Loading...
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