HomeMy WebLinkAboutSouth Coast Asphalt Products Co DBA Sully-Miller; 1986-04-21; U/M 9SOUTH COAST ASPHALT PRODUC *
c b JOe3Lf
'"rr
c :4
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS & SPECIFICATIONS
for
1985-86 Street Overlay Program
I
i
P
CONTRACT NO. U/M-9
.v
L iB
1
< * i h * P
-c
TABLE OF CONTENTS
PAGE - ITEM -
NOTICE INVITING BIDS . . . . . . . . . . . . . . . . . . 1
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS . . . . . . . 4
STANDARDS FOR REVIEWING INSURANCE AND SURETY COMPANIES . . . 7
PROPOSAL..........................8
BIDDER'S BOND TO ACCOMPANY PROPOSAL. . . . . . . . . . . . 12
DESIGNATION OF SUBCONTRACTORS. . . . . . . . . . . . . . . 13
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY . . . . . 15
BIDDER'S STAT.EMENT OF TECHNICAL ABILITY & EXPERIENCE . . . 16
CONTRACT - PUBLIC WORKS $5,000 OR MORE . . . . . . . . . . 17
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY . . . . . . . . , . . . . . . 22
CERTIFICATION OF COMPLIANCE. . . . . . . . . . . . . . . . 22
LABOR AND MATERIAL BOND. . . . . . . . . . . . . . . . . . 23
PERFORMANCE BOND . . . . . . . . . . . . . . . . . . . . . 25
GENERAL PROVISIONS . . . . . . . . . . . . . . . . . . . . 27
SPECIAL PROVISIONS/SPECIFICATIONS . . . . . . . . . . . . 34
NOTICE LETTER. . . . . . . . . . . . . . . . . . . . . . . 39
STREET LISTING . . . . . . . . . . . . . . . . . . . . . 40
, Page 1 > .' t-
-?
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Agen'
City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:OO PM 01
the 10th day of March, 1986 at which time they will be opened an
read for performing the work as follows:
1985-86 Street Overlay Program
CONTRACT NO. U/M-9
The work shall be performed in strict conformity with the specifi
therefor as approved by the City Council of the City of Carlsbad
file in the Utilities and Maintenance Department. Reference is h
by made to the specifications for full particulars and descriptio
the work.
No bid will be received unless it is made on a proposal form furn
by the Utilities & Maintenance Director. Each bid must be accomp
by security in a form and amount required by law. The bidders'
security of the second and third next lowest responsive bidders m
withheld until the contract has been fully executed. The securil
submitted by all other unsuccessful bidders shall be returned to
or deemed void, within ten days after the contract is awarded. 1
to the provisions of law (Government Code Section 4590), appropr:
securities may be substituted for any money deposited with the C:
to secure any obligation required by this notice.
The documents which must be completed, properly executed, and no1
are:
1. Proposal 2. Bidder's Bond
3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience
All bids will be compared on the basis of an estimate. The esti
quantities are approximate and serve solely as a basis for the c
ison of bids. The estimate is $ 1,103,995.00. Work is anticipa
take place during April and May, 1986, and take approximately fo weeks to complete.
, #
t Page 2 -. >
-4
N~ bid shall be accepted from a Contractor who has not been licen
in accordance with the provisions of State law. The Contractor a
state his Or her license number and classification in the proposa
One set of contract documents with specifications may be obtained
the Purchasing Department, City Hall 1200 Elm Avenue Carlsbad,
California, at no cost to licensed contractors. Additional sets
be obtained for a specified nonrefundable fee per set.
The City of Carlsbad reserves the right to reject any or a11 bidz
to waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of w(
needed to execute the contract shall be those as determined by tl
Director of Industrial Relations pursuant to the Sections 1770, :
and 1773.1 of the California Labor Code. Pursuant to Section 17-
of the California Labor Code, a current copy of applicable wage
is on file in the Office of the Carlsbad City Clerk. The Contra
to whom the contract is awarded shall not pay less than the said
specified prevailing rates of wages to all workers employed by h
or her in the execution of the contract.
The Prime Contrac.tor shall be responsible to insure compliance w
provisions of Section 1777.5 of the California Labor Code.
The provisions of Part 7, Chapter 1 of the California Labor Code
commencing with Section 1720 shall apply to the contract for wor
A pre-bid meeting will be held on Tuesday, March 4, 1986, at 2:O
at the Utilities 8 Maintenance Department Office, 405 Oak Avenue
Carlsbad.
Project site should be toured by potential bidders prior to pre-
meeting .
Bidders are advised to verify the issuance of all addenda and re
thereof one day prior to bidding. Submission of bids without ac
ledgment of addenda may be cause for rejection of bid.
Bonds to secure faithful performance of the work and payment of
and materials suppliers in an amount equal to one hundred percei
and fifty percent (SOX), respectively, of the contract price shc
required for work on this project.
r
9
x j Page 3
-t
The contractor shall be required to maintain insurance as specif
the contract. Any additional cost of said insurance shall be in
in the bid price.
Approved by the City Council of the City of Carlsbad, California
Resolution No. 1?4l 3 , adopted on the 18-d day of &c3,fu~*
19@4*
Dat6 -?A, $k$ ~&kgi&s&
* r Page 4
-c
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of the con insurance against claims for injuries to persons or damages to pr which may arise from or in connection with the performance of the
hereunder by the Contractor, his agents, representatives, employe
subcontractors. If the insurance is on a "claims made" basis, cc
shall be maintained for a period of three years from the date of
completion of the work. The cost of such insurance shall be inc-
in Contractor's bid. The insurance company or companies shall mi
the requirements of City Council Resolution No. 8108.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (1/73) cove Comprehensive General Liability; and Insurance Services
Office form number GL 0404 covering Broad Form Comprehens General Liability; and
2. Insurance Services Office form number CA 0001 (Ed. 1/78)
covering Automobile Liability, code 1 "any auto"; and
3. Workers' Compensation as required by the Labor Code of th
State of California and Employers' Liability insurance.
B. Minimum Limits of Insurance
Contractor Shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 combined sing limit per occurrence for bodily injury and property damag If the policy has an aggregate limit, a separate aggregat
in the amounts specified shall be established for the ris
for which the City or its agents, officers or employees a
additional insured.
2. Automobile Liability: $1,000,000 combined single limit p
accident for bodily injury and property damage.
3. Worker's Compensation and Employers' Liability: Workers compensation limits as required by the Labor Code of the
State of California and Employers' Liability limits of
$1,000,000 per accident.
> Page 5
-4
C. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to
approved by the City. At the option of the City, either: the
insurer shall reduce or eliminate such deductibles or self-insi
retentions as respects the City, its officials and employees; t
the Contractor shall procure a bond guaranteeing payment of lo!
and related investigation, claim administration and defense ex D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the
following provisions:
1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteers are
to be covered as insured as respects: liability aris
out of activities performed by or on behalf of the
Contractor; products and completed operations of the
Contractor: premises owned, leased, or used by the
Contractor; or automobiles.owned, leased hired or
borrowed by the Contractor. The coverage shall conta
no special limitations on the scope of protection
afforded to the City, its officials, employees or
volunteers.
b. The Contractor's insurance coverage shall be primary
insurance as respects the City, its officials, employ
and volunteers. Any insurance or self-insurance
maintained by the City, its officials employees or volunteers shall be excess of Contractor's insurance
and shall not contribute with it.
c. Any failure to comply with reporting provisions of th
policies shall not affect coverage provided to the Ci its officials, employees or volunteers.
d. Coverage shall state that Contractor's insurance shal
apply separately to each insured against whom claim i made or suit is brought, except with respect to the
limits of the insurer's liability.
2. Workers' Compensation and Employees' Liability Coverages
The insurer shall agree to waive all rights of subrogatio
against the City, its officials, employees and volunteers
for losses arising from work performed by Contractor for
the City.
) Page 6
-<
3. All Coverages
Each insurance policy required by this clause shall be end
to state that coverage shall not be suspended, voided, can
reduced in coverage or in limits except after thirty (30)
prior written notice by certified mail, return receipt req
has been given to the City.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a Bests' rating a
less than A:XI unless otherwise authorized by City Council Res
No. 8108.
F. Verification of Coverage
Contractor shall furnish the City with certificates of insurg
and with original endorsements affecting coverage required bj
this clause. The certificates and endorsements for each
insurance policy are to be signed by a person authorized by
that insurer to bind coverage on its behalf. The certificatc
and endorsements are to be in forms provided by the City and
are to be received and approved by the City before work commf
G. Subcontractors
Contractor shall include all subcontractors as insureds undei
policies or shall furnish separate certificates and endorsemc
for each subcontractor. All coverages for subcontracts shall
be subject to all of the requirements stated herein.
-<
A RESOLWTIOI a m CITY mumt ar iar am Q CUDAD, CALIKlRBIA CSTABLI8~fWO ST-t mO1 ..
WBCRUS, tbm City roquirer contractorsr builders,
subdividers, and other mrrq doing businesr 4th the city to
have various types of iruurancer and
WEEREAS, it i8 necessary to enmure that the insurance
and surety companies selected by those persons ret certain
financial and petfornnc?. standards,
Therefore tho City Oouncil ot the City ot Carl8b.d
rerolves u folIorsa
Insuranca or surety -mpanies securing or insuring any
obligation or risk of which the City is a kneffciary or M
a. Authorfration to conduct the businerr of insurance,
ot a type required by the transaction, in th. State of California
88 widenced by listtng by the State Insurance Carafssionerr.
?or libility truurance tbe City may accept a 8urplua line
carrier provide6 the City 1s provided uith a copy of a surplu8
line carriot aftldavit.
b. A rating by 'best's Rating Guide. of 'A', 'Class XI.
If a company is not r8ted by krt'r the City Attorney or better.
ani City ~ana9.r may approve an insurer or surety if the corapany
produces ruf ficient evidence that its financial responsibility
and prfotunce capability is equal or ktter than the Best'.
rating requirement.
..
: ?LSGtD, AODROVtO NO ADOPTED at a regular meting of
the City Council of the City of Cartabad, California held on the
-day & wy 1985 by the POllOd~ vote +o dtt
AYCSa.s - -ktr frwLe we ~~idt .nd m-
NOtSr lbrr
ABStWTr m
%u7 d. ELL
.I.
Page 8
k
-I
CITY OF CARLSBAD
CONTRACT NO. U/M-9
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the locati
of the work, read the Notice Inviting Bids, examined the Plans an
Specifications, and hereby proposes to furnish all labor, materia
equipment, transportation, and services required to do all the wo to complete Contract No. U/M-9 in accordance with the Plan and
Specifications of the City of Carlsbad, and the special provision
and that he/she will take in full payment therefor the following
unit prices for each item complete, to wit:.
Approx.
Item Article w/Unit Price or Quantity Unit
No. Lump Sum Written in Words & Unit Price TOTAL
1. Asphalt Concrete,
type 1-C-AR-4000
Complete in place at
-+~e;..-\/ -eiqi-\" Dollars & rg, FAb ~,x-,-&~~d~~, Cents per Ton 28,819 Tons 2% ' bS7
2. Petro Matting Complete in place at z<:.'o Dollars &
eqk>f'.j i3f'C.Y C\ ?a\= Cents per
L/ square yard. 165,261 Sq. Yds. JSC~ @r33
~~~~~~~ @ p.'"
p" I$ e\ f a / 3 \io$b'
b Page 9
*<
Approx. Item Article w/Unit Price or Quantity Unit
No. Lump Sum Written in Words & Unit Price TOTAL
Total amount in words: p,i,<~?? \-7,-1c&Cd fip-1;31 qF;Ft-..,-i\ P- t.5 i-fi-3u SIai
t\r;3 t-,uCrcI-ec: n/>d sau,:(-,+,+ - CA~ c~~>I~~~-~L nv,>cd C~I~L ,ty -CJ-,(- ,:
Total amount of bid in numbers: $ ~~'~,27C3,$3-+
I A I
Addendum (a) No(s) 2 has/have been rece and is/are included in this proposal.
(y4 2 / Q.// /P \ID, \dl"
j,L+ A P "j I,
.
>
-4
1200 ELM AVENUE CARLSBAD, CA 9200&1989 (6
Citp of Carlsbab
UTILI TIES & MA1 N TE NA NCE DEPARTMENT
March 5, 1986
ADDENDUM NO. 1
PROJECT: 1985-86 STREET OVERLAY PROGRAM
CONTRACT NO. U/M-9
Replace pages 28, 35, and 37 with attached pages.
Insert attached pages 41 and 42.
e. . - .. . .- .. . .-
a'-..- @@ ROGE Util'ties r-+ W. GR & Maintenance Director
RWG/JNE:lml
I acknowledge receipt of Addendum No. 1
. Page 21
1 Addendum Nc
-4 3/5/86
c. Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" 4
such words of similar import are used, it shall be under;
such words are followed by the expression "in the opinioi
of the Utilities and Maintenance Director", unless other1
stated. Where the words "approved", approval", "accept1
or words of similar import are used, it shall be understl
that the approval, acceptance, or similar import of the
Utilities and Maintenance Director is intended.
"
D. Perform and Provide:
The word "perform" shall be understood to mean that the
Contractor, at her/his expense, shall perform all operat
labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicate
specified, or required to mean that the Contractor, at h
expense, shall furnish and install the work, complete in
and ready to use, including furnishing of necessary lab0
materials, tools, equipment and transportation. ., . . *..*, ..I . e.. - ' .. 4. * 'CODES AND STANDARDS
Standard specifications incorporated in the requirements of
specifications by reference shall be those of the latest edi
at the time of receiving bids. It shall be understood that
manufacturers or producers of materials so required either h
such specifications available for reference or are fully fam
with their requirements as pertaining to their product or ma
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor
Section 6-1 of the SSPWC at the time of the preconstruction
conference. No chsnges shall be made to the construction
schedule without the prior written approval of the Utilities
and Maintenance Director.
Any progress payments made after the scheduled completion da
shall not constitute a waiver of this paragraph or any damag
Coordination with the respective utility company for removal
or relocation of conflicting utilities shall be requirements
prior to commencement of work by the Contractor.
The "approximately four (4) weeks to complete" the project a
specified in the "Notice Inviting Bids", page 1, last paragr
is to be interpreted as 25 working days, normal working days
Monday thru Friday.
I Page 31
Addendum Nc
*t 3/5/86
when one-way access from a side street or alley is permitted, bar]
and cones shall be provided at 5-foot intervals for a distance of
on either side of the centerline of the intersecting street or all
Should the Contractor fail to furnish a sufficient number of trafi
and/or pedestrian safety devices, the Utilities and Maintenance
Director or his representative will place such necessary items ant
the Contractor shall be liable to the City for providing such dev:
in accordance with the following provisions:
a) For placing barricades - $5.00 per barricade for the first da!
any part thereof and $2.00 per barricade per day for each day
thereafter or any part thereof.
b) For flashers - $2.50 per flasher for the first day or any par1
thereof and $1.00 per flasher per day for each day thereafter
any part thereof.
c) For traffic cones - $1.00 per cone for each day or any part tl
In,,the. ,e.vent that .the. services..of the City ar'e requtred 'Betwei hours of 5:OO PM and 6:30 AM, during the norafal week or any t'
Saturday, Sunday, or a City holiday, there shall be an additic
charge of $26.00 for each service trip required.
..- d).
Judgement as to adequate or sufficient barricading shall be that
is adequate or sufficient in the opinion of the Utilities and Mai
Director or his representative.
The Contractor shall relocate, preserve and maintain the visibili
all existing signs within the project limits which affect the flo of traffic, as directed by the Utilities and Maintenance Director
his representative. Any signs which are damaged or removed by th . Contractor during the course of construction shall be replaced by
Contractor at Contractor's expense as directed by the Utilities a
Maintenance Director or his representative.
3. Maintaining Traffic
The Contractor shall maintain one lane of traffic in each directi
at all times during construction hours of 7:OOarn to dusk. On Sat
Sunday and designated legal holidays, and when construction opera
are not actively in progress on working days, the Contractor shal
maintain all travel lanes of the roadway. Any deviations of thes
requirements shall be approved by the Utilities and Maintenance
Director or his representative.
. Page 3'
) Addendum Nc 3/5/86
.
..c
i) Payment for contract services, will be made only when all labc
material releases.from supplier and employees are received by
Utilities and Maintenance Director or his representative.
All cold joints left overnight or for long periods of time wi:
cut at a 45 degree angle and tacked fully to ensure a proper 1
and to minimize seam separation.
j)
5. Petro Mat
The Contractor shall provide and install Petro Mat in areas desigi
for its use by the Utilities and Maintenance Director or his reprc
tive. Dusting over the Petro Mat (AC) may be required to prevent
through, at the discretion of the Utilities and Maintenance Direci
Compensation for all labor, equipment, and materials and all thin]
necessary to complete the installation shall be considered includc
in the bid price and no additional payment will be made.
Tack coat for Petro Mat shall be AR-4000 and shall be applied at I
6. "No Parking" Signs
The Contractor will provide and install "Tow Away No Stopping"
construction signs, PTC-R 30-S, for use in posting streets in advc
of the work. Signs shall be placed at least 24 hours prior to co1
ment of work. Signs shall be posted at intervals of not more thai 100 feet on both sides of the block affected by the work.
Tow-away of any vehicles in violation of the "No Parking" signs w:
handled by the Carlsbad Police Department. The City assumes no
liability in connection with movement of vehicles by the Contractc
Temporary signing shall be removed as soon as the streets are reac
receive traffic and turned over to the Utilities and Maintenance
Director or his representative.
7. Notices:
Notwithstanding any other or concurrent notification by the City (
paving operations, the Contractor will notify residences and busii
of street closure utilizing the attached letter.
Notices shall be left on or at the front door of each dwelling or
commercial unit abutting the street to be surfaced. This shall bc
two days prior to placement of "No Parking" signs. The Contracto-
be required to insert dates and estimated times of closing and re1
streets to local traffic.
.< rate of 0.25, gallons per ,.square, yar.d.. I . ._ .. .. .. .. ., .. .,. . -. . .. .. . .
e
5 Page 41 Addendum No.
-* 3/5/86
OVERLAY 1986
2" Overlay with Petro Matting (No Petro on Bike Lanes)
1. LA COSTA AVENUE: 2" with Petro and turn
pockets 2" with Petro from El Camino Real
Cadencia (All lanes East and West1
2. YARROW DIRVE:
2" with Petro Southbound
lanes only plus 500' prior
to and including turn From Palomar Airport Road to Camii
pockets Northbound at Robles
Palomar Airport Rd. (All lanes North and Southbound)
3. EL CAMINO REAL:
. . Southbound: lanes. 1 .& 2 I . 0 _.* . . . ,. - ",
* '"2" with Petro on slow From Palomar. Airport Road to matc
lane plus 500' prior to seam of last overlay (1985) South
and including turn pockets Camino Vida Robles 3/4 of a mile
...
4. EL CAMINO REAL:
2" with Petro on slow lane
and 500' prior to and From Alga Road to La Costa Avenue
including turn pockets (All lanes Southbound)
5. EL CAMINO REAL:
(SB 300)
Petro on all lanes(1 & 2)
and turn pockets - No From La Costa Avenue to Olivenha:
Petro on bike lane (All lanes Southbound)
6. EL CAMINO REAL:
(SB 300)
Petro on all lanes (1 & 2)
plus turn pockets - No From Olivenhain Road to La Costa
Petro on bike lanes (All lanes Northbound)
7. EL CAMINO REAL:
2" with Petro on slow lane plus 500' prior to and From San Marcos Bridge to Alga R
including turn pocket (All lanes Northbound)
4 *
5 Page 42 Addendum No
3/5/86 .-*
8. EL CAMINO REAL:
2" with Petro on slow lane From seam of last overlay (1985) !
plus 500' prior to and including turn pockets Road (All lanes Northbound)
of Camino Vida Robles to Palomar
9. EL CAMINO REAL:
2" with Petro on slow lane From Rancho Carlsbad Mobile Home
plus 500' prior to and Tamarack Avenue
including turn pockets (All lanes Northbound)
10. HILLSIDE DRIVE:
2" with Petro From Kelly Drive to 4882 Hillside
11. AURA COURT:
a*- . -.'2" Qvettay *- No. Petro ' "From Hfllside'Drive'to .North end
*
i Page 1
-*
All bids are to be computed on the basis of the given estimated
quantities of work, as indicated in this proposal, times the uni
price as submitted by the bidder, In case of a discrepancy betwi
words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall
calculated and the bids will be computed as indicated above and
compared on the basis of the corrected totals.
The undersigned has checked carefully all of the above figures a
understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bi
The undersigned agrees that in case of default in executing the
required contract with necessary bonds and insurance policies wi
twenty (20) days from the date of award of contract by City Coun
of the City of Carlsbad, the proceeds of check or bond accompany
this bid shall become the property of the City of Carlsbad.
Licensed in accordance with the Statutes of the State of Califor
providing for the registration of Contractors, License No.#252913,
Identification 35- a3q7\bFj ,
The undersigned bidder hereby represents as follows:
1. That no Council member, officer, agent or employee of
the City of Carlsbad is personally interested, directly
or indirectly, in this contract, or the compensation
to be paid hereunder; that no representation, oral
or in writing, of the City Council, its officers agents
or employees, has induced him/her to enter into this
contract, excepting only those contained in this form
of contract and the papers made a part hereof by its
terms; and
2. That this bid is made without connection with any person, firm or corporation making a bid for the same work9 and i
in all respects fair and without collusion or fraud.
*I
Accompanying this proposal is p>cjo d
(C-U r t ifire& Check-, Bond 0-
for the exact dollar amount of ten percent (10%) of the amount b
10% of the bid amount not to exceed 95,q?.7,58 dollars. The f
the blank must exceed 10% of the bid amount. Using "10% of the
accompanying bid" is not acceptable.
*
\ Page II
--A
The undersigned is aware of the provisions of Section 3700 of tht
California Labor Code which require every employer to be insured
against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and agl
to comply with such provisions before commencing the performance
the work of this contract.
The undersigned is aware of the provisions of the California
Labor Code, Part 7, Chapter 1, Article 2 relative to the general
prevailing rate of wages for each craft or type of worker needed
to execute the contract and agrees to comply with its provisions,
--*{\ c<-*- /-e>pkXlI+ G-xl .- 157 - 37 ' <3
Phone Number
TCA f-c '0, I '3 I r> F?b
Date
RAUL-DURAN Assistant SiecreW
Authorized Signature
c- r,'S 3cx al3
(3r \-:.b-yy,-J c?;? q 3.a2S (?GrK) c-r-2-r t 3 r?
Bidder's Address Type of'organization
(Individual, Corporation,
Partnership)
List below names of President; Secretary; Treasurer; and Manager,
corporation; and names of all partners, if a partnership:
,5Tt3, r?%Ac',->ed
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED)
(CORPORATE SEAL)
r.
STATE OF CALIFORNIA }s.
San Diego COUNTY OF
On this loth day of March , in the yi
before me, the undersigned, a Notary Public in and for said State, Personal
, personally 1
(or proved to me on the basis of satisfactory evidence) to be the Person who t
within instrument on behalf of the Corporation therein IWIed, and acknowledge
the Corporation executed it.
WITNESS my hand and official seal.
Raul man
Ass: stant Secretary *&q QFSICtAL SBL ad Duran rr SAN OIEGO COUNTY
M ccb!M;ss\Df4 EXPiRES MARCH 27. ''ti'
LAM
Notary Public in and for said State.
ACKNOWLEOGMENT-Corporatiofl-WOiCOnS Form 222CA-X-Rev 5-82
01982 WOLCOTTS. INC
Li
r \.
}ss. STATE OF CALIFORNIA
COUNTY OF sari Dieso
, in tht On this 10th day of March
before me, the undersigned, a Notary Public in and for said State, perso Raul man
Assistant Secretary , personall
(or proved to me on the basis of satisfactory evidence) to be the person wh
within instrument on behalf of the Corporation therein named, and acknowlec
the Corporation executed it.
WITNESS my hand and official seal.
Notary Public in and for said State. ACKNOWLEDGMENT-Corporalion-Woicons Form 222CA-X-Rev 5-82
01982 WOLCOTTS. INC
* .‘ ti
\
-\
L~h’.4NI?!OI’S L‘RITTEX CO?;SCN’I OF DIRECTORS
OF
SOr‘3j COAST ASPHALT PRODL’CTS CO.
33 Asphalt Prodilcts Co., a California corporation, do hereby consent to and
approve the following resclution:
The undersigned, constituting all of the Directors of South Coast
RESOLVED, That the following persons be elected to serve as
officers of the Cocpany for the ensuing year and until their
successors have been duly elected and qyalified:
President and General Manager David E. Branch, Jr.
Vice President D. Pi. Hickethier . Vice President T. F!. St.Clair
Vlce President & Secretary Thomas C. Cochran, Jr.
Vice Fresfdent A. L. Kalters
Treasurer J. G. Wilkiog
Controller and Assistant
Assistant Treasurer John E. Baker
Assistant Treasurer F. L. Brown
Assist ant Treasurer Joseph P. Davoren
Assistant Treasurer A. J. Dout
Assistant Secretary ‘ D. .H. Cuozzo
Assistant Secretary . Rad Duran
As si st ant Secretary h’. D. Rash
Assistant Secretary P. S. Seddon
Secretary Patricia A. Cornier
/-/ The foregoing acticn is appr3Ved: /?
’,
17 I -/ I/ :*; “,,i/ , /> ’ . . c. =;/i.‘
-si( .- $LTW/,*.fL f* . .-
/. 4 P-/’ / ’ / ; !/ L’- c
Burnett G. Bartley, Jr.
,3 --rc I
David E. Bkanch, Jr.
$ 3 R+&&&---L-’ :acGregor -
-.
I ;- ([ < /, // 1.4 ‘.7
\\ -.:\ \r---/ . ..-
- A. L. &alters
q. h‘ilking ’ - .
i
* Page 1 r
@ONDM@ 3a
PREh:; trt4 : it IS i BIDDER’S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS: so& ~ac~s t 45 bit ~r~~-~c~ 5. f0.j
, as Pri , as Surety, are held a That we,
and ;EABOARD SURETY COWAPIY firmly bound unto the City of Carlsbad, California, in an amount follows: (must be at least ten percent of the bid 8mOUnt)
dbc &~l\y-t’Tl~ r kt-- &s-Wcc&Ou\
$I=15927*55,4
for which payment will and truly made, we bind ourselves, our he:
executors and administrators, successors or assigns, jointly and
severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the prc
of the above-bounden Principal for the 1985-86 Street Overlay Prl
in the City of Carlsbad, is accepted by the City Council of said
and if the above-bounden Principal shall duly enter into and exec
a Contract including required bonds and insurance policies withir
twenty (20) days from the date of Award of Contract by the City (
of the City of Carlsbad, being duly notified of said award, then
obligation shall become null and void; otherwise, it shall be an(
remain in full force and effect, and the amount specified herein
be forfeited to the said City.
In the event any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shc not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 10(
day of Crzacck , 1986.
Corporate Seal (If Corporation)
SL.j t-, pca..3T- A spt-15 i3-e GI*
2ABOARD SDRET COadp~y
RAUL-DURAN Assistant *Crdary
(Notarial acknowledgement o
execution by all PRINCIPALS
(Attach acknowledgement of and SURETY must be attached
Attorney in Fact)
(
Title RONALD DAVIS - ATTCRNEY-IN-FACT
-
, K:rW YORK, KEW yo- 9 8 C6
0 .% POWER OF ATTORNEY .
4OW ALL MEN BY 'THESE: PRESENTS: That SEABOARD SURETY CO>fPA)r'Y, (I cerpamtion,
~CH. York, ha, made, todtvttd md appointed md by thew prtrcntr do0 make, anrtitute and @ppo;"t
'eng Peach, California
tme and hnful Attorney.in-Fa:t, to make, tsrcutt and Ue'IIvtt on itc bchr!! fnsumce poTidrr awrt be,, ngs rnd otha fartrumtnt8 Of @lndar nIIute 8s follows: Limited to the &,,ount of $2@ ,,a,oo, ?ndr executed on behalf of Sully-Miller Contracting Conpany and/or Souti seific Hilling CoTpny, fnc. and/& South Coast Asphalt Products Cornpan:
Ronald Davir
h Inrumnct p!iCin, wrev bonds, ttndcrtrth s rnd incrumcnir for u:d purport&, whtn duty (1~~~6 by 6,
3fne -in-Frct. Shaf) k bind:ng upor6 the Mid hji? IS fun) and to the =-e extent u if signed b) th &I. Buthot;, he lorr.pan) and ~11cd with ir, ropnre 3; anddl the-arts of Uid AtiorneJ-inF.cr, putsurl?f to tic aurho rr, ate hcrcb) ntifitd md corhntd.
- appoin;mmr is made utsuarrr to the follming BF-Laus which were dul), ado :cd b) tk Bard of bitcctots & the . on bccwhkr 6th. 19!7. *i.ilh .4mchtrncnts to 8n8 including 'January 15, 196 3 and art nil1 in tu11 forre and efle1
1CLE VtI. 3fCflOS 1: 'PolirirD. b*d@. ?mOg?:8bfi(~, Dh'Fdra'cnD. te?urnb d au*m, undcddn# undenrEn)c rad krtrumar t.frt!na atra -?et )c!Iriu, hds. ?rc~g:uyrt, Btipcl&!im&, C0r.mt1 of $u?cr) rnd wdcr-ririr.8 undt-irking, of rh hp-y ud ttlrrus, rg rrit(ngi ttlr5- in W) m*j OWWO O, to any ttim or bii 6crcunGcr. shag! k sitnd in rhr ~YII* a* Q. b'alt d ~k c-pr (I) 9 tht 0U;m.n of thc Pu-b thc ?trrdcnt a \'DCt Prtr;dcat or 8 Rcridcni \'kt President d bt rk Stc*tury. UI Ao!#rr 1;6mt tcitirr) or Rttidtnt Att;ibv Sccrr:rr).; 01 (b) by ~n Ailo-nc)-in.fbrl lor 6t Coh J bp;*:nid omd av:b+qt 1 of thc Psr.6 thc ?ttckht or a \'Nt ht,drni b makc nwh +a:urt, or (c) by such other o#%s 01 rcIwchoivt8 .I Ik time IO tim drrcminc.
nt -7 el ~hc ~mprny vh!! H Bpp'DF-hlt ba rC:xte thctHo b any Duch officer. ~liorney-in.rm er np-wtrdrr*
WkTNLSS WHEREOF. SE4E0.4RD SURETY CO?IP.4SY has u~scdthcre prtwntr to k dprd bj one 4
dtr)u, rnd its corporrtc ur! to bt herrdnfo affirrd and dcry ar:esicd bj one of its Assinant S?e:rrks, thjs .....
of .....,... JW ............................., 19.8 1..
st ! SEABOARD SL'RTTY CONPAW,
0) *Y R. T. (;undersen .............................. ......... Snlta .... ?..r*...f,tan8rd .....................
his ........ 3rd .............. ~une ..............., 19 ...a X.., wc
Tf OF SEI!' YORK
3iTY OF SEW YORK
............. R ...... 7'. ..Gun erbtn. .................................................... I \'icr-PresiCr~t of SE4B0.4RD SUR. TY
Att:et~mt fu rrtary 8
ss. :
.................. .............................................
"t N p'"" 1 P Of ' ... t\ho- ! Im .C
hc is 8 \'iLe.gefi&nt of SE.480.4F;D SURETY cO.\SPA$S. tht cbrperr:;on dcbcr%d in id which CXttUte - in,:rumtnt, that he how s the corpc:a!r Mal of the uid Com;any ; that the Way apiaed to Mid hl~%t~~t b #ut
=that it H'L( se af.scd b! order of the Bc;*d of Dirrclors of taid Cornpny; and that k signcd his BLcne thrre Cent of raid Cornpan) bj liir authtrity.
rsonrl!). Irgui:r.itd, who, bine by mr dcly r\\orn. said that he reS;do in the ftrte of ......b CU
State of V'cw York No. OlqU84f8879 nsUSlifiCt! in RichTond County
~ertificrte filed in h'ew York County Con-irrion Explrts !!arch 30, 1984 I] ..................... ~sr9srct - ..................................... w. Quinfrn
CERTIFlCATE
1. tht utd*!.:r.td ,4*~!1!ant Sror~r*j of !EAPp4RD S\'RITY C@\lFASb' 4c hc.tb* ctrtif, fiat rhc o*i#'ul ?mtv of Atct *rgp:n8 it a fu'l. true @?e ro?rcfi cop). ii ~n h'! fco*(t #..e tCrcf 0: thr 8r:t of 1h.b Ctttla.f#*r rd 1 dc fWr).ct cc.hf3 I%! tho 1 :*rrc.:td the y C Pc\.tr of Aiio-r.r *a* e-,r of *r Of lrr.l ~~.P.c*;rtC b: rhr Por*d of D,r*r!ors lo o;pc;n! a* Vlow.tj-ir.-frrt 4
fb.., Ctq!14rr*t na! bc i.pC a-l sr&'tC b? far*'m'!c u-.Cf: jqc! b) as,\;rit) of rht fo'Iot.in8 rcddor, of thc 8-4 .I b;rrc KD 3\ RET)' C@>!FA~) DI 8 hrr:h& d-3 u'lrC DF.~ htlC or lhc ?5:' e#) O! /UV IF78
. &tS@L\'ID (2) Thr! iht utr Of B p*;-!d fao'c'lr 07 thr ct*p:*r!r wa' 0. thr, to->&') Dd d Th! S;r@*u?t d 8E At$*'!
j.,! tr+t Kc.*;p of thc to?rtci-,ro of a top: of Dr i?,sq:uysmi r\tccrrC b) thc PtrsiJrnt or I'wt.Prt*tdcn: pr*,u~i 10 Aniclt
01 ihr P,.t,.fi 8;~:r.iq &.IC ~.+\P*;I 71 u r':t*nr) ir far1 to sit? ia tht r,rw D-C or bL'f od thr tear: cu'q1) k-e,
?r-!,i;p, , et e+, iy,si*,,-,r?~i dtt(r;bTt ;r u;d .4riuclr v]l, Src1.m 1. WII~ lilt tfrrl 1) if su:h y1' vld DWh t;rD!u*t hd 1
at6 &-,j 1..ade k-rbj h Bu!hC:.ttt rd Bi'J*Ovi'd' .4l~r~c?;s H'HEREOF, 1 halt hrrrattc y: m! ?,)-IC a-d r@~htd the coq<~'rtt ,u! Of the Co-pn) to lh~ \
mt \'II Scrrior. 1, or tht B;.L.#~ O~~E~LZ~KD SL FrETy CGVF.~SY
* 10th March ............................... dry of ................. ...................................... 19. . 5, 77 f &LA+
Page 1
\
4
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the fol listed Contractors in making up his/her bid and that the subcont listed will be used for the work for which they bid, subject to approval of the Director of Utilities and Maintenance, and in ac
with applicable provisions of the specifications. No changes ma
made in these subcontractors except upon the prior approval of t
Director of Utilities & Maintenance. The following information
required for each subcontractor. Additional pages can be attacl-
if required:
Full Complete
Items of Company Address Ph
w/A Name w/Zip Code - Work
-
.\ . Page 14
-*
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the subbids
the listed subcontractors as part of the sealed bid submission.
Additional pages can be attached if required.
Type of State Carlsbad Amounl
Contracting Business of
Full Company Name - License i3 No. License No. Bid ($
-
-
-
*Licenses are renewable annually. If no valid license indicated "NONE". Valid license must be obtained prior to submission of
signed contracts. Sl2an /-;ScE,T &;;ho- k!Zc
(;4~2 \&.J .' , Y I-, AS ?x- Cm=,r
Bidder's Company Name - y.'> \:33x -21 R
i:C>c--l '>IS,fi?l ?/A cy-2a:O 5%
(Notarize or Bidder's Complete Address Corporate Seal)
RAUL DURAN Assistant Secretary
* Page 1
-3
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement
his/her financial responsibility.
XE'F. khi%?k%.@
Si g n a tu r e-
RAUL DURAN (Notarize or Assistant Secretary
Corporate Seal)
*
c-7 c? r:i n 17 3 o c3 o Q c-t c n CJ OOOr3O '3 Q <-> n 17 a o r-) r> rj r: ?> CI c7 OCl30~0 3 Of2 0 0 0 00 0 ac, a ac1 3 c, 0 C) (3 0 o r3 n 3 o o o 13 c3 r2 r.3 c~ 0 0 C)O 0 0
0 accu PI 4'> w nl N N 'v a d-a 0 c3 L> 3 5 aO7orl amow ~WnOOcJ :XI c1 -A 13 c-l c, f3 c a r2 N A TI
=*
AAAd A2A-A-AA-lAA.A A -a&A A
XJ
1.1
'7 -nP-rr PP D fl-1 0 O u r3 ?> :'. I
\I- ~~nm oc>r>?~z +I m>rn~ o t -i&r -inc)nnnnc3OL3< -I In D to > i -40 0 ~~~OC>~~~3~+-I x= -f-iICOrn cn f.
0-iv)I- -tDCCCCCm171,nii1 0-C cnc I - 4 J= IP ,~;IZZZZZ I- 4 IH7J L pr;o-n r-m-t--i--I-t--l;Dmntn DOI -+,n
I- .c CI mv) f/lw ~min cn r DQO m
ZW30 aJ ;om n o .7 cnra .i z r-n IT1 b XI IT' IT X, -XI c) J :~-c rn {nrrnu mnmr-,omm I I I PZZ --I 0 L> m o c) Fil rnr2 c) v) -ID4 EOC l-i-~nlHnrnm;a~I 1 mo .o >-r m <cu< curl 1-4 n P rn-zp-t DZC~D.==Z~J~) ;u moo nnmn m+~cnmp~~ I- -n ;cn m ;n c> c I- [FJ I- I- cn 1:) m i= v) -c72?,2 H rn rii r in r rn rv I- r- z 4 t7 C-IT < cn rn rn rn (n --I o coz
P tm fn fll ro a -< 4
c) in m z YTI It ,L>+bOUZ r on cn D -4 -A 0 P (,) In In - 3rn K 'U r I P 2- c_ --I in -0 cn I- H o in a in c7 w xi rc mZ-<mr'l zc 5
n <I :I) rri m 4 73 +r- ;D r? -4 '> rn rn cn a r
<3 v) A 7 I-
rn D D (A rii I,> 0 -c
I I
m .rl
cr4 f) .o h
\ \
nl 00 -0 AW F'LJlA
\\ \\h\..\\h\ 03 tn * Ln a ?* w .p *n (3 cr, .D 4 +'Am .o(-J& rw-34 c. 7- 7'*4nulw--r--r~>
w C<J m 03 Ch IJ <- W nl i\J cn
(3. c + -\1 C, (p1 CJ. i3 v) In ->
11
(J n UI I] N J 1.1 bJ \JI O'D
0. ........a
.A
-3
\
E. 111 -w
2, 3 L.1 c c- c). -2 \n 11 -
-1 z r2 LZU)
. \ ** * c- 0 ylf>d c-
-2 rJ 3dOW
f\l i-7 P _I 0 L-I 'I il, CJ .D fi I II I
. v a,. 0
2
A * r3 I I1
\ yJ IU tn \o * \
P 4.
-4 LJl
N d . 0 (> +' Cl .r- I
4
: +O 0000 C~OOCJ aooo c?cio~r~c-~m ~JC'~TO OUC~CIOOT 3 oooo ~tic~r) oooa c3rJrzIc>(-) a:> L3c7~3a c3ooorso:~ -3 OOO(3 3000 Q03C3 0000000 Or'3CL)O 0000000 0 00130 oono omocl 000c30~70 ocloa oorI3oon3c3
.c) .o a .c) .o m OOCY c7 Xn .O .O a u: go (A N--L ,>r-' I .O .D i> 03 M 00 Cri -.% c1 0 00 \O-JcnN ~Owo aovliu~ --ro\n005~10 -r_,\n-\cj NJCJWCIWC~
N NNNN NNNN NNNN NNNNnJnBN nlnlNN NIUr\J&>RJNN P WNNaAJ nlNNN AAAd AAAAAdA C C-f-) LJ OaOa 00'7,
t- 2 C mrlu ~rnnwov1~~ n~ TI G) v rn 7 x= B c;, u 5, rn 0 -a cn cn I= 33 Z D W 3 C) Cn '13 P H n .-z o c: o D cn m ~n n ;c) ~OC ~(rlrn -i! -io mrn c rn -0 4 cn ~itn cr 7u 33.~ -u-o -i(31n rn t cra D u TI --1 4 owom rwxx aomm run-owxz oo'nm mr~nwzc-c c o --f~rl-n cn >;> -irmni v) IC,C~PP -iriiir1i IV) LOPP T -+ >u~r ~zrr ~~rr HZDOO~~ ~nrr rnn3~or-r w P r- m z ow++ rz OWv) +-I 1-2 rn0H'A -I+ I7 r rn-n zx mnn ~xrnm~r mn T zxmm CA 01 c 00 fll cc 0izo 00 0 cc XJ I 10000 n -P trn 1 IHH cnirnm I I tno+-~w rimm con OHH z ru r TI- c) r-r tn+;rcrr m 1-r .z~>p(nxrr < B>.R -UTI om m TDW --I I zmrno mtnz I I rn:n mL~71-+ m ZC7l;n 4z
4 Z DD DDrn7J !-+ CD rnrntm b -t.c v) I 50 ,n ci) z >< z 0 rn f2 w -< I m tn w, LI c7 z :> rn 0 c)t= i
33 I7 4 ILi) 0 '734 17t7 or +A t D lr I-
l-4 -2 .x, m J.D H I I n ;D &x+ - m-i 71 01 F-1 I1 'n .n Z t> r2 P 17 a *
tn o H 0 z 0 II = BD XI a1 70 ;D T) c rnrn rn n ;DX 10
PW n I P In rn cn m ro z x=
I- iri r_ r -? 00 (n t> 4 '7 AJ r cn 0 TI 3. --I tl 0 P I b 0 73 ,U O I- .v H r -0 P H m
53 P I I1 n z r- fn + P rn
rnrn~ I-0 XXJDI I E
z w~rr rr ~3 n FJ r r2 c) r7 7.2- OB 'Ti D c) :I1 c11 " r-
7
-..b 3 x, 4 ,U N
-A Fu td~W.0 ADO <Aat.JfxJn> *ul In 2 P SI PNN iwm +z
\ \ \\\\ \\ \\\\\\\ \b\ \\\*\\* .o CUP w m* Ifl 420 wa~-tny.~n.~ warn Wda-JPAUd
PN-J *\nul* ANW m~rv(n~L-4 IJW A -J-WU-pI PA3 a00 Wlu3rn~ \new ~U-~IWNW 2%- v.C'Cx1 ONdUl &Ad ... .e.. ... ....... .. . .......
Ln tn IU o. N nl + WN-1 J-\IO')LAJ(X, 1 :bW (3 'u -\fccI NW -)I c- 42 f3WN 3 co -.A o\ 13 .P 'I1 c.1 Y N P LIO w -4 4IV3 44- a I
3
LA F- J
IV -J L-
co x, :A '3 \n 0 F- Id ul
.O 7* -4 4 n1 w
\ \ \
. I
N n tn
8 c N
i=.
(A
Rl
.
%
- '5 0 0~003000000 C3OC~OCOOC2ODO 0 O0oooc-J 0 mC3oaaa (3 0 00~000 00000 ooc~ocr_, C~r-17 f3Cl
00 Of3f3OO3rlUOOOrr3 OO~~O~r3ooc~~ 0 OOC3ODr> c2 c7 00~~000C30000 r)O000c1 r7nrjCic) 0 oc,(1,00r2
(A w WWWW1AWWW:rlWW WbJWbJbJW WIAWWCrJ r iu IUNh,r\,h'fU o cn cQ4~4.\i~\r'1*IhCFo\Ctl >>Nfi)A-%aA3d'7 D Q QOVIU~UI n
<J \7 oao\,n~-nfiwiw~no aotr\nw~wrv~-r~m z Q a* ~AA~A n ow o~r~ooooo~oo 'oo~~oooL~c~c~~~~) w m +vlo~wo rn \ n
I il W
V I- a D -7 -0 -uw 73 771) rn PTaPbDDDD -4 ---ID <>I1 c> or 2 c7 nom onoon o zmtz-nc+r> -4 ;D m .n. ;o ri
--I Z-l -I r, c, 0 0 0 c) 0 n 4 --i -4 -4 C -i n 1-4 I b Z mrnaom*~ --I om moOCCCCCCCC o~oI.n,Or-~~-m;zu no -i -iw-t~O* T--
rn 4 -4nnnn~~1 -4 .zz T, PD E. P r;, tn Ill H
17 rm ~-~-r~wuuwwow ~OI-H 4 zsw W > ~wu-lOQtn r ZP 3 ITI rn m I~ in m rn 0 II;m rn,,,O cry m x c)m ZPDO uum~-o-u-u rzclrc-4 ~:,mrnrn w -nW w Y vim wmmmxnmxm-nt- ~cn~rnonc HQ Q 0 -no m I ;7_ cn nco hoc, rn z-i-u CH I-c 3 C XIHZ :n
(I) rri CCI t I I I I I-l C~XIHD :>x 'rin m ;? me -4 TC
173 2J w3-3 H 5 c+to x.< -0 2 10 T-4 tn w
mrn DDUZXJCW---~~Z o41-m z om zu -z
CJ z rn rn -4 c 4 -n n T I, f-wI-44 -4 c. z 40 00
4-u c P oo Hi-rn L DONtn H-4 iri ,n m rmz zm oc>a --I zzm 73 P 'U
Y IIN mv) rnn --I3 -x m 0
-0 <xu k, Z3A n m v) in ,n ma iaw m;1o Zrn z rn H L w rn P r C -4 n'r, W rn r> --I 4 4
(3 CDE,~O~UC HD in o c v) m HmO tn I-c !ann cn D m- nu rnw cow Po v) x -3 TI H 6') 5
om z Dm 'T1.Z -3 -4 --I cz cn-4
s3 v) n-4 <A
x) 71
0 -4% -4-i-433-333-3 x:< -tI--+Z,Xcn<>UA4 0 ODD(/) 31-
-42.7 r W4D0[~0730 ,- -c- v) tn rn VI ; -4 in z= -< 3,
cn (n m rn -3 -0 TI m
LrJ A+
Ae.b~~mlu N 3P At\)cl I)
v1 LA 4 CI 00 -4 x0 "W-J -4'AbJ -4 0. ul P 4CJul a 002 ~rl.P'/.JN
\\- .*%\ 5*\\.\* cn .o 2 Ih iu Ch 4 oo--s <rJ*Ul rxI o. In rn v1 In w 3 04-'0. iAJCC3 -0 N,Jo'c~c~.~s~ 0 r\ 4 W'.fl A c-
3, 01 4. 2 .FS .n \n c, (A (A 0 \" u. N IIl1111
5 \5
... I... -......
J (x, '3 r 2 .n w ('3 a .O 8 fl P.J tn Ul
VI in CY) -\1 -2 \* \\ \ ww v1 fJ v1 2 . in iu -F' c3 +' 1-1 * (rl dO*M 13 co 0. 2
-5 5\5 5 \ I\ r> VI L-l N c/J M I\J w '.Z -D
\OM Am' -4 \'> A L3 t-l.
IYJ 10 rn wl I:> -P 4' In 43 - LD .. .e. . 0 ,Of I
'P 4 0 (2 11 0 L) c7ar1 ih
fr\ J. m ~0-o <) (3 r-1 (3 (3 c-
I1 I
2 2
P ul c3 . \ \
0 4 \oa :n rfi IVA
(x) 0 COD
\ 5z
tJ1 2 P 3 u, rfi 2-4
(r ww
J -3 a Am
0 (3 P.1 Tu x*
-
0 0
\ 1 I 1
1
=CJTr CG2CS AS?- SLT -iC>UCTS C3.
S>LPNCE !'--ET
Pj Ci 32/15/35 FFSE 4
," I./ IS IO' :2
LIA2 3, S"F9EIJOLCCSS ECLITY
LIkEILITIES
OC? G4 I CC PC CZUYTS PPY PZLE 399,038. S 4 G?CC41 I2 1 /P SLIQ~EILSE -5Tr'E-F 424,363.77
CCGC4145 F/D CPEClT IJ'JISY Dfi? ICTI3\ 257.77- DpCC41 L7 b I" :lh:ITE) FJ'tC DE3 JCTIOk I??.??
OOOC41 EC CCCWJED ?EI!T.- S 'VELFZRE '2.81 2.1 8-
C9004182 ACCRUED STOCK FURC4ASE FAYAaLE 7,212.75 OOC04183 U.S. SAVIZG 30KDS 4,512.50- @COO41 SO 4CCRYE9 ROYALTIES 1!l,h76.41
SCOC421C. GCCFIJFD C?WF IbqUPb\CE 3,403.@C LCCC42$9 TSTPL FCtjUNTS PAYPELF 737,1'5.3'
GC0.142 EG PCCRuED 4;191T EYFE'uSE 3, et . o CI
ccr243rc PCCKL'E) FFY?@LL ----- DLA !. T 15,:c5 -c q
I"CCi4;I: ;ZCF(:JE3 V~C~TIC'I FL!'.l@ 7 C IDP G'JE 1,355.13
COOC435G PCCRUED FrYFOLL TfiXES F.I.T. PLT t, 77'. z 1 - SGriO4359 PCC9UED F4Y90LL TAXCS 5.1.1. FLT 753.35
CCGC4352 ECCPCED F'IY03LL TPXES FICA PLT 3c0.4:-
05CC34353 FCCRUED PPYPOLL TkXES F.U.I. FLT 603 * 33-
30C24354 FCCSUED FCYRCLL TAXES S.U.1 PLT 2,583.8L-
OGOX3 55 ACCKUEC F/R TPX S.C.I. PLPhT 77'1.21
000~4363 ACCRUED PZYRSLL TAXES FIT SALARY 24,?9=.41-
@CCC4361 PCCRUED P4Y9OLL TAXES SIT SALARY L,872.75-
01jGC4 362 ACCRUED F4Y9OLL TPY FICP SPLASY 18,568.64-
0 30 04 3 63 PCCGUED PAYRCLL ThXES FUI S4LARY 39.17-
CGDC4354 BCCRlJEC PCY'ICLL Tr'XES SUI SALARY 5?3.?C-
CCCC4365 4tCRiJED P/R TiX S.3.1 SPLERY 962.62- OOC 0 43 9 9 TOTAL PCCQUED PAYRCLLS 41.z44.73-
000045CO ACCRLfED C-LI: SPLES TAX 55,:21.43
33OC4513 'CCRUED FJC TRUCK TP!: 2p.1:
@COOL543 ACCRUED TkYES REAL ESTATE d P.P. 11 ,E84.??
ococ4553 TOTSL S%LSS 4Y9 EXCISE IAX'5S L7,725.14
00004 b $4 PCCRUED VACATION LIABII-IT" '7,3 23.13c)
0GGG46 95 ACCRUED FENSIOY-SAL49IED F'CDSChE 11 ,S57.L6 iltCC4596 FCCRUED ILCEVTIVE 122.134.'x
Ci3GG47CO PEC LAW TI ON R is ERV E 245,664.'3
3fiG3L72C !)EF;G'SE> 2.E. TFY ?E175 3,:c: .C? OfifJnL7il CiFERDEC ?.E. TLX 7C/8 3 ?,631.33
0QOQ47 r.2 DEFE?QFD ?.E. TAX 6O/P'i 3,6?5.4?
CjlCL7C.9 T3TAL CUFPEWT L!A'iJl.ITY 1.1 'j;,cc;
\
o c) o ‘1’ r-3 o rj 0 13 0 oc3 n rJ OTOOr3O 000 OTIC1 0 0 (7 c) 0 0 0 0 00 (33 L3 cl r: 0 (3 r_3 0 c3 rzoo ooc < 3 \fi ‘4? .G .lJ -0 PCP -b*P d -0 *o 4- bJ N 3 0 IN 1KI r_n ra Lx
.O -3ar?r3 3clr v) nNW AAC .c, .nc>7L,OL3O -E a‘O--r -0w.c
.
D W
I a
r;l
z c) in rn r> r D uv m.m’b.DO W n rnm ++Dan7 rn -~-PPCD n-n 4 o HZXZ x3 0n.m D~II
13 -im+mmo <n doc oam 4 tz ., 33 C3 0 Z D-QfT! oXJm > i-mi- rn rcu xmn r 7 m m tn ~3 rn \u w <nGxcc+ c DUV) o
I- r.z~uuco n n -i mnn
H ~,,>-o;n-u17 4 OV)D -nmm
h mf/-lmur7Y -c x-44 mu0
i11 ’i m I: c \Dl3 n
1I 7J .- (0 3-i m n F-( <-u o tn m inmcc uzz r n z -00 In iJ -0 e no WOQ T rn an 20 233
-+ 0 c w o 3 o i-ri ,T
17 v) ccn ZD rn o rn tn 4 0 -3-4 --I
C $71 -i 0 o-i-i ~DP 3 7 Po 3 0 r, xx
3HZ P D
31 < TI ‘P c
fA < x.04
in+x 4
m -i -io +to x
-- -_ In 7i
In ;o o -A
I11 D cn rn 4.0 0 3 z rzcu J -I r L. - _.
id WN
I\) -2 ul
\ *\
13 .o ‘P Q *.I=- 03 4 -&
0 ‘.3 0 s rs 001
. e.
I
rr:
\
2 L> 11
-A I I1 rd Ch 3 .I .El 2 7 c- N b1
v’ 4 I\ <D r> I# -I\ ,min n, n 13 a Iy,
-4t~ 2 A r1 M ul
*~e*o . .
-4 2 -2 Q -3 0 c-l
b .d (4 rr (2 c3 (3
h.k-8 \ ..
I
P ,\)
(3 3 4 ra Ln 5 27 RJ ul
\\ \ cn a a
(x) w <?J 3P a
a* 0
6. Lh 0
~b
*I .
I Page 1(
*
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a similar character
included in the proposed contract the bidder has successfully pel
and give references, with telephone numbers, which will enable tl
to judge the bidder's responsibility, experience and skill. An
attachment can be used if notarized or sealed.
Date Name and Phone No.
Contract Name and Address of Person
(Notarize or Corporate Seal)
RAUL DURAN Assstant Secretary
\ Page 17
* *
CONTRACT - PUBLIC WORK $5,000 OR MORE
This agreement is -made this d/d day of a$&&/ , 1s by and between the City of Carlsbad, California, unicipal corpc
(hereinafter called "Cify") and South Coast Asphalt Products Co. DBA Sully
Construction a Company whose principal place of bu
is P.O. BOX 218, Carlsbad, CA 92008
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work
specified in the contract documents for the 1985-86 Stree Overlay Program (hereinafter called "project").
2. Provisions of Labor and Material. Contractor shall provic
all labor, materials, tools, equipment and personnel to
perform the work specified by the contractor documents.
3. Contract Documents. The contract documents consist of
this contract; the bid documents, including the notice to
bidders, instructions to bidders and contractor's proposal the specifications and all proper amendments and changes u
thereto in accordance with this contract or the specificat
and the bonds for the project; all of which are incorporat
herein by this reference.
4. Payment. As full compensation for Contractor's performanc
of work under this contract, City shall make payment to
Contractor per Section 9-3.2 of Standard Specifications fo
Public Works Construction, 1985 Edition. The closure date
for each monthly invoice will be the 30th of each month.
Payment of undisputed contract amounts shall be contingent
upon Contractor furnishing City with a release of all clair against City arising by virtue of this contract as it
relates to those amounts.
Extra compensation equal to 50 percent of the net savings I
be paid to Contractor for cost reduction changes in the pl, or specifications made pursuant to a proposal by Contracto-
The net savings shall be determined by City. No payment SI be made unless the change is approved by the City.
c
\ Page 1
b .+
5. Independent Investigation. Contractor has made an inde.
pendent investigation of the jobsite, the soil conditio
under the jobsite, and all other conditions that might (
the progress of the work, and is aware of those conditi
The contract price includes payment for all work that m
done by Contractor in order to overcome unanticipated u
ground conditions. Any information that may have been
ed to Contractor by City about underground conditions 01
job conditions is for Contractor's convenience only, an( does not warrant that the conditions are as thus indica1
Contractor is satisfied with all job conditions, includi
underground conditions and has not relied on informatiol
furnished by City.
6. Contractor Responsible for Unforeseen Conditions.Contrac
shall be responsible for all loss or damage arising out
nature of the work or from the action of the elements 01
any unforeseen difficulties which may arise or be encour
in the prosecution of the work until its acceptance by t City. Contractor shall also be responsible for expenses
incurred in the suspension or discontinuance of the work . However, contractor shall not be responsible for reason
delays in the completion of the work caused by acts of G
stormy weather, extra work, or matters which the specifi
expressly stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity
this contract, order changes, modifications, deletions a extra work by issuance of written change orders. Contra shall make no change in the work without the issuance of
written change order, and Contractor shall not be entitl
compensation for any extra work performed unless the Cit
issued a written change order designating in advance the of additional compensation to be paid for the work. If
change order deletes any work, the contract price shall
reduced by a fair and reasonable amount. If the parties
unable to agree on the amount of reduction, the work sha:
nevertheless proceed and the amount shall be determined 1
arbitration or litigation. The only person authorized tc
order changes or extra work is the Director of Utilities
Mainten However, no change or extra work order in excesi
of $5,000.00 shall be effective unless approved by the C:
Council.
c
* *
Page 1 . I
8. Prevailing Wane. Pursuant to the California Labor Code
the City Council has ascertained the general prevailing of per diem wages for each craft or type of worker need
execute the contract and a schedule containing such inf
is in the City Clerk's office and is incorporated by re
herein. Pursuant to the California Labor Code Section
contractor shall pay prevailing wages. Contractor shal
copies of all applicable prevailing wages on the job si
9. Indemnity. Contractor shall assume the defense of and
indemnify and hold harmless the City, and its officers employees, from all claims, loss, damage, injury and li
of every kind, nature and description, directly OR indi
arising from or in connection with the performance of t
Contract or work: or from any failure or alleged Bailur
of contractor to comply with any applicable lawsD rule
regulations including those relating to safety and heal
except for loss or damage which was caused solely by th
active negligence of the City; and from any and all cla
loss, damage, injury and liability, howsoever the same
be caused, resulting directly'or indirectly from the na
of the work covered by the Contract, unless the lass or
damage was caused solely by the active negligence of th
The expenses of defense include all costs and expenses,
including attorneys fees for litigation, arbitration, a
other dispute resolution method.
10. Insurance. Without limiting contractor's indemnificati
it 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 insur
covering the liability stated in Paragraph 9. The poli policies shall comply with the special insurance instru
attached to the bid documents and shall contain the fol
clauses :
Contractor's liability insurance policies shall contain
following clauses:
A. "The City is added as an additional insured as respc
operations of the named insured performed under cont
with the City."
J
Page 2C
V ...
B. "It is agreed that any insurance maintained by the Ci
shall apply in excess of and not contribute with, ins provided by this policy. If
All insurance policies required by this paragraph shall c
the following clauses:
A. "This insurance shall not be cancelled, limited or no renewed until after thirty days written notice has be given to the City."
B. "The insurer waives any rights of subrogation it has
may have against City or any of its officers or emplo
Certificates of insurance evidencing the coverage required b!
clauses set forth above shall be filed with the City prior tc effective date of this agreement.
11. Workers Compensation. Contractor shall comply with the
requirements of Section 3700 of the California Labor Cod6
Contractor shall also assume the defense and indemnify ar
save harmless the City and its officers and employees frc
all claims, loss, damage, injury and liability of every 1
nature and description brought by any person employed or
by Contractor to perform any work under this contract res
less of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in Paragraph 10 a
or proof of workers' compensation self insurance prior to
start of any work pursuant to this contract.
13. Arbitration. Any controversy or claim in any amount up t
$100,000 arising out of or relating to this contract or t
breach thereof may, at the option of City, be settled by
arbitration in accordance with the construction industry
of the American Arbitration Association and judgment upon award rendered by the arbitrator(s) may be entered in any
California court having jurisdiction thereof. The award (
the arbitrator(s) shall be supported by law and substanti;
evidence as provided by the California Code of Civil
Procedure Section 1296.
4
Page 21 *
14. Maintenance of Records. Contractor shall maintain and
make available to the City, upon request, records in acc
with Sections 1776 and 1812 of Part 7, Chapter 1, Articl
the California Labor Code. If the Contractor does not m
the records at Contractor's principal place of business
specified above, Contractor shall so inform the City by
fied letter accompanying the return of this contract.
Contractor shall notify the City by certified mail of an
change of address of such records.
15. Labor Code Provisions. The provisions of Part 7, Chapte
1 commencing with section 1720 of the California Labor C
are incorporated herein by reference.
(California Government Code Section 4590) appropriate
securities may be substituted for any monies withheld by
City'to secure performance of this contract or any oblig< established by this contract.
17. Additional Provisions. Any additional provisions of thi:
agreement are set forth in the "General Provisions" or "!
Provisions" attached hereto and made a part hereof.
16. Security. Pursuant to the requirements of law
So. OoAST ASPHALT PROCefCTs CO., gyc
Contractor
ffl (Seal
1; (Notarial acknowledgement of BY d/L dkM, zz i'.
' D%. BRANCH execution by ALL PRINCIPALS
must be attached.) Title rm*+
I,
BY
Title
CITY OF CARLSBAD, CALIFORNIA
.^ ,-- -
3
c
ATTEST:
i
SAN DIW
On this April , in the 1 8th day of
before me, the undersigned, a Notary Public in and for said State, person;
, personally (or proved to me on the basis of satisfactory evidence) to be the person who
within instrument on behalf of the Corporation therein named, and acknowledgc
the Corporation executed it,
WITNESS my hand and official seal.
David E. Branch
1
c +\ Page 2
-*
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY.
??I: am aware of the provisions of Section 3700 of the California
Labor Code which require every employer to be insured against
liability for workers'compensation or to undertake self-insuranc
in accordance with the provisions of that code, and I will compl with such provisions before commencing the performance of the wo
of this contract."
SO. CDAST ASPHALT PROCUCTS co., !IN
i /w , /, /4fb flLq
/ Date
D.EA BRANCH President (Notarize or Corporate Seal) Title
d;c-
> I hereby certify that
performing under the Purchase Order awarded by the City of Carlsb will comply with the County of San Diego Affirmative Action Progr adopted by the Board of Supervisors, including all current amendm
+n&L 0- g /qy/
Date I I
D.E. BRANCH (NOTARIZE OR CORPORATE SEAL) President
Title
SAN nTFC,A
On this 8th day of April , in the 1 before me, the undersigned, a Notary Public in and for said State, person;
, personally (or proved to me on the basis of satisfactory evidence) to be the person who
within instrument on behalf of the Corporatlon therein named, and acknowledg
the Corporation executed it
WlTNESS my hand and official seal
David E. Branch
4, Page 27
-+
GENERAL PROVISIONS
1, PLANS AND SPECIFICATIONS
The site plan consists of a City map delineating the overlay q
which are further detailed herein.
The Specifications for the work shall consist of the latest ec of the Standard Specifications for Public Works Construction,
hereinafter designated SSPWC, as issued by the Southern Chapte
of the American Public Works Association, the City of Carlsbad
supplement to the SSPWC, the Contract documents and the Genera and Special Provisions attached thereto.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equ
and materials and performing all operations necessary to compl
the project work as shown on the project plans and as specifie
the specifications.
3. DEFINITIONS AND INTENT
A. Utilities and Maintenance Director:
The title shall mean the Utilities and Maintenance Direct01 or his approved representative.
B. Directions:
Where words "directed", "designated", "selected", or words
of similar import are used, it shall be understood that the
direction, designation or selection of the Utilities and
Maintenance Director is intended unless stated otherwise.
The word "required" and words of similar import shall be
understood to mean "as required to properly complete the
work as required and as approved by the Utilities and
Maintenance Director", unless stated otherwise. ,
I
J. Page 28
.*
C. Equals and Approvals:
Where the -words "equal", "approved equal", "equivalent" a
such words of similar import are used, it shall be unders
such words are followed by the expression "in the opinion
of the Utilities and Maintenance Director", unless otherw
or words of similar import are used, it shall be understo
that the approval, acceptance, or similar import of the
Utilities and Maintenance Director is intended.
stated. Where the words "approved", W approval", "accepta
D. Perform and Provide:
The word "perform" shall be understood to mean that the
Contractor, at her/his expense, shall perform all operati labor, tools and equipment, and further, including the
furnishing and installing of materials that are indicated
specified, or required to mean that the Contractor, at he
expense, shall furnish and install the work, complete in
and ready to use, including furnishing of necessary labor
materials, tools, equipment and transportation.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of tl
specifications by reference shall be those of the latest edit:
at the time of receiving bids. It shall be understood that tl
manufacturers or producers of materials so required either ha1
such specifications available for reference or are fully fami:
with their requirements as pertaining to their product or mat1
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor 1
Section 6-1 of the SSPWC at the time of the preconstruction
conference. No changes shall be made to the construction
schedule without the prior written approval of the Utilities
and Maintenance Director.
Any progress payments made after the scheduled completion datc
shall not constitute a waiver of this paragraph or any damage:
Coordination with the respective utility company for removal
or relocation of conflicting utilities shall be requirements
prior to commencement of work by the Contractor.
s
#< Page 29
-5
The Contractor shall begin work within 15 calendar days after
duly notified by an issuance of a "Notice to Proceed" and sha. diligently prosecute the work to completion with the number oj
consecutive calendar days specified in the "Notice to Proceed,
If the completion date is not met, the contractor will be asst
the sum of $ 200.00 per day for each day beyond the completioi
date as liquidated damages for the delay. Any progress paymer
made after the specified completion date shall not constitute
waiver of this paragraph or of any damages.
6, NONCONFORMING WORK
The Contractor shall remove and replace any work not conformir
to the plans or specifications upon written order by the Utili and Maintenance Director. Any cost caused by reason of this
nonconforming work shall be borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one (1) gear after the filing
of a "Notice of Completion" and any faulty work or materials
discovered during the guarantee period shall be repaired or replaced by the Contractor.
8, MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the
product manufacturer's directions, the Contractor shall obtain
and distribute the necessary copies of such instruction, inclu
two (2) copies to the Utilities and Maintenance Director.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall
equipped with mufflers in good repair when in use on the projec
with special attention to City Noise Control Ordinance No. 310'
Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of Inspector(s) design;
by the Utilities and Maintenance Director. Inspectors shall hi:
free access to any or all parts of work at any time. Contractc
shall furnish Inspector(s) with such information as may be necc
to keep him/her/them fully informed regarding progress and man1 of work and character of materials. Inspection of work shall r
s relieve Contractor from any obligation to fulfill this contract
9
Page 3 -5
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law t
inserted in this contract shall be deemed to be inserted her
and the contract shall be read and enforced as though it wer
included herein, and if, through mistake or otherwise, any s
provision is not inserted, or is not correctly inserted, the
upon application of either party the contract shall forthwit
be physically amended to make such insertion or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, his/her subcontractors and materials supplier
shall provide and install the work as indicated, specified an
implied by the contract documents. Any items of work not ind or specified, but which are essential to the completion of tk work, shall be provided at the Contractor's expense to fulfil
intent of said documents. In all instances throughout the li
of the contract, the City will be the interpreter of the intc
of the contract documents and the City's decision relative tc
said intent will be final and binding. Failure of the Contrs
to apprise him/her subcontractors and materials suppliers of condition of the contract will not relieve his/her of the
responsibility of compliance.
13. SUBSTITUTION OF MATERIALS
The proposal of the Bidder shall be in strict conformity wit!
drawings and specifications and based upon the items indicatf
specified. The Contractor may offer a substitution for any n
apparatus, equipment or process indicated or specified by pat
or proprietary names or by names of manufacturer which he/shc
considers equal in every respect to those indicated or specii
The offer made in writing, shall include proof of the State I
Marshal's approval (if required), all necessary information,
specifications and data. If required, the Contractor, at hi:
own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and
strength, its physical, chemical or other characteristics, ax its durability, finish, or efficiency, by a testing laboratoi
selected by the City. If the substitute offered is not deemt
be equal to that so indicated or specified, then the Contracl
shall furnish, erect, or install the material, apparatus, eqi
or process indicated or specified. Such substitution of pro]
shall be made prior to beginning of construction, if possiblc
5 but in no case less than ten (10) days prior to actual insta
9 Page 31
"C
14. RECORD DRAWINGS
The Contractor-shall keep current records of completed areas t
include dates, times and other pertinent data and submit repor dayts accomplishments to the assigned City Inspector(s) at the
of each work day.
15. PERMITS
The general construction, electrical and plumbing permits will
issued by the City of Carlsbad at no charge to the Contractor.
Contractor is responsible for all other required licenses and
16. QUANTITIES IN THE SCHEDULE
The quantfties given in the schedule, for unit price items, ar4
comparing bids and may vary from the actual final quantities.
quantities may be increased and others may be decreased or ent.
eliminated. No claim shall be made against the City for damagc
occasioned thereby or for loss of anticipate profits, the Cont.
being entitled only to compensation for the actual work done a'
. unit prices bid.
The City reserves and shall have the right, when confronted wit
unpredicted conditions, unforeseen events, or emergencies, to
increase or decrease the quantities of work to be performed unc
a scheduled unit price item or to entirely omit the performance
thereof, and upon the decision of the City to do so, the Utilit
and Maintenance Director will direct the Contractor to proceed
with the said work as so modified. If an increase in the quant
of work so ordered should result in a delay to the work, the
Contractor will be given an equivalent extension of time.
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the saf
of employees on the work and shall comply with all applicable
provisions of Federal, State and Municipal safety laws and buil
codes to prevent accidents or injury to persons on, about or
adjacent to the premises where the work is being performed. He
shall erect and properly maintain at all times, as required by
conditions and progress of the work, all necessary safeguards f
the protection of workers and public and shall post danger sign
warning against hazards created by such features of constructioi
as protruding nails, hoists, well holes and falling materials.
a
\< Page 32
-*
18. SURVEYING
Contractor shal-1 employ a licensed land surveyor or registered engineer to perform necessary surveying for this project. Req
merits of the Contractor pertaining to this item are set forth
Section 2-9.5 of the.SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No se
payment will be made.
19. UTILITIES - Applicable only as appropriate
Utilities for the purpose of these specifications shall be con
as including, but not limited to pipe lines, conduits, transmi
lines, and appurtenances of "Public Utilities" (as defined in
Public Utilities Act of the State of California) or individual
solely for their own use of for the use of their tenants, and
drains, sanitary sewers, and street lighting. The City of Car
and affected utility companies have, by a search of known reco
endeavored to locate and indicate on the Plans all utilities w exist within the limits of the work. However, the accuracy or completeness of the utilities indicated on the Plans is not
guaranceed. Service connections to adjacent property may or mi
not be shown on the plans. It shall be the responsibility of 1
Contractor to determine the exact location and elevation of a11
utilities and their service connections. The Contractor shall
make his/her own investigation as to the location, type, kind (
material, age and condition of existing utilities and their appurtenances and service connections which may be affected by
the contract work, and in addition he/she shall notify the Cit!
as to any utility, appurtenances, and service connections local which have been incorrectly shown on or omitted from the plans,
The Contractor shall notify the owners of all utilities at leas 48 hours in advance of excavating around any of the structures.
At the completion of the contract work, the Contractor shall le
all utilities and appurtenances in a condition satisfactory to
the owners and the City. In the event of damage to any utilitg
the Contractor shall notify the owners of the utility immediate It is the responsibility of the Contractor to compensate for
utility damages.
The temporary or permanent relocation or alteration of utilitie
including service connections, desired by the Contractor for hi own convenience shall be the Contractor's own responsibility, 8
he/she shall make all arrangements regarding such work at no co
to the City. If delays occur due to utilities relocations whic
to extend the completion date.
I were not shown on the plans, it will be solely the City's optio
.< Page 3
A-
In order to minimize delays to the Contractor caused by the f
of other parties to relocate utilities which interfere with t
construction,-the Contractor, upon request to the City, may b
permitted to temporarily omit the portion of work affected by
utility. The portion thus omitted shall be constructed by th
Contractor immediately following the relocation of the utilit
involved unless otherwise directed by the City.
All costs involved in locating, protecting and supporting of 4
utility lines shall be included in the price bid for various
items of work and no additional payment will be made.
20. WATER FOR CONSTRUCTION
Contractor shall obtain a construction meter for water utiliz
during the construction under this contract. The contractor
contact the appropriate water agency for requirements and sha
include cost of water and meter rental within appropriate ite
of proposal. No separate payment will be made.
L
Page 31
*
- SPECIAL PROVISIONS/SPECIFICATIONS
1. Work To Be Done
The work to be done consists of furnishing all labor, equipmen
and materials and performing all operations necessary to compl
the overlay work on the streets as indicated on the attached
location listing and as specified herein.
2. Street Closures, Detours, Barricades
The Contractor shall not close any street within the City of
Carlsbad without first obtaining the approval of the Utilities
and Maintenance Director or his representative. Barricading,
traffic control and detour diagrams shall be submitted by the
the Contractor to the Utilities and Maintenance Director or hi
representative prior to commencing work. The Contractor shall
provide a traffic control diagram for each major intersection
affected by the overlay operation to be approved by the Utilit
and Maintenance Director prior to commencing work.
The Contractor' shall provide and install barricades, delineator wa
devices, and construction signs in accordance with the Model Work
Area Traffic Control Handbook (WATCH) prepared by the Southern
California Chapter of the American Public Works Association, Duri
adverse weather or unusual traffic or working conditions, addition;
traffic devices shall be placed as directed by the Utilities and
Maintenance Director. All traffic signs and devices shall conform
the current State of California, Department of Transportation, "Mal
of Warning Signs, Lights, and Devices for Use in Performance of Wo
upon Highways," unless otherwise approved by the Utilities and
Maintenance Director.
The Contractor shall provide and maintain 48 inch-high reflectorizl
cones at 20 feet on center with ribbon along walkways of high pede,
use, so designated by the Construction Inspector.
During paving operations barricades may be supplemented with minimi
size 18 inch high traffic cones and delineators such that spacing
between barricades and/or cones or delineators is no greater than 25 feet. At all access points such as intersecting streets, alleys
and driveways, barricades and/or cones shall be provided at five-fc
incervals so as to prevent vehicular access to the paving area. W€
'access from an intersecting street is prohibited, a "Road Closed" e
shall be provided at the nearest prior intersection. "No Left Turx
signs shall be provided wherever required by the Utilities and
'Maintenance Director or his representative.
page 35 ,'
)r
When one-way access from a side street or alley is permitted, barr
and cones shall be-provided at 5-foot intervals for a distance of
on either side of the centerline of the intersecting street or all
Should the Contractor fail to furnish a sufficient number of traff
and/or pedestrian safety devices, the Utilities and Maintenance
Director or his representative will place such necessary items and
the Contractor shall be liable to the City for providing such devil
in accordance with the following provisions:
a) For placing barricades - $5.00 per barricade for the first day
any part thereof and $2.00 per barricade per day for each day
thereafter or any part thereof.
b) For flashers - $2.50 per flasher for the first day or any part
thereof and $1.00 per flasher per day for each day thereafter
any part thereof.
c) For traffic cones - $1.00 per cone for each day or any part thc
d) In the event that the services of the City are required betweei
hours of 5:OO PM and 6:30 AM, during the normal week or any til Saturday, Sunday, or a City holiday, there shall be an additior
charge of $26.00 for each service trip required.
Judgement as to adequate or sufficient barricading shall be that wl
is adequate or sufficient in the opinion of the Utilities and Main1
Director or his representative.
The Contractor shall relocate, preserve and maintain the visibilit!
all existing signs within the project limits which affect the flow
of traffic, as directed by the Utilities and Maintenance Director c
his representative. Any signs which are damaged or removed by the
Contractor during the course of construction shall be replaced by t
Contractor at Contractor's expense as directed by the Utilities and
Maintenance Director or his representative.
3. MaintaininR Traffic
The Contractor shall maintain one lane of traffic in each directior
during the working hours of 8:30 AM to 3:30 PM and shall maintain full width of travel lanes of existing roadway during the hours of
3:30 PM and 8:30 AM. On Saturday, Sunday and designated legal
holidays, and when construction operations are not actively in
progress on working days, the Contractor shall maintain all travel
be approved by the Utilities and Maintenance Director or his repre-
sentative.
'lanes of the roadway. Any deviations of these requirements shall
Page 36 <% -.
-*
The Contractor shall insure that sole access routes to the businest
and residences along the streets to be resurfaced shall be maintail
unless otherwise ap-proved by the Utilities and Maintenance Direct01 Or his representative and adequate notification given to the affect
property owner.
All costs related to the installation, maintenance and removal of t
provisions and safeguards, shall be considered as included in the p
paid for the various contract items of work and no additional payme
will be made therefor.
The Contractor shall coordinate his schedule so as not to interfere
local trash collection.
4. Asphalt Concrete
a) Asphalt concrete shall be Type 1-C-AR-4000 and shall conform tc
requirements of sections 203 and 302 of the SSPWC. For section
where feathering is required, the Contractor may, at the direct
of the Utilities and Maintenance Director or his representative
Type 1-E-AR-4000.
b) All asphalt concrete material shall be deposited and spread on
prepared surface by means of an approved self-propelled mechani
spreading device. Use of a motor grader for spreading shall no
be permitted.
c) All surfaces to be resurfaced shall be swept and cleaned by the
Contractor no more than 24 hours prior to the paving operation.
d) Tack coat shall be SSI type asphaltic emulsion and shall be app
e) Asphalt concrete material shall be overlaid to a minimum depth I
specified except where it is to be feathered at the roadway edgi
f) The Contractor shall pave over the tops of all sewer and storm 1
at the rate of 0.12 gallons per square yard.
access holes and meter box covers. Covers shall be treated to
prevent adhesion of the asphalt concrete.
g) All utility structures and covers shall be adjusted to grade by
respective utility. The Contractor shall be responsible for ma
the location of all utility covers.
h) The unit price paid for asphaltic concrete shall be considered i
full compensation for all labor, equipment and materials and al:
and as specified in these specifications, and no additional payr will be made therefor.
a things necessary to complete the work as shown on the above play
-c .\ \ Page 37
-*
i) Payment for contract services, will be made only when all labor
material releases from supplier and employees are received by t Utilities and Maintenance Director or his representative,
j) All cold joints left overnight or for long periods of time will
cut at a 45 degree angle and tacked fully to ensure a proper bo
and to minimize seam separation.
5. Petro Mat
The Contractor shall provide and install Petro Mat in areas designa
for its use by the Utilities and Maintenance Director or his repres
tive. Dusting over the Petro Mat (AC) may be required to prevent b
through, at the discretion of the Utilities and Maintenance Directo:
Compensation for all labor, equipment, and materials and all things
necessary to complete the installation shall be considered included
in the bid price and no additional payment will be made.
6. "No Parking" Signs .
The Contractor will provide and install "Tow Away No Stopping" construction signs, #TC-R 30-S, for use in posting streets in advanc
of the work. Signs shall be placed at least 24 hours prior to comme
ment of work. Signs shall be posted at intervals of not more than 100 feet on both sides of the block affected by the work.
Tow-away of any vehicles in violation of the "No Parking" signs will
handled by the Carlsbad Police Department. The City assumes no
liability in connection with movement of vehicles by the Contractor.
Temporary signing shall be removed as soon as the streets are ready
receive traffic and turned over to the Utilities and Maintenance
. Director or his representative.
7. Notices:
Notwithstanding any other or concurrent notification by the City of
paving operations, the Contractor will notify residences and businesr
of street closure utilizing the attached letter.
Notices shall be left on or at the front door of each dwelling or
commercial unit abutting the street to be surfaced. This shall be di
two days prior to placement of "No Parking" signs. The Contractor sl
be required to insert dates and estimated times of closing and reope1 &streets to local traffic.
Page 38
x%. . , *
8. Payment
Payment for the placement of the "No Parking" signs and notices sh
be considered included in the bid price paid for asphalt concrete and no additional payment will be made therefor.
a
Page 39
._I . +'
*
-i200 ELM AVENUE 1
(6 CARLSBAD, CA 9ZO00-1-
Qitp of CarIsbab
UTILITIES & MAINTENANCE DEPARTMENT
HELLO FROM CITY HALL !
The City Council considers well-maintained roads and streets a pri
and we work at keeping Carlsbad streets in good condition.
As part of its street maintenance program, the City has contracted
to resurface 26 lane miles of streets. Your
street is one of those chosen for resurfacing.
Street: From To
Will be resurfaced on
In order to do the job properly, we need your help. We ask that y
not park or drive in this area from 7:OO AM to 5:OO PM OR that day
Your street will be posted 24 hours in advance for no parking. If
vehicle is parked in the no parking area, it will be towed away at
owner's expense so that the contractor can resurface the street.
only will driving on the freshly resurfaced road damage the new su
but it may also result in tar splattered on your vehicle. We also
that you not run any water that will run into the street during th
time. A wet surface impairs proper bonding of the resurfacing
material.
Your cooperation is greatly appreciated; we apologize for any inco
nience this may cause you. If you have any questions, please call
Utilities & Maintenance Department at 438-5604.
Thank you for your help.
ROGER W. GREER
Director, Utilities & Maintenance
s
Page 40
'i L 4'
.* ..
I I! i
I 2i
i
I -3s
I I 1 I I1 $+
1
:i i #ire -'ta=,5**= ;= I E5: 13zs-"gure 3 2alZ 3Zhl f i=ssLerr~~+~= 4-- *
i 5s: #$ I
I I i I
ce Iur : IYBIS I saaq ei g4-21; d95 !I
32i be ZtL js33fW=~ ij5&&
:- *.q$+[Pp
L =aLwYaaaPai Sf i i"--
Ig i # iaaiwaaaa,
I Igsjaaaajajaay
* S-dddddddddddJi * I,
ec
I
-010 bu ;pgpS*c-t
e ZzE I5LY-
a3 i E=
U*i zo
4: a
I f
-: I I 1s 1 9i!!9!!9999991u;
4 e .
/ -x
W
/
~IIICIOIV ST
4 AbCIll CT
b bAIOI*lA e1
OYIIbUIIlTa L
7 LAuaaLwOOD
-
/- L
/-- .-
1- .
I 7 8
A
k
January 23, 1990
South Coast Asphalt Products, Inc. P.O. Box 218 Carlsbad, CA 92008
Re: Bond Release - Contract No. U/M - 9 1985-86 Street Overlay Program
Per instructions from our Uti1 ities/Maintenance Department, we are herc releasing the remaining 25% of the bond for the above-referenced contract:
Performance Bond No. 11475186 Seaboard Surety Company
The bond is enclosed so that you may return it to your surety.
$ZYfi eputy City Clerk
Enc.
__~-
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-28
4 V\YITE IT- DON'T SAY ly .
Date 10-5 _--
To
From Deputy City Clerk
U/M Dept - Joe Eggleston
Re: Bond Release - U/M-9 - 1985-86 Street Overlay Program
Our records indicate that it is time to release the remaining 25% of th
Performance Bond for the above referenced contract.
to release.
Need your authorization
Thanks.
Y- 5446
AIGNER FORM NO. 55032 J6ijl F64b~J Pull
--.--F+/ J
-./
/ **&A &-
/t.30 -42
&A?? OF ia rZ4445.e re"P;.l.l.j &JC+ + 4Jtdz
Mfd?
wey I t I I - UWN’ I SAY I*
Date 10-5
TO U/M Dept - Joe Eggleston QReply Wanted
From Deputy City Clerk ONo Reply Necessary
Re: Bond Release - U/M-9 - 1985-86 Street Overlay Program
Our records indicate that it is time to release the remaining 25% of the
Performance Bond for the above referenced contract. Need your authorization
to release.
Thanks.
Y- /#+h
AIGNER FORM NO. 55032 JZih L-iQ6-J Putt
I *‘&A &- +? b-Y-7 J
m 0
1200 ELM AVENUE TEL CARLSBAD, CALIFORNIA 92008 (61s
Office of the City Clerk
Cltp of Carls’bab
May 26, 1987
South Coast Asphalt Products, Inc.
P.O. Box 218
Carlsbad, CA 92008
Re: Bond Release -
Pro gram
Contract U/M - 9 1985-86 Street Overlay
Per instructions from our Utilities/Maintenance Department, we
are releasing the following bond for the above-referenced
contract:
Labor & Materials Bond No. 11475186
Seaboard Surety Comapny
$497,637.92 5** eputy City Clerk
Enc .
WRITE IT-DON’T SA k IT INTER-DEPARTMENT MEMQRANDU
AM
DATE 4/27 19 87 PM TO U/M Dept.
Re: Contract No. U/M -9 - South Coast Asphalt
It is time to release the Labor & Materials Bond for the
above contract. Need your authorization to release the
bond. Please let me know if release is O.K.
Thanks.
OK to release
Karen K.
Deputy City Clerk
REPLY ON THIS SHEET FROM -
WILMER SERVICE KNE STANDARD INTER DEPT. MEMO FORM 11 -24
WMTE IT-IJI1N’T SAY IT INTER-DEPARTMENT MEMORANDUM
AM
TO U/M Dept. DATE 4/27 19 87 PM
Re: Contract No. U/M -9 - South Coast Asphalt
It is time to release the Labor & Materials Bond for the
above contract. Need your authorization to release the
bond. Please let me know if release is O.K.
Thanks.
Karen K.
Deputy City Clerk
r) 3
TELE
(71 4)
1200 ELM AVENUE
CAR LS BA D, CALI FOR N I A 92008
Office of the City Clerk
Citp of Garls’bab
September 30, 1986
South Coast Asphalt Products, Inc.
P.O. Box 218
Carlsbad, CA 92008
Re: Bond Release - 1985-86 Street Overlay Program - Contract U/M-9
The Notice of Completion for the above referenced has recorded.
Therefore, we are releasing 75% of the Performance Bond, Seaboard
Surety Company Bond No. 11475186. Please consider this letter as
your notification that $719,456.88 of the Performance Bond 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 made,
it will be released.
The Labor & Materials Bond will be released six months after the
date of recordation of the Notice of Completion, on March 25, 1987. gi!ix* Deputy City Clerk
City Clerk e86 3616C4.I
7 --- 1200 Elm Avenue @ . 01"' 44 Carlsbad, CA 92008
NOTICE OF COMPLETION
UTILITIES & MAINTENANCE U86 A% 25 !&
t, LYI RECOR
To All Laborers and Material Men and to Every Other Person Interc
YOU WILL PLEASE TAKE NOTICE that on July 17, 1986,
the Utilities & Maintenance project consisting of the
1985-86 Street Overlay Program
on which South Coast Asphalt Products Company
was the Contractor, and Seaboard Suretv Company
was the Surety, was completed.
CITY OF CARLSBAD
VERIFICATION OF CITY CLERK
I, the undigned, say:
I am the City Clerk of the City of Carlsbad and the City CI
of said City on x/ 9z accepted the above desc
work as completed and ordered that a Notice of Completion
be filed. I declare under penalty of perjury that the
going is true and correct.
Executed on 14 )?fL at Carlsbad, California
/ 1-
1
CITY OF CARLSBAD
&dk&
City Clerk
?&,! ,. i w' w
./
I 0 0
c 1200 ELM AVENUE
CARLSBAD, CA 92008-1989
Office of the City Clerk
ditp of QLarlerbab
August 19, 1986
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion - Engineering
CT 73-29, Unit No.2 - Carrillo Estates
Ponderosa Homes
Notice of Completion - Engineering
CT 81-10, Unit No. 2 - Carlsbad Research Center
Koll Construction Company
Notice of Completion - Utilities/Maintenance
1985-86 Street Overlay Program
South Coast Asphalt Products Company
Our staff has determined that the recordation of these documents is
of benefit to the City; therefore, it is requested that the fees be
waived.
Thank you for your assistance in this matter. ziie Deputy City Clerk
Encs .
e 0 City Clerk
1200 ETm Avenue
Carlsbad, CA 92008
NOTICE OF COMPLETION
UTILITIES i3 MAINTENANCE
To All Laborers and Material Men and to Every Other Person Inter
YOU WILL PLEASE TAKE NOTICE that on July 17, 1986,
the Utilities & Maintenance project consisting of the
1985-86 Street Overlay Program
on which South Coast Asphalt Products Company
was the Contractor, and Seaboard Suretv Company
was the Surety, was completed.
CITY OF CARLSBAD
VERIFICATION OF CITY CLERK
I, the undigned, say:
I am the City Clerk of the City of Carlsbad and the City C
of said City on 3-/ ?f( accepted the above desc
work as completed and ordered that a Notice of Completion
be filed. I declare under penalty of perjury that the
going is true and correct.
Executed on 12, /yf6 at Carlsbad, California
1 1.
/
CITY OF CARLSBAD
&%%LdKaZaL
City Clerk
A SUBSIDIARY OF KOPPERS CO INC
LICENSE NO 252913
+ril 24, 1986
City of Carlsbad
Purchasing Departmnt
1200 Elm Ave.
Carlsbad, CA 92008
RE:
Gentlemen :
Please find enclosed two (2) Certificate of Insurances with Worker's
Compensation required by the city in the Contract Docmnts and Spec- ifications for 1985-86 Street Overlay Program Contract No. U/M-9.
We have received both signed contracts sent us.
Certificate of Insurance and Workman's Compensation
Thank you.
Sincerely,
Sully-Miller Construction
Laurie Ballenger
Secretary
leb :
rncl .
GENERAL EN GIN EERl NG CONTRACT0 R ASPHALT & ROCK PRODUCTS MANUFAC
THE CERTIFKaTE HOLDER. THIS CErn!FICA-rE DOES R THE COVEWGE AFFORDED BY THE POL!CPE§ BE!
Johnson & Higgins of PA, Inc.
2600 One PPG Place
Pittsburgh, PA 15222
Coast Asphalt Products Co., dba
3701 Haymar Drive
pcL,cy EXPiFhT,0"4 1 LIABILITY LIMITS I
COMPREHENSIVE FORM TRSLG180T4523-86 01 /01/86 01 /01/87
PREMISES/OPERAT!ONS
PRODUCTS/COiPLETED OPERATIONS
iMDEPENDENT CONTRACTORS
BROAD FORM PROPEilTY DAMAGE
PERSONAL INJURY DERSONAL lNlUR
TRCAP180T4547-86 ALL OWNED AUTOS (PRIV PASS )
ALL OWNED AUTOS (~&~~R&~$.N)
NON-OWNED AUTOS
GARAGE LIABILIR
1200 Elm Avenue
Carlsbad, CA 92008-1989
w w
SPECIAL ENDORSEMENTS:
"The City of Carlsbad is added as additional insured as respects operation of the named
insured performed under contract with the City of Carlsbad."
"It is agreed that any insurane maintained by the City of Carlsbad shall apply in exces
and not contibute with, insurance provided by this policy."
"The insurer waives any rights of subrogation it has or may have against the City of Ca
or any of its officers or employees.,"
"It is hereby understood and agreed that the policy to which this Certificate refers ma
be cancelled, materially changed, nor the amount of coverage thereof reduced until thi
(30) days after receipt of written notice of such cancellation or reduction in coverag
by the City Clerk of the City of Carlsbad. Coverage under this policy shall be primar
non-contributing with any other insurance available to the City of Carlsbad."
UI s~a3aJ art.-e~~~~rt.zaa sryq y3~y~ 0% hTTod ayq qeq paa~% pue pooqsJapun Lq
,,"saaLco~duIa .To S.T:aDTJJO SqT
,;peqs~~e3 30 1C~r3 ayq qq?~ qawquo~ Japun paur~o3;
pam-eu aq~ 30 uo%-eJado s3gadsa.T SB pamsur -puoq?ppe se pappe ST peqsTa=, 3
:SS;N3IWBS8(
-
-7
- -__
.-e.. 0- - e e