Loading...
HomeMy WebLinkAboutSouth Coast Asphalt DBA Sully Miller Construction; 1988-06-28; U/M 16r, t January 23, 1990 South Coast Asphalt Products, Inc. P.O. Box 218 Carlsbad, CA 92008 Re: Bond Release - Contract No. U/M - 16 1987-88 Street Overlay 8. Chip Seal Per instructions from our Utilities/Maintenance Department, we are her€ releasing the remaining 25% of the bond for the above-referenced contract: Performance Bond No. 142330-88 Seaboard Surety Company The bond is enclosed so that you may return it to your surety. $rJ& puty City Clerk Enc. 1200 Carlsbad Village Drive Carlsbad, California 92008 (619) 434-28 I ~ITE IT- DON’T SAY IV Date + To // [*> G</h e WA a Reply Wanted From garen Kundg, Deputy City Clerk UNO Reply Necessary Re: Bond Release - &Xi?’. 2 &JL- &yz=ced * Our records indicate that the above-referenced subdivision/project is edgible for release. your written authorization/approval for release. the status, and if release is 0.k. J?3 -4 , bond for the We need Please let me know Thanks, i Pull Y- AlGNER FORM NO. 55-032 I 1 I r 1 L -_I I 0 c 1 * * 1200 ELM AVENUE TELE CARLSBAD, CALIFORNIA 92008 (619) 1 Office of the City Clerk aitQ df aarkbab July 31, 1989 South Coast Asphalt Products Co. PO Box 218 Carlsbad, CA 92008 RE: BOND RELEASE - CONTRACT #U/M-16 1987-88 Street Overlay & Chip Seal Per instructions from our Engineering Department we are releasii the following bond: Labor & Materials Bond f142330-88 Seaboard Surety Company 100% - $447,903.50 We are enclosing the original bond so that you may return it to your surety company. giiz eputy City Clerk KRK. kds enc: 1 1 b ~ITE IT- DON’T SAY la, Date @L To - k/m, a Reply Wanted Fromu Karen Kundtz, Deputy City Clerk UNO Reply Necessary 9 h 9&-/6 - /v7-/Y’m Re: Bond Release - b&iG‘ZZ &+f.Z - Our records indicate that the &*bdk&zfG bond for the above-referenced subdivisionlproject is eligible for release. your written authorizationlapproval for release. the status, and if release is 0.k. Y -- - We need Please let me know Thanks, --3(-- L PRin AIGNER FORM NO. 55-032 p.-//7 - $7 DATE APPROVED FOR RELEASE n 7 i I , L -i I 0 a 1200 ELM AVENUE TEI CARLSBAD, CALIFORNIA 92008 (619 Office of the City Clerk Mitg nf Marlsbab January 24, 1989 South Coast Asphalt Products Co. P.O. Box 218 Carlsbad, CA 92008 Re: Bond Release - Contract No. U/M-16 - 1987-88 Street Overlay & Chip Seal The Notice of Completion for the above-referenced project has record1 Therefore, we are hereby releasing 75% of the Performance Bond. Please consider this letter as your notification that $671,855.24 of Seaboard Surety Company Performance Bond No. 142330-88 is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond, in the amount of $447,903.50 will be eligible for release six months from the date of recordation of the Notice of Completion on May 8, 1989. A copy of the Notice of Complet is enclosed for your records. 35%6iFk Enc . Kecording Kequested by am K~LULLL 10; 0 849 * City Clerk 1200 Elm Ave. Carlsbad, CA 92008 UTILITIES & MAINTENANCE --___ NOTICE OF COMPLETION October 19, 1988 To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 28, 1988 the Utilities & Maintenance project consisting of the 1987-88 Street Overlay & Chip Seal Program on which South Coast Asphalt Products Company dba Sully-Miller Construction was the Contractor, and Seaboard Surety Company was the Surety, was completed. CITY OF CARLSBAD &A# e ,K&z/ haint enance Direct0 VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad and the City Council of said City on Nov, 1 /9&v accepted the above described work as 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 )")- 2 / 9gr at Carlsbad, California. I' CITY OF CARLSBAD City Clerk \? pB ..* 0 b +* CITY OF CARLSBAD San Diego County California CONTBACT m AND SPEW PROYISIONS i for 1987-88 Streets Overlay & Chip Seal Program coim~~m NO. a/n - 16 x, - * c I I I 0 0 4 \ * c - m*Pl +COD > D !! - 3 ? > : - > > 0-2 -070 ? *++** +c* * mz+ * MPl* -E zr* . >m H I 2- zx 02 mc *-mzr +-rz~ *a om I *.b~rnCo *wn rn I * Am2 * 1 zcz *rU~XO I -lo xw *Comm--I nm I-0 903 mm I 02 mm +worn 203 m-l *-n* * ‘1109 I I * --n* 1 I I I i I I i - / \ e e .+ c VOOCELM AVENUE CARLSBAD, CA 92008-1989 MAY 1 9 1398 artg Isf alrlsbab PURCHASlNG DEPARTMENT May 17, 1988 ADiIEi4DUi.l NLMBER 1 PROJECT: 1937-35 Streets Overlay & Chip Seal Program Contract Number U/?1-16 Please in'clude tile attactlea as part of the Contracr. This addendilm, receipt acknowledged, must be attached to the Propo Form when tne bid is submitted, dpeL&r& Ruth Fletcher Purchasing Officer RF/mk I ACKROidLEDGE RECEIPT OF ADDEN3UrI !\lU[liiEX 1. )6(l. Q2!/ Bi'dder's Si ture DAVID J. COOK Assistant Secretav - t L \ 0 e < L TABLE OF CONTEWTS ITEM - NOTICEINVITINCBIDS ........................... PROPOSAL, ................................ BIDDER'S BOND TO ACCOMPANY PROPOSAL. ................... DESIGNATION OF SUBCONTRACTORS. ...................... BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .............. BIDDER'S STATEMENT OF TECHNICAL ABILITY f EXPERIENCE . . , . , . , . , . . CONTRACT - PUBLIC WORKS $5,000 OR MORE. ................. CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY. ................ CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986. ............. LABOR AND MATERIALS BOND ......................... PERFORMANCE BOND. ........................... CERTIFICATION OF COMPLIANCE. ...................... ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION. ...... SPECIAL PROVISIONS/SPECIFICATIONS. ................... STREETOVERLAY....................., ....... NOTIFICATION LETTER. .......................... STREETCHIPSEAL............ ................ NOTIFICATIONLETTER. + s , . . t a. t * e * * * * t * - * *. * STREET LISTING AND SPECIFICATIONS. ................... MAPSOFAREASOFWORK., ........................ \ 0 e -c 1 8. CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Officer, C 1200 Elm Avenue, Carlsbad, California, until 4:OO PM on the 23rd da} 1988, at which time they will be opened and read for performing the WOI 1987-88 Streets Overlay and Chip Seal Program, CONTRACT NO. UIM-16. The work shall be performed in strict conformity with the specj therefore as approved by the City Council of the City of Carlsbad on the City Clerk. Reference is hereby made to specifications for full pi and description of the work. The City of Carlsbad encourages the participation of minority and wc businesses. No bid will be received unless it is made on a proposal form furnishc Purchasing Department. Each bid must be accompanied by security in i amount required by law. The bidders' security of the second and ' lowest responsive bidders may be withheld until the contract has executed. The security submitted by all other unsuccessful bidders returned to them, or deemed void, within ten (10) days after the c awarded. Pursuant to the provisions of law (Public Contract Code Sect appropriate securities may be substituted for any obligation requir notice or for any monies withheld by the contract, The documents which must be completed, properly executed and notarized City to ensure performance 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. 5. Bidder's Statement of Technical Ability and Experience Bidder's Statement of Financial Responsibility All bids will be compared on the basis of the Engineer's Esti estimated quantities are approximate and serve solely as a bas; to take place during July €i August, 1988, and tas'&!$?o$?mately 30 1 r TJ-I comparison of bids. The Engineer's Estimate is L, %EM+. Work is ; comp1etefht h€dAi/, kQ LbLk'k/&f hjy4 2 Lvfi&% !& cb & 5 dm. d/ No hid shall be accepted from a Contractor who has not been accordance with the provisions of State law. The Contractor dial3 st: her license number and classification in the proposal. One set of plans, special provisions and contract documents may be I the Purchasing Department. City Hall, 1200 Elm Avenue, Carlshad, Calif no cost to licensed contractors, additional sets may be obtained ' refundable fee of $8.70 per set. I .' 0 0 * I The City of Carlsbad reserves the right to reject any or all bids and any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker nl execute the contract shall be those as determined by the Director of Inc Relations pursuant to Sections 1770, 1773 and 1773.1 of the Californ Code. Pursuant to Section 1773.2 of the California Labor Code, a curri of applicable wage rates is on file in the Office of the Carlsbad Cit The Contractor to whom the contract is awarded shall not pay less than specified prevailing rates of wages to all workers employed by him OS he execution of the contract. The Prime Contractor shall be responsible to insure compliance with pr of Section 1777.5 of the California Labor Code and Section 4100 et seq Public Contract Code, "Subletting and Subcontracting Fair Practices Act". The provisions of Part 7, Chapter 1, of the California Labor Code co with Section 1720 shall apply to the Contract for work. A pre-bid meeting will be held on May 16, 1988 at 9:00 A.M. at Uti Maintenance Administration Conference Room, 2075 Las Palmas Drive, Carlsb Project site should be toured by potential bidder prior to pre-bid meetin Bidders are advised to verify the issuance of all addenda and receipt one day prior to bidding. Submission of bids without acknowledgement oi inay be cause for rejection of bid. Bonds to secure faithful performance of the work and payment of labc materials suppliers each in an amount equal to one hundred percent (I fifty percent (50%), respectively, of the Contract price will be reqt work on this project. The Contractor shall be required to maintain insurance as specifiec Contract. Any additional cost of said insurance shall be included ir price. Approved by the City Council of the City of Carlsbad, California by Rc 9 1988 No. 88-146 , adopted on the 3rd day of May - 3!/f d&y& + natd y A19 L. @utedkraq@, 'C' y'Cl& . -. 0 a c .. CITY OF CARZSBAD CONTRACT NO. a/€! - 16 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The Undersigned declares helshe has carefully examined the location of t read the Notice Inviting Bids, examined the Plans and Specifications, ai proposes to furnish all labor, materials, equipment, transportation and required to do all the work to complete Contract No. U/M - 16 in accordi the Plans and Specifications of the City of Carlsbad, and the Special PI and that he/she will take in full payment therefor the following unit pi each item complete, to wit: Approximate Item Item Description with Unit Price Quantity Unit No. or Lump Sum Price Written in Words & Unit Price 1 Asphalt Concrete, - type 1-C-AR-4000 Complete in place at -Jlc:a,u?4 SP Ut/u T[,l,-~y fcrAW Cents per Ton 21,874 Tons 27, -3y 5 I Dollars 6r I 2 Petro Matting, Complete in place at squark yard. 149,767 Sq. Yds. *G? ' 2eRa Dollars & Tiny h4Ap Cents per 3 Chip Seal, Complete in place at 2cttc. Dollars & squhre' yard'. 202,410 Sq. Yds. xG Plcidr r-4 y .'x Cents per 8 0 0 L < . PROPOSAL (Continued) Approximate Item Item Description with Unit Price Quantity Unit No. or Lump Sum Price Written in Words & Unit Price - 4 Adjust manhole covers, Complete in place at -p~~,\-j)& -p Ir.*r7t sei+ e& Dollars h flQ Cents each. 72 each 237.00 5 Adjust monuments & sewer dead ends, Complete in place at e {a& LLl&!J!?Vd s ry Dollars & 2 +*ro Cents each. 16 each JOG.& - \ Total aaount of bid in words: Ejqkf & LGbr db.gS Fi9Lf g4.t 2, JpJ st?! d .&& ?C///OO 3* i/dB Total amount of bid in numbers: $ g5-- fTbGs, w bf flf 7\/ fig.? dtarcslic/v$ 1- I Addendm(a) NO(S). 1 haslhave been received 8 included in this proposal. r”vk &/A3 l6 b/r? * I a 0 s L All bids are to be computed on the basis of the given estimated quant . work, as indicated in this proposal, times the unit price as submitted bidder. In case of a discrepancy between words and figures, the worf prevail. In case of an error in the extension of a unit price, the cc extension shall be calculated and the bids will be computed as indicatc and compared on the basis of the corrected totals. The Undersigned has checked carefully all of the above figures and undc that the City will not be responsible for any errors or omissions on the the Undersigned in making up this bid. The Undersigned agrees that in case of default in executing the I contract with necessary bonds and insurance policies within twenty (: from the date of Award of Contract by City Council of the City of Carlsl proceeds of check or bond accompanying this bid shall become the propert City of Carlsbad. Licensed in accordance with the Statutes of the State of California PI for the registration of Contractors, License No. #252913, CLASS “A!l 1 Identification (75 - 40777/&: 7. The Undersigned bidder hereby represents as follows: 1. That no Council Member, officer, agent or employee of the Carlsbad is personally interested, directly or indirectly, Contract, or the compensation to be paid hereunder; 1 representation, oral or in writing, of the City Council, its o agents or employees has induced him/her to enter into this Cc excepting only those contained in this form of Contract and thc made a part hereof by its terms; and 2. That this bid is made without connection with any person, corporation making a bid for the same work, and is in all respec and without collusion or fraud. Accompanying this proposal is P 230 13 d for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Ca. Labor Code which require every employer to be insured against 1iaK worker’s compensation or to undertake self-insurance in accordance 1 provisions of that Code, and agrees to comply with such provision: commencing the performance of the work of this Contract. (Cash, Certified Check, Bond or Cashier’s C1 0 0 * 5s The Undersigned is aware of the provisions of the California Labor Code, Chapter 1, Article 2, relative to the general prevailing rate of wages I craft or type of worker needed to execute the Contract and agrees to cou its provisions. &dr;/ 74 &?&-sf Hy?k&/.f &Ud&CZ c/bG Ju/!v- # ///PA CoNd &/71757-3 y/o Bidder t s Name Phone Number 5-2.3-CP 8 $jdQ Q//J Date Authorized Signature DAVID J. COOK Assistant Secretar Authorized Signature 3703 /%9p77#& PRiJe Po &@oxa,P Bidder’s Addresk Type of brganization Qa&/.sbad Cd YJOOp (?oR.l)o e to7 0 I\/ (Individual, Corporation or Partnershi List below names of President, Secretary, Treasurer and Manager corporation; and names of all partners, if a partnership: 1 D leriseJ SPP, p 7-TfiL-1; ed l - --_- 23rd day of May , in the y On this before me, the undersi ned a Notary Public in and for said State, personal David J. Coo% I Asst. Secretary-------- , personally k ~F-~~vebteRleoRS~6itsts.efsrrtts~ee) to be the person who e withln instrument on behalf of the Corporation therein named, and acknowledge the Corporation executed it WITNESS my hand and IS. STATE OF CALIFORNIA COUNTY OF San Diego 1 ................................. ACKNOWLEDGMENT-Corpoiation-Wolco’ts Foirn 222CA X-Rev 5 82 Notary Public in and for said State 1’ 01982 WOLCOTTS INC (priceclass 8 2) - ,VIILLER C’NTRACTING CD. AUTHORIZATION TO EXECUTE BIDS, PROPOSALS, CONTRACTS AND PERFORMANCE BO In accordance with the authority vested in my by virtue of that Board Resolution of Sully-Miller Contracting Company which is dated July 13. 1984. and of that interoffice Memorandum of the: Executive Vice President of Koppers Company, Inc.. Burnett (3. Barley. Jr.. which is dated October 10. 1984. I, R. K. MacGregor. President and General Manager of Sully-Miller Contracting Company, hereby designate each of the following employees of South Coast Asphalt Products Company who. by virtue of this designation and of the aforesaid Board Resolution and Interoffice Memorandum. are hereby authorized to execute in the name and on behalf of this Company under its corporate seal any and all proposals for the sale of products. merchandise and services of this Company and any,,bids and performance bonds required in connection therewith. involving any amount not in excess of five million dollars in any one instance to the United States any of the States. territories and dependencies of the United States. the District of Columbia. cities. towns. townships, counties. school districts, and to the departments. political subdivisions. agencies or wholly-owned corporation8 thereof. or to any other person. President & General Manager David E. Branch. Jr. I 1 Vice President D. M. Hickethier I .. Vice President J. 0. Pittman ! i 4 Assistant Secretary David J. Cook I I Controller 8, Assistan‘t Secretary Patricia A. Cormier ! Executed at Long Beach. California this 8th day of September 1087. c 1 SEAL: L i’ ftkM:dt. GENERAL ENGINEERING CONTRACTOR - SINCE 1923 - ASPHALT d ROCK PRODUCTS MANU CAL-STATE LlC. 1538 @ONDNo, ‘/b@L/ PREMIUM: INCL!J’D,! e I f BIDDER’S BOND TO ACCO#PANY PROPOSAL . KNOW ALL PERSONS BY THESE PRESENTS: That we, D8A SULLY -hi 1 LLER CONSTRUCTION as Surety, are held and firmly bound unto the City of Carlsbad, Califc an amount as follows: (must be at least ten percent (10%) of the bid amc SOUTH COAST ASPHALT PRODUCTS CO. as Principal, and OARD SURETY COMPPWY %?n Puemc cioclo) 04 +he -%+a/ &l&tOced- 04 r lh id tit D0 (/a,r k.* for which payment will and truly made, we bind ourselves, our heirs, t and administrators, successors or assigns, jointly and severally, 1 these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposa: above-bounden principal for the 1987-88 Streets Overlay and Chip Seal Contract No. U/M - 16, in the City of Carlsbad, is accepted by the Cit! of said City, and if the above bounden Principal shall duly enter execute a Contiract including required bonds and insurance policies with. 4 Carlsbad, being duly notified of said award, then this obligation sha. null and void; otherwise, it shall be and remain in full force and ef the amount specified herein shall be forfeited to the said City. i (20) days from the date of Award of Contract by the City Council of thc >* x In the event any Principal above named executed this bond as an indiv is agreed that the death of any such Principal shall not exonerate tl from its obligations under this bond. IN WIT ESS WHEREOF, we hereunto set our hands and seal this 23 ’ , 198 % . SOUTH COAST ASPHALT PRODUCTS ( DBA SULLY-MILLER CONSTRUCfIOI\ P incipal li/blJ L! DAVID &!J% J. c I Assistant Secretar Corporate Seal (If Corporation) r fl h SEABOARD SURETY COMPANY +- (NOTARIAL ACKNWLEDGEWBTOF BYALLPRINCIPALS AND SURETY ATTACHED. ) . (ATTACB ACKNOWLEDGEHENT OF ATTORNEY IN FACT) (CIIRWRATE SEAL) I I STATE OF CALIFORNIA 1 ] ss.: #TAW =IC- CMIFWIA 10s Aw6uts CW QW"8COUNTYOF Los ANGELES 1 On this 23rd day Mav Li nda L. Garci a----------- 1988, before me, the undersigned Notary Public, in and for the State appeared a person known to me @X$KC@dX~~k~s(Rk%~Xh@? to be the person who executed the written instrument as Attorney-in-Fact on behalf of the corporation therein acknowledged to me that the corporation executed it. Given under my hand and Notarial Seal this 23rd day of May A.D. 19 88 x My Commission Expires (qbt L 47 /'a I &J&,,-pS.c, i Notarj June 23, 1991 FORq 116 12/82 Iss STATE OF CALIFORNIA COUNTY OF San Diego On this 23rd day of May , in the before me, the undersigned, a Notary Public in and for said State, perso David J. Cook - Asst. Secretary------ 1 , personall (Df VWd-te meW+tke4,aslsDtsabfaciu~euidepce) to be the person wh wlthin Instrument on behalf of the Corporation therein named, and acknowlec the Corporation executed it WITNESS my hand and ---------------_________________ I i otary Public in and for said Sta ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA X-Rev 5 82 e1982 WOLCOTTS INC (Priceclass8 2) '1 1 0 8 DESIGNATION OF SUB-CONTRAC!CORS The Undersigned certifies helshe has used the sub-bids of the following contractors in making up hislher bid and that the sub-contractors listed z used for the work for which they bid, subject to the approval of the Utili Maintenance Director, and in accordance with applicable provisions specifications and Section 4100 et seq. of the California Public Contract "Subletting and Sub-contracting Fair Practices Act". No changes may be a these sub-contractors except upon the prior approval of the Utilit Maintenance Director of the City of Carlsbad. If no sub-contractors are - the Contractor he or she is fully qualified to perform that 1 of the work himself or herself and that Contractor shall perform that himself or herself. The following information is required for ea4 contractor. Additional pages can be attached, if required: Items of Complete Address Phone I Work Full Company Name with Zip Code w I Area agrees that F;L', &x 3rc: ci Pi 0% &,x asc 3 sm -x #wr,s CD. 5ai D,ec;o,Q c,al,?s-Q223i Qk 14p (cJ3 $725 33rcrGrCri,.i-'rcd Rbe. Y 6 5 PlcLa Lmk i?d \U&t Pq Inc I i) d (%n?erq %&--k,CA Cilrl51-t e e DESIGNATION OF SUB-CONTRACTORS (continued) The bidder is to provide the following information on the sub-bids of listed sub-contractors as part of the sealed bid submission, Additions can be attached, if required. Type of State Carlsbad Contracting Business Amount ( License & No. Full Company Name License No.* Bid ($ ( sirnx-6 iiChrr\S cab qrl3501- /q t IS rsilcknbc=Le &A \U&t nq clIt.c, 348'4ui3- A bo2 L' 2 ___I__ -- =-____E _x_______I_I_ , in the 1 June Notary Public 10 nd for said State, Person, David E. Bran'c% - PreSlC?ent---------- __________________------------- , personally (mFd tome-o~~thebaslsaf sahsfatory wderrce) to be the person who within instrument on behalf of the Corporation therein named, and acknowledc the Corporation executed It WITNESS my hand a 22nd day of I+ss STATE OF CALIFORNIA COUNTY OF San Dieao On this before me, the undersigned Notary Public in and for said State ACKNOWLEDGMENT-Corporallon-WolCOllS Form 222CA X--Rev 5 82 01982 WOLCOTTS INC (PrfCeClass8 2) * Licenses are renewable annually. If no valid license, indicate Valid license must be obtained prior to submission of signed contracts South Coast Asphalt Produc dba Sully-Miller Construct Bidder's Company Name (CORMRATE SEAL) PO Box 218 3703 Haymar Drive, Carlsb~ Bidder's Complete Address (NOTARIAL ACK"T OF EXECUTION MIST BE ATTACHED) Iss STATE OF CALIFORNIA COUNTY OF n go On this 23rd day of May , rn the before me, the undersigned, a Notary Public in and for said State, person David J. Cook- Asst. ~ecr-tarv------ ~ personally (Or- +fmeQft %e- hsef 5&sfack!y +wdeMe) to be the person whc within instrument on behalf of the Corporation therein named, and acknowledc the Corporation executed it WITNESS my hand and -----------__-__________________ ACKNOWLEDGMENT-Corporation-Wolcotts Form 222CA X-Rev 5 82 tary Public in and for said State , 01982 WOLCOTTS INC (price class 8 2) e e *I \/ b J' r *t LLCLCJ et ir?uTrl iJ4ST iS3"4LT Pfi?>JCTS 1-C. -'4LA?tCE 53EET -- 7f &f 78 - - __ ____ - __-. - --- -- 'I r ___ ----- asSEKL -_-___-____ ______ ____ * 1 -?- .I !:I TOTAL -00 L- 7 7. -_ CASh iZi 1191 PETTY CASH 830.CO LllhnWLC il€ '*I 1161 i34YK CF A'4ERICA - CISZUXSE+'EhT ACCOUNT 1.25?r4+4rvZCR 4 '' 1162 BAW 5F AMERICA - PAYSJLL ACCONT 26.S3C-63C9 1164 3AhK P,F mA - 1.4- ~~CC~U'IT 4 * a u&u *II€RICA L X.PUXL ~CCUYL-~---4t4L1,dZLg~~__~~ - 1 v (297.75 3. S'iCR . 21 - TDTAL - - __ 7 -- ---- -8 ~ ALL~~h;hr~RELLL"A~-!-€ -- *I 12CI NJTES RECElVAjLE .a0 1203 NOTE RECEIVAELE - .30 a 1205 kCTE GECEIVABLE - - .so -_ -00 , 1206 ~~CTES AECEIVA~LE - e-1 =a 1209 NOTES RECEIVABLE - .oo a! I210 HOTES RECEIYASLE - . 6.952 -60 " 1212 ACCJJhTS RECEIYAELE - ACCXUAL5 21; *lo+. 50 'L1LEkY%ILRUEWIF- &S-- l:cr 1 ~5aNnTFcUYAELF - - 1243s 5.93- __- ..' 1711 Arrn - 1223 ACCG'JiTS RECEIVAYLE - SULLY *ILLER 71993.36 ux.EuLA+' F - ~nr,r,~ 5 di53rllL3L ..I _-__ 2~790+843*39--- - __ - ________ _____ 1-1 _-~LZZ-ALL~U ~EUI.YWJL=ASW e€ xs '; 1243 ALL3UUTS IECEIVAdLE - ElPLOYEES 739-51CR 1 '\ 1241 EXCHANGE 448.10 A242 1L\uh AhU-LLA 16 p €AI2 LJL- - .OG l'1 1252 ACCCUNTS RECEIVAGLE - IYTEhtST * 30 '* 1297 ACCuUVTS R€CEIVABLE - UhCOLLECTiO xRVICE C 44r~~~.~~~s ', 1295 ACCJUNTS RECEIVABLE - GTrtER 2 +65 3-OGC 4 -3, 1230 A LLYL4 hLE YOUD%J 6X&.&cL t iV_r P L ks L - -- 5 8 3 La 2 1 ~3-lC R --- d.i3z176a.hi ._ ___ - --- TZITIL - - - .- X%VENTORY i IJi 1313 INYENTOSY - ASPYALTIC OIL 5Qi976.10 11-2 3 LUX% :d T GH L--- SUFtK C4i3LL -___ ______ 1_4_y&&5 -44 I)/ 1312 IYViFlTORY - ErlULSION 19653.89 ;A' 1313- SNVEhTOHY - C0L.J MIX li4t3.61 1 - ._ - 1320 INVEhTOSY - CRUSHER RUN BAiE -- 2C*b4&35 - ___ ''i 1330 INVtNTCRY - ROCK az l 350 .z 1 >---135d- I.VULYILLK-= GnL3LlrUi:-L ____ - - - - Crl&3-3h_ ~- .-_ - -- 1340 I'IVFr*TORY - 54'10 16r54Z.52 * L35L INVEWTC*Y - DIEbEL 3u 7 42 3.54 .30 I+~O PAE?AL~ atp41a EXPE*S; .2d -- 1451 PRE~AID P?OPE9TY TJxtj . :c T303 PREPAID FEXRAL X'.CL?i TAX - 3L2.LL3.L - - ___- __ __. - - -_ .-- a4 .- I 1352 1%4t'+iTUriY - FgEL SIL 7T.r ___---_*-&__ -- - _--_-_______ - ______ ur, dy - '~h-2 -1 L4P5 Pat?&IC ,i.lk rAxrS . Jd -- ' 1413 PAiL'AII: LI:;P 555 .LV -14iF Pr-.rTQia l'auLkLF ___-_--____ - -_ bs13aaZL-- - . - __- ._ - - - - _-___ 1ql3 P.tcPP13 R5r.T 3.232 s 34 ',v.d.-? 1+23 2iAd .~PL>ITS .-. - - 1t~J CT+cfi LcF-SITS /% A’-. e *. /--- i.. ____ k__ _-_ - 7 $0 GLklG3 == SCUT’i COAST ASPHILT PRODUCTS IVCI d4LANCE SHEET ?!2d.&6 - ----- I______ . ___._ 5C7.5 8 la 7% ---- - -_ - - --- - .- - -__ -. -- ---_ __----- __---- X NT AAGI Btt A ;SETS 7’1 2137 INTANGISLE ASSETS zco+so’).so $1 T3TA zalm- 7 *¶ -_ - FIXES SSSETS I 7 n 7 uL~--iw~ui ~~---.-.-.-----~ir Q .I ’1 2203 LAh3 - W1-DE?tETAELi 3~017 990 3 -3 1 2205 LA90 - I*PRiVErENTS 27*39‘+.53 ’ ::I ?? I I ~wr h3r.< 5 7 4 .i+ii. ? 9 ” 2221 GFFICE- FURkITiJAE C FIXTURES 1 f6 I $56 7+ )sJ i251 ?iA4Jr 6 EQUIPYEW - ~~PHALI Zr754r553-3C ’ 2301 AJT3S & PiCYUPS 65.801- 26 ’I 4 2312 F9AsbSPCRT4TI 1. 247.098.13 -) -o* ZL-~bl~uwilm~u~a~lrlc 2*13PrllZ~W- -__ 44 WAI-WFF L iJiJLe - TOTAL lZ*05Cr287.97 -aEst;uz 2‘. - 2 2401 CCJNSTRLCTION IH PROGRESS = 3.756.135.67 2-31 A4OlITItATICN - I’iTANSI3L& &SSETS- 1961 $8 J.35CR aG+€F€CC‘: H&A%h-,FK? I,-, z?c* RSSERVE - LANO IwRzvE5tNr . 17~856.53CR fGiE.eAwk---&ftB€-k6. &44W+T+€& );‘I 2555 RESERVE - PLAhT & EQUIP’IE4T - 4SPhALT 2 -42692 12 -4ZCR ,I= 260; RESEAVE - AUTOS C PICKUPS bS.dd L.ZSCf4 -r c , ‘2.1 -alh -- -\2,, z5~3 RESEH;VE - ~4~9 - wx-cEPLETAeLE . 90 ’‘ ”! ;;ZyRRESfRVE - irFfICE FitiNITURE 0 FIXTUZiS 98.34.3 .~SCR ;;t--tj~~~~taht~-~e+f~-~*----------t-r~~Mjfft I 2612 RESERVE - T?LLClf ?90.231.31C!3 - ~~-~€S~~~€~~U~~~~~?~~-- %%333-.?9€L- TSTAL Z+C56rROZ.91CR TOTIC ASSETS r :$ 11 /i - __ ,=at - _- ,I - ------ --------- ----- -- --- -._____ - _______ ___ ___._^______ -. - - _____ - ____. .-I1 , ~~- --__ - - -_ __ - _-____ - .- -. --_ - -- 4- --- - --- ..-- - --- - ___ - - *I d OI - --- - - _---__- _- __ - -- - - - - - ._ - - - ___ - - - __-_ __ -.- P :.I4 ~ c, ___._ ____ __ - __.________ -___---___.__^._ -___ ~- -- .._ __ . ___. - -- , -_ - & .* m e -, .L / Jy- LIA~ILITI~S t SXITY 4CCCULTS PAY43LES 4a5~431dCR ~ALZ ACCJL*~TS PAYAJLE - SULL~ qitiitt 129. 361.5 l'LR :, 3127 ACCL\(TS PAYA3LE - J:*IG.( 4E:IEFITS 33r lCS-76Cij. 61,71 t .64cs -:---- -----x---- -- -- --" - ~-_-~_- q-~tlwau~~ - rRa.7' 3~~3 ACCJ~;~TS PAYA;LE.- .EIEUTIGV. - 3uL*cciu?IzL 2AYL'aI tz - IIJ?-=?C an-.- 3128 ACC~U~TS PIYAJLE - JNIO'~ PE\tsiiiw .OO __ 3139 ACCOLNTS ?AYA31€ - ACCRUED LIABILITY IXSURA Ci64O.IZC% - -- _- -_ 'st XuQ araINTt >av.21c - <r>p ZCC ocyqy,-~, 17.7w.~rr~ 1'1 3140 ACCOLNTS PAYAaLE - ACCRUED C04PEVSATI3H IMf 6 1 r90Z. 63CR 7 11 ,:-..L&wL2AuL=&w~~ = 9- ~- bl 3L52 ACCtiLYTS PAYA~LE - I%SLlRAtitt diTritiK - -05 550-30 2l 5~53 ACCJC~~TS PAYA~LE - ~GNOL JSTHHCL~I~G 'I 3155 ACCJUITS PAYAoLE - JACATIJH & SlJPPLZ*ENT4t .oo '' 3160 AccSwrs PAYADLE - xCauEc ,~at:~ (I - r>c-LL_L,?LL7\ J r~ rLpr 9 I \I r. 7 ci Lr>r.r Q 1 ' 3156 ICCJL:iT$ PA~YA~LE - UMITcD FU\D UIThMLDIhG 273.3iCR 12 1159 1.7LCP ' 4 3161 ACCJJNTS PAYA~LE - TRIYSPOPTATICN - JO tlh5 ACCQ IlitL; PAYIil i - ArrR.i:a ryrwIvg 19C.79Ac1.3L2 '1 3162 ACCOWITS PAYA~LE -- #EfE.wEn CO~PE~SATIGX -00 ) 316% ACC3UYTS PAYLACE - VAEhTIi3N tI&bItITY 33.657.3CCR ~~AYA~L& ELU~T~ 2*2Q2dULR ACCdllNT4 PAYASLE - OTHER - - 73r 465.37C9 >''I 3196 OEFt?.*ED CREDITS - RESERYE FSR RECL4MATIOM 36Lq847.51tS 11 El- LUL?AU AYh h 1 F - J2IdEL-d LLkJ-U.L ZSLZCCL .- - 7 4 577.3R 4 .- - I -4 ACCRUED TAXES "'ALlM€LLufuTlx- - h8dQ 0 *-Q 3CR r? 3212 ACCAUED PUC ~~ANSPL~TA~IGN TAX .i)u - I-4 3225 PRCPEitTV r*x ACCRUE3 llr769.5SCR 3 ILL^ D~F~A~ED KEAL ~STITE TAXES 3J 'I 3227 PUC TRUCK TAX - ACCnufiJ 5 1 't . occ R 32CL P&YROLL TAX - iTATE i.L4CclHE 41THHHULOI'~G +.iaaa~t 3,252 PAYROLL TAX - FICA 5,16 1.3L L:2: ii 3253- PAYROLL TAX - STATE DISA3ILITY nIThtiOL5ING 1*672.70 '- 326L PAYRGLL TAL - FEUERAL JNE*?LCYWEHT - ACCAUE 1 r 17 5-69 I"! 3275 FEDERAL I'lCOHE TAk 860rOTl .OXP 118a LA LI FPWL!LF~&L~~LSUAX 19 LtQC%&C R ,Pl I !&.- 3i5LlAYXQIlJAX_=_E€PtRBt LL\WLM,.IMCCQ& Ltw3Izdi9 ---- -_ -_ - IT P-L TbX - UgLLUWLY'4CNf - ArrR .JGD ZZt951.3 ICQ - __ TOTAL 1.123i453.14CR - . - - __ - - - - -- ___ - - - - -.. ~ __ - I -- - ___ 56.982.30CR OEF ERRED TAXES L, 3310 OEFt-RRtD ikC044E. TAX I! TOTAL 56+992.OCCR *- ---_ b %--I EGJITY 410L CIPlT4C STUCK . JS I31 CI -,7 r ,~4r,u CT lr< .- *_. ' 4133 CAPITAL 1% EXitSS if 'A?. JAL-E 53.137.35 -. 4120 RtT4IYEJ EARaIXGS l+r373.159.*2C9 '-- ----- --- IGIat------- -- ---- -- _-_- --- ___ ___.__ ._ ~.tcP79r?ZHrlX~~ ___ - 131AL Lii~ICITY & ::t,,;TY . ., .- - --- - i 5 - 23rd day of May , in the On this before me, the undersigned, a Notary Public in and for said State, persoi David J. Cook - Asst. Secretary------. , personall (er-pwved &-~t-+e-e~lke-bascsd saksfastery @&dense) to be the person wh within instrument on behalf of the Corporation therein named, and acknowled the Corporation executed it WITNESS my hand and Iss STATE OF CALIFORNIA COUNTYOF San Dieao ------------_-_-_________________ Notary Public in and for said State ' ACKNOWLEDGMENT-Corporalion-Wolcons Form 222CA X-Rev 5 82 ~1982 WOLCDTTS INC (priceclass 8 2) i' <- I ,- 0 0 CoWTlRAcT - PUBLIC WORKS $5,000 OR MORE , This agreement is made this *a day of between the City of Carlsbad, California, a +, icipal corporation, 198_d (h called nCityw), and South Coast Asphalt dba ully Miller Construction , whose principal place business is 3703 Haymar Drive Carlsbad, CA 92008 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specifiel Contract documents for the 1987-88 Streets Overlay and Chip Seal Contract No. U/H - 16 (hereinafter called "project"), 2. Provisions of Labor and Materials. Contractor shall provide a1 materials,itools, equipment and personnel to perform the work spec the Contract documents. 3. Contract Documents. The Contract documents consist of this Contr Bid Documents, including the Notice to Bidders, Instructions to Contractor's Proposals; the Plans and Specifications, the Provisions/Specifications, General Provisions and all proper amendm changes made thereto in accordance with this Contract or the P Specifications, and the bonds for the project: all of which are inco herein by this reference. The Contractor, herlhis sub-contractors, and materials supplier provide and install the work as indicated, specified and implied Contract documents. Any items of work not indicated or specified, b are essential to the completion of the work, shall be provided Contractor's expense to fulfill the intent of said documents. instances throughouf. the life of the Contract, the City will interpreter of the intent of the Contract documents. and the City's relative to said intent will be final and binding. Failure Contractor to apprise her/his subcontractors will not relieve her/hi responsibility of compliance. 4. Payment. As full compensation for Contractor's performance of wo this Contract, City shall make payment to the Contractor per Secti of the current edition of the Standard Specifications for Pub1 Construction. The closure date for each monthly invoice will be the each month. Invoices from the Contractor shall be submitted according to the City format to the City's assigned Inspector no later than the 5th da June 14, 1988 City of Carlsbad Contract NO U/?l -16 1987-88 Street Overlay & Chip Seal Program Attn: Ruth Fletcher Purchasing Officer Per verbal conversation between Ruth Fletcher & Darby Sherwood on June 13, 1988, 5% retention will be released for payment 35 days after 50% of job completed; 5%retention will be released 35 days after 100% of job completed; payment 35 days upon completion of project and acceptence of project by the owner,or HOC filed,which every comes first. remaining 5% retention will be released for 1 I 1 ! I i I I i I Ruth Fletcher, Purchasi Darbj f. Sherwood, Credit Manager I Sully Miller Construction City of Carlsbad 1 I jL& Date d -/+ 8d Date ~ I I 1 , ,< -. I .’, ‘* I I .L i’ I I I % ry’ -F I I i I I I GEUERAL EUG CEE2ING CCkTJACTOR ASPYALT d: ?OCK P90DUCTS UAUdFP _--p____- L 0 0 each month. Payments will be delayed if invoices are received after of each month. The final retention amount shall not be released uz expiration of thirty-five (35) days following the recordi Completion pursuant to California Civil Code, Section 3184. G49& 5. Independent Investiga dependent inves? of the job site, the soil conditions at the job site, and a1 conditions that might affect the progress of the work, and is aware c Conditions. The Contract price includes payment for all work that done by Contractor, whether anticipated or not, in order to c underground conditions. Any information that may have been furni Contractor by City about underground conditions or other job condit for Contractor's convenience only, and City does not warrant I conditions are as thus indicated. Contractor is satisfied with conditions, including underground conditions and has not re: information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor 5 responsible for or damage arising out of the nature of the from the action of the elements or from any unforeseen difficultit may arise or be encountered in the prosecution of the work w acceptance by the City. Contractor shall also be responsible for t Contractor shall not be responsible for reasonable delays in the con of the work caused by acts of God, stormy weather, extra work or which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of the Cc order changes, modifications, deletions and extra work by issi written change orders. Contractors shall make no change in the work the issuance of a written change order and Contractor shall not be I to compensation for any extra work performed unless the City has written change order designating in advance the amount of adr compensation to be paid for the work. If a change order deletes ai the contract price shall be reduced by the unit price, lump sum pricc the amount cannot be determined from the Contract, by a fair and rei amount. If the parties are unable to agree on that amount of reduct work shall nevertheless proceed and the amount shall be deten litigation. The only person authorized to order changes or extra worl Utilities & Maintenance Director. be t by the City Manager if it is for $5,000.00 or less or approved by Council and executed by the Mayor if the amount of the change order $5,000.00. all loss incurred in the suspension or discontinuance of the work. I The written change order must 8. Immigration Reform and Control Act. Contractor shall comply 1 requirements of the "Immigration Refom and Control Act of 198 Sections 1101-1525). 9. Prevailing Wage, Pursuant to the California Labor Code, the direct0 Department of Industrial Relations has determined the general prevail of per diem wages in accordance with the California Labor Code, Sect and a copy of a schedule of said general prevailing wage rates is on . 0 0 b L the Office of the Carlsbad City Clerk, and is incorporated by r herein. Pursuant to the California Labor Code, Section 1775, co shall pay prevailing wages. Contractor shall post copies of all ap prevailing wages on the job site. 10. Indemnity. Contractor shall assume the defense of, pay all exp defense, and indemify and hold harmless the City, and its offi employees, from all claims, loss, damage, injury and liability kind, nature and description, directly or indirectly arising fr connection with the performance of the Contract or work; or from any or alleged failure of Contractor to comply with any applicable law, regulations including those relating to safety and health: except for damage which was caused solely by the active negligence of the City; any and all claims, loss, damage, injury and liability, howsoever may be caused, resulting directly or indirectly from the nature of covered by the Contract, unless the loss or damage was caused solely active negligence of the City. The expenses of defense include all c expenses, including attorney's fees for litigation, arbitration, dispute resolution method. 11. Insurance? Without limiting Contractor's indemnification, it is agr Contractor shall maintain in force at all times during the perfor this agreement a policy or policies of insurance covering its operat insurance covering the liability stated in Paragraph $./b The p policies shall comply with the special insurance instructions Supplementary General Provisions and shall contain the following clau Contractor's liability insurance4policies shall contain the f clauses : A. "The City is added as an additional insured as respects opera 7k ?airy d- the named insured performed under contract with the City." E. "It is agreed that any insurance maintained by the City shall excess of and not contribute with, insurance provided by this PO All insurance poiicies required by this paragraph shall cont following clauses: A. "This insurance shall not be cancelled, limited or non-renew after thirty days written notice has been given to the City." B. "The insurer waives any rights of subrogation it has or m against the City or any of its officers or employees." Certificates of insurance evidencing the coverages required by the set forth above shall be filed with the City prior to the effective this agreement. 12. Workers' Compensation. Contractor shall comply with the require Section 3700 of the California Labor Code. Contractor shall also as defense and indemnify and save harmless the City and its offi ..L . 0 * v .. employees from all claims, loss, damage, injury and liability of ever: nature and description brought by any person employed or used by Cons to perfon any work under this Contract regardless of responsibil negligence. 13. Proof of Insurance. Contractor shall submit to the City certifical the policies mentioned in Paragraphs 10 and 11 or proof of wc compensation self-insurance prior to the start of any work pursuant Contract. 14. Claims and Lawsuits, Contractor shall comply with the Governmei to of this Contract or any claim or cause of act Claims Act (California Government Code, Section 900 et seq.) prior any lawsuit money or damages. for breach 15. Maintenance of Records. Contractor shall maintain and make available cost to the City, upon request, records in accordance with Sections 1; 1812 of Part 7, Chapter 1, Article 2, of the California Labor Code, Contractor does not maintain the records at Contractor's principal pl business as specified above, Contractor shall so inform the Cj certified letter accompanying the return of this Contract. Contract01 notify the City by certified mail of any change of address of such rea 16. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencii Section 1720 of the California Labor Code are incorporated hei reference. 17. Security. Securities in the form of cash, cashier's check, or cei check may be substituted for any monies withheld by the City to performance of this Contract for any obligation established bj Contract. Any other security that is mutually agreed to by the Con1 and the City may be substituted for moneys withheld to ensure perfc under this Contract. 18. Provisions Required by Law Deemed Inserted. Each and every provision and clause required by law to be inserted in this Contract shall be del be inserted herein and included herein, and if, through mistake or othe any such provision is not inserted, or is not correctly inserted, the application of either party the Contract shall forthwith by phys amended to make such insertion or correction. 19. Arbitration, Any controversy or claim in an amount up to $50,000 arisi of or relating to this contract or the breach thereof, may at the opt the City, be settled by arbitration according to the Construction in rules of the American Arbitration Association and judgement upon the rendered by the arbitrator may be entered in any California Court jurisdiction thereof. The award of the arbitrator shall be supported and substantial evidence as provided by CCR Section 1296. . * 0 * c 20. Additional Provisions. Any additional provisions of this agreement a South Coast Asphalt Product! dba Sully-Miller Constructic forth in the "General Provisions" or "Special Provisions" attached and made a part hereof. (CORPORATE SEAL) Contractor (NOTARIAL ACKNOWLEDGE~NT OF BY WECUTION MUST BE ATTACBED. ) U.L. -3 n Title BY Title President APPROVED AS TO FORH: ~~~~~~?mw TYXM: F. Bi8Nr)'3, SR., a" Aa-faw@J ATTEST : BY llsAxLdPRa City Clerk vlNL p. .&- ~~~~~b R. &A@& .2 3 3 &iS ' on this 22nd day of June , in the STATE OF CALIFORNIA idat ----___----------- , personal11 (er~wsQ~~~~~~~~~~~~~y~~~~e) to be the person whc instrument on behalf of the Corporation therein named, and acknowled ...................................... - I Notary Public in and for said State a * 0 * COllTRACTOR'S CERTIFICATION OF AWAREWESS OF mlRKERs' CONPENSATION RESPONSIBILITY "I am aware of the provisions of Section 3700 of the California Labor Codc requires every employer to be insured against liability for workers' compel or to undertake self-insurance in accordance with the provisions of tha1 and I will comply with such provisions before commencing the performance work of this Contract." South Coast Asphalt Products Co dba Sullyailer Con,s$ruction By: -/ ZY- 14. Contractor ,/ I c.P ,.'~~h-%x /. Ad/ 52fZL4- D.E. BRANCHI President CONTRA(Z0R'S CERTIFICATION OF AWARENESS OF IHKIGRATION REFORM AND CONTROL ACT OF 1986 "I am aware of the requirements of the Wumigration Reform and Control 1986" (SUSC Sections 1101-1525) and have complied with these requirc including but not limited to verifying the eligibility for employment agents, employees, sub-contractors and consultants that are included South Coast Asphalt Products Co Contract. It d b a S uJ-4 y -Mi 11 e r/vn s t r u c t ion cj- By: ; Contractor /F7 7+- (CORPORATE SEAL) (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) D.E. BRANCN president/' v - -__ _____-_-~ _______L___ , in the ye On this before me, the undersigned, a Notary Public in and for said State, personall? David E. Branch - President------------ , personally kt @rprwehfameanlhe bass nfsatstactary-euudence) to be the person who e) within instrument on behalf of the Corporation therein named, and acknowledgec the Corporation executed it WITNESS my hand and official seal June 22nd day of Iss STATE OF CALIFORNIA COUNTYOF San Dierio ![ I/ 11 I 11 __-_-____________-_____________ Notary Public in and for said State w W SPEC i AL ENDG?SENERTS: -_-CIII-- City ot CdrisSad 7s hereby named as addf”r6nal fnsurcd as zospecSs South @csasP Asphalf- Product.$ Cosp &a SULLY-MILLG9 Ci)WSTRUCTIONE§ operattons on! ye It is hereby understnod and aqrccld IR8-i- %he pticy TQ which this Cer$$QTceTe refers rnay 39-t be cance!led, maierIill!y chanoed, nor the smount al; csverage ?hereof reduced un.i.l! 9hfr.fy (30) days af-ker receipt ob ihri cancetla+?on x reducl-ion in coverage by tbe Cli-y Gfwk of “te C8i.y of Csf-lsbad. Coverage! un&r ?his pollcy shai 1 $a primary and noncon”kr$bu“Fing wTth any o-i-her insurance avaffeble $0 +he Cwlsbad as respec4s Sou-& has? AsphaI-i- Prraducki Cas &a SULLY-MiLLFiR GOP.ZSGRUCTiCIN8S operations only. 2 *. 0 0 CERTIFICATION OF COEiPLIANCE I hereby certify tbt in perfowing under the purchase Order awarded by the City of Carlsbar cornply with the County of Sari Diego Affirmative Action PrOgra adopted Board of Supervisors, including all current amendments. south coast Asphalt Products CQ dba sully- ] 6-2 2-2P Date (CORFOMTE SEAL) President (NOTARIAL A~~EHENT OF EXECUTION MUST BE ATTACaEo.) DE. BRANCH' Title 9 STATE OF CALIFORNIA COUNTY OF Sa Dieg On thls 22 nd day of Jme ------------------_____________o______ e Corporation executed it ACKNoWLEDGMENT-Corporation-wolcotts Form 222~~ X-R~" 5 82 Notary Public in and for said State I 01982 WOLCOTTS INC (price class 8 2) -----I-- m_ 0 0 ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the Carlsbad whose address is 1200 Elm Avenue, Carlsbad, California hereinafter called "City" and whose address is hereinafter called "ContractorvT and whose address is hereinafter called "Escrow Agent". For the consideration hereinafter set forth, the Owner, Contractor anc Agent agree as follows: 1. Pursuant to Section 4590 of Chapter 13 of Division 5 of Title 1 Government Code of the State of California, Contractor has the OE deposit securities with Escrow Agent as for retention e required to be withheld by City pursuant to the Contract entei between the City and Contractor for 1987-88 Streets Overlay and CT: Program, Contract No. U/M - 16, in the amount of $ (hereinafter referred to as the "Contract". A said Contract is attached as Exhibit "A". When Contractor dews securities as a substitute for Contract earnings, the Escrow Ager notify the City within ten days of the deposit. The market value securities at the time of substitution shall be at least equal to t amount then required to be withheld as retention under the term: Contract between the City and Contractor. Securities shall be helc name of and shall designate the Contractor as the beneficial owner. Prio disbursements Escrow Agent shall verify that the present cumulativl value of all securities substituted is at least equal to the cash a all cumulative retentions under the terms of the Contract. a substitute 2. The City shall make progress payments to the Contractor for such func otherwise would be withheld from progress payments pursuant to the I provisions, provided that the Escrow Agent holds securities in the amount specified above. 3. Alternatively, the City may make payments directly to Escrow Agent amount of retention for the benefit of the City until such tim escrow created hereunder is terminated. 4. Contractor shall be responsible for paying all fees for the incurred by Escrow Agent in administering the escrow account. expenses and payment terms shall be determined by the Contractor an Agent. 5. The interest earned on the securities or the money market accounts escrow and all interest earned on that interest shall be for account of Contractor and shall be subject to withdrawal by Contr any time and from time to time without notice to the City. 0 e 6. Contractor shall have the right to withdraw all or any part of the prl in the Escrow Account only by written notice to Escrow Agent accompar written authorization from City to the Escrow Agent that City consents withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the el default by the Contractor. Upon seven days written notice to the Agent from the City of the default of the Contractor, the Escrow Agenl immediately convert the securities to cash and shall distribute the ( instructed by the City. 8. Upon receipt of written notification from the City certifying tl Contractor is final and complete, and that the Contractor has complic all requirements and procedures applicable to the Contract, Escror shall release to Contractor all securities and interest on depos: escrow fees and charges of the Escrow Account. The escrow shall be immediately upon disbursement of all moneys and securities on depo payments of fees and charges. 9. Escrow Agent shall rely on the written notifications from the City Contractor pursuant to Sections 4 and 6 inclusive, of this agreement City and Contractor shall hold Escrow Agent harmless from Escrow release and disbursement of the securities and interest as set forth a 1, a 0 10. The names of the persons who are authorized to file written notice receive written notice on behalf of the City and on behalf of the Con in connection with the foregoing, and exemplars of the respective si5 are as follows: For City: Title Name Signature Address For Contractor: Title Name Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City and Contract1 deliver to the Escrow Agent a fully executed counterpart of this Agrec IN WITNESS WHEREOF, the parties have executed this Agreement by thei officers on the date first set forth above. For City: Title Name Signature Title Name Signature For Contractor: .I e 0 SPECIAL PROVISIONS/SPECIFICATIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition ( Standard Specifications for Public Works Construction, hereinafter desj SSPWC, as issued by the Southern Chapters of the American Public Association, the City of Carlsbad supplement to the SSPWC, the Cc documents and the General and Special Provisions attached thereto. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipmt materials and performing all operations necessary to complete the 1 work as specified in the specifications. Expeditious commencem completion of work is of prime importance. 3. DEFINITIONS AND INTENT A. Utilities and Maintenance Director: The title shall mean the Utilities and Maintenance Director approved representative. B. Directions: Where words "directed", "designated", "selected" or words of import are used, it shall be understood that the direction, desi or selection of the Utilities and Maintenance Director is i unless stated otherwise. The word "required" and words of import shall be understood to mean "as required to properly compl work as required and as approved by the Utilities and Main Director" unless stated otherwise. .a 0 0 C. Equals and Approvals: Where the words "equal", '*approved equal", "equivalent" and suc of similar import are used, it shall be understood such wo followed by the expression "in the opinion of the Utilit Maintenance Director" unless otherwise stated. Where the "approved", "approval", "acceptance", or words of similar imp used, it shall be understood that the approval, acceptance, or import of the Utilities and Maintenance Director is intended. D. Perform and Provide: The word '*perfom" shall be understood to mean that the Contrac herlhis expense, shall perform all operations, labor, tools and equ and further, including the furnishing and installing of materials t indicated, specified, or required to mean that the Contractor, at expense, shall furnish and install the work, complete in place and r use, including furnishing of necessary labor, materials, tools, ec and transportation. 4. CODES AND STANDARDS Standard specifications incorporated in the requirements c specifications by reference shall be those of the latest edition at 1 of receiving bids. It shall be understood that the manufactt producers of materials so required either have such specifications a! for reference or are fully familiar with their requirements as pertaj their product or material. 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor per Secl of the SSPWC at the time of the preconstruction conference. No shall be made to the construction schedule without the prior approval of the Utilities and Maintenance Director. Any progress payments made after the scheduled completion date ST constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal or re of conflicting utilities shall be requirements prior to commencement by the Contractor. The Contractor shall begin work within 5 work days, unless o specified by the Utilities & Maintenance Director, after being duly by an issuance of a "Notice to Proceed" and shall diligently prose work to completion with the number of consecutive calendar days spec the "Notice to Proceed.,' If the completion date is not met, the co will be assessed the sum of $2,100.00 per day for each day be completion date as liquidated damages for the delay. Any progress made after the specified completion date shall not constitute a w this paragraph or of any damages. ,I 0 0 6. NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to tf or specifications upon written order by the Utilities and Hair Director. Any cost caused by reason of this nonconforming work E borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one (1) year after the filing of a of Completion” and any faulty work or materials discovered du~ guarantee period shall be repaired or replaced by the Contractor, 8. MANUFACTURER’S INSTRUCTIONS Where installation of work is required in accordance with the manufacturer’s directions, the Contractor shall obtain and distrib necessary copies of such instruction, including two (2) copies Utilities and Maintenance Director upon completion of work and F filing of Notice of Completion. 9. INTFRNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be e with mufflers in good repair when in use on the project with attention to City Noise Control Ordinance No. 3109, Carlsbad Municipa Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of Inspector(s) designated Utilities and Maintenance Director. Inspector(s) shall have free ac any or all parts of work at any time. Contractor shall furnish Inspe with such information as may be necessary to keep the Inspector(s informed regarding progress and manner of work and character of mat Inspection of work shall not relieve Contractor from any obliga fulfill this contract. s 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inse this contract shall be deemed to be inserted herein and the contrac be read and enforced as though it were included herein, and if, mistake or otherwise, any such provision is not inserted, or correctly inserted, then upon application of either party the contrac forthwith be physically amended to make such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, his/her subcontractors and materials suppliers shall and install the work as indicated, specified and implied by the c documents. Any items of work not indicated or specified, by wh vt e 0 essential to the completion of the work, shall be provided i Contractor's expense to fulfill the intent of said documents. instances- throughout the life of the contract, the City will interpreter of the intent of the contract documents relative to said intent will be final and binding. Failure Contractor to apprise his/her subcontractors and materials suppliers condition of compliance. and the City's dc ( will not relieve hidher of the responsibi the contract 13. SUBSTITUTION OF MATERIALS The Proposal of the Bidder shall be in strict conformity with the d and specifications and based upon the items indicated or specifie Contractor may offer a substitution for any material, apparatus, eq or process indicated or specified by patent or proprietary names or b of manufacturer which helshe considers equal in every respect t indicated or specified. The offer made in writing, shall include p the State Fire Marshal's approval (if required), all necessary infor specifications and data. If required, the Contractor, at his/ expense, shall have the proposed substitute, material, apparatus, eq or process tested as to its quality and strength, its physical, chem other characteristics, and its durability, finish, or efficiency testing laboratory as selected by the City. If the substitute off not deemed to be equal to that so indicated or specified, t Contractor shall furnish, erect, or install the material, apF equipment or process indicated or specified. Such substitut proposals shall be made prior to beginning of construction, if possil: in no case less than ten (10) days prior to actual installation. 14. RECORDS The Contractor shall keep current records of completed areas to dates, times and other pertinent data and submit report ol accomplishments to the assigned City Inspector(s) at the end of each t or at the beginning of the next work day. 15. PERMITS The general construction, electrical and plumbing permits will be is the City of Carlsbad at no charge to the Contractor. The Contr; responsible for all other required licenses and fees. A Right-of-way Permit will be required to be obtained by the contr soon as helshe is notified of selection as the contractor for the Compensation for the permit shall be included within the contract c no additional compensation will be made. When applying for the permi traffic control plans for the areas of work are required, in add other requirements. Traffic control plans shall conform to th edition of the State of California, Department of Transportation Manual, Manual of Traffic Control for Construction and Maintena Zones. Early submission of traffic control plans is necessary t proper time for review, corrections, resubmissions and final approv - 1 0 0 to the preconstruction conference. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, 5 comparing bids and may vary from the actual final quantities. quantities may be increased and others may be decreased or er eliminated. No claim shall be made against the City for damage occ; thereby or for loss of anticipated profits, the Contractor being ex only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with unpr' conditions, unforeseen events, or emergencies, to increase or decre quantities of work to be performed under a scheduled unit price item entirely omit the performance thereof, and upon the decision of the do so, the Utilities and Maintenance Director will direct the Contra proceed with the said work as so modified. If an increase in the q of work so ordered should result in a delay to the work, the Contract be given an equivalent extension of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the sg employees on the work and shall comply with all applicable provis Federal, State and Municipal safety laws and building codes to accidents or injury to persons on, about or adjacent to the premise the work is being performed. Helshe shall erect and properly mair all times, as required by the conditions and progress of the wc necessary safeguards for the protection of workers and public and shz danger signs warning against hazards created by such featt construction as protruding nails, hoists, well holes and falling mate 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil I to perform necessary surveying for this project. Requirements Contractor pertaining to=this item are set forth in Section 2-9. SSPWC. Contractor shall include cost of surveying service within app items of proposal. No separate payment will be made. 19. UTILITIES Utilities for the purpose of these specifications shall be consi including, but not limited to pipe lines, conduits, transmission li appurtenances of "Public Utilities" (as defined in the Public Utili of the State of California) or individually solely for their own use the use of their tenants, and storm drains, sanitary sewers, an lighting. The City of Carlsbad and affected utility companies ha search of known records, endeavored to locate and indicate on the 1 utilities which exist within the limits of the work. However, the or completeness of the utilities indicated on the Plans is not gu: Service connections to adjacent property may or may not be show \I 0 0 plans. Et shall be the responsibility of the Contractor to determ exact location and elevation of all utilities and their service come The Contractor shall make hislher own investigation as to the lo type, kind of material, age and condition of existing utilities an appurtenances and which may be affected by the c work, and in addition helshe shall notify the City as to any u appurtenances, and service connections located which have been inco shown on or omitted from the plans, The Contractor shall notify the owners of all utilities at least 48 h advance of excavating around any of the structures. At the comple the contract work, the Contractor shall leave all utiliti appurtenances in a condition satisfactory to the owners and the Ci the event of damage to any utility, the Contractor shall notify the of the utility immediately. It is the responsibility of the Contra compensate for utility damages. The temporary or permanent relocation or alteration of utilities, ir service connections, desired by the Contractor for hislher own con\ shall be the Contractor's own responsibility, and helshe shall n arrangements regarding such work at no cost to the City. If delaj due to utilities relocations which were not shown on the plans, it solely the City's option to extend the completion date. In order to minimize delays to the Contractor caused by the failure c parities to relocate utilities which interfere with the constructj Contractor, upon request to the City, may be permitted to temporarj the portion of work affected by the utility. The portion thus omittc be constructed by the Contractor immediately following the relocatior utility involved unless otherwise directed by the City. All costs involved in locating, protecting and supporting of all lines shall be included in the price bid for various items of worl additional payment will be made. The Contractor shall notify Underground Service Alert far enough in of the work to allow marking of the utility locations at the various It shall be the responsibility of the Contractor to protect all 1 utilities. service connections 20. WATER FOR CONSTRUCTION Contractor shall obtain a construction meter for water utilized du construction under this contract. The contractor shall cont appropriate water agency for requirements and shall include cost and meter rental within appropriate items of proposal. No separate will be made. ,I t 0 0 . 21. ADJUST MANHOLE COVERS A. The Contractor shall adjust designated sewer, storm drain and m covers to finish grade by method stated by the Utilities and Main Director or his approved representative. B. All manholes shall be thoroughly cleaned of any construction which may have entered due to the contractors operations. The contract unit price paid for adjust manhole covers shall full compensation for furnishing all labor, tools, equipme incidentals necessary to complete these items in place, additional compensation will be allowed therefor. 22. STREET OVERLAY A. Work To Be Done The work to be done consists of furnishing all labor, equipment and ma and performing all operations necessary to complete the overlay work streets as specified herein. B. Traffic Control Traffic control measures including street closures, detours and barricac be as required in item 15 above, Permits, and in accordance with the 8 Traffic Control Plan. Should the Contractor fail to furnish a sufficient number of traffic pedestrian safety devices, the Utilities and Maintenance Director representative will place such necessary items and the Contractor shall bc to the City for providing such devices in accordance with the fi provisions: 1) For placing barricades - $5.00 per barricade for the first day or < thereafter or I thereof and $2.00 per barricade per day for each day thereof. 2) For flashers - $2.50 per flasher for the first day or any part the $1.00 per flasher per day for each day thereafter or any part thereof 3) For traffic cones - $1.00 per cone for each day or any part thereof. 4) In the event that the services of the City are required between the 5:00 PM or a City holiday, there shall be an additional charge of $26.00 service trip required. and 6:30 AM, during the normal week or any time on Saturday, Judgement as to adequate or sufficient barricading shall be that adequate or sufficient in the opinion of the Utilities and Maintenance or his representative. t 0 0 The Contractor shall relocate, preserve and maintain the visibility existing signs within the project limits which affect the flow of traff directed by the Utilities and Maintenance Director or his representative signs which are damaged or removed by the Contractor during the cot construction shall be replaced by the Contractor at Contractor’s expt directed by the Utilities and Maintenance Director or his representative. The Contractor shall insure that sole access routes to the busint residences along the streets to be resurfaced shall be maintained otherwise approved by the Utilities and Maintenance Director I representative and adequate notification given to the affected property ow All costs related to the installation, maintenance and removal of provisions and safeguards, shall be considered as included in the prices p, the various contract items of work and no additional payment will i therefor. The Contractor shall coordinate his schedule so as not to interfere wit1 trash collection. C. Asphalt Concrete 1) Asphalt concrete shall be Type 1-C-AT-4000 and shall conform requirements of sections 203 and 302 of the SSPWC. For section feathering is required, the Contractor may, at the direction of the Ut and Maintenance Director or his representative, use Type 1-E-AR-4000. 2) All asphalt concrete material shall be deposited and spread on the p surface by means of an approved self-propelled mechanical spreading Use of a motor grader for spreading shall not be permitted. 3) All surfaces to be resurfaced shall be swept and cleaned by the Contra more than 24 hours prior to the paving operation. 4) Tack coat shall be SSI type asphaltic emulsion and shall be appliec rate of 0.12 gallons per square yard. 5) Asphalt concrete material shall be overlaid to a minimum depth as SF except where it is to be feathered at the roadway edges. 6) The Contractor shall pave over the tops of all sewer and storm drair holes and meter box covers. Covers shall be treated to prevent adhc the asphalt concrete. The Contractor shall notify Underground Servic far enough in advance of the work to allow marking the location of ut 7) All utility structures and covers shall be adjusted to grade respective utility. The Contractor shall be responsible for marl location of all utility covers. 9 0 0 8) The unit price paid for asphaltic concrete shall be considered ; compensation for all labor, equipment and materials and all things net to complete the work as specified in these specifications, and no add. payment will be made therefor. 9) Payment for contract services, will be made only when all labor and m; releases from supplier and employees are received by the Utilit Maintenance Director or his representative. 10) All cold joints left overnight or for long periods of time will be cu 45 degree angle and tacked fully to ensure a proper bond and to minimi: separation. D. Petro Mat The Contractor shall provide and install Petro Mat in areas designated use by the Utilities and Maintenance Director or his representative. over the Petro Mat (AC) may be required to prevent bleed-through, discretion of the Utilities and Maintenance Director. Compensation for all labor, equipment, and materials and all things neces complete the installation shall be considered included in the bid price additional payment will be made. Tack coat for Petro Mat shall be AR-4000 and shall be applied at a rate gallons per square yard. E. "NO Parking" Signs The Contractor will provide and install "Tow Away No Parking" const signs, BTC-R 30-S, for use in posting streets in advance of the work. shall be placed at least 24 hours prior to commencement of work. Signs s posted at intervals of not more than 100 feet on both sides of the block a by the work. Tow-away of any vehicles in v5olation of the "NO Parking" signs will be by the Carlsbad Police Department. The City assumes no liability in cox with movement of vehicles by the Contractor. Temporary signing shall be removed as soon as the streets are ready to traffic and turned over to the Utilities and Maintenance Direct01 representative. F. Notices Notwithstanding any other or concurrent notification by the City ol operations, the Contractor will notify residences and businesses 0: closure utilizing the attached letter. Notices shall be left on or at the front door of each dwelling or commerc abutting the street to be surfaced. This shall be done two days 1 '2 0 0 placement of "No Parking" signs. The Contractor shall be required to dates and estimated times of closing and reopening streets to local traffic the work is delayed or rescheduled for any reason after placement of VO Pa signs or distribution of notification lettersl the Contractor shall re-da signs affected and redistribute notification letters. G. Payment Payment for the placement of the "NO Parking" signs and notices st considered included in the bid price paid for asphalt concrete and no addl payment will be made therefor. ', 0 0 2075 US PALMAS DRIVE CARLSBAD. CA 920091519 MitQ of akrisba2l Ralph W. Anderson Director UTILITIES & MAINTENANCE DEPARTMENT HELLO FROM CITY HALL! The City Council considers well-maintained roads and streets a prioritj work at keeping Carlsbad streets in good condition. As part of its street maintenance program, the City has contracted with those chosen for overlaying. to overlay various streets in the City. Your street % STREET : FROM : TO : WILL BE RESURFACED ON: In order to do the job properly, we need your help. We ask that you do 1 or drive in this area from 7:OO AM to 5:OO PM on that day, YOUE street posted 24 hours in advance for No Parking. If a vehicle is parked ii Parking area, it will be towed away at the owner's expense so that the COI can resurface the street. Not only will driving on the freshly resurfac damage the new surface, but it may also result in tar splattered on your i We also ask that you not run any water that will run into the street dur time, Your cooperation is greatly appreciated and we apologize for any incon? this may cause you. If you have any questions, please call the Uti. Maintenance Department at 438-7753. Thank you for your help. A wet surface impairs proper bonding of the resurfacing material. a&m- CHARLES MITCRELL Superintendent, Streets Maintenance Division CM: ew Building Maintenance, Fleet Operations, Fkal Pmperty Management, Sanitation, Sohd Waste Management Street Maintenance, Sneet Lighting, Traffic Signal Mamtenance, Water 'I 0 0 23. STREET CEZP SEAL A. The work to be done consists of furnishing all labor, equipm, materials and performing all operations necessary to complete t seal work on the streets as specified herein. B. Traffic Control: Traffic control measures including street cl detours and barricades will be as required in item 15 above, P and in accordance with the approved Traffic Control Plan. The Contractor shall cooperate with local authorities relative to h traffic through the area and shall make his own arrangements relative to the working area clear of parked vehicles. The Contractor shall provide Parking - Tow Away Zone" signs that are to be posted 48 hours in adv construction. The local Police Department shall be notified 72 hours p the posting of the signs. During construction and 24 hours following chip sealing, posted at 25 M.P.H. by the Contractor. Full compensation for all work involved in dust control, the traffic plan, the furnishing, installation and removal of temporary barr construction signs, warning signs or any device for the temporary con traffic or safety of the workers, including flagmen, shall be consid included in the contract price for the various bid items in the Bid Prop no additional allowance will be made therefor. Where screenings are being spread on a traffic lane, C6 "Loose Gravel" "25 M.P.H." speed signs shall be furnished and placed adjacent to the edge of the traveled way nearest to the lane being worked on. The first shall be placed where the screenings begin with respect to the direc travel on that lane, The signs shall be placed at maximum 300' foot inter residential streets at on-ramps and public roads or streets entering the seal coat area as d by the Utilities h Maintenance Director. The C6 and C17 signs shall be maintained in a place at each location unti sweeping or brooming of the seal coat surface at that location is perfor traffic stripe is in place. The C6 and the C17 signs shall conform to the edition of the CalTrans Manual Traffic Control. The signs may be temporary portable supports with the speed sign below the C6 or on bar with the speed sign alternating the C6 sign. Nl compensation for furnishing, placing, maintaining, and removing C6 an signs and or barricades for the signs shall be consic included in the contract prices paid for the chip seal and no separate will be made therefor. vehicle speed s and 500' on major streets along the edge of traveled temporary supports '1 * 0 C. Before spreading any binder that would obliterate existin, delineation, the Contractor shall place temporary plastic ref markers on the existing delineation. The markers shall be pla, mre than 48 feet apart on tangents and not more than 24 feet a1 curves. Temporary delineation shall be placed only so far in adv< seal coat operations as may be required for each day's work. Temporary plastic reflective markers shall be Davidson Products Co., "Tel Lane Line Markers", or an approved equal. Markers shall be yellow or wl directed by the Traffic Engineer. Installation shall be accomplished by removing the cover from the ad placing the marker on the existing lane lines, and applying foot pressure marker to ensure complete contact between the adhesive and existing surfac When traffic lanes on both sides of the marker have been sealed or at the the day's work, the covering of the reflector shall be completely rem disposed of. The temporary marker shall be maintained in place and visible from both directions of traffic until permanent lane delinea placed. The contract lump sum price paid for tenporary marker shall inch compensation for furnishing all labor, materials, tools, equipnrer incidentals, and for doing all the work involved in placing temporary reflective markers, complete in place, and no additional compensation allowed therefor. D. The Contractor will be required to supply the following materi services as part of this project: 1. Provide the materials, labor, and equipment necessary to accompl application and rolling of the chip seal coat as specified. 2. Provide labor and equipment necessary to accomplish total sweeping c chips from the project streets. The following sweeping schedule f carried out by the Contractor. a. The 1st sweeping shall commence within 24 hours after the applici oil. b, The 2nd sweeping shall commence 72 hours after the first sweepini c. The 3rd sweeping shall commence 1 week after the second sweeping d. The 4th and last sweeping shall commence 30 calendar days after sweeping. e, Two weeks minimum shall pass after final sweeping of the c1 streets before the application of the SS-lh seal coat. f. Before spraying, the SS-lh seal coat, the streets shall be swe to insure that all loose aggregate has been removed. This will re-posting all the chip seal streets with "NO Parking'' signs. Care shall be taken to maintain a surface free of loose screeni sweeping shall not be performed in such a manner that screening the binder will be displaced. g. et 0 e h. All excess screening removed from the project streets will be ha the dump sites proved by the City. i. All curb returns at intersections shall be chip sealed at time st chip sealed. j. Contractor will be responsible for keeping the sidewalks and d approaches free of loose chips in the construction area until se is applied. E. Seal coat (rubber latex) shall be medium fine (5116" x No. 8 screening) and shall conform to Section 37-1, "Seal Coats", CalTrans Standard Specifications and these Special Provisions. Asphaltic emulsion shall be Type RS-2 grade with a liquid rubber latex add The liquid rubber latex additive shall conform to the following requiremen sampled and tested in accordance with ASTM Designations: Dl416 and D1417: Asphaltic Emulsion Grade Used RS2 Type of Latex Anionic Monomer Ration, ButadienelStyrene 73+5/27+5 - - Solids Content, Min. % 67 Solids Content, Min. 1bs.lgal. 5.0 Caoglum on 80 mesh screen, Max. % 0.1 pH of latex 9.4-10,5 Surface Tension, dynesIcm 28-42 Brookfield Viscosity, cps (Max.) 2000 The liquid rubber latex shall-be added to the asphaltic emulsion in act with one of the following: 1) At the source where the asphaltic emulsion is manufactures. 2) By injecting liquid rubber latex into the line used to asphaltic emulsion from the storage tank to the distribution truc injection system shall contain a metering device capable of vo measurement. Immediately following the application of the bituminous binder, it I covered with dampened screenings. The chip spreader shall be a minimu (10) feet but never by more than fifty (50) feet behind the bituminoul distribution truck. 1 0 a *' The Contractor shall furnish a minimum of two (2) rubber-coated vibrato] rollers conforming to Dynapac CA 25AR or approved equal. An operator sl provided for each piece of equipment. The Contractor shall also furnish one pneumatic-tired roller conforming provisions of Section 39-5.02, "Compacting Equipment", of the Caltrans si Specifications. An operator shall be provided for each piece of equipment Rolling shall consist of three (3) complete coverages with rubber vibratory drum rollers and shall begin immediately behind the spreader initial roller shall closely follow and never be more than fifty (50) feet the chip spreader when chips are being spread. All trucks hauling chips shall be equipped with a permanent hitch that w the pulling device on the self-propelled chip spreader. As part streets according to the schedule. The Contractor will then be responsi removing excess screening from the streets. The excess chips obtained f sweeping operations will be the property of the City and required to dump them at one of the designated dump sites. Payment for seal coat will be paid for at the contract price per squar except that no additional payment will be made for salvaging the screenings and hauling them to a designated dump site, and any costs ass with the chip seal operation should be included in the unit bid price of b of project clean-up the Contractor will be required to sweep the the Contractor F. Before delivery of materials, certified copies in triplicate reports of all required tests shall be submitted to an approved Utilities & Maintenance Director. The testing shall have been pe where indicated in this specification at the Contractor's expens independent laboratory approved by the Utilities ti Maintenance Di G. Materials shall be delivered to the site in an undamaged conditic materials shall be protected against damage and stored in a 1 designated by the Utilities 61 Maintenance Director. Defec damaged materials shall be replaced by the Contractor at no ex1 the City. E, The chip seal shall be applied only when the existing surface ' and free of visible moisture. Chip seal shall be applied only I pavement is above 600F and rising unless otherwise directec chip seal shall be applied evenly on the surface as specified he] as directed. The chip seal shall have a homogeneous appearanc all surface voids and penetrate cracks, adhere firmly to the : have skid-resistant texture and be clear of loose chips. I. The cover aggregate shall consist of crushed stone, or gravel 1 It shall be thoroughly clean and free from deleterious mat' should be essentially one size, sharp, and mostly conform following gradation requirements as determined by California Tes No. 205. >' 0 e Sieve Size Percentage Passing Medium 5116 x No. 8 3/Sn 100 No. 4 30-60 No. 8 0-15 No. 16 0-5 No. 30 0-3 No, 200 0-2 The percentage passing the #200 sieve shall be as close to 0 as feai mitigate dust after application. Screenings shall be non-cubical in nal shall also conform to the following quality requirements: California Test - Test Method No. Requirement Loss in L.A. Rattler Test (After 100 Rev. ) 211 10% Max. (After 500 Rev.) 211 40% Max. Flim Stripping 302 25% Max. Cleanliness Value 227 75% Max. The Contractor shall, upon being notified of selection to do the work, ten-pound sample of screenings proposed to be supplied. Samples which opinion of the Utilities and Maintenance Director, would result in e stripping shall be rejected. J. The bituminous binder shall be asphaltic emulsion high veloci RS-2, conforming to ASTMS D977-69, or AASHO M-140, with late additive. The approximate rate of application of the combined asphaltic emulsion rubber additive shall be be approximately 22 pounds per square yard. The temperature at the time of application shall be not less than than 18O0F. a 0.30 gallons per square yard and cover aggregs 150°F K. The emulsion shall be SS-lh Anionic Emulsion Seal Coat and mixed on a one part to one part ratio. The emulsion shall be ai a rate of .lo gallons per square yard. The emulsion shall not the street was chipped and swept. Before applying the emulsion, the street shall be swept again to insure loose aggregate possible has been removed. be applied until a minimum of two weeks has pass ?I * 0 0 The second posting of “No Parking” signs and the second sweeping are con, as incidental to the work and no additional payment shall be made fo items. The temperature at the time of application shall be not less than lOOOF nc than 190OF. L. The latex rubber additive, ultrapave 70 latex, as manufacti Textile Rubber & Chemical Co., 14241 E. Alondra Boulevard, La I California, 10638, or approved equal. The percentage of latex to be added to the emulsion shall be approximat percent of the emulsion by volume (25 gallons of latex to 1,000 gal emulsion). Mixing requirements shall comply with recommendation o manufacturer. Latex rubber additive shall be added to distributor not more than one hou to time of application. In the asphaltic emulsion binder distributor truck, at the time the rubbe is added, the temperature of the emulsion shall be between 15O0F and 18 the recirculating pump shall be running. The mixing shall continue for a 20 minutes or as directed by the manufacturer. M. All work shall be done in accordance with these Special Provision N. The Contractor and all subcontractors, suppliers, and vendors guarantee that the entire work will meet all requirements contract as to the quality of materials, equipment, end workn The Contractor, at no cost to the City, shall make any rep replacements made necessary by defects in materials, equipn workmanship that become evident within one (1) year after the recordation of the Notice of Completion. Within this one ( period, the Contractor shall also restore to full compliance h requirements of this contract any portion of the work which is f not meet these requirements. The Contractor shall hold t harmless from claims of any kind arising from damages due defects or non-compliance. 0. Haterials and equipment shall be so stored as to insure the presc of their quality and fitness for the project. Stored mater equipmeat to be incorporated in the project shall be located : facilitate inspection. P. The Contractor shall make all repairs, replacements, and res’ within ten (10) work days after the date of notice by the Uti Maintenance Director. Failure to comply will result in forfe the Faithful Performance Bond. Q, Before ordering any materials or doing any work, the Contract1 verify all measurements, dimensions, elevations, and quantit extra charge or compensations over and above payment for thi %I # 0 0 quantities of the various items of work will be allowed bec difference between actual measurements, dimensions, elevatio~ quantities and those indicated in the specifications; or if items of work have not been included in the Bid Proposal difference therein shall be submitted to the Utilities and Main Director for consideration before proceeding with the work, R. "No Parking Signs" The Contractor will provide and install "TOW Away No Parking" const signs, #TC-R 30-S, for use in posting streets in advance of the work. shall be placed at least 24 hours prior to commencement of work. Signs s posted at intervals of not more than 100 feet on both sides of the block a by the work. Tow-away of any vehicles in violation of the "NO Parking" signs will be by the Carlsbad Police Department. The City assumes no liability in cor with movement of vehicles by the contractor. Temporary signing shall be removed as soon as the streets are ready to traffic and turned over to the Utilities and Maintenance Director representative. S. Notices Notwithstanding any other or concurrent notification by the City of operations, the Contractor will notify residences and businesses oi closure utilizing the attached letter. Notices shall be left on or at the front door of each dwelling or commercj abutting the street to be surfaced. This shall be done two (2) days F placement of "NO Parking" signs. The Contractor shall be required tc dates and estimated times of closing and reopening streets to local trafi the work is delayed or rescheduled for any reason after placement of "NO I signs or distribution of notification letters, the Contractor shall re-c sings affected and redistribute notification letters. T. Payment Payment for the placement of the "NO Parking" signs and notices considered included payment will be made therefor. in the bid price paid for asphalt concrete and no ad1 b 0 e i, 2075 LAS PALMAS DRIVE CARLSBAD, CA 920091519 Mitp of &rlsbah Ralph W. Anderson Director UTILITIES & MAINTENANCE DEPARTMENT HELLO FROM CITY HALL! The City Council considers well-maintained roads and streets a priority work at keeping Carlsbad streets in good condition. As part of its street maintenance program, the City has contracted with one of those chosen for chip sealing. to chip seal various streets in the City. Your 5 STREET : FROM : TO : WILL BE RESURFACED ON: .. In order to do the job properly, we need your help. We ask that you do n or drive in this area from 7:OO AM to 5:OO PM on that day. Your street posted 24 hours in advance for No Parking. If a vehicle is parked in Parking area, it will be towed away at the owner's expense so that the con can resurface the street. Not only will driving on the freshly resurfac damage the new surface, but it may also result in tar splattered on your v We also ask that you not run any water that will run into the street duri time. Your cooperation is greatly appreciated and we apologize for any inconk this may cause you. If you have any questions, please call the Uti1 Maintenance Department at 438-7753. Thank you for your help. A wet surface impairs proper bonding of the resurfacing material. a& ma4d CHARLES MITCHELL Superintendent, Street Maintenance Division CM: ew Building Maintenance, Fleet Operations, Real Property Management, Sanltatlon, Solid Waste Management Street Maintenance, Street Lighting, Traffic Signal Maintenance, Water LI * 0 0 1987-88 STREETS OVERLAY & CHIP SEAL PROGRAM OVERLAY - 2" 1. PALOMAR AIRPORT ROAD: EL C.X?fIYO REAL TO PALOMAR OAKS ROAD AC - 5,061 TONS PETRO - 45,307 SQ. YDS. 2. ALGA ROAD: EAST BOLTD FROY ALICASTE ROAD TO EL FVERTE STREET AC - 1,959 TONS PETRO - 21,820 SQ. YDS. 3. ALGA ROAD: EL F'I'ERTE STREET TO SEXY AT 6670 ALGA ROAD AC - 1,586 TONS PETRO - 16,320 SQ. YDS. 4. CORINTIA STREET: ALGA ROAD TO EL FUERTE STREET AC - 1,043 TOXS PETRO - 6,528 SQ. YDS. 5. JEFFERSO?; STREET: ELY -4L'EXl-E TO PINE AVESI-E XC - 349 T3YS X0 PETRO 6. ROOSEVELT STREET: ELM AVEXUE TO YAGKOLIA XVESUE AC - 1,098 TONS PETRO - 7,528 SQ. YDS. 7. MAGNOLIA AVENUE: ROOSEVELT STREET TO 1-5 AC - 567 TONS PETRO - 3,680 SQ. YDS. 8. HARDING STREET: ?L4GNOLIA AVEWE TO ELY AVES'I'E AC - 1,536 TONS PETRO - 8,945 SQ. YDS, L1 0 0 . 1987-88 STREETS OVERLAY & CKIP SEAL PROGRAPi OVERLAY - 2" 9. EL CAMINO REAL: OVERLAY YEDIAN BETWEEN KELLY DRIVE AXD LISA STREET AC - 747 TOYS PETRO - 3,306 10. RANCHO SAXTA FE ROAD: L-4 COSTA AVESW TO EAST EXD OF THE TRUCK BY PAS: XC - 1,700 TONS SO PETRO 11. RANCHO SANTA FE ROAD: QUESTHAVEN ROAD ro YELROSE AVESUE XC - 2,015 PETRO - 14,250 SQ. YDS. 12 I OLIJTNKAI?: ROAD: FROY 940 NEST OF AXARGOSA DRIVE TO RANCHO SANTA FE RG AC - 3,032 PETRO - 22,053 13. BEECH Af'ESL-E: ST-JTE STREET TO ROOSEVELT STREET AC - 139 TOSS SO PETRO 14. BEECH AVESI-E: STATE STREET WEST rc ALLEY AC - 50 TONS SO PETRO 15. CHINQUAPIN AVENLTE: GARFIELD STREET TO EAST ESD AC - 256 TOYS NO PETRO 16. JVNIPER XVESUE: CARLSBAD BOITLEV-ARD TO GARFIELD STREET AC - 145 TONS NO PETRO ., 0 0 r 1987-88 STREETS OVERLAY C CRIP SEAL PROGRAM OVERLAY - 2" 17. ACACIA AVEEU'UE: GARFIEID STREET TO EAST nn AC - 217 TONS NO PETRO 18. PINE AVENUE: GARFIELD STREET TO EAST ESD AC - 165 TONS NO PETRO 19. CHRISTIAVSEN WAY: OCEAS STREET TO CARLSBAD BOL1EV;UID AC - 209 NO PETRO - b 0 0 ., . 1987-88 STREET OVERLAY & CHIP SEAL PROGRAM CHIP SEAL 1. EL CAYIN0 REAL: CHESTSPT AVESV'E TO RAXCHO CXRLSBAD YOBILE HOYE PA= (CLTB TO CURB) 131,117 SQ. YDS. 2. LA COST.4 AVESYE : EL CVlINO RE-AL TO R4NCHO S-ANTE FE ROAD (CLRB TO CCXBj 71,293 SQ. YDS. . 0-4 mcImIII \ I 40 8 . % ' \ '\ 6 1 1 1 \ \ '. I #/ ;AREA OF 'OVERtAY//r