Loading...
HomeMy WebLinkAboutSouthland Paving Inc; 1987-03-26; 3261r L 1 I I I I I I I I CITY OF CARLSEA1 MUNICIPAL PROJECTS DEPARTME? I CONTRACT DOCUMENTS I & PROJECT SPECIFICATIONS FOR I I I I I 1 J 'RANCHOSANTAF ROADBYPASS PROJECT # 3261 TIYOTHY GWIN INS. AGENCY 9748 LOS COCHES RD. #I1 LAKESIDE, CA. 92040 6 19-390-0900 SOUTHLAND PAVING, INC . 361 SOUTH HALE AVE. ESCONDIDO, CA. 92025 TYPE OF INSURANCE PRODUCTSKOMPLETED OPERATIONS COY719507 INDEPENDENT CONTRACTORS BROAD FORM PROPERW DAMAGE PERSONAL INJURY PERSONAL IF TOMOBILE LIABILITY ALL OWNED AUTOS (PRIV PASS ) ALL OWNED AUTOS (F&$R&!!”) NON-OWWED AUTOS GARAGE LIABILIW PROJECT #: 3261 ADDITIONAL INSURED: CITY OF’ CARLSBAD 1200 ELY AVE. CARLSBAD, CA. 92008 . .r: ,' STATE COMPENSATION INSURANCE P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 FUN D CERTIFICATE OF WORKERS'COMPENSATION INSURANCE > I" 7; :. 1 ? __ 3 s$;; POLICY NUMBER ': i -.. CERTIFICATE EXPIRES. r - p 0 *? e L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the 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 empla 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 afforc policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other docur respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by tt described herein is subject to all the terms, exclusions and conditions of such policies. - &L: - I EMPLOY E R +p r - n7r-7 1'9-V ~ 0 86' IC1?1=H 'PIP 'YSI 17Yl'b FILE I I I I I I PROPOSAL 3 I I I CONTRACT 12 I I I I I I I I I TABLE OF CONTENTS PAGE - ITEH 7 NOTICE INVITING BIOS 1 BIDDER'S 8OND TO ACCOMPANY PROPOSAL 7 DESIGNATION OF SUBCONTRACTORS 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 18 20 22 LABOR AND MATERIALS BONO PERFORMANCE BONO CERTIFICATION OF COMPLIANCE EQUAL OPPORTUNITY PROVISIONS 1-9 thru 1 I SPECIAL PROVISIONS 23 1% I I I I I I I I I 1 I I I I I. I I I :I T'Y gF C.ARLSEAD, C4CIFClRNI.4 %OT!CE IVVITING BIDS Sealed bids will be received at the Office of the Purchas Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, un 4:OO PM on the 25::: day of C~L~..~~., , 19 8, at wh time they >will be opened and read for perf~rmiriq the work follows: -' ? - ,-, 1 C?N?RACT NO. 2-2- The work shall be performed in strict conformity with specifications therefor as approved by the City Council of City of Carlsbad on file with the City Clerk. Reference hereby made to the specifications for Full particulars description of the work. No biU will be received unless it is made on a proposal furnished by the Purchasing Department. Each bid m.us accompanied by security in a form and amount required by The bidders' security of the second and third next 101 responsive bidders may be withheld until the Contract has I fully executed. The security submitted by all other unsucces bidders shall be returned to them, or deemed void, within (10) days after the Contract is awarded. Pursuant to provisions of law (Public Contracts Code Section 201 appropriate securities may be substituted for any money depos with the City to secure any obligation required by this notic The documents which must be completed, properly executed, notarized are: 1. Proposal 2. Bidder's 8ond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience A11 bids will be compared on the basis of t3e Engin Estimate. The estimated quantities are approximate and solely as a basis for the comparison of blds. The Engin Estimate is 5178,000 . 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. I. - I I I I I I I I I I I 1 I I I I Sets of plans, special provisions, and Contract documents ma obtained at the Purchasing Department, City Hall, Carls~ California, for a nonrefundable fee of $ 0 (N~ yee) 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 Cod 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 prevai rates of wages to all workers empl.oyed by him or her in execution of the Contract. The Prime Contractor shall be responsible to insure compli with provisions of Section 1777.5 of the California Labor Cod The provisions of Part 7, 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 On Please refer questions to Garv Ke1LjSDn,_ Aoiect m I 438-1161. (EXT. 4383) 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 rejectic bid. Bonds to secure faithful performance of the work and paymer laborers and materials suppliers each in an amount equal tc hundred percent of the Contract price will be required for I on this project. The contractor shall be required to maintain insurancl specified in the contract. Any additional cost of said insu shall be included in the bid price. Approved by the City Council of the City of Carlsbad, Calif0 da - , adopted on the 27th bjy Resolution No. 8947 , 19 87 . anuary /I /987 ALetha Lu7.-%4dK& L. Rautenkrant, City CJer I Date 1 - I I I I I I I I I i I I I I I I : 1 TY ri cmsam CQUT~~ACT ua. a-2- ,- - 1 .? I PsoPosaL City Council City of Carfsbad 1200 Elm Avenue Carlsbad, CA 92008 The Underslgned declares he sne has carefully exaninec location of the work, read the Uokice Inviting Bids, examined Plans and Specificatlons, and hereby proposes to furnish labor, materials, equipment, transportation, and serv required to do all the work to complete Contract No. 3261 in accordance with the Plans and Speciflcations of the Crt Carlsbad, and the Special Provisions and that he/she wrll tak full payment therefor the following unit prices fof each complete, to wit: r 1, ,rJ ‘I - / 1 rt I[’. I tem Desc ript ion wit9 Approximate Item Unlt Price or Lump Sum Qu an t 1 t y Unit TO No. Price Written in Words Et Unit Price - 2A Excavation (Uncl . ) 2200 CY L34 /4/ 4A Basecourse 575 TON /9#43 //, Screeni ngs 1 6140 SY 3.30 2c - 1A ROW Clean Up & Disposal LS LS 9 3A A C Pavement 1565 TON 38,)z SG / 5A Chip and Seal (Oil & Rock I 6A AC Berm 2430 LF 3x0 7A Saw Cut Pavement 1665 LF .80 8A Guard Rail 800 LF /9#2b / 9A Paint & Pavement Reflectors (12) is LS IOA Signage (22 ea) LS 1IA Traffic Control I LS 12A Construction Surveying 13A Remove AC Berm 880 LF .97 14A Remove AC Pavement 600 SF /#4Z 15A Remove PCC Curb & Gutter 300 LF 3. LL I- - P A I z: I 1 I I LIav13; 2nd s”iLicr~ ,10r: LS I I I I I 1 I I I - I I IteT DescrLpt:si WL~Y Apgrax:7;t? n ttza iinit Pries or Cine SLT dU?’lt .tf ‘?n L t \o. Price Written in ~ords J: Unit =;LC0 I Gi lLsL ~r, -- - AC 3az for ,!e- ;-- ----- 3c: 1 rcl lial Q; >ass c:Lrje, Total amount of bid in words: 0- -x& .dc;/;t;; & \2 J d-’+ v Total amount of bid in numbers: b /~SS,S~~.ZS Addendum (a) No(s) /v6 has/have See received and is/are incluaed in t17is proposal. I I &2,4.. & /R9 I. I I I I I I I I I I I I I I 1 I I I I ,411 bias are to be computed on the basis of the given est quantities of work, as indicated in this proposal, times th, price as submitted by the bidder. In case of a discr, between words and figures, the words shall prevail. In c an error in the extension of a unit price, the cor extension shall be calculated and the bids will be compu indicated above and compared on the basis of the cor totals. The Undersigned has checked carefully all of the above f and understands that the City will not be responsible f, errors or omissions on the part of the Undersigned in nak this bid. The Undersigned agrees that in case of default in executi~ required Contract with necessary bonds and insurance PO within twenty (20) days from the date of award of Contr, City Council of the City of Carlsbad, the proceeds of chl bond accompanying this bid shall become the property of thl o f Car lsb ad. Licensed in accordance with the Statutes of the Sta California providing for the registration of Contractors, L No. qqlql Identification FD, 3 3-06/ 0 b-38. The Undersigned bidder hereby represents as follows: 1. That no Councilmember, officer, agent, or employee City of Carlsbad is personally interested, direc indirectly, in this Contract, or the compensation paid hereunder; that no representation, oral writing, of the City Council, its officers, agen employees has induced him/her to enter into Contract, excepting only those contained in this f Contract and the papers made a part hereof by its and 2. That this bid is made without connection with any p firm, or corporation making a bid for the same wor is in all respects fair and without collusion or fr I Accompanying this proposal is 2- A (Cash, Certified Check, Bond, or Cashier's C for ten percent (10%) of the amount bid. I I I I I I I I I I I I I I I I I - Ttle Undersigned is aware of the provisions of Sectlon 3700 of Labor Code which require every employer to be lnsured aga liability for workers' compensation or to underta~e s insurance in accordance with the provisions of that code, agrees to comply dith such provisions before comme~cing performance of the work of this Contract. The Undersigned is aware of the provisions of the Stat California tabor Code, Part 7, Chapter 1, Article 2, relatlv the general prevailing rate of wages for each craft or typ worker needed to execute the Contract and agrees to comply I its provisions. e 2au,*; xnt 4 183 ,i&z-YCU UP der's Name 7mqh Phone Yumber I I Dla t e Authorized Signature Authorized Signature 30 t e- EiL9zotS csm. N HmL R Typelof Organization (Individual, Corporation, . Bidder's Address Partnership) List below names of President, Secretary, Treasurer, and Mana if a corporation; and names of all partners, if a partnershiF ,XM2% A- - - -- - (NOTARIAL ACKWOYLEOCEMENT OF EXECUTION BY ALL PRINCI nus1 BE ATTACHED) (CORPORATE SEAL) I I I I I I I I I I I I I I I I I I 2IDDER'S 90NO TO ACCOMPANY PSCPOSAL KNOW aLL PERSOUS EY MESE PREsEwrs: 7 ...-.-.\ 1/\ \ ,\,G'b C,(j , +( 7 , J-,ky I c;,,-)L\, fit \ <~I(-/Wp&.: 1 (,viL.;( ,ti That we 9 r: I '3 Principal, Surety, are held and firmly bound unto the C~ty of car1 California, in an amount as follows: hust be at leas percent (10%) of the bid amount) ,:7 I arid AAE~.L;. t\;\i.~ .,- i \i {c fl f?y$l\<.,,,)\ [.j:(*\ ;',p\ I heirs, executars and administrators, successors or ass jointly and severally, firmly by these paynents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that i proposal of the above-bounden principal for: Rancho Santa Fe Road Truck Bypass in the City of Carlsbad, is accepted by the City Council of City, and if the above bounden Principal shall duly enter and execute a Contract including required bonds and insL policies within twenty (20) days from the date of Aw; Contract by the City Council of the City of Carlsbad, bein5 notified of said award, then this obligation shall become and void; otherwise, it shall be and remain in full forc effect, and the amount specified herein shall be forfeited t said City. In the event any Principal above named executed this bond individual, it is agreed that the death of any such Prir shall not exonerate the Surety from its obligations undei bond. Ilu 'WITNESS WHEREOF, we hereunto sat our hands and seal: ;? 5Tq d ay of Te,3<?c #\a -.\ , 19 $1 . - \ Corporate Seal (If Corporation) ,,$ +-g-e,Lqf .&,l %!/I CI Principal ,\h"Ld) ";: 9 .-& ry LY. i 1<6( ,t , 1- I / t* b i +(I c~p~rjj / - ir -. - s . \ =-- . By A&= '\J Y&LQf-\-\$- 1 tp cy (Notarial acknowledqemen execution by all PRINCIPJ acknowledgement of and SURETY must be attacl ey in Fact) Y the undersigned, a Notary Public in and for said County and State, 2 , personally 5 known to me or proved to me on the basis of satisfactory evidence to be e the President. and--- 8 - P) personaityappeared J (( v j- /I ! * L , F',; / t-4 I I I 1 w I- m d===w iuwwa~o~mnlvlmPh..wofy evidence to be Secret- of the corporahon that executed the within instrument on behalf of the corporation therein named, and acknow- pursuant to its by-laws or a resolution of its board of directors 3 0 0 Z 8 iij oa, " 'c Signature Y ledged to me that such corporation executed the within instrument ' 1 II -- *' 1 ' '\ 1 <,{ I ,\ (-- -), I/- I, / ," FOR NOTARY SEAL OR 1 r;GT, ?r "CS'.IZ ?. ,. - / i-- .- 4-, .- - - MERCHANTS BONDING COMP' -MUTUAL- POWER OF ATTORNEY I I I I I I I I I I I I I I I I I I I DES MOINES, IOWA Know All Men By Thebr Present\. that the MERCHANTS BONDING COMPANY (Mutual). a corporition duly organized undt laus of the State 01 Icrua. and hdLing it, pnncipal otfice in the City of Des Moines. Count) of Polh. State ~f I~IWJ. ha(h niade. con\[ and appiintcd. and doc, by there p&nh niiche. conmute and appoint David J. McKee it\ true and lauful Attorney-in-Fact. u ith 11 tlt San Diego and State of California and authtrrii! hcrch! i{intcmed in it\ nainc. place and bread. to 3ign. execute. acknouledgc and dcli\er in it5 behalf a\ \urq Any and all bonds and undertakings in its normal course of business and ti) hind the SlEKC'H-\ST.\ B0SI)ING COhWA\'r' thlutualt thci-ch! J\ lull! md to the ume extent a\ if wih hjnd or undcriAiii biped h> tlic dul! authorimJ irtficcrk ot the 51EKCH.ANTS BONDING C'OhlPANY (hlutuali. .ind dl the x!\ (11 uid Attonic). pu tu fhc authunt! hcrcin giicii. arc t1r.rr.h) r;ffiti~*iI Jnd conhied Thiz Pnucr-of- AfI<rnic! I, iiidc and cwculcd purwmt tu and hy authorit! (if the following B!-Lau adoptcd h! the &,urd (it Dir (11 ihe hlEKCH.4STS B! )Kl)lSG COblRASY i~lutu~l) ARTIC'LL! 2. SECTION 54 --"The Chairnim ot thc Board or Proident or an! \ice Prehident or Sccretac \hall ha\c pn+L authoni! t(> Jppiini .~ii,~nic~\-iii-~a~!. and to rluthori7c them to execute on behalf (if the Compan!. and attach thr. Sc.11 < Conipan) thcrcio. hon& and undcn.Aing\. rccognizanwr. cwtract> 01 indemnit! and tither writing5 ohligd(r! in the thereof." 111 i\itii~~- V'licrcot. SlERCHASTS BONDING C'O?.lP\N)' t5lutu.ili ha\ caurrd thcx prewnt, to hc. qncd h! it\ \iic Prcdcnt. I:> i~rrp)ratc 4 to h- hereto atlixcd. thi\ 12th day of January A.1) . 143 .4ttc\t hlERCHANTS BONDING COSlPAS'r' I 1; ./-7 " / /c' /&F B! Whil.'. L&?W x 'L. /$$t2( >' I, ii, < & /'r<~wl*wt : ,.< I 1 ST4TTE OF 1ON.A COUSTY OF POLK -\ On [hi, 12th day of January . 1983 . befiirc ntc ill? to mc pcrrunall! kntiun. uho king hy nic duly ,wm did say that they iire Vice Residents respectively of the MERCHANTS &Oh COMPANY (Mutud). the corporation described in the foregoing instrument. and that the Seal affixed to the said instrument Corporate Seal of the ,aid Corporation and that the ,aid instrument was signed and sealed in behalf of said Corporatiun b! auth<l it, Board of Director, Rodney Bliss I11 and William W. Warner e~~WUl~.Whereot'. I ha\c hereunto \et rn) hand and affixed my Official Seal. at the Cit! of Des hluine>. loua the da! dnd kc .el*,%c mm~b **. ; .G ,$ ./.. -...~o *. rn t t $+&!i -;; .. : : \OWA ; : .. .= bv : ** *- *. ....... * *** . . ,I,",*>,\\,,.,, 1.3;vn. 0. *- 4 : 8 : '* '' ' I cL .e** STATE OF IOM.4 COL'NT'r' OF POLK .\ I. Rodney Bliss 111, Vice President ot thc MERCH.4WS BOhDING COMP44NY t.h4utuali. do hereb! certif? that the above and torrgoin; I' .I lr comeL.t ~.op! of fhc POWER OF AmORNEY. executed by said MERCHANTS BONDING COMRVO' IXluwii. * \till in toric and rnect. A In H' ne,\ Whcreof. I ha\c hereunto set my hand and dt?iwd the seal of the Company. at DegX' 1x2 19. "'1 -4 - [hi, 25 TN &I! ot .- t-CL hrL\ ni5 pwcr ot attorney expire5 upon revocation I I I I I I I I I - I I I - I I I I I DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the subbLds c following listed Contractors in making up his/her bLd anc the subcontractors listed will be used for the work for they bid, subject to the approval of the City Engineer, E accordance with applicable provisions of the specificatrons changes may be made in these subcontractors except upon the approval of the City Engineer of the City of Carlsbad. following information is required for each subcontra Additional pages can be attached, if required: I Items of Full Company Complete Address Phone Work Name w/Zip Code w/Area Y96CM/+k 7-e PA k\a dl;+ & qa/o 4-22 fP ! &L&& - j&J d,€b, ca 9z// 3 +Bo - ( 70 /3dX 3667 4w - 61 9 e5 '9 /2a A/, 3Fca*o e /2/1 232-4 s+ 4/4 I 52 >,* 3,dAf2&-4 +dJ/~GU ca 9uu3 42. - I 1 I 1 I I 1 dd4,4!/4 7735-(L P - I I I i 1 I I 1 1 I I DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the s OF all the listed subcontractors as part of the seal submission. Additional pages can be attached, 1f requlred. Type of State Carlsbad Amoun Contracting Business of Full Company Name License dr No. License No.* Bld ($ ah& $~L\A\+\&L 298637 C-32 42 &/& ?%rJLL- /76374 e-/ 3 /o % /o 2 *Licenses are renewable annually . If no valid 1i indicate "NONE". Valid license must be obtained pr I submission of signed Contracts. LMad hk\ 3w.c. Corporate Seal) 361 M H& Aue. €5~ .c Bidder's Company %me (Uotarize or Bidder's Complete Address 3 / y i /&/a Autnorized Signature I I I I I I 1 1 I I I I I I 1 1 I I SIDDER'S STATEMEYT OF FINANCIAL RESPONSIBILITY The Undersigned subnits herewith a notarized or sealed stat of his/her financial responsibility. - sdL/-Q7&/q, ze /d[lFU L Signature (Notarize or I Corporate Seal) * r.: M -4 4 I I' 1 I 1 I I rl 1 I 1 %0. 1 -3s D 28~ ;rU I 1 I 1 I I I IS L3 4 = - 4 L. 4 rl 9 Pi 9 c.1 13 M k'l M 0. 0 4 M 13 9 L;) b 133 74 C4 4 0 * . 8 s L .. a L h-h .-. zgzg2 k;3:.2 S ...I. 2M888 9 9 M g. 0 ,+ 4 e.1 e o Q ~>COgW~Oii3FJo * .'.Sa...* rI nQoC).m=i-,+So ii7 cr) 9 r.4 b 9 1 k7 %-4rC@9,+bF4Qrc 0 0 0 b3 r.1 M l- mMt.i13a m 4 McQM-QM UX n Md -+Y w w #T * utif LIO # u LI LC zs < Sat3 =AH (r c=J2 1 CL c tJ 0 3 E G9 # s;Lii -c 93 8.8. 9 c.4 4 m b - wa* z,io --i a*La~*a-a w c.1 .K1 ?l ?-. Q3 fo t rl Q3 4 0 QObQrrlcQ b MQ 223 0 z e-I a 0?7nrIf3.*mo?l 9.0 by k'l n 5g.S IS 03 L aha ?mu :5 * it x w a 15: til H i- iL 00 1 CI i-zaW OW trl3 w-la 1kl-z =a< . iL l- n HI 03 z aw l- amz LI iLzu LFI xg x cl- +3 I-wm WWLnWEls 03 zx* Z~Xir:wO I- *+I- CW3kd W a gtz wa LI atowlz mxzxx wa m xa Za a ZZzrzm~aw ,--wq+-n+ja ,- Yir: ==.x O~O==O=>W~ (D wma mZzk dItn odn3 (Dd4W4zaW a0oK m+,- +x io% ba:Zic zaw-IAaEww~ a ZWTa: % ai3t~iwi~o+-i~ i-z~~aam ~fco i~z-=+d~wzsaa ~3wazuz LI N i-kac 4 ZHCOZWLI+H~H+ X+Z~LZ~+ S~LHSUWF 0 3 3000 aa0 -w~~X:fiiW +WzTmoloJ O~XO~H~~PLI- i~?sOgKgZ oga3oU+U roZ0kLitE4.'iL' dOl-ucLu dzt3Ouil l- OX0~W 0 zJacal3 i- (~-cut~~xarcrl 2iLO3 03 *LG 1- k-aIiZ CD CwCauwnccE wtLwd~i3tn WLWNH ow nyX aOnO mnro;iL~LJ WFJZX0-w =a=Iwww L~~GEIG V~cY~U~-3~L 1 1 I I 1 I I I I zz I I I c.1 0 sa z I I I 1 I I I I t: M ti3 c Q Q L-l P. I 4 L h 9 a, 0. P+ m M o 0 r.4 0 r.1 b b3 LQ 0 LFI m a0 n - M 9 n 9 0 rl9 o 0 r.i 0 r3 M LI M m 00 n 4 r.i 0 m 0 c o. r.1 o. M r.4 0 c 0 c 9 m M tq 4 0 ri ~3 M 03 f.1 ~3 o q rld Q 0 o b7 9 0 rl* m 9 4M b b ti) o fi Q OOL’iSTC tnOO+ti3G i-rO*Uq-r“C: 4 o 4 m o r.< =1=1.1...1...111...1. 1’1.1’ 4 J L c McL7b-JUgf4YfI27~34~3w o.o”pJii.5qo. OO*”+P; &E H r.2 M s !i’idr.Jii3Or3Ob’iBr3PO Q44QQh rnOti3~9fi SZU ax d SCfi =5* gg - -i t -~~~-L~Laa~., L-a-.,a -Laam X10 z* !- pj LT o. r.1 rl Yf CY b my+ Efi 5 4r3 zm ulc &!x ., wg cn LJ a l- A-JH aa f Jazz QLL -.I 3 r3 LQ 03a ow GH t3 J W i-i I- r.4 u cn W W f H fi I- z a n03 0 P2 Ua H z am mxn J Jz iL 2 >. 03; t- U YE H Pi i Ha. +-i- WCJ z J iiiLrx aH-IXt LLi W=3<0 L$dz-i$ 2 -NyC W3$ gz a0 Hlr. P %7 s C z iS&X ma U‘ x no I- i- ii7 I- Jn NyUu ci mztL p+i f 0a0 %? %Ax J klil+UtLd MfH- w >o. irra.WgWuW nmc+.uiL x CbfiLL ogc z-x<+a +~Caaila+Qa%zialr. ~m~LLuzkUrWaoap~p>.mrp~pu aoSuOaC LiiLLLLa ‘\‘\\O\\\\\\W 3=3332WUUO \\\‘\‘ zzzzzqz~z~z~~~~~~~aqa xzzzz2 JXfULL tLaP3 c1 il, l-mfii- ew&uunarafuI- t-uu idkgk<aa r~ ~-InOmnaXyXa>~*aWr~ -I H2HTTX rl icU z i~ i~a liluuu+ z a a ~Hi~xiic. J Q Of 0 k’i 0 3321 11 121 f i If I H Lzx2330 011 f i f i aa.aLaOPaP~aLO~tHnI-000 0- rl M 9 P T-4 s 4 1 1 I I I I 1 I &E I :z ULf I FicTGI -20 y; I s:E I 1 I 1 1 I I I A C- 0ir: I- U 4 * 4 Q 4 0 ti 0 0 rl M 0 b’) 9 CD h 0. F 4 I I L U 9 0 L’) 9 133 0 L3 Q 0. 18’ l-i OM9 U rl li’) gr- H f.i c M b -Q fi >in0 =m m x 5: a l-i -a- ZJU zch 7-4 0 Lil wijc M4 WIC Lf ULl %AH a ca 1 -19z QL 190 m 3 l-3 Gi UL: c: iR f .= I- iL c; m 0 m 0 d J 0 03 Lo- 03 w w I- Ha+ C- f UijcWiL J z+aaxa H QHCD H azJ - JLJWHU f 0 -JQC.nC-O J Q c yawi a I-oLL+z c o au 0 H h H_i :=$ H HaYZ n H I-up % -7 az I- I A i- Li3 Li3 0 M b3 l-l (13 b M 0. M D. 0. Td 0. i;3 Q b3 idL f- 0-0 00 Ma MA ach c 00 Md 4 b c.1 Fi 4.4 n y 0 03 4 4 l-l Pi# 4 . S S S.S.. .I. 8' 1 0 oqo I I I 1 I 1 B 0 Lt'l 1 -x: YE iL I :Sa cqz u+ bn S['.JOMLif 0*0M**W~ 9 I" 1 1 1 I I I IS $2 0 !- A ZF if3 * 9 u10~0rJOo*~03 clr1l-l li] 9 dMb a?p."*Mb7MOL3i3 -0.0 9 w=1 tU r q0.q ok~auIrlCJF4DoaaI FJii3" tq a L3 P 0.3 MO.C~MPCD. ti3M 0 444 'so) *d rl "e r.i o LF] PJ e o o M CJ 9 Q n p. . S S.S.S..... .I. . cz l-lym M f-- ti3 PJ b-4 0 0 4 0 # Q t"3 1b 0. 9 nu a I, -***-I* ** L .I Q. 9 * * r.4 c.4 Pi 99 *a 9 0. 4l-l A a 74 a rt M cc w i- 00 -0. PD.O-Qb30dM b i.rc 0 00 r iz 05. -0 034 -*VI ri p. r-4 U .Z PJ up 00 Aiil 44 n Cbb $2 rll?Jrlh04*4 a3 I a a. SI ..a. 1s.a s 00 M 4 x10 &0 4: m33 - w x-= w 5; *IC +GI 3 $9 o ou t- i--R z CI OMCd~M 00OD.*tQC*~b -4 <a 00 ox 00 QM*d* oO'iiiL7r9batr7 Q S S 1.S.S ........ s iif EX MM ;riGcf XJH x.ci 52 ma 0~0.r.i~ r.im*+asq+ a Q b + M 9 M-4 L7 c.1 Q c.1 cy Q Qk7 +h tp3M e !!7 4 =IzJ til a- -a* L ** *I OH a *@ zx 99 99 FQ Ac'p 11') rl ow QQ rl Md an B ::E 3Mm *ti ii 2 + X 0 z w w E I I- cn WW m-J e zc Urn U a wo !-03 J 1- c3 x i-+ wacn ncn c zu Q mz 3J cn f-UW Om Lt (TL as-- UU LL cn CJmEmi- Lou-to-J03mz 0 ul W-J w+- z w LOUUJ iL LiJ Eia i-aZ.c~Wm w( ~~LLHS~ n ammo u~omES~L=~mfinzo to muU+ clo i zn~uiizoo -la+ g m J kti Oa 0UlZ DoW+ Lo H 4 -J i- maa 3Wi- -iJ ~~~~3z~m~m~HH ~=1~aau~aaooi-z ax LmLWIm3Ji3733 L3 aa 23 tom 1 i- M ~i) f.1 o b 4 0 9 9 M b3 M 0 4 9 0 9 9 b 9 o r.j ,+ b 0 M UiL ...................... s. i- C4 4 Cd 7l cc 0 9 Q c.1 C.J o o 4 a) o ,+ o o r. 4 m o. o o M .rt o n I I I I 1 I I I !f3 mi5 lxg I =cJ I i--C.iu I I I I I I I U 0 i- z+ -T a l3 ri o o k3 o tTt o it3 r) 9 9 Q 43 o o o 0 ri q o fi f.1 aT 1 Q M 4 43 0 f 0 m 0 Q) ,+ C-J rl M rl 0 o 9 o 0 py 0 a r) U=) ........................ >-a c.4 7-4 3 Q ‘;f 0 4 z)) b !A3 CJ n 4 0 0 Q 0 r.j 0 0 b * 0 py 9 x 9 O. 9 b 4ti3 fi 9 0. Q) r. 9L3 li3 pi TU b3 M OM pj tr~ m M a 9 b a a “id k;o. 00 4 cu Q M M o ~7 o O. o k3r.1 pi ,+ o. -Lam LL *L=L- aLhL L Qrld r) dm44 C*JM~~+ +M p~ 4QV‘cT-l 9b-p kT 9 c3 L1. YI L 4 M *x w i- mmmc,jvM~o ma3 r.~qofir) qQfio.rtr)~~ a 0 9 m M o f-1 o 4 o 4 0 0. r.4 0 4 r.1 r.4 tff m b3 o o o z a ........ SI UQ f.1 74 r) Mrl 4 4 ..... ....... 0 2 r-4 i-a 0 z0. wa x x w >LD0 aw i- Qq: l-a z ;7qa w ........ 1. S iLx - L r.1 o E-’g XU H 2 I :& i--Izi wi- o133QoMOfO om QOQMOOOOb,+Or~JM ra 30 m rl 0 fi 0 0 0.0 b pj 0 Q b or 0. M r.1 c o c.4 M o o ti) LT M a 82 a zci iiw C.4 Q 9 T-l Q P rl P b3 * 4 p.4 h f.4 P QQ~~OOO~O OED ~M~b00L30ti7MOh~ .......... t17 rl Q 4 r) b 9 fi M rp o Q 0 r) (f) Ma” fi h r.14 in 9 0 Q 9 o r.4 M n r.4 m 0. ii) 0 fJ X,fH o o. L. L-~- -I .. mLm L L fi ri d 0 m z I- z 0 x w w w I i- 54% =w$ mm zE E2 w lg \ W ww LD>- 00 ZZ zz ie: Wa *a aa izz UY z zz I- H WW H I- +i-z HOW w a LHJ J IL z LJ ZZO E&y LJ z \ o z a<+ w !?&I x 3 a 3 io& u Id xxE J LDaYLxz0 LD nd l-m LJW a x -&E u*i- LDw m(jya+-3 LEa W 0 3 En HHU a H w i o I z=)uan z~n&~m+c~a~ w WWWWH mZnO Ut- ~Zmdu rl L-H~I--~LJHU~ +I aa,j mw ZE ym 0 XCLZCLZ DZW‘I- om gdd--Izo u,cng Q daaawo agamJ~-’zzLJaLJ~+ppwDiz I ~-’J~c~w~ZWaWWUYcni-QU~Z~~,fuo aaa~~a~~o~TE3xzzw~Lwwwaw~ I ;; ~~LDG~~O~~~WLL~H,~J~O~Z~LD~E~ I n*n + f.4 0 C. w 0 M C.1 fi PihM doa 3 O~>Q+~~~ pj u0.q &?COD M wft s I.. I S sa. .s. s P YWY 4Tq- 3 z.7 i- d 2., Q +4 Fc 0 i- I I I I 1 I m GZZ I s I a2g w ss I Gi I I 1 I I I I I ;? ~+-t-i-+=l z u3fLCLwLL z hhn 7-l cy 0 Q i?3 Q r.l p-) 0900h9h 9 *o SPj~Pj!Dif3?3 fi d-rr)001i'100 9 oo.obnP* M x fiOM*dOO Pi 0 r-1 Q fi) r( 9 L') 43 a Q b o Q OI r.4 til r.i Qm Y r.i n R m 9 C.4 Pi Y 74 $3 + GZ 430.Q~iDor.i q 9yooP0.* -T 4-7-lC.ld 63 4 Zb Q%* r4 w3 'ISI'S. 1 8 S*I.I S L*L- - .. -La L*L L 00 e rf L 4 M ix nhn iil i- MM 0. M* Ma30 t+py 74 Iri 0 on 0 om Own 00.0 Q3 r L SI * 'I 1st s FLfrrr r( !?J tr3 YrJd dX k3 sa. -Y +o o d ZJU 5" )li .p d w W L I-a -x2 -x< >a0 c:irf i- <Tc +-G Z hen if7 9 0 0030 qg $ XJH aza 52 .br; d on 9MO io4 b; J9Z Esf w$ *!?J ?X &si - coz I+* "00 c.1 rf if? w &Z 430. if1 b* am ox Pb Q * lJ3 M*O QQt3 0 ~lb,o mrdd 4 Q 40 Q d cI1 zx -Lf m qn h a Pi Y I.. L L -a a* d r.i OLil W Ln I I- z 0 x Lf W si I i- Zm on Z"X ZCL UYDd >ZW WE omw W kw os= /.. COZL w W 0 5z wz Tu $x zag Z X H Z OLXUi- LU tJ w r- H4CSUXOXO 2 WE%$* a% HH i- LlJa HO x x wa EOco z 0 z n&o a >HHUOdW. Q% 0 Jg c UY H WH Wa W ow iL z mt-wlx zF.0 !- iL z urn XWWOI 0 i- W a ZZWOH LZZZdtnJ 51 Et-SW z J o ?-io00 ~a w w~L >HAC u 4 iz XJ~+ P r~uJ+ ai- 5 :jt . . =acwc~z % W J+ Q: w z a XkH 1 U Utnm~u00 o ~~~~JWLZO ta+w+ + w t- OEuzza* %\WW+W W Q I I I I I I I I I I Date Name and Phone Contract Name and Address Yo. of Person Type of Amount Completed of the Employer to Contact Work Contrac Rose to Ash 184947.90 69,055.50 Appian way 32,841.46 153,655.0 Concha De 25,880.5 131,3I.O. 6 City of Escondido Jim Bernardin 9/8/86 100 Valley Blvd 741 -46 16 Overlay City of Carlsbad Greg Woods Wash. St City of Carlsbad A1 Virgilio San Diego County Al Hadon Los Morros 5555 Overland S.D. 466-8510 La Granada Mc Cain Const. George Scott City of Carlsbad A1 Virgilio Tamarack 1200 Elm Ave. 43 8 -56 2 1 Ave . 12/20/86 1200 Elm Ave. 438 -5621 Improvment s 1/13/87 1200 Elm Ave. 1/2/87 12/6/86 2220 Encinitas Blvd 942-0821 Via De La VI 2/7/87 438-5621 s I - I B I I 1 I I 1 I I I 1 1 1 I 1 I i CONTRACT - PUBLIC WORKS This agreement is made this -- -Afi day of % 1987, by and between the City of Carlsbad, California, ereinafter called "City"), and c5h-uzzN A City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all h specified in the Contract documents for: Construction of Ran( Santa Fe Road Truck Bypass (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall pro\ all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of Contract; the bid documents, including the Notice to Biddi Instructions to Bidders' and Contractors' Proposals; Plans and Specifications, the Special Provisions, and proper amendments and changes made thereto in accordance this Contract or the Plans and Specifications, and the b for the project; all of which are incorporated herein by reference. The Contractor, her/his subcontractors, and mater suppliers shall provide and install the work as indica specified, and implied by the Contract documents. Any i of work not indicated or specified, but which are essen to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of said docume In all instances throughout the life of the Contract, City will be the interpreter of the intent of the Cant documents, and the City's decision relative to said ir will be final and binding. Failure of the Contractc apprise her/his subcontractors and materials suppliei this condition of the Contract will not relieve her/h. the responsibility of compliance. 4. Payment. As full compensation for Contractor's perforr of work under this Contract, City shall make payment ti Contractor per Section 9-3 of the Standard Specification! Public Works Construction. The closure date for each mo invoice will be the 30th of each month. I - Invoices from the contractor shall be submitted according the required City format to the City's assigned proj manager no later than the 5th day of each month. Payme will be delayed if invoices are received after the 5th each month. I 1 D 1 I I I B I 1 I II I I I I 5. Independent Investigation. Contractor has made independent investigation of' the jobsite, the soil conditi at the jobsite, and all other conditions that might aff the progress of the work, and is aware of those conditio The Contract price includes payment for all work that may done by Contractor, whether anticipated or not, in order overcome underground conditions. Any information that have been furnished to Contractor by City about undergra conditions or other job conditions is for Contracta convenience only, and City does not warrant that conditions are as thus indicated. Contractor is satisf with all job conditions, including underground conditions has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contrac shall be responsible for all loss or damage arising oui the nature of the work or from the action of the elementi from any unforeseen difficulties which may arise 01 encountered in the prosecution of the work until acceptance by the City. Contractor shall also be respons. for expenses incurred in the suspension or discontinuanci the work. However, Contractor shall not be responsible reasonable delays in the completion of the work cause acts of God, stormy weather, extra work, or matters which specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validit this Contract, order changes, modifications, deletions, extra work by issuance of written change orders. Contra shall make no change in the work without the issuance written change order, and Contractor shall not be entitle compensation for any extra work performed unless the City issued a written change order designating in advance amount of additional compensation to be paid for the h If a change order deletes any work, the Contract price 5 be reduced by a fair and reasonable amount. If the pa1 are unable to agree on the amount of reduction, the shall nevertheless proceed and the amount shall be detern I 1 by litigation. 8. Prevailing Wage. Pursuant to the Labor Code of the Stat California, the director of the Department of Indust Relations has determined the general prevailing rate of diem wages in accordance with Labor Section 1773 and a of a schedule of said general prevailing wage rates file in the office of the Carlsbad City Clerk, ai I - 1 1 I I I I I I c I I I I 1 I I I incorporated by reference herein. Pursuant to Labor C Section 1775, Contractor shall pay prevailing wag Contractor shall post copies of a11 applicable prevail wages on the job site. 9. Indemnity.- Contractor shall assume the defense of, pay expenses of defense, and indemnify and hold harmless City, and its officers and employees, from all claims, la damage, injury and liability of every kind, nature description, directly or indirectly arising from or connection with the performance of the Contract or work; from any failure or alleged failure of Contractor to corn with any applicable law, rules or regulations including th relating to safety and health; except for loss or dam which was caused solely by the active negligence of the Ci and from any and all claims, loss, damage, injury liability, howsoever the same -may be caused, result directly or indirectly from the nature of the work covered the Contract, unless the loss or damage was caused solely the active negligence of the City. The expenses of defe include all costs and expenses, including attorneys fees litigation, arbitration, or other dispute resolution methc IO. Insurance. Without limiting contractor's indemnification, is agreed that contractor shall maintain in force at times during the performance of this agreement a policy policies of insurance covering its operations and insurz covering the liability stated in Paragraph 9. The policy policies shall comply with the special insurance instructi in the Supplementary General Provisions and shall contain following clauses: Contractor's liability insurance policies shall contain following clauses: A. "The City is added as an additional insured as respr operations of the named insured performed under contr with the City." B. "It is agreed that any insurance maintained by the I shall apply in excess of and not contribute w insurance provided by this policy." All insurance policies required by this paragraph s I contain the following clause: A. "This insurance shall not be cancelled, limited or renewed until after thirty days written notice has given to the City." B, "The insurer waives any rights of subrogation it has may have, against the City or any of its officers or employees. -1 I I 1 I I I I I I I I I I I 8 I I I Certificates of insurance evidencing the coverages requir by the clauses set forth above shall be filed with the Ci prior to the effective date OF this agreement. 11. Workers' Compensation. Contractor shall comply with t requiremenis of Section 3700 of the California Labor COG Contractor shall also assume the defense and indemnify i save harmless the City and its officers and employees fr all claims, loss, damage, injury, and liability of eve kind, nature, and description brought by any person employ or used by Contractor to perform any work under this ContrE regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the Ci certification of the policies mentioned in Paragraphs 10 E 11 or proof of workers' compensation self-insurance prior the start of any work pursuant to this Contract. 13. Claims and Lawsuits. Contractor shall comply with ' Government Tort Claims Act (Government Code Section 900 seq.) prior to filing any lawsuit for breach of tl contract or any claim or cause of action for money .damages. 14. Maintenance of Records. Contractor shall maintain and m available to the City, upon request, records in accorda with Sections 1776 and 1812 of Part 7, Chapter 1, Article of the California Labor Code. If the Contractor does maintain the records at Contractor's principal place business as specified above, Contractor shall so inform City by certified letter accompanying the return of t Contract. Contractor shall notify the City by certif mail of any change of address of such records. 15. Labor Code Provisions. The provisions of Part 7, Chapter commencing with Section 1720 of the California Labor C are incorporated herein by reference. d cash, cashier's check, or certified check may substituted for any monies withheld by the City to sec performance of this contract for any obligation establis by this contract. 16. Securit . At the election of the City, securities in 17. Provisions Required by Law Deemed Inserted. Each and ev provision of law and clause required by law to be inser in this Contract shall be deemed to be inserted herein included herein, and if, through mistake or otherwise, such provision is not inserted, or is not correc inserted, then upon application of either party the Contr shall forthwith be physically amended to make such insert I or correction. I - I 1 I I 18. Additional Provisionso Any additional provisions of t agreement are set forth in the "General Provisions't "Special Provisons'9 attached hereto and made a part hereo $&@W P&,Lq&K - Contract or I (Seal (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) I APPROVED AS TO FORM: I Appk\Q,,/;:3 5.Pm mvr ney I_ I I, I I CORPORATE ACKNOWLEDGMENT STATE OF CALIFORNIA 1 ss. County of ............ SAN ..... Dm ............................ ..................................... sm ..... DXF@ ............................................... appeared ............8@Z@ ev'dence to be the pe ................. ..................................... ............................ On this %%!I3 day of .............. , in the year ......................................................................... lW7 before me, a Notary Publi ............................................................................................................................................................................................... SZrn&R$ County, State of California, residing therein, duly commissioned and s\ ............................................ 0 personally known to me, mroved to me on the bas P&mm rnF*&W, me, 0 executed the within instrument as ........................................................................................................................ IN WITNESS WHEREOF, I have hereunto set my hand and affixed my offi . Seal, the day a$ ye stated in this certificate Jp ... ...J... :&L. f ? ............. :: ........... pTpJL L.k ......... c... .............................. Notary Public +f ....... 8 MY commission expihs, ..LLfid* .................. 3. Y- I I b 1 380750-7-83 [ CORPORATE ACKNOWLEDGMENT STATE OF CALIFORNIA 1 ss. County of ................................................................................ sm i3fr.a day of ........... .............................................................. BfARa in the year ......................................................................... m3-l before me, a Notary Publi County, State of California, residing therein, duly commissioned and sv ..... IElmxDm2 ................... " ................................................................ .... .sQ- .... RAVZG. .. .mm .,.... ..xE!c.* .............................................. .................................. ..... . ........................................... 0 personally known to me, mroved to me on the bas] I .............................. ........................................ the corporation which executed the foregoing instrument. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my offic 560750-7-85 1 - I I 1 8 I 8 I R 1 I t I I 1 1 I 1 I CERTIFICATION OF COMPLIANCE I hereby certify that SYeLZ&d-/ p@&Ll, A - Legal Name of/ Contractor in performing under the Purchase Order awarded by the City Carlsbad, will comply with the County of San Diego Affirmat Action Program adopted by the Board of Supervisors, including current amendments. "3- /3-g7 f& L &iLJ Date pignature (Seal) (NOTARIZE OR CORPORATE SEAL) /odd- -- $l Title (Notarial acknowledgement of execution by all principals must attached e ) U 1 8 8 I 1 I c I I I I I I B I 1 GENERAL INFORMATION REGARDING COMPLIANCE HITH AFFIRMATIVE ACTION AND MINORITY BUSINESS ENTERPRISE PROGXAMS 1. Affirmative action requirements for this contract are specified by the "Notice of Requirement for Affirmative Action to Ensure Equal Employmen Opportunity (Executive Order 11246) ,'I (see page 1-17) and the "Standard Equal Opportunity Construction Contract Specifications" (see page 1-18) contained herein. Said notice and specifications adopted by resolution of the Board of Supervisors August 22, 1978, satisfy the "Notice" and "Specification" requirements contained within 41 CFR 60-4 of May 8, 197 Information-A directory of MBE contractors or information on how to qua as a Minority Business Enterprise (MBE) may be obtained by contacting: I 2. Office of Contract Compliance (M.S. 0370) County of San Diego 5555 Overland Avenue, Bldg. 2, Room 208 San Diego, CA 92123 (619) 565-3900 3. Minority ana bemale Business Enterprises will be afforded full oppor- tunity to submit bids in response to this invitation, and will not be discriminated against on the grounds of race, color, sex, handicap or National Origin, in consideration for the award. Each bidder may be requested to certify that good faith efforts were made to meet the Minority Business Enterprise (MBE) parti ci pation goal. (See page 1-11) 4. The contractor and all subcontractors shall submit a "Monthly Ernploymep Utilization Report" (Form CC-257) to arrive by the fifth of each month the address listed below. This report shall be signed by the Equal Employment Opportunity Officer designated by the contractor or subcon- tractor. A list of all contracts held by the contractor or subcontracl for work in San Diego County shall be attached to the first Form CC-25i submitted. Thereafter updated lists shall be included only when new contracts are received or old contracts are completed. Reports shall f submitted to: . City of Carlsbad Municipal Projects Division 2075 Las Palmas Drive Carlsbad, EA 92009-4859 Attention: Gary Kellison Bidders are encouraged to direct questions regarding affirmative actio1 and Minority Business Enterprise requirements to the Project Manager a the above address or by telephone at (619) 438-1161 ext. 4383. l-AA/MBE 8-24 1-8 D AFF/ACTION.O Std. form I Rev. 8-86 .. 1-AA/F4BE 8-23 Rev. 5-83 P !4/14ASTE9 FA12 EYPLOY .o I 1 I I 1 I for vioiazion of Drevailina was2 rates. the ConzractJr. ine awaraing authorfry nay aeauct any jiiC:l aanages from zn! nonies due the Contractor. 6. Nothing contained in the52 Fair Emuloyment ?racticzs prwisions sna' be c3nstrued in any manner or fasnion so as to prevent the Owner as awardinc authority from pursuing any other remedies that may be availaD1e a7: law. Nothing cmtaine4 in the Fair E:nployment Practicss provisions sna7 1 be construed in any manner or fasnion so as to require or perxit the hiring of an employee not permitted by the National Labor Relations Acz. 7. awarding aurhoriry that he!sne has or will meot the following sranaards for affirmative comuiiancz, which snall be evaluate4 in eacn case by the awaraii authority . a. The Contractor shall provide evidence, as required by the awarding authority, that he/she has notifie4 all supervisors , foremen and other personnel officers, in writing, of the content of the antidiscrimination clause and their responsibilities unaer it. authority, that heishe has notified all sourc2s of employee referral s ( i ncl udi ng unions, emu1 oyinent agencies, adverti sements, Cal if orni a Emu1 oymei Development Department) of the content of the anti-discrimination clause. c. Personally, or through his/her representatives, the Contractor shal' through negotiations with the unions with whom he/she has agrzements, atteml to develop an agreement which will: referral y upgrading and trai ni ng. terns of the unions' specific areas of skill and geography, to the end that qualified minorit-- workers will be available and given an equal opportunity d., The Contractor shall notify the awarding authority of opposition to the anti -di scri mi nati on cl ause by indi vi dual s y fi rms or organi zati ons duri ni the period of its prequal i fi cation. 8. The Contractor will include the provisions of the foregoing paragrapns through 7 in every first tier subcontract, so that such provisions will be binding upon each such subcontractor. 9* has or wiil meet tne stanaaras tor aifirinative ac7:ion cornoiiance witn tne Fa1 r tm i oyrnent ?rac;i c,os requi rements contai necl nerei n. Std. Form Rev. 5-83 Sucn nonies say 3e r?cgver=n, fron -, a. b. I Prior to award of the Contract, the Contractor shall certify ix the i ' b. The Contractor shall provide evidenccb, as required by the awarding I s I I I 1 1 1-10 I ( 1 ) Spell out responsi bi 1 i ties for non-di scrimi nation in hi ri ng , (2 I Othemi 52 imp1 ement an affirmative anti -di scrimi nation program i n I for employment. D The Contractor, in executing the proposal, thereby certifies t3at he/shl - P1rl/PIASTE3 I FAIR/EYPLO~ -1 l-AA/N3E 8-23 I I I I u I I I I I 1 8 I I I I 1 I IIINORITY BUSINESS ENTERPRISE GOALS FOR THIS PROJECT 1. Board of Supervisors Policy 8-39 Board of Supervisors Policy 8-39 states that Vinority Business Enterprises (MBE), which includes women-owned business2sY within San Diego County will be afforded maximum opportunity to compete for all County contracts, provides for the establishment of MBE subcontracting goals, and requires that potential contractors denonstrate a "good fait' effort" if the goals are not achieved on a particular contract. The Board of Supervisors has also adopted the provisions of Public Contract Code Section 2000, which prevails over any conflicting provisions of Policy B-39. 2. Objectives The following goal is imposed (1) to assure that funds spent under this contract do not perpetuate the effects of past discrimination in the construction industry against minority and women business enterprises, (2) to encourage minority and women business enterprises to bid on pub1 construction contracts, and (3) to overcome the unwillingness of businesses other than minority and women business enterpri ses to participate in a significant way with minority and women business enterpri ses on public construction contracts. 3. MBE Goal for the Project - Five Percent The Owner has established a Minority or Women Business Enterprise (MBE) goal of - 5% percent for this project. A bidder who fails to neet this goal or to make a good faith effort, as defined in paragraph 6 below, t do so shall be declared non-responsive. (a) "Minority or women business enterprise" means a business enterpri sf that meets both of the following criteria: (1) 1 A business that is at least 51 percent owned by one or more minority persons or women or, in the case of any business who2 stock is publicly held, at least 51 percent of the stock is owned by one or more minority persons or women. A business whose management and daily business operations are controlled by one or more minority persons or women. (b) "i4inori ty person" means Black Americans, Hispanic Americans, Natiw Americans (including American Indians, Eskimos, Aleuts, and Native Hawaiians) , Asian-Pacific Americans (including persons whose origii are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guar the United States Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia, and Taiwan), or any other group of naturi persons identified as minorities in the project specifications. P\J/MASTER Std. Form I AFF/ACTION. 1 Rev. 1-87 1-11 (2) i 4. MBE Subcon tractor Documen ta ti on i I 1 I 1 1 I I I I I 1 1 1 1 The bidder shall designate subcontractors in accordance ni th the instructions contained in the form titled OESIGSATION OF SUBCONTRACTORS contained in these contract documents. These instructions require certain information at the time of bid submittal and perinit some other infornation to be submitted later upon request of the owner. In addition, the bidder shall include information regarding MBE subcontractors and material suppliers on the form titled BIDOE2 MBE INFOR!dATION PART 1 ( see 7 below) e e 5. MBE Vendors The total dollar amount of materials or services provided by MBE vendors shall be credited toward meeting the established XBE participation goal for this project. Documentation of participation by MBE vendors shall be included on the BIDDER PIBE INFORMATION form( s) incorporated in these contract documents. I 6. Good Faith Effort Defined (a) A bidder who fails to meet the MBE goal for this project must, pric to the time bids are ooened, have made a good faith effort to mx the goal. In evaluating the good faith effort of a bidder, the owner shall (b) I consider the following criteria: (I) The bidder attended any presolicitation or prebid meetings tha were scheduled by the Owner to inform all bidders of the minority and women business enterpri se program requirements fc the project for which the contract will be awarded. The Owner may waive this requirement if it determines that the bidder i! informed as to those program requirements. The bidder identified and selected specific items of the project for which the contract will be awarded to be performec by minority or women business enterprises to provide an opportunity for participation of those enterpri ses. The bidder advertised, not less than 10 calendar days before the date the bids are opened, in one or more daily or weekly newpapers, trade association pub1 ications, minority or trade oriented publications, trade journals, or other media, specified by the Owner for minority or women business enterprises that are interested in participating in the project. This paragraph applies only if the Owner gave publi notice of the project not less than 15 calendar days prior to the date the bids are opened. Accordingly, this paragraph's 1-12 P AFF/ACTION.2 requirements are waived for this proposal. (2) (3) PW /MASTER Std. Form Rev. 1-87 I 8 1 I I I 8 I I I I I 8 I I I I I I (4) The bidder provided written notice of his or her interest in bidding on the contract to 1 or more business enterprises not less t3an 10 calendar days prior to the opening of bids. To the extent possible, the Owner shall make available to the bidder not less than 15 calendar days prior to the date the bids are opened a list or a s'ource of lists of enterprises which are certified by the local agency i minority or women business enterprises. The bidder may utili; the Owner's list and the list of certified minority or women business enterprises prepared by the Department of Transportation pursuant to Section 14030.5 of the Government Code for this purpose. contacting the enterprises to determine with certainty whethe the enterprises were interested in performing specific i tens the project. enterprises with information about the plans, specifications, and requirements for the selected subcontracting or material supply work. The bidder requested assistance from minority and community organizations; minority and women contractor groups; state, or federal minority and women business assistance offices; or other organizations that provide assistance in th recruitment and placement of minori ty or women business enterprises, if any are available. The bidder negotiated in good faith with the minority or wome business enterprises, and did not unjustifiably reject as unsatisfactory bids prepared by any minority or women busines enterprises, as determined by the Owner. Where applicable, the bidder advised and made efforts to assi interested minority and women business enterprises in obtaini bonds, lines of credit, or insurance required by the Owner or contractor. minority or women (5) The bidder followed up initial solicitations of interest by (6) The bidder provided interested minoriw and women business (7) local, (8) (9) (10) The bidder's efforts to obtain minority and women business enterprise participation could reasonably be exDected by the Owner to produce a level of participation sufficient to meet the goal s and requirements of the Owner. (c) The performance by a bidder of all of the criteria specified in paragraph 6(b) shall create a rebuttable presumption, affecting tk burden of producing evidence, that the bidder has made a good fait effort to comply with the goal and requirements relating to participation by minority and women business enterpri ses. Std. Form r AFF/ACTION.3 Rev. 1-87 1- 13 PIJ/MASTER i 7. "Good Faith Effort" Documentation I 8 II I I i I 1 I I I 8 I Uuon request, the bidder shall submit to the Owner at the office at which bids were received within five (5) working days after the bids for this project were opened, an executed BIDDER MBE INFORMATION fom (PARTS 1 and 2 as required) as contained in these contract documents . Additional copies of said form can be obtained at the office where bids were received for this project. I 8. Award of Contract A bidder who does not attain the project MBE goal and has not made a "good faith effort" shall be declared non-responsive. A bidder so declared may file an appeal in writing with the Clerk of the Board within ten (10) days of the notification of the declaration. a. Upon receipt of a bidder's written appeal, the Clerk of the Board shall set a hearing before the Board within ten (10) days. b. At the hearing on the appeal before the Board, the Director of the Contract Compliance Office and bidder may introduce evidence. MBE Certi f i ca ti on Eligible contractors, subcontractors and vendors wishing to participate as MBEs on this project must be certified by the County's Contract Compliance Office or the California Transportation Department (CALTRANS). Information regarding certification can be obtained by calling Contract Compliance (619) 565-3900. I 9. I 10. MBE Directory The Contract Compliance Office maintains a listing of firms certified to be Minority Business Enterprises in accordance with applicable Federal , State and County MBE certification guidelines. This directory is avail- able to prospective bidders at no charge. Bidders will be permitted to rely upon the authenticity of firms listed in this directory. A bidder desiring to use an MBE not included in the County MBE Directory will be allowed to do so, but will be required to provide appropriate information from the MBE and obtain certification of the MBE before participation is counted toward the project goal. 1 11. Performance by MBE Subcontractors and Suooliers The MBEs listed by the bidder in the executed BIDDER MBE INFORMATION submitted in accordance with subparagraph 7 above, which are determined by the Owner to be certified MBEs, shall perfom the work and supply the materials for which they are listed unless the bidder has received prior written authorization to perform the work with other forces or to obtain the materi a1 s from other sources. P W /MASTER AFF/ACTION. 4 F Std. Form 1 Rev. 1-87 I- 14 I 8 I 1 Authorization to utilize other forces or sources of materials may be requested for the following reasons: (1) The listed MBE, subcontractor or supplier, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract, based upon the general terms, condition>, plans anc specifications for the project, or on the terms of such subcontractor's or supplier's written bid, when the contract is presented by the bidder. I U (2) The listed MBE becomes bankrupt or insolvent. (3) The listed MBE fails or refuses to perform the subcontract or furnist the 1 i s ted materi a1 s. (4) The listed MBE subcontractor fails or refuses to meet the bond requirements of the bidder. (5) The work performed by the listed subcontractor is substantially un- satisfactory and is not in substantial accordance with the plans and specifications , or the subcontractor is substanti a1 ly delaying or disrupting the progress of the work. (6) It would be in the best interest of the Owner. Absent prior written authorization by the Owner, the bidder shall not be entitled to payment for any work or materials to be performed or supplied by a listed MBE unless actually performed or supplied by that MBE. 8 I 8 1 ,I li I I 8 li I Rev. 1-87 I- 15 I I P PW/MASTER Std. Form Ezl AFF/ACT. 4 * 12 C€~~iF~CN CF ICRK, *ME CF %E (SiBCZ.WCTW'/E?rDOR) EL'IR WCUNT -0 S h mNIC %E ?-I10 Fils %E1 8 Pqcu SflPd&\ +;es /lXV'emen+ Re Y \ec+o t-s 9-p 1 1 t2L MO. 2HA Rue 5581 Cbh\L b ,Sf& ~ L{3 YjioiL c &I7 ) ,722 -92a.t ' I . +I ( ) ) ( 1 1 c I t I b ,WE lnra I ?d/wsTs - ,%GB ICOm. 9 I I I 1 8 1 I 8 I B I 1 I 4 8 I 8 I BIDDER MBE INFORMATION PART I1 (Documentation of Good Faith Effort) Project: ~~nc~o SaZia F~ /i!o,d FY c Project NO.: 3441 0s l. Bidder: SoLJ-hlawd 4)~..,,:nq, LJ~c~ Bidder Representative: k? ichQr J 1 This form must be completed if the total MBE participation does not meet the MBE goal established for this project. 1. Did you attend the pre-bid meeting? Yes444 Not Applicable * If not, please explain why you believe you are sufficiently knowledgeabl about the owner's :IBE program requirements such that the owner should waive the requirement that you attend pre-bid meetings: No pre-bid meeting will be held for this contract. 2. Did YOU identify and select specific items of the project to be performt by MBEs? YesfFSo ye5 If so, please explain what steps you took. 8 flJverh'se J 1 y? D@I Iy @Jrcicfoi-i p?cp I PGIf MASTER Std. Form 1 AFF/ACT.S Rev. 1-84 16-a 1 3. Did you advertise in any daily or weekly newspapers, trade association publications, minori ty or trade oriented publications, trade journals, o other media for MBEs who might be interested in participating in the project? YE3lab (Not required due to short notice period. ) If so, please detail your efforts and attach a copy of all I I I I I I I I I 1 8 1 1 1 1 I * I advertisements. 4. Did you provide written notice of your interest in bidding on the contract to any MBEs? Yes/No /dG If so, please state the names of the MBEs and the dates notice was giver and please attach copies of any notices. 5. Did you follow up initial solicitations of interest by contacting the MBEs to determine with certainty whether they were interested in performing specific i tems of the project? c/ e s If so, please detail these solicitations, giving the dates, names of MBEs, and method of solicitation, and attach copies of any writings you have which document these solicitations. Yes/No .8 C"P:(led Ay,, qJ4Clbi t-1 eS a -$Or QLLOPC P 14 /I4 AS T E!? Std. Farm E AFF/ACT .6 Rev. 1-87 16-b 1 1 I 1 I I II I I I II 1 I 8 I 8 Rev. 1-87 16-c i 6. Did you provide interested MBEs with information about the plans, specifications, and requirements for the selected subcontracting or If so, p7ease state the names of the MBEs, the nature of the information provided, and the dates, attaching copies of any writings which document material supply work? Yes/No N 0 i your efforts. 7. Did you request assistance from minori ty and communi ty organizations, minority and women contractor groups, local, state, or federal minority and women business assistance offices, or other organizations that provide assistance in the recruitment and placement of minority or women If so, please give the names of the organizations contacted and the dates of your contacts, attaching a copy of any writings which document your efforts. business enterprises? Yes/No NO jflof g7l0bGLh yi yl*/c d I $a. Do you believe you negotiated in good faith with the MBEs? Yes/No ?i/ es If so, please state the basis of your belief. p epsu.p0-\ poy;tUcc-; 4- ?&;Th -+he fvL&5 0Jpq;Eh #hal/y- 5j7Clii’M /nfOest / i 17 b j c 5,fi;Iap 2/uopk z and ~epcn~~f~~~fe‘ I Qnol Qkd13y wos%77,7G>7Yh;p. /l/?ade r, Per ~tr PW/MASTER Std, Form EIl AFF/ACT .7 D 1 I I I 1 I I i I 1 I 1 I 1 1 I 1 8b. Did you reject as unsatisfactory any bids prepared by any MBEs? Yes/No /Ir e If so, please list those MBE bids you rejected and state your reason for rejecting them. a 9. Did you advise and make efforts to assist interested MBEs in obtaining bonds, lines of credit, or insurance required by the owner or you? Yes/No BG If so, please describe those efforts, state the name of MBEs and dates 0' your contacts, and attach a copy of any writings which document your I efforts. * PW/FSASTER Std. Form m AFF/ACT. 8 Rev. 1-87 16-d I I 1 I I I I I 1 I I 1 I I I 1 I I 10. Do you feel that your efforts to obtain MBE participation could reasonably be exoected to produce a level of participation sufficient to meet the goals and requirements of the contract documents? ‘If so, please state the basis for your belief. I YesfNo /’pe s -7 $?& GO&/ - y 6 @)jjLh We CoBs;deP as c,bs;e as *5’Le.y;!- ;k2Y-Q p@rp42!. la/ (2- )?a\-- / ‘7 “/i% jBI ,d r‘ #;/ GyJ DATED : Signature of Bidder a PW/MASTER Std. Form 1 AFFfACT.9 Rev. 1-87 16-e 1 I I I I I I I I I 1 I 1 I I I I I I NOTIE ff XECUIRMENT FrR AFFIRMATIVE ACTION 70 %SURE ECUAL WLO'RKNT OPCORTUN 1 TY ( EXECLIT I M ORDE;? 1 1 246 1 FCR ALL CNSTRUCTION CNRACTS TO 9E AWAROQ 3Y m CCUNC CF SN.( OIEGY 1. The Offeror's or Sldder's ai-tentlon 1s called * th "Eaual Opporrunity Clause", (Fair faoloy- nent ?ractlc=sl and the "Stanaard Feaera 1 Equal Enro lovment Opportunity Cansrrucrlon Speclficatlons" SeT forth hereln. 2. Ths goals and ffmetables for minorfiy and female partlcipatfon. exoressed In perconta- teras for the Cantracxr's aggregate wrkfacs In 5acn traae on all mnstruction vork in %e aversd area, am 3s follows: Goals For r4fnorrty Goals For Female T I METABLES Partlclpatlon For Participation In Each Each Traat Tra a? 16.91 6.9% These gwls am appllcable tu all the Contractor's constructtan work (whether or nut lt 1s Federal or federally-assisted, or County-assisted) performed in tfre covered area. If the Contractcr perform cons*uctlon wrlc In a geographical area located outsicb of ths covered ama. It shall apply the goals establlshed for suc! geagraohical area mere the dork 1s actually perfwma. 'dl* regard tu this second area, the Contrackr alw, 1s subjecf b the goals for both lts federal ly-involved and non-federal ly Involved cmstructlon. The Contrac+cr's amp1 Ian- vith the aopropriaTe County rules ana regulations, the Executive Order and the 2egulattons fn 41 CF2 Par+ 60-4 shall be based on It3 Implementa-rlon of the Equal Oppor+unIty Clause. soeciflc aiflrsaTive action obllga~lons reauired by the specfflu- tlons set forth in 41 CFR 60-4.3 (a), and its effwh to meet the pals. The hours of minority and female rmp10ymen-t and training must ke suoszantlally unffonn througnout the length of the antract, and In each trade. and the Contractor shall make a good faith effort tu emoloy mlnorlties and women evenly on each of Its pmjecis. The transfer of minority or female employees cr trainees from Contracror tu Contractor Q from project tu project for the sole purpose of meting the Contractor's goals shall be a violation of th contracf. the Executlve Order and the regulations In 41 CFR Part 0'0-4 and appropriate County rules and egU- latlons. Compllane wlttr the goals wlli be measured against th total work hours performed- 3. The Canwactcr shall provide wri% notfflc3tfon to the Oirectcr of the Offlo4 of Federai Contracf Campllancs Programs, and to the County CantTact Camollan- Office, within 10 working days of award of any consdmscilcn subcontract In excess of $10,000 at any tier fa conS*ur tlon work under ih amtract resultlng from thls solicltatlon. the name, address and teiephone number of the subcontracfor; emoloyer Identlflcstlcn nUmDw of the subcontractcr; estlmated dol lar amount of the subcontract; estimated startrng and am0 le- tlcn dates of ths subcontract; and the geographical area ln wnld tta suocontrad 1s ?u se performed. The notiffcation shall IfS+ 4. As used ln this Notice, and In the contract msuiting fran this sollcfta~ion. ths "covered area" 1s San Olego County, Cailfornla. 5. The contractor(s1 and subcontractor(s) shall comply vi* all appllcable County rules and regulatlons. P'#/MAST€3 Std I-WMBE Form 8-24 rn AFF/ACT I ON - 5 Rev. 1-85 1-17 STX:JDAAfr EJLAL E:.IPL3YME:IT O??O2iJNiTY C3iiSTWCTiO!i C3NTZACT S2Et i F I CAT1 OX I I I I I I. As usea in these specifications: 11 r a. I Di ego ; Loverett area" means the geocrapnical ar2a aescrioea in tfie solici-G- tion from rlnicn this conwact resulzea, State of California, County of San b. "3irector" means Direcr,or, Office of Federal Contract Compliance Programs, Unitea States De?arment of Lanor, or any person to xhom the D'irec- tor aelegatzs authority; numDer used on the Enployer's Quarteriy Federal Tax Remrn, U.S. Treasitry OegarLTen7: iorn 941. I1 c c. mpi oyer iaentification numer" means the Federal Social Securizy I I I I 1 I I d. "Xi nority" incl udes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Cznxral (iii) Asian and Pacific Islander (all persons having origins in any or South American or other Spanish culture or origin, regardless of race); of the original peoples of the Far East, Southeast Asia, the Indian Sumonti- nent, or the Pacifica Islands); and (iv) American Indian or Alaskan Native (a17 persons having origins in any of the original peoples of North America and maintaining identifiable tribal affi1 i at1 ons througn memoershi p ana parti cipation or communi xy i den ti fi cati on 1. 2. Whenever the Contraczor, or any Subcontractor at any tier, SuDcantracts a portion of the work involving any construction trade it shall physically include in each subcontract unless exempted by 41 CFR 6-1.5(a){l), the pro- visions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the soli ci utions from wni ch thi s contract resul xed. 3. If the Contractor is participating (pursuant to 41 CfR 0-0-4.5) in tfie Sari Diego "Hometown Plan" approved by the U.S. Deyartment of Labor in the County of San Oiego area either individually or through an association, its affirma- tive action obligations on all work in the San Oiego Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the San Oiego Plan. able to denonstrat? their participation in and compliance wi';3 the provisions of any such Hometown P1 an. Each Contractor or SuDc3ntractor parti ci pati ng in I I I Contractors mst be PWIMASTL? Std. L-AA/!*t8E Form 8-23 E AFF/ACTION. 6 I I Rev. 5-83 1-18 I I I I I an approved San Die20 Plan is inaivicuaiiy requirecl x cmgiy idit!\ its ooli- gations ilnaer che. EE3 cia~~z~, ana =s ,=it a zooa fait2 effort cs acnieve C. '23~3 goal uncle? ;ne San 2iego Pian in eacn craae in dnicn it has empioyees. over211 gooa faith perforzance by other Contractors or Subcgntraczor-s toward a goal in an approved San Diego plan does not excase any covered Conrracror's or Subc3ntr3ctor failure to cake good faith efforts to achieve the San Diego Plan goals and time3Dles. 4. The Contractor shall implement the specific affirmative acci on scmdrirds provided in paray3phs 7a through p of these specificacions. forth in the solicitation from which this co.ntract resulted are exprgssed as percentages of the total hours of enployment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has ernpioyePs in the covered area. Covered Construczi on contractors perfomin? constructfon wcrx in geoloGi cal areas unere tSey do not have a Federal or federally assisted constxczion contract shall apply the minority and fenale goals estaolished for the geo- grapnical area unere Lte work is being perforned, periodically in tbe Federal Register in notic: form, and such no~ic2s may De obtained from any Officg of Federal Conzract Compliance Programs office or from Federal procurement contracting offi ers. The Contraczor is Zxpected to make SuDstantially uniform progress in meeting its goals in each craft during the peri od specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the Countj, State or Federal regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to ernploy the apprenticzs and trainees at the cornpleti on of thei r trai ni ng , subject to the avai 1 abi 1 i ty of empl oyment opportunities. approved by the U.S. Department of Labor. 7. employment opportunity. these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the f 01 1 ow i ng : a. dation, and coercion at all sites, and in all facilities at which the Con- tractor's employees are assigned to work. The Contractor, where possible, will assign t~o or more women ta each construction project. shall specifically ensure that a11 foremen, superintendents, and otner onSi2 supervisor] personnel are aware of and carry ou'i the Concractor's obligation Std. Form E AFF/ACTION.7 1-,4A/ 58 E 8- 23 ine I The goals s22 1 Goals are published I I I I I I I Trainees nust be trained pursuant to training programs The Contractor shall take specific affirnative actions to ensure equal The evaluation of the Contractor's compliance with I I 1 I Rev. 5-83 1-12 1 Ensure and maintain a working environment free of harassment, intimi- I The Contractor P'IJ/MASTL?. I I I I . -- t~ mai ntai n sucx ;Jorxi ng envi ronmenz, wi ~a spec; TI c. azzznti on to ai nori zy or femaie inaiviuuals ,dorkina at sucn sizes or in suc3 facilities. b. Escaolish ana inaintain a currenc lis< of minoriq and fenraIe recruiz- ment sourc2s, provide written noti fi catjon to ninori tj and fenale recrui tzent sources ana to community organizazions wnen the Contractor or its unions have employment opportmities availaoie, and maintain a recwd of tfie organiza- tion's responses. Yainrain a current file of the names, address ana telephone numbers of eacfi ninoriq and female off-the-szreer, applicant and minority or fernale referral from a union, a recruitient source or communicy organization and of what action war taken wizh resi~ecz to each such inaiviaual. If such indivi- dual was sent to the union niring ha11 for ref2rral and was not referred back to the Contractor by t9e union or, if refxred, not employed by Lye Contrac- tor, this snall be documentta in the file with the reason therefor, along with wnatever additional actions the Contractor may have taken, 1 c. I I I I obligations. I I I I I I I d. Provide immediate written nol:ir'ication to the Director and the County when the union or unions with whicn the Contractor has a collective bargain- ing agreement has not reierrea to tne Contraczor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impede4 the Contractor's efforts to meet its Develop on-the-job training opportunities and/or participate in e. training programs for the area which expressly include minorizies and women, including upgrading programs and apprenticeship and trainee programs relevanl: to the Contractor's ernployment needs, especially those programs funded or approved by the Department of Labor. these programs to the sources compiled under 7b above. Disseminate the Contractor's €EO policy by providing notice of the policy to unions and training programs ana requesting their cooperation in assisting the Contractor in meeting its €EO obligations; by including it in any policy manua? and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc. ; by specific review of the poliq with all management personnel and with all minority and female employe- as at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is perforaed. g. The Contractor shall provide notice of f. Review, at least annually, the company's €EO policj and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employ- ment decisions including specific review of these items with onsite super- visory personnel such as Superintendents, G2neral Foremen, etc., prior to the initiation of construction work at any job site. A writzen record shall be made and maintained identifying the time and place of these meetings, persons atzenai ng, subject matter di scussed di sposi tion of the subject matter. Std. Form E AFF/ACTION. 8 L-AA/MBE 8-23 PN/MASTEX I I Rev. 4-54 1-20 I I I I h. Sissminat2 the Cdntractor': EEl3 2olicg externally oy inciuaing it in any aaverzising in the news aedia, soesific3l:y incluaina minority ana fenale news nedia, ana praviding drittsn notjficatjon to ana disc3ssing me Contrac- tar's EE3 p0'iiC.j With other Concrac~ors ana Suoc3ncraczors Mith wnom 'ue Concractor does or anti cipates aoing business. female and communicy organizations, to scnools *Ai th ininoriry and female students and to minority and femle recruiment and craining orqanizations serving the Contractor's recrui tmenc arza and employment neecls. Not later than one moncn prior to the date for tne accegtance of applications for apprenticesnip or other training by any recruiment source, the Contraczar snall send written notifications to organizations sucn as the aoove, describing t9e openings, screeninq procedures, and tests to be useg in tae selection proczss. i. 3irest its recruitment eiforrs, both oral ana ~ritten, to minority, I I j. Encourage present minority and female employees to recruit other minority persons and women, and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the sit2 and in other areas of a Contractor's workforcg. I I I I k. Validate all tests and other se'Iection requirements where there is an obligation ta do so unaer 4: CFR Part 60-3, and/or County 2egulations and Procedures. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities ana encourage these enployees to seek to to prepare for, through appropriate training, etc., such ooportuni ties. m. Ensure that seniority practices, job classifications, work assign- ments and other personnel practices, do not have a discriminacory effect by continually monitoring all personnel and employment re?ated activities to ensure that the EEO policy and the Contractor's obligations unaer tnese spec- ifications are being carried out. except that seyarate or si ngle-user tai let and necessary changing faci? i ties shall be provided to assure privacy between the sexes. 0. *Document and maintain record of all solicitations of offers for SUD- I i 1 I I n. Ensure that all facilities ana company activities are nonsegregated contracts from minori ty female construction contractors and suppliers, including circulation of solicitations to minority and female contraczor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor ' s €EO pol i cies and affi rmati ve action ob1 igati ons. 8. assist in fulfilling one or more of their affirnative action ooligations I I I I Contractors are encouraged to participate in voluntary associations whi c!~ P'rl/MASTZ 1-21 E AFF/ACTION.9 Std. Form I Rev. 5-83 l-AA/I.lBE 8-23 I I 175 thrwgn 7p). The efforzs of a c3ntraczar asssciacjon, joinr: csnzraczsr- union, c3ntraccor-comnuni tlj, or other simi iar ,-roups of wnicx :ne ccnZrxt3r is a ;;lemer and participant, may be asscxa 2s fuliillinc any one 3r more of its obligazions under 7a through p of these specifications groviaed Lqac Lbe Contractor actively participates in the group, ;;lakes ever1 effort, to asiuri! tliac the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program ar2 reflected in the Contractor's minority ana female workforce parzicipation, makes a good faith effort to meet its individual goals ana tiinecaoles, ana can provide access to documentation wni cR demonstrates L?e effeczi veness of actions =Ken on behalf of the Contractor. The ooligation to comply, how- ever, is the Contractor's and failure of such a group to fulfill an ooliga- tion shall not be a defense for the Conrraczor's noncmplianca. 9. A single goal for minorities and a separatz single goal for women have been estabiishea. The Contractor, however, is required to provide equal em- ploynent opportunity to take affirnative action for all minority groups, boa male and female, and all women, both minority and non-ninority. quently, the Contractor may be in violation of the Executive Order and/or Countlj regulation if a particular group is employed in a sabstantially dis- parate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order and/or County regulation if a specific minority group of women is underuti 1 i zed) . 10. The Contractor shall not us2 tbe goals and timetables or affirmative action standards to discriminate against any person because of rac2, color, religion, sex, or national origin. 11. The Contractor shall not en-r inro any subcontract with any person or f i rrn debarred from government contracts pursuant to Executi ve Order 11246 and/or debarred from County contracts pursuant to County Ordinance 3778 (New Series) Article IIIJ of the County Administrative Code. 12. The Contractor shall carry out sucn sancti'ons and penalties for violation of these specifications and of the .Equal Opportmity Clause, including sus- pension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Offico of Federal Contract Compliance Pro- grams and/or County Ordinance 3778, Article IIIJ by the Board of Supervisors. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended and County Ordinance 3778 (New Series) Article IIIJ of the Administrative Code. 13. The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment oppor- tunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Std. For3 I Rev. 5-83 I I l I 1 I Consz- I I I 1 I 1 I I PW /HASTE2 1 AFF/ACTiON.LO :l-AA/MBE 8-23 I I 1-22 1 I 3irocz3r snail ?rxeea in accwaancz AIZI JL C:x 60-d.3 ana/or ;fie ~3un~:i $oar3 ai Suuervisars ;;lay inpos2 me or inore J? De foiiowing sanctions if :?e Contractor fa1 1 s to comiy .ditn the orai nancs or tnes2 spec1 fi cations: a. concraccs until it has denonsirat& to the satisfaction of me County t9at it has made a gooa faith effort to imorove minorit-- ana female enoloynent, and Hill comoly with the notice and stanaard Federal EE9 c3nstruction c3ntTact specifications in effect at the time of any futilre bias; in no event snail iz be a responsible bidder on contracts advertiszd within one year from iilcn findings, unless earlier approved by the Board of Supervisors. b. County. c. Terminare any portion of the c3ntracz or wor:c theremaer. d. Direct the prime contractor to terninate all or pan of the contracz with any suocontractor deternined to be in violation of the specifications. e. Find that any subcontractor in violation of this Program is not a responsible party to a County contract and refuse to accept bids from prime contractors wno intend to use suc3 subcontractors in perforning County contracts, unti 1 the subcontractor has demonstratea to the satisfaction of the Countj that it has made a good faith effort to improve minority ana female employment and will comply with the notic2 and E.E.O.C.C. Specifications in effect at the tine of any future bids; in no event shall it be a responsible party to any County contract advertised within one year from such finaing unless earlier approved by the Board of Supervisors. When the County proc-cis with such formal action it has the burden of proving that the contractor has not met the goals contained in t'le notice of requirement for Affirmative Action. The Contractor's failure to meet its goals shall shift to it the requirement to come foward with evidence to show that it has met the good faith requirements of these specifications by insti- tuting at least the specific steps listed in the specifications. pendency of such proceedings shall be taken into considerazion by the Count;l in determining whether such Contractor can comply with the requirements of these speci fications, and is therefore, a "responsible prospective ConWac- tor" within the meaning of the basic County regulations. 14. The'Contractor shall designate a responsible official to monitor a71 employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government or County and to keep records. least include for each employee the name, address, telephone numbers, Con- struction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g. mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locati ons at whi ch I 1 I Find that the contractor is not a responsiole bidaer fx any further Terminate the entire contract effxtive at a time specified by tne I I 1 I 1 I 1 I 1 I 1 The Records shall at P!.I/MASTEX D AFF/ACTION.ll Std. Form Rev. 4-84 1-23 I 1 I 1-AA/N3E 8-23 u 1 the worx was perforxea. understanaaD1e ana retri evaol e fOr3; however, to the degree tfiat txi szi ng records satisiy this requirement, conzractws shall not be required to mai ntai n separate recoras, E. Noching herein provided shall be construed as a limitation upon the application of requirenents for the hiring of local or other area resiaents (e.g., those unae? the TuDIic Uorks Employment ACT of 1977 and tRe Cornmunit:/ Development 310~~ Grant Program). 2ecaras snall be inainwinec in zn ezsi?y I ! i 1 8 1 I 1 I 1 I 1 I I P!i /CIASTER D AFF/ACTION.~~ I Std. For3 I-..\A/MBE 8-23 Rev. 5-83 1 1-24 I -2 3- I I I I I I Special Provisions -3 1 I I I I I 1 1 1 I I I I SPECIAL PROVISTONS Pa - I tern - Supplementary General Provisions 2 -24 I 1 I 1 I I 1 8 I I I i 1 I 8 I I I I S UP P LE PI E PJ T F. R Y G F V E R F L P R OV I S I 0 N S 1-1 TERYS - To Section 1-1, add: A. Reference to Drawings: Wh e r e "note "scheduled", or words of similar import are used, it shall understood that reference is made to the plans accompanying the provisions, unless stated otherwise. B. Directions: W h e r e w o r d s I'd i r e c t ed I' , I'd e s i g na t e d " , 'Is e 1 e c t ed" , o r w o r d s similar import are used, it shall be understood that t direction, designation or selection of the Engineer is intend unless stated otherwise. The word "required" and words similar import shall be understood to mean "as required properly complete the work as required and as approved by f City Engineer", unless stated otherwise. C. . Equals and Approvals: Where the words llequalll, "approved equal", "equivalent", and s' words of similar import are used, it shall be understood SI words are followed by the expression "in the opinion of Engineer," unless otherwise stated. Where the words "approve "approval", "acceptance", or words of similar import are used, shall be understood that the approval, acceptance, or simi import of the Engineer is intended. D. Perform and Provide: The word "perform" shall be understood to mean that Contractor, at her/his expense, shall perform all operatio labor, tools and equipment, and further, including the furnish and installing of materials that are indicated, specified, required to mean that the Contractor, at her/his expense, sh furnish and install the work, complete in place and ready to L including furnishing of necessary labor, materials, too equipment, and transportation. w o r d s rrshow n" , 'I i n d i c a t e dl', Ird e t a i 1 e dl', -25 I I I 1 I I I 1 1 I I I I 1 i I B 1-2 DEFINITIONS - Modify Section 1-2 as follows: Agency - the City of Carlsbad, California. Engineer - the Project Manager for the City of Carlsbad or h approved representative. - 2-5 PLANS - AND SPECIFICATIONS To Section 2-5.1, General, add: To specifications for the work are the Standard Specificatic for Public Works Construction, 1985 Edition, with 19 supplement, hereinafter designated SSPWC, as issued by t Southern California Chapter of the American Public Wor Association, and these Special Provisions. The Construction Plans consist of 6 sheet (s) designated as Cj of Carlsbad Drawing No. 278-1 . TFe standard drawings utili2 for this project are the latest edition of the - San Diego AI Regional Standard Drawings, hereinafter designated SDRSF issued by the San Diego County Department of Public Worl together with the City of Carlsbad Supplemental Standa Drawings. Copies of pertinent standard drawings are enclos with these documents. -- ---- --- --__I_ 8 - - 4-1 MATERIALS - AND WORKMANSHIP To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or 1 appointed representative. The Engineer shall have free access any or all parts of work at any time. Contractor shall furn Engineer with such information as may be necessary to kc her/him fully informed regarding progress and manner of work character of materials. Inspection of work shall not relic Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency w bear the cost of testing material and/or workmanship where results of such tests meet or exceed the requirements indica in the Standard Specifications and the Special Provisions. cost of all other tests shall be borne by the Contractor. All backfill and subgrade shall be compacted in accordance w the notes on the plans and the SSPWC. Compaction tests may made by the City and all costs for tests that meet or exceed requirements of the specifications shall be borne by the City. I -2 6 I I I I 1 8 I I I i I I I 1 I I 8 1 Said tests may be made at any place along the work as deem1 necessary by the Engineer. The costs of any retests mad necessary by noncompliance with the specifications shall b borne by the Contractor. Add the following section: 1 4-1.7 Nonconforming Work The Contractor shall remove and replace any work not conformin to the plans or specifications upon written order by th Engineer. Any costs caused by reason of this nonconforming wor shall be borne by the Contractor. 6-7 TIHE OF COMPLETION The Contractor shall begin work within 3 calendar days afte receipt of the "Notice to Proceed" and shall diligent1 prosecute the work to completion within - 42 consecutive day after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between tl. hours of 7:OO AM and sunset, from Mondays through Fridays. Tk contractor shall obtain the approval of the Engineer if he/sl. desires to work outside the hours stated herein. Contractor may work during Saturdays and holidays only with tl written permission of the Engineer. This written permissi( must be obtained at least 48 hours prior to such work. TI Contractor shall pay the inspection costs of such work. 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the fili: of a "Notice of Completion" and any faulty work or materia discovered during the guarantee period shall be repaired 1 replaced by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will assessed the sum of $1,000 per day for each day beyond t completion date as liquidated damages for the delay. A progress payments made after the specified completion date sha not constitute a waiver of this paragraph or of any damages. -2 7. I 1 I 1 8 1 I I I 8 I I I 1 I I I I 6-9.1 Early Completion Fonus If the Contractor completes the work to the full satisfaction o the Engineer prior to the completion date, he shall be entitle( to a bonus of S500 per day, for each full day between actua completion, up to and including the completion date, a specified in this contract, up to a maximum amount of $7,500. 7-3 LIABILITY INSURANCE AND 704 WORKERS COMPENSATION rlodify Sections 7-3 and 7-4 as follows: SPFCIAL I?JSURF.NCF INSTRUCTIONS - FOR COKTTRACTORS Contractor shall procure and maintain for the duration of th contract insurance against claims for injuries to persons c damages to property which may arise from or in connection wit the performance of the work hereunder by the Contractor, hi agents, representatives, employees, or subcontractors. If tk insurance is on a "claims made" basis, coverage shall t maintained for a period of three years from the date c completion of the work. The cost of such insurance shall I: included in Contractor's bid. The insurance company c companies shall meet the requirements of City Council Resolutic I No. 8108. I -2E I 1 I t IC I 1 1 I i 1 1 I 1 8 1 A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 000.2 (Ed. 1/7 covering Comprehensive General Liability; and Insuran Services Office form number GL 0404 covering Broad Fo Comprehensive General Liability ; and II 2. Insurance Services Office form number CA 0001 (Ed. 1/7 covering Automobile Liability, code 1 "any auto"; and 3. Workers' Compensation as required by the Labor Code the State of California and Employers' Liabili I Insurance. 8. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1 ,000,000 combir single limit per occurence for bodily injury and propel damage. If the policy has an aggregate limit, a separ: aggregate in the amounts specified shall be establist for the risks for which the City or its agents, offict or employees are additional insured. 2. Automobile Liability: $1,000,000 combined single lin per accident for bodily injury and property damage. 3. Workers' Compensation and Employers' Liability: Workei compensation limits as required by the Labor Code of 1 State of California and Employers' Liability limits $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be decla to and approved by the City. At the option of the Ci either: the insurer shall reduce or eliminate s deductibles or self-insured retentions as respects the Ci its officials and employees; or the Contractor shall proc a bond guaranteeing payment of losses and rela investigation, claim administration and defense expenses. 0. Other Insurance Provisions The policies are to contain, or be endorsed to contain, following provisions: 1 -2 I I 1 1 I I 1 I 1 1 1 I I 1 1 I I 1. General Liability and Automobile Liability Coverages: a. The City, its officials, employees and volunteers i to be covered as insured as respects: liabil arising out of activities performed by or on beh< of the Contractor; products and completed operatil of the Contractor; premises owned, leased, hired borrowed by the Contractor. The coverage sh, contain no special limitations on the scope protection afforded to the City, its officia employees or voluteers. b. The Contractor's insurance coverage shall be prim, insurance as respects the City, its officia employees and volunteers. Any insurance or se insurance maintained by the City, its officia employees or volunteers shall be excess Contractor's insurance and shall not contribute w it. c. Any failure to comply with reporting provisions the policies shall not affect coverage provided the City, its officials, employees or volunteers. d. Coverage shall state that Contractor's insura shall apply separately to each insured against w claim is made or suit is brought, except with resp to the limits of the insurer's liability. 2. Workers' Compensation and Employers' Liability Coverag The insurer shall agree to waive all rights subrogation against the City, its officials, employ and volunteers for losses arising from work performed II Contractor for the City. 3. All Coverages Each insurance policy required by this clause shall endorsed to state that coverage shall not be suspenc voided, cancelled, reduced in coverage or in lin except after thirty (30) days' prior written noticc certified mail, return receipt requested, has been 9: to the City. E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rai of no less than A:XI unless otherwise authorized by I Council Resolution No. 8108. I -3 1 1 I I I I) 1 1 I 1 I 8 I 1 1 I F. Verification of Coverage Contractor shall furnish the City with certificates insurance and with original endorsements affecting cover2 required by this clause. The certificates and endorseme for each insurance policy are to be signed by a per: authorized by that insurer to bind coverage on its behal The certificates and endorsements are to be in forms provic by the City and are to be received and approved by the Ci before work commences. G. Subcontractors Contractor shall include all subcontractors as insureds unc its policies or shall furnish separate certificates : endorsements for each subcontractor. All coverages 1 subcontractors shall be subject to all of the requiremer I stated herein. 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, encroachment, right-of-way, grading, and building perm necessary to perform work for this contract on City property, streets, highways (except State highway right-of-way), railw or other rights-of-way. Add the following: Contractor shall not begin work until all permits incidental the work are obtained. 7-8 PROJECT AND SITE .MAINTENANCE To Section 7-8.1, Cleanup and Dust Control, add: Clkanup and dust control shall be executed even on weekends other non-working days at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall equipped with mufflers in good repair when in use on the pro; with special attention to City Noise Control Ordinance No. 31 Carlsbad Municipal Code, Chapter 8.48. 1 1 -31 7-10 PUBLIC CONVENIENCE AND SAFETY II I 1 1 I I I 1 B 1 I 1 I 1 I 1 Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for t safety of employees on the work and shall comply with a applicable provisions of Federal, State and Municipal safety la and building codes to prevent accidents or injury to persons a about, or adjacent to the premises where the work is bei perf o rrned. He/she shall erect and properly maintain at i times, as required by the conditions and progress of the WOI all necessary safeguards for the protection of workers i public, and shall use danger signs warning against hazai created by such features of construction as protruding nai. hoists, well holes, and falling materials. I 7-13 LAYS TO BE OBSERVED Add the following: . Municipal ordinances which affect this work include Chap, 11.06, Excavation and Grading. If this notice specifies locations or possible materials, such borrow pits or gravel beds, for use in the proposed construct project which would be subject to Section 1601 or Section 1603 the Fish and Game Code, such conditions or modificati established pursuant to Section 1601 of the Fish and Game C shall become conditions of the contract. SECTION 8 - FACILITIES FOR AGENCY PERSONNEL I Delete this section. 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having tc with reductions in amount of retention. -32 I I i I I I n B I I I I I I SPECIAL PROVISIONS SCOPE OF WORK This project consists of the preparation of a truck bypass la on the old Rancho Santa Fe Road alignment from ~a costa ~ven northerly about 5,000 feet. Improvements include, but are n limited to the following major items: -- qrading A.C. Paving Chip and Seal Clean up This work shall be provided complete in place and ready f operation, built in conformance to SSPWC, 1985 edition, exce I for the following modifications: TRAFFIC CONTROL IN CARLSBAD CITY STRFETS The traffic control includes the construction of detou~ street closures, and related work necessary and requil for construction work in traffic lanes. A. Notifications 7 - 1. The Contractor shall notify the following C: Departments 24 hours prior to the start of work this project and 24 hours prior to the closing opening of a street or alley within the City Carlsbad. Engineering Pepartment - 438-5541 Police Department - 438-5511 Fire Department - 438-5521 The City of Carlsbad will furnish, at no charge the Contractor, "TEMPORARY YO PARKING" signs to posted (and removed) by the Contractor as requi to facilitate progress of the work. The signs sh be removed by the Contractor immediately when required to facilitate the work. I B. Earricades, Guards and Safety Provisions 1 To protect persons from injury and to avoid prope damage, adequate barricades, bridging, construct I I -33- signing, warning lights, and guards as require shall be placed and maintained during the process c construction work and until it is safe for traffi to use the street or highway. All piles o material, equipment, pipe and other objects that m? serve as obstructions to traffic shall be barricadc and have warning lights. The warning lights sha: be of intermittent flashing type, amber in color ai shall be working from one-half hour before du$ continually until one-half hour after dawn tk following morning, and when visibility is poor. A: safety rules and regulations of local and Stat authorities shall be observed. Portable delineators, including the base, shall composed of a material that has sufficient rigidi to remain upright when unattended and shall either flexible or collapsible upon impact by vehicle. The base shall be of such shape as preclude roll after impact. The base shall of l sufficient weight or shall be anchored in such manner that said delineator shall remain in upright position. If the portable delineators are damaged, displace or not in an upright position, from any cause, sa delineators shall immediately be replaced restored to their original location, in an uprig position by the Contractor. The vertical portion of the portable delineatc shall be predominately orange color. The post shc be not less than 1-1/4" in width or diameter, tapered, shall have a cross-section area of not le than 100 square inches measured through the vertic axis of the delineator, normal to the roadway. 1 minimum height shall be 37" above the traveled waJ Fluorescent traffic cones shall be of gc commercial quality, flexible material suitable the purpose intended. The outer section of 1 portion above the base of the cone shall be a hig' pigmented fluorescent orange polyvinyl compou The overall height of the cone shall be at lel 28". The base shall be of sufficient weight ( size or shall be anchored in such a manner that traffic cone will remain in an upright position. I I I I I I I I I I I I I I I I I I I c. Traffic Control In order to expedite the passage of public traf through or around the work and where ordered by -34 Engineer, the Contractor shall install sign lights, flares, barricades, and other facilities f the sole convenience and direction of publ traffic. Also, where directed by the Engineer, t Contractor shall furnish competent flagpersons who sole duties shall consist of directing the moveme of public traffic through or around the work. material or equipment shall be stored where it wi interface with the free and safe passage of publ traffic and at the end of each day's work and other times when construction operations a suspended for any reason, the Contractor sha remove all equipment and other obstructions fr that portion of the roadway open for use by publ traffic. Fxisting traffic signal and highway lighting systt shall be kept in operation for the benefit of 1 traveling public during progress of the work i other forces will continue routine maintenance existing systems. The Contractor may be required to cover cert; signs which regulate or direct public traffic. ' Engineer will determine which signs shall I I I I I I I I I I I I I I I I I I covered. Construction operations shall be conducted in SUC manner as to cause as little inconvenience possible to abutting property owners. All stre and highways used by the Contractor shall be k free of debris, dust, and mud by the Contractor. Personal vehicles of the Contractor's employ shall not be parked on the traveled way at any ti including any section closed to public traffic. When entering or leaving roadways carrying pub traffic, the Contractor's equipment, whether en or loaded, shall in all cases yield to pub traffic. The provisions in this section may be modifiec altered if, in the opinion of the Fngineer, put traffic will be better served and work expedi Any proposed modifications shall be approved writing by the Engineer. Whenever a lane closure is made, the Contrac shall close the lane by placing fluorescent tra cones, portable delineators, or other devi approved by the Engineer, along a taper and a: I -3 5 the edge of the closed lane adjacent to pub1 traffic. One telescoping flag tree with flags sha be placed at the beginning and at the end of t taper. Whenever work is being performed adjacent to a 12 carrying traffic, the edge of lane or edge pavement shall be delineated by placing tempora portable delineators adjacent thereto. Should the Contractor appear to be neglectful negligent in furnishing warning and protect: measures as above provided, the Tngineer may dirl attention to the existence of a hazard and t necessary warning and protective measures shall furnished and installed by the Contractor at his/' expense. Should the ~ngineer point out t inadequacy of warning and protective measures, si action on the part of the Fngineer shall not reli the Contractor from responsibility for public saf or abrogate his/her obligation to furnish and I I I I I I 1 I 1 1 I I I I I I I I I for these devices. Full compensation for furnishing, placi maintaining, replacing and removing construct signing, barricades, delineators, and traffic cor for covering signs as directed by the Engineer: for furnishing flagpersons shall be considered included in the various contract items of w involved and no separate payment will be m therefor. 2. DUST CONTROL - The Contractor shall furnish a water supply vehicle on job site. The Contractor shall apply water in the amoi and at intervals as directed by the Engineer. The wz supply vehicle and an operator shall be available up( reasonable notice as determined by the Engineer for afi hour, weekend, or holiday dust control work. If Operator is not available for dust control measures, City will arrange for the work to be performed by otl and will deduct all equipment, labor, and material c thereof from the contract amount. The Contractor SI furnish a street sweeper vehicle on the job site and sl sweep areas as directed by the Engineer. All costs involved for dust control, including suppl and operating water supply vehicles, and street sweel shall be absorbed in other items of work. -36 I 1 I I I 0 I I I I I I I I 1 I 1 I 3. ASPHALT WORK A, Asphalt concrete and base shall conform to t requirements of Sections 203, 301 and 302 of t SSPWC, and these contract documents. Aggregate base material shall conform to Secti 200-2.2 of the SSPWC and these contract documents. Be Street section shall be as called out in the plans C. Base bid shall include subgrade scarificatic moisturization, and compaction to a minimum ninety five (95%) percent relative compaction and a minimum depth of six (6") inches. D. Subgrade prepared prior to scarification operati shall be within plus or minus one tenth of a foc Base and asphalt street sections shall be instal: with specified elevations as per plans. m E. A tack coat shall be applied on existing asphc surfaces, along the saw cut and on existing pavemc to be resurfaced at the rate of 0.10 gal/SY. 1 tack coat shall be Type SS1 asphaltic emulsion. F. For new street sections, as the entry and er lanes, a prime coat shall be applied, conforming 302-5.2 of SSPWC. G. For the shoulder sections along the old r( alignment, oil and rock screening surface shall prepared as per the requirements of Section 302- and 302-3.3. r3. Where new construction abuts existing roadway, joining shall be along saw cut edges. CLEAN UP The clean up includes the removal and disposal of tr and debris within the !?OW of the Truck Bypass. Shrubs brush shall be removed from road shoulders. Trees sh be trimmed or entirely removed as directed by the Engir in accordance with 300-1.1 of SSPWC. _. 4. +- m a '* March 1, 1990 TO: FROM: Gary Kellison, Project Manager KAREN KUNDTZ, DEPUTY CITY CLERK 25% PERFORMANCE (Wm BOND RELEASE SOUTHLAND PAVING Please disregard my December 1989 request to continue to hold the above bond. I asked the contractor to repair a small section of road surface. investigation showed that the failed section was the original County roadway, Southland Paving's new construction. The warranty bond may be released. CONTRACT NO. 3261 - RANCHO SANTA FE ROAD TRUCK BYPASS Subsequent f GARY KEJUSON Project Manager GK:jkb Attachment c: Municipal Projects Manager b I UNO Reply Necessary Our records indicate that the above-referenced subdivision/p your written authorization/approval for release. the status, and if release is 0.k. Please let me know Thanks, Y- b e March 7, 1990 Southland Paving, Inc. 361 South Hale Ave. Escondido, CA 92025 Re: Bond Release - Rancho Santa Fe Road Bypass - Contract No. 3261 Per instructions from our Municipal Projects Department, we are hereby releasi the following bonds for the above-referenced contract: Performance Bond #CA106896 Merchants Bonding Company $164,583.25 Labor and Materials Bond #CA106896 Merchants Bonding Company $164.583.25 The bonds are enclosed so that you may return them to your surety. $&& eputy City Clerk Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2E * @ December 22, 1989 TO: KAREN KUNDTZ, DEPUTY CITY CLERK FROM: Gary Kellison, Associate Civil Engineer RANCHO SANTA FE ROAD TRUCK BYPASS, PROJECT NO. 3261 - SOUTHLl PAVING, GENERAL CONTRACTOR BUENA VISTA LAGOON ISLAND RESTORATION, PROJECT NO. 3258 - SI EQUIPMENT RENTAL, GENERAL CONTRACTOR Please do not release any bonds for the above contractors becai I am demanding warranty repairs from them. -,%y 7JQjjgg;- GARY KELLISON Pro j ect Manager GK:jkb i WITE IT- DON’T SAY I$ Date 94 - a Reply Wanted 1/ /’ To From Karen Kundtz, Deputy City Clerk UNO Reply Necessary Re: Bond Release - Our records indicate that the above-referenced subdivision/project is- eligi6e for release. your written authorizationlapproval for release. Please let me know the status, and if release is 0.k. dSyb &- u We need Thanks, b PRINT Y- AIGNEA FORM NO. 55032 r -I I 1 I -J I L I P 0 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) Office of the City Clerk &itp of (ICarIs’trab July 31, 1987 Southland Paving, Inc. 361 South Hale Ave. Escondido, CA 92025 Re: Bond Release - Contract No. 3261 - Rancho Santa Fe Road Bypa: The Notice of Completion for the above referenced project has recorded. Therefore, we are releasing 75% of the Performance Bond. Please consider this your notification that$123,437.43 of Merchants Bonding Company Performance Bond No. CA106896 is hereby released. We are required to retain the remaining 25% for a period of one year. filed, it will be released. The Labor and Materials Bond will be released six months from the date of recordation of the Notice of Completion, on December 12, 1987. At that time, if no claims have been x%$* Deputy ity Clerk Enc . 2358 m Recording requested by: City Clerk City of Carlsbad When recorded mail to: NOTICE OF COMPLETION i387 Jut4 i 2 R! 2: 5 City of Carlsbad 1200 Elm Avenue ENGINEERING Carlsbad, CA 92008 VE? 2, i. , L'! t. t COUN t Y mXxm:;2 To All Laborers and Material Men and to Every Other Person Interested: L II_ YOU WILI. PLEASE ?ME NOTICE that on April 30, lSS7 the Engineering project consisting of Truck Bypass The Rancho Santa Fe Road on which Southland Paving, Inc. was the contractor, and was the surety, was completed. Merchants Bonding Company 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 said City on Julie 9, 1987 completed and ordered that a Notice of Completion be filed. accepted the aSoi.3 described work as I declare under penalty of perjury that the foregoing is true and correct . Executed on June 10, 1987 aL Cai-l.sSad, California, CITY OF CARLSBAD City l2kGczk4fld Clerk m G-p /.,-'..-.'. , I -<,.#/<Q . : a > ;* .y 4. .. ( ,$ ~. .: .L g ' '4' (: . I - - i. e Ot 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) Office of the City Clerk (dltp o€ Carlfjbab June 10, 1987 Vera L. Lyle County Recorder P. 0. Box 1750 San Diego, CA 92112 Enclosed for recordation is the following described document: Notice of Completion - Engineering Rancho Santa Fe Road Truck Bypass Southland Paving, Inc. Our staff has determined that recordation of this document is of benefit to the City. Thank you for your assistance in this matter. Therefore, we request that the fees be waived. zii?d=x- Deputy City Clerk KRK/ks Encl . 0 e Re$ording requested by: City Clerk City of Carlsbad When recorded mail to: NOTICE OF COMPLETION City of Carlsbad 1200 Elm Avenue ENGINEERING Carlsbad, CA 92008 To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on April 30, 1987 the Engineering project consisting of Truck Bypass The Rancho Santa Fe Road on which Southland Paving, Inc. was the contractor, and Merchants Bonding 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 said City on June 9, 1987 accepted the above described work i completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 10, 1987 at Carlsbad, California. CITY OF CARLSBAD LzfGZzL 4 i5?&J c City Clerk