HomeMy WebLinkAboutBaker Construction Company; 1982-11-10; 1129DEVELOPMENTAL
SERVICES
D Assistant City Manager
(714) 438-5596
D Building Department
(714) 438-5525
K Engineering Department
(71') 438-5541
D Housing & Redevelopment Department
3096 Haraing S?.
(714) 438-5811
D Planning Department
(714) 438-5591
September 16, 1982
of Carhrtwfc
1200 ELM AVENUE
CARLSBAD, CALIFORNIA 92003
ORIGINAL
ADDENDUM NO. 1
SUBJECT: CARLSBAD BLVD. STORM DRAIN AT MAPLE - CONTRACT NO. 1129
The bid opening date for the above project is postponed
to October 6, 1982 at 4 p.m.
For further information, please call me at (714) 438-5529.
PAT ENTEZARI
Assistant Civil Engineer
PEical
TABLE OF CONTENTS
ITEM PAGE
NOTICE INVITING BIDS 1
PROPOSAL 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL 7
DESIGNATION OF SUBCONTRACTORS 8
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 11
CONTRACT 12
LABOR AND MATERIALS BOND 16
PERFORMANCE BOND ' 18
GENERAL PROVISIONS ' 20
SPECIAL PROVISIONS 26
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
Sealed bids will be received at the Office of the Purchasing Agent, City
Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the 2.M
day of ^g"/T'>?/3g£, 19 82 at which time they will be opened and read
for performing the work as follows:
CARLSBAD BOULEVARD STORM DRAIN AT MAPLE
CONTRACT NO. 1129
Said work shall be performed in strict conformity with the specifications
therefor as approved by the City Council of the City of Carlsbad on file in
the Engineering Department. Reference is hereby made to said -
specifications for full particulars and description of said work.
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 ten percent (10%) of the amount of bid; said
guarantee to be forfeited should the bidder to whom the contract is awarded
fail to furnish the required bonds and to enter into a contract with the
City within the period of time provided for by the bid requirements. The
bidders' security of the second and third lowest responsive bidders may be
withheld until the contract has been fully executed. The cash, cashier's
checks or certified checks submitted by all other unsuccessful bidders
shall be returned to them within ten (10) days after the contract is
awarded, and their bidders' bonds shall be of no further effect.
The documents included within the sealed bids which require completion and
execution are the following:
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4. Bidder's Statement of Financial Pvesponsibility
5. Bidder's Statement of Technical Ability and Experience
Said documents shall be affixed with the appropriate notarized signatures
and titles of the persons signing on behalf of the bidder. For
corporations, the signatures of the president or vice-president and
secretary are required and the corporate seal shall be affixed to all
documents requiring signatures. In the case of a partnership, the
notarized signature of at least one general partner is required.
Page 2
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. The estimated cost of the work is
$ 11,280.00 _ .
No bid shall be accepted from a contractor who has not been licensed in
accordance with the provisions of Chapter 9, Division 3 of the Business and
Professions Code. The contractor shall state his/her 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 for the first set. Additional sets are available for
a nonrefundable fee of ffi j@ per set.
The City of Carlsbad reserves the right to reject any or all bids and to
waive any minor irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker
needed to execute the contract shall be those as determined by the Director
of Industrial Relations pursuant to the State of California Labor Code,
Part 7, Chapter 1, Article 2, Sections 1770, 1773, and 1773.1.
IP*- Pursuant to Section 1773.2 of said Labor Code, a current copy of applicable
%**- wage rates is on file in the Office of the City Clerk of the City of
Carlsbad.
It shall be mandatory upon the contractor to whom the contract is awarded
to pay not less than the said specified prevailing rates of wages to all
workers employed by him/her in the execution of the contract.
Also, the prime contractor shall be responsible to insure compliance with
provisions of Section 1777.5 of the California Labor Code of the State of
California for all occupations with apprenticeships as required on public
works projects above thirty thousand dollars ($30,000) or twenty (20)
working days or for specialty contractors not bidding for work through a
general or prime contractor involving more than two thousand dollars
($2,000) or more than five (5) working days.
The amount of bond to be given for the faithful performance of the contract
for said work shall be one hundred percent (100%) of the contract price
therefor, and an additional bond in the amount equal to fifty percent (50%)
of the contract price for said work shall be given to secure the payment of
'the claims for any material or supplies furnished for the performance of
the work contracted to be done by the contractor for any work or labor of
any kind done thereon._
A prebid meeting and tour of project site will 'be held on'
_ _ -- -— _ at ' __ at
V. ' "
Page 3
Partial and final payments on this contract shall be in accordance with
Section 9 of the 1979 edition of "Standard Specifications for Public Works
Construction". In all cases 10% retention of the amount due will be held.
Bidders are advised to verify the issuance of all addenda and receipt
thereof one day prior to bidding. Submission of bids without
acknowledgment of addenda may be cause for rejection of bid.
The Contractor may, at his/her option, substitute securities, as specified
by Government Code Section 16340, for the retention held on this contract.
At the request and expense of the Contractor, securities equivalent to the
amount withheld may be deposited with the City or with a state or federally
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory completion of the contract. The Contractor
shall be the beneficial owner of any securities substituted for monies
withheld and shall receive any interest on the monies.
Approved by the City Council of the City of Carlsbad, California, by-
Resolution No. "XQOH- , adopted on the "7 T^T day of 5{gr/>7^
19
_
Date/ / Aletha L. Rautenkranz, City
C^^l
Clem
Page 4
CITY OF CARLSBAD
CONTRACT NO. lj.29
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
nrORIGINAL
The undersigned declares he/she has carefully examined the location of the
work, read the Notice Inviting Bidss examined the Plans and Specifications,
and hereby proposes to furnish all labor, materials, equipment,
transportation and services required to do all the work to complete
Contract No. 1129 in accordance with the Plans and Specifications of
the City of Carlsbad, and the special provisions and that he/she, will take
in full payment therefor the following unit process for each item complete,
to wit:
Item Article w/Unit Price or
^°* Lump Sum Written in Words
1. 18" CMP complete in place
including pipe anchors at
dollars
& cents
per lineal foot ;
2. P.C.C outlet structure
complete in place including
flap gate at
• dollars
& cents
per lump sum
3. Grading & Compaction
dollars
$ cents
per cubic yard
4. Clearing & Grubbing at
dollars
& cents
per lump sum
Approximate
Quantity
& Unit
90 L.F.
Unit
Price TOTAL
L.S.L.S.\r]000
280 C.Y.
L.S.L.S.
Total amount of bid in word s :
Total amount of bid in number :
Addendum (a) No(s) Jj,
-t firtTW -f-j-fc't/S F-* "A- H ^fl- WQ*HiQ
l\ll
has/have been received and
is/are included- in this proposal.
/«r->
Page 5
All bids ore 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 undersigned hat, 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 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. §(tfyl
Identification (T--3Z-— (Q — C L
The undersigned bidder hereby represents as follows:
1. That no Councilmember, 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/her to enter into
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
2. That this bid is made without connection with any person, firm or
corporation making a bid for the same work, and is in all respects
. fair and without collusion or fraud.
Accompan3'ing this proposal is K ^^fjiL
(.ft ^7i\ (Cash, Certified Check, Bond or Cashier's Check)
in an amount o~f not less than ten percent (10%) of the total bid price.
CARLISLE INSURANCE COMPANY
BID OR PROPOSAL BOND
BOND NO. 03222-2
KNOW ALL MEN BY THESE PRESENTS:
BAKER CONSTRUCTION COMPANY
ORIGINAL
as Principal, and CARLISLE INSURANCE COMPANY ,as Surety, are held and firmly bound unto
CITY OF CARLSBAD
as Oblicee, in the penal sum of Ten percent not to exceed Two thousand and no 7100-
(S ' ~ " ~~) DOLLARS, lawful money of the United States of America, for the payment of which, well and truK
to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly b> these
•sents.
SIGNED, sealed and daied this 1st day of OCTOBER . 19 82 .
WHEREAS, the said Principal is herewith submitting a proposal for CARLSBAD STORMDRAIN _J1129_ . ....
NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said Principal
shall execute a contract and give bond for the faithful performance thereof within 10 days after being notified in writing of
the award of such contract to Principal, or if the Principal, or Surety shall pay the Obligee the sum, not exceeding the penalty hereof.
by which the amount of the contract, covering the said proposal, properly and lawfully executed by and between the Obligee and a
third party, may exceed the amount bid by Principal, then this obligation shall be void; otherwise, it shall remain in full force and effect.
BID DATE: 10/6/82 BAKER CONSTRUCTION COMPANY
Title
CARLISLE INSURANCE COMPANY
By:
NEAL L. WITT, Attorney-in-Fact
POWER OF ATT°RNEY— ^ORIGINAL
. CARLISLE INSURANCE COMPANY
3435 Wil shire Boulevard, Los Angeles, CA 90010
KNOW ALL MEN BY THESE PRESENTS: That this Power of Attorney is not
valid unless attached to the bond which it authorizes executed. It
specifies the LIMIT OF THE AGENT'S AUTHORITY AND THE LIABILITY OF THE
COMPANY, HEREIN.
THE AUTHORITY OF THE ATTORNEY-IN-FACT AND THE LIABILITY OF THE COMPANY
SHALL NOT EXCEED * * * FIVE HUNDRED THOUSAND DOLLARS * * * __ .
USE OF MORE THAN ONE POWER VOIDS THE BOND
*" CARLISLE INSURANCE COMPANY, a corporation duly organized under the
laws of the State of California, and having its principal office in the
city of Los Angelas, State of California, hereby make, constitute and
appoint Neal L. Witt and/or Jane Kepner
of the City of Anaheim and State of Calif •
its true and lawful Attorney-in-Fact with full power and authority hereby
conferred to sign, seal and deliver in its behalf as surety, any and all
kinds of bonds, and to bind CARLISLE INSURANCE COMPANY, hereby as
fully and to the same extent as if such instruments were signed by the
duly authorized officers of said Company, and all the acts of said
Attorney-in-Fact pursuant to the authority hereby given, are hereby
ratified and confirmed.
IN WITNESS WHEREOF, the said CARLISLE INSURANCE COMPANY, has caused
these presents to be executed by its officers, with its corporate seal
affixed this date of.
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
.On this date of July 15, 1982 , before me, a Notary Public of the
State of California, in and for the County of Los Angeles, duly commissioned
and qualified came FRANK V. McCULLOUGH, President of CARLISLE INSURANCE
COMPANY, a California Corporation, to me personally known to be the individual
and officer described herein, and who executed the preceding instrument and
acknowledged the execution of same, and being by me duly sworn, deposed and
said that he is the officer of said Company and that the seal affixed to the
preceding instrument is the Corporate Seal of said Company and the said
Corporate Seal and his signature as officer were duly affixed and subscribed
to the same instrument by the authority and direction of the said Company,
pursuant to the following Resolution adopted January 4, 1982, by the Directors
of said Company, and now in force, to wit:
"Resolved that the President, Secretary or any Vice President shall have
the power and authority to appoint Attorneys-in-Fact, and authorize them to
execute on behalf of the Company, bonds and undertakings, recognizances, con-
tracts of indemnity and other writings obligatory in the nature thereof, and
he may at any time in his judgment remove any such appointees and revoke the
authority given to them."
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official
seal at the City of Los Angeles the day and year first written above.
Notary Public1
(KUCIAt '>LAl
This power not valid unless used by December 31, 1982 Uf~M^ ii^ANE R.MANN
PRINCIPAL OtfCf IN
lOSAMiHtS COUNTY
My Commisyon f up No*. }0. 190?
ORIGINAL Page 7
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
That we» f'ti-il i ' .S It:, as Principal, and
, as Surety, are held and
firmly bound unto the City of Carlsbad, California, in the sum of
•f- Vt C T- HC i,' £ /f tip iV%fr£ Do 11 ars
"($ c? b-Q~>Q(j i, lawfulmoney of the United States for the payment of
which siim well and truly to be made, we bind burselves, jointly and
severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
CARLSBAD BOULEBARD STORM DRAIN AT MAPLE ;
CONTRACT NO. 1129
in the City of Carlsbad, is accepted by the City Council of said City, and
-if the abovebounden Principal shall duly enter into and execute a contract
including required bonds and insurance policies within twenty (20) 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 any Principal above named executed this bond as an individual,
it is agreed that the death of any such Principal shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
day of Q C--f— , 19___gr2,
Corporate Seal (if Corporation)
Principal
r
By
Title
(Attach acknowledgement of
Attorney in Fact)
(Notarial acknowledgement of
execution by all PRINCIPALS and
SURETY must be attached.)
W
PAUL W. PETTIGREW
NOTARY PUBLIC - CALIFORNIA
RIVERSIDE COUNTY
My Comm. Expire! Dec. 17, 1985«
Pago 6
The undersigned is aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for workers'
compensation or to undertake self-insurance in accordance with the provisions of
that code, and agrees to comply with such provisions before commencing the
performance of the work of this contract.
The undersigned is aware of the provisions of the State of California Labor
Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate of:
wages for each craft or type of worker needed to execute the contract and agrees
to comply with its provisions.
Phone Number Bidder's Name
Authorized Signature
c&
Bidder's Address Type of Organisation
(individual, Corporation,
Partnership)
List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all partners, if a partnership;
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY
ALL PRINCIPALS MUST BE ATTACHED)
(CORPORATE SEAL)
_} ss-STATE OF CALIFORNIA
COUNTY OF—_
nn Oct. 11, 1982 •_ before me,
the undersigned, a Notary Public in and for said County and State,„ , Robert L. Bakerpersonally appeared • ——
5>0>£.
1
°
isto be the person whose name-
within instrument and acknowledged^that-
same.
, known to me
.subscribed to the
.executed the
O
SAFECO
FOR NOTARY SEAL OR STAMP
OFFICIA- S?
D. LANEL! [i R'AD |(
NOTARY PUBLIC - CALIFORNIA ^
RIVERSIDE COUr;r^ !•
My eomm. expires FEfJ 1, 1933 L
2
STATE OF CALIFQ
oo
_o said State, personally appear
, before me, the undersigned, a Notary Public in and for
known to me to be the person whose name
^| subscribed to the within instrument and acknowledged to me
— that XVZ--^ executed the same.
3 WITNESS my ha/id and official s
Name (Typed or Printed)
OFFICIAL SEAL
PAUL W. PETOGREW
NOTARY PUBLIC - CALIFORNIA
RIVERSIDE COUNTY
My Comro. Expires Dec 17, 1985
(This area for official notarial seal)
^ORIGINAL
Page 8
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she has used the subbids of the following
listed contractors in making up his/her bid and that the subcontractors
listed will be used for the work for which they bid, subject to the
approval of the City Engineer, and in accordance with applicable provisions
of the specifications. No changes may be made in these subcontractors
except upon the prior approval of the City Engineer of the City of
Carlsbad. The following information is required for each subcontractor.
Additional pages can be attached, if required:
Full Complete
Items of Company Address Phone No.
Work Name w/Zip Code w/Area Code
Pago 9
DESIGNATION OF SUBCONTRACTORS continued
The bidder is Co provide the following information on the subbids of all
the listed subcontractors as part of the sealed bid submission. Additional
pages can be attached if required.
Full Company Hame
Co n &~
Type of State
Contracting
License & No.
Carlsbad
Business
License No.*
Amount
of
Bid ($ or %)
."?/;
• F>-£s*" v^%jl m •
ORIGINAL
^•Licenses are renewable annually by January 1st. If no valid license
indicate "NONE". Valid license must be obtained prior to submission of
signed contracts.
(Notarize or
Corporate Seal)
c
Bidder's Company Name
2 60
Bidder's Complete Address
Authorized Signature
J
Page 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits" herewith a notarised or sealed statement of
financial responsibility.
Baker Construct i on Company- Statement of Assets, Li abilities;
A "Fund Balance, as of June 30, 1982. Unaudited -
Total Liabilities- $86,964
Capital- $281,869
Total Liabilities ft Capital- $368.8 "5 "5
UHlGfiVAL
Signature
(Notarise or
Corporate Seal)
I
•3•3•a
I
d
STATE OF CALIFORNIA
COUNTY QF Riverside
On Oct. 11, 1982
the undersigned, a Notary Public in and for said County and State, ;
personally appeared Robert L.Baker
, known to me
to be tbe person whose name _ subscribed to the
within instrument Ad acknowledged that.. "e ^^—executed the
same. / /
D. Lanelle Read
Si
OFFICIAL SEAL
D. LANELLE READ
NOTARY PUBi.iC - CALIFORNIA
RIVERSIDE COUNTY
f»y coram. ex;i;-2S FEB I, 10S3 ,SAFECO
FOR NOTARY SEAL OR STAMP
OFFICIAL T
(ih^^h D. LANELLE P"[vK'_3-: •- !;!:j NOTARY PUBLIC - C.
VV&':...'•/ RIVERSIDE CO!!'' '.'
My comm. expires i;.?.
1•u
tin6
STATE OF CALIFORNIA |
COUNTY OF Riverside > SS.
n- Oct.-11, 1982 I before me>
the undersigned, a Notary Public in and for said County and State,
personally appeared Robert L.Baker
to be the person
within instrument
, is_wnose name
known to me
subscribed to the
acknowledged that "& ^-~-ytf.rntr.4 the
v*/^ iy{~</
D. Lanelle Read
OFFICIAL SEAL
D. LANELLE READ
NOTARY PuaiJC - CALIFORNIA
RlVLRSmE COUNT/
My conim. expires FEB 1, 1933 \SAFECO
FOR NOTARY SEAL OR STAMP
OFFICIAL f
D. LANELLE '•'NOTARY PUBLIC - c.
RIVERSIDE CO!"'
corniili expires I,:,":
ORIGINAL
Pagell
BIDDER'S STATEMENT OF .- '
TECHNICAL ABILITY AND EXPERIENCE
The Bidder is required to state what work of a s5.milar character to that
included in the proposed contract he/she has successfully performed and give:
references, with telephone numbers, which will enable the City to judge his/her
responsibility, experience and skill. An attachment can. be used if wotarized or
sealed.
Date
Contract
Completed
Name and address
of the Eraplo3'er
Name and Phone No.
of Person
to Contact
Amount oi
Typa of Work Contract:
Baker Constructloft Company
See attached form
(Notarize or
Corporate Seal)
Signature
11
in
6
STATE OF
COUNTY OF_
ss.
V^V/UIH l J, WA _jnn October 11, 1982 ' before mKt
the undersigned, a Notary Public in and for said County and State,
personally appeared Robert L. Baker
to be the person whose name
thin instrument and acknowledged that
known to me
subscribed to the
executed the
D. Lanelle Read
SAFECO
FOR NOTARY SEAL. OR STAMP
OFFICIAL SEA?, 1
D. LANEl.Lf] READ |'
NOTARY PUBLIC - CALIFORNIA I,
My comm. expires FITS 1, 1CS.1
.'; w
BAKER CONSTRUCTION CO
26045 Douglass Ave.
•Murrieta, CA 92362
(714) 677-6633
Contractors Lie No. 289456
October 9, 1982 «™tW»G DEPARTMENT
THE FOLLOWING IS A LISTING OF PROJECTS COMPLETED, BY
BAKER CONSTRUCTION CO:
1975 Highway improvement in City of Malibu Beach. Job Cost: $23,000.
California State Transportation Department. (916) 445-3325.
1975 Street Improvement at National Guard Armory, Long Beach, Ca.
Job Cost; $5,500. Department of the Army, Fort McArthur, Ca.
(213) 876-9760.
1976 Repair and Replace Barracs gas distribution system. Job Cost*
$13,000. Department of the Navy, Camo Pendelton, Ca. (714)
725-6261.
1976 Joint Venture: City of Carson^ Storm Drain. Job Cost: $47,000.
(213) 421-6683.""""—-
1976 Joint Venture; Navy Hospital, Long Beach, Caj Athletic Field.
Job Cost; $110,000. (213) 421-6683.
1976 Repair Sewage Digester, George Air Force Base, Ca.
Job Cost: $11,230. Department of the Air Force.
(714) 269-2840.
1976 Bicycle Path Construction, City of, Santa Ana, Ca.
Job Cost.- $391607.
1976 Construction of P.C.C. Improvements Adjacent to Sur La Brea Park.
City of Torrance. Job Cost: $13,581,10.
1976 George Air Force Base, Ca. Contract No. F0469-76-90222;
Project GE 144-5. Job Cost; $80,194,84.
1976 Construction of beach access stairs^ Buena Vista & Portal'
Project No. 9-76. City of San Clemente, Ca. Job Costi $19,200.
1977 Sewer & Water Tract 7402 La Serena
Rancho California, Ca. Kaiser. Aetna
$29,636.00 (714) 676-5641.
• 4 . > 1 £'. / L L. 0 N' > /
1977 Drainage Details Project. Saddleback Valley Unified School
District 25631 Diseno Drive Mission Vie jo, Ca. Job Cost:
.534,918,00 (714) 586-1234.
1977 Installation of 6-inch water line along Monterey Ave. CjLty__oj£,
Ontario.. 225 S. Euclid Ave. Douglas R. Walker. Contract No. 7677-25
$48,756.00 (714) 986-1151.
1977 Construct a concrete headwall. United States Dept. of the
Interior. S-al Beach National Wildlife Refuge. Job Cost; $12,390.00
1977 Water Improvement Program. Mr. Ben Hildyard of James M.
Montgomery, Consulting Engineers, Inc. 1050 Camino Del Mar;
Del Mar, Ca. Prog. 1976-1977 Job Cost; 831,940.00
1977 On Site Sewer & Water. Contract #5014-Trac't 7402. Rancho California
Kaiser/Aetna P.O. Box 755 eme^cula., Ca. 92390 Job Cost* $29,296.04
1976 Repair Gas Service Lines, Sterling Family Homes, Camp Pendleton
Officer in Chars-e Construction Camp Pendleton, CA
Contract #N6 2474-7 5-70 21. Job Cost; SI 3, 000. 00
•1977 Repair M?H Fire Hydrants /Valves. George A^B Dept. of Air Force
George Air Force Base, CA Contract #469-76-90222. Job Costi
$80,194.00
,.1977 Installation of 12" Water Line. Paramount Blvd Rex Road to ^^
Warvale Street. C itx_o f_ Pi^c o _R iy_e_ra_, 6615 Passons Blvd.
(213) 692-0401 ."Cashi C orftf ac t ~J2Q57~3 ob Cost; $37,500.00
1977 Installation of 1700 Ft. 12" Pipe., City of Redlands, CA
30 Cajon St. (714) 793-2641 Mill Creek Canyon. Job Cost; 324,450.00
1977 Installation of Water Main Greenleaf Ave. & Los Nietos Road ^*
11710 Tel.egraph Road (213) 868-0511
Job Cost; $107,175.93
1981 Concrete Vault. Newport Beach Fire Station. City of Newport Beach.
Job Cost; S42,000.00 i _
198? Water & Sewer Contract. City of Brav/ley." 344-1550.
Job Cost; $142,000.00 ""
1982 Water Sprinkler. Long Beach State University. Job Cost; $16,000.00*•
1982- In Progress- Removal of Existing Filtering. City of Long Beach
Veterans Admin. Hospital (213) 498-6840. Job Cost; $5,220.00
Page 12
CONTRACT -PUBLIC WORKS
This agreement is made this JO day of /M Q (/. , 1 9 | ^ , by
and between the City of Carlsbad, California, a municipal corporation
(hereinafter called "City") and __
whose
whose principal place of business is ^foQLt JT~_ (~) & (>'
M ft fL (. *rt-/i- C *?- 9 'L 3 £* —_
(hereinafter called "Contractor".)
City and Contractor agree as follows: .
1. Description of Work. Contractor shall perform all work specified in
the contract documents for:
CARLSBAD BOULEVARD STORM DRAIN AT MAPLE
Contract No. 1129
(hereinafter called "project")
2. Provisions of Labor and Materials. Contractor shall provide all labor,
materials, tools, equipment and personnel to perform the work specified
by the contract documents.
3. Contract Documents. The contract documents consist of this contract;
the bid documents, including the notice to bidders, instructions to
bidders and contractors proposal; the plans and specifications and all
proper amendments and changes made thereto in accordance with this
contract or the plans and specifications; arid the bonds for the
project; all of which are incorporated herein by this reference.
4. Payment . As full compensation for Contractors performance of work
under this contract, City shall make payment to Contractor as follows:
(strike inapplicable subparagraph) .
a. In the total amount of ( -f ? to be made in a lump sum not
later than 35 days from the date of the filing of the notice of
completion.
b. In the total amount of _ to be made in periodic payments
as shown on the payment schedule attached hereto and made a part
hereof.
c. On a unit price basis of _ _ per unit to be made as shown on
the payment schedule attached hereto and made a part hereof.
Page 13
5. Independent Invest igation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite,
and all other conditions that might affect the progress of the work,
and is aware of those conditions. The contract price includes payment
for all work that may be done by Contractor in order to overcome
unanticipted underground conditions. Any information that may have
been furnished to Contractor by City about underground conditions or
other job conditions is for Contractor's convenience only, and City
does not warrant that the conditons are as thus indicated. Contractor
is satisfied will all job conditions, including underground conditions
and has not relied on information furnished by City.
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the
work 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. Contractor shall also be
responsible for expenses incured in the suspension or discontinuance of
the work. However, contractor shall not be responsible for reasonable
delays in the completion of the work caused by acts of God, stormy
weather, extra work, or matters which the specifications expressly
stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this
contract, order changes, modifications, deletions and extra work by
issuance of written change orders. Contractor shall make no change in
the work without the issuance of a written change order, and Contractor
shall not be entitled to compensation for any extra work performed
unless the City has issued a written change order designating in
advance the amount of additional compensation to be paid for the work.
If a. change order deletes any work the contract price shall be reduced
by a fair and reasonable amount. If the parties are unable to agree on
the amount of reduction the work shall nevertheless proceed and the
amount shall be determined by arbitration or litigation. The only
person authorized to order changes or extra work is the City Engineer.
However, no change or extra work order in excess of $5,000.00 shall be
effective unless signed by the City Manager nor shall any change or
extra work order of more than $10,000.00 be effective unless approved
by the City Council.
8. Prevailing Wage. 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 worker needed to
execute the contract and a schedule containing such information is in
the City Clerk's office and is incorporated by reference herein.
Page 14
9. Indemnity. Contractor shall assume the defense of and indemnify and
hold harmless the City, and its officers and employees, from all
claims, loss, damage, injury and liability of every kind, nature and
description, directly or indirectly arising from the performance of the
contract or work regardless of responsibility for negligence; and from
any and all claims, loss, damage, injury and liability, howsoever the
same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for
negligence.
^' Insurance. Contractor shall cause the City to be named as an
additional insured on any policy of liability or property damage
insurance concerning the subject matter or performance of this
contract taken out by Contractor.
11. Workers Compensation. Contractor shall cause the City to be named as
an additional insured on any workers' compensation insurance policy
taken out by Contractor concerning the subject matter of this
contract. If Contractor has no workers' compensation insurance policy
covering the subject matter of this contract, Contractor shall
either:
a. Acquire such a policy naming the City as an additional insured
prior to the start of any work pursuant to this contract, or
b. Shall assume the defense and indemnify and save harmless the City
and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description which
would otherwise be covered by such workers' compensation insurance
policy regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the City certification
of the policies mentioned in Paragraphs 10 and 11 or proof of workers'
compensation self insurance prior to the start of any work pursuant to
this contract.
13. Arbitration. Any controversy or claim in any amount up to $100,000
arising out of or relating to this contract or the breach thereof may,
at the option of City, be settled by arbitration in accordance with
the construction industry rules of the American Arbitration
Association and judgment upon the award rendered by the arbitrator(s)
may be entered in any California court having jurisdiction thereof.
The award of the arbitrator(s) shall be supported by law and
substantial evidence as provided by the California Code of Civil
Procedure, Section 1296. • .
Page 15
14. Maintenance of Records. Contractor shall maintain and make available
to the City, upon request, records in accordance with Sections 1776
and 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code.
If the Contractor does not maintain the records at Contractor's
principal place of business as specified above, Contractor shall so
inform the City by certified letter accompanying the return of this
contract. Contractor shall notify the City by certified mail of any
change of address of such records.
15. Additional Provisions. Any additional provisions of this agreement
are set forth in the "General Provisions" or "Special Provisons"
attached hereto and made a part hereof.
ORIGINAL
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
ConfTractor
By
(Seal)
Title
By
uv
Title
ABFROVEDl AS TO, F
As \5rty Attorney
CITY OF CARLSBAD, CALIFORNIA
City Manager, for contracts less
than $10,000
/^L-oo-f U- . Lx^"UM—-
Mayor, foiy contracts $10,000 and
above
ATTEST:
City Clerk
STATE OF CALIFORNIA
COUNTY rw RIVERSIDE
Or October 26. 1982
ss.
before me,
I
T3C
CO
O
s
the undersigned, a Notary Public in and for said County and State,
personally appeared Robert L. Baker***
proven to me on the basis of satisfactory
evidence p Kfijaaasoesx
to be the person whose name 1=3 subscribed to the
within instrument^and acknowledged that Q£, executed the
same.
SAFECO
FOR NOTARY SEAL OR STAMP
OFFICIAL SEAL
LINDA D PAYNE
NOTARY PUBLIC • CALIFORNIA
RIVERSIDE COUNTY
My comm. expires DEC 23, 1983
Bond A/0- 0354-0
included,
Page 16
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. TQ'ZQ adopted QCf. tf j
has awarded to 8tf />( £]£-' ^cy>^y/6jc77o/\/go. hereinafter designated as
the "Principal", a contract for:
CARLSBAD BOULEVARD STORM DRAIN AT MAPLE
Contract No. 1129
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of
the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond with said contract,
providing that if said Principal or any of his/her or its subcontractors
shall fail to pay for any materials, provisions, provender or other
supplies or teams used in, upon for or about the performance of the work
agreed to be done, or for any work or labor done thereon of any kind, the
Surety on this bond will pay the same to the extent hereinafter set forth.
NOW, THEREFORE, WE, (]> /f- Kf /£-H. C G ^ <> f~' _ C Q _ , as
Principal, hereinafter designated as the "Contractor", and C/f-ftLIS t~ fc— *~
j H S^t'rts ^ fa C £c~ _ C C> _ as Surety, are held firmly bound unto
the City of Carlsbad in the sum of j~ffl1Jt~c~G- ^ f~ f-t & c/__
H- j~ t^ Dollars ($ /"%,/-( fr^ ty ) said sum being one hundred per
cent (10030 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 ourseves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her
subcontractors fail to pay for any materials, provisions, provender or
other supplies, or teams used in, upon, for, or about the performance of
the work contracted to be done, or for any other work or labor thereon of
any kind, or for amounts due under the Unemployment Insurance Code with
respect to such work or labor, that the Surety or Sureti.es 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 4202 of the
Government Code of the State of California.
Page 17
This bond shall inure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 1192.1 of the Code of
Civil Procedure so as to give a right of action to them or their assigns in
any suit brought upon this bond, as required by the provisions of Section
4205 of the Government Code of the State of California.
In the event any Contractor above named executed this bond as an individual,
it is agreed the de^th of any such Contractor shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor
and Surety above named, on the | S4* day of K|/Wg,|TflftP,i _ >
C a
L ft V
(Notarize or Corporate /'''l / &—~^
Seal for each Signer) /? ' /{^t<-S~~-~7?
Contractor
KEPN&
•feu* IL'sa^fcSP 1
ORIGINAL
I
en
O
.9
STATE OF CALIFORNIA
COUNTY OF RIVERSIDE
On October 26.1982
> ss.
before me,
55 the undersigned, a Notary Public in and for said County and State,
8 personally appeared Robert L. Baker***
proven to me on the basis of satisfactory
evidence
_whose nameto be the person-
within instrument and acknowledged that_
same.i
subscribed to the
executed the
SAFECO
FOR NOTARY SEAL OR STAMP
OFFICIAL SEAL
LINDA D PAYNE
NOTARV PUBLIC CALIFORNIA
RIVERSIDE COUNTY
My comm. expires DEC 23, 1983
Stale ol CALIF >
County ol ORANGE \ ss:
Or NOV "J 1982 • before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared 1ANF KEPNER
known .o me lo be Attorneym-Fact ol CARLISLE INSURANCE COMPANY
the rorporat.cn described in and that executed the within and foregoing instrument, and known to me to be the person vho executed
itit- o.iid instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same
IN WITNESS WHEREOF. 1 have hereunto set my Jiand and affixed my official seal, the day and year staled in this certificate above.
My Commission Expires.
36O212-6-66
OFFICIAL SEAL
[AUKI£ B.
Notafy Public - California !
ORANGE COUNTY !
My Commission Expires March 9. 1984 !
b.
RD.
Notary Public
ORIGINAL
No-
Page 18
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of California, by
Resolution No. 1 Q 3~% adopted QC-I . I*},
has awarded to Sfl « &£, Co //ST/g U <^Tl*=>M <3o .
hereinafter designated as the "Principal", a contract for:
CARLSBAD BOULEVARD STORM DRAIN AT MAPLE
Contract No. 1129
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 terras thereof require the furnishing of a bond for the faithful
performance of said contract;
NOW, THEREFORE, WE, fffy-H <T7l C & h £ f— , as
Principal, hereinafter designated as the "Contractor", and
C. ff-fil~ I t> L C I M <> c/fi as
Surety, are held and firmly bound unto the City of Carlsbad, in the sum
of I'M i fLr-tr tsy* j-Lj-ei/t, 4- f^f fv I'<L bTL £-*-/ f-y^ Dollars
($ |7/ h tfQ'*-.0* )> said sum being equal to 100 per cent (100%) of the
estimated amount of the contract, to be paid to the said City or its
certain attorney, its successors and assigns; for which payment, well and
truly to be made, we bind ourselves, our heirs, executors and
administrators, successors or assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden
Contractor, his/her or its heirs, executors, 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 tiny alteration thereof made as therein provided on his/her or their
part, to be kept and performed at the time and in the manner therein
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 sh.all become null
and void; otherwise it shall remain in full force and virtue.
Page 19
And said Surety, for value received, hereby stipulates and agrees that no
change, extension of time, alteration or addition to the terras of the
contract or to the work to be performed thereunder or the specifications
accompanying the same shall affect its obligations on this bond, and it
does hereby waive notice of any change, extension of time, alterations or
addition to the terms of the contract or to the work or to the
specifications.
In the event that any Contractor above named executed this bond as an
individual, it is agreed that the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the _V£LL_day of Kl ON/fiCT>&£*
f-
\l f~ A ft &- K
(Notarize or Corporate
Seal for Each Signer)Contractor
CARLISLE INSURANCE COMPANY
SuretyJlHE KEPNER,-/.V-
I
3•O
I
O
STATE OF CALIFORNIA
COUNTY OF RIVEI
n. October 26,
SIDE
1982
V ss.
before me,
the undersigned, a Notary Public in and for said County and State,
personally appeared Robert L.
proven to me on the basis of satisfactory
evidence
whose name—ISto be the person whose name—IS subscribed to the
within instrument and acknowledged that—Lie~A executed the
same.
' . /- ^ , Y
A/.
SAFECO
{
FOR NOTARY SEAL OR STAMP
x^g^X OFFICIAL SEAL
JCAsfel-% LINDA D PAYNEratj*Jip:a NOTARY PUBLIC • CALIFORNIA
\§yg|£/ RIVEiiSiDH COUNTY
^tses*' My comm. expires DEC 23, 1983
t
Stale ol CALIF i
County ol ORANGE \ ss
Or Nf\V "*' 19 9<- • before me. a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared 1ANF KFPNFR
known to me lo be A»orney.m-Fact ol CARLISLE INSURANCE COMPANY
the rorpctat.cr described in and that executed the within and foregoing instrument, and known to me to be the person who executed
iht- j.nd :nsir ;.T.enl IP. behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same
IN WITNESS WHEREOF. 1 have hereunto set my .hand and affixed my official seal, the day and year staled in this certificate above.
My Commission Expires.
36O212-6-6«
OFFICIAL SEAL
IAIJRIF B EPNER
c-Cafilornia i •.,.,.,. /Notary Public
- c°Thqiq«J UURIE B. EPNERMy Commission txpires March 9,1984 j
ORIGINAL
'0V POWER OF ATTORNEY
ORIGINAL CARLISLE INSURANCE COMPANY
3435 Wilshire Boulevard, Los Angeles, CA 90010
KNOW ALL MEN BY THESE PRESENTS: That this Power of Attorney is not
valid unless attached to the bond which it authorizes executed. It
specifies the LIMIT OF THE AGENT'S AUTHORITY AND THE LIABILITY OF THE
COMPANY, HEREIN.
THE AUTHORITY OF THE ATTORNEY-IN-FACT AND THE LIABILITY OF THE COMPANY
SHALL NOT EXCEED * * * FIVE HUNDRED THOUSAND DOLLARS * * * .
USE OF MORE.THAN ONE POWER VOIDS THE BOND
CARLISLE INSURANCE COMPANY, a corporation duly organized under the
laws of the State of California, and having its principal office in the
city of Los Angeles, State of California, hereby make, constitute and
appoint Jqne Kepner
Of the City Of Anaheim and State Of California t
its true and lawful Attorney-in-Fact with full power and authority hereby
conferred to sign, seal and deliver in its behalf as surety, any and all
kinds of bonds, and to bind CARLISLE INSURANCE COMPANY, hereby as
fully and to the same extent as if such instruments were signed by the
duly authorized officers of said Company, and all the acts of said
Attorney-in-Fact pursuant to the authority hereby given, are hereby
ratified and confirmed.
IN WITNESS WHEREOF, the said CARLISLE INSURANCE COMPANY, has caused
these presents to be executed by its officers, with its corporate seal
affixed this date of November 1, 1982.
CARLISI/E INSURANCE COMPANY
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
On this date of July 15, 1982 , before me, a Notary Public of the
State of California, in and for the County of Los Angeles, duly commissioned
and qualified came FRANK V. McCULLOUGH, President of CARLISLE INSURANCE
COMPANY, a California Corporation, to me personally known to be the individual
and officer described herein, and who executed the preceding instrument and
acknowledged the execution of same, and being by me duly sworn, deposed and
said that he is the officer of said Company and that the seal affixed to the
preceding instrument is the Corporate Seal of said Company and the said
Corporate Seal and his signature as officer were duly affixed and subscribed
to the same instrument by the authority and direction of the said Company,
pursuant to the following Resolution adopted January 4, 1982, by the Directors
of said Company, and now in force, to wit:
"Resolved that the President, Secretary or any Vice President shall have
the power and authority to appoint Attorneys-in-Fact, and authorize them to
execute on behalf of the Company, bonds and undertakings, recognizances, con-
tracts of indemnity and other writings obligatory in the nature thereof, and
he may at any time in his judgment remove any such appointees and revoke the
authority given to them."
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official
seal at the City of Los Angeles the day and year first written above.
Notary Publicl ____
X V^Rap&V OFFICIAL S£Al
This power not valid unless used by December 31, 1982 ft/£-Jr£& ILLEANE R. MANNK Vrr=T=,— *Mi NOTARY PUBilC-CAllFORNW
PRINCIPAL OfFC£ IN
IOS ANGELES COUNTY
My Commission E«p. Nm. 30. 1982
Page 20
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of the
Standard Specifications for Public Works Construction hereinafter
designated SSPWC, as issued by the Southern Chapters of the American Public
Works Association, the City of Carlsbad supplement to the SSPWC, the
Contract documents and the General and Special Provisions attached
thereto.
The Construction Plans consist of 1 sheet(s) designated as City of
Carlsbad Drawing No. 222-3 The standard drawings utilized for this
project are the San Diego Area Regional Standard Drawings, hereinafter
designated SDRS, as issued by the San Diego County Department of
Transportation, together with the City of Carlsbad Supplemental Standard
Drawings. Copies of pertinent standard drawings are enclosed with these
documents.
2. WORK TO BE DONE
The work to be done shall consist of furnishing all labor, equipment
and materials and performing all operations necessary to complete the
project work as shown on the project plans and as specified in the
specifications.
3. DEFINITIONS AND INTENT
a) Engineer:
The word "Engineer" shall mean the City Engineer or his approved
representat ive.
b) Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled"
or words of similar import are used, it shall be understood that
reference is made to the plans accompanying these provisions unless
stated otherwise.
Page 21
c) Directions:
Where words "directed", "designated", "selected" or words of
similar import are used, it shall be understood that the direction,
designation or selection of the Engineer is intended unless stated
otherwise. The word "required" and words of similar import shall
be understood to mean "as required to properly complete the work as
required and as approved by the City Engineer" unless stated
otherwise.
d) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent" and such
words of similar import are used, it shall be understood such words
are followed by the expression "in the opinion of the Engineer"
unless otherwise stated. Where the words "approved", "approval",
"acceptance", or words of similar import are used, it shall be
understood that the approval, acceptance, or similar import'of the
Engineer is intended. ;
e) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor,
at her/his expense, shall perform all operations, labor, tools and
equipment, and further, including the furnishing and installing of
materials that are indicated, specified, or required to mean that
the Contractor, at her/his expense, shall furnish and install the
work, complete in place and ready to use, including furnishing of
necessary labor, materials, tools equipment and transportation.
CODES AND STANDARDS
Standard specifications incorporated in the requirements of the
specifications by reference shall be those of the latest edition at the
time of receiving bids. It shall be understood that the manufacturers
or producers of materials so required either have such specifications
available for reference or are fully familiar with their requirements
as pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor per
Section 6.1 of the SSPWC at the time of the preconstruction conference.
If the completion date shown on the Notice to Proceed letter is not met
by the Contractor, he will be assessed the daily salary of the City
inspector for each working day beyond the completion date, as damages.
Page 22
Coordination with the respective utility company for removal or
relocation of conflicting utilities shall be requirements prior to
commencement of work by the Contractor.
The Contractor shall begin work after being duly notified by an
issuance of a "Notice to Proceed" and shall diligently prosecute the
work to completion within 3 O consecutive calendar days from the
date of receipt of said "Notice to Proceed."
NONCONFORMING WORK
The Contractor shall remove and replace any work not conforming to the
plans or specifications upon written order by the City Engineer. Any
cost caused by reason of this nonconforming work shall be borne by the
Contractor.
7. GUARANTEE
All work shall be guaranteed for one year after the filing of a "Notice
of Completion" and any faulty work or materials discovered during the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the product
manufacturer's directions, the Contractor shall obtain and distribute
the necessary copies of such instructions, including two copies to the
City Engineer.
INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be
equipped with mufflers in good repair when in use on the project with
special attention to City Noise Control Ordinance No. 3109, Carlsbad
Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction
Inspector. Inspectors shall have free access to any or all parts of
work at any time. Contractor shall furnish inspectors-with such
information as may be necessary to keep her/him fully informed
regarding progress and manner of work and character of materials.
Inspection of work shall not relieve Contractor from any obligation to
fulfill this contract.
Page 23
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be
inserted in this contract shall be deemed to be inserted herein and
the contract shall be read and enforced as though it were included
herein, and if, through mistake or otherwise, any such provision is
not inserted, or is not correctly inserted, then upon application of
either party ..he contract shall forthwith be physically amended to
make such insertion or correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers shall
provide and install the work as indicated, specified and implied by
the contract documents. Any items of work not indicated or specified,
but which are essential to the completion of the work, shall be
provided at the Contractor's expense to fulfill the intent of said
documents. In all instances throughout the life of the contract, the
City will be the interpreter of the intent of the contract documents
and the City's decision relative to said intent will be final and
binding. Failure of the Contractor to apprise her/his subcontractors
and materials suppliers of this condition of the contract will not
relieve her/him of the responsibility of compliance.
13. SUBSTITUTION OF MATERIALS
The proposal of the bidder shall be in strict conformity with the
drawings and specifications and based upon the items indicated or
specified. The Contractor may offer a substitution for any material,
apparatus, equipment or process indicated or specified by patent or
proprietary names or by names of manufacturer which she/he considers
equal in every respect to those indicated or specified. The offer
made in writing, shall include proof of the State Fire Marshal's
approval (if required), all necessary information, specifications and
data. If required, the Contractor, at her/his own expense, shall have
the proposed substitute, material, apparatus, equipment or process
tested as to its quality and strength, its physical, chemical or other
characteristics, and its durability, finish, or efficiency, by a
testing laboratory as selected by the City. If the substitute offered
is not deemed to be equal to that so indicated or specified, then the
Contractor shall furnish, erect, or install the material,
Page 24
apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of
construction, if possible, but in no case less than 10 days prior to
actual installation.
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a complete "as-built"
record set of transparent sepias, which shall be corrected daily and
show every change from the original drawings and specifications and
the exact "as-built" locations, sizes and kinds of equipment,
underground piping, valves, and all other work not visible at surface
grade. Prints for this purpose may be obtained from the City at cost.
This set of drawings shall be kept on the job and shall be used only
as a record set and shall be delivered to the Engineer on completion
of the work.
15. PERMITS
The general construction, electrical and plumbing permits will be
issued by the City of Carlsbad at no charge to the Contractor. The
Contractor is responsible for all other required licenses and fees.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price items, are for
comparing bids and may vary from the actual final quantities. Some
quantities may be increased and others may be decreased or entirely
eliminated., No claim shall be made against the City for damage
occasioned thereby or for loss of anticipated profits, the Contractor
being entitled only to compensation for the actual work done at the
unit prices bid.
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase
or decrease the quantities of work to be performed under a scheduled
unit price item or to entirely omit the performance thereof, and upon
the decision of the City to do so, The City Engineer will direct the
Contractor to proceed with the said work as so modified. If an
increase in the quantity of work so ordered should result in a delay
to the work, the Contractor will be given an equivalent extension of
t ime.
Page 25
17. SAFETY & PROTECTION OF WORKERS AND PUBLIC
The Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions
of Federal, State and Municipal safety laws and building codes to
prevent accidents or injury to persons on, about or adjacent to the
premises where the work is being performed. He/she shall erect and
properly maintain at all times, as required by the conditions and
progress of the work, all necessary safeguards for the protection of
workers and public and shall post danger signs warning against hazards
created by such features of construction as protruding nails, hoists,
well holes and falling materials.
18. SURVEYING
Contractor shall employ a licensed land surveyor or registered civil
engineer to perform necessary surveying for this project.
Requirements of the Contractor pertaining to this item are set forth
in Section 2-9.5 of the SSPWC. Contractor shall include cost of
surveying service within appropriate items of proposal. No separate
payment will be made.
19. COPES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions in
effect as to date of proposals. Abbreviations are used for agencies
issuing standard specifications as follows:
Agency Abbreviation
American Society for Testing
Materials ASTM
U.S. Government Fed. Spec.
National Board of Fire
Underwriters NBFU
American Institute of Steel
Construction AISC
American' Standards Association ASA
Underwriters Laboratories, Inc. UL
Department of Commerce
Standards CS
American Concrete Institute ACI
WATER FOR CONSTRUCTION
The contractor shall obtain a construction meter for water utilized during
the construction under this contract. The contractor shall contact the
appropriate water agency for requirements. Contractor shall include cost
of water and meter rental within appropriate items of proposal. No
separate payment will be made.
Page 26
SPECIAL PROVISIONS
1. CORRUGATED STEEL PIPE
The material for corrugated steel pipe and pipe arches shall be
zinc coated (galvanized), iron or steel sheet, conforming to AASHTO M
36 and M 218.
In accordance with the requirements of Section 4, the
manufacturer of corrugated steel pipe and pipe arches shall furnish
to the engineer a certificate of compliance stating that the
materials furnished comply in all respects with these specifications.
The engineer may require additional information or test to be
performed by the contractor, at its expense.
Payment for corrugated metal pipe shall be on a lineal foot basis
and shall include, but not be limited to, all materials and labor to
furnish and install the following items: ;
A. Placing and joining corrugated metal pipe
B. Removing and disposing of existing pipe, concrete pipes
and anchores
C. Furnishing and replacement of asphaltic concrete and base
material around the manhole if required
D. Connecting the new CMP pipe .to existing manhole
E. Placing concrete pipe anchors
F. Furnishing and placing CMP pipe .coupling bands, water seals
and gaskets
G. Pressure testing all joints
H. Placing and compacting base material for pipe bedding
2. FIELD JOINING OF CORRUGATED METAL PIPE
Pipe sections shall be laid in the trench with a maximum spacing
between sections of 1 1/2 inches (38mm).
Annular corrugated pipe shall be laid in the trench with outside
laps of circumferential joints upgrade. The pipe coupling
corrugations or projections shall properly engage the pipe sections
before bolts are tightened. Care shall be taken to ensure that dirt
or other particles do not get between the' outside of pipe and the pipe
coupling.
Paved inverts shall be placed and centered on the bottom of the
trench. Any damage to the protective lining and coating shall be
repaired prior to the backfilling around the pipe/ Joints for 18"
downdrains shall have a tensile strength (pull apart strength) of 5000
Ibs.
Page 27
3. PIPE DOWNDRAINS
Pipe and couplings for downdrains shall be watertight in
accordance with the following provisions:
a. ) COUPLING BANDS
The coupling bands shall be of the same material as the pipe.
Coupling bands shall be either one or two piece construction, Coupling
bands shall not be more than two thickness lighter than the thickness
of the pipe to be connected but shall be not less than 0.052 (1.3 mm)
or more than .109 inch (2.8 mm).
The minimum width of the coupling bands for pipe ends with anular
and helical corrugations shall be 10 inches (250 mm) and 12 inches
(300 mm) respectively with the exception of couplings utilizing
flanged pipe end.
»
The metal of couplings shall be corrugated, dimpled or channeled
in such manner that it will effectively engage the corrugations or
flanges of the pipe ends. All coupling band connection hardware shall
be galvanized or electroplated in accordance with ASTM A164 type RS or
ASTM A 165 type TS. Bolts and nuts for all types of coupling bands
shall co-nform to the requirements of ASTM A307.
b. ) Watertight Joints
Watertight joints shall be provided by the use of approved sealant
or gasket materials. These materials shall be neoprene expanded
rubber or sheet rubber gaskets, "0" ring -rubber gaskets, butyl
rubber base joint sealant, or other approved materials. Sheet
rubber gaskets shall be at least 7 inches (175 mm) wide and 3/8
inch (10 mm) thick and shall conform to the requirements uf ASTM D
1065 with grades 41 to 43 inclusive, unless otherwise specified.
"0" ring shall conform to ASTM C443 and shall not be used on
helical corrugations. Test for watertight joints shall conform to
the following provisions.
4. LEAKAGE TEST FOR CORRUGATED METAL PIPE
After the pipe has been laid and assembled, the pipeline shall be
filled with water to a hydrostatic pressure head of 7 feet above
the highest point in line to be tested.
The hydraulic head of 7 feet can be obtained by the following
steps:
a) Seal the manhole and plug the end of existing upstream pipe
in the manhole.
b) Plug the lower end of the pipe at outlet box.
c) Fill the manhole and the new constructed pipe until the
elevation of water in the manhole is 45.4 (7 feet above the invert
o f manhole. )
Page 28
5. STORM AND GROUNDWATER DAMAGE
The contractor shall
contract assume all risk
the operations and the p
improvements being built
be caused by water of wh
industrial waste, irriga
sewever, the contractor
expense of protecting or
all equipment or materia
action of the elements.
, throughout the entire term of this
s and expenses of interference and delay in
rotection from or the repair of damage to
by the contractor under the contract as may
atever quantity from floods, storms,
tion, underground, or other so'urces.
shall also assume full responsibility and
removing and returning to the site of work,
Is under his/her care endangered by any
Furthermore, the contractor shall indemnify and save harmless the
City against all claims or suits for damange arising from his/her
operations in dewatering the work and control of water.
All works installed by the contractor in connection with control
of water, but not specified to become a permanent part'of the
project, shall be removed and the site restored, insofar as
practical, to original condition at the contractors expense.
Should a storm occur prior to the date upon which the work is
completed and should debris or other materials be deposited as a
result of said storm in or upon any works or improvements of whatever
nature constructed under this contract, the contractor shall
immediately remove and dispose of such deposited material and no
additional compensation for such removal 'and disposal will be made.
The contractor shall, at all times, when rainfall or other
drainage flows are occurring on the project, have supervisory
personnel and workers on duty. During such times, the contractor
shall have readily available sufficient material and equipment to
protect the public from danger and to protect the project work, as
well as private or public property from damage.
The cost of such work is included in the unit prices bid for the
various items of work and no separate or additional payment will
be made therefor.
6. STORM DRAIN BEDDING
The subgrade or basement material on which the storm drain is to
be constructed shall be firm, thoroughly compacted and true to grade.
Aggregate base material shall be Class II and conform to the
requirements of Section 301-2 of the SSPWC. The.#3 or #4 crushed
rock shall be natural rock and shall be mechanically crushed with 100!
passing the one inch sieve and 95% retained on a 3/8 inch sieve and
no more than 2% passing #20 sieve. The rock shall be compacted
mechanically after p1acement in the trench and shaped to receive the
pipe.
Page 29
Backfill shall be compacted to 90% of maximum dry density as
determined by ASTM test method number D1557-58T.
The cost of base material and backfill must be included in the
unit price of various items of work and no additional payment will be
made therefor.
7 . STORAGE OF MATERIALS IN PUBLIC STREETS
No materials shall be stored in public sidewalks or driveways.
No materials shall be stored other than those where the storm drain
is to be constructed as part of this contract, and then only within
the limits of the construction subject to the additional restrictions
listed be low.
A. Storm drain, pipes may be stored on public streets for a
period not to exceed five working days.
B. Backfilling materials may be stored within 100 feet of the
pipe laying operation only. ;
C. No construction equipment should be stored on Carlsbad
Boulevard.
All cost involved to comply with the above requirements shall be
included in the prices for various items of work.
8. PROTECTION, RESTORATION AND CLEANUP OF EXISTING IMPROVEMENTS
The Contractor shall be responsible for the protection,
restoration or replacement of any improvements existing on public or
private property at the start of work or,placed there during the
progress of work and not specified or shown on the plans to be
permanently removed. All existing improvements shall be
reconstructed to equal or better the existing improvements removed or
damaged.
The contractor shall select his/her equipment with a view of
minimizing the damage to street. The equipment or the type of
construction method used which tends to inflict unnecessary damage to
the street, in the judgment of the engineer, may be ordered dis-
continued unless the contractor demonstrates, to the satisfaction of
the engineer, that modifications to his/her methods or equipment will
not inflict unnecessary damage to the street.
In submitting a bid, the contractor will be deemed to have
carefully examined the site of the work and to have become acquainted
with all conditions relating to the protection and restoration of
existing improvements. The City does not guarantee that all
improvements are shown on the plans and it shall be the Contractor's
responsibility to provide in the bid for the protection and
restoration of all existing improvements except those otherwise
specified herein.
The contractor is required to conduct concurrent cleanup
operations as the work proceeds. Construction area shall be
completely cleaned of dirt, debris, trench soil, equipment and
construction material; and areas are to be completely restored.
Page 30
Dumping or storage of materials or storage of equipment in public
or private property requiring subsequent cleanup shall not be
permitted unless written permisson is secured from the agency having
jurisdiction or owner of the property and submitted to the engineer
and approved.
9. TRAFFIC CONTROL IN CARLSBAD CITY STREETS
The traffic control includes the construction of detours, street
closures, and related work necessary and required for the
construction ofthe storm drain.
A. Notifications: The contractor shall notify the following
City departments 24 hours prior to the start of work on this project
and 24 hours prior to closing or opening of a street or alley within
the City of Carlsbad:
Engineerng Department - 438-5541 101 Sl^ f
Police Department - 438-5511 /~\ •-*•'-* .. •
Fire Department - 438-5521 ORIGINAL
The City of Carlsbad will furnish, at no charge to the
"TEMPORARY NO PARKING" signs to be posted (and removed) by the
contractor immediately when not required to facilitate the work.
B. Barricades, Guards and Safety Precautions: To protect
persons from injury and to avoid property damage, adequate
barricades, bridging, construction signing, warning lights and guards
as required shall be placed and maintained during the progress of
construction work and until it is safe for traffic to use the street
or highway. All piles of material, equipment, pipe and other objects
that may serve as obstructions to traffic shall be barricaded and have
warning lights. The warning lights shall be of intermittent flashing
type, amber in color and shall be working from one-half hour before
dusk continually until one-half hour after dawn the following
morning, and when visibility is poor. All safety rules and
regulations of local and State authorities shall be observed.
Portable delineators, including the base, shall be composed of
material that has sufficient, rigidity to .remain upright when
unattended and shall be either flexible or collapsible upon impact by
a vehicle. The base shall be of such shape as to preclude roll
after impact. The base shall be of sufficient weight or shall be
anchored in such a manner that said delineator shall remain in an
upright position.
If the portable delineators are damaged, displaced or are not in
an upright position, from any cause, said delineators shall
immediately be replaceddd or restored to their origninal location, in
an upright position, by the contractor.
Page 31
The vertical portion of the delineators shall be predominately
orange color. The posts shall be not less than 2 1/4" in width or
diameter, if tapred, shall have a cross-sectiona1 area of not less
than 100 square inches measured through the vertical axis of the
delineator, normal to the roadway. The minimum height shall be 37
inches above the traveled way.
Flourescent traffic cones shall be of good commercial quality,
flexible materials suitable for the purpose intended. The outer
section of the portion above the base of the cone shall be a highly
pigmented flourescent orange polyvinyl compound. The overall height
of the cone shall be at least 28 inches. The base shall be of
sufficient weight and size or shall be anchored in such a manner that
the traffic cone will remain in an upright position.
C . Traffic Control: In order to expedite the passage of public
traffic through or around the work and where ordered by the engineer,
the contractor shall install signs, lights, flares, barricades and
other faclities for the sole convenience and direction of public
traffic. Also, where directed by the engineer, the contractor shall
furnish competent flagpersons whose sole duties shall consist of
directing the movement of public traffic through or around the work.
No. material or equipment shall be stored where it will interfere with
the free and safe passage of public traffic and at the end of each
day's work and at other times when construction operations are
suspended for any reason, the contractor shall remove all equipment
and other obstructions from that portion-of the roadway open for use
by public traffic.
Existing traffic signal and highway lighting systems shall be
kept in operation for the benefit of the traveling public during
progress of the work and other forces will continue routine
maintenance of'existing systems.
The contractor may be required to cover certain signs which
regulate or direct public traffic. The engineer will determine which
signs shall be covered.
Construction operations shall be conducted in such a manner as to
cause as little inconvenience as possible to abutting property
owners. All streets and highways used by the contractor shall be
kept free of debris, dust and mud by the contractor.
Personal vehicles of the contractor's employees shall not be
parked on the traveled way at any time, including "any section closed
to public traffic.
When entering or leaving roadways carrying.public traffic, the
contractor's equipment, whether empty or loaded, shall in all cases
yield to public traffic.
Page 32
The provisions in this section may be modified or altered if, in
the opinion of the engineer, public traffic will be better served and
work expedited. Any proposed modifications shall be approved in
writing by the engineer.
Whenever a lane closure is made, the contractor shall close the
lane by placing flourescent traffic cones, portable delineators, or
other devices approved by the engineer, along a taper and along the
edge of the closed lane adjacent to public traffic. One telescoping
flag shall be placed at the beginning and at the end of the taper.
Whenever work .is being performed adjacent to a lane carrying
traffic, the edge lane or edge of pavement shall be delineated by
placing temporary portable delineators adjacent thereto.
Should the contractor appear to be neglectful or negligent in
furnishing warning and protective measures as above provided, the
engineer may direct attention to the existence of a hazard and the
necesary warning and protective measures shall be furnished and .
installed by the contractor at his/her expense. Should the engineer
point out the inadequacy of warning and protective measures, such
action on the part of the engineer shall not relieve the contractor
from responsib1ity for public safety or abrogate his/her obligation
to furnish and pay for these devices.
Full.compensation for furnishing, placing, maintaining, replacing
and removing construction signing, barricades, delineators and
traffic cones; for covering signs as directed by the engineer; and
for furnishing flagpersons shall be considered as included in the
various contract items of work involved and no separate payment will
be made therefor.
10. DUST CONTROL
The contractor shall furnish a water supply vehicle on the job
site. The contractor shall apply water in the amounts and at
intervals as directed by the engineer. The water supply vehicle and
an operator shall be available upon a reasonable notice as determined
by the engineer for after-hour, weekend, or holiday dust control
work. If the contractor is not available for dust control measures,
the city will arrange for the work to be performed by others and will
deduct all equipment, labor, and materials costs therof, from the
contract amount. The contract shall furnish a street sweeper vehicle
on the job site and shall sweep areas as directed by the engineer.
All costs involved for dust control, including supplying and
operating water supply vehicles, street sweepers, shall be absorbed
in other items of work.
Page 33
11. CLEARING AND GRUBBING
Clearing and grubbing shall include, but not be limited to, the
removal and disposal of concrete anchors, concrete head wall, shrubs,
rocks and any other deleterious matter necessary to accomplish the
construction of the improvements as shown on the plans and as
specified in these special provisons.
Material ren. ?ved shall conform to the requirements of Section 300'
1 of the ASSPWC and these Special Provisions.
All concrete, rock, pipe and other material removed shall be
disposed of in a manner acceptable to the engineer. The cost of
the material disposal shall be deemed included in the lump sum price
bid for clearing and grubbing and no additional payment will be made
there for.
•• *
.
COUPLES TYPE P.-PE
COSP.UCATION
T« P:a;a Irrtori Fla-v- j lV,"x'4"
A-v^jr
Chcrv.«l
*r.; Cncnr*!
22/3"«'/2"
22/j"x'/2"
i W
PiPE SIZE | OR
i A
8" 1 12"
Thru 24" j 12"
Thru 24" j 3/4"
2J/3"x '/2" i Thru 24" | 12"
V^y.tt 2 2/3" « '/2" j Thru 24" j 10 '/2"
PIPE WALL
THICKNESS
.064"
.064°
.064"
.064"
.064"
Kc'cci 22/j"«-/2" | Thrw24" ! 12" j .061"
BAND
THICKNESS
052"
.054"
BAR AND STRAP 1 " ANGLE
STRAP 1 3AR iryy^NCiOMSTHICKNESS! DIAMETER! ' "~ "BOLTS
RIVETS
ANGLE TO
BAND
] 3-3/8" Sue DetaiK
.079" | .079"
.064"
.064"
.079"
.0/9"
7/tl" J2"x2"xVl5l| 1 -V2"
v'l^i-.^V"r~*i \
3-V
s-3/a"
.OC4" j . J2"x2"x3-'ii,'' 3-V2"i 3-3V
SPOT WELD
ANGLE TO
3 A NO
S-'/j"
See Details
3 - '/e"
3 -l/2"
r^T? JiTFT; »-
GtNERAL NOTES 1 i i
1. A!! coupling bond correction hcrdwcre sholi &c n
wifh th« SroncIO'-d Spgcificciions. SisteS^'vt
leg for rivets and spot we'ds.
3. Dimensions ond inicknesses stown are mLntrrwrn,
4. Spot we'Js shell uevelop mi-i-num required
strength of slrcp.
5- 3or y:eid s!fengtn, ^2,000 pii minimum,
6. Fillet welds o* equivc.ent strength moy ba
subs'ituJed '0' spot walds or rivets.
±r±r±;±:j
. E-»CJS£;s NC .
J'JLY1.19£0.__.
^=""—^_'^^vf~~ Chof"
NOTE: as or. aHernat. to S«ged «nd.
an owsiz. brio,, cip may be used.
Spot wtldi
ANOLS CONNECTOR Ullljj
PARTIAL SECTION A-A
Fiona. Height Cho;v,ei Coop||n, Bond
'ft —
SECTION S-B
Oo•s
ANNULAR
COUPLING BAND COUPLING BAND
3iR 8 STRAP COHNECTOR
CHANNEL COUPIJNG BAND
„ _FOR FLANGED END C.S.R
.Belt Sor /•?$!?$"">
Coupling
I '/2"m!n. f Sana
Sand -Joint S«lonr
'Spot Waidsv
NOTE: mintrnym of 2 spot wslds p«r conndction
STRAP DETAIL
/^Forged Steel Bar
5 '/<"
Bolts
5 " < I r<il\ j | I jjj|l | If— Joint Sealant
JOINT CROSS SECTION
for'/2'
bolts
HUGGER COUPLING BAND
FOR REFORMED END HC.S.R.
OR ANNULAR C.S.P,
BAR DETAIL
TWO PIECE NTEGRAL R-ANG-E
DIE FORMED BAND FOR H.C.S.P
STATE OF CALIFORNIABUSINESS >SNO TRi.NSPDRTATiON AGENCY
DEPtSTMENT OF TRANSPORTATION
C.S.R DOWNDRAIN COUPLING DETAILS
DS7-A
OR/G/A/J
m
U)