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)