Loading...
HomeMy WebLinkAboutA & L Asphalt Company; 1975-06-26; 1025CITY OF CARLSBAD SAN DIEGO COUNTY California CONTRACT DOCUMENTS & SPECIFICATIONS FDR ASPHALT CONCRETE OVERLAY OF VARIOUS CITY STREETS Contract No. 1025 May 1975 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 ll 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 21st day of May , 1975 , at which time they will be opened and read, for performing the work, as follows: Asphalt Concrete Overlay of Various City Streets Contract No. 1025 No 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 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 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. T.he 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 12, 1975 . State In accordance with the provisions of Section 1773'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 se,t forth these items in Resolution No. 3600. 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. 1025 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 1025 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. 6751 tons asphaltic concrete surfacing ^/^i^= ~<c<' •--- in place including tack coat at /^vzr/gg/v/ _ dollars and yg/<gM//-y ^Sgtff. ^, cents per ton ^^ TOTAL (figures) TOTAL (in words) /l///K£i;r\./ A///V& 7~~/Sc 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, 2-5* 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 - S'3 7oPhone Number 'Date A&L Asphalt Company dba ASPHALT SERVICE Bidder's Name (SEAL) Authorized Signature' ASPHALT SERVICE P. 0. Box G Oceanside. California 92054 Bidder ' s Address Authorized "Signature Type of Organization (Individual, Corporation, Partnership) • ' ••', ' > List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: f» STATE OF CALIFORNIA COUNTY OF SaoJliego On- ss. before me, the undersigned, a Notary Public in and for said County and State, (L_H^_I&WEenCe ------------- , President, and personally appeared known to me to lie the KemL6th_B«u_ C00k , known to me to be 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 it, by-laws or a resolution of its board of directors. Signature. FOR NOTARY SEAL. OR STAMP OFFICIAL SEAL ?> JOE O. BLACKBURN NOTARY PUBUC-CAUFORNIA SANDHEGO COUNTYMy CommiMton txfint Jum 4. 1978 State of County of California SAN DIEGO • ss. OFFICIAL SEAL MARGARET E. McCOBB NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires October 31, 1975 On MAY 21ST, 1975 _ ? before me> the undersigned, .a Notary Public of said county and state, personally appeared WILLIAM E. SPICER- ^ - , -- _ — ___ , 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 1Y060 R4 (9/7Z) Page 6 , BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, A & L Asphalt Company dba • ' ASPHALliSERVICE _, as Principal,That we, ; and Industrial Indemnity Company _, as Surety, are held and firml; bound unto the City of Carlsbad, California, in the sum of ~7^=; */ {^/etf,•') Dollars ($) f 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 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. 1025 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 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 2/ X of /7/9y -• 19_Z£"- A&LAsphaltCompany• . . . •.•••'-. -:'-• :- dba ' ' .•• ' .. . - » -. >•:.' - ASPHALT SERVICE ; v 'Corporate Seal (if corporation) (Attach Acknowledgement of Attorney in Fact) IkklNPflyNITy COMPANY . i.California /9?138 •'•'' \V.'\.''' ' ,^ \ Jj / . /'. '^ .-••• •''^ .'.•-*..Y;.\' i L 2s..La^.i"—:~~— . WILLIAM E. SPICER, AttoiHey-in-Fact I •'' ,'Title • . V ' ,.;•'' (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 A&L Asphalt Company > ' ' dba '' / v ASPHAI j SERVICE _' Authorized Signature Type of Organization (Individual, Co-Partnership or Corporation) ASPHALT SERVICE - : - F. Oi Base c' - ; - Oceanside, California 92054 Address Page 8 ' BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE :ju (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 & C Asphalt Company ASPHALT SERVICE Page 9 CONTRACT THIS AGREEMENT, made and entered into this ^Ct' day of , 19^5 , by and between the City of Carlsbad, California, hereinafter designated as the City, party of the first part, and A. & L Asphalt Company. DBA Asphalt ^ hereinafter designated Service 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. 1025 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 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. ft&L Asphalt Company dba ^ ASPHALT SERVICE (seal) Title Ti'tle CITY <£>F CARLSBAD , CALIFORNIA by_ ( ff City Clerfc ( (Notarial acknowledgement of execution by all PRINCIPALS must be attached.) ss.STATE OF CALIFORNIA COUNTY OF San Diego On JUQe 13, 1975 before me, the undersicned, a Notary Public in and for said County and State, personally appeared C«_jL_J«Vrence , known to me to be the President, andKennethJl._JJo<ak , known to me to be 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. FOR NOTARY SEAL OR STAMP UT r IvIAL atAL. JOE O. BLACKBURN NOTARY PUBUOCAUFORWA SAN DIEGO COUNTY MrQ»raniMtenEmpi><MJurw4,1978 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. 3654 adopted June 3, 1975 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. 1025 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 terras 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: A & L Asphalt Company dba NOW, THEREFORE, WE . _ ASPHALT SERVICE _ _ • _ _____i _ as Principal, hereinafter designated as Contractor and ' l?cll^!if I^g COMPANY SAN FRANCISCO/ CALIFORNIA 9412i-KMKUbUU,- CAUPORNJA 9412Q as Surety, are held firmly bound unto the City of Carlsbad, in the sum of f^/Fr^/ '///**</•-$•<»*//> Dollars.^ ($ £~0, 0e>& *— ), 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 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 C,ode 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, this instrument has been duly executed by the Principal and Surety above named, on the /3?-& day of A&L Asphalt Company . ' dba ASPHAJJ (Seal) (Seal) (Seal) Contractor INDUSTRIAL INDEMNITY COM By?.wTl-LIAM E. SPICER, Atto:.iay-f State of County of California SAN DFEGO OFFICIAL SEAL MARGARET L McCOBB NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires October 31, 1975 On XN VJKJ'*!. \ j . l^J JTN t before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared WILLIAM E. SPICER , 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 r me that such Corporation executed the same. NOTARY PUBLIC 1 Y060 R4 (9/72) STATE OF CALIFORNIA COUNTY OF 'San Diego On June 13, 1975 ss. before me, the undersigned, a Notary Public in and for said County and State, personally appeared _ Cj H. known to me to be the Kenneth R, Cook President, and _, known to me to be 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 FOR NOTARY SEAL OR STAMP OFFICIAL SEAL JOED.MACKMJRN NOTARY MJBU&CAUFORMASAN ceoo COUNTY . Page 13 PERFORMANCE BOND i KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Carlsbad, State of California, by Res. No. 3654 adopted June 3, 1975 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. 1025 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; A&L Asphalt Company dba NOW, THEREFORE, WE, _ ASPHALT SERVIC^ _ _____ _ as Principal, hereinafter designated as the "Contractor'", and _ .. ::/.. .;:;.: '? "L'1 ':;'r'"-;'I_... ^v, i T..,U;^;,:.L:U, U.-UFORNIA 94120 _ j _ _ _ as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of Dollars ($ /6efg0& *•-" ) , said sum 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 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 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 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 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. '.L * 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 /jr^-// day of 19 '/jr.A & L Asphalt Company dba ASPHALT SfiRVICE~(Seal) (Seal) WILLIAM E. SPICER, Attorney! *-•* •APPfl CHy Attorney State of County of California SAN DIEGO OFFICIAL SEAL MARGARET E. McCOBB NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY a My Commission Expires October 31 1975 ' •""••• "iruvvK>fMTnjuTjTjiru-ijvnji \J K)"lL/ \ 1On x\ \ "L/ 1 ^ , before me, the undersigned, .a Notary Public of said county and state, personally appeared _ WILLIAM E. SPIfFR _ , 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 1 Y060 R4 (9/72) STATE OF CALIFORNIA COUNTY OF San Diego On June 13, 1975 ss. before me, the undersigned, a Notary Public in and for said County and State, personally appeared £L« EL—LaUT61106 ..., known to me to be the President, and Keimeth R. Cook , known to me to be 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 FOR NOTARY SEAL OR STAMP OFFICIAL SEAL JOE D. BLACKBURN NOTARY PimJC- SAN MOO COUNTYBMMM (MM Am* 1078 Page 15 CITY OF CARLSBAD Engineering Department Contract No. 1025 :L 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 1%" in thickness and covers approxi- mately 814,000 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. 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 inter- vals 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. 1025 . :u 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 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. 1025 :u 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 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 addi- tional 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. 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. III. REGULATIONS GOVERNING CONTRACT The City of Carlsbad is financing Contract 1025 with Federal Revenue Sharing funds. Therefore, the contractor shall adhere to all federal requirements pursuant to the State and Local Fiscal Assistance Act of 1972 (Title I, Public Law 92-512) in completing his work on this contract. A code booklet of federal regulations is on file in the Office of the Finance Director of the City of Carlsbad. Special attention shall be given to Section 51.32 prohibiting discrimination and Section 51.33 concerning wage rates and labor standards. IV. WATER FOR CONSTRUCTION The contractor may obtain water for use on this project only at locations approved by the City Engineer. There will be no charge to the contractor for water utilized directly in completing his work. ^ CITY OF CARLSBAD ASPHALT CONCRETE OVERLAY VARIOUS STREETS-CONTRACT 1025 smET naiTs • TOSS /•lia Aaa« . Stita Straat 6ra*4 Avanua lacarack IMjacrait Of. laack it. Cl« Avaau* Saicratt Or. Kaatfawlark tan* l.a k VI. t. »ay •wa a Vista u*y Cat tar Oak Or. ' Oca « St. aba tat* tfla« Dr. • Mar fia* St. CM «aa;l* A»aaua •a*»ar St. Aa<al St. KacArthur Avaaaa Cl*ar»lan Or. Cac4aa Clrcla MOrc- irruNBSAKf KCSUKFACCOICCriON I. IT Cyaratt A»*. •aclfla Ax. •»»!•«« St. •CHitlaut A»aaaa Jmlpar Aia. 11 Caalna «aal ta A1»a<aa Carlsaatf Ilv4. ta Occaa Straat ' 100* C. Ia»wae4 ta 34SS lUgacraat . Ocaa* St. ta I.R. track* 100* li. 1-5 ta >.I. tracka *(4gacrait Or. ta ISO* Sautk . luaaa «ita Kay la BlgMaM Or. Ma Pica ta 3CO' Cast Saacra t ta 100* kact Maiiala a «lt. ta Cjrli>« 11,4. Chfnqu pin ta Adam Adaat a 300* Cast A4a«t a »I9M»4 Cklnqw pfa ta Karri*** duaayk 11 ta Skylta* MacArtk^r t* S. Tar*1nua TOTAL ™ AVAILABLC. TH£ roU-OWINC STftCCTS UAY 0CAS MOVIOCO fOU IN THE JPtCIAU rSOVUIONJ- CMC: Maatala »1a> t* Oeaa* GarflaU ta t. A. tracka IAS itl 707 J7S . 107 • 11M III 41 14 . 101 .Ml 174 * II : tit n 174 10 ISI 1U M •IM^^to 14 II 171 HI 1)1 (XHI»ITV count mint HSPOML FROBOSCO *N«£MTION LOMAR A/RPOR/Ro tJO \ SCAL£ EXHIBIT A SHEET 2 COST* 'THY CLUt OlIVCM**"* «0*0 C4RL5BAO CITf UM'Tt SAN DHOO coum* r^ Ctf M"* fts," fM*HIOH JWtOOL ..-•*' •'5>J*t »." \ '^'/ A/a *«• V ^ v ^> ^ k: * * ft CITY OF CARLSBADASPHALT CONCRETE OVERLAY. VARIOUS STREETS-CONTRACT 1025 StU'ET /a,. >.t< . Stato Street Cra*4 Avaouo Tut rack ft<tf;ocrost Of. Icoek St. C1« Avo»uO SoJtroit flr. K«a0e«l*rk Un« ArlMtf M. •••M Vtst* Hi/ •dttW Vltti Uay C««rt*r 0*k Or. ' Octa* St. NAmttilpt fieri Or. - Hirri*0.t St. CA1«<]<i*pl* Avanu* HMvtr St. Altai St. lUcArtHwr *«t«.t* e?**rvlt« Or. C.te.i«« ClreU 11SITS El Ccafna fttal to A1*«*JtM Carlsbatf ll»«. to Ociait Str«»C * Jtfftrsa* St. to Carli&att Itvd. 100' C. •astMOotf t* 3US lUitcrtit Oca an St. to ll.lt. track* 200* 11. 1-5 tft k.R. tricki R1dg«cr>tt Or. t* *$0* SeyUi Rlilgtcrtit Or. t» cul tfa iae . luatia Vltta Way to Nlfhlao^ Dr. •to Pico to 3CO* Cast 10* t. Hl8hla*4 to Croit Siacroit to 100' Host Ho.mtat.« VltM to Carlt»«.< 11*4. Chlntiu ;ln to Adiai Jtdiat o 133' Ca*t A<««| o MlgfiUflO1 Cklnqy pin to Htrrlion «u.«yii 11 to SljlUa MicArtkjr to 5, ToraUut .lldfatrtil to (yl 4* IOC T01S its fitii> 107 »S . JOT I1M til 41 II . 1M 101 11 • •'« '. j" : n 174 M • III 111 • M MOTf • IP" FUNQ% AflC AVAILABLE. THE FOLLOWING 3TttCCT$ UAV SE PICSUNFACCO Al PMOVIOCO fON IN THE SPECIAL PROVISIONS. StCriON I.ITCU t: ClrlioU ll*tf. to Ocooik . M iu»«t«l« «io> M Oeoi> (I Conu»t to firt tr. 171 lirflolo to I. I. tricll 111 CirnoU to I. I. iricki 1)1 ArJ .----1 COON RD. "~l PftOPOSCD ANNEXATION r AUOA fee COtHiTHr CLUt \ SCALE EXHIBIT A SHEET 2 PUVIHMMN *0*0 CARLSBAD CITY LIMIT! IAN OIIOO COUNTY r 75-1 June 25, 1975 MEMORANDUM TO: Public Works Admiiu'strator FROM: Street Superintendent SUBJECT: 1974-75 Overlay Program The 1973-74 overlay program paved Los Robles and El Arbol from Monzano to approximately 350' north of Cerezo. This caused numerous complaints because the remaining lengths of these streets were not capped, even though they were not sufficiently in need of capping. A survey of the 1974-75 overlay program was made, in an effort to detect any streets which were being considered, which could pose this problem. It was found that six streets could pose a problem by not paving their full lengths. The six streets involved are: 1. Ridgecrest Drive 2. Seacrest Drive 3. Charter Oak Drive 4. Hi 11 crest Circle 5. Buena Vista Way (Pio Pico to 300' East) 6. Chinquapin Avenue (Adams Street to 300' East) To avoid this problem in the 1974-75 overlay program, there are several alternatives; 1. Remove the streets in question from the program and include them in the 1975-76 overlay program. 2. Write a change order to extend the paving the full length of the six streets and appropriate additional funds. 3. Reduce the proposed thickness of the streets in question and any additional streets, to gain the tonnage needed to extend the paving of the six streets in question. 4. Remove the two short sections of overlay (Buena Vista Way and Chinquapin Avenue, from the program and include them in the 1975-76. overlay program. Also reduce the proposed thickness of Ridgecrest Drive, Seacrest Drive, Charter Oak Drive, Camden Circle,.Meadow!ark Lane, Hoover Street and Harrison Street, to gain the additional 400 tons needed to pave Ridgecrest Drive, Seacrest Drive, Charter Oak Drive and Hillcrest Circle their full lengths. Discussion: Alternative number one would not be practical as the list has been made public and the streets are in bad need of repair. We would be placing the City in a similar position as it faced in Terra Mar. Alternative number two requires additional funds which the city does not have at this time and it would delay the program. Alternative number three is logical but there are insufficient streets in this years program that can be thinned for the needed tonnage. This years program was designed to pave the streets that were in the worst condition and any thinning of the overlay would critically reduce their extended life expectancy. Alternative number four appears to be the most logical solution. It removes two very short sections from the program which if paved could very well cause the same problem that we are trying to avoid. It thins the paving of a minimum number of streets allowable without a noticeable reduction of their extended life expectancy. By extending the paving of the aforementioned streets their full lengths, we will face the problem of raising manholes. There are twelve manholes and one sewer dead end in the extended areas. However, seven of these manholes are too high at the present time and the overlay will match to them and these then will not require adjusting. The remaining sewer dead end and five manholes needing adjustments can be negotiated at the pre-construction meeting. If a satisfactory agreement cannot be reached at that time, these can be raised by City crews. To obtain the best results from the thinned areas, it will be necessary to reduce the aggregate size to a 3/8" maximum. However, I would recommend against thinning any of the overlays because in my opinion this would reduce the expected life of those overlays. I do feel that alternative number four would reduce, if not elimiante the possibility of the complaints encountered during the 1973-74 program. D. A. BROWN Street Superintendent DAB:rodb cc: Utilities/Maintenance Director City Engineer It ENDORSEMENT*EFFECTIVE: £-13-75 i I COMSISBJATIOtf Of THE PREMIUM CHARGE!?, IT IS U.VPEEST009 AW AG2EEP THAT THE FOUlWk'S IS APPE2? AS AM APPITIOWAi ASSUREP: BUT o&iK AS KESPECTS THE ominous OF THE OSISIMI ,VA«EP cnr OF ELM IT IS FUKTHER U,V£E2S7t?(?P Af^P A6REEP THAT THE MCUJSIOH Of TOE A8(?5?E SHAil MOT OPERATE TO IMOJEASE THE CfltfPWS T<2TAL IIMITS OF tlABIJLITy IT IS Fixity U?^S?Ei?ST<30t? A,W AGJ^EI? THAT THIS POtlCK SHALL WOT BE CAfc'CEUEI? w VMS mm&t ucmci TO THE ABOVE EV SA^RE s TOSO, we. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED THIS ENDORSEMENT IS ATTACHED TO AND MADE A PART OF POLICY HO. M $0095 OF TOE ISSUED TO- * * * ASEKA1T DATED AT . gg/U ASPHALT SHUICE, ET AL AA&EIES, CALIFOg?fIA DATE: cZ SftT2000 (20M 12-70) *> CERTIFICATE OF INSURANCE NAMED INSURED • A & L ASPHALT COMPANY DBA: . ASPHALT SERVICE . POST OFFICE BOX C OCEANS IDE, CA 9205** ISSUED BY [JQ]'Mission Insurance. Com'pajtiy I I Holland-America Insurance Company CERTIFICATE ISSUED TO .CITY OF CARLSBAD 1200 ELM AVENUE CARLSBAD, CA 92008 • MISSION INSURANCE COMPANY • POST OFFICE BOX 1103 • LA MESA, CALIFORNIA 920^1 MISSION INSURANCE COMPANY and/or HOLLAND-AMERICA INSURANCE COMPANY has issued coverage effective as of the dates and for the periods and limits specified below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binders or Policies whether shown by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person, firm or corporation will not be construed as enlarging, altering or amending the definition or insured or any other terms or conditions of this certificate or the policy designated. KIND OF INSURANCE WORKMEN'S COMPENSATION EMPLOYERS LIABILITY LIABILITY BODILY INJURY LIABILITY AUTOMOBILE BODILY INJURY LIABILITY EXCEPT AUTOMOBILE PROPERTY DAMAGE LIABILITY AUTOMOBILE PROPERTY DAMAGE LIABILITY EXCEPT AUTOMOBILE AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE FIRE, LIGHTNING & TRANSPORTATION THEFT (BROAD FORM) COLLISION OR UPSET POLICY NUMBER WCP 30077-A HAC 10056-A POLICY PERIOD EFF. 9/30/7^ EXP. 9/30/75 EFF. 10/1/74 h EXP. 10/1/75 EFF. ^ EXP. LIMITS OF Statutory $ 100,000.00 S 100,000.00 Each Person $ 100,000,00 Each Occurrence s 300,000.00 Each Occurrence S 100,000.00 Each Occurrence S 100,000,00 s $ s Actual Cash Value Less S LIABILITY Per Accident Occupational Disease Aggregate Each Occurrence s 300,000.00 Aggregate s 300, ooo. oo S 100,000.00 Aggregate S TOO. 000 .00 Deductible Effective any loss under Physical Damage Coverage is payable as interests may appear to the Named nd the Csrtificate Holder in accordance with Loss Payable Endorsement on reverse side, as respects the following: YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER [_ _ j All automobiles in which the Certificate Holder has a financial interest. [ _ j The Certificate Holder is hereby named as an additional insured with respect to all automobiles leased or rented to the Named Insured. JOB: ALL OPERATIONS OF THE INSURED AS RESPECTS ASPHALT CONCRETE OVERLAY OF VARIOUS CITY DESCRIPTION AND LOCATION OF OPERATIONSSTREETS, CARLSBAD, CA CONTRACT #1025 This policy shall not be canceled nor reduced in coverage until after JEN days written notice of such cancelation or reduction in coverage shall have been mailed to this certificate holder. Certified this nth _ day of .IIINF ADDITIONAL INSURED ENDORSEMENT TO FOLLOW 19j£— • db ProdugAC IFIC INSURANCE AGENCY me MISURAN -^Of—f-r ed Representative HAC 3 . 9/74) (20M) '• "' REVIVED ADDITIONAL INSURED-OWNERS JUN 3 0 1975 AND CONTRACTORS PROTECTIVE LIABILTY . ,. CARLSBAD Engineering Department IN CONSIDERATION OF AN ADDITIONAL PREMIUM OF INCL IT IS UNDERSTOOD AND AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY UNDER COVERAGE ACBODILY INJURY LIABILITY) AND INSURANCE AS is AFFORDED BY THE POLICY UNDERCOVERAGE B (PROPERTY DAMAGE LIABILITY, OTHER THAN AUTOMOBILE) APPLIES TO THEFOLLOWING: 1. THE INSURANCE APPLIES TO CITY OF CARLSBAD 1200 ELM AVENUE,CARLSBAD, CALIFORNIA 92008 AS AN ADDITIONAL INSURED, BUT ONLY WITH RESPECT TO OPERATIONS PERFORMED BY A § L ASPHALT COMPANY DBA: ASPHALT SERVICE AND OMISSIONS AND SUPERVISORY ACTS OF THE INSURED. 2. THE POLICY DOES NOT APPLY WITH RESPECT TO CITY OF CARLSBAD TO THE PRODUCTS HAZARD AS DEFINED IN THE POLICY. 3. THE POLICY DOES NOT APPLY TO LIABILITY ASSUMED BY CITY OF CARLSBAD Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, or limitations of the policy to which this endorsement is attached other than as above stated: This endorsement when countersigned by an Authorized Representative of the Company and attached to Policy No HAG IQObDnA issued by S Mission Insurance Company to _ D Holland-America Insurance Company ASPHALT SERVICE, ET AL - '' , 1_ shall be valid and form part of said policy. THIS ENDORSEMENT EFFECTIVE from and after the 15TH dav of JUNE 7fr> at 12: 01 A. M SECRETARY ^"*>SECRETARY ^ . . PRESIDENT . . , LOS ANGELES ... 26TH ., f JUNECountersigned at this '•••" "f Authorized ^Representative GL 104 (new 4/75) SAYRE &'TOSO, Inc. VERIFICATION OF INSURANCE r TO: CITY OF CARLSBAD 1200 ELM AVENUE CARLSBAD, CA 92008 l_ ~l J Wo, the undersigned, hereby verify that the following described insurance is in force at this date, of which % is insured with Underwriters at Lloyd's, London % is insured with Certain Insurance Companies, London, England TOO % is insured with MISSION INSURANCE CO, Name of Assured: Address of Assured: Location of Risk: Kind of Insurance: Policy or Certificate No: Period: Limits of Liability: A £ L ASPHALT COMPANY, ASPHALT SERVICE P.O. BOX "C", OCEANSIDE, CALIFORNIA 9205^ SAME AS ABOVE UMBRELLA EXCESS POLICY M 80095 From: 10/1/74 $3 ,000,000, 00 To: 10/1/75 IT IS AGREED THAT THE ADOVE NUMBERED POLICY (OR POLICIES] MAY NOT BE CANCELLED BY THE COMPANY UNTIL THE COMPANY HAS MAILED WRITTEN NOTICE TO THE ABOVE NAMED CERTIFICATE HOLDER STATING WHEN, BUT NOT LESS THAN 7j£*/..C/..(>). DAYS THEREAFTER, SUCH CANCELLATION SHALL BE EFFECTIVE. DELIVERY OF SUCH WRITTEN NOTICE BY THE COMPANY SHALL BE EQUIVALENT TO MAILING. This document is furnished to you as a matter of information only. The issuance of this document does not make the person or organization to whom it is issued an additional assured, nor does it modify in any manner the contract of insurance between the Assured and the Underwriters. Any amendment, change or extension of such contract can only be effected by specific endorsement attached thereto. For particulars concerning the limitations, conditions and terms of the coverage you are referred to. the original Policy or Policies in the possession of the Assured. The undersigned will have no responsibility to give notice of cancellation of this insurance except to the extent spe- cifically provided here in, nor are we Insurers, however Insurance has been placed by Sayre & Toso, Inc. SAYRE & TO Dated at SAN DIEGO, CA JUNE 13 1975_ Rv \^s S&T 524-D (rev. 10/74. Replaces all editions of S&T 524)