Loading...
HomeMy WebLinkAboutSouthland Paving Inc; 1986-08-15; 3144CITY OP CARLSBAD San Diego County California CONTRACT DOCOHENTS & SPECIFICATIONS for TAMARACK AVENUE - ADAMS STREET TO HIGHLAND AVENUE CONTRACT NO. 3144 5/9/86 TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS 1 PROPOSAL 3 BIDDER'S BOND TO ACCOMPANY PROPOSAL 8 DESIGNATION OF SUBCONTRACTORS 9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 12 CONTRACT 13 LABOR AND MATERIALS BOND 18 PERFORMANCE BOND 20 GENERAL PROVISIONS 23 SPECIAL PROVISIONS . 33 SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTOR. 44 CERTIFICATE OF COMPLIANCE 47 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 4:00 PM on the 23rd day of June , 1986, at which time they will Heopened and read for performing the work as follows: TAMARACK AVENUE - ADAMS STREET TO HIGHLAND AVENUE CONTRACT NO. 3144 The work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidders' security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded. Pursuant to the provisions of law (Government Code Section 4590), appropriate securities may be substituted for any money deposited with the City to secure any obligation required by this notice. The documents which must be completed, properly executed, and notarized are: 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 $146,000.00. No bid shall be accepted from a Contractor who has not been licensed in accordance with the provisions of State law. The Contractor shall state his or her license number and classifi- cation in the proposal. A total of 60 calendar days is authorized to complete this project. - 2 - One set of plans, special provisions, and Contract documents may be obtained at the Purchasing Department, City Hall, Carlsbad, California, at no cost to licensed Contractors. Additional sets are available for a nonrefundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to the Sections 1770, 1773, and 1773.1 of the 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 laborers and materials suppliers each in an amount equal to one hundred percent (100%) of the Contract price shall be required for work on this project. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 8511 , adopted on the 22nd day of April , 19 S3I Date City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 CITY OF CARLSBAD CONTRACT NO. 3144 PROPOSAL ORIGINAL The Undersigned declares he/she has carefully examined the loca- tion of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work to complete Contract No. 3144 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 Article w/Unit Price or No. Lump Sum Written in Words 1 Clearing and Grubbing complete in place at _^^£^^<S^«JU.'dollars and cents per lump sum Traffic Control complete in .place at ~S~ """ L/ r^ ^S // dollars and cents per lump sum Unclassified excavation complete in place at cents per lump sum 4. Construct 2" A.C. overlay completein place at dollars and cents per ton Approximate Quantity & Unit Lump Sum Lump Sum Lump Sum % £,'C Unit Price TOTAL ** 540 Tons 31. - 4 - Item No. 5. 6. 7. 10, 11 Article w/Unit Price or Approximate Quantity Lump Sum Written in Words & Unit Unit Price TOTAL Cold plane existing A.C. pavement complete in place at Lump Sum TAiu- dollcollars and cents per lump sum Construct 6" Class 2 A.B complete in place at 375 Tons £3. 3 1 ollars ant^-8na cents per ton Construct 4" A.C. pavement 270 tons _complete in place at 1790 L.F, dollars and ] cents per ton Construct Type "G" curb and gutter complete in place at ^2? ~iA ^/^i^^i 'dollars and cents per lineal foot Construct 4" P.C.C. sidewalk and P.C.C. patchbacks complet_e in place at 8400 Sq. Ft ollars and cents per square foot 2250 Sq. Ft,Construct 5-1/2" P.C.C. driveway apron complete in place at " ""77 ^^xC v\ ffl*4*4 ^*—*Tdollars and cents per square foot Construct P.C.C. Wheel- chair ramp complete in place at <y 8 Each dollars and cents each SO.o*/9 ?•*fC /. ORIGINAL Item Article w/Unit Price or No, ^•M^^^M 12. 13 14 15 16 17 Approximate Quantity Lump Sum Written in Words & Unit Construct 3" A.C. driveway patchbacks complete in place at 15 Each Unit Price £50. TOTAL ** ollars and cents each Construct masonry retaining wall complete^in place at Jc ({ 740 Sq. Ft. dollars and cents per square foot of wall face Construct P.C.C. cross gutter & spandrel complete in place at 2100 Sq. Ft. v dollars and cents per square foot Adjust manhole to grade complete in place at *--? V^o 5 Each aollars and cents each Install traffic striping complete in place at Lump Sum dollars and cents per lump sum Street lights cpmplete^in place at Each lollars and cents each ft *" 30%, Total amount of bid in numbers: $ Addendum (a) No(s) ~ - ~;~ received and is/are included in this proposal. has/have been ORIGINAL , 4 , • '• " .'.•••/ (*~ ' - 6 - All bids .are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error 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 or omissions on the part of the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the required Contract with necessary bonds and insurance policies within twenty (20) days from the date of Award of Contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License NO. V5/V?/ £011 Identification The Undersigned bidder hereby represents as follows: 1 . That no Councilmember, officer, agent, or employee of the City of Carlsbad is personally interested, directly or indirectly, in this Contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, or employees has induced him/her to enter into this Contract, excepting only those contained in this form of Contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm, or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. cvAccompanying this proposal is (Cash, Certified Check, Bond, or Cashier's Check) for the exact dollar amount of ten percent (10%) of the.amount bid or 10% of the bid amount not to exceed 6tc]"~'*^ %) of t ?p? '£&%9d 1(5% odollars. The figure in the blank must exceed 1(% of the bid amount. Using "10% of the amount accompanying bid" is not acceptable. - 7 - 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. W7 Phone Number Bidder's Name .f f Authorized Signature Authorized Signature "36o f /U /~/A Lf^ /v^.v? . /s g^yye-^*^ «^' f ^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: s~\ ^- (•OTARIAL ACDKMLBD6EHBHT OP BZBCOTION BY ALL PRINCIPALS MOST BE ATTACHED) (CORPORATE SEAL) - 8 - BIDDER'S BOND TO ACCOMPANY PROPOSAL bond #1095036-04 KNOW ALL PERSONS BY THESE PRESENTS: outhland Paving Inc.SQU Amwi>est Insurance Company as as That we, Principal, and Surety, are held and firmTybound unto the City of Carlsbad, California, in an amount as follows: for the exact dollar amount of 10% of the bid amount not to exceed *Twenty Two Thousand Five Hundred and no/lOOPollars ($22,500.00 ). The figure in the blank mustexceed10% of the bid amount. Using "10% of the amount accompanying bid" is not acceptable. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: TAMARACK AVENUE - ADAMS STREET TO HIGHLAND AVENUE CONTRACT NO. 3144 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 20th day of June , 19 86 Corporate Seal (If Corporation) Amltest,Surety Insurance Company Southland Paving, Inc. Principa Richard Fleck By Title (Attach acknowledgement of Attorney in Fact) (Notarial acknowledgement of execution by all PRINCIPALS and SURETY must be attached.) 0. OU Ulu z1§ OO u O STATE OF CALIFORNIA COUNTY OF -_5^t/^ On this <£-3i^d day .}- ., in the year ., before me, the undersigned, a Notary Public in w and fry said County and State, personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the rTt'S^' President, and -pi Sirrtury of the corporation that executed the within Instrument, andacknowledged to me that such corporation executed the within instru-ment pursuant to its by-laws or a resolution of its board of directors. Signature Name (Typed or Printed)Notary Public in and for said County and State 1-118 I '83 MAINE HA,. Cnn SAM o.EGC COUMT> sion Exoiros March 3, 1989 {**^?\ '_• • I —rr OFFICIAL SEAL ZELLA M NORWOODNOTARY PUBLIC - CALIFORNIA K SAN DIEGO COUNTY " My comm. expires NOV 23, 1988 425 No. Date Stre»t. ,*E. =--.«ndldo. CA 92025 (This area for official notarial seal) nar ICLIIMC u. i\w^«-i -• AMWEST SURETY INSURANCE CO. P.O. Box 4500 Woodland Hills, CA 91365 (818) 704-1111 - 8a - KNOW ALL MEN BY THESE PRESENTS, Trrat, does hereby make, constitute and appoint Raymond E. Gail, Cecily M. GifMjOQOT its true and lawful Attorney(s)-in-Fact, with futtjMMM? a|»d ai deliver and affix the seal of the company OtawtiOsH'Aaeal is tions in the nature thereof, as follows: Small BusiMMMWMini and to bind AMWEST SURETY IN presents, are hereby ratified and Laws of the company, which Article III, Section 7 o This Power of Attor the board of directors of, ORPORATION Company as fUfety, to axecute and ngs, recognizances oc other written obiiga- e*<f/U«oeiates unction with the sec limited e and deliver and affix the kinds: and sa vice-president or sec attorney-m-fact ed WKJaflttdirJf B seal be required) by one or thortt* pwdwtead by the power of attorney issued RTM(pp:thal4MfTsignature of any authorized offtcer and —""—-•-"- ""*" or certification thereof authorizing the exe yship obligations of the company; and such s though manually affixed. RESOLV, may appoint ment undertaki.i in-fact bi IN WITNESS WHEREOF. AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper of- ficer, and its corporate seal to be hereunto affixed this.1st . day of.April 85 AMWEST SURETY INSURANCE COMPANY Gary R. Peterson. President Karen G. Cohen. Secretary STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss 1st Hau«f AprilOn this.. day of..A.D.. 19.85 .. personally came before me.Gary R. Peterson and .Karen G. Cohen to me known to oe the individuals and officers of AMWEST SURETY INSURANCE COM- PANY, CALIFORNIA who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. OFFICIAL SEAL JANICE DRUEZ NOTARY PUBLIC • CALIFORNIA LOS ANGELES COUNTY My comm. expires MAY 1, 1939 (SEAL)A), 0 Notary Public STATE OF CALIFORNIA. COUNTY OF LOS ANGELES — ss CERTIFICATE I. the undersigned. .secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation. DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, and further- more, that the provisions of the By-Laws of the company and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. JUN 9 fl IQflfi Signed and sealed at . _V/// /O/^:lv/v, (fyf/*- .this day of 19 Karen G Cohen Secretary \ I - 9 - 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 the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Items of Work Full Company Name Complete Address w/zip Code Phone No. w/Area Code IASj At k£^. f A\ ' f ^ 'A'£. SOUTHLAND PAVING, INC. _9a_ Sealing — Striping — Paving — Grading 3226 Laurashawn Lane, Escondido, California 92026 (619)747-6895 • (619)565-2667 June 23, 1986 City of Carlsbad 1200 Elm Ave. Carlsbad, CA. 92008 RE: Contract # 3144 Dear Mr. Virgdlio: In our bid on the above captioned contract, I, inadvertently left out the name of our sub-contractor for items # 8, 9, 10, 11, and 14, which is; Mon-Dale 73-70 Mission Gorge Rd. San Diego, CA. 92120 Lie. # 270350 C-8 Also, please find complete forms # (11) & (12), as per above Contract. J Respectfully: "XL ^Richard Fleck V.P. RF/im - io - DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached, if required. Full Company Name Type of State Contracting License & No. Carlsbad Amount Business of License No.* Bid ($ or %) 3 ? 28 s *Licenses are renewable annually. If no valid license, indicate "NONE". Valid license must be obtained prior to submission of signed Contracts. s~. (Notarize or Corporate Seal) Bidder's Company Narie ie-f&Bidder's complete Address Authorized Signature - 11 - 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) SOUTHLAND PAVING INC. 32y LAURASHAWN LNEsci .aino, CA 92025 BALANCE SHEET AS OF MARCH 31, 1986 ASSETS CURRENT ASSETS CASH IN BANK BANK SAVING ACCT.. ACCOUNTS RECEIVABLE OFFICER'S LOAN - FLECK OFFICER'S LOAN - T A VERNIER ADVANCE SS P R E P A I D : S E R VICE C 0 N T R A C T Pi'-: EPA ID FEDERAL TAXES. TOTAL CURRENT ASSETS FIXED ASSETS I- URN ITU RE «, FIXTURE MACHINERY i EQUIPMENT AUTOMOBILE & TRUCKS DEPR-FURN & FIXTURE DEPR -M ACH I NERY *« EQU I P . DFTPR-AUTOMQBILE NET FIXED ASSETS OTHER ' ASSETS COMP. DEPOSIT ORGANIZATION EXPENSE ALi'.UH. AMORTIZATION - ORG.EXP DEPOSITS TOTAL. TRIER ASSETS TOTAL AST ,!TS 8,011.23 7,591.35 176,179.73 26,939.60 62,687.68 353.04 11,243.77 637.10 5,055.00 27,502.76 197,903.55 71,769.14 (5,027.00) (19,305.00) (14,773.00) 2,885.06 232.00 (70.40) 2,309.14 ORIGINAL 298,698.50 258,070.45 / 5 , 355. 80 ,.: SOUTHLAND PAVING INC.. 3226 AURASHAUN LN ESCONiiXDG, CA 92025 BALANCE SHEET AS OF MARCH 31, 1986 CURRENT LIABILITIES 0 R E 01 T I... IH E / T A V E R N1E R N/P-NCR '85 FORD 250/BRN M/P-ODLE N/P - FORD fi/P - FLATBED N/P - CIT ACCOUNTS PAYABLE - TRADE ilOTF PAYABLE:: MAZDA i'J.OA PAYABLE r> D I WITHHELD I'UTA PAYABLE SU1 PAYABLE ACCRUED -. PAYROLL. TOTAL CURRENT LIABILITIES LONG TERM LIABILITIES N/P-NCB '85 FORD 250/BRN N/P - FORD N/P - FLATBED N/P - CIT NOTE PAYABLE: MAZDA TOTAL LONG TERM LIAB. TOTAL LIABILITIES C A P I T A I... CAPITAL STOCK RETAINED EARNINGS NET INCOME OR < LOSS ) TOTAL CAPITAL TOTAL LIABILITIES & CAPITAL LIABILITIES «, CAPITAL 30,000 7,371 10,000 5,360 5,443 25,542 54,119 7,338 (60 ( 12 726 3,176 7,546 .00 .17 .00 .92 .58 .00 .86 .72 . 62 ) .43) .08 .60 .62 3,453.72 5,161.45 . 1,252.37 102,168.00 1,407.27 17,300.00 239,010.61 35,818.83 ORIGINAL 156,552.50 113,442.81 269,995.31 292,129.44 562,124.7?. cr i 3 2 26 L A u K ii b i i H W N L N ESCONDIDO, CA 92025 CURRENT ASSETS CASH IN BAtIK BANK SAVING ACCT. ACCOUNTS RECEIVABLE OFFICER'S LOAN - FLECK OFFICER'S LOAN - TAVERN1ER UORK IN PROCESS TOTAL CURRENT ASSETS FIXED ASSETS INV-TAV/FLECK BLDG. FURNITURE.^ FIXTURE MACHINERY & EQUIPMENT DEPR-MACHINERY 4 EQUIP. NET FIXED ASSETS OTHER ASSETS WORKER'S COMP. DEPOSIT ORGANIZATION EXPENSE ACCUM. AMORTIZATION - ORG.EXP DEPOSITS TOTAL OTHER ASSETS TOTAL ASSETS BALANCE SHEET AS OF SEPTEMBER 30, 1985 ASSETS '1,984.35 19,832.37 149,704.48 20,345.19 71,588.13 23,434.54 «- 3,800.00 20,059.54, 100,265;25 (25,142.00) 2,885.06 ••• 232.00 (70.40) 2,509.14 ORIGINAL 286,889.06 x 98,982.79 5,555.80 39:1. ,427. 651 o i SOUTHLAND PAVING•INC. 322ci LAURA3HAWN LN ESCONDIDO, CA BALANCE SHEET - AB OF SEPTEMBER 30, 1985 CURRENT LIABILITIES N/P-NCB '85 FORD 250/BRN N/P JOHN DEERE LOADER N/P - FORD ,N/P - FLATBED ACCOUNTS PAYABLE - TRADE PICA PAYABLE FED INCOME TAX UITHHELD STATE INCOME TAX UITHHELD S D I UITHHELD FUTA PAYABLE SUI PAYABLE ACCRUED - PAYROLL TOTAL CURRENT LIABILITIES LONG TERM LIABILITIES N/P-NCB '85 FORD 250/BRN N/P - FORD N/P - FLATBED TOTAL LONG TERM LIAB. TOTAL LIABILITIES C A P I T A L CAPITAL STOCK RETAINED EARNINGS NET INCOME OR (LOSS ) TOTAL CAPITAL TOTAL LIABILITIES & CAPITAL LIABILITIES «, CAPITAL 7,371 5,541 5,360 5,443, 35,600 - . 4,855 11,836 2,969, 6 30 520 8,735 .17 .65 92 58 71 70 88 36 49 40 90 13 6,832.92 8,922.29 3,829.03 17,300.00 68,424.20 197,846.32 ORIGINAL c 88,272.89 '•':>• 19,584.24 283,570.52 SOUTHLAND PAVING INC. 3226| lAURASHAUN LN ESCQNDitiO, CA 92025 INCOME STATEMENT SIX MONTH PERIOD ENDED MARCH 31, 1986 CURRENT 'PERIOD AMOUNT 'PCT SALES SALES SALES: MISC. TOTAL SALES COST OF SALES PURCHASES R SPECS EQUIPMENT RENTAL HAULING BONDS DUMP FEES LABOR - PAVING LABOR - SHOP TOTAL COST OF SALES GROSS PROFIT YEAR AMOUNT 142,808.99 142,808.99 35,209.26 15,968.00 53.00 6,923.88 21,614.78 243.00 45.00 12,787.32 3,947.62 96,791.86 100.00 100.00 24.65 1 1 . 1-8 .04 4.85 • 15.14 .17 .03 8. 95 2.76 67.78 1,284,161.49 690.00 1,284,851.49 470,354.20 93,690.50 173.00 53,320.92 157,825.41 2,378.86 3,492.00 111,541.40 25,869.64 918,645.93 46,017.13 32.22 366,205.56 TO DATE PCT 99.95 .05 100.00 36.61 7.29 .01 1 4.15 12.28 .19 .27 8.68 2.01 71.50 28.50 I , * - F_ J LK.-W* ORIGINAL n> -401'SOUTHLAND PAVING INC. 322f \AURASHAWN LN ESCONLHIiQ, CA 92025 ~ INCOME STATEMENT SIX MONTH PERIOD ENDED MARCH 31, 1986 CURRENT PERIOD AMOUNT PCT EXPENSES SALARIES - OFFICER COMMISSIONS 8ALARIE8-CL E R1CAL MILEAGE •- COMMISSIONS ADVERTISING AUTO & TRUCKS EXPENSE ' DAD DEBT EXP. CLEANING AND LAUNDRY DEPRECIATION DONATIONS DUES EMPLOYEE BENEFITS EDUCATIONAL SUPPLIES FREIGHT FUEL INSURANCE INSURANCE-W/C INSURANCE-MONY INTEREST LOAN FEES LEGAL & ACCOUNTING LICENSES MOVING EXPENSE OFFICE EXPENSE RENT EQUIPMENT RENTAL-SEALING REPAIR-BUILDING REPAIRS «, MAINTENANCE - PARTS REPAIRS & MAINTENANCE/REPAIRS SALES PROMOTION SECURITY SHOP SUPPLIES 12,513.20 3,280.75 385.00 2,852.47. 1,038.58 398.32 2,075.00 271.00 752.56 2,500.00 2,673.84 1,365.51 860.36 8.76 2.30 11.58 584.00 259.60 2,616.00 800.00 125.00 .01 ..41 .18 1.83 .56. .09 .27- 2.00 • .73 .28 1.45 .19 .53 1.75 1.87 .96 .60 ORIGINAL YEAR TO DATE AMOUNT ''• PCT 53,226.92 . 3,423.49 17,583.54 466.05 5,501.69 (421.96) 759.00 1,580.72 15,696.00 1,004.59 641.47 349.21 / 24.41•' • .*•••• 394.4 IV, .V 21 ,574.85 -ii-^-' 75,361.22 '• 11,466.17 '.'•-'-. 5,932.13 3,753.91 275.00 6,602.68 3,174.18 487.80 ' . 4,784.53 20,000.00 1,486.08 3,038.54 17,727.29 7,274.29 66.80 455.43 4,795.70 4.14 .27- 1.37 • ..04 .43 ( .03) .06 .12 1.22 .08 .05 .03 .03 1.68 5.87 .89 .46 .29 .02 .51 .25 .04 .37 1.56 .12 .24 1.38 .57 .01 . .04 i .37 i TAXES ON PAYROLL TAXES ON PROPERTY TELEPHONETRAVEL i ENTERTAINMENT UTILITIESTOTAL EXPENSES NET OPERATING INCOME OTHER INCOME 4 EXPENSEINTEREST «, DIVIDEND EARNEDSALES OF ASSETSINCOME TAX PROVISIONTPTAL OTHER INCOME & EXP,\ MET INCOME OR (LOSS ) ... „.: *:•::.• I., i A '< fit ;:> IIH W ti L. i < ESCONDIDO, CA 92025 INCOME STATEMENT SIX MONTH PERIOD ENDED MARCH 31, 1986 CURRENT PERIOD AMOUNT 3,203.85 1,143.32 695.26 260.09 40,665.29 .5,351^84 (55.41) 633.00 2,580.00 3,157.59 2,194.25 PCT 2.24 .80 .49 .18 28.48 3.75 < .04) ' ..44 :•> 1.81 ' 2.21 1.54 ORIGINAL YEAR TO DATE AMOUNT 17,563.83 1,943.56 1,370.55 3,103.91 4,541.85 317,009.84 49,195.72 (526.11 ) 633.00 13,270.00 13,376.89 35,818.83 PCT 1.37 .15 .11 .24 .35 24.67 3.83 ( .04) .05 ,03 .04 1. 1 2.79 I 3 2 2 6 I., ii Li K A S1-1 H Ui i--) L N E;:SCQND:LDO, CA 92025 INCOME STATEMENTTWELVE MONTH PERIOD ENDED SEPTEMBER 30, 198 CURRENT PERIOD . AMOUNT PCT SALES SALES RENT TOTAL SALES COST OF SALES. 'PURCHASESSUB-CONTRACT EQUIPMENT RENTAL 'HAULING BONDS LABOR - PAVING ., LABOR - SHOP- TOTAL COST OF SALES GROSS PROFIT EXPENSES SALARIES - OFFICER COMMISSIONS SALARIES-CLERICAL MILEAGE - EMPLOYEES ADVERTISING - AMORTIZATION AUTO i TRUCKS EXPENSE BAD DEBT EXP. CLEANING AND LAUNDRY DEPRECIATION DONATIONS DUES ?, SUBSCRIPTIONS EMPLOYEE BENEFITS FUEL INSURANCE INTEREST 173,986.27 173,986.27 68,789.33 ' 3,960.50 10,195.59 , 16,315.12 * 17,039.14 4,063.13 120,363.01 53,623.26 67,600.00 6,046.37 2,957.57 2,117.50 15.44 906.37 235.80 4,725.00 105.00 24.00 1,748.63 6,623.00 496.67 100.00 100.00 39.54 2.28 ' 5.86 9.38 \ 2.34 69.18 30.82 38.85 3.48 1.70 1.22 .01 .52 •.14 .06 .01 -'l.Ol 3.81 .29 98 o•=- r 2, 1, 1 /*\"fKT. MiUr YEAR AMOUNT 242, 655 .,48 200.00 242,855.48 904,228.20 131,810.63 65,772.77 221,381.40 875.50 183,162.57 44,186.95 .551,418.02 691,437.46 153,959.55 18,653.70 25,803.84 2,817.05 15,272.87 46.40 • 601.44 1,897.37 3,229.85 18,069.00 563.20 1,004.84 .1,230.29 36,503.72 57,876.18 . 5,810.53 "% ^ - +Jt Ex *~^ e *a«rL 4 > -w'^ H •HG.'NALTO DATE PCT 99.99 .01 100, .00 40.32 5.88 2.93 9.87 .04 8.17 1.97 69.17 30.83 6.86 .83 1.15 .13 .68 .03 .08 .14 .81 .03 .04 .05 1.63 2.58 .26 I... IN EBCONDIDG, CA 92025 INCOME STATEMENT TUELVE MONTH PERIOD ENDED SEPTEMBER 30, 1985 ' ': CURRENT PERIOD AMOUNT PCT r~-< LEGAL 4 ACCOUNTING LICENSES OFFICE EXPENSE RENT , RENTAL OF EQUIPMENT EQUIPMENT RENTAL-SEALING REPAIRS *, MAINTENANCE - PARTS REPAIRS ^'MAINTENANCE/REPAIRS SECURITY SHOP SUPPLIES ,,..-, SEMINARS TAXES ON PAYROLL • : TAXES ON PROPERTY TELEPHONE , TRAVEL *, ENTERTAINMENT UTILITIES TOTAL EXPENSES NET OPERATING INCOME , OTHER INCOME *, EXPENSE INTEREST «, DIVIDEND EARNED DISCOUNTS EARNED OTHER INCOME INCOME TAX PROVISION TOTAL OTHER INCOME i, EXP. NET INCOME OR (LOSS ) 680.00 494.00 985.30 3,800.00 60.90 . 581.71 ' 1,937.96 2,790.25 361.42 - -432.61 .39 .28 .57 2.18 .04 .33 1.11 1.60 .21 .25 4,700.45 905.77 725.45 153.74 112,210.91 (58,587.65) (145.16) 524.00 2,000.00 ( 1,330.84 ) (59,918.49) 2.70 .5.2 .42 .09 64.49 (33.67) ( .08) .30 '1.15' (.76) (34.44) ORIGINAL YEAR TO DATE AMOUNT PCT" 5,378.75 4,533.20 8,879.40 18,100.00 60.90 4,386.17 25,931.35 19,218-04 1,130 ..86 9 ,,459.82 130.00 32,246-62 1,623.07 2,927..94 6,600.21 8,450.47 492,396.63 199,040.83 (456.02 ) 524.00 2,200.00 ( 1,194.51 ) 197,846.32 .24 .20 .40 .81 .20 1.16 .86 .05 .42 -01 1-.44 .07 .13 .29 .38 21.95 8.87 ( .02) .02 .10 ( .05) '8.82 I t H- I - 12 - 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. Date Contract Completed 2/8/86 4/15/86 6/1/85 3/1/86 3/1/85 -. . Name and Address of the Employer City of Escondidov/ Gush-Honda County of /San Diego • Caltrans / Zanderson Construction • V - Name and Phone No. of Person to Contact Jim 741-4651Bemardin 744-9692 Joe Markley 565-5177 >--, ~* Jim Jackson *> '-•''- 237-3£&5-££2 f Chuck Gaunt 578-1220 Bill Russel • Type of Work StreetImprovement Parking lot Bike Lanes StreetImprovement Paving Apt. Compl. B7*^ ff***jm Af-Mr- jw-I in •'- */*viiiun Amount of Contract -88,724.00 89,500.00 62,000.00 12,500.00 300,000.00 NIK. 'W ML i >-:•-•; (Notarize or Corporate Seal) Signature - 13 - CONTRACT - PUBLIC WORKS — -T^ /I.This agreement is made this _i->_ day of CLxx^uxpt-- , 198P, by and between the City of Carlsbad, Califo/nia, a municipal corporation, (hereinafter called "City"), and SOUTHLAND PAVING INC. whose principal place of business is 361 No. Hale St. Escondido, CA 92025 (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: TAMARACK AVENUE - ADAMS STREET TO HIGHLAND DRIVE CONTRACT NO. 3144 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide alllabor,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, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and the bonds for the project; all of which are incorporated herein by this reference. 4. Payment. As full compensation for Contractor's performance of work under this Contract, City shall make payment to Contractor per Section 9-3.2 of Standard Specifications for Public Works Construction, 1982 Edition. The closure date for each monthly invoice will be the 30th of each month. 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. - 14 - Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done . by Contractor in order to overcome unanticipated underground conditions. Any information that may have been furnished to .Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. Contractor Responsible for Unforeseen Conditions. Contractor shall beresponsiblefor 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. Change Orders. City may, without affecting the validity of thisContract, 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. 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. - 15 - 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 the performance of the Contract or work regardless of responsibility for negligence; 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, regardless of responsibility for negligence. The expenses of defense include all costs and expenses, including attorneys fees, for litigation, arbitration, or other dispute resolution method. Nothing in this paragraph shall require Contractor to indemnify City for losses caused by the sole active negligence of City. 10. Insurance. Contractor shall maintain insurance covering the liability stated in Paragraph 9 in the amount of $500,000 and shall cause the City to be naded as an additional insured on any policy of liability or property damage insurance concerning the subject matter of performance of this Contract taken out by Contractor. 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 all claims, loss, damage, injury, and liability of every kind, nature, and description brought by any person employed or used by Contractor to perform any work under this Contract regardless of responsibility for negligence. 12. Proof •of Insurance. Contractor shall submit to the City certificationof 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 availableto theCity, 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 - 16 - business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencingwithSection 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. Additional Provisions. Any additional provisions of this agreementare setForth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. Contrac^pr (Seal) SOUTHLAND PAYING, <r,C. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.)Title By c/ Title - 17 - CARLSBAD, CALIFORNIA Mayor, fo/ Contracts $10,000 and above City Manager,for Contracts less than $10,000 ATTEST: / fLzL City Clerk Contractor's Certification of Awareness of Workers' Compensation Responsibility. "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract." SOUTHLAND PAVING, INC. s CO 3o LLJ £(f) STATE OF CALIFORNIA COUNTY OF San DiegQ On this the 4th day of_ SAFECO TITLE INSURANCE >S.S. August fore me, the undersigned, a Notary Public in and for said County and State, personally appeared Richard J. Fleck * * , personally known to me or proved to me on the basis of satisfactory evidence to be the VI re President, and ** , personally known to me or proved to me on the basis of satisfactory evidence to be Secretary of the corporation that executed the within instrument on behalf of the corporation therein named, and acknow- ledged to me that tuch corporation executed the within instrument pursuant tqjts by-lawsxpr a resolution of ijs board of directors/ Signatun FOR NOTARY SEAL OR STAMP C f - 18 . LABOR AND MATERIAL BOND BOND NO. CA 106877 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, .the City Council of the City of Carlsbad, State of California, by Resolution No. R 6 5 3 , adopted 7_R_R6 , has awarded to spntfrlapd Paving Tnr-. _ _ (hereinafter designated as the "Principal"), a Contract for: TAMARACK AVENUE - ADAMS STREET TO HIGHLAND DRIVE CONTRACT NO. 3144 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 incor- porated 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, SOUTHLAND PAVING, INC. _ , as Principal, (hereinafter designated as the "Contractor"), and MERCHANTS BONDING COMPANY (MUTUAL) _ as Surety, are held firmly bound unto the City of Carlsbad in the sum of SIXTY FIVE THOUSAND SIX HUNDRED FIFTY FIVE AND 00/10D Dollars ($ 657655. )» said sum being fifty per cent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the Contract, for which payment well and truly to be made we bind ourselves,- our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and, also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4202 of the Government Code of the State of California. 0 "5. SID a. Oo III 12 3SK O H oa< o.S35 STATE OF CALIF COUNTY OF On this ss. day of „ the_ _ before me, the undersigned, a Notary Pubi.c in and far said County and^ejjersonallv appeared 'personally known to me (or proVed to me on the basis of satisfactory evidence) to be the •—• President, and personally known to me (or proved to me on the basis of satisfactory <2 « Signature ORIGINAL vjygguP' ZELIA h\ NORWOOD NOTARY PUBLIC - CALIFORNIA SAM DIEGO COUNT/ K'j comm. expires NOV 23, 1983 Name (Typed or Printed) Notary Public in and for said County and State 1-118 1/83 MAINE 425 No. Onto Street, # E. "ccondido, CA 92025 (This, area for official notarial seal) ATTORNEY IN FACT ACKNOWLEDGMENT STATE OF CALIFORNIA County of S_an __Diego On this 24th day of ±ui,y. , in the year £?.?.£ , before me, a Notary Public in and for said County, State of California, residing therein, duly commissioned and sworn, personally appeared d.?_J?_ a.....P.B.?y. H personally known to me, Q proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of_.Merchant_S.._Iton.^ .(Mutual) and acknowledged to me thatg] he D she subscribed the name of ..Merchants Bonding.....Company (Mutual) .....thereto as surety, and H his O her own name as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, t^je/fa^ and year stated in this certificate above. OFFICIAL SEAL MARYC.BMQC NOBBY PUBUC-CMfOMA SAN DIEGO COUNTY My Comm. Expires June 8,1990 ' My commission expires 38OO42— 1 -83 MERCHANTS BONDING COMPANY — MUTUAL— DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Presents, thai the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the Slate of Iowa, and having its principal office in the City of Des Moines, County of Polk. State of Iowa, halh made, constituted and appointed, and docs by these pescnls make, constitute and appoint James H. Sim and John Maloney and Tom Gorman °* San Diego andStateof California its true and lawful Attomcy-in-Fact. with lull power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety: Any and all bonds and undertakings in the normal course of business, provided no one bond or undertaking shall exceed the penal sum of Thwo Hundred Fifty Thousand and no/lOOths DOLLARS ($250,000.00). and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly aulhon/.ed officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following By-Law adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2. SECTION 5A. —"The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Allonicys-in-Faci. and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." In Witness Whereof. MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice Presidents, and its corporate seal to be hereto affixed, this 12th day of January A.D.. 1983 Attest: By MERCHANTS BONDING COMPANY (Mutual) Vf<r Prestdtnt . before me appeared STATE OF IOWA COUNTY OF POLK «,. On this 12th day of January . 1983 Rodney Bliss III and William W. Warner to me personally known, who being by me duly sworn did say that they are Vice Presidents respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. ^Whereof. I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines. Iowa the day and year first 6,Poli OwqJY. 9-30-83 STATE OF IOWA COUNTY OF POLK i. Rodney Bliss III, Vice President In this of (he MERCHANTS BONDING COMBXNY (Mutual), do hereby certify that the above and foregoing is a true and correct copy of the POWER OF ATTORNEY, executed by said MERCHANTS BONDING COMPANY (Mutual), which is still in force and effect. Witness Whereof. I have hereunto set my hand and affixed the seal of the Company, at Des day of 1 9. Th,s power of attorney expires uPon revocation - 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 y day of (Notarize or Corporate Seal for each Signer) Surety ATTORNEY IN FACT ACKNOWLEDGMENT STATE OF CALIFORNIA County of S_an_. JD i e go 5th "San""D"iego John MaToney On this..... August ..day of °.. , in the year .1986 , before me, a Notary Public in and for said .County, State of California, residing therein, duly commissioned and sworn, personally appeared l"."."...lt"±"".^£ g] personally known to me, D proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of ...Me.r..C.haB.t.a....B.Q.n.din£.....CQnipany .CMutual) and acknowledged to me that H he D she subscribed the name of Mexchant.S,...BondiSg Company (Mutual) thereto as surety, and [3 his D ner own name as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand ai'.d affixed my official seal, the/day and year stated in this certificate above. My commission expires lotary Public June 8, 1990 - ^ r r - 20. BOND NO. CA106877 PERFORMANCE BOND PREMIUM $1,418.00 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, state of California, by Resolution No. 8653 _i adopted 7-3-86 / has awarded to Southland Paving Inc. ,(hereinafter designated as the "Principal"), a Contract for: TAMARACK AVENUE - ADAMS STREET TO HIGHLAND DRIVE CONTRACT NO. 3144 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract documents now on file in the Office of the City Clerk of the City of Carlsbad all of which are incorporated herein by this reference. WHEREAS, said Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance of said Contract; NOW, THEREFORE, WE, SOUTHLAND PAVING, INC. ,. as Principal, (hereinafter designated as the "Contractor") ,"i and MERCHANTS BONDING COMPANY (MUTUAL) , asSurety,are held and firmly bound unto the City of Carlsbad, in the sum of ONE HUNDRED THIRTY ONE THOUSAND THREE HUNDRED AND TEN AND NO/IOO— Dollars ($ 131,310 ), said sum being equal to on 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 manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation . shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder MERCHANTS BONDING COMPANY — MUTUAL— DES MOINES, IOWA POWER OF ATTORNEY Know All Men By These Present*, that Ihc MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws of the Stale of Iowa, and having its principal office in the City of Des Moines. County of Polk. Stale of Iowa, hath made, constituted and appointed, and does by these pesenls make, constitute and appoint James H. Sim and John Maloney and Tom Gorman °' San Diego and Slate of California '* a a om and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surely: '<* true and lawful Allomey-in-Facl. with full power Any and all bonds and undertakings in the normal course of business, provided no one bond or undertaking shall exceed the penal sum of Thwo Hundred Fifty Thousand and no/lOOths DOLLARS ($250,000.00). and lo bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to the authority herein given, are hereby ratified and confirmed This Powcr-of-Attomey is nude and executed pursuant to and by authority of the following By-Law adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (Mutual). ARTICLE 2. SECTION 5A. —"The Chairman of the Board or President or any Vice President or Secretary shall have power and authority lo appoint Atlonicys-in-Facl. and lo authorize them lo execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. " In Witness Whereof. MERCHANTS BONDING COMFttNY (Mutual) has caused these presents lo be signed by its Vice Presidents, and its corporate seal lo be hereto affixed, this 12th Jay of January A.D.. l°83 Attest: By Pefxijfnt MERCHANTS BONDING COMPANY (Mutual) ^•v li.r Pre \t<!rHl before nic appeared STATE OF IOWA COUNTY OF POLK *, On this 12th day of January .1983Rodney Bliss III and William W. Warner to me personally known, who being by me duly sworn did uy thai they are Vice Presidents respectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. j«*V!&flftftMu/( Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines. Iowa the day and year first *'*STATE OF IOWA COUNTY OF POLK i.Rodney Bliss III, Vice President of Ihc MERCHANTS BONDING COMMNY (Mutual), do hereby certify that Ihc above and foregoing is a true and correct copy of Ihc IVWER OF ATTORNEY, executed by said MERCHANTS BONDING COMPANY (Mutual), which is still in force and effect. In Witness Whereof. I have hereunto set my hand and affixed the seal of the Company, at this day of 19. Des This power of attorney expires revocation .Koo oo o Xo aa - 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 24th day of JULY , 19 86 . 5 *vzt!sr3*n » «* >— °< »"*"""personally known to me (or i be •» 7F-HA M NORWOODZ PUBLIC - CALIFORNIA , #F,F':condido,CA 92025 Signature Name (Typed or Printed) Notary Public in and for said County and State (This area for official notarial seal) 1-118 1/83 MAINE ATTORNEY IN FACT ACKNOWLEDGMENT S/ATK OF CALIFORNIA '/ouniyof San Diego On this £±Hi. day of July. , jn tne year 1986 , before me, a Notary Public in and for said —n -^"2° County, State of California, residing therein, duly commissioned and sworn, personally Appeared J.P.M...Malgney jf] personally known to me, FJ proved to me on the basis of satisfactory evidence to he the person whose name is subscribed to this instrument as the attorney in fact of ._.?.£_.S.n.!:..? S.9.B.f;.:r..n.S......r.?.5P.a..5y......\.Mu..tu.^..l) and acknowledged to me thatC h? r\ she subscribed the name of .M.f.£?.^..^.t.S.....Bonding Company .(MutualJ thereto as surety, and H his Q] her own name as-attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the da/'knd year stated in this certificate above. 360042— 1 -83 OFFKIM.SEM. MARYCIMQCNomnrniBue-GMJFQMU SAN DIEGO COUNTY My Comm. Expire* JuntS. 1990! My commission expiresi 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 Cont 19 TNESS WHEREOF, this instrument has been, duly ex actor and Surety above named on the *-/ day of ({ . -T—/ Q-^ tiv-Z, (Notarize or Corporate Seal for Each Signer) j/.jp Contracor Surety ATTORNEY IN FACT ACKNOWLEDGMENT STATE OF CALIFORNIA County of .......... J!» On this .................. ..™.?. ........................................ day of ............. .f*y.Sy.§..l-- ................................ , in the year ............ L?..9..9. ............................................ , before me, a Notary Public in and for said ...................................... §.§*L..P.-!:.?..8>° .............................................................................................. County, State of California, residing therein, duly commissioned and sworn, personally appeared ............ .J.Q.fe]Q.....M.sl.Qney ................................................................................................ [^personally known to me, n proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to this instrument as the attorney in fact of ...... Merchants ..... Mnding....ComEany.......(.Mu.t.ua.ll ............ and acknowledged to me that fjfhe D she subscribed the name of ........... Me.rchanJ:..S ..... B.Q.n.ding.....C.QI(lp.any ...... (HU.tU.aD. .................................. thereto as surety, and C^his Q her own name as attorney in fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the/toy and year stated in this certificate above. OmCMLSEM. NHOTC.BAKKE NOMRVraUC-CAUFMMA SAN DIEGO COUNTYMyComm. Expires June 8,1990 Myommsion expires 30OO42—1-83 - 22 - CERTIFICATION OF COMPLIANCE I hereby certify that Legal Name fcgf Contractor in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. .ta* te WDate (NOTARIZE OR CORPORATE SEAL) S44nature (Seal) Title (Notarial acknowledgement of execution by all principals must be attached.) - 23 - GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the 1982 edition of the Standard Specifications for Public Works Construction, hereinafter designated SSPWC, as issued by the SouthernChapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents, and the General and Special Provisions attached thereto. The Construction Plans consist of two (2) sheets designated as City of Carlsbad Drawing No. 230-1. The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by theSanDiego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT A. Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. B. Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. C. Directions: Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "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. - 24 - D. Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. E. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform 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. 4. CODES AND STANDARDS Standard Specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. 5. CONSTRUCTION SCHEDULE A construction schedule and a payment schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruction conference. No changes shall be made to either schedule without the prior written approval of the City Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. - 25 - The Contractor shall begin work within 15 calendar days after beinq duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 60 consecutive calendar days. If the completion date is not met the contractor will be assessed the sum of $ 200.00 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. 6 . 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. 7. GUARANTEE All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two (2) copies to the City Engineer. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of a City Construc- tion Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish Inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this Contract. - 26 - 11. 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. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the Contract, the City will be the interpreter of the intent of the Contract documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the Contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the drawings, specifications, and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment, or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications, and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment, or process tested as to its quality and strength, its physical, chemical, or other characteristics, and its durability, finish, or efficiency by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment, or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, - 27 - if possible, but in no case less than ten (10) days prior to actual installation. 14. RECORD DRAWINGS The .Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on completion of the work. 15. PERMITS The general construction, electrical, and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergencies to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, the City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety - 28 - laws and buildinq 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 post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be made. 19. UTILITIES Utilities for the purpose of these specifications shall be considered as including, but not limited to pipe lines, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individualy solely for their own use or for use of their tenants, and storm drains, sanitary sewers, and street lighting. The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the Plans all utilities which exist within the limits of the work. However, the accuracy or completeness of the utilities indicated on the Plans is not guaranteed. Service connections to adjacent property may or may not be shown on the plans. It shall be the responsibility of the Contractor to determine the exact location and elevation of all utilities and their service connections. The Contractor shall make his/her own investigation as to the location, type, kind of material, age and condition of existing utilities and their appurtenances and service connections which may be affected by the contract work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incorrectly shown on or omitted from the plans. The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the contract work, the - 29 - Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility, the Contractor shall notify the owners of the utility immediately. It is the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation or alteration of utilities, including service connections, desired by the Contractor for his/her own convenience shall be the Contractor's own responsibility, and he/she shall make all arrangements regarding such work at no cost to the City. If delays occur due to utilities relocations which were not shown on the Plans, it will be solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities which interfere with the construction, the Contractor, upon request to the City, may be permitted to temproarily omit the portion of work affected by the utility. The portion thus omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City, All costs involved in locating, protecting and supporting of all utility lines shall be included in the price bid for various items of work and no additional payment will be made. The Contractor shall notify the City of Carlsbad Police, Fire Department and other services, 48 hours prior to beginning work. In addition, the contiguous property owners shall be notified 48 hours in writing prior to beginning of work and also during the progress of work if substantive traffic flow changes or driveway closures will affect their operations. Police 438-5511 Fire 438-5521 Costa Real Water District 438-2722 San Diego Gas & Electric 438-6103 Trash 438-5628 Post Office 729-2456 Pacific Bell 586-3882 20. WATER FOR-CONSTRUCTION The contractor shall obtain a construction meter for water utilized during the construction under this contract. The - 30 - contractor shall contact City Utilities/Maintenance for requirements. The contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. 21. DUST CONTROL : The Contractor shall furnish a water supply vehicle on the job site. The Contractor shall apply water in the amounts and at intervals as directed by the Engineer. The water supply vehicle and an operator shall be available upon a reasonable notice as determined by the Engineer for after hours, weekend or holiday dust control work. If the Contractor is not available for dust control measures, the City will arrange for the work to be performed by others and will deduct all equipment, labor and material costs thereof from the contract amount. The Contractor shall furnish a street sweeper vehicle on the job site and shall sweep areas as directed by the Engineer. All costs involved for dust control, including supplying and operating water supply vehicles and street sweepers, shall be absorbed in other items of work. 22. CUTTING, PATCHING The Contractor shall do all cutting, fitting or patching of the work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon, or reasonably implied by, the plans and specifications for the completed struc- tures, and Contractor shall make good any defect as the City may direct. The Contractor shall not endanger any work by cutting, excavating or otherwise altering the work and shall not cut or alter the work of any other Contractor save with the consent of the City. 23. BARRICADES The Contractor shall provide and install all barricades and barricade signing as required for traffic control. Tempor- ary signs, barricades, reflectors and other items that may be required during the course of construction by the City or other governing agencies or codes shall be provided by the Contractor. 24. CLEANUP AND PROTECTION OF WORK The Contractor is required to conduct concurrent cleanup operations as the work proceeds. Portions of the job other - 31 - than active work areas as determined by the City Engineer shall be completely cleaned of dirt, debris, trench spoil, equipment and construction materials and these areas are to be completely restored. Dumping or storage of materials or storage of equipment in public rights-of-way or private property requiring subsequent cleanup shall not be permitted unless written permission is secured from the agency having jurisdiction or owner of the property and submitted to the Engineer and approved. Roadway and parkway areas shall be left clean and neat and within a tolerance of +^ 0.10 feet. Fine grading work shall include dress-up of eroded or rutted areas within street rights-of-way and elsewhere caused by Contractor or storm damage during the construction period. The Contractor shall finish the roadway for acceptance by the City of Carlsbad. This shall include dressing the parkway, removal of any unsuitable material, wash-down of pavement and cleanup of any debris arising from execution of Contractor's work. Site shall be left in a clean and neat condition to the satisfaction of the City. Until the formal acceptance of the work, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from the performance or nonperformance of the work. All costs involved in protection, restoration and cleanup of existing improvements shall be included in other items of work. 25. WORK INDICATED AS N.I.C. The term "N.I.C." shall be construed to mean that work of this Contract which is not being performed by the Contrac- tor; the term shall mean "Not in This Contract" or "Not A Part Of The Work To Be Performed By This Contractor." 26. VANDALISM All improvements shall be protected from defacement or unauthorized markings during the period of the contract. Items so damaged shall be replaced or reparied by the Contractor at no cost to the City. - 32 - 27. USE OF PAVEMENT SAWS A concrete pavement saw shall, where practical, be used in the removal of all existing concrete curbs, sidewalks and gutters. A full depth of saw cut shall be used where possible. Minimum depth of saw cut shall be 2/5 of the thickness of the concrete pavement. Pavement saws need not be used for the removal of bituminous pavement in the City streets. However, the bituminous pavement shall be sawn at removal lines determined by the Engineer. - 33 - SPECIAL PROVISIONS 1. GENERAL The following additions are made to Parts 2, 3, and 4 of the Standard Specifications. If there is a conflict between these additions and the Standard Specifications, these additions shall have precedence. 2. PART 2 - CONSTRUCTION MATERIALS Where applicable, alternate materials specified in Part 4 of the Standard Specifications shall be used. 3. PART 3 - CONSTRUCTION METHODS General Description of Work The work to be done in general consists of the following: Removal of existing turf and trees, removal of existing A.C. pavements and obstructions; earthwork; construction of concrete curb and gutter; cross gutters; driveway approaches; sidewalk; striping; constructin of asphalt concrete overlay and new structural section consisting of aggregate base and asphalt concrete; and construction of masonry retaining walls. The preceding shall include furnishing all labor, materials, tools, equipment and incidentals necessary to perform said work and to complete work to the satisfaction of the Engineer. Traffic Control The traffic control includes the construction of detours, street closures, and related work necessary and required for construction work in traffic lanes. A. Notifications The contractor shall notify the following City Departments 24 hours prior to the start of work on this project and 24 hours prior to the closing or opening of a street or alley within the City of Carlsbad: Engineering Department - 438-5541 Police Department - 438-5511 Fire Department - 438-5521 - 34 - The City of Carlsbad will furnish, at no charge to the Contractor, "TEMPORARY NO PARKING" signs to be posted (and removed) by the Contractor as required to facilitate progress of the work. The signs shall be removed by the Contractor immediately when not required to facilitate the work. B. Barricades, Guards and Safety Provisions To protect persons from injury and to avoid property damage, adequate barricades, bridging, construction signing, warning lights, and guards as required shall be placed and maintained during the progress of construction work and until it is safe for traffic to use the street or highway. All piles of material, equipment, pipe, and other objects that may serve as obstructions to traffic shall be barricaded and have warning lights. The warning lights shall be of intermittent flashing type, amber in color and shall be working from one-half hour before dusk continually until one-half hour after dawn the following morning, and when visibility is poor. All safety rules and regulations of local and State authorities shall be observed. Portable delineators, including the base, shall be composed of a material that has sufficient ridigity to remain upright when unattended and shall be either flexible or collapsible upon impact by a vehicle. The base shall be of such shape as to preclude roll after impact. The base shall be of sufficient weight or shall be anchored in such a manner that said delineator shall remain in an upright position. If the portable delineators are damaged, displaced, or not in an upright position, from any cause, said delineators shall immediately be replaced or restored to their original location, in an upright position, by the Contractor. The vertical portion of the portable delineators shall be predominantly orange in color. The post shall not be less than 2-1/4" in width or diameter, if tapered, shall have a cross-sectional area of not less than 100 square inches measured through the vertical axis of the delineator, normal to the roadway. The minimum height shall be 37" above the traveled way. Fluorescent traffic cones shall be of good commercial quality, flexible material suitable for the purpose intended. The outer section of the portion above the base of the cone shall be a highly pigmented, - 35 - fluorescent orange polyvinyl compound. The overall height of the cone shall be at least 28". The base shall be of sufficient weight and size or shall be anchored in such a manner that the traffic cone will remain in an upright position. In order to expedite the passage of public traffic through or around the work and where ordered by the Engineer/ the Contractor shall install signs, lights, flares, barricades, and other facilities for the sole convenience and direction of public traffic. Also, where directed by the Engineer, the Contractor shall furnish competent flagpersons whose sole duties shall consist of directing the movement of public traffic through or around the work. No material or equipment shall be stored where it will interface with the free and safe passage of public traffic and at the end of each day's work and at other times when construction operations are suspended for any reason, the Contractor shall remove all equipment and other obstructions from that portion of the roadway open for use by public traffic. Existing traffic signal and highway lighting systems shall be kept in operation for the benefit of the travelling public during progress of the work and other forces will continue routine maintenance of existing systems. The Contractor may be required to cover certain signs which regulate or direct public traffic. The Engineer will determine which signs shall be covered. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to abutting property owners. All street and highways used by the Contractor shall be kept free of debris, dust, and mud by the Contractor. Personal vehicles of the Contractor's employees shall not be parked on the traveled way at any time, including any section closed to public traffic. When entering or leaving roadways carrying public traffic, the Contractor's equipment, whether empty or loaded, shall in all cases yield to public traffic. The provisions in this section may be modified or altered if, in the opinion of the Engineer, public traffic will be better served and work expedited. Any proposed modifications shall be approved in writing by the Engineer. - 36 - Whenever a lane closure is made, the Contractor shall close the lane by placing fluorescent traffic cones, portable delineators, or other devices approved by the Engineer, along a taper and along the edge of the closed lane adjacent to public traffic. One telescoping flag tree with flags shall be placed at the beginning and at the end of the taper. Whenever work is being performed adjacent to a lane carrying traffic, the edge of land or edge of pavement shall be delineated by placing temporary portable delineators adjacent hereto. Should the Contractor appear to be neglectful or negligent in furnishing warning and protective measures as above provided, the Engineer may direct attention to the existence of a hazard and the necessary warning and protective measures shall be furnished and installed by the Contractor at his/her expense. Should the Engineer point out the inadequacy of warning and protective measures, such action on the part of the Engineer shall not relieve the Contractor from responsibility for public safety or abrogate his/her obligation to furnish and pay for these devices. Full compensation for furnishing, placing, maintaining, replacing and removing construction signing, barricades, delineators, and traffic cones; for covering signs as directed by the Engineer; and for furnishing flagpersons shall be considered as included in the various contract items of work involved and no separate payments will be made therefore. ADDITIONS TO STANDARD SPECIFICATIONS 300-1 Clearing and Grubbing Clearing and grubbing shall consist of removing concrete, asphalt concrete, turf, trees, shrubs and other deleterious matter and obstructions (not including existing structural section) as shown on the plans, specified in Section 300-1 of the Standard Specifications and disposed of in a manner acceptable to the Engineer. Payment for "Clearing and Grubbing" shall be the lump sum price bid and shall include all other work involved as outlined in Section 300-1.4. 300-2 Unclassified Excavation Unclassified excavation shall consist of all excavation (except conduit and structure excavation) and shall include removal of existing structural section. - 37 - Payment for unclassified excavation shall be the lump sum price bid for "Earthwork" and shall include all other work involved as outlined in Section 300-2. 301-2 Untreated Base Crushed aggregate base required for new roadway structural section and under curb and gutter shall be included in the bid item "Aggregate Base." 302-5 Asphalt Concrete Pavement General: Asphalt concrete pavement shall conform to Section 305-5 of the Standard Specifications. A.C. Materials; The asphalt concrete class and grade shall be as follows: 1. Base Course: Type B-AR8000 2. Cap and Overlay Course: Type C2 AR4000, maximum thickness 2 inches. 3. Tack Coat: SS-1h 4. Driveway Approach: Type C2~AR4000 5. Prime Coat: None required A.C. Overlay; Existing A.C. pavement shall be cleaned of all loosematerial via power-broom equipment to the satisfaction of the Engineer. Tack coat shall be applied to the surface ahead of the paving pass only to reduce the incidence of wheel tracking. The Contractor shall assume the liability and cost of removal of wheel tracking of paving materials from adjacent P.C.C. improvements. The Contractor shall establish the .finish surface, in conformance with the typical section by pulling cross-slope string and marking fill depth. 302-5.3 Asphalt Concrete Pavement - Tack Coat Grade SS-1h emulsified asphalt shall be used as a tack coat as required for asphalt conrete overlay. All surfaces to be overlayed shall be cleaned to the satisfaction of the Engineer before tack coat is applied. Payment for surface cleanup shall be included in price bid for asphalt concrete and no other compensation will be allowed. - 38 - 302-5.4 Asphalt Concrete Pavement - Distribution and Spreading At all locations where new asphaltic concrete pavement is joining or overlaying existing asphalt pavement, the Contractor shall rake out all aggregates 3/8 inch and larger and feather the new pavement to form a smooth transition with the existing pavement. The Contractor shall be responsible for maintaining location of all valves during construction operations. The Contractor may salvage and utilize all existing caps and sleeves but shall be required to furnish all sleeve extensions and replace any lost caps or sleeves. 302-5.5 Asphalt Concrete-Pavement - Rolling Initial or breakdown compaction shall consist of a minimum of three coverages of a layer of asphalt mixture. A pass shall be a movement of a roller in both directions over the same path. A coverage shall be as many passes as are necessary to cover the entire width being paved. Overlap between passes during any coverage made to insure compaction without displacement of material in accordance with good rolling practice shall be considered to a part of the coverage being made and not part of a subsequent coverage. Each coverage shall be complete before subsequent coverages are started. Three-wheel rollers shall not be permitted and pheumatic rollers shall not be permitted. Pheumatic rollers shall be used on lower layer only. Each lane of the top layer, once commenced, shall be placed without interruption. 302-5.8 Asphalt Concrete Pavement - Payment Asphalt concrete pavement required for roadway structural section and for overlay shall be included in payment for bid item "Asphalt Concrete Pavement." Payment shall be the price per ton bid and shall include all other work involved, as outlined in Section 302-5 of the Standard Specifications. 302-5.9 Wheelchair Ramp Wheelchair ramps shall be paid for at the price bid per "P.C.C. Wheelchair Ramp" and no other additional compensation will be allowed. Payment shall include all other work involved as outlined in Section 303-5.9 of the Standard Specifications. - 39 - 303 . Retaining Walls Retaining walls shall be constructed where shown on the plans according to Drawings C-2.1 and C-7.1 of these specifications. Actual wall height (maximum 4'0" and stepped to match grade) shall be directed by the engineer. Payment for retaining walls shall be per square foot block faces as measured by the engineer. Water Valve Sleeve and Cover Adjustment The Contractor shall be responsible for "tie-outs" on all surface utility locations. Water valve sleeves and covers shall be examined and prepared for adjustment by the contractor prior to paving and shall be adjusted to finish grade during the paving operation. Payment for adjustment of water valve sleeves and covers shall be at the unit price bid per each including sleeve extensions as required. Traffic Striping and Pavement Markings Paint for traffic striping and pavement marking shall be either rapid dry white in accordance with the color stipulated in Contruction Notes 15-20 as directed by the Engineer. Delete paragraph 1 of Subsection 210-1.6.5, "Reflective Material," of the Standard Specifications for public Works construction and add the following: Reflective material shall consist of glass beads added to the surface of each coat of paint prior to setting so that the beads will have proper adhesion. Special care shall be taken with rapid dry paint. Delete paragraph 1 of Subsection 310.5.6.7, "Layout, Alignment and Spotting," of the Standard Specifications for Public Works Construction and add the following: The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 50 feet. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. No street shall be without the proper striping over a weekend. - 40 - Supplement and amend Subsection 310-5.7.3, "Basis of Payment," of the Standard Specifications for Public Works Construction as follows: The lump sum contract price paid for traffic striping shall include full compensation for furnishing all labor, materials, tools and equipment and for doing all the work involved in traffic striping and pavement markings and no additional compensation will be allowed therefore. Remove Traffic Stripes and Pavement Markings Traffic stripes and pavement markings shall be removed from the existing pavement as shown on the plans or as directed by the Engineer. Traffic stripes and pavement markings shall be removed to the fullest extent possible from the pavement by wet sand blasting or any other method that does not materially damage the surface or texture of the pavement of surfacing. S{£knd or other materials deposited on the pavement as a result of removing traffic stripes and markings shall be removed as the work progresses. Accumulations of sand or other material which might interfere with drainage or might constitute a hazard to traffic will not be permitted. Traffic stripes shall be removed before any change is made in the traffic pattern and before painting new stripes and markings. Where blast cleaning is used for the removal of traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. Contractor will not be required to use a vacuum attachment under the following conditions: 1. When approved by Engineer. 2. When the blasting sand will be confined by mechanical means to a small area. 3. When a sweeper (preferably a vacuum type) will immediately follow the blasting operation or when traffic can be safely routed around the sand until it is swept up. - 41 - Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided in Subsection 7-10, "Public Convenience and Safety," of the Standard Specifications for Public Works Construction. Removal of traffic stripes and pavement markings will be included in the lump sum contract price paid for "Traffic Striping" and shall constitute full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in removing the traffic stripes and pavement markings and no additional compensation will be allowed therefore. Roadside Signs Existing roadside signs and posts, at locations shown on the plans, shall be removed, relocated, disposed of or salvaged as shown on the plans or as directed by the Engineer. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. Selected sign panels and/or posts as determined by the Engineer shall be salvaged and stockpiled at the job site by the Contractor and picked up the City forces for delivery to the City Yard. Sign panels and/or posts which are not salvaged shall become the property of the Contractor and be disposed of outside the right-of-way. F.ull compensation for removing, relocating, or salvaging sign panels and posts shall be considered as included in the contract lump sum price paid for "Clearing and Grubbing" and no separate payment will be made therefore. 307 Street Lighting Street lighting shall conform to the provisions of Section 30, "Signals and Lighting," of the Standard Specifications and these special provisions (see Drawings E-1 and E-2). Foundations shall be Class A concrete. Light standards shall be precast, prestressed spun concrete poles. Poles shall be equipped with galvanized steel bracket arms fabricated from 2" O.D. Schedule 40 pipe conforming to ASTM Designation: A-120. Pole finish shall be sand blasted exposed aggregate. Poles shall be furnished for bolt-down installation on cast-in-place concrete foundations. - 42 - Conduit for underground installation shall be rigid non-metallic conduit. Conduits installed in concrete structures shall be rigid steel conduit and shall be sealed against intrusions of wet concrete during installation. Wiring shall be in accordance with Section 307-2.6. Pullboxes for installation in the ground or in sidewalk areas shall be precast reinforced concrete with precast reinforced concrete covers marked "STREET LIGHTING" in recessed 1" letters. Covers shall be capable of being secured to the pullbox. Pullboxes shall be No. 5 size (see Drawings GS-6 and GS-13). Luminaires shall be cutoff type, 100 watt, 9,500 Lumen high pressure sodium. Photoelectric controls shall be Type IV. Contractor shall submit to the City Engineer at the preconstruction meeting, the manufacturer's expected delivery date for the equipment required. The lump sum price paid for street lighting shall include full compensation for furnishing and installing the street light luminaires, including all necessary underground or embedded conduits and conductors, light standard foundations, pullboxes and connections to point of service, complete, and no additional compensation will be allowed therefore. Utilities Utilities for the purpose of these specifications shall be considered as including, but not limited to, pipe lines, conduits, transmission lines, and appurtenances of "Public Utilities" (as defined in the Public Utilities Act of the State of California) or individually solely for their own use or for use of their tenants, and storm drains, sanitary sewers, and street lighting. The City of Carlsbad and affected utility companies have, by a search of known records, endeavored to locate and indicate on the plans all utilities which exist within the limits of the work. However, the accuracy or completeness of the utilities indicated on the plans is not guaranteed. Service connections to adjacent property may or may not be shown on the plans. It shall be the responsibility of the Contractor to determine the exact location and elevation of all utilities and their service locations. The Contractor shall make his/her own investigation as to the location, type, kind of material, age and condition of existing utilities and their appurtenances and service connections which may be affected by the contract work, and in addition he/she shall notify the City as to any utility, appurtenances, and service connections located which have been incorrectly shown on the, or omitted from, the plans. - 43 - The Contractor shall notify the owners of all utilities at least 48 hours in advance of excavating around any of the structures. At the completion of the contract work, the Contractor shall leave all utilities and appurtenances in a condition satisfactory to the owners and the City. In the event of damage to any utility/ the Contractor shall notify the owners of the utility immediately. It shall be the responsibility of the Contractor to compensate for utility damages. The temporary or permanent relocation or alteration of utilities, including service connections, desired by the Contractor for his/her 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 othus ommited shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. The costs involved in locating, protecting and supporting of all utilities shall be included in the price bid for various items of work and no additional payment will be made. - 44 - SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract inssuracne 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 Contrator'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 Liabililty; and 2. Insurance Services Office Form Number CA 0001 (Ed. 1/78) covering Automobile Liability, Ccode 1 "any auto"; and 3. Workers' Compensation as required by the Labor Code of the State of California and Employers' Liability Insurance. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for ehich the City of its agents, officers or employers are additional insured. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compenstion and Employers' Liability: Workers' Compensatin limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such - 45 - deductibles or self-insured retentions as respects the City, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. D. Other Insurance 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 or used by the Contractor; or automobiles owned, leased hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officials employees or volunteers shall be excess of Contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liability Coverages The insurer shall agree to waive all rights of subrogation against the City, its officials, employees and volunteers for losses arising from work performed by Contractor for the City. 3. All Coverages Bach insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. - 46 - 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 endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms provided by the City and are to be received and approved by the City before work commences. 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. -47- CERTIPICATION OP COMPLIANCE I hereby certify that ^^a.-^inind refine. Jnc. Legal Nameljof Contractor in performing under the Purchase Order awarded by the City of Carlsbad, will comply with the County of San Diego Affirmative Action Program adopted by the Board of Supervisors, including all current amendments. 44 Date a Signture (SeaT) (NOTARIZE OR CORPORATE SEAL)/ •/i < TltTe (Notarial acknowledgement of execution by all principals must ba attached.) COMPENSATION I N S U R A ISI C E FUND P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE POLICY NUMBER: CERTIFICATE EXPIRES: L_ This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. /") •PRESIDENT EMPLOYER r L SCIF 10262 (REV. 8-84)COPY FOR INSURED'S FILE OLD 262A CERTIFICATE OF INSURANCE feET TAB STOPS AT ARROWS I ISSUE DATE (MM/DD/YY) 7-25-86 kci 'ODUCER Charlebois Insurance Services 12271 Oak Knoll Itoad Goway, Ca. 92064 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OH ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A — , — „LETTER A Royal Insurance Ocrapany jRED ;-t)ger R. & June M. Tavernier, DBA: •outhland Paving & .avernier Trucking 3226 Laurashaw Lane Jsoondido, Ca. 92026 COMPANY LETTER COMPANY f* LETTER ** COMPANY r» LETTER ** ••^ CERTIFY THAT POLICIES OF INSURANCE LISTED BO OW ' WE RE EN ISSUED TO THt !-:r;«rp -,..,MEr, aOVE FOR THE POLICY PERIOD INDICATED.! WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH • ESPECT TO WHICH THIS CERTIFICATE MAY ts.^0 OH MAY PERTAIN, THE INSURANC AFFORDED BY THE P H.ICIES DESCRIBED HERHN 'R S'JB.tCT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- •- :. Of SUCH POLICIES. X X X X X X -f- Oi :"."'URANCE .:..' -.L L.IAB',. , V •'•.•">[ RGHOUND•\P13SION & COLLAPSE HA7ARD '• TXICTS/COMPLETEO OPERATIONS \ riAClUA, .^ENDENl CONTRACTORS " ;AD FORM PROPERTY DAMAGJ "FRSONAL INJURY AUTOMOBILE LIABILITY j ANY AUTO ~XJ ALL OWNED AUTOS (PRIV PASS.) jjj All OWNED AUTOS (^ERPTAHS|N) Xj HIRED AUTOS Xl NON-OWNED AUTOS 1 GARAGE LIABILITY EX ;ESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION AND EMPLOYERS1 LIABILITY J THER ~" f-'OIJCY N;. . ., i- PXftG 84859 PDWD 30746 9-1-85 9-1-85 9^pir> IK 1 A 1Tibiroa •'. :- :Wf YY) 9-1-86 9-1-86 I «• LIABILITY LIMITS IN THOUSANDS BODILY INJURY PROPERTY DAMAGE Bl & PD COMBINED FACHOCCURRENCE $ $ $1,000, PERSONAL INJURY BODILYINJURY |PER PERSONI 800ILV INJURY (PER ACC DENT! PROPERTY DAMAGE Bl & PD COMBINED Bl & PD COMBINED $ $ $ $1,000, $ AGGRFGAIF $ $ $ 1,000, $ 1,000, $ STATUTORY $ (EACH ACCIDENT) $ (DISEASE-POLICY LIMIT) $ (DISEASE-EACH EMPLOYEE) .CRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMSJob: Tamarack Avenue liTjpreveaents, Project #3144 3elcw named as Additional Insured:r- i IFICATE HOLDER Jity of Carlsbad, L200 Elm Avenue arlsbad, Ca. 92008 D 25 (8/84) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION QR LIABILITY (.ANY KIND UPON THE COMPANY/TT5,AGENTS OR REPRESENTATIVES. AUTI-LREPRESENTATiytN IIR/ACORD CORPORATION 1'ift*