Loading...
HomeMy WebLinkAbout1986-08-26; City Council; 8741; APPROVE PLANS AND SPECIFICATIONS, ADVERTISE BIDS, AND TRANSFER OF FUNDS FOR THE LAS PALMAS PARKING LOT CITY-f T a W =- 0 K a. h a .. z 0 6 s a 2 3 0 0 CI F CARLSBAD - AGENWILL y"/L- c pz#a Tz APPROVE PLANS AND SPECIFICATIONS, DEPT. HD- MTG. 08/26/ 86 ADVERTISE BIDS, AND TRANSFER OF FUNDS C~TYA~Y DEPT.Mp CITY PROJECT NO. 3231 CITY MGR RECOMMENDED ACTION: FOR THE LAS PALMAS PARKING LOT Adopt Resolution No. 87bJ' approving plans and specification: authorizing the advertisement of bids for the construction ( parking lot improvements at the Las Palmas facility, ar authorizing the transfer of funds for this project. ITEM EXPLANATION: The City's new Community Development facility at 2075 Las Palmi Drive requires additional parking area to accommodai approximately eighty (80) City employees, a projected fiftec (15) visitors, and City vehicles. The Municipal Projec Department, in coordination with the Building and Plannii Departments, has prepared plans and specifications for a 59-spa1 parking lot to be located at the rear of the building within t SDG&E powerline easement. Permission to use the area has be granted by SDG&E and the property owner. The owner has roul graded the area at no cost to the City. The parking lot will be paved with 2 inches of ashpalt concre and includes drainage facilities. It will then be striped f fifty-nine (59) spaces and motorcycle parking. The addition fifty-nine (59) spaces will bring the total number approximately 128 at the Las Palmas facility. FISCAL IMPACT: The Engineer's estimate for the total cost of this project $35,000. The approved amount is recommended to be transferr from the unappropriated balance of the General Capit Construction Fund to the project account No. 001-820-1890-3231. EXHIBITS: 1. Location Map 2. Resolution No. 8'76.5- approving plans and specification authorizing the City Clerk to advertise for bids for t construction of parking lot improvements at 2075 Las Palm Drive, and authorizing the transfer of funds for th project. '.#> $. LOCATION MAP 4 ub zx LAS PALMAS DRIVE LAS PALMAS .FACILITY COMMUNITY DEVELOPMENT S ERVl C ES LEGEND ............... ............... ............... ............... ............... ............... ............... ............... ............... VtcSllTv MAP .............. PROPOSED 59 SPACE PARKING LOT N.T.S. PROJECT NAME PROJ. No@ EXHI6 LAS PALMAS PARKING LOT 3231 I I I 1 R 3 f . 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 e @ RESOLUTION NO. 8765 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING PLANS AND SPECIFICATIONS, AUTHORIZING THE ADVERTISEMENT OF BIDS, AND AUTHORIZING THE TRANSFER OF FUNDS FOR THE CONSTRUCTION OF PARKING LOT IMPROVEMENTS AT 2075 LAS PALMAS DRIVE, CONTRACT NO. 3231 WHEREAS, the City Council of the City of Carlsbad hc determined it is necessary and in the public interest t construct the parking lot improvements at 2075 Las Palmz Drive; and WHEREAS, plans and specifications for the furnishing c all labor, material, tools, equipment, transportation, ar other expenses necessary or incidental for said project Contract No. 3231, have been prepared and are on file in tt Office of the City Clerk of the City of Carlsbad and ai incorporated by reference herein; and NOW, THEREFORE, BE IT RESOLVED by the City Council of tl City of Carlsbad, California, as follows: i 1. That the above recitations are true and correct. 19 20 21 22, 23 24 25 26 27 28 ! 2. That the plans and specifications as presented a 1 hereby approved. 3. That the City Clerk of the City of Carlsbad is herel authorized and directed to proceed to publish, in accordan with law, Notice to Contractors inviting bids for t construction of parking lot improvements at 2075 Las Palm Drive in accordance with the plans and specificakio hereinabove referred to. /// /// I 'f # * 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 e m 4. That the transfer of thrity-five thousand Dollar: ($35,000) from the unappropriated General Capital Constructic Fund to the project account No. 001-820-18-90-3231 is heret authorized and approved. PASSED, APPROVED AND ADOPTED at a regular meeting of tt Carlsbad City Council held on the 26th day of August 1986 by the following vote, to wit: AYES: Council Members Casler, Lewis, Kulchin, Chick and Pettine NOES: None ABSENT: None $4-4L#L MARY H.' CASLER, Mayor ATTEST! ALETHA L. RAUTE (SEAL) I 20 21 22 23 24 25 26 27 28 ' t a @ 'l, 6 CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS & SPECIAL PROVISIONS for CONSTRUCTION OF IMPROVEHENTS TO THE PARKING LOT AT 2075 LAS PALWAS DRIVE CONTRACT NO, 3231 l, b e @ TABLE OF CONTENTS ITEM PAGE - NOTICE INVITING BIDS 1 PROPOSAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL 7 DESIGNAT ION OF SUBCONTRACTORS 8 BIDUER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 11 CONTRACT 12 LABOR AND MATERIALS BOND 18 PERFORMANCE BOND 20 GENERAL PROVISIONS 22 SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS 29 CERTIFICATION OF COMPLIANCE 32 SPECIAL PROVISIONS t I 0 ID - CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 24th day of September, 1986, at which time they will be opened and read for performing the work as follows: CONSTRUCTION OF IMPROVEMENTS TO THE PARKING LOT AT 2075 LAS PALMAS DRIVE, CARLSBAD, CALIFORNIA CONTRACT NO. 3231 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 with the City Clerk. 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 the proposal form furnished by the Purchasing Department. Each bid must be 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 (IO) 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 which must be completed, properly executed, and notarized are: accompanied by security in a form and amount required by law. 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 $25,300. 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. -2- f I e @ Sets of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, Carlsbad, California, for a nonrefundable fee of $15.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the 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 not be held. 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 hundred percent of the Contract price, shall be required far work on this project. The contractor shall be required to maintain insurance as specified in the contract. Any additional cost of said insurance shall be included in the bid price. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 8765 , adopted on the 26th day of laborers and materials suppliers, each in an amount equal to one August , 19 86 7 /9& Date / 9 r * 'a -3- I CITY OF CARLSBAD CONTRACT NO. 3231 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3231 in accordance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Item Approximate Item Descrip. w/Unit Price or Quantity Unit No. Lump Sum Written in Words & Unit Price TOTAL 1. Excavate entrance for the lumps sum price of LS LS 2. Install 18" RCP (13500) for the unit price of - per lineal foot. 32 LF 3. Install aggregate base - for the unit price of per ton. 300 Tons 4. Install asphalt concrete pavement for the unit price of per ton. 325 Tons c 8) -4- r I . Item Approximate Unit Item Descrip. w/Unit Price or Quantity TOTAL - - No. Lump Sum Written in Words & Unit Price 5. Install Type A asphalt - concrete dike for the unit price of per lineal foot. 850 LF 6. Construct Type B drainage ditch for the unit price of per lineal foot. 250 LF 7. Construct splash wall for the lump sum price of - * - LS LS 8. Stripe pavement for the lump sum price of LS LS Total amount of bid in words: Total amount of bid in numbers: $ Addendum (a) No(s) has/have been received and is/are included in this proposal. r G @ -5- I All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder, In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals . The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors 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. Identification The Undersigned bidder hereby represents as follows: or 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 for the exact dollar amount of ten percent (10%) of the amount bid or 10% of the bid amount not to exceed 10% of the bid amount. Using "10% of the amount accompanying bid" is not acceptable. (Cash, Certified Check, Bond, or Cashier's Check) dollars. The figure in the blank must exceed c 8) -6- r 1 The Undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this Contract. The Undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2, relative to the general prevailing rate of wages for each craft or type of worker needed to execute the Contract and agrees to comply with its provisions. - Phone Number Bidder's Name Date Authorized Signature Authorized Signature Bidder's Address Type of Organization (Individual, Corporation, or Partnership) List below names of President, Secretary, Treasurer, and Manager, if a corporation; and names of all partners, if a partnership: - - (NOTARIAL ACKMOYLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) G a -7- I i BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we ? ? as Principal, and ? as Surety, are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Tor which payment will and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden principal for: THE CONSTRUCTION OF IMPROVEMENTS TO THE PARKING LOT AT 2075 LAS PALMAS DRIVE, CARLSBAD, CALIFORNIA CONTRACT NO. 3231 in the City of Carlsbad, is accepted by the City Council of said City, and if the above bounden Principal shall duly enter into and execute a Contract including required bonds and insurance policies within twenty (20) days from the date of Award of Contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this day of 9 19 Corporate Seal (If Corporation) Principal Surety By- Title - (Notarial acknowledgement of (Attach acknowledgement of and SURETY must be attached.) execution by all PRINCIPALS Attorney in Fact) @ ., -8- L 1 * DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and that 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: the subcontractors listed will be used for the work for which Items of Full Company Complete Address Phone No. Work Name w/Zip Code w/Area Code - e e -9- I & 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. Type of State Carlsbad Amount Contracting Business of Full Company Name License & No. License No.* Bid ($ or %) *Licenses are renewable annually. If no valid license, indicate "NONE". Valid license must be obtained prior to submission of signed Contracts. Bidder's Company Name (Notarize or Corporate Seal) Bidder's Complete Address I Authorized Signature @ @ - 10 - 1 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. Signature (Notarize or Corporate Seal) e e - 11 - l I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that included in the proposed Contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used, if notarized or sealed. (Notarize or Signature Corporate Seal) * * - 12 - I I CONTRACT - PUBLIC WORKS This agreement is made this day of 9 1985, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called l'Cityl'), and whose principal place of business is - (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: CONSTRUCTION OF IMPROVEMENTS TO THE PARKING LOT AT 2075 LAS PALMAS DRIVE, CARLSBAD, CALIFORNIA CONTRACT NO. 3231 (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 Documents. 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, the special provisions, 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. 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. I e 0 - 13 - 4. Payment. As full compensation for Contractor 's performance of work under this Contract, City shall make payment to Contractor the total amount of $ 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, Partial payments will be disbursed monthly for the previous month's invoices according to the following schedule for 1986: January 17 May 16 September 19 February 21 June 20 October 17 March 21 July 18 November 21 April 18 August 15 December 19 Invoices from the contractor shall be submitted according to the required City format to the City's assigned project manager no later than the first Friday of the month. No payments will be made at any time other than those scheduled. 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, indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. and City does not warrant that the conditions are as thus 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or 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. .() 0 - 14 - I 1 7. Change Orders. City may, wikhout 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 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. IO. 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: e 0 - 15 - 1 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.ll 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: 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. Workers' Compensation. 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 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. all claims, loss, damage, injury, and liability of every 12. Proof of Insurance. Contractor shall submit to the City certification 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 $100,000 arising 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 arbitrator(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. a e - 16 - 15. Labor Code Provisions. 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. 17. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon application of either party the Contract shall forthwith be physically amended to make such insertion or correction. 18. 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. Contractor (Seal) (Notarial acknowledgement of BY execution by ALL PRINCIPALS must be attached.) Title BY Title APPROVED AS TO FORM: CITY OF CARLSBAD, CALIFORNIA City Attorney Mayor, for Contracts $10,000 and above City Manager, for Contracts less than $10,000 ATTEST: City Clerk e 0 - 17 - Contractor's Certification of Awareness of Workers' Compensation Responsibility. ''1 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 e 0 - 18 - LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. , adopted , has awarded to (hereinafter designated as the "Principal") , a Contract for: CONSTRUCTION OF IMPROVEMENTS TO THE PARKING LOT AT 2075 LAS PALMAS DRIVE CONTRACT NO. 3231 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad and incorporated by this reference. 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 of 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. NOW, THEREFORE, WE, Y as Principal, (hereinafter designated as the "Contractor"), and as Surety, are held firmly bound unto the City of Carlsbad in the sum of Dollars 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. ($ >, said sum being fifty per cent (50%) of the * * @ - 19 - This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government 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 WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the day of -- - , 198 (Notarize or Corporate Seal for each Signer) Contract or Surety * e - 20 - PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. , adopted , has awarded to (hereinafter designated as the "Principal"), a Contract for: ? '- - CONSTRUCTION OF IMPROVEMENTS TO THE PARKING LOT AT 2075 LAS PALMAS DRIVE CONTRACT NO. 3231 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE? WE, 9 as Principal, (hereinafter -designated as the "Contractortt), and as Surety, are held and firmly bound unto the City of Carlsbx, in the sum of Dollars ($ >, said sum being equal to one hundred per cent (100%) of the estimated 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 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 9 manner therein specified? and in all respects according to their e 0 - 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 Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the day of 7 19 (Notarize or Corporate Seal for Each Signer) Contractor Surety @ 0 SUPPLEMENTAL PROVISIONS Item Page Supplementary General Provisions 1 Supplementary Provisions for Construction Materials 10 Supplementary Provisions for Construct ion Methods 14 @ 0 SUPPLEMENTARY GENERAL PROVISIONS 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words "shown", Ici ndi c at ed I' , "de t ai 1 e d It, (In o t e d 'I , "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. B. Direct ions: Where words I1directed", "designatedn, "selectedI1, 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 "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. C. 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 I1approved", "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. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all 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. 0 0 -2- 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California. Engineer - the City Engineer of the City of Carlsbad or his approved representative. 2-5 PLANS AND SPECIFICATIONS To Section 2-5.1, General, add: The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction, 1985 Edition, with 1986 supplement, hereinafter designated SSPWC, as issued by the Southern Chapters of the American Public Works Associations, the Contract documents, and the Special Provisions attached thereto. The Construction Plans consist of one (1) sheet(s) designated as City of Carlsbad Drawing No. 272-9. the standard drawings utilized for this project are the latest edition of the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2) copies to the City Engineer. @ 0 -3- To Section 2-5, add: 2-5.4 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 upon completion of the work. 4-1 MATERIALS AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the City Engineer or his appointed representative. The Engineer shall have free access to any or all parts of work at any time. Contractor shall furnish Engineer 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. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing material and/or workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the City Engineer, the source of supply of each of the materials shall be approved by him before the delivery is st art ed, All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved materials from other approved sources. After approval, any material which becomes unfit for use due to improper storage, handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the City and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the City. e 0 -4- 1 1 Said tests may be made at any place along the work as deemed necessary by the City Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: 4-1 -7 Nonconforming 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. 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans all utilities which exist within the limits of the work. However, the accuracy of completeness of the utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including service connection, 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, upon request to the City, may be permitted to temporarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruction conference. N~D changes shall be made to the construction schedule without the prior written approval of the City Engineer. e 0 -5- Any progress payments made after the scheduled completionn date shall not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal of relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. 6-7 TIME OF COMPLETION The Contractor shall begin work within 15 calendar days after receipt of the "Notice to Proceed" and shall diligently prosecute the work to completion within consecutive thirty (30) calendar days. To Section 6-7.2, Working Day, add: Hours of work - all work shall normally be performed between the hours of 7:OO AM and sunset, from Mondays through Fridays, The contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours stated herein. 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completionf1 and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $250 per day for each day beyond the completion date as liquidated damages for the delay. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. e 0 -6- 7-3 LIABILITY INSURANCE and 7-4 WORKERS COMPEPJSATION Modify Sections 7-3 and 7-4 as follows! SPECIAL INSURANCE INSTRUCTIONS FOR,CONTRACTORS 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 maintained 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. Minimum 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 occurence far 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. Workers' Compensation and Employers1 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. e e -7- I 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 deductibles or self-insured retentions as respects the City, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of lasses and related investigation, claim administration and defense expenses. D. Other Insurance Provisions 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, 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 voluteers. 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 9 -8- 3. All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. voided, cancelled, reduced in coverage 01: in limits E. 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. F. Verification of Coverage Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsement for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. by the City and are to be received and approved by the City before work commences. The certificates and endorsements are to be in forms provided G. Subcontractors 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. 7-8 PROJECT AN.D SITE MAINTENANCE To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working days at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control 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. LIP li) -9- 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and 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 laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL Delete this section. s @ - 10 - I SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS 200-2 UNTREATED BASE MATE,RIAL Aggregate base shall be crushed aggregate base (Section 200-2.2), crushed slag base (Section 200-2.3), or crushed miscellaneous base (Section 200-2.4). 201-1 PORTLAND CEMENT CONCRETE Concrete for drainage ditch shall be Class 520-C-2500. Modify Section 201-1.2.1, Portland Cement, as follows: First paragraph, first sentence amend to read: "All cement to be used or furnished shall be low alkali and shall be either Type I or Type I1 Portland Cement conforming to ASTM C 150, or Type IP (MS) Portland Pozzolan Cement conforming to ASTM C 595, unless otherwise specified." Modify Section 201-1 .2.3, Water, as follows: Second paragraph replace rll ,000 ppm (mg/L) of sulfates" with "1,300 (mg/L) ppm of sulfates," Third paragraph replace "800 ppm (mg/L) of sulfates" with "1,300 (mg/L) ppm of sulfates." (b) Air-entraining Admixtures Last paragraph amend to read: "A tolerance of plus or minus 1- 1/2 percent is allowed. The air content of freshly mixed concrete will be determined California Test Method No. 504." Modify Section 201-1.3.3, Concrete Consistency, as follows: Second paragraph delete: "and shall not exceed amounts shown in following table:". Also delete table. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificate: "Transit mixed concrete may be certified by mix design number, provided a copy of the mix proportions are kept on file at the plant location for a period of 4 years after the use o,f the mix. It ,9 a - 11 - 201-2 STEEL REINFORCEMENT FOR CONCRETE No changes, 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, or Type I11 C3-AR 4000. Modify Section 203-6.6.1, Batch Plant Method, as follows: Third paragraph, delete "and from the Engineer's field 1 a bo r at o ry . 1I Last paragraph, add after D 2172: "method A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follows: Add the following: "Open graded asphalt concrete stored in excess of 2 hours, and any other asphalt concrete stored in excess of 18 hours, shall not be used in the work." Modify Section 400-4.1 , General, as follows: Second paragraph, amend to read: "Unless otherwise specified, AR-4000 paving grade asphalt shall be used for Type I11 asphaltic concrete, and AR-8000 paving grade asphalt shall be used for asphalt concrete dikes." Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "The total amount of material passing the No. 200 sieve shall be determined by washing the material through the sieve with water. Not less than 1/2 of the material passing the No. 200 sieve by washing shall pass the No. 200 sieve by dry s i ev i ng . 'I Add the following paragraph: "Fine aggregate shall be tested for soundness in accorddance with ASTM 0-1073, and shall not exceed fifteen percent (15%) loss by weight." Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM D2419 Test Method may be alternated for Test Method No. Calif. 217." CLASS Sieve Sizes 1" (25mm) 3/4" (19mm) 1/2" (l3mm) 3/8" (lomm) No. 4 No. 8 No. 30 No. 200 Asphalt % 02 B3 Individual Moving Individual Moving Test Result Average Test Result Average 100 100 100 100 87-1 00 90-1 00 90-1 00 95-1 00 75-95 80-90 85-1 00 85-95 50-80 60-75 60-84 65-80 30-60 40-55 40-60 45-60 22-44 27-40 24-50 30-45 8-26 12-22 11 -29 15-25 1-8 3-6 1-9 3-7 4.6-6.0 4.6-6.0 3, e - 13 - Tests will be performed Qn the material retained an the Na, 8 sieve from each bin and will not be a combined or averaged result. Each test specimen will be prepared by hand shaking for 30 seconds, a single loading of the entire sample on a 12-inch diameter, No. 4 sieve nested on top of a 12-inch diameter, No. 8 sieve. Where a coarse aggregate bin contains material which will pass the maximum size specified and be retained on a 3/8 inch sieve, the test specimen weight and volume of wash water specified for one inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area during or immediately after discharge from each bin of the batching plant or immediately prior to mixing with asphalt in the case of continuous mixers. The Cleanness Value of the test sample from each of the bins will be separately computed and reported. Modify Section 400-4.4, Storing, Drying and Screening Aggregates, as follows: After fifth paragraph, add: "When the Contractor adds aggregate used shall be stored separately and kept thoroughly dry. supplemental fine aggregate, each such supplemental fine 204-1 LUMBER AND PLYWOOD Header for bituminous pavement shall be construction grade Redwood, or treated construction grade Douglas fir. 204-2 TREATMENT WITH PRESERVATIVES No change. 207-2 REINFORCED CONCRETE PIPE The pipeline layout and connector pipe list required under paragraph 3, 207-2.1, is waived. 210-1 PAINT Paint for striping shall be white. 9 'e - 14 - .. SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS 300-2 UNCLASSIFIED EXCAVATION Excavation of material in the 30' x 24' area of the parking lot entrance is required to enable the entrance to properly connect the parking lot to the existing parking facilities of the building with a 6" section of aggregate base and ashpalt concrete. Payment for the excavation will be per the lump sum price bid for excavation. 301-1 SUBGRADE PREPARATION Contractor will protect the existing D.G. in place except where necessary to excavate in the entrance area. Scarifying and cultivating is therefore not required for this contract. 301-2 UNTREATED BASE No change. 302-5 ASPHALT CONCRETE PAVEMENT A prime coat is not required for this contract. A seal coat is required and shall conform the Section 302-5.9 of these supplement a1 provisions. Modify Section 302-5.1, General, as follows: Paragraph 1, replace "Section 203-6" with "Section 400-4." Last paragraph, add: "All testing of underground installations placed at that point." Modify Section 302-5.2, Prime Coat, as follows: After "grade Sc-250" add "or MC 70." Modify Section 302-5.5.2, Density and Smoothness, as follows: First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm). at any given point shall be completed before the surfacing is dP 9 - 15 - I . Modify Section 302-5.5.1, Rolling General, as follows: Second paragraph, Part (2), add: "Vibratory rollers shall be limited to breakdown, unless otherwise directed by the Engineer." After last paragraph, add: "Unless directed by otherwise the Engineer, the initial breakdown rolling shall be followed by a pneumatic-tired roller as described in this Section." To Section 302-5.8, Measurement and Payment, add: Cost of labor and materials for the seal coat shall be included in the unit price bid for ashpalt concrete. Add the following: 302-5.9, Seal Coat All asphalt concrete surfaces shall be seal-coated unless otherwise specified. The seal coat shall consist of a coat of asphaltic emulsion and a cover coat of sand. The asphaltic emulsion shall be mixing type conforming to Section 203-3 "Emulsion Asphalt." Sand shall be clean and dry. Immediately before applying asphaltic emulsion, the surface to be seal-coated shall be thoroughly cleaned of all dirt and loose material. Asphaltic emulsion shall not be applied when the street is overly wet or when the atmospheric temperature is below 50 degrees Fahrenheit. The asphaltic emulsion shall be applied by use of a power surfacing at a rate of 0.1 to 0.15 gallon per square yard. The distributor spray bar shall be equipped with asphaltic emulsion- type spray jets. Curbs, gutters, and other adjoining improvements shall be carefully protected from the emulsion, and any such improvements spattered or touched with emulsion shall be carefully cleaned. Immediately after the application of asphaltic emulsion, a cover coat of sand shall be spread at the rate of 6 to 12 pounds per square yard. After the sand has been spread, any piles, ridges, or uneven distribution shall be broomed to maintain an even layer over the surface. Five days after the seal coat has been applied, the surface shall again be broomed and any excess sand shall be picked up and removed from the job. The Engineer may authorize the sand to be broomed, picked up and removed from the job after 2 or more days. spraying device that uniformly applies the emulsion to the . \@ 1) - 16 - 4 v 303-2 AIR-PLACE CONCRETE No changes. 306-1 OPEN TRENCH OPERATIONS 18" RCP shall have a minimum cover of one (1) foot below finished grade. Bedding may be aggregate base per these specifications. be mechanically compacted. Compaction shall be a minimum of 90% density and backfill shall 310-5 PAINTING VARIOUS SURFACES Modify Section 310-5.6.10, Painting, Traffic Striping, Pavement Markings and Curb Markings, as follows:" Payment for all pavement marking shall be a lump sum as proposed in the bid documents. = .c - / 1 / / /- / / / q 1 \- J \- -_ ___ - 1- ___ -_2_. . 1. \ / L I98 1 I