Loading...
HomeMy WebLinkAboutSOUTH COAST ASPHALT PRODUCTS COMPANY; 1986-01-09; 3172I %•«,... ,( V CITY OF CARLSBAD : San Diego County California CONTRACT DOCUMENTS ft SPECIFICATIONS for LIBRARY PARKING LOT CONTRACT NO. 3172 LICENSED BONDED INSURED GIL CATTON ELEJCTRICAL CONSTRUCTION, INC. (619) 741-8317 741 W. FOURTH AVE. SUITE A ESCONDIDO. CA 92O25 TABLE OF CONTENTS PAGEITEM - NOTICE INVITING BIDS 1 PROPOSAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL 8 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 12 CONTRACT 13 LABOR AND MATERIALS BOND 18 PERFORMANCE BOND 20 GENERAL PROVISIONS 22 SPECIAL PROVISIONS 30 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS of the Purchasing California, until _, 1985, at which the work as Sealed bids will be received at the Office Agent, City Hall, 1200 Elm Avenue, Carlsbad, 4:00 PM on the 2Jth day of November time they will be opened and read for performing follows: LIBRARY PARKING LOT CONTRACT NO. 3172 The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the Engineering Department. Each bid must be accompanied by security in a form and amount required by law. The bidders' security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Government Code Section 4590), appropriate securities may be substituted for any money deposited with the City to secure any obligation required by this notice. The documents notarized are: which must be completed, properly executed, and 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $82,000.00. No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of State law. The Contractor shall state his or her license number and classification in the proposal. One set of plans, special provisions, and Contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed Contractors. Additional sets are available for a nonref undable fee of $ \O __ per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the Contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the Contract. The Prime Contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code. *. The provisions of Part 7, Chapter 1, of the California Labor Code commencing with Section 1720 shall apply to the Contract for work . A prebid meeting and tour of project site will be held "on _ —- _ at _ ^^ _ at . — __ . Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent (10054) of the Contract price shall be required for work on this project. Approved by the City Council of the City of Carlsbad, California, by Resolution No. % \ 9 (=> , adopted on the PlRS"\~ day of O Date ' Aletha L . Rautenkranz, City jL e r k - 3 - CITY OF CARLSBAD CONTRACT NO. 3172 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined the loca- tion of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3172 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: 3. 4. Approximate Article w/Unit Price or Quantity Lump Sum Written in Words & Unit Unit Price TOTAL Grading at 300 CY *F dollars and per cubic yard cents 3" AC/6" AB Pavement at 19,850 Sq. Ft Olic dollars A^O and per square foot. 6" PCC curb at cents 905 L.F. dollars and f/fT^/ "c"ents per linear foo t. 4" PCC sidewalk at ONE dollars 2,480 Sq. Ft and per square foot. cents - 4 - Approximate Item Article w/Unit Price or Quantity Unit No. Lump Sum Written in Words & Unit Price TOTAL 5. Relocate, Ex safety light 2 each ."TWeiOC. Hu-W*'*^ /l>tA>iT -i 11at «oix?i«->" dollars ar|d <Vo cents per each. 6. Install new,safety light 6 each..3eO«oi»c«*J w*-oud>«cl .11at A///VTV - dollars and /l/o cents per each. 7. 6" PCC curb and gutter at 407 L.F. dollars and FiPT^ cents per linear foot. 8. Relocate Ex.. utility box 1 each. £uww www*** •. . ,a t Tv^eftjry •5o^\j dollars and Wo cents per each. 9. Extend driveway at 100 Sq. Ft. &.t>o (pOO.ZZ- ^ ( K dollars and /VQ cents per square foot. 10. Clearina andgrubbing at Lump Sum Sfi$b.o£ "'' d o x ! a r s and JUv cents per lump sum. 11. Landscaping at f"/fr<t#*j Lump Sum AJiMf /4u*t\tftff/ dollars and Mb cents per Tump sum. 12. Construct 4' P.C.C. 40 each wheelstops at lars -JTy dol and ]vo cents per each. *F DENOTES FINAL QUANTITIES 1200 ELM AVENUE CARLSBAD, CA 92008-1989 Office of the City Engineer Cttp of Cartebab TELEPHONE (619) 438-5541 November 22, 1985 HOY 25198$ LIBRARY PARKING LOT CONTRACT NO. 3172 ADDENDUM NO. 1 The following corrections have been made to the above project. A B, Add Item No. 13 to Bid Proposal: 13. Parking Lot Striping 4,000 _L._F_._$ Payment for sandblasting of existingparking lot striping shall be included in the bid price for striping and no additional payment will be made. Parking lights pattern configuration shall be (Gardco Type I medimum cutoff) or equivalent. PAT ENTEZARI Project Manager PE:mg - 5 - Total amount of bid in words:*l Iff T/u> U.SA/W Total amount- of bid in numbers: $ Addendum (a) No(s)___ received and is/a*e included in this proposal. has/4t«v«- been - 6 - All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error- i-n the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals . The Undersigned has checked carefully all of the above figures and understands that , the City will not be responsible for any errors or omissions on the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of Award of Contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. #25291 3. CLASS "A" Identification The Undersigned bidder hereby represents as follows: 1. That no Councilmember, officer, agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has induced him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is (Cash, Certified Check, Bond, or Cashier's Check) for the exact dollar amount of ten percent (10%) of the amount bid or 10% of the bid amount not to exceed dollars. The figure in the blank must exceed 10% of the bid - 7 - amount. Using acceptable. "10% of the amount accompanying bid" is not The Undersigned is Labor Code - which liability for workers' insurance in accordance agrees to comply with aware of the provisions of Section 3700 of the require every employer to be insured against compensation or to undertake self- with the provisions of that code, and such provisions before commencing the performance of the work of this Contract. The Undersigned is aware of the provisions California Labor Code, Part 7, Chapter the general prevailing rate of wages worker needed to execute the Contract its provisions. fl of the State of 2, relative to each craft or type of agrees to comply with 1, Article for and ,-M.Uer Phone Number Bidder's Name Date x RAUL DURAhfu<-nor^ze^ Signature Assistant Secretary Authorized Signature Carls,CA Bidder ' s Address Type of Organization (Individual, Corporation, or Partnership) List if a below names of President, Secretary, Treasurer, and Manager, corporation; and names of all partners, if a partnership: (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) UNANIMOUS WRITTEN CONSENT OF DIRECTORS OF SOUTH COAST ASPHALT PRODUCTS CO. The undersigned, constituting all of the Directors of South Coast Asphalt Products Co., a California corporation, do hereby consent to and approve the following resolution: RESOLVED, That the following persons be elected to serve as. officers of the Company for the ensuing year and until their successors have been duly elected and qualified: President and General Manager Vice President Vice President Vice President & Secretary Vice President Treasurer Controller and Assistant Secretary Assistant Treasurer Assistant Treasurer Assistant Treasurer Assistant Treasurer Assistant Secretary Assistant Secretary Assistant Secretary Assistant Secretary David E. Branch, Jr. D. M. Hickethier T. M. St.Clair Thomas C. Cochran, Jr. A. L. Walters J. G. Wilking Patricia A. Cormier John E. Baker F. L. Brown Joseph P. Davoren A. J. Dout D. H. Cuozzo Raul Duran V. D. Rash P. S. Seddon The foregoing action is approved: Burnett G. Bartley, Jr. David E. Branch, Jr. A. L. Walters \ - 8 - POND NO BIDDER'S BOND TO ACCOMPANY PROPOSAL PREMIUM. ,NCLUD£D KNOW ALL PERSONS BY THESE PRESENTS: - \fYUUfer urn as as That we, Principal, and Surety, are heTd and firmly bound unto thfe City of~Carlsbad, California, in an amount as follows: fo_r_ the exact dollar amount of 1058 of_the Jbid amount not to exceed \=\\ Dollars ($ lQlfc<£&cl). themust exceed 1058 of the bid amount. accompanying bid" is not acceptable. The figure in the blank Using "10% of the amount THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: LIBRARY PARKING LOT CONTRACT NO. 3172 in the City of Carlsbad, City, and if the above and execute a Contract policies within twenty Contract by the City Council of the notified of said award, then this and void; otherwise is accepted by the City Council of said bounden Principal shall duly enter into including required bonds and insurance (20) days from the date of Award of effect, and the amount said City. City of Carlsbad, being duly obligation shall become null it shall be and remain in full force and specified herein shall be forfeited to the In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, day of we hereunto set our hands and seals this , 1985. Corporate Seal (If Corporation) SEABOARD STJRETY By RA Assistant Secretary Tiitle RONALD DAVIS - ATTQRNEY-lfcl-FAfii; (Attach acknowledgement of Attorney in Fact) (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) STATE OF CALIFORNIA ] ss.: aXXXaWBBCOUNTYOF LOS ANGELES ] OFFICIAL SEAL CONNIE J. GONZALES HOTABV rueuc • CALIFORNIALOS ANGELES COO* rv %C«M> On this 27th day November 1985 , before me, the undersigned Notary Public, in and for the State, personally Ronald Davis a person known to me (W£KJ^WC1«*^H*^^ to be the person who executed the written instrument as Attorney-in-Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this 27th day of November My Commission Expires June 23, 1987 A.D. 1985 Notary Public. FORM 116 12/82 STATE OF CALIFORNIA r.mintTynF San Diego On this 27th . day of November in the year 1985_ /GKNOWLEDGMENT-Corporaior-wolcons Form 222CA-X-HW. 5-82 01982 WOLCOTTS, INC. before me, the undersigned, a Notary Public in and for said State, personally appeared Raul Duran Assistant Secretary personally known to me (or proved to me on the basis of satisfactory evidence) to be the person who executed the within instrument on behalf of the Corporation therein named, and acknowledged to me that the Corporation executed it. WITNESS my hand and official seal. Notary Public in and for said State POWER OF ATTORNEY ,OW ALL MEN BY THESE PRESENTS: Th»t SEABOARD SURETY COM PA NT, • corpcntion of the State Vew^Vork. has made. ccriitJruted and appointed and by the* prctenti does maVe, constitute and appoint nald Davii _offg Beach, California true and lawful Attorney-in-Faet. to tr.ate, ti«ute and deliver en iti behalf iniuru-iee po?iciei aurery bondi under- -if i and other instrument* of aimilar nature as fo!lcwi: Lirni ted to the acnount-of $2, 500, 000 'for •nds executed on behalf of Sully-ttiller Contracting Company and/or Southern scific Hilling Company, Inc. *nd/or South Coast Asphalt Products Company, Inc. S insurance po?ic»«, wrery bonds. tindertaV'nFs and ir.rruments for aa'd purposes. when du'y exwuted by the aforesaid . rney-in-Fact. t>.a!J be blndin| upon the laid Ctrl;, any at fufty and to the M.T« extent a.* if »ifned b> the duly authoriied officers He Company and a*aW with it* corporate Ka/; and all the arti of MJd Attorney-ir.Fact, pur»uant to the authority hereby •-, are hereby ratified and confirmed. : •ppciniment it made Pursuant to the following By-La w$ which vere duly adopted bj the Board of Directors of the (aid Com- on December Sih. \92~. with Amendments to and including* January 15. 19S/ and are rill in full force and effect: JCLE VII. SECTION' I: •Felicity. b*?>di. rttef-Iiincti. arjpa!it'eni. ccnttr.b of turrty. uri£«r*T>tJn| unatralr>.|i aa£ bMtrjBer.a r«l»t:r.| tktrrtt. »r,ct pc!icie», Ve^d^. recof-Iuitfi M'^wU'lor.i, ew.*-,U c? »u-tr> »ntf »ndtr»ritir.| wndt-uVinj* ef tbc Comjaij «j»tf rt'rito, »j-•, . rc!»'j'.| ir ».-.; »•»> l>ftic or te »nj tUlir. or fell tSertuntfer. »>.»!! bt lifiptf ir> &>» nww in^ cr. br\»M of t>>« (•) bj iKt Oainr.ir of t>>» Bcj-d. th« Pur.dtnj, » V»e« Prtiidtst cr • Rtiidtnt Viet Prt»idet>i «atf b> |S« Sectur>-. fcr. .- -i^ent $tert'.»o or • RtiltffM AuitU-.i SKreury. or (t) tj an Aticrnfj-jn-r»ri for iht Cerra»rj ifpc'.nirf »nrf »-.-:>>s'ijti by t). of «Hf F:*'d the rrriidm; er a Vttt Puildrnt tc n»V» iucV. fc'f-.iturt; or (c) by »uc>i other oeiuri or rej-evena-Jvei u Ox Bo»'db'r>* to of t)x Ccrrp»f.j i\«!! K ipp'ofiiu be »f:»td xJitTtlc by ar.y lucV orTittr. Atlcmfj-inT»rt *r rtyt»ert»t'vt" WITNESS WHEREOF. SEABOARD SURETY COMPAVY F.I$ tused tVf« preioii to t* i^cd by one of ?ti vic«. ienu. and its corporate Ka1 to be hereunto affixed and du^y aliened by one of iti Aisicant S«*e:ane». tKI$ ....^T.^.T... ....... of ..... ....JUTJB .............................. 19.B3... n: SEABOARD SURETY COMPANY, By.-j ^ ..... J^r5|t.a....J,....L.e-?;.nard ...................... __ ....... P.»....T.t__f?.^.?..?.f$.!?.ri. .................................... An:'UM J«rrury Vict-P'e&idtnt TE OF NEW YORK ) TxTY OF NEW YORKj"' hi» ...... 1.3rd .............. <i> of .................. J»r,e .............................................................. , 19..J3.... b<f:re me, ...... - R.,....T....(7.uncer$en ....................................................... a Vice-president of SEHBOARD SURETY COMPANY, >shom jj am pt'*c-.i!!y acq'jj'r.ied. vho. t*!r>£ bv me du'y $«om. »aid tr-.st he residej in the Stite of ..... l?ew..YO.r.H ............ ; He is a Vice-PresIdent of SEABOARD SURETY COMPANY, the corporation deicribtd in a->d *hkh executed the fere- r inr.rurr.ent . that he kr,cv» the corporate «j! of the laid Company; that the »ei' affixed to i*id instrument is tuch corp<.-jte that it va_« »o aff.xtd by order of the Bo«?d of Director* of »»Id Compiny; and that he jijr.ed his nine thtrelo as Vice- fent of »aid Corr:p»ny by Ji^t authority. > State of New York No. 01QUE466670 Qualified in Fichnond County ' Certificate filed in New Yor); County c.j Conrrission Expires March 30, 1984 ......... ?.?.*. r.S.»^.*l.M.f....Q??.*.??.?.»5 ............................ Keuj-y Public CERTIFICATE I. tKt w-.tftr-V'td A'»*I:»M Str'fio of SEAPC.ARD Sl'RETY COMFANV e1: fvf'ttj tfrtif; thai »>* orlg'-j1 Pe«er of Atic.n>ry of»£f.n| it a fu'1. \r\tt aid correct toy), it ir fu'I (fo'Ct l-.tf «f?tct C' th< d«'f of iMl Cttii*tf» and I <Jc fu'l>.tf CfTif\ »S*: the ^'ic» Frf ' ^fwtfd iKf u t Pe>' tr of Aiifr.fy v», 01* of tKf O^irtri ••.••Vc-Iifd t» tht Eti'd o) D^tciori tc »;pc!ni »• ••ICT.C;-ir-f»:t *i f:c\ idf^ in c MI Sttiicr J.ef thf B,« L»"» e< SEAfcCARD SIKETV COVFANV. TK » CtMiA.-»:i r-.i\ tx »,»-.ftf »-.tf »f»'ff b\ f»c>'r-:if u-.tfrr »->< b> at'Strit; of the fcVev Ir>| rtkcVsor, of t>* BcA-'d c! D-'-ftiori of SEA- J- D SI RE 7V COMFANV »i t r.»c:>.| d.'> u'Irif »»d K«1d or tV.f'^S.v d»j of jwit 1978 REJOINED (7) 7>.»' l^if D't of • f'i'-.rf f»:i>'!f c! tru <c'j>:'»U »n' c! l^e cc-?»^j aid of IV »:r»'»-"' »^ •' AII;''.»M ^.*nv ff>l fri'icr of l^t ICVff.-'fll of a fer> of »<• ir.»i:w-r.rnt tvfCtifi t> «>>i F/f-iJfr.i or • \'xe-Plciidfr.: p.'ktB-.l le AnitU \'IJ. of the B}-Li»l »;?c>'in| »itf »-.-Sc--i>'Ti| v a'le'r.fj-ir. f»cl to »'jr ir, Iv,e r.»-r,( »-.tf or. t»S»'f O<f i^t to^^i'» »uff!) bc-di u-tf 'f ' * >t» 0» o:Htr ir.M-fc—.f-.li docribrtf ir u £ Anidi VII. Srrror J. » ilV, Me tffrrt at if ».»:>> •"' fcrtf i«;V l>r*'~'< ^*- ^^»' ic r.»3t K»'rt>i ii amSpT.'ifd niJ •r;>ev«l" •VlTNESS Vv'HEREOF. 1 h»^t hfrru-.tc K! m.v hand a"d affixed the co^c-ate sea' of the Co-.fjny to thf« p.re«nfs thii ,...;..27th d.) Of N?V^er. 19 i ;»i III $ f t ' f L> ' X - 9 - DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of the following' 1-isted Contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Items of Full Company Complete Address Phone No. Work Name w/Zip Code w/Area Code &<* CA» 1L C 4— . H 4 L euftff^&r^t -$<~>~l*r,~9 <^,^ .04. - 10 - DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the- listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. Full Company Name Type of State Carlsbad Amount Contracting Business of License & No. License No.* Bid ($ or %) CO^A-rin Y* A/n /w«f'J /Y6 * Licenses are renewable annually. If no valid license, indicate "NONE". Valid license must be obtained prior to submission of signed Contracts. ^_v >,^rt^c*s Go.Coast- (Notarize or Corporate. Seal) Bidder's Company Name CA qa.oos- RAUL DU Assistant Secretary Authorized Signature - 11 - BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersi-gned submits herewith a notarized or sealed statement of his/her financial responsibility. TTTgnatuTe (Notarize or Corporate Seal) - 12 - BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder vs required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used, if notarized or sealed. Date Contract Completed Name and Address of the Employer Name and Phone No. of Person to Contact Type of Work Amount of Contract Roy Rosol P.O. Feb.C.-K/of b°n, CA CA CA Uov - Pti- (Notarize or Corporate Seal) bignature BALANCE ' SOUTH SHEET COAST ASPHALT PRODUl AS OF 10/23/85 DIVISION CO CO PA3E ASSETS CASH 00001000 DISBURSEMENT ACCOUNT 00001001 DEPOSITORY ACCOUNT 00001002 CASH --PLANTS EMPLOYEE PAYROLL-- 00001050 PETTY CASH 00001098 TOTAL CASH RESOURCES RECEIVABLES 00001101 NOTE REC - H & A CONSTRUCTION 00001105 NOTE REC - WILLETT PAVING 00001108 NOTE REC - R.N. NELSON 00001200 ACCOUNTS RECEIVABLE TRADE 00001210 ACCOUNTS RECEIVABLE OTHER 00001220 ACCOUNT RECEIVABLE EMPLOYEES 00001230 ACCOUNT RECEIVABLE SUSPENSE 00001300 ACCOUNTS RECEIVABLE - KOPPERS 00001600 EXCHANGE ACCOUNT 00001790 TOTAL RECEIVABLES 00001800 ALLOW FOR DOUBTFUL RECEIVABLES 00001801 A/R SERVICE CHARGE UNCOLLECTED 00001980 TOTAL ALLOWANCES 00001998 TOTAL NET RECEIVABLES 29,383.66 56,011.25 14,867.70 4,546,198.75 375,818.57 3,085.16 10,480.40 7,334,865.58 6,743.45- 307,620.89- 98,806.52- 789,190.90- 147,659.36- 14,544.04- 800.00 950,594.30- 12,363,967.62 406,427.41- 11,957,540.21 00002000 00002005 00002010 00002035 00002080 00002081 00002082 00002090 00002091 00002095 00002099 00002100 00002105 00002110 00002120 00002135 00002180 00002181 00002191 00002192 00002195 00002199 00002200 00002205 00002280 00002281 00002292 00002295 00002297 00002299 BALANCE SOUTH SHEET COAST ASPHALT PRODU/ 5 CO AS OF 10/23/85 DIVISION 00 INVENTORIES QUANTITY ASPHALT OIL-REGULAR-CAR ASPHALT OIL - SC-800- CAR SCAPCO ROCK-CAR PURCHASED SAND-CAR COLD MIX-CAR EMULSION-CAR CRUSHER RUN BASE-CAR DIESEL FUEL TRUCK-CAR DIESEL FUEL PLANT-CAR GASOLINE - CAR TOTAL CARLSBAD INVENTORIES ASPHALT OIL ASPHALT OIL SCAPCO ROCK SCAPCO DUST REGULAR-ESC SC-800 - ESC - ESC - ESC PURCHASED SAND COLD MIX - ESC EMULSION - ESC - ESC DIESEL FUEL PLANT - ESC DIESEL FUEL EQUIP - ESC GASOLINE - ESC TOTAL ESCONDIDO INVENTORIES ASPHALT OIL - REG - PALA ASPHALT OIL - SC-800 - PALA COLD MIX - PALA EMULSION - PALA DIESEL FUEL PLANT FIRING- PALA GASOLINE - PALA PROPANE - PALA TOTAL PALA INVENTORIES 22,291 .20 7,990.38 9,324.79 11 ,931 .50 790.61 6,175.44 9,323.09 10,135.51 31 ,230.20 9,690.99 14,054.08 2,917.37 8,083.35 4,667.10 3,182.50 752.61 1,620.44 612.46 4,676.40 732.90 13,890.38 7,463.98 160.54 2,108.00 1,872.96 400.27 1,098.95 PAGE 113,883.71 41,299.21 26,995.08 00002498 TOTAL INVENTORIES ALL PLANTS 187,178.00 BALANCE SOUTH SHEET COAST ASPHALT PSODUC/ AS OF 10/23/35 DIVISION GO 00002510 00002513 00002514 00002530 00002545 00002997 00002998 LAND, 00003000 00003100 00003110 00003120 00003130 00003140 00003150 00003250 00003280 00003316 00003317 00003320 00003400 00003499 00003500 00003600 00003610 00003620 00003630 00003640 00003650 00003750 00003790 00003791 00003800 PREPAIDS PREPAID INSURANCE P.O. BOX - KEY DEPOSIT DEPOSITS PREPAID RENT PREPAID F.I.T. TOTAL PREPAID TOTAL CURRENT ASSETS PLANT & EQUIPMENT LAND PLANT & EQUIPMENT OTHER MOBILE EQUIPMENT BUILDINGS OFFICE EQUIPMENT AUTOS & TRUCKS TRUCKS PUC INTANGIBLE ASSETS TOTAL CAPITALIZED EQUIPMENT IBM PC-XT SELTEC SYSTEM BUILDING ADDITION TOTAL CONSTRUCTION IN PROGRESS TOTAL LAND/ PLANT & EQUIP ACCUM DEPLETION ACCUM DEPR - PLANT & EQUIPMENT ACCUM DEPR - OTHER MOBILE EQUIP ACCUM DEPR - BUILDINGS ACCUM DEPR - OFFICE EQUIPMENT ACCUM DEPR - AUTOS & TRUCKS ACCUM DEPR - TRUCKS PUC ACCUM AMOR - INTANGIBLE ASSETS TOTAL ACCUM DEPR 8, AMOR TOTAL ACCUM DEPL, DEPR & AMOR NET LAND/ PLANT & EQUIP 4,164,604.52 1,022,051.56 234/445.29 165/510.18 471/167.93 419/260.13 200/000.00 6/591.39 22.305.87 3/196/219.29 656/227.76 164/696.52 137/763.37 474/150.19 421/105.14 150,501.56 DEFERRED EXPENSES 00003890 00003999 TOTAL DEFERRED EXPENSES TOTAL ASSETS PAGE 542.30 4.00 1,800.00 6/715.00 90/375.00 99/436.30 11/293/560.21 2/180/446.16 6,677/039.61 32/616.26 8/890/102.03 27/515.75- 5/200/663.83- 5/228/179.58- 3/661/922.45 .00 14/955/482.66 BALANCE SOUTH SHEET COAST ASPHALT PRODUCTS CO. AS OF 10/23/85 DIVISION CO LIAB & SHAREHOLDERS EQUITY LIABILITIES 00004100 00004105 00004111 00004146 00004147 000041 80 00004181 00004182 00004183 00004190 00004191 00004200 00004210 00004211 00004299 00004300 00004301 00004310 00004350 00004351 00004352 00004353 00004354 00004355 00004360 00004361 00004362 00004363 00004364 00004365 00004399 00004400 OOOC4500 00004510 00004540 00004599 00004694 00004695 00004696 00004700 00004710 00004720 00004721 00004722 ACCOUNTS PAYABLE ACCOUNT PAYABLE NEW EQUIPMENT A/P SUSPENSE -OTHER A/P CREDIT UNION DEDUCTION A/P UNITED FUND DEDUCTION ACCRUED HEALTH 8 WELFARE ACCRUED HEALTH & WELFARE -OFFICE ACCRUED STOCK PURCHASE PAYABLE U.S. SAVING BONDS ACCRUED ROYALTIES ACCRUED DRILL & BLAST ACCRUED AUDIT EXPENSE ACCRUED COMP INSURANCE ACCRUED UN8RELLA INS. TOTAL ACCOUNTS PAYABLE ACCRUED PAYROL SALARIED ACCRUED VACATION FUND & SUPP DUE ACCRUED PAYROLL TAXES F.I.T. PLT ACCRUED PAYROLL TAXES S.I.T. FLT ACCRUED PAYROLL TAXES PICA PLT ACCRUED PAYROLL TAXES F.U.I. FLT ACCRUED PAYROLL TAXES S.U.I PLT ACCRUED P/R TAX S.D.I. PLANT ACCRUED PAYROLL TAXES FIT SALARY ACCRUED PAYROLL TAXES SIT SALARY ACCRUED PAYROLL TAX PICA SALARY ACCRUED PAYROLL TAXES FUI SALARY ACCRUED PAYROLL TAXES SUI SALARY ACCRUED P/R TAX S.D.I SALARY TOTAL ACCRUED PAYROLLS ACCRUED INTEREST NOTES PAYABLE ACCRUED CALIF SALES TAX ACCRUED PUC TRUCK TAX ACCRUED TAXES REAL ESTATE 3, P.P. TOTAL" SALES AND EXCISE TAXES ACCRUED VACATION LIABILITY ACCRUED PENSION-SALARIED PERSCNE ACCRUED INCENTIVE RECLAMATION RESERVE NOTES PAYABLE DUE IN ONE YEAR DEFERRED R.E. TAX 78/79 DEFERRED R.E. TAX 79/30 DEFERRED R.E. TAX 80/81 187,521._88 3,600.00 740,431.43 360.76' 177.32 25,203.09- 1,688.00 8,661.85 8,656.25- 19,863.78 16,549.50- 24,628.98 40,541.27 74,038.64 56,569.60 2,724.82 2,540.28 7,262.19 463.27 6,41 5.61 .00 .00 926.29 599.81- 1,070.38- 199.82- . 00 .00 322.15 69,964.84 520.69 42,550.06 3,505.08 3,631.33 3,625.42 PAGE 1,050,383.55 47,072.06 364.10 113,035.59 17,800.00 52,366.00 92,086.08 231,202.00 .00 00004799 TOTAL CURRENT LIABILITY 1,615,071.21 BALANCE SOUTH SHEET COAST ASPHALT PRODUCTS CO. AS OF 10/23/85 DIVISION 00 ACCRUED INCOME TAXES 00004803 ACCRUED FED INCOME TAX - CURRENT 00004804 ACCRUED FED INCOME TAX 1984 00004807 00004808 00004809 00004810 00004811 00004812 00004819 00004821 00004822 00004829 00004899 SHAR i 00009100 00009200 00009300 00009400 00009990 00009995 DEFFERED FED INCOME TAX 1979 DEFFERED FED INCOME TAX 1980 DEFFERED FED INCOME TAX DEFFERED FED INCOME TAX 1982 DEFFERED FED INCOME TAX 1983 DEFERRED FED INCOME TAX 1984 ACCR/DEF.FED.INCOME TAX TOTAL ACCRUED STATE INCOME TAX CURRENT ACCRUED STATE INCOME TAX 1984 ACCRUED STATE INC. TOTAL TOTAL ACCR/DEr. INCOME TAXES EHOLDERS EQUITY COMMON STOCK EARNED SURPLUS EARNED SUPRPLUS OF STOCK ABV.PAR CAPITAL KOPPERS ADJUSTMENT NET EARNINGS TOTAL SHAREHOLDERS EQUITY PAGE 583,861.00 469,729.00 146,212.00 38,577.00 26,965.00- 46,282.00 20,192.00- 521.00- 230,372.00 14,495.00 1,236,983.00 244,867.00 64,000.00 1,185,239.12 1,621.13 59,756.19- 667,457.39 1,481,850.00 00009999 TOTAL LIAB & SHAREHOLDERS EQU 1,858,561.45 /4,915,482.66 - 13 - CONTRACT - PUBLIC WORKS This agreement is made this __^1____ day of^ * ______ _ ^J^&TT ^by and between the City of* Carlsbad , Caji'if o r n ila, A a municipal corporation, (hereinafter called "City"), and South Coast. Asphalt Products Company , DBA, Sully-Miller Construction whose principal place of business is 3703 Haymar Drive,P.O. Box 218 Carlsbad, Ca. 92008 (hereinafter called "Cont ractor" . ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract documents. 3. Contract, Docaments. The Contract documents consist of this Contract; the bid documents, including the Notice to Bidders, Instructions to Bidders' and Contractors' Proposals; the Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and the bonds for the project; all of which are incorporated herein by this reference. 4. Payment . As full compensation for Contractor's performance of work under this Contract, City shall make payment to Contractor per Section 9-3.2 of Standard Specifications for Public Works Construction, 1985 Edition. The closure date for each monthly invoice will be the 30th of each month. - 14 - Payment of undisputed Contract amounts shall be contingent upon Contractor furnishing City with a release of all claims against City arising by virtue of this Contract as it relates to those amounts. Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications made pursuant to a proposal by Contractor. The net savings shall be determined by City. No payment shall be made unless the change is approved by the City. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor in order to overcome unanticipated underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions; Contractor shall be responsible for all loss or damage arising out of the nature of the work 6r from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incurred in the suspension or discontinuance of the work. However, Contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change/ Orders. City may, without affecting the validity of this Contract, order changes, modifications, deletions, and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work, the Contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction, the work shall nevertheless proceed and the amount shall be determined f "V - 15 - by arbitration or litigation. The only person authorized to order changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of worker needed to execute the Contract and a schedule containing such information is in the City Clerk's office, and is incorporated by reference herein. Pursuant to Labor Code Section 1775, Contractor shall pay prevailing wages. Contractor shall .post copies of all applicable prevailing wages on the job site. 9. Indemnity. Contractor shall assume the defense of and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses, including attorneys fees for litigation, arbitration, or other dispute resolution method. 10. Insurance. Without limiting contractor's indemnification, it is agreed that contractor shall maintain in force at all times during the performance of this agreement a policy or policies of insurance covering its operations and insurance covering the liability stated in Paragraph 9. The policy or policies shall comply with the special insurance instructions attached to the bid documents and shall contain the following clauses: Contractor's liability insurance policies shall contain the following clauses: A. "The City is added as an additional insured as respects operations of the named insured performed under contract with the City." B. "It is agreed that any insurance maintained by the City shall apply in excess of and not contribute with, insurance provided by this policy." All insurance policies required by this paragraph shall contain the following clause: - 16 - A. "This insurance shall not be cancelled, limited or non- renewed until after thirty days written notice has been given to the City." Certificates of insurance evidencing the coverages required by the clauses set forth above shall be filed with the City prior to the effective date of this agreement. 11. Wo r k e r s / Com p e n s a t i o n . Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury, and liability of every kind, nature, and description brought by any person employed or used by Contractor to perform any work under this Contract regardless of responsibility for negligence. 12. Proof o f I n s a r a nee . Contractor shall submit to the City cerEifTcation of the policies mentioned in Paragraphs 10 and 11 or proof of workers' compensation self-insurance prior to the start of any work pursuant to this Contract. 13. Arbitration. Any controversy or claim in any amount up to $100, 0 tfo sTrising out of or relating to this Contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator^ s ) may be entered in any California court having jurisdiction thereof. The award of the arbit rator( s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. tab o r - £ o d e • P r o visions. The provisions of Part 7, Chapter 1, commencing with Section 1720 of the California Labor Code are incorporated herein by reference. 16. Security . Pursuant to the requirements of law (Governement Code Section 4590) appropriate securities may be substituted for any monies withheld by City to secure performance of this Contract or any obligation established by this Contract. STATE OF CALIFORNIA COUNTY OF San OFFICIAL SEAL Joseph David Duran NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY V COMMISSION EXPIRES MARCH 27.1987 ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev. 5-82 ©1982WOLCOTTS, INC. On this 2nd day of - before me, the undersigned, a Notary Public in and for said State, personally appeared Raul Duran Assistant Secretary , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name subscribed to the within instrument, and acknowledged to me that _he_ executed it. WITNESS my hand and official seal. Public in and for said State. - 17 - 17. Additional Provisions.Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Co . Contracor Sol jij- Miller (Seal) 7\N Title Assistant Secretary By . Title TY, OF CARLSBAD, CALIFORNIA Rayor, fojf and above $10,000 City Manager, for Contracts less than $10,000 ATTEST: Contractor's Certification Responsibility. of Awareness of Workers' Compensation "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract." Contractor RAUL DURAN Assistant Secretary - 18 - LABOR AND MATERIAL BOND BOND NO: 976^^086-001 PREMIUM: INCLUDED IN THE PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. *gb?b5tQ > adopted i^/ii/'gg:) , has awarded to c^ ^ rvn£>t AscjpoiV Prod 0 ohs. Com poo u . (hereinafter designated as the "Principal"') , a Contract for: ' LIBRARY PARKING LOT CONTRACT NO. 3172 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond with said Contract, providing that if said Principal or any o.f his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. SOUTH COAST ASPHALT PRODUCTS CO., dba NOW, THEREFORE, WE, Sully-Miller Construction _ _ , as Principal, (hereinafter designated as the "Contractor" ) , and SEABOARD -SHEET Y _GQMPA4\[Y _ _____ as Surety, are held firmly bound unto the City of Carlsbad in the sum of Eighty Eight Thousand Nine Hundred Thirty Three and No/1 PC I Dollars ($ 88 > 933 • 6o---f~ s a id sum being one hundred per cent ( 1 008! ) of the estimated amount payable by the City of Carlsbad under the terms of the Contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents . THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and, also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4202 of the Government Code of the State of California. - 19 - This bond companies 1192.1 of action to bond, as Government shall inure to the benefit of any and all persons, and corporations entitled to file claims under Section the Code of Civil Procedure so as to give a right of them or their assigns in any suit brought upon this required by the provisions of Section 4205 of the Code of the State of California. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS ContractorJanuary WHEREOF, this and Surety , 198 6 . instrument has been above named, on the duly executed by the 2nd day of SOUTH COAST ASPHALT PRODUCTS CO., DBA Sully-AMiller Construction (Notarize or Corporate Seal for each Signer) Assistant Secretary Contractor SEABOARD SURETY COMPANY 19700 Fairchild, Suite 130 Irvine, CA 92715 (714) 851-1911 BY: surety Ronald Davis, Attorney-In-Fact STATE OF CALIFORNIA LOS ANGELES] ] ss.: OFFICIAL SEAL CONNIE J. GONZALES NOTARY PUBLIC - CALIFORNIA LOS ANGELES COUNTY My Comm. Expires June 23, 1987 On this 2nd day January 19 86, before me, the undersigned Notary Public, in and for the State, personally appeared Ronald Davis ------------ a person known to me (« ^)? to be the person who executed the written instrument as Attorney-in-Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this 2nd day of January My Commission Expires June 23, 1987 A.D. 1986 Notary Public. FORM 116 12/82 STATE OF CALIFORNIA COUNTY OF San Dieqo Joseph David Duran te'^y NO^RY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY MY COMMISSION EXPIRES MARCH 27,1987 ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev. 5-82 ©1982 WOLCOTTS, INC. 2nd day of January ., in the year 19_86On this before me, the undersigned, a Notary Public in and for said State, personally appearedRaul Duran Assistant Secretary , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name subscribed to the within instrument, and acknowledged to me that _he_ executed it. WITNESS my hand and official seal. Notary Public in and for said State. - 20 - PERFORMANCE BOND BOND NO: 976J&C086-001 PREMIUM: $111.00 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. <g>3^Q _ , adopted lajoISS? » nas awarded to "r-^ourHn C.fyQ&t /\s>cAo<ri\ +• Pnod^iCi"S Cot'^opsooo) - ,.. (hereinafter designated as the "Principal"), a Contract for: LIBRARY PARKING LOT CONTRACT NO. 3172 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond fur the faithful performance of said Contract; SOUTH COAST ASPHALT PRODUCTS CO., dba NOW, THEREFORE, WE, Sully-Miller Construction as Principal, (hereinafter designated a"sthe "Contractor"), and SEABOARD SRUETY COMPANY , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Eighty Eight Thousand Nine Hundred Thirty Thye^ & Dollars ($ 88,933.00------- )~ said su"m being equal to one hundred per cent (100%)of theestimated amount of the Contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said Contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder - 21 - or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contract, or to the work or to the specifications. In the event that any as an individual, it Contractor shall not under this bond. Contractor above named executed this bond is agreed that the death of any such exonerate the Surety from its obligations IN WITNESS Contractor 19 86 . WHEREOF, this instrument has been duly and Surety above named on the 2nd day executed by of January the (Notarize or Corporate Seal for Each Signer) SOUTH COAST ASPHALT PRODUCTS CO., dba onst ruction Assistant Secretary Contractor SEABOARD SURETY COMPANY 19700 Fairchild, Suite 130 Irvine, CA 92715 (714) 851-1Q11 BY:^M^fjjreA',Ronald Davis, Attorney-In-Fact STATE OF CALIFORNIA ] ] ss.: OIXX&M) COUNTY OF LOS ANGELES] OFFICIAL SEAL CONNIE J.GONZALES NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNTY My Comm. E»pires June 23, 1987 On this 2nd day January 19 86 , before me, the undersigned Notary Public, in and for the State, personally appeared Ronald Davis ---------- a person known to to be the person who executed the written instrument as Attorney-in-Fact on behalf of the corporation therein named and acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this 2nd day of January My Commission Expires June 23, 1987 A.D. 1986 Notary Public. FORM 116 12/82 STATE OF CALIFORNIA COUNTY OF San Diego OFFICML SEAL . David „ NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN' OltGO COUNTY MY COMMISSION EXPIRES MARCH 27.1987 ! ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev. 5-82 ©1982 WOLCOTTS, INC. 2nd day of January ., in the year 19_86On this before me, the, undersigned, a Notary Public in and for said State, personally appeared fciul DoraTi Assistant Secretary , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person_ whose name_ subscribed to the within instrument, and acknowledged to me that _he_ executed it. WITNESS my hand and official seal. Notary Public in and for said State. Kiw YORK, Niw YORK |B ^>. _ fam. aa-fti 'ttf&f-POWER OF ATTORNEY DRfflM/ll sJOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY CONIPAN^Q^IiwAL StateN<e<!L"K roade. constituted and appointed and by the* presents does maVe. constitute and appointIB Id Davit Peach, California true and lawful Attorney-in-Fact. to make, txexute and deliver on its behalf Insurance policies, aurety bonds under.nfi and other Instruments of airoilar nature as follows: Limited to the amount of $i, 50(5,000 'for :>nd§ executed on behalf of Sully-Miller Contracting Company and/or Southern acific Milling Company, Inc. «nd/o*r South Coast Asphalt Product* Company, Inc. h insurance policies, surety bonds. tinderuV'nrj and instruments for sa'd purposes, when duly executed by the tfortiaid orney-in-Fact. shall be bindinj upon the said Csrfpanv as fully and to the nme extent a.« If sijned by the duly authoriied officers :he Company and staled with its corporate seal; and all the arts of saJd Attorney-inFact, pursuant lo the authority hereby fn. are hereb) ratified and confirmed. " * « appoimment is made pursuant to the following By-Laws which uere duly adop;ed by the Board of Directors of the said Com' \ on December Sth. 19ir. whh Amendments to and including'January 15. 19SZ and are Will in full force and effect: TJCLE VII. SECTION* I: -»r>ct s*'ic't», kc'vdi. rtcof'.uicei »t>j>i;1i!ioni, eor.Kntj of lu'etj and »nder»ritir.| undft»Vinj» of ibe CoTipjiy jjyj re'riKt, aftt *wiU and.. . . - mdtr»ritir.| undft»Vinj» of tb< Comyttj int rtViMt, ii-« MftU »rit'rn» /elajini ir ar.j. »-S>_*'ff'c.or_tc '"J1 el*;rn_ er J*» thtrtundtr. shi'! bt tlgnrf in thf n*rw an^ or. btv*1f of !>>« Cct^f*nyr a Rttidtnt Vice Preiidtnt and bj OM S«'fUr>. an Aninknt S<crrl. bj t>»« O*«iTn»ji of t)v« Bc4'4 the Puiidtni, t Viet Prtildest or a Fttidtnt Vice Preiidtnt aad b> OH Srctur>'. an Aliinknt $«trt»fy. ft!<Jent StcrtUr) or a U»»idtnl AimUM $r<rt:vy, or (b) by »r> Ailc^nf7-inT»c1 for the Cemnas; appc'.niftf §f>d »w!>to-J**< by I). O«ir- of the Ba»'d tSc r'ttideTii or a Vtc< P>et>dmi te mtVt »\>cV. »J|~.t'ijr». or (c) bj such othtr oniecri or ~ lime lo time ottermint. WITNESS WHEREOF. SEABOARD SURETY COMPAVY h»$ ea-jied tve« prejat$ to be signed by one oiftj v»e« denu. and it» corporate xa' to b< htrfonto affixed and du'y attested by one of its Assfuant S«<re:ariei, thi$ .....?.'_ of ..... ....June .............................. 19JB3... »t: SEABOARD SURETY COMPANY. By All''U.nl S«rfUry Viet- President TE OF NEW YORK ) ~NTY OF NEW YORK J :hii ........ 3rd .............. div of .................. J.une .............................................................. , 19.. .f 3..., before me perionafly appealed.............. .................. . .............................................................. , .. . ..., B......T. ..Guncersen ....................................................... a Viee-President of SE.ABOARD SURETY COMPANY, 1 am per»on»lly atqu»;r.ied, who. bflnj by me duly sworn. »a!d that he resides in the State of ..... .NCW..YorX ............ ; he it a Vice-President of SEABOARD Sl'RETY COMPANY, the e&rpfration devcrrbed in a->d which executed the fore- g fnr.rument . that he Imovs the corporate Kil of the said Company; that the sea! affixed to said Jrntniment is such corporate that it waj so aff.xed by order of the B&*rd of Director! of uid' Compiny; and that Jte sirred his tusnt thereto as Vice- dent of said Company by We authority. State of New York No. 010UB468B70 Ouslified in Richmond County Certificate filed in New York County .•) Conni**ion Expires March 30, 19B4 . Maroaret M. Quinlan .......................... " ' '"" Koury Public I CERTIFICATE I. iSt ii-.dfr''p.»d A'l'innt Su'fi»'} of SEAPOARD SVRETY COMPANY fJc KfiV* ttrtifj i>j? iSe OMI'I»' Po«»r of . .... ,. -*if'n| it a hi'], ifue aid eor'rct copj. ii ir f«!) (fee »••( eftci or ihr di^f of tVm C«'ii*'f»'e »nd 1 dt (u'i>.cf cenif* |S»; the Viee Prendtnt f »fw:rcJ iSe Mi Pe»'er ef Aiic-r.rv vf eif ef thf OF<ifi ••.••hc-iirc! b> iht Pwd of D^ederi Ic a^pclnt »• ••icT.ej-ir.-f»ti ti fre'idec* in > Ml Senior, I. of ihe B«-La»i of SEABOARD StRETY COMPANY.Th;i Ce'Ji^fi'e nay b« n|*>rd a*>? tet'fc1 b> fac«'m!'e u*,der aid b» aw'.Sfiij ef ihe (c*;p>- ing reK'HnJw. ef the Baud of DJ'fftO'S of SEA- *•> D SI PE7Y COM'PAN*! •! a r-ief.in| d.') t»'lf^ »^d held or ihe ?§:v di) of Jtif 1^78 a*>> ff'l Sr»'io^ of the epriftiien cf a topj of »r ir,»iruT,mi evft t'n! bj lh< Pifijrni of • Vice-P»e»iden: pi'UB'-l 1C Anifle VII, Settion of lh« P}-L»"i •7pc'r:in| »itf ij'Sfij i| ar i".c--rif; ir f»ti to >ifr ir, the r.»T,t »itf or b»vj'f of the tor^irj »«'ei) bc~tti »ir.c!er» riiin| -•*fr»ij>.|i o' e:^ff ir.«fu^fiii dru'Ibft? ir M'd .Article VII, Se-ft:on I. »iih Me efffft at if inch *u'and »utV ii|r»rure H»c" b»er, m**>tu1ly WHEREOF. I have hcrrur.tc K\ m\ ha id a->d a^ixrd ihe corj<.»ate seJ1 of the Co-r.pany to theu presents this ,..2n_d jj,.. Of January § J986. - 22 - GENERAL PROVISIONS PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction, hereinafterdesignated SSPWC,asissued bythe Southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents, and the General and Special Provisions attached thereto. The Construction Plans consist of four (4) sheets designated as City of Carlsbad Drawing No. 258-8 The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by theSanDiegoCounty Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings1. Copies of pertinent standard drawings are enclosed with these documents. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. DEFINITIONS AND INTENT A. Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. B. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. C. Directions: Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word - 23 - "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer", unless stated otherwise. D. Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. E. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform a 1.1 operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 4. CODES AND STANDARDS Standard Specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. CONSTRUCTION SCHEDULE A construction per Section preconstruction schedule is to 6-1 of the conference. be submitted by SSPWC at the the Contractor time of the If the completion date shown on the "Notice to Proceed" letter is not met by the Contractor, he will be assessed the daily salary of the City Inspector for each working day beyond the completion date, as damages. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within thirty (30) consecu- tive calendar days from the date of receipt of said "Notice to Proceed." 6 . NONC.DNFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. 6UARANTEE All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during . the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two (2) copies to the City Engineer. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract. - 25 - 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED i Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party the Contract shall forthwith be physically amended to make such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential •to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawings, specifications, and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment, or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications, and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment, or process tested as to its quality and strength, its physical, chemical, or other characteristics, and its durability, finish, or efficiency by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment, or process indicated or specified. Such substitution of proposals shall be made pripr to beginning of construction, - 26 - if possible, but in no case less than ten (10) days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on completion of the work. 15. PERMITS •The general construction, electrical, and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety - 27 - laws and persons work is maintain progress protection of signs warning building codes to prevent accidents or injury to on, about, or adjacent to the premises where the being performed. He/she shall erect and properly at all times, as required by the conditions and of the work, all necessary safeguards for the workers and public, and shall post danger against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be 'made. 19. UTILITIES Utilities for the purpose of these specifications shall be considered as including, but not limited to pipe lines, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individualy solely for their own use use of their tenants, and storm drains, sanitary and street lighting. The City of Carlsbad and utility companies have, by a search of known endeavored to locate and indicate on the Plans all which exist within the limits of the work, the accuracy or completeness of the utilities on the Plans is not guaranteed. Service to adjacent property may or may not be shown on It shall be the responsibility of the Contractor or for sewers, affected records, utilities However, indicated connections the plans. to determine the exact location and elevation of all utilities and their service connections. The Contractor shall make his/her own investigation as to the location, type, kind of material, age and condition of existing utilities and their appurtenances and service connections which may be affected by the contract work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the contract work, the - 28 - Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility, the Contractor shall notify the owners of the utility immediately. It is the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation or alteration of utilities, including service connections, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the •failure of other parties to relocate utilities which interfere with the construction, the Contractor, upo-n request to the City, may be permitted to temproarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of all utility lines shall be included in the price bid for various items of work and no additional payment will be made. 20. WATER FOR CONSTRUCTION The contractor shall obtain a construction meter for water utilized during the construction under this contract. The contractor shall contact the appropriate water agency for requirements. The contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. - 29 - SPECIAL INSURANCE INSTRUCTIONS F9R C9NTRAeT6RS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees, or subcontractors. If the insurance is on a "claims made" basis, coverage shall be main- tained for a period of three years from the date of completion of the work. The cost of such insurance shall be included in Contractor's bid. The insurance company or companies shall meet the requirements of City Council Resolution No. 8108. A. Hiniman Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed.1/73) covering Comprehensive General Liability; and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; and 2. Insurance Services Office form number CA 0001 (Ed.1/78) covering Automobile Liability, code 1 "any auto"; and 3. Workers' Compensation as required by the Labor Code of the State of California and Employers' Liability insurance. B. Minimum•Limits-of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Worker's Compensation and Employers' Liability: Workers compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per accident. C. Deductibles and Self*Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such - 30 - deductibles or self-insured retentions as respects the City, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. D. Other Insurance Prov isiona The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased or used by the Contractor; or automobiles owned, leased hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officials employees or volunteers shall be excess of Contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liability Coverages The insurer shall agree to waive all rights of subrogation against the City, its officials, employees and volunteers for losses arising from work performed by Contractor for the City. 3. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. - 31 - Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rating of no less than A:XI unless otherwise authorized by City Council Resolution No. 8108. Ve r i f i cation of- Coverage Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms provided by the City and are to be received and approved by the City before work commences. Subcontractors•^M^^m^^MM^^^B^^HB^nw Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. SPECIAL PROVE SONS TABLE OF CONTENTS - SPECIAL PROVISIONS SECTION I SCOPE OF WORK SECTION II SELECTIVE DEMOLITION SECTION III SITE GRADING SECTION IV ASPHALTIC CONCRETE PAVING SECTION V PAVEMENT MARKING SECTION VI CAST IN PLACE CONCRETE SECTION VII PARKING LIGHTS SECTION VIII LANDSCAPING 32 SECTION I SCOPE OF WORK The work to be done, in general, shall consist of construction of a new library parking lot and modification of the existing parking lot to create a total of 97 parking spaces. Embankment, drainage and other items or details not mentioned but are required by the plans, standard specifications, or these special provisions to be performed, placed or installed. SECTION II DEMOLITION A. By careful study of the Contract Documents, determine the location and extent of selective demolition to be performed. B. In company with the City, visit the site and verify the extent and location of selective demolition required. 1. Carefully identify limits of selective demolition. 2. Mark interface surfaces as required to enable workmen also to identify items to be removed and items to be left in place intact. 3. Completely remove items scheduled to be so demolished and removed, leaving surfaces clean, solid, and ready to receive new materials specified elsewhere. 4. In all activities, comply with pertinent regulations of governmental agencies having jurisdiction. C. Demolished material shall be considered to be property of the Contractor and shall be completely removed from the job site. D. Use means necessary to prevent dust becoming a nuisance to the public, to neighbors, and to other work being performed on or near the site. REPLACEMENTS In the event of demolition of items not so scheduled to be demolished, promptly replace such items to the approval of the City and at no additional cost to the City. END OF SECTION 33 SECTION III SITE GRADING 1. DESCRIPTION Work included: Excavate, backfill, compact, and grade the site to the elevations shown on the Drawings, as specified herein, and as needed to meet the requirements of the construction shown in the Contract Documents. 2. SOIL MATERIALS A. Fill and backfill materials: 1. Provide soil materials free from organic matter and deleterious substances, containing no rocks or lumps over 6" in greatest dimension, and with not more than 15% of the rocks or lumps larger than 2- 3/8" in their greatest dimension. 2. Fill material is subject to the approval of the City, and is that material removed from excavations or imported from off-site borrow areas, predominantly granular non-expansive soils, free from roots and other deleterious matter. 3. Do not permit rocks having a dimension greater than 1" in the upper 12" of fill or embankment. 4. Cohesionless material used for structural backfill: Provide sand free from organic material and other foreign matter, and as approved by the City. 3. SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 34 4. FINISH ELEVATIONS AND LINES A. Finish elevations and lines should be such that the pavement elevations shown on the plans can be achieved using the designed pavement thickness. 5 • Utilities: A. Unless shown to be removed, protect active utility lines shown on the Drawings or otherwise made known to the Contractor prior to excavating. If damaged, repair or replace at no additional cost to the City. B. If active utility lines are encountered, and are not shown on the Drawings or otherwise made known to the Contractor, promptly take necessary steps to assure that service is not interrupted. C. If service is interrupted as a result of work under this Section, immediately restore service by repairing the damaged utility at no additional cost to the City. D. If existing utilities are found to interfere with the permanent facilities being constructed under this Section, immediately notify the City and secure instructions. E. Do not proceed with permanent relocation of utilities until written instructions are received from the City. 6. Protection of persons and property: A. Barricade open holes and depressions occurring as part of this Work, and post warning lights on property adjacent to or with public access. B. Operate warning lights during hours from dusk to dawn each day and as otherwise required. C. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, washout, and other hazards created by operations under this Section. D. Keep excavations and site construction area free from water. E. Use means necessary to prevent dust becoming a nuisance to the public, to neighbors, and to other work being performed on or near the site. F. Maintain access to adjacent areas at all times. 35 7. EXCAVATING A. Perform excavating of every type of material encountered within the limits of the Work to the lines, grades, and elevations indicated and specified herein. B. Satisfactory excavated materials: 1. Transport to, and place in, fill or embankment areas within the limits of the Work. C. Uhsat is factory excavated materials: 1. Excavate to a distance below grade as directed by the City, and replace with satisfactory materials. 2. Include excavation of unsatisfactory materials, and replacement by satisfactory materials, as part of the work of this Section. D. Surplus materials: 1. Dispose of unsatisfactory excavated materials, and surplus satisfactory excavated material, away from the site at disposal areas arranged and paid for • by the Contractor. E. Excavate and backfill in a manner and sequence that will provide proper drainage at all times. F. Ditches and gutters: 1. Cut accurately to the cross sections, grades, and elevations shown. 2. Maintain excavations free from detrimental quantities of leaves, sticks, trash, and other debris until completion of the Work. 3. Dispose ofexcavated materials as shown on the Drawings or directed by the City; except do not, in any case, deposit materials less than 3'-0" from the edge of a ditch. 36 8. FILLING AND BACKFILLING A. Ground surface preparation: 1. Remove vegetation/ debris, unsatisfactory soil materials/ obstructions/ and deleterious materials from the ground surface prior to placement of fills. 2. When existing ground surface has a density less than that specified under "compacting" for the particular area/ break up the ground surface, pulverized, moisture-condition to the optimum moisture content, and compact to required depth and percentage of maximum density. 3. At exposed soils in areas to be paved, scarify to a minimum depth of 6", and recompact at a moisture content that will permit proper compaction as specified for fill. B. Placing and compacting: 1. Place backfill and fill materials in layers not more than 9" in loose depth. 2. Before compacting, moisten or aerate each layer as necessary to provide the optimum moisture content. 3. Compact each layer to required percentage o'f maximum density for the area. 4. Do not place backfill or fill material on surfaces that are muddy, frozen, or containing frost or ice. 5. Place backfill and fill materials evenly adjacent to structures, to required elevations. 6. Take care to prevent wedging action of backfill against structures by carrying the material uniformly around the structures to approximately the same elevation in each lift. 9. GRADING A. General: 1. Uniformly grade the areas within limits of grading under this Section, including adjacent transition areas. 2. Smooth the finished surfaces within specified tolerance. 3. Compact with uniform levels or slopes between points where elevations are shown on the Drawings, or between such points and existing grades. 4. Where a change of slope is indicated on the Drawings, construct a rolled transition section having a minimum radius of approximately 8'-0", unless adjacent construction will not permit such a transition, of is such a transition defeats positive control of drainage. 37 B. Grading adjacent to retaining walls: 1. Grade areas adjacent to retaining walls to achieve drainage away from the structures, and to prevent pond ing. 2. Finish the surfaces to be free from irregular surface changes, and: a. Shape the surface of areas scheduled to be under walks to line, grade, and cross- section, with finished surface not more than 0.10 ft above or below the required subgrade elevation. b. Shape the surface of areas scheduled to be under pavement to line, grade, and cross- section, with finished surface not more than 0.05 ft above or below the required subgrade elevation. 10. COMPACTING A. Control soil compaction during construction to provide the minimum percentage of density specified for each , area as determined according to ASTM D1557. B. Provide not less than the following maximum density of soil material compacted at optimum moisture content for the actual density of each layer of soil material in place. 1. Pavements: a. Compact the top 8" of subgrade and each layer of fill material or backfill material at 95% of maximum density for cohesive soil material. C. Moisture control: 1. Where subgrade or layer of soil material must be moisture-conditioned before compacting, uniformly apply water to surface of subgrade or layer of soil material to prevent free water appearing on surface during or subsequent to compacting operations. 2. Remove and replace, or scarify and air dry, soil material that is too wet to permit compacting to the specified density. 3. Soil material that has been removed because it is too wet to permit compacting may be stockpiled or spread and allowed to dry. Assist drying by discing, harrowing, or pulverizing until moisture content is reduced to a satisfactory value as . determined by moisture-density relation tests approved by the City. 38 11. FIELD QUALITY CONTROL A. Secure the City's inspection and approval of subgrades and fill layers before subsequent construction is per- mitted thereon. B. Provide at least the following tests to the approval of the City: 1. One field density test for every 2000 sq. ft. of paved area in each compact fill layer at the top of the finished compacted grade. C. If, in the City's opinion based on reports of the test- ing laboratory, subgrade or fills which have been placed are below specified density, provide additional compact- ing and testing under the provisions of these Specifica- tions . D. Compaction testing to be provided by the City. 12. • MAINTENANCE A. Protection of newly graded areas: 1. Protect newly graded areas from traffic and erosion and keep free from trash and weeds; 2. Repair and reestablish grades in settled, eroded and rutted areas to the specified tolerances. B. Where completed compacted areas are disturbed by sub- sequent construction operations or adverse weather, scarify the surface, reshape, and compact to the required density prior to further construction. 13. PAYMENT FOR THE CONSTRUCTION OF 2:1 SLOPES Payment for the construction of 2:1 slopes shall be in- cluded in the item of work for grading and no additional payment will be made therefore. 14. CLEARING AND GRUBBING Clearing and grubbing shall include but not be limited to the removal and disposal of all asphalt berms, concrete curbs, gutters, sidewalks, driveways, trees, or shrubs, and any other deleterious matter in the graded area, necessary to accomplish the construction of the improve- ments 'as shown on the Plans and as specified in these contract documents. Payment for clearing and grubbing shall be included in the bid price for various items of work and no additional pay- ment will be made. 39 SECTION IV ASPHALTIC CONCRETE PAVING 1. DESCRIPTION A. Work included: Provide asphaltic concrete paving, asphaltic concrete overlay, and pavement marking where shown on the Drawings, as specified herein, and as needed for a complete and proper installation. 2. SUBMITTALS A. Product data: Within 10 calendar days after the Contractor has received the City's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section; 2. Certificates, signed by the asphaltic concrete paving materials producer and the asphaltic concrete paving subcontractor, stating that materials meet or exceed the specified requirements. 3. AGGREGATES A. Provide aggregates consisting of crushed stone, gravel, sand, or other sound, durable, mineral materials processed and blended, and naturally combined. B. Base aggregate maximum size: 1. Base courses: 3/4" C. Aggregates for asphaltic concrete paving: Provide a mixture of sand, mineral aggregate, and liquid asphalt mixed in such proportions that the percentage by weight will be within: Sieve sizes: Percentage passing: 3/4" 100% 3/8" 67-85% '1/4% 50-65% No. 8 mesh 37-50% No. 30 mesh 15-25% No. 200 mesh 3-8% Plus 50/60 penetration liquid asphalt at 5% to 6%% of the combined dry aggregates. 40 4. ASPHALTS A. Comply with provisions of Asphalt Institute Specification SS-2: 1. Asphalt cement: Penetration grade 50/60. 2. Prime coat: Cut-back type, grade MC-250. 3. Tack coat: Uniformly emulsified, grade SS-1H. 5. SEALER A. Provide a sealer consisting of suitable fibrated chemical type asphalt base binders and fillers having a container consistency suitable for troweling after thorough stirring, and containing no clay or other deleterious substance. 6. MIXING ASPHALTIC CONCRETE MATERIALS• A. Provide hot plant mixed asphaltic concrete paving materials 1. Temperature leaving the plant: 290 degrees F minimum, 320 degrees F maximum. 2. Temperature at time of placing: 280 degrees F minimum. 41 MARKING PAINT 7. A. Provide traffic paint as indicated on the Drawings and as required under Section "S* °f these Specifications. 8. SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 9. FINAL PREPARATION OF SUBGRADES A. After preparation of subgrade as specified in another Section of these Specifications, thoroughly scarify and sprinkle the entire area to be paved, and then compact , to a smooth, hard, even surface of 95% compaction to receive the aggregates. 10. PLACEMENT OF BASE COURSES A. Base: 1. Spread the specified base material to a thickness providing the compacted thickness shown on the Drawings. 2. Compact to 95%. B. Thickness tolerance: Provide the compacted thicknesses shown on the Drawings within a tolerance of minus 0.0" to plus 0.5". C. Smoothness tolerance: Provide the lines and grades shown on the Drawings within a tolerance of 3/8" in ten feet. 1. Deviations: Correct by removing materials, replacing with new materials, and reworking or recompacting as required. D. Moisture content: Use only the amount of moisture needed to achieve the specified compaction. •*»*«<• 42 11, PLACEMENT OF ASPHALTIC CONCRETE PAVING A. Install the specified headers and stakes to achieve the arrangement of paving shown on the Drawings. B. Remove all loose materials from the compacted base. C. Apply the specified prime coat, and tack coat where required, and allow to dry, in accordance with the manufacturer's recommendations. D. Adjust frames and covers, if so required, to meet final grades. E. Receipt of asphaltic concrete materials: 1. Do not accept material unless it is covered with a tarpaulin until unloaded, and unless the material has a temperature of not less than 280 degrees F. 2. Do not commence placement of asphaltic concrete materials when the atmospheric temperature is below 50 degrees F, nor during fog, rain, or other unsuitable conditions. F. Spreading: 1. Spread material in a manner which requires the least handling. 2. Where thickness of finished paving will be 3" or less, spread in one layer. G. Rolling: 1. After the material has been spread to the proper depth, roll until the surface is hard, smooth, unyielding, and true to the thickness and elevations shown on the Drawings. 2. Roll in at least two directions until no roller marks are visible. 3. Finished paving smoothness tolerance: a. Free from birdbaths. b. No deviations greater than 1/8" in six feet. 12. PLACEMENT OF ASPHALTIC CONCRETE OVERLAY A. Immediately before applying the tack coat, remove all loose material, dirt, clay, and other objectionable material from surface to be treated. B. The surface of the course will be smooth and of such depth that, when compacted, it will conform to grades indicated on plans. Placing of the mixture shall be as continuous as possible. 43 C. Joining Pavement: The joints between old and new pavements shall be carefully made in such a manner as to insure a continuous bond between old and new sections of the course. Edges of existing pavement shall be exposed and cleaned and edges cut to straight, vertical surfaces. All joints shall be painted with a uniform coat of tack coat before the fresh mixture is placed. D. Spreading: Where thickness of finished overlay will be 3" or less, spread in one layer. 13. PAVEMENT MARKING A. Prepare the surfaces and apply the specified paint in accordance with the manufacturer's recommendations. 14. PROTECTION A. Protect the asphaltic concrete paved areas from traffic • until the sealer is set and cured and does not pick up under foot or wheeled traffic. 15. PAYMENT: Payment for asphaltic concrete paving and sealing of new and existing parking lot shall be included in the price bid for paving and no additional payment will be made. END OF SECTION 44 SECTION V PAVEMENT MARKING 1. DESCRIPTION A. Work included: Provide pavement marking in the types and arrangements shown on the Drawings, as specified herein, and as needed for a complete and proper installation. 2. SUBMITTALS A. Product data: Within 10 calendar days after the Contractor has received the City's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements; 3. Photographs, scale drawings, or other data acceptable to the City, showing types of graphics proposed to be used. 3. PAVEMENT MARKING PAINT A. Provide paint specifically formulated for use as pavement marking in automobile traffic areas, and in the colors selected by the City from standard colors of the approved manufacturer. 4. OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the City. 5. SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the 45 Work. Do not proceed until unsatisfactory conditions are corrected. 6. APPLICATION Using proper masking, stencils, and application equipment recommended for the purpose by the manufacturer of the approved paint, apply the approved paint in strict accordance with its manufacturer's recommendations. 7. PROTECTION A. Provide traffic cones, barricades, and other devices needed to protect the paint until it is sufficiently dry to withstand traffic. 8. CLEANUP A. When paint is thoroughly dry, visually inspect the entire application, and: 1. Touchup as required to provide clean, straight ' lines and surfaces throughout. 2. Using a permanently opaque print identical in color to the surface on which the paint was applied, block out and eliminate all traces of splashed, tracked, and/or spilled pavement marking paint from the background surfaces. 9. Sandblast existing parking lot striping and restripe according to new striping plan. END OF SECTION 46 SECTION VI CAST-IN-PLACE CONCRETE 1. DESCRIPTION A. Work included: Provide cast-in-place concrete, including formwork, and prefabricated concrete wheel stops, where shown on the Drawings, as specified herein, and as needed for a complete and proper installation. 2 QUALITY ASSURANCE A. Provide access for, and cooperate with, the inspector and testing laboratory. B. Do not commence placement of concrete until mix designs have been reviewed and approved by the City, and until ' copies of the approved mix designs are at the job site and the batch plant. 3 SUBMITTALS A. Secure concrete mix designs from the testing laboratory and submit to the City for review and approval. B. Distribute approved mix designs to testing laboratory, batch plant, job site, and City. 4. FORMS A. Design, erect, support, brace, and maintain formwork so it will safely support vertical and lateral loads which might be applied until such loads can be supported safely by the concrete structure. B. Construct forms to the exact sizes, shapes, lines, and dimensions shown, and as required to obtain accurate alignment, location, grades, and level and plumb work in the finished structure. 5 • CONCRETE A. Comply with the following as minimums: 1. Portland cement: ASTM C150, Type II, low alkali. 47 2. Aggregate, general: a. ASTM C30, uniformly graded and clean; b. Do not use aggregate known to cause excessive shrinkage. 3. Aggregate/ coarse: Crushed rock or washed gravel with minimum size between 3/4" and 1-1/2", and with a maximum size number 4. 4. Aggregate, fine: Natural washed sand of hard and durable particles varying from fine to particles passing a 3/8" screen, of which at least 12% shall pass a 50-mesh screen. 5. Water: Clean and potable. B. Provide concrete with a 28 day compressive strength of 3,000 psi. 6. PREFABRICATED CONCRETE WHEEL STOPS A. Concrete shall comply to the minimums previously stated in Section vi , Part 5. B. Reinforcement shall comply with the following as • minimums: 1. Bars: ASTM A615, Grade 60, using deformed bars for number 3 and larger; 2. Bending: ACI 318. C. Fabricate reinforcement to the required shapes and dimensions, within fabrication tolerances stated in the CRSI "Manual of Standard Practices." D. Installation shall be firm anchorage to the pavement. 7. OTHER MATERIALS A. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the City. 48 8. MIXING CONCRETE A. Transit mix the concrete in accordance with provisions of ASTM C94. B. Mixing water: 1. At the batch plant, withhold 2-1/2 gal of water per cu yd of concrete. 2. Upon arrival at the job site, add all or part of the withheld water (as required for proper slump) before the concrete is discharged from the mixer. 3. Mix not less than five minutes after the withheld water has been-added, and not less than one minute of that time immediately prior to discharge of the batch. 4. Unless otherwise directed, provide 15 minutes total mixing time per batch after first addition of water. C. Do not use concrete that has stood for over 30 minutes after leaving the mixer, or concrete that is not placed within 60 minutes after water is first introduced into « the mix. 9. PLACING CONCRETE A. Preparation: 1. Remove foreign matter accumulated in the forms. 2. Rigidly close openings left in the formwork. 3. Wet wood forms sufficiently to tighten up cracks. Wet other material sufficiently to maintain workability of the concrete. 4. Use only clean tools. B. Conveying: 1. Perform concrete placing at such a rate that concrete which is being integrated with fresh concrete is still plastic. 2. Deposit concrete as nearly as practicable in its final location so as to avoid separation due to rehandling and flowing. 3. Do not use concrete which becomes non-plastic and unworkable, or does not meet required quality control limits, or has been contaminated by foreign materials. 4. Remove rejected concrete from the job site. 49 10. CONSOLIDATION A. General: 1. Consolidate each layer of concrete immediately after placing/ by use of internal concrete vibrators supplemented by hand spading/ rodding, or tamping. 2. Do not vibrate forms or reinforcement. 3. Do not use vibrators to transport concrete inside the forms. 11. EXPANSION JOINTS. A. Fill expansion joints full depth with expansion joint material approved by the City. 12. CONCRETE FINISHING A. Except as may be shown otherwise on the Drawings, provide the following finishes at the indicated' locations. 1. Scratch finish: a. Apply to monolithic slab surfaces that are to receive concrete floor topping or mortar setting bed. 2. Float finish: a. Apply to monolithic slab surfaces that are to be exposed to view/ Trowel finish: a. Apply to monolithic slab surfaces that are to be exposed to view. 4. Non-slip broom finish: a. Apply to walks/ stairs, drives, ramps, and similar pedestrian and vehicular areas. 13. REMEDIAL WORK A. Repair or replace deficient work as directed by the City and at no additional cost to the Owner. END OF SECTION 50 SECTION VII PARKING LIGHTS 1. Installation of the parking lights shall conform to standard specifications for public works (SSPW) and these provisions. MATERIAL Luminar shall be Gardco "Form 10" A 142 100 watt high pressure sodium or equal Pole shall be Gardco C47 C4 X 12 or equal SUBMITTALS Contractor shall submit shop drawings for approval of the . same quality. Other manufacturers products can be sub- stituted if approved by the City. END OF SECTION 51 SECTION VIII IRRIGATION SYSTEM Work discussed in this section includes the furnishing of all labor, materials, and equipment required to complete work indicated on the drawings. The work shall be performed in accordance with the best standards of practice relating to the various trades and under the continuous supervision of a competent foreman, capable of interpreting the drawings, notes, and these specifications. Irrigation and landscape work may be done concurrently, however, land- scape work may not start in any section prior to inspection and approval of the sprinkler work. Prior to excavation for irrigation pipe, locate all electrical cables, conduits, and all utility lines so that proper precautions may be taken not to damage such improvements. In the event of a conflict between such lines and pipe locations, promptly notify the Landscape Architect who shall arrange for relocation of one or the other. Failure to follow this procedure places upon the Contractor the responsibility for (at his own expense) making any and all repairs for damage resulting from work hereunder. PART 1 - SPECIAL CONDITIONS The General Conditions are a part of this section and the contract for this work and apply to this section fully as if repeated here. PART 2 - GENERAL REQUIREMENTS Furnish and install Irrigation System , including any incidental work not shown or specified which can reasonably be inferred as part of the work, as necessary to provide a complete and workable system. 2.1 WORK INCLUDED The following items are determined to be a part of the irrigation work when applicable to the plans. 2.1.1 P.O.C. Connection of system to existing water main or meter 2.1.2 Review of utility plans showing other underground facilities 2.1.3 Trenching and backfill 2.1.4 All irrigation material and equipment indicated on drawings 2.1.5 Automatic controller and electrical connection 2.1.6 Water connection —— 2.2 WORK NOT INCLUDED 2.2.1 Electrical-Stub-Out from existing service in parking lot. 52 2.3 CODES, RULES, AND SAFETY ORDERS All work and materials shall be in full accordance with the latest rules and regulations of the safety orders of the Division of Industrial Safety; the Uniform Plumbing Code published by the Western Plumbing Officials' Association; and other applicable laws or regulations. Nothing in these drawings or specifications is to be construed to permit work not conforming to these codes. Should the construction Documents, or instruction be at variance with the aforementioned rules and regulations, notify Landscape Architect, and await his instructions before proceeding with the work affected. 2.4 PERMITS AND FEES Obtain all permits and pay required fees to any governmental agency having jurisdiction over the work. Arrange for inspections required by local ordinances during the course of constuction as required. On completion of the work, satisfactory evidence shall be furnished to Landscape Architect to show that all work has been installed in accordance with the ordinances and code requirements. 2.5 APPROVAL Wherever the terms "approve," "approval," or "approved" are used in the specifications, they shall mean the approval of Landscape Architect in writing. 2.6 SCHEDULE OF WORK Schedule and coordinate the electrical and water connections, and the placement of material and equipment in a manner that will effect the earliest completion of the work in conformance with the construction progress schedule. 2.7 DELIVERY, STORAGE, AND HANDLING 2.7.1 Notification: Provide notification of the delivery schedule in advance so material may be inspected upon arrival at the job site. Remove unacceptable material from the job site immediately. 2.7.2 Protect work and materials under this Section from damage during construction and storage. Polyvinyl chloride (PVC) pipe and fittings shall be shielded from direct sunlight. 2.7.3 Assume all responsibility for damage to existing construction, and restore property to its original condition should damage occur as a result of the work of this Section. 2.7.4 Handle plastic pipe and fittings carefully and store under cover to avoid damage. Beds on which materials are stored must be full length of pipe to avoid damage. Any pipe that has been damaged or dented shall not be used in the work. 53 2.8 "AS-BUILT" IRRIGATION DRAWINGS Prepare an "As-Built" Drawings on a blueline print which shall show deviations from the bid documents made during construction affecting the main line pipe, controller locations, valves and sprinkler heads. The drawings shall be delivered to Landscape Architect before final acceptance of work. 2.9 GUARANTEE 2.9.1 All work shall be guaranteed for one year from date of acceptance against all defects in material, equipment, and workmanship. Guarantee shall also cover repair of damage to any part of the premises, resulting from leaks or other defects in material, equipment, and workmanship to the satisfaction of Landscape Architect. 2.9.2 Repairs, if required, shall be done promptly upon notification by Landscape Architect at no cost to the Owner. 2.TO EXISTING SITE CONDITIONS 2.10.1 Contractor shall acquaint himself with all site conditions. Shoul'd utilities not shown on the plans be found during excavations, Contractor shall promptly notify Landscape Architect for instructions as to further action. Failure to do so will make Contractor liable for any and all damage thereto arising from his operations, subsequent to discovery of such utilities not shown on plans. 2.10.2 Make minor adjustments to the sprinkler system layout as may be required, and as may be required to work around existing construction at no increase in cost to Owner. PART 3 - MATERIALS 3.1 CONDITION ON DELIVERY All materials throughout the system shall be new and in perfect condi- tion. No deviations from the specifications shall be allowed. The decision of Landscape Architect shall be final in the determination of the quality of materials and equipment. For all materials an invoice shall be submitted showing quantities of materials. 3.1.1 Plastic Piping: All Sch. 40 All lateral pipe to polyvinyl chloride (PVC) pipe. ASTM D2241. main line pipe shall be an approved brand, sprinklers shall be class 200, type 1120-1220 All pipe shall conform to ASTM D1785 and 3.1.2 Plastic Fittings: Schedule 40, polyvinyl chloride (PVC) standard weight, as manufactured by Sloane, Lasco, or an approved equal, ASTM D2464, ASTM D2466, or ASTM D2467 as required. 3.1.3 Solvent Cement: Compatible with PVC pipe and of proper consistency. No mixing of solvent with thinner will be allowed. 3.1.4 Pipe Primer: Compatible with PVC pipe and of proper consistency. 54 3.1.5 Control Wires: 24 Volt solid wire U.L. approved for direct burial in ground. Black #14 UF direct lead and white #12 UF common ground, unless noted on Plans. 3.1.6 Wire Conduit Under Pavement: ASTM D1785 2" PVC pipe, Sen. 40. 3.1.7 Sprinkler Heads: Of the manufacture specified in legend on drawings. 3.1.8 Risers: Sen. 80 PVC. 3.1.9 Valve Keys: Furnish two (2) 30" galvanized keys for adjusting remote control valves. 3.1.10 Plastic Valve Boxes: Carson, Ametek, or approved equal., 3.1.11 Controller: Of the manufacture specified in legend on drawings. 3.1.12 Controller Housing: of the manufacture specified in legend on drawings. 3.1.13 Remote Control Valves: .Of the manufacture specified in legend on drawings. 3.1.14 Backflow Preventer (Atmospheric): Of the manufacture speci- fied in legend on drawings. 3.1.15 Brass Pipe and Fittings: Standard weight, IPS threaded, Class I, 85% Red Brass. PART 4 - INSTALLATION 4.1 LAYOUT 4.1.1 Layout work as accurately as possible to the drawings. The drawings, though carefully drawn, are generally diagrammatic to the extent that swing joints, offsets and all fittings are not shown. Job conditions will not always permit locating piping, valves, and heads where shown. When this situation occurs, it shall be brought to the Landscape Architect's attention immediately and the relocation determined in a joint conference. The Con- tractor will be held responsible for the relocating of any items without first obtaining Landscape Architect's approval. He shall remove and relocate such items at his own expense if so directed by the Landscape Architect. 4.1.2 Minor changes in locations to the above from locations shown shall be made when directed by Landscape Architect at no additional cost to the Owner providing such change is ordered before such items of work, or work directly connected to same are installed, and providing no additional materials are required. 4.2 EXCAVATING AND TRENCHING 4.2.1 Prior to excavation locate all utilities. See note at the beginning of this section. Perform all excavations as required for the installation of the work included under this Section, including shoring of earth banks to prevent cave-ins. Restore all surfaces, existing underground installations, 55 etc., damaged or cut as a result of the excavations, to their original condi- tion and in a manner approved by Landscape Architect. 4.2.2 All trenches shall be a minimum of 12" from sidewalks. 4.2.3 Trenches shall be made wide enough to allow a minimum of 4" between parallel pipe lines. Maintain a minimum of 1" vertical clearance between lines. Trenches for pipe lines shall be made of sufficient depths to provide the minimum cover from finish grade as follows: 4.2.3.1 18" minimum cover over main lines to remote control valves. 4.2.3.2 12" minimum cover over lateral lines to heads. 4.2.3.3 24" minimum cover under driveways, paved parking areas, or roads. 4.2.4 Maintain all warning signs, shoring, barricades, flares, and red signal lanterns as required by the Safety Orders of the Division of Industrial Safety and any local ordinances. 4.2.5 Sleeves: Bore under walks and drives to a depth conforming to the bottom of adjacent trenches. Install pipe sleeves (2 pipe diameter sizes larger than pipe carrying water) to fill the bore. 4.3 PIPE LINE ASSEMBLY 4.3.1 Backflow Preventer: Install 12" minimum above grade with concrete thrust blocks. 4.3.2 Remote Control Valves: Install where shown. Group together where practical. Place no closer than 12" and parallel to sidewalk, and house in valve boxes with tops set to grade. Snake wires beside pipe in common trench, at a minimum of 1" from pipe. Provide a 36" loop of wire at each valve. Bundle wire at 10 foot intervals with a 12" loop of electricians tape, allowing for expansion. Control wire splices shall be allowed only on runs more than 500' long. Crimp wires together with Sta Kon #PT-70 connector or approved equal. Seal connection with approved sealing compound. Provide conduit where wires run under paving. 4.3.3 Plastic Pipe and Fittings: Pipe may be assembled and welded on the surface. Snake pipe from side to side of trench bottom to allow for expansion and contraction. Solvent-weld plastic pipe and fittings, using solvents and methods as recommended by manufacturer of the pipe, except where screwed connections are required. Pipe and fittings shall be thoroughly cleaned of dirt, dust, and moisture before applying solvent. Install pipe at tempera- tures over 40 degrees F. IMPORTANT! Clean off excess solvent. All welded joints shall cure at least 15 minutes before moving or handling, and at least 24 hours before water is permitted in the pipe. 4.3.4 Plastic to Metal Pipe Connections: Make all connections between plastic pipe and metal parts or pipe with threaded fittings using plastic male 56 adapters. Apply a non-hardening pipe dope or teflon tape to male threads. Take up with light wrench pressure. 4.3.6 Sprinkler Heads: Install 6" from sidewalk, driveways, or curbs. Place top of pop-up heads flush with finish grade. All risers shall be of schedule 80 PVC pipe. Pop-up hfeads install 2" from side walk or curb. 4.3.7 Plugging Pipe: Cap or plug all openings as soon as lines have been installed to prevent the entrance of materials that could obstruct the pipe, and leave in place until removal is necessary for completion of installation. 4.3.8 Flushing Irrigation System: Thoroughly flush out all waterlines, then install heads, valves, and other hydrants. Test in accordance with the following guidelines: 4.3.8.1 Request the presence of Landscape-Architect at least forty-eight (48) hours in advance of testing. Test is to be accomplished at the expense of Contractor, and in the presence of the Landscape Architect if so desired, or with'submittal of recorded results of test. 4.3.8.2 Center load piping with sufficient amount of backfill to prevent arching or slipping under pressure. Apply continuous water pressure of 125 psi as follows: 4.3.8.2.1 Pressure lines to be tested for four hours. 4.3.8.2.2 Lateral lines to be tested for two hours. 4.3.8.3 Repair leaks resulting from tests and retest until system meets specified tests. 4.3.9 Upon completion of the testing, the Contractor shall complete assem- bly and adjust sprinkler heads for proper distribution. 4.4 AUTOMATIC CONTROLLER 4.4.1 Install controller as shown on the plan, unless otherwise directed by the Landscape Architect. Connect remote control valves to controller in a sequence corresponding to valve station numbers as shown on the Plans. 4.4.2 Controller Chart: Prepare a map diagram showing location of all valves, lateral lines, and route of the control wire. Identify all valves as to size, station, number, and type of planting irrigated, i.e., lawn, shrubs, or ground cover. Submit diagram to Landscape Architect for approval, prior to final inspection. Apply plastic tape code to controller lid as provided. 4.5 BACKFILL AND COMPACTING 4.5.1 After system is operating, and required tests and inspections have been made, backfill excavations and trenches with clean soil, free from rub- bish. 4.5.2 Backfill for all trenches, regardless of the type of pipe covered, shall be compacted to 90% density. 57 SECTION 02800 LANDSCAPING Work discussed in this section includes the furnishing of all labor, materials, and equipment required to complete work indicated on the drawings. The work shall be performed in accordance with the best standards of practice relating to the various trades and under the continuous supervision of a competent foreman, capable of interpreting the drawings, notes, and these specifications. Irrigation and landscape work may be done concurrently, however, land- scape work may not start in any section prior to inspection and approval of the sprinkler work. Prior to excavation for planting or placing of stakes, locate all elec- trical cables, conduits, sprinkler valves, and all utility lines so that proper precautions may be taken not to damage such improvements. In the event of a conflict between such lines and plant locations, promptly notify the Landscape Architect who shall arrange for relocation for one of the other. Failure to follow this procedure places upon the Contractor the responsibili-ty for (at his own expense) making any and all repairs for damage resulting from work hereunder. PART 1 - GENERAL 1.1 SUBMITTALS 1.1.1 Certification of conformance or compliance: In addition to any other certificates specified, the Contractor shall furnish a certificate with each delivery of bulk material stating the source; quantity; type of material; and that the material conforms to the specifica- tion requirement. For bulk delivered organic fertilizer, the certificate shall also state the volume, net weight, percent of nitrogen, percent of phosphoric acid, and that sludge is properly processed and will not burn or otherwise damage plants, or plant roots. For other fertilizers and soil conditioners in containers, a similar certificate or invoice shall be fur- nished stating total quantities by weights and volume for each material. These certificates shall be submitted to the Landscape Architect prior to the start of the maintenance period if required by Owner. After the soil has been prepared as called for in the section on soil preparation, the irrigation system has been installed and tested, and conditions are favorable to plant, the Landscape Contractor shall request approval to start planting from the Landscape Architect. 1.2 DELIVERY, STORAGE AND HANDLING: 1.2.1 Delivery: 1.2.1.1 Provide notification of the delivery schedule in advance so mate- rial may be inspected upon arrival at the job site. Remove unacceptable '"'**' material from the job site immediately. 58 1.2.1.2 Protect plants during delivery to prevent damage to the root balls or desiccation of leaves. Protect trees during transport by tying in the branches and covering all exposed branches. 1.2.1.3 Deliver pesticides and soil fumigants to the site in the original unopened containers. Containers that do not have a legible label that identi- fies the Environmental Protection Agency registration number and the manufac- turer's registered uses will be rejected. 1.2.2 Storage: 1.2.2.1 Store and protect plants not installed on the day of arrival at the site as follows: a. Outside storage shall be protected from the wind. b. Keep plants, including those in containers, in a moist condition by watering with a fine mist spray. « c. Separate plants to prevent "damping off." 1.2.2.2 Keep gypsum and fertilizer in dry storage and away from contami- nants. 1.2.2.3 Do not store soil sterilant and herbicides with any other landscape materials. Store in an approved, locked, separate structure or vehicle. 1.2.3 Handling: 1.2.3.1 Plants: Take care to avoid damaging plants being moved from the nursery or storage area to the planting site. Handle all plants carefully to avoid cracking or breaking the root ball. Do not handle plants by the trunk or stem. Remove damaged plants or plants with broken or cracked root balls from the site. 1.2.3.2 Specimen plants shall be planted, mulched, guyed, and in a basin and fertilized within 48 hours after removal from previous location. 1.3 JOB CONDITIONS: 1.3.1 Planting Conditions: Planting shall not be done when the ground is muddy or in an unsatisfactory condition for planting. 1.4 GUARANTEE: Work shall be subject to the terms of the clause entitled "Warranty of Construction" of the GENERAL PROVISIONS, except that plant mate- rial shall be guaranteed through the plant maintenance period (see 3.3.7). All plantings shall be guaranteed for as long as the Contractor is maintaining the landscaping, with the exception that boxed trees shall be guaranteed for one year. Any material that is not growing properly during this period shall be replaced by the Landscape Contractor within seven (7) days after the receipt of a written notice by the Landscape Architect. The Contractor's guarantee may be extended by the Landscape Architect in cases where plants are slow to establish. If the Contractor fails to make replacements within the 59 time limit, the Owner may replace them at the Contractor's expense after duly notifying him. PART 2 - PRODUCTS 2.1 PLANTS: 2.1.1 Plant material shall be furnished in the quantities and/or spacing as shown, or noted for each location, and shall be of the species, kinds, sizes, etc., as symbolized and/or described in the "List of Plant Materials" as indicated on the drawings. Plant names indicated or listed in the "List of Plant Materials" on the drawings conform to "Standard Plant Names" established by the American Joint Committee on Horticultural Nomenclature, except for names not covered herein, the established custom of the nursery is followed. 2.1.2 Planting Stock: Planting stock shall be well-branched and well- formed, sound, vigorous, healthy, and free from disease, sunscale, windburn, abrasion, and harmful insects or insect eggs, and shall have healthy, normal, and unbroken root systems and not root bound. Deciduous trees and shrubs shall be symmetrically developed, of uniform habit of growth, with straight boles or stems and free from objectionable disfigurements. Evergreen trees and shrubs shall have well developed symmetrical tops with typical spread of branches for each particular species or variety. Ground covers and vines shall be vigorous have the number and length of runners, and clump size specified, and be the proper age for the grade of plants specified. Only vines and ground cover plants well established in removable containers, inte- gral containers, or formed homogeneous soil sections shall be used. Plants shall not be pruned prior to delivery, except as authorized by the Landscape Architect, or his representative. In no case shall trees be topped before delivery. 2.1.3 Sizes of Plants: Shall be as stated in the plant list. Container stock (1 gallon, 5 gallon, and 15 gallon) shall have been grown in containers for a period of time sufficient to develop root growth sufficient to hold the soil ball together to the side and bottom of the container in which it was delivered. The height and spread of all plant material shall be measured with branches in their normal position; and shall be as indicated on the drawings. The caliper of all trees shall be measured 2' - 0" above the surface of the ground. Where caliper or other dimensions of any plant materials are omitted from the "List of Plant Materials," it shall be average stock for type listed. 2.1.4 Plant Material: Plant material shall be nursery grown, unless other- wise indicated. 2.1.4.1 Ground cover plants shall be well rooted cuttings grown in flats and shall remain in those flats until planted. 2.1.5 Substitutions: For the indicated plant materials will be permitted, provided the substitute materials are approved in advance by the Landscape Architect, and the substitutions are made at no additional charge to the Owner. Except for the- variations so authorized, all substitute plant mate- rials shall conform to the requirements of these specifications. If accepted substitute materials are of less value than those indicated or specified, the 60 contract price will be adjusted in accordance with the provisions of the contract. 2.1.6. Approval: All plant materials shall be subject to the inspection and approval of the Landscape Architect, or his represen- tative, before planting. Contractor shall notify Landscape Archi- tect of each plant material deliver. All plants supplied to the project (whether planted or not) are subject to rejection by the Landscape Architect. Plants not approved shall be removed from site immediately and replaced with suitable plants. The Landscape Architect may reject entire lot of plants represented by defective samples. 2.4 PH ADJUSTERS: 2.4.1 Gypsum: Commercially packaged, free flowing gypsum con- taining not less than 95 percent, by volume, of calcuim sulphate as active ingredient. t •2.5 SOILS CONDITIONERS: Use individually or in combination as- required to meet specified requirements for topsoil. 2.5.2 Manure: Commercially sterilized and sacked steer manure containing a maximum 25 percent by volume of straw, sawdust, other bedding materials free of stones, sticks, soil, and toxic materials harmful to plants; well composted and screened to pass through a 1/4-inch sieve. 61 2.5.3 Composted Wood Derivatives: Ground bark, sawdust, or other wood waste material free of stones, sticks, and toxic substances harmful to plants, stabilized with nitrogen and having the following properties: Particle Size: Minimum percent by weight passing: No. 4 Mesh Screen 95 No. 8 Mesh Screen 80 Nitrogen Content: Minimum percent based on dry weight: Redwood Sawdust 0.5 Fir Sawdust 0.7 Fir or Pine Bark 1.0 2.5.4 Composted Organic Waste: Chemically treated and composted organic wastes such as rice hulls, spent coffee beans, sludge, peat and wood wastes. 2.5.5 Fertilizer and Soil Conditioner: Organic Materials (exclud- ing human wastes) containing the following minimum percentages, by weight, by plant food nutrients, and humus. 5% Nitrogen 3% Phosphate 1% Potash 50% Humas 15% Humic Acids 2.6 FERTILIZER: 2.6.1 Fertilizer "A": Complete commercial, granular fertilizer containing the following minimum percentages, by weight, of plant food nutrients: 16% Available Nitrogen 8% Available Phosphorus 8% Available Potassium 18% Sulfur 1.5% Iron 62 2.6.2 Fertilizer Planting Tablets: Tightly compressed fertilizer chips forming a tablet that is insoluble in water, is designed to provide a contin- uous release of nutrients for at least 24 months and contains the following minimum percentages, by weight, of plant food nutrients: 10% Available Nitrogen 10% Available Phosphorus 5% Available Potassium Planting tablets shall weigh approximately 21 grams each for trees and shrubs and 5 grams each for ground cover plants. 2.6.3 Iron Chelates: Containing 10 percent iron as metallic. 2.7.1 Stakes: Shall be 10' lodgepole stakes pointed on one end. 2.7.4 Hose chafing guards: Shall be 2-ply reinforced rubber or plastic hose, 1/2" or 3/4" 0, to cover wire at all points of contact with tree. 2.7.5 Turnbuckles: As required, galvanized 3" minimum lengthwise dimen- sion. 2.8 PESTICIDES 2.8.1 Broadleaf weed control shall be by EPA approved pesticides: 2.8.1.1 Pre-emergence application: Eptam, Treflan or SurfIan. 2.8.1.2 Post-emergence application: Roundup. 2.8.2 Insect control shall be Spectracide. 2.8.3 Fungus control shall be Daconil or Bordoil. 2.9 PLANTING SOIL MIXTURE: Mixture shall be thoroughly mixed to the pro- portions given on the plans. PART 3 - EXECUTION 3.1 PREPARATION OF PLANTING BEDS: After all trenches in planting areas have been soaked and compacted, and all areas with slopes of less than 3«i have been rough graded, these areas shall be cross-ripped to a depth of 8". 3.1.1 Turf Areas: All areas to be planted with turf shall be thoroughly tilled to minimum depth of 8 inches by scarifying, disking, harrowing, or other approved methods. Remove debris and stones larger than one inch in any 63 dimension remaining on surface after tillage. Add and till in all soil amendments, as called for in plans, to a depth of 8". 3.1.2 Slopes: The landscape Contractor will receive all slopes at finish grade. All slopes shall be inspected by the Landscape Architect prior to hydroseeding to insure that they are free of erosion, gullies, weeds, and other deleterious materials to provide a seed bed typical to graded slopes in that region. Slopes shall not be disturbed in a manner which changes the soil compaction established by the soil engineers. In particular, slopes shall not be made more permeable to water, thus creating an unstable surface area. 3.1.3 Soil Treatment: Apply the following soil treatments to the areas listed below for each treatment. For application, see paragraph "Application of Pesticides" in this specification. 3.1.3.1 Selective-Combination Weed Control: 6 weeks residual (maximum). Pre-Emergence Control - All planted areas. Post-Emergence Control - All planted areas. 3.1.4 Final Grading: After completion of all soil conditioning, tilling and soil treating, correct irregularities in finished sur- faces to eliminate depression. Remove all debris and stones larger than one inch remaining on the surface. Protect finished areas from damage due to vehicular or pedestrain traffic. 3.1.5 Deep Watering and Leaching: After soil conditioning and final grading is complete, compact and leach planting areas by heavy watering to a minimum depth of 12 inches. 65 3.2.2.3 Preplanting fertilizer: Shall be an organic, pelleted or chip type, uniform in composition, free-flowing, suitable for application with approved equipment, and delivered to the site in unopened, original containers, each bearing the manufacturer's statement or guaranteed analysis and shall contain fertilizers as recommended by agricultural suitability soil testing results. Fertilizer may be applied with the hydroseed. 3.3 PLANTING TREES, SHRUBS, GROUND COVERS, AND VINES: 3.3.1 Excavation for Planting: Prior to excavating for plant pits, the area shall conform to the lines and grades shown. Verify location of underground utilities. Repair any damage done to utility lines shown. If utility lines now shown on the drawings are encountered, notify the Contracting Officer immediately. In the event that underground construction work or obstructions are encountered in the planting operation, alternate locations will be selected by the Landscape Architect. Location operation will be done at no extra cost to the Owner. .3.3*. 1.1 Plant Pits: Dig Pits by any method provided that the pits have vertical sides and flat bottoms. When pits are dug with an auger and the sides of the pits become glazed, scarify the glazed surface. The minimum allowable dimensions of plant pits shall be as shown in details. If the percolation is such that water will not drain out of the hole overnight, the Contractor shall take caution not to overwater plants. No trees 15 gallons and over shall be planted in a hole that will not naturally drain overnight after having been half-filled with water. Tests shall be conducted to make this determination and the Landscape Architect notified of this condition prior to planting. 66 3.3.1.2 Subsoil Drainage for Plant Pits and Beds: Provide as indicated. Lay perforated drain pipe with perforations down. 3.3.2 All plants shall be set so that, when settled, they bear the same relation to the required grade as they bore to the natural grade before being transplanted. Each plant shall fee planted in the center of the pit and backfilled, unless otherwise specified, with the prepared soil. No soil will be permitted around trunks or stems. All broken or frayed root shall be properly cut off. Use excess topsoil to form watering basins around plants. Amend as described in notes and details. 3.3.2.1 Water thoroughly with a solution of Vitamin B-1 and water per manufacturer's specifications. 3.3.2.2 Ground Covers and Vines: Do not remove from flats and containers until immediately before planting. Space at the intervals indicated, suffi- ciently deep to cover all roots. After planting 100 plants, immediately sprinkle with a solution of Vitamin B-1 and water, per manufacturer's specifi- cations, until entire area is soaked. Smooth planting areas after planting to provide even, smooth finish. 3.3.3 Staking and Guying: 3.3.3.1 Staking: Stake all 15 gallon trees with one stake. Do not injure the ball or roots. 3.3.3.2 Guying: Guy boxed trees with 3 guys evenly spaced around each tree as shown in details. 3.3.4 Application of Pesticides (inc. Herbicides & Fungicides): Apply all herbicides and other chemicals in accordance with EPA label restrictions and recommendations and federal and state laws. Make daily reports to the Con- tracting Officer stating areas to be treated with each chemical, the quantity applied and spray mixture of formulation used. Application at each site shall be under the supervision of a certified applicator. 3.3.5 Restoration and Clean-Up: Remove excess waste material daily. When planting in an area is complete, clear the area of debris, spoil piles, and containers. Where existing turf areas or planting beds have been scarred or damaged, restore these damaged areas to their original condition. Keep at least one paved pedestrian route to each building clean at all times. Remove disused equipment and implements of service and leave entire area involved in a neat acceptable condition such as to meet the approval of the Landscape Architect. 3.3.6 Inspections: The Landscape Architect shall make periodic inspections during the planting. Any plants that have not been handled, spotted or planted properly shall be subject to removal and replacement. Relative posi- tion of all trees and plants is subject to approval by the Landscape Architect or his representative, and they shall, if necessary, be relocated as directed as part of the contract. 3.3.7 Maintenance Period: 67 3.3.7.1 Trees, Shrubs, Vines and Ground Covers: The maintenance period shall begin on the date that the owner or duly appointed representative inspects and gives written provisional acceptance of the work and shall con- tinue for 60 days from that date. The date for acceptance of boxed trees shall be set at 12 months from that date. 3.3.7.2 Maintenance: Maintain all planting areas in a vigorous, thriving condition by watering, cultivating, spraying, washing off walks, and any other necessary operations during the entire period of the installation and until final acceptance by the Landscape Architect. 3.3.8 Final Acceptance: An inspection shall be held at the end of the maintenance period to determine the following: 3.3.8.1 Dead, missing or defective plants which require replacement. 3.3.8.2 Deficiencies in maintenance that require correction. 3.3.9 Replacement: Replant plants rejected during the inspection. Make these replacements during the planting dates and using materials and methods specified herein for the original planting. The guarantee on plants will be limited to one replacement. Repair damage to planting beds resulting from the replanting work. 3.3.10 Final Inspection and Acceptance: Except for boxed trees, final inspection and acceptance in writing, of Landscaping work will be made after replacement, fertilizing, and corrective maintenance have been completed. 3.3.11 Inspection of boxed trees shall be made 12 months from the date of provisional acceptance to determine the health of boxed trees. Rejected trees shall be replaced by specimen boxed trees of the same size as that which was rejected, within seven days of inspection, and shall be planted, fertilized, watered, and guyed as directed on plans. Final inspection and acceptance will be made after required steps have been completed. 68 CERTIFICATION OF COMPLIANCE I hereby certify thatSja-Hn Co. dloQ w- Legal Name of Contractor in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. Date (NOTARIZE OR CORPORATE SEAL) gnature (Seal) RAUL DURAN Assistant Secretary Title (Notarial acknowledgement of execution by all principals must be attached. ) V,~tf 01-03-86 CERTIFiCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS " Johnson & Higgins of PA, Inc. "600 One PPG Place 5 Pittsburgh, PA 15222 (f Attn: Wayne Smith •\ (412) 391-5350 * INSURED j SOUTH COAST ASPHALT PRODUCTS CO., DBA ; Sully-Miller Construction ' 3701 Haymar Drive ; Carlsbad, CA 92008 • I (619) 757-2010 NO RICH EXTEND TS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LETTER COMPANY LETTER COMPANY LETTER COMPANY LETTER COMPANY LETTER A The Travelers Indemnity Company B C D E . 1 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY *| TIONS OF SUCH POLICIES. *Jco '.,LTR 1 ***4_ 1 1 f t -i ,-•? * I ' A A TYPE OF INSURANCE GENERAL LIABILITY x x x x x x x y COMPREHENSIVE FORM PREMISES/OPERATIONS UNDERGROUND EXPLOSION & COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY AUTOMOBILE LIABILITY x x x x x ANY AUTO ALL OWNED AUTOS (PRIV. PASS.) ALL OWNED AUTOS (g$Rp]JJg») HIRED AUTOS NON-OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER POLICY NUMBER TRSLG180T4523-86 TRCAP180T4547-86 SELF INSURED BY STATE 0 CERT. NO. 1130-CONTINUO POLICY EFFECTIVEDATE (MM/DD/YY) 01/01/86 01/01/86 F CALIFORNIA JS COVERAGE POLICY EXPIRATION DATE (MM/KVYY) 01/01/87 01/01/87 LIABILITY LIMITS IN THOUSANDS BODILYINJURY PROPERTY DAMAGE Bl & PDCOMBINED EACHOCCURRENCE $ $ $1,000 PERSONAL INJURY BODILYINJURY(PER PERSON) BODILY INJURY(PER ACCIDENT) PROPERTY DAMAGE Bl & PDCOMBINED Bl & PDCOMBINED $ $ $ $ 1 , 000 $ AGGREGATE $ $ $1,000 $1,000 $ STATUTORY | $ (EACH ACCIDENT) $ (DISEASE-POLICY LIMIT) $ (DISEASE-EACH EMPLOYEE) I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Applicable as respects the contract Library Parking I Lot, Project No. 3172. The City of Carlsbad is hereby named as additional insured but only in regards to the above-mentioned contract. SEE''REVERSE SIDE FOR SPECIAL ENDORSEMENT. CERTIFICATE'HOLDER City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008-1989 ^CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILLXBBDBUZJSJCXK) MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. ^vrf^vtatt^r^TU^^SKSiaaByTinf^segv^v^ i AUTHORIZED»EPRESENT£