shall be placed each plant at the following rates:
as noted
One (1) Tablet Per 1 Gallon Container
. Two (2) Tablets Per 5 Gallon Container Four (4 ) Tablets Per 15 Gallon Container One (1) Tablet Per Each Two (2) Inches o
All plants which settle deeper than specified shall be raisc correct level or replaced as directed by the Engineer.
Pruning shall be limited to the minimum necessary to rt injured twigs and branches, and to compensate for loss of 1 during transplantation, but never to exceed one-tenth (l/: the branching structure.
Pruning shall be done only with the approval of, and in presence of, the Engineer.
308-4.6 Plant Staking and Guying, add:
All boxed trees shall be staked to the satisfaction of Engineer. Trees planted in tree grates shall be single-sta
Refer to Section 212-1.5.3 for approved staking materials
guying materials.
308-6 Maintenance and Plant Establishment, (Minimurn 30+30 days) 9
For all areas the maintenance period shall be 30 days, but be extended by the Engineer if the required maintenance worl
neglected by the Contractor or there is remedial landscape
remaining. o tractor hall also wat r weed and maintain the landscapi a preceeding 36 lay estabyishrnent perid for a total of 60 days.
The Contractor shall provide complete landscape maintenance all planting areas. The work shall include, but not be lim.
I Box Size Container
0 m
nn I u.
1
Y
P
II (See details)
m
P
I
1
1
1
I
1 u
I
I
II
I
Y
0
I?
1
to, watering, litter control, wee-d control, stake rr cultivating, repair of irrigation systems, and contr
diseases and pests.
~ll planted areas shall be treated with an approved granula:
emergent herbicide according to manufacturer's specificatic the beginning of the maintenance period and if the PI specifies, additional schedules treatments on a regular schc
as required through the maintenance period.
At the direction of the Engineer, the Contractor shall cc
weeds, disease, and pest infestations in the planting areas, Engineer shall approve all methods and materials for control. Upon approval, the Contractor shall implemen control measures exercising extreme caution in using pesti and taking all steps to ensure the safety of the public. licensed personnel will be permitted to perform toxic spr
The 30 day maintenance period shall begin the day aftei punch list items have been completed and the Engineer cert final acceptance of the projects. All plant material shall
been planted and established for a minimum of thirty (30)
prior to the start of the 30 day .maintenance period.
separate payment will be made for landscaping care and rem
work during construction and/or the thirty (30) day establis period or the 30 day maintenance period.
During the establishment period, the Contractor shall fui
sufficient men and equipment on a daily or weekly basi
perform and work required by this section. Any day when
Contractor fails to adequately ,carry out specified maintei work, as determine6 necessary by the Engineer, the day will be credited as one"of the plant establishment days. All plai
areas which are damaged by construction shall be repaired by Contractor within 30 days following completion of constructic such areas, unless otherwise approved. Repair shall consis bringing the damaged area back to final grade: Replanting area with the same vegetation as originally specified, maintaining the area to achieve acceptable plant establishmer
308-7 GUAIZANTEE, add:.
All 15 gallon and larger trees installed under the contract s be guaranteed to live and grow for one (1) year from the da final acceptance of contract work.
All other plant material, including ground covers, shall guaranteed to live and grow for a period of sixty (60) days the day of final acceptance of the contract work.
Any material found to be dead, missing or in poor condi during the maintenance period, shall be replaced immediat The Engineer shall be the sole judge as to the condition of
1'
19- work.
Ib
m
I
1
9’
I
1
1
1
I
1
material. the guarantee period shall be replaced by the Contractor i expense within fifteen (15) days. Replacements shall be m,
the same Specifications required for the original plantings
Contractor shall call for a final inspection two (2) weeks
the end of the 30 day maintenance period. Failure tc inspection will result in an extension of the maintenance 1 for such period as the Engineer deems necessary.
BECTION 310 - PAINTING
Material found to be dead. or in poor condition
310-5.6 Painting Traffic Stripes, Pavement Markings and
Contractor shall paint all parking stall striping, pav marking and curb markings as indicated on the plans in accor with Caltrans standards and specifications.
Markings, add :
I!
I n m m
1
II
II
Ib
I
i
June 24, 1991
South Coast Asphalt Products Co.
P.O. Box 218
Carlsbad, CA 92008
Re: Bond Release - Project No. 3291 - Downtown Parking Lots
Per instructions from our Engineering Department we are releasing the following bc
which is enclosed so that you can return it to your surety:
Performance Bond No.
172022-89, Seaboard Surety Co.
Remaining 25% - $63,851.21 (Warranty)
&&
Assistant City Clerk
Enc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-21
O! 1 I c I I - UUI\ 1 SHY
/ "W
Date
To L @Reply Wanted
From Karen Kundtz, Assistant City Clerk UNO Reply Necessary
/
30
-JA - -ccz-f-
Re: Bond Release - &daw- &&*
/ Our records indicate that the &SA .&hi.,- bond for the
above-referenced subdivision/project is eligible f%r release.
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
We need
Thanlts, & & /yga.%A-fg PopP %G-?. w+
\ !J?g.+FS/ ao
7 Y- &$&& .* -./.+ c
P I2 AIGNER FORM NO 55-032
RELEASE APPROVED BY:
l-2C-Ci 1
Date I
RELEASE APPROVED BY: RELEASE AUTHORIZED BY: <- RICHAR E. COOK
Principal Inspector r 'Inspector 2 Date -2 r- 9/
w ,ii" I Ll1 I - UWIY I 3HI
Date
To &&-&, BReply Wanted
Frorii Karen Kundtz, Assistaiit City Clerk UNO Reply Necessary __ ---
Re: Bond Release - k-&.atY/- /@&*JA -
Our records indicate tliat the &SA /AbbW bond for the
above-referenced subdivision/proj ec t is eligible f%r release.
your writ ten authorization/approval for release. Please let me know
tile status, and if release is 0.k.
IJe need
'rllalllcs, &&!5 /7&-W-B7
&+w~ Ad Y- + .'a/,+
AIGNER FOIIM NO 55032 1
I
October 17, 1990
South Coast Asphalt Products Co.
P.O. Box 218
Carlsbad, CA 92008
Re: Bond Release - Contract No. 3291 - Downtown Parking Lots
Per instructions from our Municipal Projects Department, we are
hereby releasing the following bond for the above-referenced
contract:
Labor & Materials Bond No. 172022-89
Seaboard Surety Company; $127,702.41
The bond is enclosed so that you may return it to your surety.
YzY& Assistant City Clerk
Enc .
I
___ ___-
1200 Carlsbad Village Drive - Carlsbad, California 92008 e (619) 434-28
u ”* II I L I1 - UUlY I 3HT
* __ Date $3
To [19 Reply Wanted
From Karen Kundtz, Assistant City Clerk ONo Reply Necessary
Re: Bond Release - &&&’y/- %& + -
Our records indicate that the bond for the
above-referenced subdivision/project is eligible for release. We need
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
Thanks, pjc, c 1- ,;? { VV 5 c/ r-9 “-sc!k(
g- I*- 70 2&&q 4 <L&%z?‘H< 14
13k 5 e ]Y-P it.c.l.r;._ .JiiL 10 &r $Po 4 Y-
AIGNER FORM NO 55032 PRINT
‘Y I L- I - UWI’I I dm1
-- Date 93 -- e
To @!Reply Wanted
From Karen Kundtz, Assistant City Clerk ONo Reply Necessary
Re: Bond Release - &&I&’?/- -& + -
Our records indicate that the bond for the
above-referenced subdivision/project is eligible for release.
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
We need
Thanks, Y-
PRlNTE AIGNER FORM NO 55432
April 17, 1990
South Coast Asphalt Products Co.
P.O. Box 218
Carlsbad, CA 92008
Re: Bond Release - Contract No. 3291 - Downtown Parking Lots
The Notice of Completion for the above-referenced contract has
recorded. Therefore, we are hereby releasing 75% of the Performance
Bond. Please consider this letter as your notification that
$191,553.62 of Seaboard Surety Company Performance Bond No. 172022-89
is hereby released. We are required to retain the remaining 25%
for a period of one year. At that time, if no claims have been filed
it will be released.
The Labor & Materials bond in the amount of $127,702.41 will be
eligible for release six months from the date of recordation of the
Notice of Completion, on August 15, 1990.
A copy of the recorded Notice of Completion is enclosed for your
records.
$Y& ssistant City Clerk
Enc.
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-280
Recording requested bl. 1)
CITY OF CARLSBAD
When recorded mail to: City Clerk City of Carlsbad
1200 Elm Avenue Carlsbad, CA 92008
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated belo! the property hereinafter described.
2. The full name of the undersigned is City of Carlsbad, a munici] corporation.
3. The full address of the undersigned is 1200 Elm Avenue, Carlsb: California, 92008
4. The nature of the title of the undersigned is: In fee.
5. A work of improvement on the property hereinafter described was completed on January 5, 1990
6. The name of the contractor, if any, for such work of improvemer South Coast Asphalt Products Co. dba Sully-Miller Constructioi
7. The property on which said work of improvement was completed is the City of Carlsbad, County of San Diego, State of California, i
described as follows: Demolition, sradins, D avins, landscapinq, lishtins and concrete construction for Darkins lot constructioi
3045 State Street, 3050 Washinston St., and the Carlsbad train depot. Project No. 3291
8. The street address of said property is NONE
(If none assigned, insert ::I
VERIFICATION OF CITY CLERK
I, the ..-A ulluersigned say:
I am the City Clerk of the City of Carlsbad, 1200 Elm Av
1992, accepted the above described work as completed and ordereh t Notice of Completion be filed.
Carlsbad, CA 92008; the HGrR Commission of said City on ?J,LLUAM c
I declare under penalty of perjury that the foregoing is tru correct.
Executed on x,- 7 , 1990, at Carlsbad, Califc
CITY OF CARLSBAD
Aletha L. Rautenkranz, City Clerk
k ,.
1 e e L 'I '. ., .,
->,. r -
I
1
February 8, 1990
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - CT 83-04,
Lots 1-131 - Marlborough Development
Contractor
Notice of Completion - CT 80-14
Lots 1-20; Blue Lagoon Estates
Vinedale Development, Contractor
Notice of Completion - Streetscape, Phase I
Carlsbad Blvd, Elm Ave., Grand he., and
Washington St., Project f3288
Harshbarger Construction Inc., Contractor
Notice of Completion - Downtown Parking Lots
State St., Washington St., and Depot Parking Lot
Project f3291, South Coast Asphalt Co. dba
Sully Miller, Contractor
Our staff has determined that the recordation of these documents ir
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. $d+ Deputy City C erk
Encs.
\,
1200 Carlsbad Village Drive Carlsbad, California 92008 (619) 434-28(
4 CITY OF CARLSBAD
When recorded mail to: City Clerk City of Carlsbad
1200 Elm Avenue Carlsbad, CA 92008 Space above for Recorder's use