Loading...
HomeMy WebLinkAboutSouthland Paving Inc; 1986-09-26; 31670 a STATE COMPENSATION INSURANCE ru N D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 POLICY NUMBER CERTIFICATE EXPIRES r L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Califo 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 policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document v respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the poli described herein is subject to all the terms, exclusions and conditions of such policies. -YPi?& c-- RESIDENT - EMPLOYER r t L SClF 10262 (REV. 8-84) COPY FOR INSURED'S FILE PIE CERTfGiCATE HCBhDER. TH1S CERTIFICATE $WE TIMOTHy R. GWIN, BRiOKER TkE CQ5rEFS$rGE AFFQrntBkD BY THE POUG1ES B1 9748 LOS COCHES KD. #11 ~- i 4 ! SOUTHLAND PAVING, INC 1 tNSURED --_--- ~111 f i i POLICY i\rUUB%R iERfiL LIWB?LCY COWRWEWdE FGRM PERSONAL iNJU IWJEPEWEK i COMTMXORS BROPD F09M PWPE3N DAMAGE LJERSOk4L IRJJKY .a AlJl-Qs ,PF'V PASS 1 GLL OW'dWE3 AVTOS (y#p&y) ' BA7 5 10 6 2 MO!WWNED AIITOS GAPAGE LIABILTY t ~~OWKEW?S' ~,~P~~~~~~~~~ EWPWYERB' I:ABlbSTY JSE: APPTAN ROAD iMPROVE5fEYTS A0 8/ CONTRACT ~~3161 ADDITION 2075 LOS ?ALMAS DR. CA9LSBAD, CA a 92009-4859 CITY OF CAliLSSAD * a CITY OF CARLSBAD San Diego County California COHTRACT DOCUIIENTS & SPECIFICATIONS for ABPIAN ROAD IHPROVEHEBTS a CONTRACT NO. 3167 0 . TABLE OF CONTENTS 0 PAGE ITEM - -- NOTICE INVITING BIDS 2 PROPOSAL 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL 7 DESIGNATION OF SUBCONTRACTORS 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 11 CONTRACT 12 LABOR AND MATERIALS BOND 17 PERFORMANCE BOND 19 21 GENERAL PROVISIONS CERTIFICATE OF COMPLIANCE 27 SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS 28 SPECIAL PROVISIONS 31 0 e CITY OF CARLSBAD, CALIFORNIA e NOTICE INVITING BIDS, -- Sealed bids will be received at the Office of the Purcha Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, u 4:OO PM on the 1st day of Ju l,y time they will be opened and read for performing the WOK follows: r 19 86 r at w - CONTRACT NO. 3167 The work shall be performed in strict conformity wit1 specifications therefor as approved by the City Council ol City of Carlsbad on file in the Engineering Departn Reference is hereby made to the specifications for particulars and description of the work. No bid will be received unless it is made on a proposal furnished by the Purchasing Department. Each bid mu: accompanied by security in a form and amount required by The bidders' security of the second and third next 1c responsive bidders may be withheld until the Contract has fully executed. The security submitted by all other unsucce2 bidders shall be returned to them, or deemed void, withi1 (10) days after the Contract is awarded. Pursuant tr provisions of law (Government Code Section 4590), approp securities may be substituted for any money deposited wit City to secure any obligation required by this notice, The documents which must be completed, properly executed notarized are: e 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 Engin Estimate . The estimated quantities are approximate and solely as a basis for the comparison of bids. The Engin Estimate is $35,600. No bid shall be accepted from a Contractor who has not licensed in accordance with the provisions of State law. Contractor shall state his or her license number classification in the proposal. A total of 30 calendar da authorized to complete this project. a - One set of plans, special provisions, and Contract documents be obtained at the Purchasing Department, City Hall, Carls California, at no cost to licensed Contractors. Additional are available for .a-nonrefundable fee of $10.00 per set. The City of Carlsbad reserves the right to reject any or all and to waive any minor irregularity or informality in such bi The general prevailing rate of wages for each craft or typ worker needed to execute the Contract shall be those determined by the Director of Industrial Relations pursuan the Sections 1770, 1773, and 1773.1 of the California Labor C Pursuant to Section 1773.2 of the California Labor Coc current copy of applicable wage rates is on file in the Offic the Carlsbad City Clerk. The Contractor to whom the Contrac awarded shall not pay less than the said specified prevaj rates of wages to all workers employed by him or her ir execution of the Contract. The Prime Contractor shall be responsible to insure complj with provisions of Section 1777.5 of the California Labor Coc The provisions of Part 7t Chapter 1, of the California Labor commencing with Section 1720 shall apply to the Contract work. A prebid meeting and tour of project site will not be held, Bidders are advised to verify the issuance of all addend receipt thereof one day prior to bidding. Submission of without acknowledgment of addenda may be cause for rejectii bid. Approved by the City Council of the City of Carlsbad, Califo by Resolution No. 8564, adopted on the 20th day of May, 1 a a 1 0 CITY OF CARLSBAD CONTRACT NO. 3167 a PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares he/she has carefully examined location of the work, read the Notice Inviting Bids, exarninec Plans and Specifications, and hereby proposes to furnisi labor, materials, equipment, transportation, and sen required to do all the work to complete Contract No. 31( accordance with the Plans and Specifications of the Cit Carlsbad, and the Special Provisions and that he/she will tal full payment therefor the following unit prices for each complete, to wit: Item Approximate Item Descrip. w/Unit Price or Quantity Unit Tf Price - DEMOLITION e 1. Fence - Removal and 170 L.F. /44 2r A 3. AC Pavement Removal 600 S.F. /,s 1 No. Lump Sum Written in Words & Unit - a Replacement 2. Masonry Wall - Saw Cut 4. Treee Removal Lump Sum 7l ig I EARTHWORK 5 . Excavation 1,802 C.Y. CONSTRUCT ION 6. Re-Set Sewer Cleanout 1 EACH 3d. 2- /3.- // -r9 9. AC Overlay 800 S.F. H g3 10. Concrete Sidewalk 1,190 S.F. 2,04 11. Slope Planting 4,000 S.F. 37 7. Concrete Curb and Gutter 238 L.F. 8. AC Paving 4,760 S.F. . lLwhLLAD B’kp Pj Total amount of bid in words:%&&& Total amount of bid in numbers: Addendum(a) Number(s) / has/have received and is/are included in this propos 1. $ 3 Si @4/, 4.6 0 d&bfi All bids are to be computed on the basis of the given estil quantities of work, as indicated in this proposal, times the price as submitted by the bidder. In case of a discre] between words and figures, the words shall prevail. In ca an error in the extension of a unit price, the corrl extension shall be calculated and the bids will be computl indicated above and compared on the basis of the corri totals. The Undersigned has checked carefully all of the above fi and understands that the City will not be responsible fo errors or omissions on the part of the Undersigned in maki this bid. The Undersigned agrees that in case of default in executin required Contract with necessary bonds and insurance pol within twenty (20) days from the date of Award of Contra City Council of the City of Carlsbad, the proceeds of che bond accompanying this bid shall become the property of the of Carlsbad. Licensed in accordance with the Statutes of the Stat California providing for the registration of Contractors, Li Identification 3,3-00/0d3 8 . The Undersigned bidder hereby represents as follows: a No. es//9/ 0 1. That no Councilmember, officer, agent, or employee c City of Carlsbad is personally interested, direct indirectly, in this Contract, or the compensation paid hereunder; that no representation, oral c writing, of the City Council, its officers, agent employees has induced him/her to enter into Contract, excepting only those contained in this fc Contract and the papers made a part hereof by its t and 2. That this bid is made without connection with any PC firm, or corporation making a bid for the same work is in all respects fair and without collusion or frz Accompanying this proposal is -(Cash, Certifiemheck, Bond, or Cashier's Ck in the amount of not less than ten percent (10%) of the toti price. 0 - The Undersigned is aware of the provisions of Section 3700 of Labor Code which require every employer to be insured aga liability for workers' compensation or to undertake s insurance in accordance with the provisions of that code, agrees to comply with such provisions before commencins performance of the work of this Contract. The Undersigned is aware of the provisions of the Stat California Labor Code, Part 7, Chapter 1, Article 2, relati\ the general prevailing rate of wages for each craft or tYE worker needed to execute the Contract and agrees to comply its provisions. 0 idder's Name 34 7-4a95 :25y2-; Phone Number Aut orized Signature 4 7/ Ezcl - Authorized Signature 36 / A,' Ah due, E-s-~~YO ppamh& Bidder's Address 920~ $ Type o OrQanization (Individual, Corporation, List below names of President, Secretary, Treasurer, and Man if a corporation; and names of all partners, if a partnershij Partnership) 0 v - 2d5. f 5- 2darcj n& & (EOTARIAL ACKEOULBDGBHBIIT OF BXBCUTION BY ALL PRILJCl HUSP BE APTACEBD) (CORPORATE SEAL) 0 e bond #lo95 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we I Southland Paving, Inc. I Principal, and AmWest Surety Insurance Company I Surety, are held and firmly bound unto the City of Carlst California, in an amount as follows: (must be at least percent (10%) of the bid amount) 10% of bid not to,exceed: ,$5,000.00 *Five Thousand P and no/100s* - I_ for which payment will and truly made, we bind ourselves, heirs, executors and administrators, successors or assic jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if proposal of the above-bounden principal for: Appian Road Improvements Contract No. 3167 in the City of Carlsbad, is accepted by the City Council of : City, and if the above bounden Principal shall duly enter j and execute a Contract including required bonds and insurz policies within twenty (20) days from the date of Awarc Contract by the City Council of the City of Carlsbad, being c notified of said award, then this obligation shall become I and void; otherwise, it shall be and remain in full force effect, and the amount specified herein shall be forfeited to said City. In the event any Principal above named executed this bond a: individual, it is agreed that the death of any such Princ: shall not exonerate the Surety from its obligations under 1 bond. IN WITNESS WHEREOF, we hereunto set our hands and seals tl Corporate Seal (If Corporation) Southland Pavinq, Inc. 20tWay - of June , 19 86 . a incipal d GL/(KLC,, P ichard Fleck j scs B - (Notarial acknowledgement 1 execution by all PRINCIPAL and SURETY must be attache1 (Attach acknowledgement of Attorney in Fact) P * -.- ." STATE OF CALIFORNIA, COUNTY OF LOS ANGELES. ~, before me a Notary Public, within and fo On - _. ___ __ ____ ________ County and State, personally appeared to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within i as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to subscri SURANCE COMPANY thereto as Surety, and his own name a in Fac JUN 20 1986 Cecily M. Gipson I\r” i>rv ’“3, c L Marianne G. Rogers e - a $E 2 22 I2 4: personally known 0 0 w 02 + pade&Mt&*- - -&csptaFu of the corporation that executed the within Instrument, and acknowledged to me that such corporation executed the within instru- ment pursuant to its by-laws or a resolution of its board of directors -- 22 2% tu b 0 a q 0 o Signature fn Om ti Notary Public in and for said County and State 1-118 1 83MAlVE (This area for officidl notarial seal) bond #li BICDXR’S BOND TO ACCOMPANY PROPOSAL ---- KNOW ALL PEF DNS BY XES3 FRFSEMTS: Tnat we r I ScixthJ3nd Paving, Inc. Principal, and Surety, aro he>d zna rirmly bound unto the City of Car. California, in an srount as follows: (must be at lea2 percect (129) of the bid amount) 0 rinit!s:: Surety insurance Lompany - -- 10% of bid --- wt to .*(rE:?d: $5,093.00 *Five Thousand and ~o/lOOs* for wnicn ?ayn?at will and truly made, we bind ourselve: heirs, executors and administrators, successors or as: jointly and severally, firmly by these payments. TEIE COMSIT1C)N OF TE2 FOREGOING OBLIGATION IS SUCH that proposal of cae aoove-aoor-den 2rincipal for: Appian Road ImDrovements Contract No. 3167 in the City of Carlsbad, is accepted by the City Council o City, and if c.’12 hi)o”e boucd3n Principal snall duly ente and execute a Contract including required bonds and ins policies within twenty (2.0) days from the date of Awl Contract by the City Council of the City of Carlsbad, bein( notified of said award, then this obligation shall becomc and void; otherwis;., it shall be and remain in full for effect, and the amount s~z~ified herein shall be forfeited said City. In the event any Principal above named executed this bond individual, it is agreed that the death of any such Pri shall not exonerate tne Surety from its obligations unde bond. IN WITNESS WHERSOF, we hereunto set our hands and seals 0 20tWay - of June , 19 86 . $ j ss STATE OF CALIFORNIA COUNTYOF 3 &A,/ &-e& 0 fi 0 . in the year , before me. the undersigned. a Notary Public in personally known to me (or proved to me on the basis of sa pfactory evidence) to be the i 0 fO ----- -- 0 Ut W fd15e * President, aft# ---- 2; 2= r:: - of the corporation that execuled the within Instrument, and acKnowledged to me that such corporation executed the within instru- ment pursuant to its by-lw or a resolution of its board of directors pj N,? E?‘“ Ctrr-’ - *A p 03 t 9 4+-++fL 1 f 5 Signature 97 A‘ L rn I -,/z@7h2%7i4k,Mu17 Lame (Typed or Printed) hotary Public in and for said County and State 1113 ‘414~ (This area for officidl noiarial bond #1C BIDDER'S BOYD TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE TRZSSNTS: That we I Southland Paving, Inc. Principal, and AmWest Surety insurance Company Surety, are held and firmly bound unto the City of Carl California, in an amount as follows: (must be at leas percent (10%) of the bid amount) e 10% of bid not to exceed: $5,OG0.00 *Five Thousand and no/100s* for which payment wili and truly made, we bind ourselves heirs, executors and administrators, successors or ass jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that i proposal of the above-bounden principal for: Appian Road Improvements Contract No. 3167 in the City of Carlsbad, is accepted by the City Council o! City, and if the above bounden Principal shall duly entei and execute a Contract including required bonds and insr policies within twenty (20) days from. the date of Aw; Contract by the City Council of the City of Carlsbad, bein! cotified of said award, then this obligation shall becomf and void; otherwise, it shall be and remain in full forc effect, and the amount specified herein shall be forfeited 1 said City. In the event any Principal above named executed this bond individual, it is agreed that the death of any such Prii shall not exonerate the Surety from its obligations undej bond. IN WITNESS WHEREOF, we hereunto set our hands and seals 0 20tMay of June , 19 86 . - rnmrate &gal (If Cormration) STATE OF CALIFORNIA, COUNTY OF LOS ANGELES. , before me a Notary Public, within i On - . ___ ____ . ___ to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the wi as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledgi subscribed ~e_name_fthe_A_ME3/E~~SU~~~~SURANCE COMPANY thereto as Surety, and his own ni JUN 20 1986 _. County and State, personally appeared Cecily M. Gipson O=?IC:t.t SEAL in Fact. ,-T .P 8' (4*)/ 'r ?\ i .I ?.I.'.. S Si: G. I; C! C ERS ._. , . i ?i]/ , ,. // j' : , h , i .- t . .ti &LA .___ __ - - - . .! 't/ / -L L 4 +;.:70-.; __ ~. . '7 ' y ~~l?J~tV~l SA& DIEGO OFFICE COUNTY IN ------ h'.v Commission Expires March 3. 1989 Marianne G. Rogers bond #I BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we , Southland Paving, Inc. Principal, and AmWest Surety Insurance Company Surety, are held and firmly bound unto the City of Car: California, in an amount as follows: (must be at lea percent (10%) of the bid amount) 0 10% of bid not to exceed: $5,000.00 *Five Thousand and no/100s* for which payment will and truly made, we bind ourselve heirs, executors and administrators, successors or as jointly and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that proposal of the above-bounden principal for: Appian Road Improvements Contract No. 3167 in the City of Carlsbad, is accepted by the City Council c City, and if the above bounden Principal shall duly ente and execute a Contract including required bonds and ins policies within twenty (20) days from the date of Ab Contract by the City Council of the City of Carlsbad, beir notified of said award, then this obligation shall becon and void; otherwise, it shall be and remain in full foi effect, and the amount specified herein shall be forfeited said City. In the event any Principal above named executed this bonc individual, it is agreed that the death of any such Pr shall not exonerate the Surety from its obligations undt bond. IN WITNESS WHEREOF, we hereunto set our hands and seal: e 20tWay - of June , 19 86 . Corporate Seal (If Corporation) Southland Pavinq, Inc. - incipal &+-c di chard F1 eck (Notarial acknowledgeme execution by all PRINCI (Attach acknowledgement of and SURETY must be atta Attorney in Fact) e - - AMWEST SURETY INSURANCE CO. P.O. Box 4500 Woodland Hills, CA 91365 (818) 704-1111 POWER OF AlTORMEY a KNOW ALL MEN BY THESE PRESENTS, That AMWEST SURETY INSURANCE COMPANY, A CALIFORNIA does herebv make. constitute and aDDOint Raymond E. Gail, Cecily M. Glpson or Daniel Jones as employee of Lou Jones and As its true and iawfui Attorney(s)-in.Fact. with full power and authority for and on behalf of the company as surety, deliver and affix the seal of the company thereto if a Seal is required, bonds. undertakings. recognizances or othe lions in the nature thereof. as follows. and to bind AMWEST SUREM INSURANCE COMPANY thereby, and all of the acts of said Attorneys.in.Fact. QU presents. are hereby ratified and confirmed. This appolntment Is made under and by authority 01 the following provi Laws of the company, Which are now in full force and effect: Small Business Adrninistratlon Guaranteed bonds up to $500,000 Article Ill, Section 7 of the ByLaws of AMWEST SURETY INSURANCE COMPANY This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolul the board of directors of AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15. 19; RESOLVED that the president or any vlce-president. in conlunction with the secretary or any assistant may appoint attorneys-in.fact or agents with authorlty as defined or limited in the instrument evidencing th ment in each case, for and on behalf of the company to execute and deliver and affix the seal of the cornpan) undertakings. recognizances. and suretyship obligations of all kinds: and said officers may remove any suci in.fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking. recognlzance, or suretyshlp obligation shall be binding upon the company (i) when signed by the president or any Vicepresident and attested and sealed (if a seal be required) t retary or assistant secretary; or (ti) when signed by the president or any vice.president or secretary or assistant secretary, and cou and 3ealed (it a seal be required) by a duly authorized attorneym-fact or agent: or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys.in.fact or agents pursi within Ihe limits of the authority evidenced by the power of attorney issued by the company to such person I RESOLVED FURTHER that the signalure of any authorized officer and the seal of the company may bv facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any br taking, recognizance. or other suretyship obligations of the company, and such signature and seal when so have the same force and effect as though manually affixed. IN WITNESS WHEREOF. AMWEST SURETY INSURANCE COMPANY has caused these presents lo be signe . -. .., .- April frcer. and its corporate seal 10 be hereunto affixed this 'st day of AMWEST SURETY INSURANCE COI 0 Ad59 Gary R f- B edLd Karen STATE OF CALIFORNIA, COUNTY OF LOS ANGELES - ss Onthis1Stdayof April A D , 1985 personally came before me Gary '' and Karen G. Cohen to me known to Se the individuals and officers of AMWEST SURETY I1 PANY, CALIFORNIA who executed the above instrument. and they each aCknOwledged the execution of the Same duly sworn, did severally depose and say that they are the said officers of the corporation aforesaid. and tnal the above instrument is the seai of the corporation. and that said corporale seal and tnelr signatures as Such officers and subscribed to the said instrument by lhe authority 01 the board of directors of said corporation. (SEAL) Au IC/ STATE OF CALIFORNIA. COUNTY OF LOS ANGELES - ss CERTIFICATE I. the undersigned. secretary of the AMWEST SURETY INSURANCE COMPANY, a Californ HEREBY CERTIFY that the foregoing and attacned Power 01 Attorney remains in !uil force and has not been re more. that the provisions of the By-Laws of the company and the Resolutions of the board of directors set fo Attorney. are now in force. Signed and sealed at JUN 2 0 1986 this - clay 01 && Karei e vh DE,SIGNATION OF SUBCONTRACTORS 0 The Undersigned certifies he/she has used the subbids c following listed Contractors in making up his/her bid and the subcontractors listed will be used for the work for they bid, subject to the approval of the City Engineer, a accordance with applicable provisions of the specifications changes may be made in these subcontractors except upon the approval of the City Engineer of the City of Carlsbad. following information is required for each subcontra Additional pages can be attached, if required: Items of Full Company Complete Address Phone Work Name w/Zip Code w/Area '73.70 /71/-ss,sn &ye 7 Tw /nOn'-b&9/* 5t/ w 93 -- $ &.- 5oJ bp EiaMd#Ai7 &. %OLS 3u- - 7 a295 m?yY.3 &e* 341- -- *- - 0 d - -- - _I - LI- _.- - 0 DESIGNATION OF SUBCONTRACTORS (continued) 0 The bidder is to provide the following information on the su of all the listed subcontractors as part of the seale submission. Additional pages can be attached, if required. Type of State Carlsbad Amount Full Company Name License b No. License NO.* Bid ($ o Contracting Business of I - 5- _i 0 - -- - -IIL LI - - ----- *Licenses are renewable annually. If no valid lic indicate "NONE" . Valid license must be obtained pri submission of signed Contracts. Bidder I s Company Name (Notarize or Corporate Seal) Bidaer's' Complete Address - Authorized Signature 0 I. I 5- -1 i. .( - Y. ?,i 4 a ';7 3 til 0 L7 Q Q ii: - 0 27 P. k? 0 r') 3 -c .v c3 k? * LIT ti r.4 L m .. .- hen .- 9 py k7 yci 0 a c b 0 LC Gti-iQOOO 93o.f 00-4 , I... r.i p3 b. C , G, F L'; -; ? - li) 4 0 0 0 Pi py 9 b b3 M 0 0 9 rr 0 r+ p. c.: Q ?! l-.dDb"-+4 1.11.. a 0. .a. tJ7 r.i 3 @ T-( rl * 3 !\ M fl ?. 27 92 13 b ;'3 L 13 c.i L.' M rt 0. p. P3 Q LI? cy M 'j3 3 b7 4 .> < "i c.; -.cl c - z :- : * z -1 <I M Q b 9 3 l-4 4 ir; bh\"Lno.* r.1 c.: .1! 7J XQ uu z Y LO -.. - ... ,. - fJ LG 's j- x& : ._ ci z c .A 1 .+ .z 3 .-. i c, 90 >- T.4 a 2 i': 27 cn d U l4 : b? FJ _. 3. LI7 a fi 0 M," Er ri 4 -. v rt ---%,. ,. L ~L-I - ?. I h i - .'F .- - - ;& z w c3 LC * 9 0 -, 5 -8 .c z ZL - -_ 1 - _. - 5 I - I? :x z z .i a 57 -. : - , :*> u i- 2 t.5 z .L x O? * :- yz 5" iL t- H r( ; Lr; L'i !d k- 0 >-; r !A W~LF3~C; $9 L z c, 27 G I- t.=,iiZ c !--r=f+d Lo w cQ?Li>z f-!'Jx3iLx urn bi 2k >? zzzz>"c2<~ +-n~i-H?ja +-I:-:\: E ~3 Qd<a:r=i~+y.;~ *dtLx kif+ WL t-: 'i' 4.L t~z~~~>~:x 03 .E LLiai=c $-JxZX+ LC? zt;"wJ r =X;=i' 5?44 4LIZcLL: ~!~c3~L Pi-- 52 ,-< !:i :.I t LL: uyx CCKis i3u r a 3 :r: Y" ;.- ., , a --w >- I. =LAi+zx3* ix iT! :-<zs Lj >s;% .. z *.-A au~*~U+--L xc'i.CcTLrl--I97 E z c - 2 .-< w zs c; a 2wm3a3 U-N +<a z "' <?I z !A I:j > y 3 y r *A r < ': L I: L 'f ::i j.2 +3 0 !;f - <I w I> :L 1 c - ( L i_ !i 0 G c IXrXxG k- w *> 2 :- 3LUX 2 15 2 3 - CS , .-. LC c - g+zaLxa+ =irlil x++ - 0 _. ~z~G"u-z&~+ d ii $8 E 2 E g G&5CC< - - t: ;-, 5 c _- .- -. I, .-. -2 '-W)+(Tt 11% *v.-*'tLrJaJ 2 -. x330.: + c 3 c; :& c: Zi3Q;=I + c:i -. - - - i. - - 4, fl < 3 & L 5 E: 2 :.' - < .-. . ;5: c 9 =J :z 3 L ,-: - 3c2www L.xc=ia$z .. . -i- i' : - % -: ., * 0 -. - - -. - -.. -- ,.- .. i .. *i , r; '. :>. :I: VI i' .j rr: :- c.: - cc ._. i .! m- % i <' :I -4 .. .- - ..-. p.. 0 r.; s 3 4 Ti r; "i s S r.4 ri c, 3 fl r.i 3 x :> rl 9 u? 9 9r. c.4 L-J I-- 0 > 9 ri i^.1 0) .? !J7 -4) b7 -ay 0 M L3 4 c.1 + a+- ggn o-;+ 5 .-. ,= -* **aI.* -*=- r\ '3. i17 - M r.:? g - e CL' u'i 3 s ?. .; cy c: 9 * g 3 z -c! Q Q 4 M .c. - c.1 r. q fi '. Q q 9 C'i e:? C c3 9- .S*..I.~..i.. rl : d ~ . -. -; - Q 0 M (> rc: .q. !i: 9 3 .._ u \ 4 h; q d r.1 r! P v 1 2' -. 1 1 - .-. - :- *C.***AI- -i p3 i' 5 3 3 27 b3 27 Q :x . -. 3- c Lj E. L: ! :-! Q -7 I3 .-. a:- - IC 7 + --I !-I I - _. --. !- i k yj i r.i 27 3 -4 ?i - -. ,. ,-b. i- - 7 , .- I .-, ._ i-L I, --E _- .- ._. . ...- . _. ._ . . -. .. ... ... .I ... e: . :-> f' r; _- bu - c, c - - ._- -e ;;j - -' -;: 2 .?k GI=! +4 -. . . ,= . - -< 0 !z L;? c - Gi: -- . . .- - _. i 2-7 blJ w +- -1 .: - - + + 8- 'I- I-' ,.: ti L! z i ;ilx ,7 "( %-.rlT s +\ a rO +i i Li! ,- ,.-. ;Ii :'i a T .L _. I .. ... ";: :i 4 LC Q 0 wx -* - GL 13 z+ .'. -* < -. ... !4 :d 2 ;, x '+, $ <-- +- c A. IJ? 'i. $4 7 ;-: :ci A i.l r.1 SY p. ! -1 x ;:j < + L, ;j +!+L s c;" .. ' >x CICG :& b; - +-za s+ *<: iT, :G - d f ::.I - 5( rc !* e= ' zxz '- L 1=1 ..E +cz_r "i +: g wy - --- &=A (j da.LI+ GA :zi +:.:cc' !z C s ,L!~<J.+C~Z~~PG~~ ~S~L~~6.q ~:l~iUHG - & 3 .s -x e$ 2jg !- .~ := + i i- ,-. 2s$$-iuLzl .-- Sb? ir, 1s +L=c=c - z+. I-, , .+ac <<'<a;' +' ZQiC C--l+PJ !+ zz_: "i - - - m i=l LL > ?+ ;> & I.: I :2 .-, & _-. i ax x: ,.I .. i .* il: a + cr) ti , :Aa-:hLq>>+i>c J - QZ + :z J(r)-Hi-i=. -A uj- < ++cui- c +Z&+Z .- .- 22 j d t- _I ZXZrr I_ 2 tx !- 0 -. . I. lif 9 h Q 0. M I r.i * 4 e .cI @ Y % a 3 3 0. Q wc 3 .cI a $3 a a r.1 * = I ' .- vi : .-. :: .. . .> -. : ..C . 'TI 3 YI a L L ., h n 900* 3O-d i. : .? . b?"S*'MQ OPb70 M i*.. .<- + 4 K7 omnislo 4 gr4PlF)aT 0 3. b3 pi . in r.i o 3 h7 OOMOPam OL3-uQ SMbO itl r.: v bf z r.j * * 05 b W.bl Q itl 3 i-4 4 %---L* --I* * L t-4 ;-.: M rtO.0.37-4w P33Otf) Pi Pi 0 Pi IStS t I .s s s 3 ..a I.. 3 I .-. i \.' rt Q r.4 n r.4 rtw I- ;, :> 3 uz rt w& x= Lo wu 2- -. .- .uu M f=! .z !A Q - :+ acrt I2 J :> z 6k -.; t) 350 .-'.; 0 'c;. a m w a - @ ;z icIr I- - a. u? 0) ' .- e' P X w (3 x B 0 HI07 I- omz. w I x w ZVJ zx c ou w tJ> -0) w P t- I-w . 13 ' COtJ u~a cn 'WWCrtn cLzo. Ln CICLrWt www VJ *3Q W fiLt a JL~, a LO 'La cn xa + +a11 I- JtHd(n .w u> wp w w. cn UHZZUJW LO awaawx UZ"U$~ mxzI- zm ax uoouz ao Zaw-ifo=l CnLlddXW coooii +I- ak! 'Lu aJ Z$ZZVJmLL ki>-rn u >acr,: J P\W.~XOL z,y$a~ig ~ucnzw~iln~- X~I-ZXF =E- s*+ 3 =)au 0 H+WCclW I-wzrmoJ OXYOHwgLt LlXIPLl oza=l=+a ggsg o LOz E"s",g I- *ldN iX wx auwo +x 0. . zza~-d&z.a w>3ua 3XUJ z a .? !.&I Z(3OL I- L 0)ZULLd aaukiLo 0 v4 4 0. M -i \' 3 - - SMb7Mco MaDQ.JMP&YI WoOd~S 00d#000' I- *do P1ooPYbPbRb M 1.1 all11 8 a asass 1*1aa11 0.00 wmpm.oq*< 43 a *E 0 P 9M u WL I- O'Ob3NO' curt* 0 a4 u l-l 0 a iLL soa 3MhOOhrnP4 9 $7 u P t!? b 0 P s b? 0 0 P el in b iD 3 00 P P M co 0 r.l 43 c.ji az )-=I r LSOk7 c.idhaoh943~ M li) tit a 4 b Q o o. cj 9 9 o M' 0. 9 iD = PI 9 a3 t-4 3 L'l 3 t.l I 'a k- a1111111~a~1~ *a* C.lSbPUrb3 6.0 0 %*a I*J8.lIl I' ii113 k30m .oOordrcy)~-aa3. h '3.3 M n PI 9 4 P. 5.0. M P O! ac.JX! ~i43hmoo~Lrl-IpL 4 c.4 Pi P+b3d m& rl M OD m r.1 b3 dm2 +d* 'P * OM*;: upm 0. b7 + r.1 l-l . r LnL* L L m-a- L L*L*I ..a- L& d c4 c.4 0. 4 LL li7 OD 0. r.4 N rt d L 0 M CL iJ I I B 1. lala8 sr U o o I~~J'(QJM ";y m ass II*~ P +J x c.4 ZL I-i rid / i a u ~4390 *pa3 t-1 tl)aoo pjd PJPrd*rc rn3pIb Pi0 ll-JdP.00 Pl r c-4 L&s 0 0 @-.rdb30. O'r4z 0 3-4 l-l 23 + e-' 0 OOM M. M 7 -* afiJ g Tin w Ll n +z .:: :A Qirl i i z z E & X! w u:z : .i P. fi ~00.~4 VM~ 9 ~hb 3P no000 r.4 r.1 m t!3 II] 4 0. 0. h0.4M OOM 9 400. .d M M aJ.MO9. bP0 M h 9 c.1 C*J P. b 9 44 d P1 L'1 9 3Fp3 in* Ma000 - -2 w .f H Tu x= 130 4 4 9.0b')b') 0.MM 4. Gar; plL7 SIiIbl1litP '4 .^; 0 $l? -2 I* Il*I* ""5 Pi Liz +F e:= 1.1. a. 1=i 00 ox OD Q1 a*&" M9* Pi OQli) 44 oMNor.4 O. f.J b d a a L LLLI ash L LLL L 32 On c: '.i 0 zil. P iii rld ri I +- z 0 x w 3 J w 3 i m u iJ -J u3> Q: # Ln m zil z w Ui7 0 5 JU, p z "a ac3 I- z HOCn + dX z.LLaz LIZ G s -I w I3 i) 0 x Z'O a $gE tl: gizu ZwDirlaH ZS LOLL a ..-I g Zcn*-;iTr mQi-F-~Qz~w 00IU~U#X&:Q # XZ~X~Xk- QZ?+- 0 z$k-+~uiHAsoo+ m wazcuwzo a:Lzamd au =i=)c~aoac iL cCanZT=Qi*g3T ~o~TG~Q~uU, w m .-J LL 2: c: 2. x3 +i w 0 H ga wa LU L n-l -I "L k x&. cn' =id %+ U3-I !s gg 0 a 01 !HbX em3 0 OcniLb Lin co -I w+z w <+(o%wO 112 u- WirlinUWwN i1j.ZH-10 W J cmaorz &H~H~twd!dUOHd> JZ xa 3 3.z 5( sr c3 JXZJ-I~-GI-G~~LZWU Ln= ~m~I~'.-! ; 13 -. h - qcc+ :~+~U7r.j4.qP.M3z!i? % I'.; 7.: 3 -- c'.: .r.. .-. + s i?:; I .: C..J :..: .'T .= '.; . 4. ,=, 3 p 3 e 3 4 c4 i*' 0. :-- I .A 'Y' :a1 a .-, 2 X. ,..I.. ..;x.* .-. 0 id :-; #:*a !- Y rl -.d .d -, .- e 5 ci i-l 3 i c. h .-.. - + 27 c s c 3 ?,. $7 q- Q f.i s f.i 3 Q + 3 x c.: 7, c 3 - h q- 3 s s-j y; c 3 + 3 0 a .= C s 3 3 r'.i q 4 304+33*3*M%3Qs 3 *k7-?=3+t 4 ~9~?3+x:;Mqc.lr.i3~73 q -7 r.: i-4 3 3 q + f<?>i*.i*q-pJ3**PM c q b-J 3 ri a 27 e z ~2 q ij3 3 + 5 r.1 4 c.i 9 3 N 2- '.J + P. - I'. + '3.3 -3. 5 .= ?,: ,..1*.,..~*.,~ I **.SI : v m- - v =. sam-s aaa*aa s 4 M .-. : . 2, .> --r+ := 3 - * -. .-.. .(. :I h F. .-. r.4 e. ,-. i:? : .' ... - .. .. + >~A~~M4~+~3 c ?.4?:>2. p. - .,-.9 q m *. j 'c, c;j i? + c-' ic) + 9 ".( r.4 ;\ i;3. e 3 T 9 3 FJ - ?\ q - ..*I.,.;.. * I... * 11. s 7 .& Ep M .- A A+ Pi -9 -. .- 3 .3. '-' r.i - GX - : .- i=! xL + .d ::i.: y .z ti? - <- + -3 x _,. ,L ~i; + C, 0 r;; 3 r;i + 9 !:-I pi 6 Ill r, $7 Q - >; Q 3s.: 3 - + <-& 3 ,? T _. :-. A x r c; 5 y; 3 'h ,\ > r.j q- Q q p.. e .h L3 * .-<' - ':ii:l.,.. L a=.= s I .SI ' z7 q? c: :s 2 !A zs 39 3q-!333+53dC.j 3 27m-c. >. Q :;,; -7 ?.C ri - c, 0 '2 r := :\ .x c: .dj = yj Zk 9 M 3 9 r.: 27 - z; < ..G Q i- 6 b3 3 !\ 9 Q 5 3 3 + :-4 ..- ri 22 s ic 2. u+l z, zx h =. a z. a* v ;-1 + 3 ".: :z ri 2; .~. ii? -2 :c, ri f.i Q - .& '1 - d '_ 9.. -- <- +-s - - .. - - ._ 0 -; L_. ,-. h .-. - -. -. ~ r: --< :- 7. d -- - - .A . -: - 'A _. -, LP a. ^. .. .L ., - -r i c z !2 x ki 3 3 e - I.* .A ? 93 L. + .x . 'X + - bq t; Y ... 2% ZIZ zz d j Id ij z :- LLi - Q fz 1J ... - iii :.f .. -2 :j? p a& ..$ c ;+ < -:AZz x i? r 0 &Lqcc z- 3 z 3 - ;=13 3s i a; rz >--I !+ a IA z 'i ZAad - LC++ Jx +.. c- + W.+S =, . . .. . . ... . . ,2 , 3 w 2 !-<' --Ji : ' 5 7 :.! A, .+ r x -1 .i7; 3 r - a b7 -I. :1 - - :- - 7- Z3<Q L! :*z ,- - -7 - :2.~.z:,l:L- -*G :-&*-=x= w 2 :A >ix.vx ; ~ .& iA :'; u :-. - G .x ii + .d +tl L ... ". i -1 >:-: c:zzz&sL c.c'+Zyl 0 w;,yzw Q 0 * Q r L, z a j- .& ; .: + .x 2. ,-/ r := :-. s i' 'L' CI +. -1 z i; (5. : 7 r 2 ;Li :- <L T' z )<: x: -i c - ..- :_ :J - 2 i- ,<&!-+;--+C~Z:~ - &I 5 <<I:/ xi- ... Y Z-rZ ..Li c 4 L :- 2 .-y L :& - ... .+ \ ?. iA F - z x Lrj r dul=( ; 2 Lq Id - a7 'd v Cii is! 3s .? s T>Z -7.x + p' z ;*.: ,+ .z L!Z y - _c -- - - r - .- 2 $a? <E ,... :-j ."c - 0 - ..C : I - z .. 5 ... <c ;,> + 2 .-< - 0 3 ,z - *. -ii rl ..e. :.t j .E x -, 'i ,fi r- :- 2, i . - .- -. .- - .'X ~ 4 i .x I' - z - .. :- - I_ 7 - I .-: m d . . - .. -, . . .-/ -.. '? .... <- : + L - - - h71i)O 4-tO.r(liiao.hQ)rto 0 0. 0 4fi QC.l a *OM 4 a 4. *qo .aCdO+c.l4L-J90~- u, I- 0 ss *..s*s.*.. *) CD'N~ . a ' CJ EL 0 a 0.00. 000f444004m 9 =I- *oT. w~oo.~mo*-o~ v) do4 P0M0b700cJ~'rol~ u, $5 +O 90.11) h70.bC-JC*afiO.Q9P 0 A,~OD ~4dMaOM~b3m*- cu 4 Q OM MfiL-JM.c'u,CD 9 QJ a h0. b3k7 =el" 9 r-i , r.1 e 4 9.m t- .*I I..*.*.*# x a a L- ~L-I~L a a am 4d 9 W 0. 4 a 4 M I il 0 5 0 0 b3CDqni)qbMb3gQI r4 c2 c.4 b Cd 0 0 Q" qiif a o o r.1 +. d *M o i- 0 0 sdo--]eQ'.b'*: t.4 . . * *'.'. 2 s. 1 L'! 9 .z r.1 !- H 44 g z X-IC 'e "4 w x w k3- ,3 3 ZQ W L +IC cc, Q z +u z -r I, :z < - 2 cg !- 0. * Sooacu~oC~~C~J~ M. *& X z u. o. r-i"o?~-:~~?~ .'. 7 - -2- xa 52 ; 6 O.mM??QMh3bP-r' r. 0 0 o~b>r.~d-qai)q*. .rl Ow ur 03 a c.49 +gc.J -0.r. o i''x ZE C4 C4 til bT 4 d r.1 M s s yJ c c Yl- i-4 "0.- 032 ui- m; 9 i& Ti2 - OH (r x 1',J I-J + r.: u - M ,- - L'j ; i:! - 44 lr: I I- z 0 x x L3 L . b- *.. .ILL L .+I e cn w J a to .a J L w a 0 5; i i- (3 ;A a c3 z %t- 'J03 i-ou Ham + uwil 200 H $& CL azo LL w CL?ZfJ!?-- rn5LDJ 0 t3 r-1 ut- z u iL ,.I iy Qi--Lnzcwo WI IQ: s i I=iu3q:a xz t- *-. , l3ww:+oz i z'-Js&DoI- Lo 2. a4 a i .- 4 ;$ (r, 0 0 T L? 0) L w 03 L LC E 0 Lo 0 xLGC,33izzi=sa2 - ii ~3iZa:ci~~a ,l LC '1 w I .si i=( 1 2 0 c- -2 .-: UJ 27 _a h c u Q R p. Q M M 9 pi w m ~t7 M d r.1 M 0 P 3 o ri rJ o 0 o M Q) n O. 9 0. PJ + m Q b 9 pi P 00 5 A o 4 tu y Q r.4 o b7 c.1 0 M L7 .-+ c.1 M 113 0 I, S'. * * s * I D I s I * S~...~.~.S... Id& p d Y rl r! It3 rl rl i- ci 0 i- a m n PJ @ P ti) 0.9 0 r.1 0 0. R d d d br) C.1 n M d 0 CD 0 0 M 0333 p 0.0.0 s. s~c*s*I D DI*S..D~D*.*I=~ 9. Q 11: o 9 o. 0 b 0 113 4 r.1 y P 0). c.1 d 4 0. o -a rl Q1 ~3 0 o b'l r.1 c-1 u c4 Q tn p ii) qb til 9-0 9 M . MV) M Q 01 R pi9 A Q fi 0 Q 0 R N rl 113 d drndiJ>M 9fq .qOdMr-fi 4 CJhd r4 rl M E+ a% w =' 9 M M 9 4 d3 0 9 9 4 @ P d P.d 9 PJ M )r3 r.4 Q 5 Q 3 d c0 r\ P 4 r.J PI Q19 0 e4 117 0) Q. 0 Q p CJ 0. n 9 9 M L7 fi 0 fi 03 00 0 03 M c.1 I\ 9 >-or nnma.a ma L-..*L~ Q: La x- My -*- .* aa 0. I 4 .L 4 M 03 M in R* io 9. s I s. s. sa ctl a 2 Li) h 0 90 rl-lmm*d* n 0 M' bM 0~4mmo Pi 0 R 1~D.S. .a* It- g 0 a 51 Tci 0 H w p? W cg r Za 'W L *x< i-a au i- r( Iv d 4 d CON ' ll7 * z r.l t- 5% x z0. .. rJ 00 40 Qd co in QI b7 d c.1 0 M lJ'3 9. hP. lI70 r\* *M aV)r3 t'i r.1 c-4 M c.1 C.( d r.1 r.1 r.1 4 S S 1' 8. s. .ss*s 0r*;arr M 00 1130 0 li7 ~00000 or da A a ti) 4 o r-1 'mo <a L +I3 x r.1 b ii3 0 9 0 09. 0 4 Li3 MO dTo.90117 &Jd Q5 wi- z-j XD =1a 002 a e: u z5 a- L') r.1 9 333 4 M mno M 0, r.4 fi m n n .r na 83 lgz I f.1 0 zz k- c.1 0 HW 2??a L CLJ u? LZ k z d P X 03 W am l-z !xu t3 LLi 1 !A w 2 uti z I zz 5: ii z IF &J !$ g$ t-! uu- F-' !-! 2 G+ 9 QL? x 3 z: + &+!- z WG +zzz; 3 e&;! Z"l-i+> 'L * x g: - t 3. 0' o zz tLiSiaa1 'a UI !+is =--Ixt< c Uci .ZLZZ z 3r 0 ILL I+ w: ZZ&<+ :2 11 gy j +!z i- t. z www &?a xx +=aai ZGWL? O?;t--gGy w 1 aG; #LiW;!>WWW az*z is+ ZTZCoL-3LJ .x .;z ci :-C' ELiLZLiL JyZg 'A l-i : uz'+ o$~~=~~~~a~+tHi-+~a~j '7 L:cxzE$z ... - 4E<fiA J r -J 13 + z !- ii z !&I li 3 u w 111 Lo E !- 0 a 0 2 !A z 2 ii & iL , c .-. < i; a 3 <: -: d - 3 r fi E =) zzz z c U + 0 ';i Id G d a b z 5 Lq r < Q s ;': i=j s G .& W L L * Ha H j J j x c - .s -;= 3 z, H f3 w 2 L.; > ,-I r ;t= VI i rc co - a t! ix iiJ 1 .- f-! =e k; Ir. xx (5 1 Wm i;] aJLL3zT;zC 000t-u rnuw zm LC a - - + b?+~t- 4% ULl H >i-z aaauk sad ~5x5 ;: -. L' - _. d rr I- hk-J4WlI?b M Qk-JrnQ 0. PU 4 w'si=* 'Q M v .+ 4 c.1 u Mddcf.:r?-Q Q 0000 F. 0 S s.~= s c.4 : 0 i- h x i- M 9 ti; 4 Li) Q r.1 dOO* M sx .*.*. S .sa. * MMOMrl3. b-J 9MO-Q a a% IXIKJKI~~~? r-. dOOU3 .3 >E 9QfiCQO 0. pjr9fib d p.dri.WQ3 i). ;?-I h; c L3 o'," ",b> 0- * b-J 9 C*J m, CG r( ++* 44 M L v LmL 9 M a s- 4 I, r! M I iL n 0 t- Q oo.aP3 M *Pd+ P o P OD f*J ' b3 0 PJ OoQdq R ~aa. a b-J a iis 'I LY =I= Pi am y rcFJ 4 ;s c a :-.i z n L .3 w ix a.eI. a f.4 ? r 2 * :z h aW + +si z mE w+ b-J P49o.0. Q 4000. Lil - ii3 ' -rrr; :E x12 30 M ~bJOb3 4 or 0 eo.** Li) E 2 a r.j 4 9 c.4 9 m z ,: z .< ij * Md -. r 1 a ;: _' a. P 0 0 h-J c.4 LnnMOfi 4 h7MOOLn 0. W*tnc' V4 0 lJ3 PI M FJ a.m. I . . :z gr Oo MC.4Of.r a5 assa .a 4 w - ma L -8. -8. . .- : 77 zs P 5 I +- z 0 r X co . ,A . u; ii H .. 5. Qw X m= ZK d wa w z SW * u *g 25 J zz p+a= aE G w r~ + H-cdaxo w cat! WQ: w y2ou* a0 z wtl k Lil w %X - r r us= 00 co I +lo m a z 0 AI- e LJ z AX k Ln w Una> Y >H 22 w (3 WwXW X >-p + 2 z UclmiiI G u tn a a r yzydl&J L' Z+Lt-J 0 SGi-i- ii WWW>Jr- abJu0i- xx2al-i + I-JO acLx+ w zaz zxH%mk 0 G>m-LdHp 0 +=#rc H + 'J: " 0 - -c-.---- Date *-Name and Phone Contract Name and Address No. of Person Type of Amount o Completed of the,Employer tp Contact Work _Contract 2/8/86 City of Escondido 23mr2tA-4651 Lprovement treet s8 88,724.00 Parking lot 89,500 . 00 -4/15/86 Cush- Honda Joe Markley Bike Lanes 62,000.00 County of Jim Jackson Chuck 'Guant Street 12,500.00 237-6825 Impr ovemqnt q Zander son Bill Russel Paving 300,000.00 184,000.00 Valley Pkwy Bernardin - Improvement L 97,000 . 00. Napp Systems Arlan Visser Pave 744-9692 6/1/85 San Diego 565-5133 3/1/86 Cal t rans 3/1/85 Construction 578-1220 Apt. Compl %30/86 City of Escondido Jim 741-4651 Street 6/i2/86 - Visser Construction 245-8622 Parking lot I CI- I_ - CCI e-- CONTRACT - PUBLIC WORKS This agreement is made this 24&day of by and between the City of Carlsbad, corporation, (hereinafter called "City" ) , anc 0 ---_--c --- a c_ - 52974M%[&&L& $i 44/ whose principal place of business is '36//\/ /&& J &4%Y2 LL7 73a& (herTnaf ter calle8-"Contractor" ) . City and Contractor agree as follows: 1. Description of Work: Contractor shall perform all specitied in the plans and specifications for: (hereinafter called "project". ) 2. Provision of Labor and Materials: Contractor 6 provide all labor, materials, tools, equipment, personnel to perform the work specified by the plai specifications. 3. Contract Documents: The contract documents consi: this Contract; the bid documents, including the Notic Bidders, Instructions to Bidders' and Contract Proposals; the Plans and Specifications, and all pi amendments and changes made thereto in accordance this Contract or the Plans and Specifications, an( bonds for the project; all of which are incorpoi herein by this reference. 4. Pa ment: As full compensation for Contraci hance of work under this Contract, City shall p( Contractor the sum of $ JoZ, 83& 9% . Payment sha. made in a lump sum not later-than thirty-five (35) from the date of acceptance of work by the City. payment is to be made on a unit-price basis, line th the immediately preceding sentence, and attach pa; schedule to this Contract.) 0 0 Payment of undisputed Contract amounts shall be contir upon Contractor furnishing City with a release of all cl against City arising by virtue of this Contract as it re1 to those amounts. Extra compensation equal to 50 percent of the net savings be paid to Contractor for cost reduction changes in the p or specifications made pursuant to a proposal by Contrac The net savings shall be determined by City. No pal shall be made unless the change is approved by the City. 5 Indqpendent Investigation. Contractor has mac 5ndependent investigation ot the jobsite, the soil condit under the jobsite, and all other conditions that might ai the progress of the work, and is aware of those condit: The Contract price includes payment for all work that m; done by Contractor in order to overcome unantici1 underground conditions. Any information that may have furnished to Contractor by City about underground condit or other job conditions is for Contractor's convenience ( and City does not warrant that the conditions are as indicated. Contractor is satisfied with all job condit: including underground conditions and has not reliec information furnished by City. 6. contractor Responsible for Unforeseen Conditions. Contri shall b e responsible for all 1 oss or damage arising 01 the nature of the work or from the action of the element from any unforeseen difficulties which may arise ( encountered in the prosecution of the work until acceptance by the City. Contractor shall also be respons for expenses incurred in the suspension or discontinuanc the work. However, Contractor shall not be responsiblc reasonable delays in the completion of the work causc acts of God, stormy weather, extra work, or matters whicl specifications expressly stipulate will be borne by City 7. Change Orders. City may, without affecting the validif this Contract, order changes, modifications, deletions extra work by issuance of written change orders. Contr, shall make no change in the work without the issuance written change order, and Contractor shall not be entitlc compensation for any extra work performed unless the Cit: issued a written change order designating in advancc amount of additional compensation to be paid for the I If a change order deletes any work, the Contract price ! be reduced by a fair and reasonable amount. If the pa are unable to agree on the amount of reduction, the shall nevertheless proceed and the amount shall be deter] 0 e e - by arbitration or litigation. The only person authorize order changes or extra work is the City Engineer. How€ no change or extra work order in excess of $5,000.00 shal effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the Stat California, the City Council has ascertained the ger prevailing' rates of per diem wages for each craft or tyg worker needed to execute the Contract and a sche containing such information is in the City Clerk's off and is incorporated by reference herein. Pursuant to I Code Section 1775, Contractor shall pay prevailing WI Contractor shall post copies of all applicable prevai wages on the job site. 9. Indemnit Contractor shall assume the defense of 4 and hold harmless the City, and its officers employees, from all claims, loss, damage, injury liability of every kind, nature and description, direct1 indirectly arising from or in connection with the perforn of the Contract regardless of the responsibility negligence; and from any and all claims, loss, damage, ir and liability, howsoever the same may be caused, resul directly or indirectly from the nature of the work covert the Contract, regardless of responsibility for negligt The expenses of defense include all costs and exper including attorney fees for litigation, arbitration or c dispute resolution methods. Nothing in this paragraph 6 require Contractor to indemnify City for losses caused bj active negligence of the City. 10. Insurance, Contractor shall maintain insurance coverin( liability stated in Paragraph 9 in the amount acceptab: the City Council and shall cause the City to be named i additional insured on any policy of liability or pro1 damage insurance concerning the subject matter or perforr of this contract taken out by Contractor. 11. Workers' Compensation. Contractor shall comply with requirements of' Section 3700 of the California Labor ( Contractor shall also assume the defense and in- save harmless the City and its officers and employees all claims, loss, damage, injury, and liability of t kind, nature, and description brought by any person emp: or used by Contractor to perform any work under this Coni regardless of responsibility for negligence. 0 0 0 - 12. Proof of Insurance. Contractor shall submit to the certitication of the policies mentioned in Paragraphs 10 11 or proof of workers' compensation self-insurance prio the start of any work pursuant to this Contract. 0 13. Arbitration. Any controversy or claim in any amount u $100,000 arising out of or relating to this Contract or breach thereof may, at the option of City, be settle arbitration in accordance with the construction indu rules of the American Arbitration Association and judg upon the award rendered by the arbitrator(s) may be ent in any California court having jurisdiction thereof. award of the arbitrator(s) shall be supported by law substantial evidence as provided by the California Cod Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and available to the City, upon request, records in accord with Sections 1776 and 1812 of Part 7, Chapter 1, Articl of the California Labor Code. If the Contractor doe: maintain the records at Contractor's principal plac business as specified above, Contractor shall so inforn City by certified letter accompanying the return of Contract. Contractor shall notify the City by certj mail of any change of address of such records. commenckng with Section 1720 of the California Labor are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Governc tode Section 4590) appropriate securities may be substit for any monies withheld by City to secure performanc this Contract or any obligation established by Contract. 15. Labor Code Provisions. The provisions of Part 7, Chaptt 0 17. Additional Provisions. Any additional provisions of agreement are set torth in the "General Provision! "Special Provisons" attached hereto and made a part herc 0 - sL-&,/P+ By ,zAGQ/dL -- - Contractor (Sea c/r.u,l.&- must be attached.) By/ Tit1 AeL a (Notarial acknowledgement of execution by ALL PRINCIPALS Title &- * -/ A%&-- City Manager, for ContractE less than $10,000 ATTEST: Y5y*- Ci y Cle a Contractor's Certification of Awareness of Workers' Compensz Responsibility. "I am aware of the provisions of Section 3700 of the Labor which requires every employer to be insured against liabilitj workers' compensation or to undertake self-insurance accordance with the provisions of that code, and I will cc with such provisions before commencing the performance ol work of this Contract." a GENERAL PROVISIONS 1. PLANS -AND SPECIFICATIONS e The specifications for the work shall consist of the 1< edition of the Standard Specifications for Public t Construction, hereinafter desig'nated SSPWC, as issued b! Southern Ch apters of the American Public Works Associai the City of Carlsbad supplement to the SSPWC, the Con' documents, and the General and Special Provisions att, thereto. The Construction Plans consist of sheet (s) desigi as City of Carlsbad Drawing No. 268-2. The standard drai utilized for this project are the San Diego Area Re Standard Drawings, hereinafter designated SDRS, as iss; the San Diego County Department of Transportation, tog( with the City of Carlsbad Supplemental Standard Draw Copies of pertinent standard drawings are enclosed with documents. 2. WORK TO BE DONE The work to be done shall consist of furnishing all 1 equipment and materials, and performing all opera necessary to complete the project work as shown o project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT 0 A. Engineer: The word "Engineer" shall mean the City Engineer o approved representative. B. Reference to Drawings: Where words "shown", "indicated", "detailed", "no "scheduled", or words of similar import are use shall be understood that reference is made to the accompanying these provisions, unless stated otherwi C. Directions: Where words "directed", "designated", "selected" words of similar import are used, it shall be under that the direction, designation or selection o Engineer is intended, unless stated otherwise. The 0 "required" and words of similar import shal: understood to mean "as required to properly completc work as required and as approved by the City Engine unless stated otherwise. 0 D. Equals and Approvals: Where the words "equal", "approved equal", "equiva: and such words of similar import are used, it sha: understood such words are followed by the expressior the opinion of the Engineer", unless otherwise st; Where the words "approved", "approval", "acceptance' words of similar import are used, it shall be under! that the approval, acceptance, or similar import o Engineer is intended. E. Perform and Provide: The word "perform" shall be understood to mean tha Contractor, at her/his expense, shall perform operations, labor, tools and equipment, and fur including the furnishing and installing of materials are indicated, specified, or required to mean tha Contractor, at her/his expense, shall furnish and in the work, complete in place and ready to use, incli furnishing of necessary labor, materials, ti equipment, and transportation. 0 4. CODES AND STANDARDS Standard Specifications incorporated in the requiremen the specifications by reference shall be those of the 1 edition at the time of receiving bids. It sha understood that the manufacturers or producers of mate so required either have such specifications availabl reference or are fully familiar with their requiremen pertaining to their product or material. 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contr per Section 61 of the SSPWC at the time of preconstruction conference. If the completion date shown on the Notice to Proceed 1 is not met by the Contractor, he will be assessed the salary of the City Inspector for each working day beyon completion date, as damages. Coordination with the respective utility company for rein or relocation of conflicting utilities shall be requirem prior to commencement of work by the Contractor. 0 The Contractor shall begin work after being duly notific an issuance of a "Notice to Proceed" and shall diligc prosecute the work to completion within consecutive calendar days from the date of rece="'3T "Notice to Prdceed". 0 6 . NONCONFORMING WORK The Contractor shall remove and replace any work conforming to the plans or specifications upon written ( by the City Engineer. Any cost caused by reason of nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year aftei filing of a "Notice of Completion" and any faulty WOI materials discovered during the guarantee period sha repaired or replaced by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance wit1 product manufacturer's directions, the Contractor : obtain and discribute the necessary copies of instructions, including two (2) copies to the City Enginc 9. INTERNAL CO\MBUSTION ENGINES All internal combustion engines used in the construc shall be equipped with mufflers in good repair when in u: the project with special attention to City Noise COI Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.41 0 10. CITY INSPECTORS All work shall be under the observation of a Construction Inspector. Inspectors shall have free acce< any or all parts of work at any time. Contractor furnish Inspectors with such information as may be nece to keep her/him fully informed regarding progress and ml of work and character of materials. Inspection of work not relieve Contractor from any obligation to fulfill Contract . e - 11. PROVISIONS REQUIRED BY @W DEEMED INSERTED Each and every provision of law and clause required bl to be inserted in this Contract shall be deemed t inserted herein and the Contract shall be read and enfc as though it were included herein, and if, through mi$ or otherwise, any such provision is not inserted, or i3 correctly inserted, then upon application of either I the Contract shall forthwith be physically amended to such insertion or correction. 0 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors, and matei suppliers shall provide and install the work as iridic< specified, and implied by the Contract documents. Any of work not indicated or specified, but which are esse1 to the completion of the work, shall be provided a. Contractor's expense to fulfill the intent of documents. In all instances throughout the life o Contract, the City will be the interpreter of the intei the Contract documents, and the City's decision relatiq said intent will be final and binding. Failure o Contractor to apprise her/his subcontractors and mate suppliers of this condition of the Contract will not re her/him of the responsibility of compliance. 13. SUBSTITUTION-OF MATERIALS The Proposal of the Bidder shall be in strict confo with the drawings, specifications, and based upon the indicated or specified. The Contractor may of substitution for any material, apparatus, equlpmen process indicated or specified by patent or propri names or by names of manufacturer which she/he cons equal in every respect to those indicated or specified. offer made in writing, shall include proof of the State Marshal's approval (if required), all necessary informa specifications, and data. If required, the Contract0 her/his own expense, shall have the proposed substi material, apparatus, equipment, or process tested as t quality and strength, its physical, chemical, or characteristics, and its durability, finish, or effic by a testing laboratory as selected by the City. I substitute offered is not deemed to be equal to th indicated or specified, then the Contractor shall fur erect, or install the material, apparatus, equipmen process indicated or specified. Such substituti proposals shall be made prior to beginning of construc 0 0 - if possible, but in no case less than ten (10) days prio actual installation. 14. RECORD DRAWINGS 0 The Contractor shall provide and keep up to date a comp "as-built" record set of transparent sepias, which shal corrected daily and show every change from the orig drawings and specifications and the exact "as-bu locations, sizes and kinds of equipment, underground pig valves, and all other work not visible at surface gr Prints for this purpose may be obtained from the Cit cost. This set of drawings shall be kept on the jot shall be used only as a record set and shall be deliver€ the Engineer on completion of the work. 15. EERMITS The general construction, electrical, and plumbing pe- will be issued by the City of Carlsbad at no charge tc Contractor. The Contractor is responsible for all ( required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price i are for comparing bids and may vary from the actual quantities. Some quantities may be increased and other! be decreased or entirely eliminated. No claim shall be against the City for damage occasioned thereby or for of anticipated profits, the Contractor being entitled to compensation for the actual work done at the unit p bid. The City reserves and shall have the right, when confr with unpredicted conditions, unforeseen events, emergencies to increase or decrease the quantities of to be performed under a scheduled unit price item entirely omit the performance thereof, and upon the dec of the City to do so, the City Engineer will direc Contractor to proceed with the said work as so modifiec an increase in the quantity of work so ordered should I in a delay to the work, the Contractor will be gic equivalent extension of time. 0 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions fc safety of employees on the work and shall comply wit applicable provisions of Federal, State and Municipal : m laws and building codes to prevent accidents or inju persons on, about, or adjacent to the premises wherc work is being performed. He/she shall erect and pro] maintain at all times, as required by the condition, progress of *the work, all necessary safeguards fo protection of workers and .public, and shall post d< signs warning against hazards created by such featurl construction as protruding nails, hoists, well holes falling materials. a 18. SURVEYING Contractor shall employ a licensed land survey0 registered civil engineer to perform necessary surveyin1 this project. Requirements of the Contractor pertaini this item are set forth in Section 2-9.5 of the S Contractor shall include cost of surveying service w appropriate items of proposal. No separate payment wi made . 19. CODES, ORDINANCES, REGULATIONS AND ABBREVIATIONS Reference to codes, ordinances and regulations ar editions in effect as to date of proposals. Abbrevia are used for agencies issuing standard specificatio follows: Agency Abbreviatio American Society for Testing Materials ASTM U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction *D American Standards Association ASA Underwriters Laboratories, Inc. UL Department of Commerce Standards cs e American Concrete Institute AC I e CERTIFICATION OF COMPLIANCE I hereby certify that 3 OdAJ #22; kg- 4- ' Legal Name of Conk'ractor a in performing under the Purchase Order awarded by the Cit Carlsbad, will comply with the County of San Diego Affirm; Action Program adopted by the Board of Supervisors, includinc current amendments. 9G-a 6@ e Date 7/kF -=IT 4A/? a -- (NOTARIZE OR CORPORATE SEAL) Ad cTitle (Notarial acknowledgement of execution by all principals mus attached.) a 0 SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration o contract insurance against claims for injuries to persoi damages to properky which may arise from or in connection the performance of the work hereunder by the Contractor agents, representatives, employees, or subcontractors. 1. insurance is on a "claims made" basis, coverage shall be I tained for a period of three years from the date of completic the work. The cost of such insurance shall be includc Contractor's bid. The insurance company or companies shall the requirements of City Council Resolution No. 8108. A. Minimun Scope of Insurance a Coverage shall be at least as broad as: 1. Insurance Services Office Form Number GL 0002 (Ed. covering Comprehensive General Liability; and Insu Services Office form number GL 0404 covering Broad Comprehensive General Liability; and 2. Insurance Services Office Form Number CA 0001 (Ed.1 covering Automobile Liability, Code 1 "any auto"; a 3. Workers' Compensation as required by the Labor Co the State of California and Employers' Liab Insurance. B. Minimum Limits of Insurance 0 Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 com single limit per occurrence for bodily injury property damage. If the policy has an aggregate 1 a separate aggregate in the amounts specified sha established for the risks for which the City o agents, officers or employers are additional insure 2. Automobile Liability: $1,000,000 combined single per accident for bodily injury and property damage. 3. Workers' Compensation and Employers ' Liabi Workers' Compensation limits as required by the Code of the State of California and Employers' Liab limits of $1,000,000 per accident. 0 - C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be decl to and approved by the City. At the option of the C either the insulter shall reduce or eliminate such deducti or self-insured retentions as respects the City, officials and employees; or the Contractor shall procL bond guaranteeing payment of losses and re1 investigation, claim administration and defense expenses. 0 D. Other, Insurance Provisions The policies are to contain, or be endorsed to contain, following provisions: 1. General Liability and Automobile Liability Coverage: a. The City, its officials, employees and volunteer: to be covered as insured as respects: liab: arising out of activities performed by or on beha: the Contractor; products and completed operatior the Contractor; premises owned, leased or used b! Contractor: or automobile owned, leased, hire( borrowed by the Contractor. The coverage shall COI no special limitations on the scope of protec afforded to the City, its officials, employe( volunteers. b. The Contractor's insurance coverage shall be pr. insurance as respects the City, its offic. employees and volunteers. Any insurance or : insurance maintained by the City, its offic employees or volunteers shall be excess of Contracl insurance and shall not contribute with it. a c. Any failure to comply with reporting provisions ( the policies shall not affect coverage provided 1 the City, its officials, employees or volunteers. d. Coverage shall state that Contractor's insurant shall apply separately to each insured against whc claim is made or suit is brought, except wi respect to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liab Coverages The insurer shall agree to waive all right subrogation against the City, its officials, empli and volunteers for losses arising from work perform1 Contractor for the City. 0 - 2. Workers' Comp ens at ion and Employers ' Liabi Coverages The insurer shall agree to waive all rights subrogation against the City, its officials, emplo and volunteers for losses arising from work performe Contractor for the City. e 3. All Coverages Each insurance policy required by this clause shal endorsed to state that coverage shall not be suspen voided, cancelled, reduced in coverage or in li except after thirty (30) days prior written notic certified mail, return receipt requested, has been g to the City. E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' ra of no less than A:XI unless otherwise authorized by Council Resolution No. 8108. F. Verification of Coverage Contractor shall furnish the City with certificates insurance and with original endorsements affecting cove required by this clause. The certificates and endorsem for each insurance policy are to be signed by a pe authorized by that insurer to bind coverage on its beh The certificates and edorsements are to be in forms prov by the City and are to be received and approved by the before work commences. 0 G. Subcontractors Contractor shall include all subcontractors as insured u its policies or shall furnish separate certificates endorsements for each subcontractor. All coverages subcontractors shall be subject to all of the requiremc stated herein. m TABLE OF CONTENTS - SPECIAL PROVISIONS 0 Sections A. Selective Demolition B. Site Grading C. Asphaltic Concrete Paving D. Cast-in-Place Concrete - 0 a - SECTION A a SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 Except as otherwise specified and/or modified in t specifications, all construction materials construction methods shall be in accordance with Pa and Part 3, respectively, of the Standard Specificat for Public Works Construction, 1982 Edition, as ame by the Standard Special Provisions, 1982 Edition. 1.2 DESCRIPTION a. Work included: Carefully demolish and remove fron site those items shown on the Drawings or speci herein. PART 2 - PRODUCTS (No products are required in this Section) PART 3 - EXECUTION 3.1 SURFACE CONDITIONS a. Examine the areas and conditions under which WOI this Section will be performed. Correct condit detrimental to timely and proper completion of the 3 Do not proceed until unsatisfactory conditions corrected. 0 3.2 DEMO L IT I ON a. By careful study of the Contract Documents, deter the location and extent of selective demolition t performed. b. In company with the City, visit the site and verify extent and location of selective demolition requirec 1. Carefully identify limits of selective demolitic 2. Mark interface surfaces as required to er workmen also to identify items to be removec items to be left in place intact. c. Prepare and follow an orgainzed plan for demolition removal of items. 1. Completely remove items scheduled to bc demolished and removed, leaving surfaces c: solid, and ready to receive new materials spec: elsewhere. @ - 2. In all activities, comply with pertinent regulat of governmental agencies having jurisdiction. d. Wooden Fence - Remove existing wooden fence as neces for cons'truction. Replace in kind along new align as shown on Drawings with new and existing materi New fence shall be constructed to a condition equa or better than the existing fence. e e. Masonry Wall - Saw cut and remove masonry wall as s on Drawings. f. Trees - Remove all trees within the new public right way and the new construction easement as show plans. of the Contractor and shall be completely removed the job site. nuisance to the public, to neighbors, and to other being performed on or near the site. g. Demolished material shall be considered to be proF h. Use means necessary to prevent dust from becomi 3.3 PROTECTION AND REPAIR OF EXISTING IMPROVEMENTS a. Trees, shrubs and other plants that are not t removed, fences, markers and monuments, condu pipelines under or above ground, and any c improvements within the work area shall be prote from injury or damage. If such objects are injure damaged by reason of the Contractor's operations, shall be replaced and restored at the Contrat expense. The facilities shall be replaced or rest to a condition equal to or better as when the Contra entered the work, or as good as required by specifications accompanying the contract, if any objects are part of the work being performed under contract. e END OF SECTION A e - SECTION B e SITE GRADING PART 1 - GENERAL 1.1 Except as otherwise specified and/or modified in t specifications, all construction materials construction methods shall be in accordance with Pa and Part 3, respectively, of the Stand Specifications for Public Works Construction, Edition, as amended by the Standard Special Provisi 1982 Edition. 1.2 DESCRIPTION a. Work included: Excavate, backfill, compact and g the site to the elevations shown on the Drawings specified herein, and as needed to meet the requirem of the construction shown in the Contract Documents. PART 2 - PRODUCTS 2.1 SOIL MATERIALS a. Fill and backfill materials: 1. Provide soil materials free from organic matter deleterious substances, containing no rocks or 1 over 6" in greatest dimension, and with not than 15% of the rocks or lumps larger than 2 3/8 their greatest dimension. 2. Fill material is subject to the approval of City, and is that material removed from excavat or imported from off-site borrow ar predominantly granular non-expansive soils, from roots and other deleterious matter. 3. Do not permit rocks having a dimension greater 1" in the upper 12" of fill or embankment. 0 2.2 PLANT MATERIALS a. Embankment seeding approved by Carlsbad Parks Recreation Department. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS a. Examine the areas and conditions under which WOK this Section will be performed. Correct conditions 0 detrimental to timely and proper completion of the 5 Do not proceed until unsatisfactory conditions 0 corrected. 3.2 FINISH ELEVATIONS AND LINES a. Finish elevations and lines should be such that pavement elevations shown on the plans can be achi using the designed pavement thickness. 3.3 SPREADING TOPSOIL a. Upon completion of finish grading, perform fine gr; required in planting areas, using soil obtained fror site. 3.4 SEEDING a. Sowing 1. Sow with a seeder approved for that purpose bl Parks and Recreation Department. 2. Sow at the rate of five lbs. per 1,000 sq. ft. ( specified by Parks and Recreation Department. 3. Promptly after seeding, wet the seed bed thorouc and keep all areas moist throughout the germinz period. 3.5 MAINTENANCE OF PLANTING a. Maintain planting, starting with the planting operat and continuing for 30 calendar days after plantir complete and approved by the Parks and Recrei Department. b. Work included: 0 1. Watering, weeding, cultivating, spraying and prL necessary to keep the plant materials in a he; growing condition and to keep the planted areas and attractive throughout the maintenance perioc 2. Provide equipment and means for proper applici of water to those planted areas not equipped wit irrigation system. 3. Protect planted areas against damage, inclL erosion and trespassing, by providing maintaining proper safeguards. 0 - c. Replacements: 1. At the end of the maintenance period, all p material shall be in a healthy growing condition 2. During -the maintenance period, should the appear of any plant indicate weakness and probabilit dying, immediately replace that plant with a new healthy plant of the same type and size wit additional cost to the City. 3. Replacements required because of vandalism or o causes beyond control of the Contractor are not of the Contract. a 3.6 PROCEDURES a. Utilities: 1. Unless shown to be removed, protect active uti lines shown on the Drawings or otherwise made k to the Contractor prior to excavating. If dama repair or replace at no additional cost tc City. 2. If active utility lines are encountered, and are shown on the Drawings or otherwise made known tc Contractor, promptly take necessary steps to as that service is not interrupted. 3. If service is interrupted as a result of work u this Section, immediately restore service repairing the damaged utility at no additional to the City. 4. If existing utilities are found to interfere the permanent facilities being constructed u this Section, immediately notify the City and SE instructions. 5. Do not proceed with permanent relocatior utilities until written instructions are rea from the City. 0 b. Protection of persons and property: 1. Barricade open holes and depressions occurrir part of this Work, and post warning light property adjacent to or with public access. 2. Operate warning lights during hours from dus dawn each day and as otherwise required. 3. Protect structures, utilities, sidewalks, paven and other facilities from damage causec settlement, lateral movement, washout and c hazards created by operations under this Sectior 0 - c. Use means necessary to prevent dust from becorni nuisance to the public, to neighbors, and to other being performed on or near the site. a d. Maintain adcess to adjacent areas at all times. 3.7 EXCAVATING a. Perform excavating of every type of material encount within the limits of the Work to the lines, grades elevations indicated and specified herein. b. Satisfactory excavated materials: 1. Transport to, and place in, fill OK embankment a within the limits of the Work. c. Unsatisfactory excavated materials: 1. Excavate to a distance below grade as directe the City, and replace with satisfactory material 2. Include excavation of unsatisfactory materials, replacement by satisfactory materials, as pal the work of this Section. d. Surplus materials: 1. Dispose of unsatisfactory excavated materials, surplus satisfactory excavated material, away the site at disposal areas arranged and paid fc the Contractor. e. Excavate and backfill in a manner and sequence that 0 provide proper drainage at all times. f. Ditches and gutters: 1. Cut accurately to the cross sections, grade: elevations shown. 2. Maintain excavations free from detrimc quantities of leaves, sticks, trash and other dc until completion of the Work. g. Unauthorized excavation: 1. Unauthorized excavation consists of remova materials beyond indicated subgrade elevatio dimensions without specific instruction fro; City. 2. Under footings, foundations or retaining walls: a. Fill unauthorized excavation by extendin indicated bottom elevation of the footi base to the excavation bottom, without alt the required top elevation. 3. Elsewhere, backfill and compact unautho excavations as specified for authorized excavat unless otherwise directed by the City. a - 3.8 FILLING AND BACKFILLING a. Ground surface preparation: 1. Remove- vegetation, debris, unsatisfactory a materials, obstructions and deleterious mater from the ground surface prior to placement fills. that specified under "compacting" for the partic area, break up the ground surface, pulveri moisture-condition to the optimum moisture cont and compact to required depth and percentag maximum density. minimum depth of 6", and recompact at a mois content that will permit proper compaction specified for fill. b. Placing and compacting: 2. When existing ground surface has a density less 3. At exposed soils in areas to be paved, scarify 1. Place backfill and fill materials in layers not than 9" in loose depth. 2. Before compacting, moisten or aerate each laye necessary to provide the optimum moisture conter 3. Compact each layer to required percentage of ma> density for the area. 4. Do not place backfill or fill material on surf that are muddy, frozen or containing frost or ic 5. Place backfill and fill materials evenly adjacer structures, to required elevations. 6. Take care to prevent wedging action of back against structures by carrying the mat6 uniformly around the structures to approximatell same elevation in each lift. 0 3.9 GRADING a. General: 1. Uniformly grade the areas within limits of gri under this Section, including adjacent trans areas. 2. Smooth the finished surfaces within spec tolerance. 3. Compact with uniform levels or slopes between pi where elevations are shown on the Drawing! between such points and existing grades. 4. Where a change of . slope is indicated on Drawings, construct a rolled transition se having a minimum radius of approximately 8 unless adjacent construction will not permit s transition, or if such a transition defeats pos control of drainage. a - b. Grading adjacent to retaining walls: 1. Grade areas adjacent to retaining walls to ach drainage away from the structures and to pre? ponding. 2. Finish' the surfaces to be free from irregi surface changes, and: a. Shape the surface of area scheduled to be UI walks to line, grade and cross-section, 1 finished surface not more than 0.10 feet a1 or below the required subgrade elevation. b. Shape the surface of areas scheduled to be u pavement to line, grade and cross-section finished surface not more than 0.05 feet a or below the required subgrade elevation. a 3.10 COMPACTING a. Control soil compactions during construction to pro the minimum percentage of density specified for area as determined according to ASTM D1557. b. Provide not less than the following maximum densit soils material compacted at optimum moisture content the actual density of each layer of soil materi; place. 1. Pavements: a. Compact the top 8" of subgrade and each lay6 fill material or backfill material at 9: maximum density for cohesive soil material. c. Moisture control: 0 1. Where subgrade or layer of soil material mu; moisture-conditioned before compacting, unifc apply water to surface of subgrade or layer of material to prevent free water appearing on SUI during or subsequent to compacting operations. 2. Remove and replace, or scarify and air dry, material that is too wet to permit compacting tl specified density. too wet to permit compacting may be stockpil spread and allowed to dry. Assist dryi discing, harrowing or pulverizing until moi content is reduced to a satisfactory valu determined by moisture-density relation approved by the City. 3. Soil material that has been removed because a - 3.11 FIELD QUALITY CONTROL a. Secure the City's inspection and approval of subgr, and fill layers before subsequent construction p e rmi t t ed t'h e r eon. b. Provide at least the following tests to the approva the City: 1. One field density test for every 2,000 sq.ft paved area in each compacted fill layer at the of the finished compacted grade. c. If, in the City's opinion based on report of the tes laboratory, subgrade or fills which have been placed below specified denisty, provide additional compac and testing under the provisions of t Specifications. d. Compaction testing to be provided by the Contractor. 0 3.12 MAINTENANCE a. Protection of newly graded areas: 1. Protect newly graded areas from traffic and erc and keep free from trash and weeds; 2. Repair and reestablish grades in settled, erodec rutted areas to the specified tolerances. b. Where completed compacted areas are disturbec subsequent construction operations or adverse weat scarify the surface, reshape and compact to the reqL density prior to further construction. C E RT I F I CAT I ON 3.13 0 a. Upon completion of this portion of the Work, and condition of its acceptance, deliver to the C written report certifying that the compac requirements have been obtained. State in the ri the area of fill or embankment, the compaction de; obtained and the type or classification of fill mat( placed. END OF SECTION B 0 - SECTION C 0 ASPHALTIC CONCRETE PAVING PART 1 - GENERAL 1.1 Except as otherwise specified and/or modified in t specifications, all construction materials construction methods shall be in accordance with Pa and Part 3, respectively, of the Standard Specificat for Public Works Construction, 1982 Edition, as amc by the Standard Special Provision, 1982 Edition. 1.2 DESCRIPTION a. Work included: Provide asphaltic concrete paving asphaltic concrete overlay, where shown on the Draw as specified herein, and as needed for a completi proper installation. 1.3 SUBMITTALS a. Product data: Within 35 calendars days after Contractor has recieved the City's Notice to Pro( submit: 1. Materials list of items proposed to be pro1 under this Section; 2. Certificates, signed by the asphaltic con paving materials producer and the asphaltic con paving subcontractor, stating that materials me exceed the specified requirements. 0 PART 2 - PRODUCTS 2.1 AGGREGATES a. Provide aggregates consisting of crushed stone, gr sand or other sound, durable, mineral mate processed and blended and naturally combined. b. Base aggregate maximum size: 1. Base courses: 3/4" c. Aggregates for asphaltic concrete paving: Prov mixture of sand, mineral aggregate and liquid ag mixed in such proportions that the percentage by o will be within: e e Sieve sizes: Percentage passing: 3/4" 1003 3/8" 67-853 1/4" . 50-653 No. 8 mesh 37-50% No. 30 mesh 15-253 No. 200 mesh 3-8 3 0 plus 50/60 penetration liquid asphalt at 5% to 6-1/2 the combined dry aggregates. 2.2 WEED KILLER a. Provide a dry, free-flowing, dust-free chemical comp containing not less than 30% sodium chlorate chlorate-borate compound, non-flammable, not creati fire hazard when applied in accordance with manufacturer's recommendations, soluble in water capable of being spread dry or in solution. 1 "Chlorax 40": Chipman Chemical Company, Inc., 2. "Monobar-Chlorate": U.S. Borax and Chemical Cc b. Acceptable products: Alto, California. Los Angeles, California. 2.3 ASPHALTS a. Comply with provisions of Asphalt Insti Specification SS-2: 1. Asphalt cement Penetration grade 50/60. 2. Prime coat Cut-back type, grade MC-250. 3. Tack coat Uniformly emulsified, grade SS-11 0 2.4 MIXING ASPHALTIC CONCRETE MATERIALS a. Provide hot plant mixed asphaltic concrete pi materials. 1. Temperature leaving the plant: 290" F minimum, 2. Temperature at time of placing: 280" F minimum F maximum. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS a. Examine the areas and conditions under which wo this Section will be performed. Correct condi detrimental to timely and proper completion of the Do not proceed until unsatisfactory conditions corrected. a - 3.2 FINAL PREPARATION OF SUBGRADES a. After preparation of subgrade as specified in ano Section of these Specifications, thoroughly scarify sprinkle' <he entire area to be paved, and then coml to a smooth, hard even surface of 95% compactio receive the aggregates. b. Apply the specified weed killer to the entire area t paved. Adhere to the manufacturer's applica recommendations. 3.3 PLACEMENT OF BASE COURSES e a. Base: 1. Spread the specified base material to the thick 2. Compact to 95%. b. Thickness tolerance: Provide the compacted thicknc shown on the Drawings within a tolerance of minus c. Smoothness tolerance: Provide the lines and g1 shown on the Drawings within a tolerance of 3/8" ir feet. 1. Deviations: Correct by removing materj replacing with new materials, and reworkinc recompacting as required. d. Moisture content: Use only the amount of moir required by the City. to plus 0 .5A . needed to achieve the specified compaction. 3.4 PLACEMENT OF ASPHALTIC CONCRETE PAVING 0 a. Remove all loose materials from the compacted base. b. Apply the specified prime coat and tack coat 1 required and allow to dry, in accordance wit manufacturer's recommendations. c. Adjust frames and coves, if so required, to meet grades. d. Receipt of asphaltic concrete materials: 1. Do not accept material unless it is covered w tarpaulin until unloaded and unless the materia a temperature of not less than 280" F. 2. Do not commence placement of asphlatic con materials when the atmospheric temperature is 50" F, nor during fog, rain or other unsui conditions. e. Spreading : 1. Spread material in a manner which requires the 2. Where thickness of finished paving will be hand1 ing . less, spread in one layer. 0 - f. Rolling: 1. After the material has been spread to the pr depth, roll until the surface is hard, smo unyielding and true to the thickness and elevat shown on the Drawings. 2. Roll in at least two directions until no rc marks are visible. 3. Finished paving smoothness tolerance: a. Free from birdbaths. b. No deviations greater than 1/8" in six feet. a 3.5 PLACEMENT OF ASPHALTIC CONCRETE OVERLAY a. Immediately before applying the tack coat, remove loose material, dirt, clay and other objectior material from surface to be treated. b. The surface of the course will be smooth and of depth that, when compacted, it will conform to gi indicated on plans. Placing of the mixture shall I continuous as possible. c. Joining pavement: The joints between old and pavements shall be carefully made in such a manner ( insure a continuous bond between old and new sectioi the course. Edges of existing pavement shall be ex; and cleaned and edges cut to straight, ver surf aces. All joints shall be painted with a un coat of tack coat before the fresh mixture is place d. Spreading: Where thickness of finished overlay wi 3" or less, spread in one layer. 0 3.6 PROTECTION a, Protect the asphaltic concrete paved areas from tr until the sealer is set and cured and does not pi under foot or wheeled traffic, END OF SECTION C 0 - 2.2 CONCRETE a. Comply with the following as minimums: 1. Port1an.d cement: ASTM C150, Type 11, low alkali 2. Aggregate, general: a a. ASTM C30, uniformly graded and clean; b. Do not use aggregate known to cause exces 3. Aggregate, coarse: Crushed rock or washed gr with minimum size between 3/4" and 1-1/2", and a maximum size number 4. 4. Aggregate, fine: Natural washed sand of hard durable particles varying from fine to part. passing a 3/8" screen, of which at least 12% E pass a 50-mesh screen. 5. Water: Clean and potable. b. Provide concrete Hith a 28-day compressive strengi 3,000 psi. shrinkage. 2.3 OTHER MATERIALS a. Provide other materials, not specifically describec required for a complete and proper installatioi selected by the Contractor subject to the approv( the City. PART 3 - EXECUTION 3.1 SURFACE CONDITIONS a a. Examine the areas and conditions under which wo this Section will be performed. Correct condi detrimental to timely and proper completion of the Do not proceed until unsatisfactory conditions corrected. 3.2 MIXING CONCRETE a. Transit mix the concrete in accordance with provi b. Mixing water: of ASTM C94. 1. At the batch plant, withhold 2-1/2 gallons of per cubic yard of concrete. 2. Upon arrival at the job site, add all or part o withheld water (as required for proper slump) t the concrete is discharged from the mixer. 3. Mix not less than five minutes after the wit water has been added, and not less than one n of that time immediately prior to discharge c batch. I) - 4. Unless otherwise directed, provide 15 minutes t mixing time per batch after first additior water. c. Do not use concrete that has stood for over 30 mir after leaSing the mixer, or concrete that is not pl within 60 minutes after water is first introduced the mix. 3.3 PLACING CONCRETE a. Preparation: * 1. Remove foreign matter accumulated in the forms. 2. Rigidly close openings left in the formwork. 3. Wet wood forms sufficiently to maintain workabi 4. Use only clean tools. 1. Perform concrete placing at such a rate of the concrete. b. Conveying: concrete which is being integrated with j concrete is still plastic. 2. Deposit concrete as nearly as practicable ii final location so as to avoid separation dr rehandling and flowing. 3. Do not use concrete which becomes non-plastic unworkable, or does not meet required qui control limits, or has been contaminated by foi materials. 4. Remove rejected concrete from the job site. 1. Deposit concrete in horizontal layers not d than 24", and avoid inclined construction joint 2. Remove temporary spreaders in forms when con has reached the elevation of the spreaders. c. Placing concrete in forms: e 3.4 CONSOLIDATION a. General: 1. Consolidate each layer of concrete immediately placing, by use of internal concrete vibr supplemented by hand spading, rodding or tampin 2. Do not vibrate forms or reinforcement. 3. Do not use vibrators to transport concrete i the forms. 3.5 EXPANSION JOINTS a. Fill expansion joints to full depth with expansion material approved by City. a - 3.6 CONCRETE FINISHING a. Provide a non-slip broom finish on all curbs, gut and sidewalks. a 3.7 REMEDIAL WORK a. Repair or replace deficient work as directed by the and at no additional cost to the City. END OF SECTION D e e *, January 22, 1990 Southland Paving, Inc. 361 South Hale Ave. Escondido, CA 92025 Re: Bond Release - Contract No. 3167 - Appian Road Improvements Per instructions from our Municipal Projects Department, we are hereby relea the remaining 25% of the bond for the above-referenced contract: Performance Bond No. 106881 Merchants Bonding Company Mutual The bond is enclosed so that you may return it to your surety. sky&- puty City Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2 n 1 ~ITE IT- DON'T SAY 10 / Date 6 a Reply Wanted UNO Reply Necessary 42. Re: Bond Release - Our records indicate that the ond for the above-referenced subd se. We need your written authorization/approval for release. Please let me know the status, and if release is 0.k. 1 LJJ /./ ,- , p/ /- Thanks, 'd PRI Y- AIGNER FORM NO. 55-032 / /, f 7 i i -A * ~ITE IT- DON’T SAY 1$! Date % __ a Reply Wanted To From Karen Kundtz, Deputy City Clerk UNO Reply Necessary L// Re: Bond Release - - /$+?x+/ 452.2. ond for the above-referenced subdivision/project is eligible cy) or re ease. We need Our records indicate that the -&--YD your written authorizationlapproval for release. the status, and if release is 0.k. Please let me know Thanks, L PR Y- AIGNER FORM NO. 55432 7 f I I L -J * e 9 i 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) s Office of the City Clerk Mifg af Marlsbab December 4, 1987 Southland Paving, Inc. 361 South Hale Ave. Escondido, CA 92025 Re: Bond Release - Appian Rd Improvements - Contract #3167 Per instructions from our Municipal Projects Department, we are releasing the following bond for the above-referenced project: Labor & Materials Bond No. CA 106881 Merchants Bonding Company (Mutual) $16,420.73 The bond is enclosed so that you may return it to your surety. $&+i2.cw eputy City Clerk Enc . V IITE IT - DON’T SAY V! Date 11-17 T~ Municipal Projects kd Reply Wanted From City Clerk’s Office UNO Reply Necessary Re: Bond Release - Contract No. 3167 - Appian Rd. Improvements - SOUTHLAND PAVING Our records indicate that it is time to release the Labor h Materials - Bond for the above-referenced contract. Need your authorization to release. Please let me know if release is o.k., or if you would like the bond held. Thanks. Karen K. PF G AIGNER FORM NO. 55-032 WYTE IT- DON7 SAY IC Date 11-17 io Municipal Projects El Reply Wanted From City Clerk’s Office UNO Reply Necessary Re: Bond Release - Contract No, 3167 - Appian Rd. Improvements - SOUTHLAND PAVING Our records indicate that it is time to release the Labor & Materials Bond for the above-referenced contract. to release. Please let me know if release is o.k., or if you would like the bond held. Thanks. Need your authorization Karen K. AIGNER FORM NO. 55-032 PI e Q TEL (618 1200 ELM AVENUE CARLSBAD, CALIFORNIA 92008 Office of the City Clerk aitp of CarIGbab July 31, 1987 Southland Paving, Inc. 361 South Hale Ave. Escondido, CA 92025 Re: Bond Release - Appian Road Improvements - Contract /I3167 The Notice of Completion for the above referenced project has recorded. Therefore, we are releasing 75% of the Performance Bond. Please consider this letter as your notification that $24,631.10 of Performance Bond No. CA 106881 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor and Materials Bond will be released six months from the date of recordation of the Notice of Completion, on November 13, 1987. ?Ji?iYZ* eputy City Clerk Enc . Cit; 1200 Clerk Elm Avenue 0 596 a7 Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICI PAL PROJECTS is67 MY f 3 AN a p* -2 t. ti i i. OOUH I Y f!i.cDiiot i LE:’. - To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 16, 1987 the Engineering project consisting of half street improvements to Appian Road south of Elm Avenue in front of the Frazee property - on which Southland Paving Company was the Contractor, and AM West Surety Insurance Company was the surety, was completed. CITY OF CARL5 VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of sai City on bw s 19p7 accepted the above described work as complete and ordered that a Notice of Completion be filed. I 1 I declare under penalty of perjury that the foregoing is true ar correct. Executed on M w L~ 17 p 7 at Carlsbad, California. I CITY OF CARLSBAD wm At?&- my Clerk E e L <,' v e e 1200 ELM AVENUE TEL CARLSBAD, CALIFORNIA 92008 (619 Office of the City Clerk aitp of (ICarI6bab May 5, 1987 Vera L. Lyle County Recorder P.O. Box 1750 San Diego, CA 92112 Enclosed for recordation is the following described document: Notice of Completion - Project Improvements Appian Road, South of Elm Avenue (Frazee Property) Half Street Improvements Southland Paving Company, Contractor Our staff has determined that the recordation of this document is of benefit to the City; therefore, it is requested that the fees be waived. Thank you for your assistance in this matter. kJ$>JFT EN KUh TZ / Deputy City Clerk Enc . , e m City Clerk 1.200 Elm Avenue Carlsbad, CA 92008 NOTICE OF COMPLETION MUNICIPAL PROJECTS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on February 16, 1987 the Engineering project consisting of half street improvements to Appian Road south of Elm Avenue in front of the Frazee property on which Southland Paving Company was the Contractor, and AM West Surety Insurance Company was the surety, was completed. CITY OF CARLSBAD VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad; the City Council of sa City on hw 5 1987 accepted the above described work as cornplet and ordered that a Notice of Completion be filed. I I I declare under penalty of perjury that the foregoing is true a correct. Executed on CLq b. IF 8 7 at Carlsbad, California. I CITY OF CARLSBAD City Clerk I