Loading...
HomeMy WebLinkAboutSouth Coast Asphalt Products Company Inc; 1979-06-26; 1065CITY OF CARLSBAD SAN DIEGO CQUNTY CALIFORNIA CONTRACT DOCUMENTS'& SPECIFICATIONS FOR ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS CONTRACT NO, 1065 PAGE ITEM - -. ' •-.-..., 1 NOTICE INVITING BIDS .'••'' ..; • .3; .". _ PROPOSAL _;"..." . : ...".'. "•'•"/,;""•. •'/'.'.'.. ".'•,-..''• •''•'•.. -. - '••-'. 6 BID BOND • 7 DESIGNATION OF SUBCONTRACTORS 8 'STATEMENT OF FINANCIAL RESPONSIBIIITY, TECH- ' ' NICAL ABILITY AND EXPERIENCE . 9" "CONTRACT' • . ' 11 LABOR AND MATERIAL BOND " / • ... 13 PERFORMANCE BOND . 15 SUCCESSFUL BIDDER'S PRICE .REPORT 16 GENERAL PROVISIONS .'20 SPECIAL PROVISIONS Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed 'bids will be received at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 p.m. on the 6th day of June __, 19 79, at which time they will be opened and read for performing the work as follows: . . . ASPHALT CONCRETE OVERLAY -OP VARIOUS CITY STREETS ' ' ' ' CONTRACT NO. 1065 ' • Said work shall be performed in" strict conformity with the specifications therefor as a'pproved by the City Council of the City of Carlsbad on file in the Public Works Department.. ..Ref- erence is hereby made to said specifications for full particu- lars and description of said work, No bid will be received, unless it is made on a prbposal form furnished by the Public Works Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of -Carlsbad for an amount equal to at least ^ ten percent (10%) of the amount of bid; said guaranty to be. for- (^ feited should the bidder to whom the contract is awarded fail ** -to furnish the required bonds and to enter into a contract with the City within the period of time provided for by the bid" re- . /quirements. . • The documents included within the sealed bids which require •completion and execution are the following: • ' 1. Proposal ' '.'••"'. 2. Designation of Subcontractors • - 3. Bidder's Bond 4. Contractor's Financial Status • - " ***Said documents shall be affixed with the appropriate no- • taried signatures and titles of the persons signing on behalf of the bidder.' For corporations, the signatures•of the presi- dent or vice-president and secretary or assistant secretary are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signa- ture of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are. approximate only, being gixrcn solely as a basis for the comparison of bids. V, No bid will be accepted from a contractor who -has not been licensed in accordance with the provisions of Chapter 9, Divi- sion 3 of the Business and Professions Code. The contractor shall state his/her license number and classification in the pro- posal. The estimated cost of .the work is $175,000. Page 2 ,. - Plans, .special provisions and contract documents may be obtained at the Public Works Department.; City Hall, Carlsbad, California, at no cost to licensed contractors. A nonrefundable charge of none_ will .be required for each set of plans, spe- . cial provisions and contract documents•for other than licensed contractors. It is requested that the plans and sions be returned within two (2) weeks after the special provi- bid opening. CityThe all bids and such bids„ of Carlsbad tc waive any reserves the right to reject any or miner irregularity or informality in A project tour will be conducted by the City of Carlsbad Public Works Department on May 30f 1979 at IQjJDO a.m. / The general prevailing rate of wages "for each craft or type of workperson needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chapter 1, Ar- ticle 2, Sections 1770, 1773 and 1773.1. Pursuant to Section 1773.2 of said Labor Code, a current copy of applicable wage rates are on file In the Office of the City Clerk of the City-of Carlsbad. * It shall be mandatory upon the contractor to whom the con- tract is awarded to pay not less than the said specified prevail- ing rates of wages to all workpersons employed by him/her 'in the execution of the contract. . . • Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprentice- ships as required on public works projects above thirty thousand dollars ($30,000) or twenty (20) working days. The amount of the bond to be given for the faithful per- formance of the contract for the said work shall be one hundred percent (100%) of the contract price therefor, and an additional, bond in the amount equal to fifty percent (50%) of the contract price for said work shall be given to secure the payment of the claims for any material or supplies furnished for the performance of the work 'contracted to be done by the contractor for any work or labor of any kind done thereon. Approved by the City Council of the City of Carlsbad, Cali- fornia, by Resolution No. 5758 adopted on May, 1 » -^TiL.- May 2, 1979 Date ALETIIA L. RAUTENKRANZ,. CITYxjCLERK Page 3 C I T Y . 0 F CARLS B A D CONTRACT NO. 1065 PROPOSAL City Council ' ' - .•:•'. ' City of Carlsbad ' ' 1200 Elm Avenue Carlsbad, CA 92008 » The undersigned declares he/she has carefully examined the location of the -work, read the Notice' Inviting Bids, examined the plans and specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Contract No. in accordance with the plans and specifications of the City of Carlsbad, and the special provisions, and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Approximate Article with Unit Price or Unit Quantity § Unit Lump Sum Written in Words ' Price TOTAL 7,940 tons Asphaltic concrete surfac- ing in place including- tack coat '-at Dollars /V • ,. .- M^u^,^ Cepts per ' TOTAL (FIGURES) TOTAL (IN WORDS) A.iJ ' ^.. •••*• t>' ^ Pago 4 r- All bids are to be computed on the basis of the given es- W.tiinated quantities of work, as indicated in this proposal, times the. unit price as submitted by the bidder. In case of a dis- crepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the cor- rected extension shall be calculated and the bids will be com- puted as indicated above and compared on the basis of the cor- rected totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for compari- son of bids . The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions 'on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance poli- cies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. • ' . Licensed in accordance with the Statutes of the State of '* 'California providing for the registration of contractors, Li- cense No;'^X'S3S\V^> , Identification . The undersigned bidder hereby represents as follows: (1) That no Councilperson, 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 of- ficers, 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 \vork, and is in all respects fair and without collusion or fraud. Accompanying this proposal is _ /D (?>Af f) (cash, certified check,bond or cashier's check) in an amount not less than ten percent (10%) of the total bid price. . The undersigned is aware of the provisions of Section 3700 of the Lnbor 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 agrees to comply with such provisions before commencing the performance of the work of this contract. Page. 5 *w- SO, COAST ASPHALT PRODUCTS CO., INC ; -••-••••• p. 0,'BO>('218 . - • CARLSBAD; CALIF.- 92008 Authorized Signature Executive Vice PresJd.eiri, Bidder's "Address Type of Organization •(Individual, Corporation, Co- Pai"tnership) List below names of President, Secretary, Treasurer and Manager if. a corporation, and names of all co-partners if a co-partnership: v_Thomas L. Streu.ter._P.residenii__^.--'— • Don M. Hickethier, Vice President^ Tjioman C. Cochr^ Notarial acknov/ledcrement of execution by all "principals must be attached, TO 449 C (Corporation) STATE OF CALIFORNIA COUNTY OF ^\ ss. On _± Slate, personally appeared _____ before me, tlic undersigned, a Notary Public in and for said uittuiX u_i 0.<\- - _______ known to me to be tbt— ___ ________________ President, and ^~D-£AL.M • H LCKjEJ~M-lEJ<L of llie corporation that executed llie witliin Instrument, JHTKIIDS who executed llie within known to me lo be known lo me to be Instrument on behalf of the corporation therein nnmcd. and acknowledged lo me thai such corporation executed the within instrument pursuant lo its by-laws or a resolution of its hourd of directors. WITNESS my hand and Signature.- V^» ^^*--»j^.-»^fc^»*^^^)^«»a"'«^^.^(*-w^^M^*^p»'w^***n, xjrnr,-. ,. OFFICIAL SEAL v, > ) /fcl$M T.L. MOXLEY v'" j Mnt'*'C:/'')1 NOTARY PUBLIC-CALIR \ \ VvV'W PRINCIPAL OFFICE IN \ ^ M»»ii*/ SAN DIF.GO COUNTY i \ i MY COMMISSION EXPIRES NOV. 17, 1079 * \ Name (Typed or Printed) (Th's ;m.i f;»r offi rlftj sea!) Page 7 ' ' ' DESIGNATION OF SUBCONTRACTOR f*"" . ' . S**' The uiidersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the Public Works Administrator, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the Public Works Administrator of the City of Carlsbad. The fo3.1owing information is required for each subcontractor. Ad- ditional page can be attached if required. Full • -.,'••:. Item(s) Company ' ' A.C. & of Work Name Complete Address Phone No._ (SEAL) Bidder's Name' Authorized Signature Type of. Organization (individual, part- nership or -corporation) .Address CTCy~7STIaTEtFT zip" Code" Page 7A DESIGNATION OF SUBCONTRACTOR (continued) The bidder is to 'provide the following information on the subbids of all the lished subcontractors as part of the sealed bid submission. Additional page can be attached if required. Full . • . Type of State Carlsbad Amount Company • . . Contracting Business of Name License & No. License No.* Bid.($ or *Licenses are renewable annually by January 1st. If no valid li- t cense indicate "none." Valid license must be obtained prior to working on project. Bidder's Name (SEAL) . Authorized Signature Page 6 BIDDER'S BOND TO ACCOMPANY PROPOSAL and KNOW ALL PERSONS BY THESE PRESENTS: That we, SOUTH COAST ASPHALT PRODUCTS COMPANY, INC. , as Principal, _ INDUSTRIAL INDEMMIT-Y-J.'QKPANy aS , are held and firmly bound unto the City of Carlsbad, California, in the sum Of Ten percent of the total amount of, the bid price Q0%) ——__D° 11 a r S ($ Ten percent. ) ' lawful money of the United States for the pay- ' men to fwhi cTi sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS CONTRACT NO, '1065 in the City of Carlsbad, is accepted by the'City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from tire date of award of con- tract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null . and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall 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 Prin- cipal shall not exonerate the Surety from its obligations under this bond. . \ 5th IN WITNESS WHEREOF, we hereunto set our haja-dfs and seals this day Of June QUCTS COMPANY, INC. INDUSTRIAL INDEMNITY Corporate Seal (if corporation) -*<_ Title Robert c'Attorney-in (Attach acknowledgement of Attorney in Fact) (Notarial acknowledgement of exe- cution by all PRINCIPALS and SURETY must be attached.) STATE OF CALIFORNIA ..COUNTY OF San.Die go j ss: On '. .......... ... ............................. .., before me, the undersigned, a Notary Public of said county and state, personally appeared ??bert C, Hallgck known to me to be the Attorney-in-Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same.\ OFFICIAL SEAL MURIEL FAUST KOTAl.'Y PUBLIC • CALIFORNIA ii.icip::! 0;fice, San Diego Co. Calif. M/ Commission Exp. Feb. 21, 1981 Notary Public Los AnReles 207365 TO AA9 C (Corporation) STATE OF CALIFORNIA COUNTY OF. t uiCL Ul X State, personally appeared known to me to be the known to me to be Public in and for said Ul a.<H(fl President, and known to me to be Secretary of the corporate known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board if directors. n' that executed the within Instrument, ot (Urecuu^. WITNESS my hand and official seal.ft _ __ ..Signalure SXSiSSSlSlSSlSSSl^ wfflCIAi SF.AI S Robert Ovaries Hallock | HOTARV PUBUC . CAUfORN-* ri PRINCIPAL OFFICE IH tj SAN DIEGO COUNTY r> ^P-«Ju"l2,2^o (This area for official notarial seal) /|S0hier ef'BEST ORIGINAL ,ui n fa all mint bit theas presrnta:"n I I HOME OFFICE - SAN FRANCISCO That INDUSTRIAL INDEMNITY COMPANY, a cerj'oianon orgnni/ed and existing under the laws of the State of California, and having its principal offjcc in the City of San Francisco, Stati- of California, does hereby make, constitute and appoint its true and lawful <>ttorney-in-fact for it and in its name, place and stead to execute on its behalf m, surety, bonds, undertakings, stipu- lations, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of ail obligees, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of : . UNLIMITED • — and reserving to itself full power of substitution and revocation. This POWFJ of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September, 1972, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorneys-in-fact to act under such Powers of Attorney to execute on behalf of Industrial hid .Trinity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to at'.ach the corporate seal thereto; "RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho- graphed or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the lime when such instruments shall be issued." In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be affixed by its proper officers, at the City of San Francisco, California, this 29th day of April , 19 77 loxani M, Gillespie INDUSTRIAL INDEMNITY COMPANY ecretary Senior Vice President STATE OF CALIFORNIA CITY AND COUNTY OF SAN FRANCISCO On this 29th day of April • ]9 77 , before me, Mary Mueller a notary public in and for the City and County of San Francisco, State of California, personally appeared 3. G. LaPlante and Roxani M. Gillespie known to me to be the Senior Vice President and Secretary of the corporation which executed the within instrument, and acknowledged to me that-such corporation executed the same, and that the resolution referred to in the preceding instrument is 11 true and correct copy of the resolution duly passed at a'meeting of the Board of Directors on September 27, 1972, and that the same is in full force and effect. In witness whereof, ) have hereto set my hand and affixed my official seal the day and year in this certificate first above written. CITY & COUNTY Of SAW f.UNCISCO Notary Public in afl'd for the City and County of San Fraiipisfp, State of California I, Roxani M. Gillespie, Secretary of INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said s, and that said Power of Attorney has not been revoked but is still in full force and effect. i witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY COMPANY «t the City of S.in Francisco, California, this 5th day of June ,19 79. SEAL I Y01I R7 (I 0//2) xani M. Gillespie, Page f. BIDDER'S STATEMENT OF FINANCIAL'RESPONSIBILITY ' TECHNICAL ABILITY AND EXPERIENCE • (The Bidder is required to state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references which will enable the .City Council to judge his/her responsibility, experience, skill and business standing.) • - . . The undersigned submits herewith a statement of his/her financial responsibility. • - ' -••-=• ••• . • •••-.-• -.-.-•-.-.,':••... The undersigned submits'-below a statement of the work of similar character to that included in the proposed contract which he/she has . successfully performed. :••.- City of Carlsbad Overlays City-of Oceanside Overlays. City of Escondido Overlays County of San Diego- Overlays 'State of" Calif. Overlays' """' (NOTARIZE OR CORPORATE SEAL)THOS..L STREUTER CONTRACT ORIGNAL THIS AGREEMENT,, made and entered into 'this Q-bT day or , by and between the City of Carlsbad, California, hereinafter designed as "City", party of the first part, and South Coast Asphalt Products Co., Inc. hereinafter designated as "Contractor", party of the second part. WITNESSETH: • The parties hereto do mutually agree as fol- lows: - - 1. For and in consideration of•the payments and agreements hereinafter mentioned to be made and performed by City, the Con- tractor agrees with the City to furnish all materials and labor for: ASPHALT "CONCRETE OVERLAY OF VARIOUS CITY STREETS CONTRACT NO. 1065 and to perform and complete in a good and workpersonlike manner all the work pertaining thereto shown on the plans and specifica- tions therefor; to furnish at his/her own proper cost and expense . all tools, equipment, labor and materials necessary therefor (ex- •cept such materials, if any, as in the said specifications are stipulated to be furnished by City), and to do everything required by this agreement and the said plans and specifications. 2. FoV furnishing "all said materials and labor, tools and •equipment, and doing all the work contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties whcih may arise or be en- countered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of \^ork, except such as in said specifica-tions are expressly stipulated to be borned by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in. the said plans and specifications, the 'City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. . The City hereby promises and agrees with said Con- tractor to employ, and does hereby employ said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and in accordance with the conditions set forth in the Page.10' specifications; and the. said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to- the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Con- tractor's Proposal, and the plans'and. specifications, and all 'amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made a part of this agreement 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workperson needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and safe harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work, regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting di- rectly or-indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto hav^ caused this con- tract to be executed the day and year first a#ove written. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) ORIGINAL APPROVED AS Cityv^Ttorn c y • APPROVED AS TO FO VIN —^—j, ^^ Y [ 7 ~r Q Daniel S, Hentschke, Assistant Products Co., Inc Co D£tf M. H1CKETHIER Executive Vice President Title CITY OF CARLSBAD, CALIFORNIA By, • May '6 V" ATTEST: . City Clerk /i TO 449 C (Corporation) STATE OF CALIFORNIA TOTINTY OF San Diego July 17, 1979 11 j ThosMate,, personally appeared known to me to be the known to me to be i- SS. hef^TP HIP, the. L. Streuter undersigned,i Notary Public in PrpsiHentj 3"^ Serretarv of the r.or known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a -resolution of its board of directors. . WITNESSinyihand and official sealjk V< /h, ' /AvO <^,,,re iJ/U^Uj l/^^ZLLLSLs Muriel FaustName (TvneA or Printer\) poration that brVWWJVU l/%\^f^SaO ••-•• executed the withi T^VUV.WVVWOFFICIAL MURIEL NOTARY PUtK.iC Principal Oiiice. Sari My Commissior, Exp and for said i Instrument, ^^•yvuuuv SEAL -AUST CALIFORNIA Diego Co. Calif. Feb. 21, 19S1 »• •*• v«". v«v (3 ! (This area for official notarial seal) EXHIBIT "A" Sheet 1 No. CITY OF CARLSBAD ' CONTRACT NO. 1055 ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS Street 1. Palomar Airport Road 2. Palomar Airport Road 3. Skyline Drive 4. Skyline Drive Lmits Approximate ; El Camino Real to Linda Vista 5,436 Growing Grounds to City Limits 1,386 Westhaven Drive to Alder Avenue 352 Alder Avenue to Southerly Terminus 766 TOTAL 7,940 Trash Pickup Day None None Thursday Thursday Page 13' PERFORMANCE BOND ' KNOW .ALL PERSONS BY THESE PRESENTS: • WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution Mo. 5gj.4 adopted _ June 25, 1979 > has awarded to South Coast Asphalt Products Co., Inc. , hereinafter designated as the "Principal", a contract for: ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS CONTRACT NO. 1065 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to•execute said, contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, South Coast Asphalt Products Co., Inc. , as Principal, hereinafter'designated as the "Contractor", and INDUSTRIAL INDEMNITY COMPANY • _' • as Surety, . are held and firmly bound unto the City of Carlsbad, in the sum of One Hundred Forty Four Thousand Nine Hundred Five $ n-o/100 Dollars ($ 144,905.00), said sum being equal to 100 percent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors'.or assigns, jointly and severally, firmly by these presents. . . . THE CONDITION OF THIS OBLIGATION. IS SUCH that if the above-- bounden Contractor, his/her or its heirs, executors, adminis- trators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein speci- fied, and in all respects, according to their true inte.nt and meaning, and shall indemnify and save harmless the City of Carls- bad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received., hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the'work to be performed .thereunder or the specifications accompanying the same shall not affect its obligations on this bond, and- it docs hereby waive Page 14 notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifica- tions. . In the event: that any Contractor above named executed this" bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety^rom its obligations under t h i s b o n cl. IN WITNESS WHEREOF, this InstruinenXlias been duly executed by the Contractor and Surety above luwsfed on the 17th day of July ^ v x mm eg., M. HICKETHIER Executive Vice President _^ . *^ I *->ed.x ) Contractor INDUSTRIAL INDEMNITY COMPANY (Seal) (Seal) Robert^ C. Hallock, Attorney-in-F^ct (Stal). ..___. Notarial acknowle'dgeraent of execution by all principals and surety raust be attached. STATE OF CALIFORNIA COUNTY OF .s.?.n...Pie.?.°. On ...^...Y...;rZ.'...A?Z?. , before me, the undersigned, a Notary Public of said county „ , Robert C. Hallockand state, personally appeared known to me to be the Attorney-in-Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed-the. same. OFFICIAL SEAL MURIEL FAUST NOTARY PUBLIC - CALIFORNIA clOifice, San Diego Co. Calif. My Commission Exp. Feb. 21, 1981 Notary Public BR(12)15 Los Angeles 207749 1 I TO 449 C (Corporation) STATE OF CALIFORNIA San DiegoCOUNTY OF On July 17, 1979 e, personally appeared known to me to be the known to me to be }ss. Thos. L. Streuter before me, the undersigned, a Notary Public in and for said President, known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESVrny) hand and official seal.] Secretary of the corporation that executed the within Instrument, Signature... rrju Muriel Faust OFFICIAL SEAL MURIEL FAUST NOTARY PUBLIC - CALIFORNIA Principal Office, San Diep,o Co. Calif. My Commission Exp. Feb. 21, 1981 , Name (Typed or Printed) (This area for official notarial seal) c O Page 11 LABOR AMD MATERIAL BOND ' KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. J>_8_14 adopted June 25,1979 has awarded to South Coast Asphalt Products Co. , Inc. , hereinafter designated as the "Principal", a contract for: ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS CONTRACT NO. 1065 '. in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents on file in the Office of the City Clerk. • -• WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal .or any of his/her or its subcontractors shall fail to pay for any ma- terials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work agreed to be done^, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE South Coast Asphalt Products Co., Inc. as Principal, hereinafter designated as Contractor, and INDUSTRIAL INDEMNITY COMPANY. . as Surety, are held firmly bound unto the City of Carlsbad in the sum of .Seventy, Two Thousand Four Hundred Fifty Two and 50/100-DoHars ($ 72,452.50 ) said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourselves,% our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, .provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section Page 12 •1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond,, as required by the provisions of Section 4205 of the Gov- ernment Code of the State of California. And the said Surety, for value received., hereby stipulates and agrees that no change, extension of time, alterations or ad- ditions to the terms of the contract or to the work to be per- formed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it docs hereby waive notice of any such change, extension of time, alterations or additions to the. terms of the Contract or to the work or to the specifications. In the event any Contra'ctor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under-this bond. • IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above n^fied, on the _i7th_ day of July , 19 79 1 >PHALT\PRODUCTS CO., I\~ ^---—•» " '—*••' (Seal) M. H1CKETHIER Executive Vice jrre.s-Lu.tnn, "SOUTH' $Asf ASMrf PRODUCTS C0.711"; (seal) Contractor INDUSTRIAL INDEMNITY COMPANY (Seal) (Seal) Robert C. Hallock. Attorney-jn-JLaqtSurety Notarial acknowledgement of execution by all principals and surety must be attached. ./ • t i TO 449 C (Corporation) STATE OF CALIFORNIA SanCOUNTY OF. nn July 17, 1979 SS. State, personally appeared known to me to be the known to me to be Thos. L. Streuter before me, the undersigned, a Notary Public in and for said President, and known to me to be the persons who executed the within Instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the within instrument pursuant to its by-laws or a resolution of its board of directors. WITNESS^tV hand and official se; Signature. Muriel Faust Name (Typed or Printed) STATE OF CALIFORNIA „ San DieqoCOUNTY OF Secretary of the corporation that executed the within Instrument, (This area for official notarial seal) •ss: On .?:.?.f...;k?.Z.?. ............................... , before me, the undersigned, a Notary Public of said county and state, personally appeared .......... RQbert...C— HaHock ................................................................................ > known to me to be the Attorney-in-Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the OFFICIAL SEAL MURIEL FAUST NOTARY PUBLIC - CALIFORNIA Principal Office, San Diego Co. Calif. My Commission txp. Feb. 21, 1981 i Notary Public BR(12)15 Los Angeles 207749 of #566 BEST ORIGINAL all men bg tfyese presents:HOME OFFICE - SAN FRANCISCO That INDUSTRIAL INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California, and having its principal office in the City of San Francisco, State of California, does hereby make, constitute and appoint its true and lawful attorney-in-fact for it and in its name, place and stead to execute on its behalf as surety, bonds, undertakings, stipu- lations, consents and all contracts of suretyship and to attach its corporate seal to such obligations in favor of all obligees, provided that the liability of the Company as surety under his authority in no one instance shall exceed the sum of and reserving to itself full power of substitution and revocation. This Power of Attorney is made and executed in accordance with the Resolution adopted by the Board of Directors of INDUSTRIAL INDEMNITY COMPANY at a meeting held on the 27th day of September, 1972, reading as follows: "RESOLVED, that the Chairman of the Board or President or Executive Vice President or Senior Vice President of the Company, in conjunction with the Secretary or an Assistant Secretary of this Company, be and he hereby is authorized to execute, acknowledge or verify Powers of Attorney qualifying selected attorneys-in-fact to act under such Powers of Attorney to execute on behalf of Industrial Indemnity Company bonds, undertakings, stipulations, consents and all contracts of suretyship, and to attach the corporate seal thereto; "RESOLVED, FURTHER, that the signatures of said officers so authorized by this Company may be printed facsimile, litho- graphed or otherwise produced, and that the facsimile signature of any person who shall have been such officer of this Company at the time of such execution, acknowledgment or verification may continue to be used for the purpose hereinabove stated and will be binding on this Company, notwithstanding the fact that he may have ceased to be such officer at the time when such instruments shall be issued." In witness whereof, INDUSTRIAL INDEMNITY COMPANY has caused these presents to be signed and its corporate seal to be affixed by its proper officers, at the City of San Francisco, California, this 29th day of April , 19 77 Attest: /) INDUSTRIAL INDEMNITY COMPANY Roxani M. Gillesple ^Secretary STATE OF CALIFORNIA CITY AND COUNTY OF SAN FRANCISCO J. Sector Vice President On this 29th day of April • 19 77 , before me, Mary Mueller a notary public in and for the City and County of San Francisco, State of California, personally appeared J. G. LaPlante and Roxani M. Gillespie known to me to be the Senior Vice President and Secretary of the corporation which executed the within instrument, and acknowledged to me that such corporation executed the same, and that the resolution referred to in the preceding instrument is a true and correct copy of the resolution duly passed at a meeting of the Board of Directors on September 27, 1972, and that the same is in full force and effect. In witness whereof, I have hereto set my hand and affixed my official seal the day and year in this certificate first above written. NOTARY PU3UC - CAtiFOSNIA S C1IY & COUNTY Of SAN FRANCISCO S My CommUsion Expires Au8. 3 197* • Notary Public in of San Fra Bounty , State of California I, Roxani M. Gillespie, Secretary of INDUSTRIAL INDEMNITY COMPANY, do hereby certify that I have compared the Power of Attorney granted herein and the Resolution recited herein with the originals now on file in the principal office of said Company, and that the same are correct transcripts therefrom and of the whole of the said originals, and that said Power of Attorney has not been revoked but is still in full force and effect. In witness whereof, I have hereunto subscribed my name as such officer and affixed the seal of INDUSTRIAL INDEMNITY /iVIPANY at the City of San Francisco, California, this 17th day of July ,1979. SEAL 1 Y041 R7 (10/72) oxani M. Gillespie, CITY OF CARLSBAD ENGINEERING DEPARTrlEI'IT CONTRACT NO. 1065 SPECIAL PROVISIONS I. GENERAL REQUIREMENTS A. Scope of Work The work covered by these specifications consists of furnishing all labor, equipment and materials, and performing all operations for asphalt resurfacing on various City streets as shown on Exhibit !:/i", which is a part of these specifications. Asphalt resurfac- ing will vary in thickness but. shall not be less than IV and cover approximately 692,600 square feet. Bo Work Schedule The contractor shall plan his/her paving operation so there will be no conflict with the trash pickup days, as shown on Exhibit "A", Sheet No. 1. Also, the contractor shall furnish the Engineer with a tentative schedule indicating which streets are to be resurfaced each day for the duration of the con- tract. The schedule shall be furnished to the Engi- neer at least one week prior to the preconstruction conference, which will be held in the office of the City Engineer prior to starting construction. The City reserves the right to make reasonable changes in the schedule to avoid conflict with traffic or spe- cial events. The contractor shall begin work within 15 days after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 60 consecutive calendar days from the date of commencement of said work. Daily work shall be accomplished between 7:00 a.m. and 4:00 p.m., Monday through Friday. C. Traffic Control Safety precautions and traffic control shall conform to the "Work Area Traffic Control Handbook, 1978 Edi- tion of the Southern California Chapter, American Pub- lic Works Association." ' .'• • Pa ere 16 Traffic on Palomar Airport Road between El Candno Real and: Linda Vista Drive may be restricted to one lane. Barricading : The contractor she; 11 provide such flag- persons and barricades as are required to protect the « resurfaced streets from vehicular traffic until sur- face is ready for traffic. ^Np__Parking"_ Signs: The/. City vx] 1 provide the con- tractor wltli !;No Parking by Order of Police Depart- ment. " signs for use in posting streets in advance of the work. Signs shall, be placed at least 24 hours prior to commencement of work by the contractor at intervals of no more than 100 feet on both sides of the block affected by the work. Tow- aw ay of any vehicles in violation of the "No Park- ing18 signs will be handled by the Carlsbad Police- 'De- partment. The City assumes no liability in connection with movement of vehicles by the contractor. Signs shall be removed as soon as the streets are ready- to receive traffic and turned over to the City Engineer ._... Engineer will also provide the contractor with door knob notices which will' further- serve to advise residents of the impanding parking re- strictions. The contractor shall be required to insert. dates and estimated times of closing and reopening streets to local traffic. Door knob notices shall be left on or at the front door of each dwelling or commercial unit abutting the street to be sur faced; this shall be done two days prior -to placement of "No Parking" signs. D. Plans and Specifications The specifications for the work consist of the "Standard Specifications of the City of Carlsbad, " the 1976 edi- tion of ''Standard Specifications for Public Works Con- struction" (hereinafter designated SSPWC) as issued by the Southern California Chapter of the American Public Works Association f and these contract documents and specifications. In case of conflict, the "Special Pro- visions" shall control. It shall be the responsibility of the contractor to carefully examine the site of the work contemplated, the plans and specifications, and the proposal and con- tract for~ms thereof. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encount- ered, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the proposal, plans and specifications and the contract. Page 17 E. Measurement and Payment J,5jJ:_122I1?ll^?^c^u:ii.:'!rai^:i2^: Shall be measured on the basis of number of tons of materials delivered and applied and shall be paid for at the unit price per ton bid. The contractor shall provide a deliv- ery ticket for each load of material delivered. Pay- ment for tack coat will be included in price per ton paid for asohalt concrete.. The quantities given in the proposal and contract forms Eire approximate only, being given as a basis for the comparison of bids, and the City does not expressly or by implication agree that the actual amount of work, will correspond therewith, but re- serves the right to increase or decrease the amount of any -class or portion of the work, or to omit por- tions of the work, as may be deemed necessary or. ad- visable, by the City Engineer. 11• ASPHALT RESURFACING A. Preparation of Surface The contractor will not be responsible for necessary repairs of the existing street, surfaces in conjunc- tion with the asphalt overlay paving operation, However, the contractor will be responsible for the sweeping and cleaning of all surfaces prior to the actual paving operation. A tack coat sha3.1 be uniformly applied t.o the sur- face in accordance with Section 302-5.3 of the Standard Specifications. Full "compensation for conforming to the require- ments of this article, not otherwise paid for, shall be considered as included in the prices paid for the various contract items of work and no additional al- lowance will be made therefor. B. Asphalt' Concrete Resurfacing Asphalt concrete for overlay work shall conform to Section 302-5 cind Section 400 of the Standard Speci- fications and shall be Type III C2. Asphalt shall be AR-4000 grade. The contractor shall pave over the tops of all man- hole covers. Covers shall be treated to prevent ad- hesion of the asphalt concrete. The unit price per ton for asphalt concrete resurfac- ing, in place, shall include full compensation for Page 13 conforming to the requirements of this article as specified herein, arid no. additional compensation will be made therefor,. C,, Manhole and Valve Cover Adjustments All newer manholes, sewer deacl-ev-d structures r storm drain manholes, water valves, gas valves, and other utility structures will bo adjusted to grade by the respective utility. The contractor shall mark the lo- cation of all utility covers. III. WATER FOR CONSTRUCTION The contractor may obtain City of Carlsbad water for use on this project only at locations approved by the City En- gineer. There will be no charge to the contractor for City water utilized directly in completing the work,... In areas where) City water is not available, the contractor shall be required to make necessary arrangements with other water districts for use of water. The contractor will be responsible for any charges made therefor, and no special compensation for these charges will be made. ORIGINAL _i- 4- -— -I ° •^ *,,:•?.*a i i.j ><•,. •"• I-. • • .. SHEET 2. cr A: ET •- {"- on HA" Vr;i ..V. ORiiM /^N I » f— r*~ *-tr" "iShEL! 4 " ••