HomeMy WebLinkAboutA & L Asphalt Company; 1974-06-21; 1021CITY OF CARLSBAD
SAN DIEGO COUNTY
California
CONTRACT DOCUMENTS & SPECIFICATIONS
FOR
ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
Contract No. 1021
May 1974
TABLE OF CONTENTS
Paqe
1 NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL
6 DESIGNATION OF SUBCONTRACTORS
7 STATEMENT OF FINANCES
8 BID BOND
9 AGREEMENT AND CONTRACT
11 BOND FOR LABOR AND MATERIALS
13 BOND FOR FAITHFUL PERFORMANCE
15 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 10:00 AM on the.
i 5th day of _ June , 19 74 , at which time they will be
opened and read,"for performing the work as follows:
Contract 1021
Asphalt Concrete Overlay of Various City Streets
Mo bid will be received unless it is made, on a proposal form furnished
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 per cent of the amount bid.
The documents included within the sealed bids which require completion
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
The documents shall be affixed with the appropriate signatures and titles
of the persons signing on behalf of the bidder. For corporations, the
signatures of the Pr es id ent or Vic e - Pre s i d e n t 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 basis 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 III of Business
and Professions' Code. The contractor shall state his license number
and classification in the proposal.
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 none will be required
for each set of plans, special provisions and contract documents for
other than licensed contractors. It is requested that the plans and
special provisions be returned within 2 weeks after the bid opening.
The City of Carlsbad reserves the right to reject any or all bids and
to waive any informality in such bids.
A project tour will be conducted by the"City of Carlsbad Engineering
Department at 10:00 AM on May 30, 1974 .
In accordance with the provisions of Section 1770 of the Labor Code,
the City Council of the City of Carlsbad has ascertained the general
- . . Page 2
prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft or type of workman or mechanic
needed to execute the contract and has set forth these items in
Resolution No. 3361.
A copy of said Resolution is available in the Office of the City
Clerk in the City of Carlsbad.
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 20
working days.
Page 3
CITY OF CARLSBAD
ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
CONTRACT NO. 1021
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 1021 in accordance with the plans, the specifi-
cations 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.
Item No. Quantity Unit Article Unit Price Total
1. '4503 tons asphaltic concrete surfacing
in place including tack coat
at ~T////2~&£// -
• dollars
and Tw/gA/ry *//'*/£- cents
per ton '~~
TOTAL (figures)
TOTAL (in words)
Page 4
All bids are to be computed on the basis of the given estimated
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,"''%
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 £>&*; £> _ ........ ........ ^
(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
. . A &L Asphalt Company
,- dba
7.-5-7-%3 70 ' ASPHALT SERVICE
Phone Number ' ' Bidder's Name,, -., ,
, (SEAL)'
£ ,57 _ _.
Date : Authorized Signature
ASPHALT SSP.VICE Authorized Signature
P. 0. Box C
Oceanside,_ L
Bidder's Address • Type of Organisation
(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:
State of Califoraia
County of
On June 5, 1974., before me, the undersigned,
ss. -a Notary Public of said county and state, personally appeared
WILLIAM F.. SPICF.B __,
known to me to be the Attorney-in-Fact of
Industrial Indemnity Company ;
the Corporation that executed the within instrument, and known
to me to be the person who executed the said instrument on
behalf of the Corporation therein named, and acknowledged to
me that such Corporation executed the same.
NOTARY PUBLIC
5 YOOO R4 (0/72)
STATE OF CALIFORNIA
•a
ou
San DiegoCOUNTY OF
June 5, 197A
said State, personally appeared,
known to me to be the
_, before me, the undersigned, a Notary Public in and for
-President, and Kenneth, B. Cook
'c known to me to be the-Treasurer --Secretary of the corporation that executed the within instrument,
< and known to me to be the persons who executed the within
£ instrument on behalf of the corporation therein named, and ac-
g knowledged to me that such corporation executed the within
2 instrument pursuant to its by-laws or a resolution of its board of
a
o directors.
WITNESS my
OFFICIAL S^AL |
PnPJLE M. BLACTKBURi!
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires April 2, 1978
(This area for official notarial seal)Name (Typed or Printed)
Page 6
, as Principal,
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS. A & L Asphalt Company
dba
That we, ' ASPHALT SERVICE
and Industrial indemnity ..Company , as Surety, are held and firmly
bound unto the City of Carlsbad, California, in the sum of .TlS/V
et-'^-T £/£> Dollars ($_/o/y _°^., &/<£>•) ' 'lawful money of
the United States for the paviaant of which sun well and truly to be
made, we bind ourselves, jointly and severally, firmly by these present:
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. 1021 -
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
of the City of Carlsbad, being duly notified of said award, then this
f" 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 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
day of ^JTZ^y/jg. , 19 7^/-. A & L Asphalt Company
dba
ASPHALT SERVICECorporate' Seal (if corporation)
(Attach Acknowledgement of
Attorney in Fact)
Principal
INDUSTRIAL
Title
. (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. . :
'— fl&LAsuIidll Company
dba
ASPHALT SERVICE
Bidder's Name
Authorized Signature
Type of Organization ]
(Individual, Co-Partnership or ]
Corporation) j
I
ASPHALT SERVICE |
Ft Q.
OeeansideV California 9SQ34 I
Address
*_ .
Page 8
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AMD 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.
A & t Asphalt Company
dba
ASPHfliTSigned
Page 9
CONTRACT
THIS AGREEMENT> made and -entered into this 2/&r~ day of
, • by and between the City of Carlsbad,
California, hereinafter designated as the City, party of the first
part, and A & L Asphalt Co. , DBA Asphalt; Service hereinafter designated
as the Contractor, party of the second part.
VJ1TMES3ETII: 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 cigrees with the City to furnish all materials and labor for:
Asphalt Concrete Overlay of Various City Streets
Contract No. 1021
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
s.ave harmless the City, the City Engineer, and their 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 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.
ARLSBAD, CALIFORNIA
£? J f*
' Mayor
ATTEST:
A&L Asphalt Company
*
City Clerk T "dba
ASPHALT SERVICE
Contractor
(Seal)
Title
By
Title
Approved as
(Notarial acknowledgement of execution by all PRINCIPALS must be
attached.)
STATE OF CALIFORNIA
COUNTY OF • San ss.
On _ June 21, 1974 _____ before me,
the undersigned, a Notary Public in and for said County and State,
personally appeared ____________ ,
known to me to be the ____ ________ President, and ____
Kenneth R. Cook ______ > known to me to 1)e
— Secretary 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.
Signature.
D. Blackburn
FOR NOTARY SEAL OR STAMP
mimiimmHmmmmmmiimimmiimmiimiiimmtmmiumfmmmrmimmmimiiimi'
^ OFFICIAL SEAL I
JOE D. BLACKBURN I
NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
I My Commission Expires June 4, 1978
aUUtUtUtllUUUMtlUJIMIIIIIIIllllllulllllllllllKllitlllliniM'IIMinilllllintlltllHIUtllltlNmtIM :
Page 11
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. 3441 adopted June 18, 1974
has awarded to A & L Asphalt Company,JDBA_Asphalt Service
hereinafter designated as the "Principal", a contract for:
Asphalt Concrete Overlay of Various City Streets
Contract No. 1021
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
as Principal, hereinafter designated as
INDUSTRIAL INDEMNITY COMPANY
Contractor and 255 CALIFORNIA STREET ..,,.,..„„ ^
'. 'SAN FRANCISCO, CALIFORNIA 9412U ~~~
as Surety, are held firmly bound unt
the City of Carlsbad, in the sum of TOOEK5IW ZftJQ O Dollars
' ) ' said sum being 50 per cent of the estimated amount($ _
payable by the City of Carlsbad under the terms of the contract, for
v/hich 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 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.
Page 12
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 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,
Principal and Surety above named, on the
this instrument has been duly executed by the
"Z. \ *V day of ^O^J^
A&L Asphalt Company
dba
ASPHALT SERVICE (Seal)
Contractor .
INDEMNITY COMPANY
STATE OF CALIFORNIA
COUNTY OF SasJliego.ss.
On ____ Jime_L, __ L97^_ ... ________ ______ before me.
the undersigned, a Notary Public in and for said County and State,
personally appeared _________ _______ __ ------ ----- _.
known to me to lie the . _ . _ _ __ President, and ---------------
______ Kenneth_R._Copk ______________ known to me to he
— Secretary of the corporation that executed the
within Instrument, known to me to be the persons who executed tin-
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.
Joe D. Blackburn
FOR NOTARY SEAL OR STAMP
OFFICIAL SEAL
JOE D. BLACKBURN
NOTARY PUD! 1C CALIFORNIA
= ''.X-iv;'->''.!// PRINCIPAL OFFICE IN
1 Vt.3^X SAN DIEGO COUNTY
| N'iy Commission Expires June 4, 1978
State of California
County of SAN DIEGO
OFFICIAL SEAL
MARGARET E. McCOBB J
NOTARY PUBLIC • CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires October 31, 1975 J
SS., before me, the undersigned,
a Notary Public of said county and state, personally appeared
WILLIAM E. SPICER
known to me to be the Attorney of the INDUSTRIAL INDEMNITY
COMPANY, the Corporation that executed the within instrument, and
known to me to be the person who executed the said instrument on
behalf of the Corporation therein named, and acknowledged to me
that such Corporation executed the same.
Notary Public
1Y060 R3 110/64)
Page 13
PERFORMANCE BOND
*
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the 'city Council of the City of Carlsbad, State of.
California, by Res. No. 3441 adopted June 18, 1974
has awarded to A & L •Asphalt Company, DBA Asphalt Service _ ;
hereinafter* designated as the "Principal", a contract for:
• Asphalt Concrete Overlay of Various City Streets
Contract No. 1021
in the City of Carlsbcid, 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,
^^^
as Principal, hereinafter designated as"!f:,;Uri":RiAL INDEMNITY COMPANY
f.h nr , x. ii rt 2r-5 CALIFORNIA STREETthe Conur^ctor , and - SAN FRANCISCO, CALIFORNIA 94120
as Surety, are held and,firmly boun
unto the City of Carlsbad, in the sum of \-\LXft4ff0 - TQCT Y^Fi \j$_ % I {P.£\
Dollars ( $ ^^ ffi 4^> /*\ ) , said sura being equal to 100 per cent 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 ana truly to be made, v;e bind ourselves, our heirs, executors
and administrators, successors or assigns, jointly and severally,
firmly by these presents.
r
THE CONDITION OF THIS OBLIGATION IS SUCH, that if 'the above-bounden
Principal, his or its heirs, executors, administrators, successors or
assigns, shall in all things stand to and abide by, and well and truly
keep and perform the covenants, conditions and agreements in the said
contract and any alteration thereof made as therein provided on his
or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent
and meaning, and shall indemnify and save harmless the City of Carlsbad,
its officer's and agents, as therein stipulcited, then this obligation
'shall become null and void; otherwise it shall remain in full force
and virtue. __ . .
j-nd 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 specif i-
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 ^L\ >/ day of
(Seal)
(Seal)
(Seal)
A & L Aspha It Compa ny
dba
ASPHALT SERVIGI
Contractor
STATE OF CALIFORNIA
COUNTY OF_. .San Diego ss.
On _____ June_2l,_1374 _ ________________ before me,
the undersigned, a Notary Public in and for said County and State.
personally appeared ------------ -------- — -------- ------ _. . . ,
known to me to he the- _ ___ President, and ---------- --- -
____ Kenneth_R._Copk ________ , known to me to he
—-Secretary of the corporation that executed the
within Instrument, known to me to lie the persons who executed the
within Instrum'ent 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.
Signature--77-Joe D. Blackburn
FOR NOTARY SEAL OR STAMP
OFFICIAL SEAL
JOE D. BLACKBURN
NOTARY FUBl IC-CALIFQRNIA
PRINCIPAL OFFICE !N
sn-^yf SAN D|EGO COUNTY
I My Commission Expires June 4, 1978
State of California
County of SAN DIEGO
OFFICIAL SEAL
MARGARET E. McCOBB
NOTARY PUBLIC • CALIFORNIA \
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires October 31, 1975
ss.- before me, the undersigned,
a Notary Public of said county and state, personally appeared
WILLIAM E. SPICER
known to me to be the Attorney of the INDUSTRIAL INDEMNITY
COMPANY, the Corporation that executed the within instrument, and
known to me to be the person who executed the said instrument on
behalf of the Corporation therein named, and acknowledged to me
that such Corporation executed the same.
Notary Public
1Y080 R3 (10/64)
Page 15
CITY OF CARLSBAD
Engineering Department
Contract No. 1021
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 is to average IV in thickness and covers approximately
507,000 square feet.
B. Work Schedule
The contractor shall furnish the Engineer with a tentative
schedule indicating which streets to resurface each day during
the term of the contract. The schedule shall be furnished at
the preconstruction conference, which will be held in the office
of the 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.
" ) \ • ~ S i • :
Daily work shall be accomplished between SAM and 4PM, Monday
through Friday. All work shall be completed within thirty (30)
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 intervals of
approximately 100 feet on both sides of the block affected by
the work. Signs shall be removed as soon as the streets are ready
to receive traffic and turned over to the City Engineer.
<- > - '
Door Knob Notices - The Engineer will also provide the contractor
with door-knob notices which will further serve to advise residents
of the impending parking restrictions. The contractor 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.
Page 16
Special Provisions
Contract No. 1021
D. Plans and Specifications
All work shall be done in accordance with "Standard Specifications
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 specifi-
cations, and the proposal and contract forms thereof. The sub-
. mission 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 amount 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 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 operation.
A tack coat shall be uniformly applied to the surface in accord-
ance with Section 302-5.3 of the Standard Specifications.
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.
Page 17
Special Provisions
Contract No. 1021
B. Asphalt Concrete Resurfacing
Asphalt concrete for overlay work shall conform to Section1 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 to prevent adhesion of the asphalt
concrete.
In areas of rolled A.C. berm, overlay shall feather to flow line
of gutter.
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 additional compensation
will be made therefor.
C. Manhole Adjustments
All sewer manholes, sewer dead end structures and storm drain
manholes shall be raised to finish grade of the overlaid streets
by the contractor. All other manholes and valve covers will be
adjusted by the respective utility.
Adjustable manhole rings of a type approved by the City Engineer
may be used in raising manholes to grade at no additional .cost
to the City.
Full compensation for adjusting sewer manholes, sewer dead end
structures and storm drain manholes to finish grade shall be
included in the unit price bid for asphalt concrete resurfacing.
Althea Lane
Andrea Avenue
Valley Street
Sycamore Avenue
Chestnut Avenue
Maple Avenue
Acacia Avemie
Hemlock Avenus
Redwood Avenue
Redwood--Avenue
Laguna Drive
Roosevelt Street
Madison Street
Davis Avenue
Jefferson Street
"Kagnol-i* Avenue
Drive-
&
CITY OF CARLSBAD
ASPHALT CONCRETE OVERLAY
VARIOUS STREETS - CONTRACT 1021
Limits
Andrea to terminus
Valley to terminus
Tamarack to n/o Andrea • '
Carlsbad Blvd. to Garfield St.
Carlsbad Blvd. to Garfield St.
Carlsbad Blvd. to Garfield St.
Carlsbad Blvd. to Garfield St.
Carlsbad Blvd. to Garfield St.
Carlsbad Blvd. to Garfield St.
Carlsbad Blvd. to Garfield St.
Garfield to terminus
State St. to Jefferson St.
' Laguna Dr. to Beech Ave.
Grand Ave. to Elm Ave.
: BaGswood to Chestnut Ave.
Buona Vista Way to Knowles
Tamarack Ave. to Chinquapin
Adams St. to Highland Dr.
Oak Ave. to Elrawood St.
• Laguna Drive to Buena Vista Way
TOTAL
EXHIBIT
APPRO*.TONS
275
167
109
90
271
103
126
116
119
|66
472
324
145
680
98
2SO
290
196
408
ga^j--'j.,m-
4503
CERTIFICATE OF INSURANCE
II4 DTTiitofl "1 ^ Hartford Fire Insurance Company -| 2] New York Underwriters Insurance Company
HAlllrUlll) ". E Hartford Accident and Indemnity Company ^ ffl Twin City Fire Insurance Company"" .
u 3] Citizens Insurance Company of New Jersey u
This is to certify that the company designated
herein by Co. Code has issued to the named insured
the policies enumerated below.
Named Insured and Address
A & L ASPHALT 00. , BRA: ASPHALT SERVICE
P. 0. BOX "C"
OCEAHSIDE. CALIFORNIA 92054
WILCOX, VETETO & THILI INC
GENERAL i^Sl^AkC?
818 Mission Avo. Telephone 722-1671
(V^Ri;01,-''- ("'•'iif'-i-nijThe policies indicated herein apply with respect to the hazards and for the coverages and limits of liability indicated by
specific entry herein but this certificate of Insurance does not amend, extend or otherwise alter the terms and conditions
of the insurance coverage in the policies identified herein.
Coverages and Limits of Liability
Hazards
General Liability
Premises-Operations
Independent Contractors
Completed Operations;
Products
Contractual (as described
below)
Automobile Liability
Owned Automobiles
Hired Automobiles
Non-Owned Automobiles
THIS CERTIFICATE 01
Workmen's Compensation
and
Employers' Liability
Umbrella Liability
Policy Number
and
Policy Term
58 C 250264
10-1-73/10-1-74
n
»»
n
58 C 250264
10-1-71/10-1-74
n
it
INSURANCE BUTHI!
(SINGLE LIMIT)
Bodily Injury and
Property Damage Liability
*eachoccurrence
$ ,000
$ ,000
$ ,000
$ ,000
$ ,000
$ ,000
$ ,000
$ ,000
R AFPX8MA
aggregate
$ ,000
$ ,000
$ ,000
$ ,000
$ ,000
xxxx
xxxx
xxxx
rraLY OR
(DUAL LIMITS)
Bodily Injury Liability Property Damage Liability
each person
* 300 .000
$ 3oo ,000
$ 300 -ooo
Aggregate:
$ 300 .000
S f«V> ,000
$ 100 ,000
$ lfln ,000
HEGATIVEL
*eachoccurrence
$ 300 ,000
$ 300 ,000
1 500 ,000
$ ,000
$ nx> ,000
$ 3ftfl ,000
$ ?00 '00°
$ 300 ,000
r AMENDS,
*eachoccurrence
$ 100 ,000
$ 100 ,000
$ Iflfi ,000
xxxx
$ too ,000
$ ion ,000
$ |flf| ,000
$ IQQ ,000
EXTEWDS 01
aggregate
$ 100 -ooo
$ loo ,000
$ 100 ,000
xxxx
$ 100 ,000
xxxx
xxxx
xxxx
I ALTERS
Compensation — Statutory
Employers' Liability — $ ,000
$ ,000,000
*If with respect to Automobile Liability the Policy Number entered above includes the symbol GB, AZ, MVP, MAG or PGB, the word "occurrence"
_is amended to read "accident".
Location and description of operations, automobiles, contracts, etc. (For contracts, indicate type of agreement, party and
date.) j0B. CONTRACT MO, 1021 - ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS
"IT IS HEREBY UNDERSTOOD AHD AGREED TEAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY
HOT BE CANCELLED, MATERIALLY CHANGED, AMOCHT OF COVERAGE REDUCED NOR THE POLICY ALLOWED
TO LAPSE OHTIL TEH (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF A REGISTERED
NOTICE OF SUCH CANCELLATIOH 01 REDUCTION OF COVERAGE."
CITY OF CARLSBAD
1200 ELM AVENUE
CARLSBAD, CALIFORNIA §2008
; . .„ u _LO BAYS'written notice will be given to:
JUN2 5 IS?-!
CITY OF CARLSBAD
Form AL-12-2 Printed in U. S. A. 9-'70
Aiithorized Representative
Swett&CrawFord
CERTIFICATE OF INSURANCE
' COT OF CABLSBAD
CAILSUD, CALIPOSHIA 92008
THIS IS TO CERTIFY as to the existence of insurance, as of the date of execution hereof, with Harbor Insurance Company,
as described below:
Name of Insured: A fc L ^yg^ Qjfpigy DBAj ASPHALT SERVICE, BTAL
Address of Insured: f% 0- „ v§ oCEAKHJi, CALlfOTKA 920S4
Location of Risk: Vjjug0S
Kind of Insurance: wga^3jL ma^yy
P°liCyN°- 113921 Peri0dfr°m OCTOBER 1,1972 t0 OCTOIER 1. 1975
Limits: Bodily Injury each person $
each accident $ aggregate $
Property Damage each accident $ aggregate $
ftfiXPFSXElfGE MIUBJU* PKBEBLYIHB LIMITS Of LIABILITY ASD $250*000.00 AGGREGATE.
Kind of Insurance:
Policy No. period from to
Limits: Bodily Injury _each person $
each accident $ aggregate $
Property Damage each accident $ aggregate $
Kind of Insurance:
Policy No. period from to
Limits:
It is hereby understood and agreed that the certificate holder will be given ten (10) days written notice before any reduction of coverage or
cancellation of this insurance is effective.
This Certificate of Insurance is issued as a matter of information only and does not in any way amend, alter or vary the coverage afforded by the
policy or policies referred to herein and such policy or policies are subject to endorsement, alteration, transfer, assignment and cancellation-according
to the terms, conditions and provisions of such policy or policies.
Dated at this .day ofGCXAVSIBK, CALIFOWIA 21ST
6-21-74 *»
BY
U 6082 H-CFS (lO-73)
6300 WILSHIRE BOULEVARD LOS ANGELES, CALIFORNIA 90048 Telephone 651-5206
CERTIFICATE OF INSURANCE
WILCOX, VETETO & THILL, INC.
GENERAL INSURANCE
318 Mission Ave. Telephone 722-167)
Oceanside. California
CERTIFICATE HOLDER AND ADDRESS:
OF CARLSBAD
1200 ELM AVENUE
CARLSBAD, CALIFORNIA 92008
NAMED INSURED AND ADDRESS:
A & L ASPHALT CO., DBA: ASPHALT SERVICE
P. 0. BOX "C"
OCIMSIDI,, CALIFOINIA 92054
THIS IS TO CERTIFY THAT ON THE DATE BELOW THE FOLLOWING DESCRIBED INSURANCE POLICIES,
ISSUED BY THE COMPANY, ARE IN FULL FORCE AND EFFECT:
Name of Coverage
Workmen's Compensation
Public Liability— Bodily Injury (Not Auto)
Public Liability— Property Damage (Not Auto)
(Explosion, Collapse, Underground Hazards
Not Covered Unless Otherwise Stated Herein)
Products— Bodily Injury
Products— Property Damage
Specific Contractual — Bodily Injury
(Other Than Incidental Contracts As Defined
In the Policy)
Specific Contractual— Property Damage
(Other Than Incidental Contracts As Defined
In The Policy)
Policy
Number
P 74359
Effective
Date
9-30-73
Expiration
Date
9-30-74
Limits of
Liability
Statutory
$ ,000 each person
$ ,000 each occurrence
$ ,000 each occurrence
$ ,000 aggregate
$ ,000 each person
$ ,000 each occurrence
$ ,000 aggregate
$ ,000 each occurrence
$ ,000 aggregate
$ ,000 each person
$ ,000 each occurrence
$ ,000 each occurrence
$ ,000 aggregate
* $ ,000 As Per Single Limit Endorsement
DESCRIPTION OF PREMISES AND/OR OPERATIONS COVERED:
JOB: eOSTKACT HO. 1021 - ASPHALT COffCEETE QVULAI OF VARIOUS CITt STREETS
The Company will endeavor to give ten (10) days' written notice to the above Named Certificate-holder should any
of the above described policies be cancelled before the normal expiration date thereof, but failure to give such
notice shall impose no obligation or liability of any kind upon the Company.
THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY OR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AF-
FORDED BY THE POLICIES INDICATED ON THIS CERTIFICATE UNDER POLICY NUMBER.
DATED AT JuBft
This day of
WC 48A-10M 12-71
19
SILCOX