Loading...
HomeMy WebLinkAboutOrange County Striping Service; 1999-03-31;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Heidi Heisterman Date Issued: MARCH 31, 1999 /760) 434-2937 Request For Bid No.: STS99001 Mail or Deliver to: CLOSING DATE: ADrill6.1999 Purchasing Department City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-l 989 Bid must be received prior to 5:00 p.m. on the date of Bid closing. Please use typewriter or black ink. Award will be made to the lowest responsive, responsible contractor based on total price. Envelope MUST include Request For Bid No. STS99001 . DESCRIPTION Labor, materials and equipment to remove existing pavement markinas and reDlace with hot aDdied thermoDlastic in accordance with attached soecifications. There will be no pre-bid meeting for this project. Bidders should visit the project sites at their leisure prior to submission of their bid. Contractors may receive additional information by contacting: Project Manager: Heidi Heisterman Phone No. 17601434-2937 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (,2 (),3 (J, 4 (J, 5 (J. SUBJECT TO ACCEPTANCE WlTHIN (90) DAYS Name and Address of Contractor ORAwG=c (Lobwry ‘ TArPrNC SERVlcr, Name 183 hi, PrxLx.v xl-, Address OWdCG CA 93,861p City/State/Zip (?tq 63y - YGSO Telephone of Person Authorized to sign N?ffiZPHEN J. HEThlZEN sEcRF~~Tsv.m-- Tr’? Title Date -l- 2126199 JOB QUOTATION ll#f ll#f .4pP?qyc .4pP?qyc UNIT UNIT f%TENDED f%TENDED ‘i‘ ‘i‘ I’ I’ wm ,; QTY‘ wm ,; QTY‘ tamwPfi@N. tamwPfi@N. i: ..,., _,.l i: ..,., _,.l II. II. E&W E&W Km&~ Km&~ 1. 1. Lin. Ft. Lin. Ft. 1,895 1,895 Removal of Removal of existing 12 existing 12 crosswalk by wet sandblasting. crosswalk by wet sandblasting. I 3q I 3q , , 2s37. 3o 2s37. 3o 2. 2. Lin. Ft. Lin. Ft. 9,419 9,419 Installation of 12” white hot- Installation of 12” white hot- applied thermoplastic crosswalk applied thermoplastic crosswalk complete in place. complete in place. I I qiL- qiL- . . 13,37Yaq8 13,37Yaq8 3. 3. Lin. Ft. Lin. Ft. 1,895 1,895 Installation of 12” yellow hot- Installation of 12” yellow hot- applied thermoplastic crosswalk applied thermoplastic crosswalk complete in place. complete in place. I I 92 92 . . d,m.q* I I TOTAL: TOTAL: I Quote is based on the Total of all bid items including all applicable taxes. Award is by total price. Payment will be based on the unit cost for actual quantities not to exceed $25,000. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Offtcer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre- award inquiry to determine the contractors ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor’s ability to perform the contract shall be conclusive. SUBMIT-l-ED BY: ~&AAJGfL cow?y Sri2 tPir/C .!xav 1c-f-d I,L Company/Business Name rv-mFK- Contractor’s License Number &dJL e-32 Authorized SignatGe Classification(s) Ct-f~~\c L~CSCC~OOA Printed Name and Title arir\Asro R- q- w--9q 3-3\-01 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: WV 30 ? 7 1 <S-8 OR (individuals) Social Security #: -2- 2126199 , DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word “NONE.” PORTION OF WORK SUBCONTRACTOR* MBE TO BE SUBCONTRACTED Item Description of No. work - N a/q bc % of Total Contract Business Name and Address License No., Yes No Classification & Expiration Date -. Total % Subcontracted: S-P l Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 2126199 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor. including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Heidi Heisterman. Wage Rates: 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates in on file in the Dffice of the City Engineer. 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 execution of the contract. Workers’ Compensation: I am 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 I will comply with such provisions before commencing the performance of the work of this contract. Signature: (Gfz.4L.J~ Print Name: 0, f-lb-C\C COCJC OJc OD aTfPtATo/L -4- 2126199 . Commercial General Liability and Automobile Liability Insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best’s Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than. . . . . . ..$500.000 Subject to the same limit for each person on account of one accident in an amount not less than . . . . . . $500,000 Property damage insurance in an amount of not less than.. . . . . ..!§lOO,OOO Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. -5- 2126199 Start Work: I agree to start within five (5) working days after receipt of Notice to Proceed. Completion: I agree to complete work within twenty (20) working days after receipt of Notice to Proceed. CONTRACTOR: CITY OF CARLSBAD a municipal o--y.L Q. h-yL& secJci,z-. corporation of the State of California @me of Contractor A SECRETARY/TREASURER -- (p’8WmtPtN0 SEFMCE INC. 183NOPDUYST (address) e - (city/state/zip) [7,v)(,S?-vsSt (telephone no.) (address) (telephone no.) ATTEST: r ALMA L. F@lkpaKRAf# ) City Clerk w KAREN R. KUNDTZ, Assistant City Clerk (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney -6- 2126199 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT NO. 5907 I. ,- State of ~~LA-~c~Yz~~~‘A County of m LQZA rJGL z On 5-A-&-99 before me,m RY-UAKJKM lnufovzn W~X-FXUZY RAXU~ , DATE personally appeared NAME, TITLE OF OFFICER - E.G., “JANE DOE, NOTARY PUBLIC bOUCL\AS P ATT E kSOti , NAME(S) OF SIGNER(S) q personally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be.the person&) whose name(@@w subscribed to the within instrument and ac- knowledged to me that @tM&tey executed the same in -h&&&jr authorized capacity(&), and that by @iir signature&) on the instrument the person(@, or the entity upon behalf of which the person(%) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 0 INDIVIDUAL q CORPORATE OFFICER n\\\ hoc S GL Pi& - I- - PQESlbEh3-r TITLE O%%F k&E:; TITLE(S) 0 PARTNER(S) 0 LIMITED 0 GENERAL \ 0 AlTORNEY-IN-FACT NUMBER OF PAGES 0 TRUSTEE(S) ; G;;lJ;lAN/CONSERVATOR 0 : a -L&J-coy DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) l-l.C.3.5. SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. Box 7184 l Canoga Park, CA 91309-7184 . . - CALIFORNIA State of California $+\\,u&$2. 1 ss. County of On ta-\-9 , before me, tinno\ h-r\2 , c\O* *\I .Ab\L< Date Name and Title of Officer (e.g., “kme Doe, Notary PubI&‘) personally appeared %&TQ~ P n 5. vedY7 a- Name(s) of Signer(s) xpersonally known to me 0 proved to me on the basis of satisfactory evidence to be the personw whose name@$@+e- subscribed to the within instrument and acknowledged to me that@/9i%!/~y executed the same in l@t%q-ItR@ authorized capacity(&s$, and that by @hWt@@ signature@+on the instrument the person@+, or the entity upon behalf of which the person@- acted, executed the instrument. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: %a ‘C30CtimgAk - Sic,ncxk~ Wd ?a c\-cL Document Date: a-ab-qq Number of Pages: \ Signer(s) Other Than Named Above: Capacity@@) Claimed by Signer Signer’s Name: Q t~-h?fi 1. b?,n7 $A , q Individual 1 Ek Corporate Officer - Title(s): CC&-EN Tto6wef 0 Partner - 0 Limited 0 General 0 Attorney in Fact q Trustee q Guardian or Conservator Cl Other: i Signer Is Representing: ?X &-u P (JI’K& I s\c; ~\Rc S~‘V\<-~ZY- 0 1997 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 l Chatsworth, CA 913132402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-676-6827 SPECIAL PROVISIONS Contract No. STS99001 for Crosswalk Removal & Replacement I. COMPENSATION A. Compensation for biddable items shall be in accordance with the prices submitted on the Bidder’s Proposal as submitted by the Contractor and approved by the City Manager upon award of the bid. B. In no case shall the total amount of this contract exceed $25,000. The Site Listing included herein is for estimation purposes only. The City reserves the right to modify this list as necessary to ensure that the total cost of this contract does not exceed the $25,000 limit. II. DUTIES OF THE CONTRACTOR A. Contractor is responsible for protecting the underground facilities, including but not limited to traffic signal detection loops, at each work site. This includes notification of Underground Service Alert and coordination for markouts and joint meets when necessary. B. Contractor shall make an independent investigation of the jobsites, the soil conditions at the jobsites, and all other conditions that might affect the progress of the work, and is aware of those conditions. The bid prices included payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractors 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. C. Contractor is responsible for preparation, submission, and editing of traffic control plans until said plans meet all the requirements of the Traffic Engineer and are signed with his approval. Notice to Proceed will not be issued until a signed, traffic control plan has been issued. D. Contractor is responsible for providing, placing, and removing all necessary traffic control devices in accordance with the approved traffic control plan for this area. If adequate traffic control is not in place, Contractor must stop all work and vacate the right-of-way until traffic control is satisfactory to the Public Works Director or designee. In cases where specific devices are required but not readily available to the Contractor, they may be borrowed from the City when available. The Contractor shall provide and install barricades, delineator warning devices, and construction signs in accordance with the latest edition and revision of the State of California, Department of Transportation Traffic Manual, Manual of Traffic Controls for Construction and Maintenance Work Zones. During adverse weather or unusual traffic or working conditions, additional traffic control devices shall be placed as directed by the Public Works Director. All traffic signs and devices shall -7- 2126199 conform to the current State of California, Department of Transportation, Manual of Warninq Siqns, Liqhts. and Devices for Use in Performance of Work upon Hiqhwavs, unless otherwise approved by the Public Works Director. E. All work performed by the Contractor will be in accordance with all applicable standard specifications. Non-conforming work shall be removed and replaced by the Contractor upon written notification by the Public Works Director. Any costs associated with the removal and replacement of non-conforming work shall be borne by the Contractor. F. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified herein. I II. MATERIALS A. Hot Aoplied Thermoplastic I. Scope. a) This specification covers a reflectorized pavement striping material of the type that is applied to the road surface in a molten state by Screed/Extrusion means with a surface application of glass beads at a rate specified by the purchaser. Upon cooling to normal pavement temperature, it produces an adherent reflectorized stripe of specified thickness and width capable of resisting deformation by traffic. 2. Classification. a) The Thermoplastic material shall be homogeneously composed of pigment, filler, resins and glass reflectorizing spheres. (1) The thermoplastic material shall be available in white, yellow, and black. 3. Materials. a) The vendor shall have the option of formulating the material according to his own specification. However, the solid resin shall be maleic-modified glycerol ester resin. The physical and chemical properties contained in this specification shall apply regardless of the type of formulation used. The material, upon heating to application temperature, shall not exude fumes which are toxic, or injurious to persons or property. The pigment, beads and fill shall be well dispersed in the resin. b) Glass Beads (Pre-Mix) - The beads shall be uncoated and conform to AASHTO M247-81 Type 1. 4. Requirements of the Thermoplastic Mixture a) Specific Gravity - The specific gravity of the thermoplastic traffic line material shall not exceed 2.15. -8- 2126199 . . . _- b) Composition - The pigment, beads and filler shall be uniformly dispersed in the resin. The material shall be free from all skins, dirt and foreign objects and shall comply with the following Table 1 requirements: TABLE 1. COMPOSITION (Percentage by Weight) COMPONENT WHITE Binder See Note (b) 18.0 min. Glass Beads 30-40 Titanium Dioxide 10.0 min. Calcium Carbonate & Inert Fillers 42.0 max. Yellow and Black Pigments ------ YELLOW 18.0 min. 30-40 ~~-~~~~-~ 50.0 max. See Note (a) BLACK 18.0 min. 0.0 max. 0.0 max. 82.0 max. See Note (b) Note (a): Amount of yellow and black pigment, calcium carbonate and inert fillers shall be a the option of the manufacturer, providing all other requirements of this specification are met. Note (b): Alkyd binder shall consist of a mixture of synthetic resins, at least one of which is solid at mom temperature, and high boiling point plasticizets. At least one-third of the binder composition shall be solid maleic-modified glycerol ester resin and shall be no less than 8 percent by weight of the entire material formulation. The binder shall not contain petroleum based hydrocarbon resins. 5. Physical Characteristics a) Co/or - The thermoplastic material after heating for 4 hours + 5 min. at 425 st 3F. (218 t- 2C) under agitation shall meet the following: White: Daylight reflectance at 45 degrees, 0 degrees - 75% minimum Yellow: Daylight reflectance at 45 degrees, 0 degrees - 45% minimum (1) For highway use, the yellow color shall reasonably match Federal Test Standard Number 595-Color 13538 (Tests performed at 77F) (2) For airport use, the wlor shall comply with the requirements established by the FAA. b) Sef Time - When applied at a temperature range of 412.5 + 12.5F (211 + 7C) and thickness of 60 mils to 185 mils (1.5mm to 4.7mm) the material shall set to bear traffic in not more than 2 minutes when the air and road temperature is 50 + 3F (I 0 + 2C) and not more than ten minutes when the air and road temperature is 90 + 3F (32 _+2C). -9- 2/26/99 cl d) e) 9 cl) h) 0 i) W Bond Strength - After heating the thermoplastic material for 4 hours f 5 min. at 425 F (218C), the bond strength to Portland cement concrete shall exceed 18Opsi (1.24Mpa), *Method - ASTM D4796-88). Cracking Resistance at Low Temperature - After heating the thermoplastic material for 4 hours f 5 min. at 425 + 3F (218 *2C), applying to concrete blocks, and cooling +3F (9.4 + 1.7C), the material shall show no cracks. lmpacf Resistance - After heating the thermoplastic material for 4 hours + 5 min. at 425 + 3F (218 &2C) and forming test specimens, the impact resistance shall be a minimum of IO inch pounds (1.13J). Softening Point - After heating the thermoplastic material for 4 hours +_ 5 min. at 425 f 3F (218 +_2C) and testing in accordance with ASTM D36, the materials shall have a softening point of 215 f 15F (I 02.5 f 9.5C). Flowabilify - After heating the thermoplastic material for 4 hours + 5 min. at 425 + 3F (218 QC) and testing for flowability, the white thermoplastic shall have a maximum percent residue of 18 and the yellow thermoplastic shall have a maximum residue of 21 percent. Yellowness index - The white thermoplastic material shall not exceed a yellowness index of 0.15. Flowability - Extended Heating - After heating the thermoplastic material for 8.5 hours at 425 f 3F (218 QC) and tested for flowability, the thermoplastic shall have a maximum residue of 28 percent. F/ash Point - The thermoplastic material shall have a flash point not less than 475F (246C) when tested in accordance with ASTM D92 “Flash and Fire Points by Cleveland Open Cup.” Storage Life - The material shall meet the requirements of this specification for a period of 1 year. The thermoplastic must also melt uniformly with no evidence of skins or unmelted particles for this I year period. Any material not meeting the above requirements shall be replace by the manufacturer. -lO- 2126199 B. Application Properties. 1. The Thermoplastic material shall readily apply to the pavement at temperatures of 400 - 440F (204-226C) from approved equipment to produce an extruded line which shall be continuous and uniform in shape having clear and sharp dimension at a thickness of 0.125” (3.157mm). 2. The material shall not exude fumes which are toxic, obnoxious or injurious to persons or property when it is heated during applications. The manufacturer shall provide product safety data sheets for their product. 3. The application of additional glass beads by drop-on or pressure spray methods shall be at a uniform minimum rate of 10 pounds (4.53 kg) of glass spheres ever 100 sq. ft. (9.29 m) of line. The glass spheres shall conform to AASHTO M 247-81 (1986) type 1 except that the beads must be moisture resistant coated, a maximum of 5 percent shall pass the 80 screen; glass spheres shall have a minimum of 70 percent true spheres on each sieve and 80 percent true spheres overall (Test method M 47-81). 4. The material, when formed into traffic stripes, must be readily renewable by placing an overlay of new material directly over an old line of the same material. Such new material shall bond itself to the old line in such a manner that no splitting or separation takes place. C. Packaging and Markings 1. The thermoplastic material shall be packaged in suitable containers which will not adhere to the product during shipment and storage. The container of thermoplastic material shall weigh approximately 50lbs (23kg). Each container shall designate the color, binder (alkyd or hydrocarbon), spray or extrude, user information, manufacturers name and address, batch number and date of manufacture. Each batch manufactured shall have its own separate number. The label shall warn the user that the material shall be heated in the range of 40044OF (204-2266). 2. The contractor shall assume all costs arising from the use of the patented materials, equipment, devices or processes used on or incorporated in the work; agrees to indemnify and safe harmless the purchaser and its duly authorized representatives from all legal suits or action of every nature for, or on account of, the use of any patented materials, equipment, devices, or processes. D. Methods of Sampling and Testing 1. The minimum batch size of thermoplastic striping material when tested shall not be less that 2,000 Ibs (907 kg) unless the total order is less than that amount. A small trial batch should be made prior to making the thermoplastic traffic line in large quantities to make certain the finished product will comply with all the requirements of this specification. 2. The material shall be tested in accordance with AASHTO M249 & T250 with the appropriate method in Federal Test Method Standard No. 141 or ASTM designation. .- -ll- 2126199 E. Thermoplastic Performance and Application Characteristics 1. The thermoplastic material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement materials or from oil droppings or other effects of traffic. 2. Application - The material shall be applied to the pavement by the extrusion method wherein one side of the shaping die is the pavement and the other sides are contained by or a part of suitable equipment for heating and controlling the flow of material. 3. Equipment - The equipment used to install hot applied thermoplastic material by contract under this specification shall be constructed to provide continuous uniform heating to temperatures exceeding 400F (204C), mixing and agitation of the material. Conveying parts of the equipment between the main material reservoir and the line dispensing device shall ’ prevent accumulation and clogging. All parts of the equipment which come in contact with the material shall be constructed for easy accessibility and exposure for cleaning and maintenance. The equipment shall operate so that all mixing and conveying parts, including the line dispensing device, maintains the material at the plastic temperature. The use of pans, aprons, or similar appliances which the dispenser overruns will not be permitted under this specification. The equipment shall provide for varying traffic marking application widths. a) The application equipment shall be mobile and maneuverable to the extend that straight lines can be followed and normal curves can be made in a true arc. b) Glass spheres applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the striping machine so that the beads are dispensed closely behind the installed line. The glass sphere dispenser shall be equipped with an automatic cut-off control synchronized with the cut-off of the thermoplastic material. cl A special kettle shall be provided for uniformly melting and heating the thermoplastic material. The kettle must be equipped with an automatic thermostatic control device and material thermometer for positive temperature control and to prevent overheating or scorching of the material. The heating kettle and application equipment shall meet the requirements of the National Fire Underwriters and the National Fire Protection Association of the state and local authorities. 4. Installation Techniques - The finished lines shall have well defined edges. The contractor shall clean off pavement surface dirt, grease, and concrete curing compounds where necessary by approved project inspector removal methods. a) A primer sealer of the type recommended by the manufacturer of the thermoplastic material shall be applied on all Portland concrete pavement surfaces and, if recommended by the manufacturer on -12- 2126199 b) c) d) other types of pavement surfaces, prior to the installation of the thermoplastic material. The primer shall be void of solvent and water prior to the thermoplastic application. To insure optimum adhesion, the thermoplastic material shall be installed in a melted state at a temperature from 400 to 440F (204- 226C). Longitudinal lines shall be offset at least 2 inches (5cm) from construction joints of Portland cement concrete pavements and joints or shoulder breaks of bituminous concrete pavements. Thermoplastic pavement marking materials shall not be applied by the extrusion method when pavement temperatures are below 50F (1 OC), by the spray method when the pavement temperatures are below 55F (13C), or when the surface of the pavement contains evidence of moisture. If thermoplastic materials are not dispensed by means of a screed-extrusion device or a spray device, the thermoplastic materials shall not be applied when the pavement or air temperature is below 65F. 5. NOTE: It is suggested that openings of 6 inch (15cm) lengths be provided at 20 foot (6m) intervals on edgelines placed on the inside of super elevated curves to prevent the possible ponding of water on the pavement surface. 6. Warranty - The thermoplastic pavement marking material furnished and installed by contract under this specification shall be guaranteed by the contractor against failure due to poor adhesion resulting from defective materials or methods of application. NOTE 1: Warrantees may vary depending upon the applied line thickness, the positioning of the line, the traffic density, the use of studded snow tires and the frequency of snowplow operations. NOTE 2: The following warrantees are typical for application thicknesses of 125 mils (3.157mm) for crosswalks and stoplines and 90 mils (2.286mm) for lanelines, centerlines, and edgelines. Warrantees for thinner lines in these applications or for higher traffic volumes may be reduced commensurately. a) For non-defective pavement surfaces carrying volumes less than 50,000 vehicles per day, the contractor shall guarantee to replace or renew without cost to the City that part of the pavement markings installed which have not remained to perform useless services as follows: (1) Crosswalks and stoplines and legends - 75 percent of the total of an 1 intersection for 1 year. (2) Lanelines, edgelines and centerlines - 90 percent of a unit for 1 year, 80 percent of a unit for 2 years and 60 percent of a unit for 3 years. (A “unit” is defined as any length of -13- highway having installed thereon 2,000 lineal feet (610 meters) of line of specified width in any combination or pattern.) b) The replacement material installed under this guarantee shall be guaranteed the same as the original material, from the date of the original installation. 7. Thickness Measurement - Shall be accomplished by placing black tapes, film or metal plates of known and uniform thickness in the area to be striped. Once the striper has passed, the sample shall be removed by making sharp cuts with a knife and measurements of the strip plus film shall be made with a micrometer or venier calipers with a proper correction for the film base. For longitudinal lines, these thickness checks shall be made every l/3 mile or more frequently at the judgment of the project engineer. For symbols and intersection markings, the frequency of checking shall be at the option of the project engineer. These thicknesses shall be considered as the average of 2 or more measurements made in a 3 foot distance. NOTE 1: The intent is not to extend the original warranty period. NOTE 2: The warranty does not cover those markings that have been removed by such devices as snowplows, chains or studded tires. 8. Observation Period - Prior to consideration or final acceptance of all work completed as required herein and shown in the pavement marking plans, there shall be a 90day observation period beginning upon the satisfactory completion of all work required by the intermediate completion date included elsewhere in this proposal form. a) During the go-day observation period, the thermoplastic pavement marking material furnished and installed under this contract shall be warranted against failure due to blistering, excessive cracking, bleeding, staining, discoloration, oil content of the pavement materials, smearing or spreading under heat, deterioration due to contact with grease deposits, oil diesel fuel, or gasoline drippings, shipping, spalling, poor adhesion to the pavement materials, loss of reflectivity, vehicular damage, and wear. b) The contractor, at no expense to the City, shall replace any pavement markings that will not perform satisfactory under traffic during the go-day observation period due to defective materials and/or application methods. (Failure to comply with any portion of this specification shall be considered as unsatisfactory performance of the thermoplastic pavement marking material. c) Marking replacement shall be performed in accordance with the requirements specified herein for the initial application, including but not limited to surface cleaning, pavement marking removal, seasonal and weather limitations, etc. d) Traffic shall be operating on the facility during the go-day observation period. -14- NOTE: Delayed acceptance of up to 180 days has been approved by the Federal Highway Administration pursuant to an October 25, 1977 letter by H. A. Lindberg Number 64847:10/13/77j. IV. CROSSWALK REMOVAL & INSTALLATION A. Contractor will completely remove existing crosswalks by grinding or wet sandblasting where necessary for proper adhesion. Existing pavement marks are not to be removed more than five (5) calendar days prior to the installation of thermoplastic. Permanent thermoplastic installation is to be scheduled so that all locations are to be complete prior to the end of the work week in which the existing markings were removed. B. Immediately upon removal of existing crosswalk striping, Contractor shall place temporary markings which have been approved for use by the Public Works Director prior to the start of work. Said temporary markings shall remain in place until the time of permanent thermoplastic installation. V. DRUG & ALCOHOL FREE WORKPLACE A. The City of Carlsbad is committed to maintaining a work environment free from the effects of drugs and alcohol consistent with the directives of the Drug Free Workplace Act. As a condition of this contract, the Contractor and the Contractors employees shall assist in meeting the requirements of this policy as set forth in the “City of Carlsbad Drug and Alcohol Use Policy” incorporated by reference herein. B. Contractor agrees that the Contractor and the Contractor’s employees, while performing service for the City, on City property, or while using City equipment will not be in possession of, use, or be under the influence of drugs or alcohol. C. The Contractor has the duty to inform all employees or agents of the Contractor that are performing service for the City, on City property, or using City equipment, prohibition of drug or alcohol possession, use or impairment from same while performing such service for the City. D. The City has the right to terminate this contract and any other contract the Contractor has with the City if the Contractor or Contractors employees are determined by the Public Works Director or designee to have breached the provisions of Section VII herein as interpreted and enforced pursuant to the provision of the “City of Carlsbad Drug and Alcohol Use Policy” incorporated by reference herein. VI. EQUIPMENT A. The machinery and equipment used by the Contractor in the furtherance of this contract shall be modem, clean, and maintained in proper working condition at all times consistent with current standards of the industry and subject to the approval of the Public Works Director -15- 2/26/99 B. As requested by the Public Works Director, the Contractor shall supply the City with a list of the equipment being used in the furtherance of this contract including its make, model, date of manufacture and any other pertinent information. C. All equipment shall be available for inspection by the City upon 24 hour notification to the Contractor. VII. TRAFFIC CONTROL A. The Contractor will be required to submit traffic control plans to be approved by the Traffic Engineer prior to issuance of the Notice to Proceed. Preparation of these plans shall be the sold responsibility of the Contractor. Public Works staff will assist only with interdepartmental coordination. All drawings and revisions will be the responsibility of the Contractor. B. All traffic control devices shall be in accordance with the latest edition of the “Manual of Traftic Control Devices for Construction and Maintenance Work Zones” as published by the State of California, Department of Transportation (Caltrans). The Contractor will be responsible for providing, placing, and removing all temporary traffic control devices. C. All equipment shall be available for inspection by the City upon 24 hour notification to the Contractor. - VIII. STATUS OF THE CONTRACTOR A. The Contractor shall perform the services provided for herein in the Contractor’s own way as an independent contractor and pursuit of Contracts independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished but shall consult with the City as provided for in this contract. B. The Contractor is an independent contractor with the City. The payment made to Contractor pursuant to the contract shall be the full and complete compensation to which Contractor is entitled pursuant to the contract. The City shall not be required to pay any workers compensation insurance on behalf of the Contractor. The Contractor agrees to indemnify the City for any tax, unemployment compensation, retirement contribution, social security, payment of wages or workers compensation payment which the City may be required to make on behalf of Contractor or any employees of the Contractor for work done under this contract. C. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 (8 U.S.C. Sec. 1101-1525) and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this agreement. -16- 2/26/99 IX. JURlSDlCTlON A. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego, California. -17- 2126199 Contract No. STS99001 TENTATIVE SITE LOCATIONS LOC SC INTERSECTION COLOR SQ F-I- 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 W 17 18 19 20 21 22 23 24 25 26 Camino Alvaro @ Ranch0 Santa Fe Rd W 340 Calle Barcelona 0 Ranch0 Santa Fe Rd W 391 Camino de 10s Caches @ Ranch0 Santa Fe Rd W 533 La Costa Av @ Ranch0 Santa Fe Rd W 474 Melrose & Ranch0 Santa Fe W 362 Cinema Wy @ Marron Rd W 364 Marron Rd @ Monroe St W 490 Jefferson St @ Marron Rd W 376 Army Navy Academy @ Carlsbad Blvd Y 291 Beech Av @ Carlsbad Blvd W 528 Carlsbad Blvd @ Christiansen Wy W 213 Carlsbad Blvd @ Oak Av W 328 Carlsbad Blvd @ Pine Av W 346 Carlsbad Blvd @ Sycamore Av W 558 Carlsbad Blvd @ Maple Av W 520 Carlsbad Blvd @ Cherry Av W 564 Carlsbad Blvd @ Juniper Av W 602 Jefferson St @ Tamarack Av Y 543 Adams St @ Tamarack Av Y 467 Park Dr @ Tamarack Av Y 241 Carlsbad Village Dr @ Tamarack Av Y 353 Carlsbad Village Dr @ Monroe St W 490 Carlsbad Village Dr 0 Highland Dr W 477 Carlsbad Village Dr @ Pio Pica Dr W 458 Carlsbad Village Dr @ Harding St W 500 Carlsbad Village Dr @ Madison St W 505 Total Sq Ft 7,194 * This figure is an approximation and included here for estimation purposes only. All payments will be based on actual quantities. -ia- 2126199