HomeMy WebLinkAboutSully-Miller Contracting Company; 1976-07-12; 1031CITY OF CARLSBAD
SAN.DIEGO COUNTY
California
CONTRACT DOCUMENTS & SPECIFICATIONS
FOR
"ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
Contract No. 1031
May, 1976
TABLE OF CONTENTS
1 NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL
6 BID BOND
7 DESIGNATION OF SUBCONTRACTORS
8 . STATEMENT OF FINANCES
9 AGREEMENT AND CONTRACT
11 BOND FOR LABOR AND MATERIALS
13 BOND FOR FAITHFUL PERFORMANCE
15 SPECIAL PROVISIONS
Page 1
OF CARLSBAD, CALIFORNi/i
NOTICE INVITING BIDS
SEALED BIDS will be received at the Office of the City Clerk, City
Hall, 1200 Elm Avenue, Carlsbad, California, until 10:00 a.m. on
the JLst day of June , 19_7j>, at which time they will be
opened and read, for performing the work as follows:
Asphalt concrete overlay of various City streets.
Contract No. 1031
Said work shall be performed in strict conformity with the speci-
fications therefor as approved by the City Council of the City of
Carlsbad by Resolution No. 3893 / adopted on May 4, ,
1976_, and on file in the Engineering Department. Reference is
hereby made to said specifications for full particulars and descrip-
tion of said work.
•i
No bid will be received unless it is made on a proposal form fur-
nished by the Engineering 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 10 percent of- the amount
bid. Such guaranty to be forfeited 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 by
the bid requirements. . ''"'--
- •
The documents included within the sealed bids which require comple-
tion and execution are the following:
1. Proposal - Page 3.
2. Designation of Subcontractors - Page 7.
3. Bidder's Bond - Page 6.
4. Contractor's Financial Status - Page 8.
Said documents shall be affixed with the appropriate notaried sig-
natures and titles of the persons signing on behalf of the bidder.
For corporations, the signatures of the President 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 signature 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 given solely as
a bisis for the comparison of bids.
No bid will be accepted'from a contractor who has not been licensed
in accordance with the provisions of Chapter 9, Division 3 of the
Business and Professions Code. The contractor shall state his
License number and classification in the proposal. The estimated
cost of the work is $103,000.00 -
Page 2
Plans, Special Provisions and Contract Documents may be obtained at
the Engineering Department, City Hall, Carlsbad, California, at no
cost to licensed contractors. A nonrefundable charge of -Q- __
will be required for each set of plans, special provisions and con-
tract documents for other than licensed contractors. It is requested
that the plans and special provisions be returned within two weeks
after the bid opening.
The City of Carlsbad reserves the right to reject any or all bids
and to waive any minor irregularity or informality in such bids.
A project tour will be conducted by the City of »Carlsbad Engineering
Department at 10:00 a.m. on May 26, 1976 _ .•
In accordance with the provisions of Sections 1770 to 1780 of the
Labor Code of the State of California, the City Council of the City
of Carlsbad has ascertained that the general prevailing rate of wages
in the locality in which the work .is to be performed for each craft
or type of workman needed to execute the contract are as set forth
in Resolution No. 3875, adopted by said Council and published in a
newspaper of general circulation within said City on May ]2S _ /
19_76.
A copy of said Resolution is on file in the Office of the City Clerk
of the City of Carlsbad and is incorporated by reference herein.
/• r .• _
It shall be mandatory upon the Contractor to whom the contract is
awarded to pay not less than the said specified prevailing rates of
wages to all workmen employed by him 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 apprenticeships as required on
public works projects above thirty thousand dollars ($30,000) or
twenty working days .
The amount of the bond to be given for the faithful performance of
the contract for the said work, shall be one hundred percent of the
contract price therefor, and an additional bond in the amount equal
to one hundred percent 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 or any work or labor t>f any kind done thereon.
Approved by the City Council of the -City .of -Carlsbad, ^California, by
Resolution No. 3893 adopted on _ May 4, __ , 19 76-
DATED:..May 6, 1976 T'E. ADAMS, City Clerk
Page 3
CITY OF CARLSBAD: jjjgw^
V ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
CONTRACT NO. 1031
PROPOSAL
To the City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
Gentlemen:
The undersigned declares that he 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. 1031 in accordance with the plans, the speci-
fications of the City of Carlsbad, and the special provisions, and
that he will take in full payment therefor the following unit prices
for each item complete to wit:
Approx. Unit
Item No. Quantity Unit Article Price Total
1. 6242 tons asphaltic concrete sur-
facing in place includ-
ing tack coat at
dollars
— \A -Sand StWLMTY clbU( cents y\
per ton.'
TOTAL (figures) Q'3kj3<r£:> ~"
TOTAL (in words) MlM^TN TUtO ^i^Q TViSD Uu/Q*m
Page 4
All bids are to be computed on the basis of - the given estimated ^
if- quantities of work, as indicated in this proposal, times the unit
'^ price as submitted by the bidder. In case of a discrepancy between
words and figures, the words shall prevail. In case of an error in
the extension of a unit price, the corrected extension shall be
calculated and the bids will be computed as indicated above and
compared on the basis of the corrected totals.
The estimated quantities of work indicated in this proposal are
approximate only, being given solely as a basis for comparison 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 policies within
twenty (20) days from the date of award of contract by the 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, License No, /5*3^
Identification & . _ .
^ The undersigned bidder hereby represents as follows; (a) That no
Councilman, 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 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 (b) That this bid is made without "connection with
any person, firm or corporation making a bid for the same work, and
is in all respects fair and without collusion or fraud,
Accompanying this proposal is \CMciclg4'" 'fS fr*V3
(cash, certified check, cashier's check
or bond)
in an amount not less than 10 per cent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workmen's 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
Phone Number
c$.g{U/ Y\\i\\er
Date XV*
-< ft
Bidder ' s Name FT
. (SEAL)
D. E. BRANCH
Assistant Secretary
Authorized Signature'
Authorized Signature
555
Bidder's Address TJpe of Organization
(Individual, Corporation, Co-
partnership)
List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all co-partners if a co-partnership:
R. K . MacGregor, President
W. Duane RiJi'sh.. VP. Treas. &
Richard F. Molyneux, VP & Mgr, Plant Div.
John A. Berton, Vice President
C. P. Brown, Vice President
James 0. Fittman, Controller
D. E. Branch, Assist. Sec.
. James F. Winders, Assist. Sec.,.
Frank E. .Holland, Assist. Sec.
P. A. Abbott, Assist. Sec.
Jack Wilson, Assist. Sec.
Barry Cchen, Assist. Sec.
Robert E. Holland, Assist. Sec.
R. R. Munro, Assist. Sec.
STATE OF CALIFORNIA,
COUNTY OF LOS AN PELFS
V »" V V v v V V V V V '
* /"^X OFFICIAL SEAL
? /^:T'"A DONNA M. TEPPER *
£ I j '-'^AnYPU-L!C. CAL'FOHNIA J
< N 'J FTIINCiP.'.L OFFiCE IN *
«. f.!y Csrn.-nission Expires March 5, 1977
SS.
JUNE 1st
before me, the undersigned, a Notary Public in and for said State, personally appearedFRANK E: HOLLAND
_, known to me to be the
ASST. SECRETARY
of the SULLY-MILLER CONTRACTING COMPANY .
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.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
STATE OF
ss.:
COUNTY OF
LOS ANGE
On this ............. ^.?5. ................. day_ .............................. Jl^f ......................................................... 19...7A.., before me personally came
J.H. CAITIIAHEP
to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the said SEABO^SD'SURETY^CO^jPl^l^fif ^cordance with authority duly conferred upon him by
said Company. • ^^\ DONNA M. TEPPER
Form 242
-' 'C - C-VJFCDNIA
FS.NC:r-A, CVF.CE IN «
..^ 0,;G_'-^- v-uUl.TY
My Commission Expires March 5, 1977 Notary Public.
^_ ^^ 9jp
ORIGINAL
- . Page 6
BIDDER'S BOND TO ACCOMPANY PROPOSAL
BOND NO: 766046 (1739)
ALL MEN BY THESE PRESENTS, - PREMIUM. INCLUDED IN' BRSIJ
SULLY-"!LLER CONTRACTING COMPANY , as Principal,| That we,
fand SEABOARD SURETY COMPANY • as Surety, are held and firmly
| t
'bound unto the City of Carlsbad, California, in the" sum of TEN
ir>rRCE!"TUM (lO0-) OF THE AMOUNT OF Dollars ($ 10?' of bid
——inC F'.ID IN • • '-), lawful money of
the United States for the payment of which, sum well and truly to be
| made, we bind ourselves, jointly and severally, firmly by these presents,
I THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
I That if the proposal of the above-bounden principal for: "~
Asphalt conrete overlay of various City streets.
Contract No. 1031
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 (20)—
twenty days from the date of award of contract by the City Council
o& the City of Carlsbad, being duly notified of said award, then this
o .<-igation 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 that any Principal above named executed this bond
as an individual, it is~*agreed that the death of any such Principal
shall not exonerate the surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 1st
JUNE , 19 76 . - ' ~~day of
Corporate Seal (if corporation)
(Attach Acknowledgement of
Attorney in Fact)
SULLY-MILLER CONTRACTING
FRANK'S. HOLLAND ASST. SECRETARY
SEABOARD SURETY CfWANY
Surety
Title/J-H/ CAITHAMER ATTORNEY-IN-FACT
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY
must be attached.)
Page 7
DESIGNATION OF SUBCONTRACTOR
The undersigned certifies that he has used the subbids of the
following listed contractors in making up his bid and that the
subcontractors listed will be used for the work for which they
bid, subject to the approval of the City Engineer, and in
accordance with the applicable provisions of the specifications. .
No change may be made in these subcontractors except upon the
prior approval of the City Council of the City of Carlsbad.
ITEM OF WORK SUBCONTRACTOR ADDRESS
2.
3.
4.
5.-
6.
Bidder!s Name
Authorised Signature
xType of Organization
(Individual, Co-Partnership or
Corporation)
Address
Page 8
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 has successfully performed
and give reference which will enable the City Council to judge his
responsibility, experience, skill and business standing.)
The undersigned submits herewith a statement of his financial respon-
sibility.
The undersigned submits below a statement of the work of similar
character to that included in the proposed contract which he has
successfully performed.
/CJ.
Signed/
C
SULLY-MILLER
3OOO EAST SOUTH STREET/ F. O. BOX 5399 / LONG BEACH. CALIFORNIA 9O8O5 ,(2l3i 53I-355O (213) 774-O7I4
CO.
May 27, 1976
RECEIVED
JMSJ3 3971
City of Carlsbad
„ . , , „ ,.,- . mn^Q CITY OF CARLSBADCarlsbad, California 92008 Jr .' . m. _»«^_^t.tngincsfjng pe03rtfwtt
ATTENTION: Mr. Richard Sprehe
Gentlemen:
This is to certify that the following is an excerpt from the
minutes of the Special Meeting of the Board of Directors of
Sully-Miller Contracting Company, held February 29, 1968:
"Resolution was adopted authorizing the Officers to execute
quotations and/or contracts on behalf of the Company."
I hereby certify that: The following is a list of the Officers
of Sully-Miller Contracting Company as of May 27, 1976.
R. K. MacGregor, President
W. Duane Rash, Senior Vice President, Secretary/Treasurer
Richard F. Molyneux, Vice President and Manager, Blue Diamond Division
John A. Berton, Vice President
C. P. Brown, Vice President
William R. Craig, Assistant Treasurer
James 0. Pittman, Controller
James F. Winders, Assistant Secretary
Frank E. Holland, Assistant Secretary
P. A. Abbott, Assistant Secretary
James R. Courtney, Assistant Secretary
Jack Wilson, Assistant Secretary
Barry Cohen, Assistant Secretary
Dave Branch, Assistant Secretary
R. P. Van Zandt, Assistant Secretary
Robert E. Holland, Assistant Secretary
R. R. Munro, Assistant Secretary
Very truly yours,
SULLY-MILLER CONTRACTING COMPANY
President
RKM:dt
G E N r_ - A L r N G ;h. E: E R : ^ G CONTRACTOR • SINCE i s 2 3 • A. s P H A. _-
Page 9
CONTRACT
THIS AGREEMENT, made and entered into this /0Cf*~ day of
_, 19'7£ , by and between the City of Carlsbad,
California, hereinafter designated as the City, party of the first
part, and ^IT-MIL If ft CQKTfiliCTHE eOHPli? hereinafter designated
as the Contractor, party of the second part.
WITNESSETH: that the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by the City, the Con-
tractor agrees with the City to furnish all materials and labor for:
Asphalt concrete overlay of various City streets.
Contract No. 1031
and to perform and complete in a good and workmanlike manner all the
work pertaining thereto shown on the plans and specifications therefor;
to furnish at his own proper cost and expense all tools, equipment,
labor and materials necessary therefor, (except such materials, if any,
as in the said specifications are stipulated to be furnished by the
City), and to do everything required by this agreement and the said
plans and specifications.
2. For furnishing all said materials and labor, tools and equip-
ment, 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 which may arise or be encountered 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
work, except such as in said specifications are expressly stipulated
to be borne 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 the said Contractor
to employ, and does hereby employ the 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 hereby
conditions set forth in the 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, Contractor's
Proposal, and the plans and specifications, and all amendments thereof
Page 10
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 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 workman 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 save harmless the City, the City Engineer, and their officers
and employees, from all claims, loss, damage, injury and liability
oi: every kind, nature and description, directly or indirectly arising
from the performance of the cqntract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the
contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the parties hereto have caused this contract
to be executed the day and .year first above written.
HLLT4HLLE1 COITMETliE tOUFilf
Contractor , . .(seal)
by
by
FRANK E. HOWUJD - ASSISTANT SECRETARY
f Title
CITY OF CARLSBAD, CALIFORNIA ,
by_
Approved
/#Sl/&t//</ f, • (^,1fl City Clerk l
' V
(Notarial acknowledgement of execution by all PRINCIPALS must be
attached.)
STATE OF CALIFORNIA,
COUNTY nF LOS AKSCLRS
ss.
ON_25 19_
before me, the undersigned, a Notary Public in and for said State, personally appeared
_, known to me to be theFRANK K. HOLLAKO
ASU ASSISTANT SECRETARY
SUU.Y.M1Q£Rof the
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
DONNA M. TEPPER
NOTARY FUCUC - CALIFORNIA
PRINCIPAL OFFICE IN
^ _ , LOG AiiGilLLS COUNT1!
My Commission Expires March 5, 1977
*""""" >»»»»»»»»»»»
WITNESS my hand and official seal.
lilLLS COUNTY *
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
TO 1945 CA (8-74)
(Corporation)
STATE OF CALIFORNIA
COUNTY OF
O
\
uu.blX
UlJa.
\ii
I
SS.
TITLE INSURANCE
ANDTRUST
ATICOR COMPANY
/ X / / 7 /jjS before me, the undersigned, a Notary Public in and for said
State, personally appeared
known to me to be theA *,known to me to be w7>
of the corporation that executed the within Instrument,
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 my hand and official seal.
Signature _/),
OFFICIAL SEAL »
NORA K. GARDINER *
NOTARY PUiLIC-CALIF. ^
PRINCIPAL OFFICE IN V
SAN DIEGO COUNTY I
i MY COMMISSION EXPIRES JAN. 29, 1980
- -
(This area for official notarial seal)
BEST
ORIGINAL
. —PREMIUM: TW- PREMIUM ON THIS BOKO IS IW3.UWB Ik Page 11
THST Of TH* &ry •'--•--- •••..*
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS/ the City Council of the City of Carlsbad, State of
California, by Res. No. 392° adopted _ June 15, 1976
has awarded to HLU-HllLEi EOKTBUTIIK
hereinafter designated as the "Principal", a contract for:
Asphalt concrete overlay of various City streets.
Contract No. 1031
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 or its
subcontractors shall fail to pay for any materials, provisions, pro-
vender 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 _ _«ttNllltfl WITIKTIK IIINIT
as Principal, hereinafter designated as
Contractor and . _ SBABOABB 8PBETY COMPAfly
as Surety, are held firmly bound untopbeyy -S/Y
the City of Carlsbad, in the sum of TUJ^AJ T y - £/ £ ht T e^fi-Sl Dollars"
ill , „ ?9 • o hi&r V '& fo o( $ f-f (jp I J a t r^-^ ) , said sum being 50 per cent 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 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 thereo
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 f°r t*16 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 420-4 of the Government Code of the State of California.
Page
This bond shall inure to the benefit of any and all persons, companies
and corporations entitled to file claims under Section 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 Government 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' additions to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall in any wise affect
its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alterations or additions to the
.terms of the Contract or to the work or tp the specifications.
In the event that any principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the ^.J5 Ih. day of O"I) AO
, 19 comunjc NIMH
*nORHfEy.ffl[.ttcr (Seal)
Surety
STATE OF
CALIFORNIA
COUNTY OF
LOS ANCHOR
On this 2*tb day JIWR 197619 , before me personally came
to me known to be an Attorney-in-Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged^ Jhat, he executed the within instrument as the act of
the said SEABO^TD 5|jKETY CO|jtpJ^T|'E/«i accordance with authority duly conferred upon him by
said Company. I ^'W\ DONNA M. TEPPER
NOTARY FUSL;C- CAL;;;O-.NIA
F.'^iCif'A1- OF:F;CZ IN
**i
Form 242
0 V..:K,X
* My Ccrami:
***********
sion Lxpircs March 5, la/ 7
><••*<»<>»*********»**
6f^~*7L~ ^Cj***
£J r /\. ^^£Crj(2j(2j£s1^
Notary Pubuc.
STATE OF CALIFORNIA,
COUNTY (IF Lf)S ANflELES J
ON.
ss.
JUHE 25,19.
before me, the undersigned, a Notary Public in and for said State, personally appearedR.K. MACGEEGOR AiVD
T.t HnLLAMD
PRESTI'g-NT AMD
, known to me to be the
ASSISTANT SECRETARY
of thfi fiifUtY-MTLIJRR CONTRACTING COMPLY
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 exec&ted the same.
•**
OFFICIAL SEAL *
COMMA M. TEPPER *
JOTA^Y r urL:C - c.-.!jrcr?.\iA «WITNESS my hand and official seal.
My Commission Expires March 5, 1977
J_
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
PERFORMANCE BOND
Paqe 13
•**"**
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Res. No. 3920 adopted _ June 15, 1976
has awarded to ^MMIHUEI ' CfllTHIBTIK ttlfW
hereinafter designated as the "Principal", a contract for:
Asphalt concrete overlay of various City streets.
Contract No. 1031
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,
the i:Con tractor", and
as Principal, hereinafter designated as
SEABOABD 8PBETY COMPAJTY
_ as Surety, are held and firmly boundio'iwery-7^0 T^OOSFI^O
unto the City of Carlsbad, in the sum of T^)n Mufati&FO Pjfrry -Six
'n nu #ND Ssoe/jry-S/7//*3Dollars ($ 7 £ O.^G . -"2- — Ti said sum being equal ta~100 per cent of' i ur-
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
Principal, his or
assigns, shall in
keep and perform
contract and any
or their part, to
therein specified
and meaning, and
its officers and
shall become null
and virtue.
THIS OBLIGATION IS SUCH, that if the above-bounden
its heirs, executors, administrators, successors or
all things stand to and abide by, and well and truly
the covenants, conditions and agreements in the said
alteration thereof made as therein provided on his
be kept and performed at the time and in the manner
, and in all respects according to their true intent
shall indemnify and save harmless the City of Carlsbad,
agents, as therein stipulated, then this obligation
and void; otherwise it shall remain in full force
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 specifi-
Page 14
cations accompanying the same shall in any wise affect its obligations
on this bond, and it does hereby waive notice of any change, extension
of time, alterations or addition to the terms of the contract or to the
work or to the specifications.*
In the event that any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Principal and Surety above named, on the 3L*) ^^— day of
NKE.JI01.IMID ASSISTANT!
StTSSTY COMPANY (Seal)
(Seal)
(Seal)
STATE OF
CALIFORNIA
COUNTY OF
LOS ANCELRS
On
ss.
day.19..76..., before me personaUy came
to me known to be an Attorney-in-Fact of SEABOARD SURETY '
in the within instrument, andheacknowled^ed^^a^ he executed the within instrument as the act of
XSS^JL ^*8H?wwwW accordance with authority duly conferred upon him by
said Company. J /$*®W^ DONNA M. TEPPER *
NOTARY PUBLIC - CALIFORNIA «
PRINCIPAL OFFICE IN « .
LOS AUCiCLLS U'J'JrtTY
Form 842 My Commission Expires March 5, 1977 *-*
Notary PubUc.
STATE OF CALIFORNIA,
F LOS AHCT.LES
OFRCIAL SEAL
DONNA M. TEPPER
NOTARY PUBLIC -CALIFORNIAPRINCIPAL OFFiCE IN
Lts ANGELES COUNTY
My Commission Expires March 5, 1977
-
ON_JUNE 25,19 76
before me, the undersigned, a
R.K.
Notary Public in and for said State, personally appeared
ANT)
FPHK R >tni.LAKD known to me to be the
AMP ASSISTANT SECRETARY
of the miMY^iitLUJR CptTRACTING OM>AMY
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 execjrted the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
ACKNOWLEDGMENT—Corporation
Page 15
CITY OF CARLSBAD
Engineering Department
Contract No. 1031
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 "A" which is a part of these specifications. Asphalt
resurfacing will vary in thickness, but shall not be less than
1" and cover approximately 741,000 square feet.
•
B. Work Schedule
The contractor shall plan his 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 tenta-
tive schedule indicating which streets to resurface each day
for the duration of the resurfacing work. The schedule shall
be furnished to the engineer 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 special events.
Daily work shall be accomplished between 7AM and 4PM, Monday
•through Friday. All work shall be completed within forty-five
(45) calendar days after notice to proceed.
C. Traffic Control •
Barricading: The -contractor shall provide such flagmen and
barricades as are required to protect the resurfaced streets
from vehicular traffic until surface is ready for traffic.
No Parking signs; The City will provide the contractor with
"No Parking by Order of Police Dept." 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 away of any vehicles in violation of the "No Parking"
signs will be handled by the Carlsbad Police Department. The
City assumes no liability in connection with movement of ve-
hicles by the contractor.
Signs shall be removed as soon as the streets are ready to
receive traffic and turned over to the City Engineer.
Page 16
Door Knob Notices: The engineer will also provide the contract-
or with door-knob notices which will further serve to advise
residents of the impending parking restrictions. The contract-
or shall be required to insert dates and estimated times of
closing and re-opening 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
surfaced; this shall be done (2) days prior to placement of
"No Parking" signs.
D. Plans and Specifications
All work shall be done in accordance with "Standard Specifica-
tions for Public Works Construction" 1973 edition. In case of
conflict, the Special Provisions shall control.
•
It shall be the responsibility of the contractor to carefully
examine the site of the work contemplated, the plans and speci-
fications, and the proposal and contract forms thereof. The
submission of a bid shall be conclusive evidence that the bidder
has investigated and is satisfied as to the conditions to be
encountered, 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.
E. Measurement and Payment
Asphalt concrete surfacing; 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 delivery ticket for each load of material
delivered. Payment for tack coat will be included in price
per ton paid for asphalt concrete.
The quantities given in the proposal and contract forms are
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 am'ount of work will correspond therewith, but
reserves the right to increase or decrease the amount of any
class or portion of the work, or to omit portions of the work,
as may be deemed necessary or advisable by the City Engineer.
II. ASPHALT RESURFACING
A. Preparation of Surface
The contractor will not be responsible for necessary repairs
of the existing street surfaces in conjunction 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 oper-
ation.
Page 17
A tack coat shall be uniformly applied to the surface in accord-
ance with Section 302-5.3 of the Standard Specification.
Full compensation for conforming to the requirements 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 allowance will be made therefor.
B. Asphalt Concrete Resurfacing
Asphalt concrete for overlay work shall conform to Section 302-5
and Section 400 of the Standard Specifications and shall be Type
III C2. Asphalt shall be AR-4000 grade.
The contractor shall pave over the tops of all manhole covers.
Covers shall be treated i»o prevent adhesion of the asphalt
concrete.
The unit price per ton for asphalt concrete resurfacing, in
place, shall include full compensation for conforming to the
requirements of this article as specified herein, and no addi-
tional compensation will be made therefor.
C. Manhole and Valve Cover Adjustments
All sewer manholes, sewer dead end structures, storm drain man-
holes, water valves, gas valves and other utility structures will
be adjusted to grade by the respective utility.
III. WATER FOR CONSTRUCTION
The contractor may obtain City of Carlsbad water for use on
this project only at locations approved by the City. Engineer.
There will be no charge to the contractor for City water utilized
directly in completing his 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.
.NO STREET
CITY OF CARLSBAD
ASPHALT CONCRETE OVERLAY
VARIOUS STREETS - CONTRACT NO.
LIMITS '
1031
APPROX.
TONNAGE
TRASH
PICKUP DAY
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20
2,
22.
23.
24.
25.
26.
27.
28.
NOTE;
29.
30.
31.
32.
33.
Rancho Santa Fe
Chinquapin Avenue
Jefferson Street
Chestnut Avenue
Monroe Street
Basswood Avenue
McKinley Street
State Street
Oak Avenue
Crest Drive
Knowles Avenue
Juniper Avenue
Laguna Drive
Laguna Drive
Forest Avenue
Forest Avenue
Birch Avenue
Magnolia Avenue
Pine Avenue
Davis Avenue
Walnut Avenue
Ponto Drive
Oak Avenue
Arbuckle Place
Highland Drive
Chestnut Avenue
Knowles Avenue
Sequoia Avenue
Olivenhain to La Costa 1750
Avenue
Jefferson to R.R. 276
1-5 to Hwy 78 1026
Garfield to R.R. 168
Chestnut through Park 315
Pio Pico to Highland 418
Pine to Basswood 73
Elm to Oak 159
Roosevelt to R.R. 248
Buena, Vista to 100' on
Forest 128
Davis to 1-5 37
Garfield to R.R. 179
Pio Pico to Elmwood 147
Davis to 1-5 69
Olive to 100' East - 24
Spruce to Highland 62
Sunnyhill to Skyline 101
Monroe through Valley 255
Lincoln to R.R. 106
Knowles to Buena Vista 70
Garfield to Lincoln 31
Carlsbad Blvd. to N.
Terminus 108
Highland to Valley 128
_Madison to Jefferson 34
Forest to Arland 54
Roosevelt to R.R. 88
Pio Pico to Elmwood 132
Carlsbad Blvd. to Gar-
field ' 56
TOTAL ' • 6242
Thursday
Wednesday
Thursday
Monday
Friday
Thursday
Thursday
Wednesday
Wednesday
Thursday
Wednesday
Monday
Thursday
Wednesday
Thursday
Thursday
Friday
Friday
Monday
Wednesday
Monday
Monday
Thursday
Wednesday
Thursday
Wednesday
Thursday
Monday
If funds are available, the following Streets may be resurfaced as
provided for in the Special Provisions, Section 1, Item E:
Grand Avenue
Buena Vista Circle
Cherry Avenue
Garfield Street
Normandy Lane
Hope to Easterly Terminus 65
Laguna Drive to Northerly
Terminius 215
Carlsbad Blvd. to Gar-
field 140
Beech Avenue to Cypress 70
Mountain View to Garfield 35
Wednesday
Wednesday
Monday
Monday
Monday
EXHIBIT "A"
Sheet No. 1
ORIGINAL
CITY OF CARLSBAD
This map produced through the joint efforts of
CITY OF CARLSBAD
CARLSBAD CHAMBER OF COMMERCE
Note: Only the perimeter cily limits are shown.
Some interior portions are yet to be annexed.
SCAI.lv: ONI- I,NOI I'QUAI.S APPROXIMATELY ONI MALI' Mll.i:
EXH IBIT A°
SHT. £_
GUEVARA HO••HAPPINESS WY
HAHUOII Dt\
MAflBOHVirW LN
HARDING SI
HARHISON 5T
HAVENSPTPL
.HAYMAHDH
FUSING GITN DM
HOMrMIAST
nOOSfVELT ST
ROYAL Oil
RUFOUSCT
HUFOOSIN
RUFOUS ST
••INOICATfS PRIVATE STREET IN
MOBILE HOME PAIIK .
•«£AN BARTOLO
«SAN DENITO
SAN BHISTO WAY
• SAN CARLOS
SANDALWOOD IN
SANDRA PL
SANOY PL
• SAN LUCAS
•SAN LUIS
• SAN RAMON
•SANTA BARBARA
•SANTA CRUZ
•SAN TA ROSA
SCHOONER WY
. SCOTT DH
•SEA BREEZE DH
SEACHEST OR
SEGOVIA WY
SEQUOIA AV
SEVILLAWY
SEVILLE WY
SHORE DR
SIERRA MOF1ENA AV
SISKIN ST
SKYLINE OR
SOLAMAR OR
SPANISH WY
SPRUCE ST
STATE ST
STELLA MARISLN
STEVEN CH
STRATFORD LN
S.TRQMBERGCR
SUCCESS ST
SUNNYHILL DR
SUNRISE CR
SYCAMORE AV
SYME DR
• INDICATES PRIVATE STREET IN
MOBILE HOME PARK
TAMARACK AV
TANAGER LN
TANAGER ST
TANAGER WY
TIPRRA DEL ORO
TORREJON PL
TRIESTE DR
TRUESOELL LN
TUTTLE ST
TYLER ST
UNICORNIA CT
UNICORNIA ST
UNICORNIA WY
URUBU ST
VALE WOOD
VALLEY PL
VALLEY ST
VELEROCT
VENADO ST
VIA CLAREZ
VIA ECO
VIA FESTIVO
VIA HINTON
VIA JOANlTA
VIA LACUNA
VIE JO CAST ILL A WY
. VISTA LOMA
VISTA MAI1INA
VISTA WY
VISTOSA PL
WALNUT AV
WASHINGTON ST
WESTHAVCN DR
WCSTWOOD DR
WILSON ST
WOODLAND WY
WOOUVALE OR
XANA WY
YOURILL Oil
YVETISWY
ZAMORA WY
ZODIAC PL
ABANTOST
ABCJOMRO ST
ABEIJULPl
ABFbULST
ACACIA AV
ADAMS ST
AIDEAPLAintn AV
ACFANJE ST
ALFIL WY
ALGA RO
ALICANTEflD
ALISMAPJ.
ALISMA 5T
ALMAUCN LN
ALONDRA WY
ALPACA ST
MARSH & MCLENNAN,
INCORPORATED CERTIFICATE OF INSURANCE
TO: City of Carlsbad
1200 Elm Avenue
Carlsbad, California 92008
THIS IS TO CERTIFY that the following insurance policy has been issued to
UNION OIL COMPANY OF CALIFORNIA and its subsidiary
SULLY-MILLER CONTRACTING COMPANY
and that said contract of insurance, subject to the respective terms and conditions,
affords Bodily Injury, Property Damage Liability and Blanket Contractual Liability
for all operations, including Automobiles, owned, hired or used.
CENTRAL NATIONAL INSURANCE COMPANY
(Cravens, Dargan & Co.)
POLICY NO.: CNX-160729
Term: November 1, 1975-
November 1, 1976.
By:_
COMBINED SINGLE LIMIT BODILY
INJURY AND PROPERTY DAMAGE
EACH ACCIDENT OR OCCURRENCE
$1,000,000.00
MARSH & MCLENNAN, INCORPORATED
Agent
In the event of cancellation of the above contract of insurance, the Underwriters
will give not less than ten (10) days advance notice by mail to the party or parties
to whom this certificate is issued at the address stated herein which shall be
sufficient proof of notice. •
ADDITIONAL INSURED: The party or parties to whom this Certificate of Insurance is
issued is/d5KXXSBS covered as Insured(s) under the terms of the contract of insurance
described above. If so covered, the insurance with respect to such party or parties
is subject to all of the terms and conditions of said contract of insurance, and to
the special conditions, if any, stated below.
SPECIAL CONDITIONS:Asphalt concrete overlay of various-city streets 1976, Contract no.
1031.
The City of Carlsbad is named as an additional named insured as resects to asphalt con-
crete overlay of various city streets 1976, Contract no. 1031.
"It is hereby understood and agreed that the policy to which this certificate refers may
not be cancelled, materially changed, nor the amount of coverage thereof reduced, not the
policy allowed to lapse until ten (10) days after receipt of a written notice of such
cancellation or reduction in coverage by the City Clerk of Carlsbad."
Subject to policy terms and conditions.Dated: 6/30/76
LOS ANGELES, CALIFORNIA -See Attached Page For Excess Limits-
_ INTERNATIONAL SURPLUS LINES INSURANCE COMPANY
POLICY NO. XSI 1857
TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976
INTERNATIONAL SURPLUS LINES INSURANCE COMPANY
BY
LEXINGTON INSURANCE COMPANY ' '- <.
POLICY NO. 5502778
TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976
LEXINGTON INSURANCE COMP4
BY /^^
INSURANCE COMPANY OF THE STAT
(C. V. STARR)
^OF PENPENNSYLVANIA
POLICY NO. 42752156
TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976
PENNSYLVANIAINSURANCE COMPANY OF THE STATE
(C. V. STARR) ^^- f i SI
BY
GLACIER GENERAL INSUR^&NCEXfOMPANY
U-^
POLICY NO. SCP 5111
TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976
INSURANCE COMPANY
rONEWALL INBURSTONEWALL INSURANCE COMPANY
(DEPENDABLE INSURANCE ASSOCIATES)
POLICY NO. 13272
TERM: MARCH 1, 1976 TO NOVEMBER 1, 1976
STONEWALL INSURANCE COMPANY
(DEPENDABLE-INSURANeE ASSOCIATES)
BY
$ 500,000.00 )
$ 500,000.00 )
$ 750,000.00 )
COMBINED SINGLE LIMIT
BODILY INJURY AND
PROPERTY DAMAGE, EACH
ACCIDENT OR OCCURRENCE
) $ 300,000. EXCESS OF
$ 350,000.00 ) $1,000,000 ..00
$1,900,000.00 )
«
Certificate of Workmen's Compensation Coverage
CITY OF CARLSBAD
1200 EM AVENUE
CARLSBAD, CALIF. 92008
Sully Miller Contracting Company
3000 East South Street, P.O. Box 5399
Long Beach, California 90805
RE: ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS 1976
CONTRACT NO. 1031
Date: JUNE 29, 1976
This is to certify that Sully Miller Contracting Company is self-insured under provisions of
the California Worker's Compensation Law and has in its files Certificate of Consent to
Self-insure issued by the Director of Industrial Relations of the State of California.
This coverage will not be canceled except on 30 days advance written notice to you.
By
Title
FRANK E. HOLLAND
ASSISTANT SECRETARY
FORM SM-IH49 JREV 7-7$) PRINTED IN U.S.A.