Loading...
HomeMy WebLinkAboutC E Wilson Corporation; 1992-12-11; 3389September 14, 1993 C. E. Wi 1 son Corporation 662 Grand Avenue Spring Vdlley, CA 91977 RE: Bond Release - Contract No. 3389 - CMWD No. 88-601 - Palomar Airport Road 12 Inch \dater Main Relocation The Notice of Completion for the above-referenced project has recorded. Therefore, per instructions from our Engineering Department, we are hereby releasing Insurance Co. of the West Performance Bond No. 1237028, in the amount of $59,632.48. The bond is enclosed so that you can return it to your surety. Also enclosed for your records is a copy of the Notice of Completion. d**k Assis ani; Cit Encs. c: Lynn True, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-2808 Recording requested by: ) CITY OF CARLSBAD 1"g City Clerk 1 City of Carlsbad 1 When recorded mail to: 11200 Carlsbad Village Drive ) Carlsbad, California 92008 ) Carlsbad, CA 92008 ) Space above for Recorder's Use NOTICE OF COMPLE61ON Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. The undersigned is owner of the interest or estate stated below in the property hereiinafter descril The full nams of the undersigned is Carlsbad Municipal Water District, a municipal1 corporation The full address of the undersigned is 5950 El Camino Rea!, Carlsbad, California 92008. The nature OT the tiiie oi the unaersigned is: in fee. A work of improvement on the property hereinafter described was completed on April 15, 199: The name of the contractor, if any, for such construction is C.E. Wilson Corporation. The prcperty on which said was completed is in the City of Carlsbad, County of San Biego, : of California, and is described as follows: CMWD No. 88-601, Contract No. 3389, Palomar Ail Road I :2 Inch Water Main Relocation. The street address of said property is None. 8. CAR BAD MUNICIPAL WA?ER DlSTRl / /& Bob Coates, P.E. m District Engineer VERlFlCATlQM OF CITY CLERK I, the undersigned, say: B i3m the Secretary of the Board of Directors, Carlsbad Municipal Water District, 5950 El Car Real, Carlsbad, California, 92008; the Board of Directors of said District on 11 ccq-:s$ :2s 55s.;:: cjcs,-;.ib.=-d &!+: z.2 :six$$c2 c,;;d c:d:;c< the: 2 F<cti,-e tf cSxy!sticf; 5: fi!$$ July 6 6 P declare under penalty of perjury that the foregoing is true and correct. Executed on July 7 , 4 9% at Carlsbad, California. CARLSBAD MUNICIPAL WATER DISTR eL-4- ALETHA L. WUTENKRANZ, Secretzry EXHIBIT 3 1 TABLE OF CONTENTS Item Pap NOTICE INVITING BIDS CONTRACTOR’S PROPOSAL DESIGNATION OF SUBCONTRACTORS ............................ 1 AMOUNT OF SUBCONTRACTORS’ BIDS 1 EQUI:PMENT/MATERIAL SOURCE INFORMATION I BID SECURITY FORM. .......................................... 1 BIDDIER’SBOND ............................................... 1 B1DD:ER’S STATEMENT OF FINANCIAL RESPONSIBILITY : BIDD:ER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .... : hi .......................................... 1 c c t I ...................................... ............................ ................... ............. 1 NON-COLLUSION AFFIDAVIT .................................... : CONTRACT - PUBLIC WORKS : LABOR AND MATERIALS BOND .................................. : PERFORMANCEBOND.. : WARIRANTY BOND : ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION 1. 1 1 1 E I .................................... ........................................ ............................................. : I RELE:ASEFORM ............................................... : SPECIALPROVISIONS .......................................... : TECHNICAL SPECIFICATIONS SUPP’LEMENTAL PROVISIONS .................................... SCHE:DULE AND EXPLANATION OF STANDARD DRAWINGS ...................................... ............................... I* 1/7/92 RE 1 m K? E t I d It E I E 1. II I g 1 t I 1 Q CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD, CALIFORNIA NOTICE I"G BIDS Sealed bids will be received at the Office of the Purchasing Officer, City Hall 1200 Carlsba Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the 8Tl day of , 19z at which time they will be opened and read, fc performing the work as follows: OCIOIBER CONTRACT NO. 3389 CONSTRUCTION OF THE PALOMAR AIRPORT ROAD 12 INCH WATER MAIN RELOCATION FROM YARROW DRIVE E" 1300 FEET IN THE CITY OF CARLSBAD The work shall be performed in strict conformity with the specifications as approved by th Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on fi: with the District Engineering Department. The specifications for the work include the late revisedl edition of the Standard Plans and Specifications for Construction of Water Mail of Carlsbad Municipal Water District, and Standard Specifications of Public Worl Construction, (SSPWC), 1991 Edition, and the latest supplement, hereinafter designate "SSPWC", as issued by the Southern California Chapter of the American Public Worl Association and as amended by the special provisions sections of this contract. Referenc is hereby made to the specifications for full particulars and description of the work. The Carlsbad Municipal Water District encourages the participation of minority ar women-owned businesses. The Carlsbad Municipal Water District encourages all bidders, suppliers, manufacture] fabricaitors and contractors to utilize recyclable materials when available and whe appropriate. No bid will be received unless it is made on a proposal form furnished by the Purchasii Department. Each bid must be accompanied by security in a form and amount required 1 law. The bidder's security of the second and third next lowest responsive bidders may 1 withheld until the Contract has been fully executed. The security submitted by all 0th unsuccessful bidders shall be returned to them, or deemed void, within ten (10) days aft the Contract is awarded. Pursuant to the provisions of law (Public Contract Code Sectic 2230011, appropriate securities may be substituted for any obligation required by this notit or for monies withheld by the District to ensure performance under this Contract. Sectic 22300 of the Public Contract Code requires monies or securities to be deposited with tl District or a state or federally chartered bank in California as the escrow agent. Notice Inviting B 7/7/92 RE 1. T 8 The documents which must be completed, properly executed and notarized are: 1. Contractor's Proposal 2. Bidder's Bond 3. Non-Collusion Affidavit f 1 4. Contract All bids will be compared on the basis of the Engineer's Estimate. The estimated quantitit are approximate and serve solely as a basis for the comparison of bids. The Engineer Estimaite is $87,soo In keeping with the Special Provisions, work shall be accomplished within forty (40) calendar days. Liquidated Damages will be in the amount of $ 500 per daj No bid shall be accepted from a contractor who is not licensed in accordance with tl. provisions of California state law. The contractor shall state their license numbe expiration date and classification in the proposal, under penalty of perjury. The followi1 I R I I 1 1. I classifications are acceptable for this contract: CLASS A in accordance with the provisions of state law. If the Contractor intends to utilize the escrow agreement included in the contra documents in lieu of the usual ten percent (10%) retention from each payment, the: documents must be completed and submitted with the signed contract. The escra agreement may not be substituted at a later date. Sets of plans, special provisions, and Contract documents may be obtained at the Purchasii Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsba California, for a non-refundable fee of $30.00 per set. Carlsbad Municipal Water Distri Standard Plans and Specifications are available for a non-refundable fee of $20.00 per sc The Carlsbad Municipal Water District reserves the right to reject any or all bids and 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 tl contract shall be those as determined by the Director of Industrial Relations pursuant the Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of tl Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbi City Clerk. The Contractor to whom the Contract is awarded shall not pay less than tl said specified prevailing rates of wages to all workers employed by him or her in tl execution of the Contract. The Prime Contractor shall be responsible for insuring compliance with provisions Section 1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Coc "Subktting and Subcontracting Fair Practiced Act." I J s I P I I* I Notice Inviting B 7/7/92 RE v The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 sh; apply to the Contract for work. A pre-bid meeting and tour of the project site will - will not xX be held. The meetii will be held on date: time: location: ;. All bids are to be computed on the basis of the given estimated quantities of work, indicated in this proposal, times the unit price as submitted by the bidder. In case of discrepancy between words and figures, the words shall prevail. In case of an error in tl extension of a unit price, the corrected extension shall be calculated and the bids will 1 computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out ai typed or written in with ink and must be initialed in ink by a person authorized to sign f the Contractor. Bidders are advised to verify the issuance of all addenda and receipt thereof one day pri to bidlding. Submission of bids without acknowledgment of addenda may be cause rejectiion of bid. Bonds to secure faithful performance of the work and payment of laborers and materii suppliers and warranty to cover all guarantees against defective workmanship and materia or both, for a period of one year after the date of final acceptance of the work by t District each in an amount equal to one hundred percent (loo%), fifty percent (50%) a fifty percent (50%), respectively, of the Contract price will be required for work on tl project. These bonds shall be kept in full force and effect during the course of this proje and shall extend in full force and effect and be retained by the District for a period of o (1) year from the date of formal acceptance of the project by the District. Bonds and insurance are to be placed with insurers that have (1) a rating in the most rece Best's Key Rating Guide of at least A-:V, (2) are authorized to conduct business in t State of California, and (3) are listed in the official publication of the Department Insurance of the State of California. Auto policies offered to meet the specification of tl contract must; (1) meet the conditions stated above for all insurance companies and ( cover any vehicle used in the performance of the contract, used on-site or off-site, whet1 owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insuran certificate must state the coverage is for "any auto" and cannot be limited in any mann Worker's Compensation insurance required under this contract must be offered by comp<any meeting the above standards with the exception that the Best's rating conditi is waived. The District does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. A additional cost of said insurance shall be included in the bid price. I 1 I I I 1 I. I I s t 1 I E I Notice Inviting E 7/7/92 RI IE* i Approved by the Board of Directors of the Carlsbad Municipal Water District, Carlsba Califcmia, by Resolution No. 807 , adopted on the 18th day of Aunust + 19% 20. /99q (&L&dL aw& Aletha L. Rautenkranz, Secretary Date 4 1 0 ! 1 1 I r. i E l f I I d 8. f Notice Inviting I 7/7/92 R1 L 8 I 1 3 1 1 I I 1. S for a lump sum price Ls 1 I price of LS $ 700- 1 for a lump sum price of LS $ p2-5-0 - I I 1 4 CARLSBAD MUNICIPAL WATER DISTRICT CONTRACT NO. 3389 CONTRACTOR’S PROPOSAL I@ Board of Directors Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read tl Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furni all labor, materials, equipment, transportation, and services required to do all the work complete Contract No. 3389 in accordance with the Plans and Specifications of tl Carlsbad Municipal Water District, and the Special Provisions and that he/she will take full payment therefor the following unit prices for each item complete to wit: Item Approximate uantity DescriDtion Unit Price Total No. 0 1 Ls Traffic control complete 04 , and in place per plan c 2 Ls Remove and dispose of existing trees as neces- sary to construct pipe- line for a lump sum 00 3 Ls Install trench shoring 06 4 Ls Point of connection no. 1, join 12 inch D.I.P. 74 ft. It. C/L Sta. 17+86 (Palomar Airport Road) including removals, fit- tings, gate valve assembly, thrust blocking and tem- porary pavement for a lump $ 6.2%-!3 - sum price of Ls Contractor’s Propc 7/7/92 RI P a I Item Approximate 5A -- No. Quantity Description Unit Price Total Ls Point of Connection no. 2, join 12 inch steel, 46 ft. It. C/L Sta. 184+69 (Palomar Airport Road) including re- movals, fittings, gate valve assembly, and thrust blocking for a lump sum 1. 5 It 72 $ 27/i!3 - 0 price of Ls E I I unit price of $ aqz $ si?/ lS@ K I 1. I: price of LS $ S&D/ - I I 1 II I I 6 1291 L.F. 12 inch polyvinyl chloride (PVC) water main includ- ing removals, excavation, trench shoring, bedding, fittings, thrust blocking, compacted backfill, and temporary pavement for a 7 Ls Phase 3, Step 1, inter- tie and pipe closure in- cluding removals, excava- tion, fittings, thrust blocking, compacted back- fill and temporary pave- ment for a lump sum zd 8 LS Phase 3, Step 2, Sta. 183+50 construct pipe closures including ex- cavation, removals, end caps, closures and back- fill for a lump sum price of LS /z $ /o 73 - / 9 LS Phase 3, Step 3, Sta. 201 + 60 install end caps including removals, thrust blocking, backfill and temporary pavement for a lump sum price of LS $ 9 Contractor’s Propos 7/7/92 RE I. 1 i 1 I 8 # I I sum price of LS $ y~700 5 I 0. 1 I E I Item Approximate Quantitv Description Unit Price Total 10 3 EA. Install 12 in manual air &s- 7. $ v7- $ 29SZ- releaseblow off assembly for a unit price of 8. No. 11 LS Replace removed taxi-way and roadway pavement with six inches of asphaltic concrete pavement on 18 inch Class I1 aggregate base, and replace as- phaltic concrete berm damaged or removed dur- ing pipeline construction in like kind for a lump 12 LS Replace removed and dam- aged traffic markers and striping for a lump sum $ -SIC;”GE price of Ls Total amount of bid in words: p&4-y, fJld.p i?zLL;~4/J~ 5K2 h/d@ 75&y /-#LJ ,f’ *P/ y‘g 5-T dzz -- Total amount of bid in numbers: $ Price(s) given above are firm for 90 days after date of bid opening. Prices quoted in t Propalsal shall include all taxes, including sales and use taxes. Addeindum (a) No(s). this proposal. The IJndersigned has checked carefully all of the above figures and understands that t District will not be responsible for any error or omissions of part of the Undersigned making up this bid. The IJndersigned agrees that in case of default in executing the required Contract WI necessary bonds and insurance policies within twenty (20) days from the date of award Contract by the Board of Directors of the Carlsbad Municipal Water District, the procee of the check or bond accompanying this bid shall becom the property of the District. bzy/z? 7nm RE hashave been received and is/are included m f I ‘Z& B Contractor’s Propc D p2 LId&.454 ?/I 7"- /9#&" I 5b.42 /I/ ,/ c8?r/ 1 I I I I I I 1. 1 I I 1 I I I effect of an affi A bid submitted to the District by a Contractor who is not licensed as a contractor pursua to thc: Business and Professions Code shall be considered nonresponsive and shall 1 rejected by the District. 0 7028.15(e). In all contracts where federal funds are involved, 1 bid submitted shall be invalidated by the failure of the bidder to be licensed in accordan with California law. However, at the time the contract is awarded, the Contractor shall 1 properly licensed. Public Contract Code 8 20104. The 'CJndersigned Bidder hereby represents as follows: 1. That no Board member, officer agent, or employee of the Carlsbad Municir Water District is personally interested, directly or indirectly, in this Contra or the compensation to be paid hereunder; that no representation, oral or writing, of the Board of Directors, its officers, agents, or employees h inducted himher to enter into this Contract, excepting only those contain in this form of Contract and the papers made a part hereof by its terms; a That the bid is made without connection with any person, firm, or corporati1 making a bid for the same work, and is in all respects fair and withc collusion of fraud. 1 2. Accompanying this proposal is for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of the Labor Code whi requires every employer to be insured against liability for worker's compensation or undertake self-insurance in accordance with the provisions of that code, and agrees comply with such provisions before commencing the performance of the work of tl Contract and continue to comply until the contract is complete. (Cash, Certified Check, Bond or Cashier's Check) ... ... ..I ... ... ... ... ..I ... ..I Contractor's Propc 7/7/92 RE P I I E E II I I I 1 I. (1) 1 1 I 1 I 1 1 The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Artic 2, relative to the general prevailing rate of wages for each craft or type of worker need( to execute the Contract and agrees to comply with its provisions. @ IF SOLE OWNER OR SOLE CONTRACTOR SIGN HERE: (1) (2) (3) Place of Business Name under which business is conducted Signature (given and surname) of proprietor (Street and Number) City and State Telephone No. (4) Zip Code IF A PARTNERSHIP SIGN HERE: Name under which business is conducted Signature (given and surname and character of partner) (Note: Signah must be made by a general partner) (2) (3) Place of Business (Street and Number) 1 City and State (4) Zip Code Telephone No. Contractor's Prop 7/7/92 R t- 19 1 IF A CORPORATION, SIGN HERE: + *-& 3 1 g4 V c---- 's' s Corporate Seal 5ert I (4) Place of Business I 1. I I I 1 1 1 1 NOTARY ACKNOWLEDGMENT OF EXECUTION OF ALL SIGNATORIES MUS I BE ATT'ACHED List below names of president, vice president, secretary and assistant secretary, if Contractor's Prop 7/7/92 R 1') + (Y $ " a i~=t~m=&p&W%+53k~acmty I evidence) __- to be t+---- ---- -- ~ _I - I 1 DESIGNATION OF SUBCONTRACKlRS (TO ACCOMPANY PROPOSAL) The Contractor certifies he/she has used the sub-bids of the following listed Contractors 1 making up hisher bid and that the sub-contractors listed will be used for the work for whic they bid, subject to the approval of the District Engineer, and in accordance with applicab provisions of the Specifications and Section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." No changes may be made in the: subcontractors except upon the prior approval of the District Engineer of the Carlsba Municipal Water District. The following information is required for each sub-contracto Additional pages can be attached if required: Items of Complete Address Phone No. Work Full Company Name With Zip Code With Area Code ;. 1 I I I I 1. 1 i 1 1 1 I 1 m s@WWP Sgb-5 s 4 @&M4 c? .X7 &[/&m& 4m+J i L<2c?Ja/ - 075 +~,56 o/iM 0 f. 5#@ 'I-> &,#!by 4/'i7(d<+f665- 32z ;g-Sj?+ k: 5//t?2/xa &/$/ /gfi -033$ &* 43ed L&/b*il f p;&& ESk-. a& gzi? z a "/ c a P Designation ( Subcontractoi 7nP2 RET a 1 AMOUNT OF SUBCONTRACTORS' BIDS (TO ACCOMPANY PROPOSAL) The Bidder is to provide the following information on the sub-bids of all the liste subcontractors as part of the sealed bid submission. Additional pages can be attached, required. t 1 1 I I l I I. I I I I 1 I I Type of State Carlsbad Contracting Business Amount of Bid License & No. Full ComDanv Name f# Fj pds f &JUhkf" w/4j hk&x?/d 2 &- 2BQd% - q..S"L $/3 /'@/Lff' 325& lk.5 l21f (bdsf- *Licenses are renewable annually. If no valid license, indicate "NONE." Valid license mi be obtained prior to submission of signed contracts. Amoun Subcontractors' 1 7/7/92 R P 1 1 I 1 I 1 EQUIPMENT/h4A"ERIAL SOURCE INFORMATION (TO ACCOMPANY PROPOSAL) The Bidder shall indicate opposite each item of equipment or material listed below, thi name of the one supplier and manufacturer of each item of equipment or material proposec to be furnished under the bid. Awarding of a contract under this bid will not imp1 approval by the District of the manufacturers listed by the Bidder. f I Eauipment/Material Manufacturer 1 (One Only) a (Manufacturer) 1. Pipe Supplier Efl4 A. Polyvinyl Chloride Pipe &p,g;gf/#-eL&a . 2. Valve Supplier ,.y"".; k i t i 2 pi". (One Only) D 1 I I I 1 8 I I I A. Gate Valve m 1- it.$ A/d4> I. (Manuhctu rer) EquipmenWateria Source Informatioi 7/7/92 RE\ l* a 1: BID SECURITY FORM (Check to Accompany Bid) 1 I I 1 1 i I I. i i I I 1 8 I 1 (Note: The following form shall be used if check accompanies bid:) lii Accompanying this proposal is a *Certified *Cashiers check payable to thc order of CARLSBAD MUNICIPAL WATER DISTRICT, in the sum of dollars ($ 1, this amount being ten percent (10%) of the total amount of the bid. The proceeds of thi check shall become the property of District provided this proposal shall be accepted by th District through action of its legally constituted contracting authorities and the undersigne shall fail to execute a contract and furnish the required Performance, Warranty an( Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, th check shall be returned to the undersigned. The proceeds of this check shall also becom the property of the District if the undersigned shall withdraw his bid within the period c fifteen (15) days after the date set for the opening thereof, unless otherwise required by lau and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on th following pages shall be executed--the sum of this bond shall be not less than ten percer (10%) of the total amount of the bid. Bid Security For 7/7/92 RF I*' 14 lmmaBxm 0 @O ACGOMPANYPROPOSAL) KNOW ALL PERSONS BY TfIEsE PRESENTS; mwb C . E. WILSON CORPORATION ,m Riacipal, ad INSURANCE COMPANY OF THE WEST s as Surety arc held and fixmly bwd unto the GARLSBAD MuNImAL WATER DWI'iUCI', in an'mount as follows (must be at leaat ten percm$ (10%) ofthe bid emcmnt) fix which payment, WE and truly made, we bind oumelvcs, OUI heirs, e~ecubrs saa' admin-18, su- ab Bsciejps, jahtlyand severally, firmly by these pteseata THE CO~lTION OF THE FORWING OBLIGATION IS SUQR that iftbe proposal af the abawe-bounden Prhdpd frx CO"RACX"0. 3389 mR m"'RUCI'I0N OF TfXE hW3MAR AIRFORT ROAD 12INCHWATERMAeJ~X'lON CRdWD PRCNECTNQ. -1 TEN PERCENT OF THE AMOUNT BID (10% OF THE AMOUNT BID)--------------------- e htfie City ofwad, is acoepted bythsBoard of Dirsctors, andif the prfncipdlshan duly enter into and executa a Contract, .including requid bonds and inwrnrnca pokies, within twenty (20) days fram the date $award of'contract by the &wd of Dirwtcm oftbe carlsbad Municipal Water M being duly notified of said award, &ea this obligation sbatl beccpne nnR and void; otherwise, it shall bo and Tcl1Izlip in fau force and effect, and the amount spccifkd herein &all be forfeited to the said District BidrwsBgqd 0 7/7m REV m October 2, 1992 ,tPkaPn gate of CALIFORNIA I ss- Nancy 3. Huffstutler SAN DIEGO ‘-of tk urk-sQPd Mary Wlic, wl ly x0eared Laura M. Ehrlich id Fprscrally-torrp [ ] gr-5.€dtomcntkkisofsati~E.rJi.dAZP. to k th? -(s) CSO mfd tk within instrurent as ATTORNEY-IN-FACT (Y tn tfr Mlf of tk mxpat.icn tI*in rEllEd, ;prl c3A-d- to in? tklt tlk cwpatim md it, VU“?§ rry rxm ard official sm1. “ifilcw [) v &Jj& &3ry’siSi+tm, 0 l5 On Oct 5, 1992 , befbr Lisa M. Armstronq the undersigned Notary Public, personally appea Brian C. Wilson and Patricia Wilson :ate of Califonria iunty of San Diego ** w] personally known to me [ 1 proved to me on the basis of satisfactory to be the petson(s) who executed the within ins as V. Pres/Secretary on the behalf corporation therein named, and acknowledged to the corporation executed It. evidence NOTARY PU6i.G. CALIFORNIA SAP4 OIEQO COUMTY I l!3 u tk emit Rrf.alpl- tLirbabd = 8nadhddm4 isid rgasd*thttths de8tb d -bY--L fwd October t w3 0 ~~nob~~Smbtg~ib~~~tldr~ PRWCYPAL SuREm 41 6 C.E. WILSON CORPORATION INSURANCE COMPANY OF THE WEST m-dv)/ (sim hcrc) &fl/&T/J c-. L%J/&l2.%2 JLAUFU M. EHRLICH (- oo1poI(IQ -h showins * -0 dA-m-F* R -tpOrmrod-a I 5 e (Roprrlrotlrirl~QIemaatkmdPrldpolaad3um~~k~ tad~ar~~mMt4ebto#pQntbQLIl*oIy-~ tho @-id@-, ~-.-ceni6mibythe-~---~~, - ~ofihrtobind~~, t APPROVED ASTO FORM: ra b RONALDRBAU r WJ 9, /bL.=.-py I .. v Dsppty-- MgPd a 1nmm* I , a. & INSURANCE COMPANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporatio authorized and existing under the laws of the State of California and having its pr office in the City of San Diego, California, does hereby nominate, constitute and apl its true and lawful Attorney(s)-in-Fact, with full power and authority hereby confer its name, place and stead, to execute, seal, acknowledge and deliver any and all undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and authority of the following Resolution adopted by the Board of Directors of IN: COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February, which said Resolution has not been amended or rescinded and of which the followir true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorne Fact to represent and act for and on behalf of the Company, and either the Presid Secretary, the Board of Directors or Executive Comnittee may at any time remow Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it furthe RESOLVED: That the Attorney-in-Fact may be given full power to execute for and name of and on behalf of the Company any and all bonds and undertakings as the busin the Company may require, and any such bonds or undertakings executed by any such Att in-Fact shall be as binding upon the Company as if signed by the President and seal attested by the Secretory." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be unto affixed and these presents to be signed by its duly authorized officer 24th day of August, 1990 INSURANCE COMPANY OF THE WEST e Laura M. Ehrlich 0 .@Owo~~o 5 + *44a, ,3+ ? /- I President STATE OF CALIFORNIA ~4llfoRn\' 0 COUNTY OF SAN DIEGO '': On this 24th day of August, 1990 before the subscriber, a Notary Public of the of California, in and for the County of San Diego, duly comnissioned and qualified BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally knc be the individual and officer described in and who executed the preceding instrumen he acknowledged the execution of the same, and being by me duly sworn, deposeth and ! that he is the said officer of the Corporation aforesaid, and that the seal affixed I preceding instrument is the Corporate Seal of the said Corporation, and that the Corporate Seal and his signature as such officer were duly affixed and subscribed ' said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at thc of San Diego, the day and year first above written. Notary Public STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE WES hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixe Corporate Seal of the Corporation, this 2nd day of October 19 92 - T Secretary 0 d* e $,*@~%o %\ bGii\' s, *44cn, ,s' 2 ICW CAL 37(REV. 5/87) 1. '- 'A I I I E I I I I I I I I I I P 1 1 BIDDERS STATEMENT OF FINANCIAL RESPONSIBILITY (TO ACCOMPANY PROPOSAL) Bidder submits herewith a statement of financial responsibility: ro 4 Bidder's Statement Financial Responsibil 7nm RE 'r 4 r i- - -- - :;'x, ''Si 1U:Ji 90% 0 @-E. wrwm COWPO~TPDN FINANCIAL STATEMEWS AND SUPPLEMENTAL SGB<LDULES AND ACCOWNTANT'S REViEW REPORT MAY 31, 2992 co L - -_ - .,, __ A_I___----_-- - _-- -* - e. I--- SAh DIE %,re 235 %r 01e:c;o &I (613) ? DOUGLAS G. GRIFFIhT &SO Car NORTI-! COUNTY 13328 Misty Qak Ra Tal. (579) 74866'36 Vallay C%IW CA 9xsz CERTlFIEZ) PUBLIC ACCOUNTANT 0 C,E. WILSON CURFORATION 662 Grand Avenue spring Valley, CA 91973 AGCOWNTANTIS REVPZW XEPORT I have reviewed the accompanying balance sheet af C,E. WiZsax Csrpsratfon as of Hay 31, 1992 apd the related statements of j~cornd and retained earnings and cash flows far the year then ended LE accordance with standards established by the Amerism Institute hpi Certff ied Public Accountants. All. information incluaed in thess C'inancial statements is the representation of the management ul C.E. Wilson Corporation. A review consists principally of inquiries of cornpan? persannel and analytical procedures applied to financial data, It is substantially less in scope than an examination in accordance with generally accepted auditing standards, the objective of which is the expression of an opinion regardinq the financial statements taken ad a whole. Accordingly, I do not express such an opinion. Baaed on my ravizw, I am not aware of any material modifications that should be made to the accompanying Pinamial statements in order for them to be in c~nf~rmi'cy with generaB2.y accepted accounting principles. Th@ other data in Supplemental Schedul@s P through 3 accompanying the financial statements is presented only for supplementary analysis purposes and has been subjected to the inquiry and analytical procedures applied in the review of the basic financial statements. I did not become aware af any material modifications that should be made to the other daza. 0 $$LJJe &yL..+ SdP? L L3*, - , CalFEorrlia July 3:. i592 a ACCOUNTING * CONSULTING * TAX y_ C * E * WILSON COWORATION BALANCE SWEET 0 MAY 31, 3992 - ASSETS CURRENT ASSETS Cash in bank Accounts receivable 270,915 . 47,354 (8 t saw 75 * 057 $ Allowance far doubtful accounts Costs and estimated easniamgs in excess of billimp an uncarnpleted carttracks Y Total current assets 384 t 026 PROPERTY AND EQUIPMENT (Note 1) Machinery and equipment 971,154 AutomsbiPes and trucks 200,88Y office furniture and equipment 31,653 Leasehold irnpravements 49,?12 1,258,486 c__ 397,927 (853 I479) L~GS accumulated depreciation et property and equipment 0 $iLEL&Zi m.-. I-..TAL ASSETS sea acccnpznyinq motes and ~ccountant~s ~aview Report e 2 - 0 -- HIAB TLJTTES AN 6 HAREHOLDERS *-EQU%FY CIJ€UWMT LIABILITIES Accounts payable [Mote 5) $ 3.7 Note payable - credit line (Note 3) 6 earnings on uncompleted contracts 1 Current portion of long-term debt -Y Total current liabilities 28 SHAREHOLDERS' LOAN 23 LONG-TERM DEBT {Note 2) 3 DEFERRED INCOME TAXES (Notas 2 and 4) 3 Accrued payroll taxes State income taxes payable (Notes 1 and 4) Billings; in excess of costs and estimated 3 0 SHAREHOLDERS' EQUITY Cornon stock, 100,6500 shares Retained earnings authorized, 60,000 shares issued and outstanding 5 Total shareholders' equity 4 14 -- TOTAL LIABILITIES AND SHAREHOLDERSB EQWITY $3 ~ae accompanying notes and Accountant's weview Report 3 * C*E- WLLSQM CORPORATION STATEMENT OF INCOME AND RETALNED EARNINGS * FOR THE YEAR ENDED MAY 31, 1992 - REVENUES Construction contracts (Note I) $ 2,Q64,027 House moves 42,887 Equipment rental and other 98,9543 Demolition 97Jt3-7 Trucking 7& Totdl revenues 2,311,170 Direct labor 435,076 ~ayraiP taxes and insurance 154,231 Materials 345,563. subcontracts (Mote 5) 751,211 Parts/supplies and fuel 99,493 Repairs and maintenance 443,4313 Depreciation 73 # 534 Total owned equipment costs 233,455 GROSS PROFIT 222 / 1-75 GENERAL AND ADMINISTRATIVE EXPENSES ,289,025 COST OF REVENUES Constructiori contracts: (Note 1) Iq?J451 1,855 8 530 Nonowned equipment rental and other Total construction contracts CQS~S Owned equipment costs; (Note 1) Insurance and other 0 Total cost of revenues 2,0881 995 INCOME (Lass) BEFORE INCOME TAX EXPENSE (166,850) 90,750 (177 # 600) INCOME TAX EXPENSE {Nates 1 and 4) NET INCOME (LOSS) RETAINED EARNINGS Beginning of year 357,976 ~asa prior period adjustment (Note 4) Subtotal 325,576 (32,40691 $ End of year U?! 974 Sea accompanying notes and Aceountantcs Review Report 4 0 C.E, WILSON CORPCXATION STATEXENT OF CASH FLOWS FOR THE YEAR ENDED NAY 3'1, 1992 4 ., CASH FLOWS FR0N OPER?iTING ACTIVITIES Wet loss $ (177, COO) Adjustments to reconcile net earnings to net cash provided by operating activities Depreciation and arnortiz&tion 1115, E06 on uncompleted contracts (75,057) Accrued payrollI taxes and interest (752) earnings an uncompleted contracts Is), 1172 Prepaid expenses and deposits 8,6U 215,532 Accounts receivable 333,877 Costs and estimated earnings Fm excess of billings Accounts payable 6,666 Income taxes payable (5,192j Billings in excess of costs and estimated Net cash pravided by operating activities purchases of property and equipnent (72,748) Disposition of property and equipment a.5 CASH PLOWS FROM INVESTING ACTIVXTIES 0 Met cash used by investing activities (50,172) CASH FLOWS FROM FINANCING ACTIVITIES Credit line repayments (62,400) Transfer investments to shareholders loan 87 * 628 Repapent of shareholders' loan (158,8LO] Proceeds 0% long-term debt 44,908 Net cash used by financing activities (125,175) %ET XNCREASE IN CASH AND CASH EQUIVALENT$ 40,485 CASH AND CASH EQUIVALENTS, BEGINNING OF YEAR 6. am CASH AND CASH EQWVALENTS, END OF YEAR (Note 3) $ Repayment QE long-term debt 136,505) See accompanying note5 and Accountant@s Review ~apoat a 5 I . LC C.E. WILSON COWOMTION NOTES TO FINANCIAL STATEMENTS MAY 31, 1991 * I_ 1. $WRY OF SIGNIFICANT ACCOUNTING P0LICIES Gomrsanv O~eratiam C.E. Wilson Corporation (the ''"Company4t) is angaged Ira the busiPiei.~ of underground piping and grading contracting, Most work 1 gerfcxmed under either fixed price contracts or contracts khc provide for guaranteed maximum prices with incentive and penal$ pWViSiOnS. The length of the Company's contracts varies, but Ps typically d months to one year. Accordingly, assets and linbllitfes ax classified as current if they are expected to be liquidated withi one year from the date of the balance sheet. Assets an liabilities that are not expected to be liquidated within om yea from the data of the balance sheet are classified as nan-current Most of the customers of the Company are located in Souther Californfa. As of May 31, 1992 there were $270,115 of account receivable due from customers in Southern California. Method of: pp. coqnizina Income Revenue from construction c0ntmCt.s is recognized using th percentage of @ompLetion method based on costs incurred ralativ to total estimated costs. Total estimated costs include prcovisian for those expenditures that may arise from claims by customers o subcontractors. Full prcrvision Is mads currently for estimarte~ losses, if any, Revisions .in estimated profits are made in th period in which the circumstances requiring the revision becorn$ known, Income from noncontractual claims against customers it recognized when realization is probable ana the amour& can bs reliably estimated, Precontract costs are deferred on prajeck when it is probable that the contract will be obtained and that the estimated profits will be sufficient to permit their recovery, Construction costs paid directly by customers, which may $6 significant and vary substantially ammg cantracts, are excludec from revenues and cost of revenues, popertv and Equipment Property and ecpipment are statedl a& cast, Major renewajks and impr~uements are capitalized and charged to expense th~ourgh depreciation charges. Repairs and maintenance are: charged tc expense as incurred. Bepreciation is provided on a straight-line basis over the estimated useful. lives of the depreciable asset8 (S 0 0 6 t. to 10 years), Casts and accumulated depreciation applicable 1 assets retired or sold are eliminated from the ~CCQU~~G, ar resulting gains or losses are reported in the statement of incon and retained earnings. Total depreciation expense far the year vz $135,106* Owned Equiamenl Costs The cost of campany-owned field equipment are treated as peric costs and are charged to COST; of sales as incurred, %he campan does nok charge '@internal rentbt to pro-je~t costs and goes -na krnclude tho cost of company-owned equipment as a line item idr it estimates and cost accounting system far construction contracts. @a& an@ cash Eguivalenks The company considers ab1 highly liquid debt instruments purebazgse with a maturity of twelve months or less to he cash equivalents, 0 2n6oEio Taxes ~effirred inc~me taxes are provided on income and expenses that ar recognized in a different accounting period for finamid. reportin purposes than for income tax purposes. ha timing differences a% due primarily to different methods of recognizing income fro construction contracts. The methad used for financial reportin is described above.. The m.ethod used for incoma taxes is the Gas Bethod, under which contract revenues and expertses are recognize in the accounting psrisd. in which the itern is ccLLEeoted or paid Deferred income taxes provided for this timing difference wdai generally be payable in the fiscal yearn in which the rekats contraces are completed, depending on the C~rnpany~s other taxabl income in such future periods. Reversals of previously deferre profits will occur as contracts WE completed. 0 2. LONG-TERM DEBT l$he long term debt ~onsists of the f~I.Zowing rsokes payable $I shareholders: Monthly Interest Matrarity Prim Lender Collateral Payment Rate Ate Pia lag The Associates Chipper and Digger $I, 470 11% 10-1-94 $36,: FB~ ~ssc3rciath;es FL 200 Loaders $2,916 13.6% 8-1-92 25,r Total 61;. Lek56 Current Portion ras,f; Long-Term Portion $U 7 a PI The principal payments required for tho next five years are: 2993 $ 29,000 1994 $ Z?,QOO 1995 5 5,787 1996 -0- 1997 -0- e Asseks witfa a cost of $P46,QOO have been pledged, ab securkty unde these loans, 3. LINE OF CREDIT The Company maintains a $125,800 revolving line of credit: with ( bank which expires on August 30, 1993. The interest rate on thi bine is prim plus 1 and 112%; the rate at ~ay 31, 2992 was ~~5% The kine is coPlateralPzed by a security interest in the assets 0 the Company plus personal guarantees by the shareholdersl her were a balance owing of 65,000 under the line as sf Hay 31, 1992 4. INCOME TAXES AND PRIOR PERIOD ADJUSTMENT The provision for income tax expense consists entirely of $10,75( of atate income taxes of which $3,385 are stilk payable as of 31, 1492. No federal taxes are due because of a net csperathnr approximately $61,500 of the federal Boss carry-forward i,: available for future years. A provision of $32,400 of federal. and state deferred incomis $axe: hac been provided and charged ta retained earnings as a prioi period adjustment because the deferrals consist sf accounkh~ companyts policy tc treat dzferred taxes as long-tezm in nature du~ to the long-term nature of the contract related deferrals. 5 i RELATED PARTY TRANSACTIONS loss carried forward from prior years, AS Qf biay 31, 199; 0 method differences which arose in prior peri~ds. It is $hi Office Rea The c npany rents its headquarters c%%ice building and yard from rts shareholders on a month-to-manth lease, The non"ch2) rental rate is $1,784 per month. Total rent paid %or the year ended May 31, 2992 under the lease was $7,736. Affiliate Subcontractor The Company subcontracts the grading portion of ea& construction contract to canstructisn Equipment; Rental, a corporatiun awned 50% by the. shareholders of the Company, The baslaface owed to Construction Equipment Rental in aceeunts payable wa5 $67,362 at May 31, 1992. 8 * -I 0 6. BACKLOG The Company's backlog of uncompleted construction contracts as May 31, 1992 was approximately $653,000, 0 I) 9 C.E. WILSON @ORPORATLBW SUPPLEHENTAL SCHEDULE #I - GENERAb BMD ADMINTS'TMTIVE EXPENSES FOR THE YEAR ENDED M&V 31, 1992 0 --I -.-< ..,. -- $ 224 IO' Entertainment Insurance Corttr ibutions 1,571 ~ealkh insurance 3,49i Payroll taxes-sffice 31),65' ~ffi~ers life insurance 1,2&1' xiseelPaneous 5,87 Depreciatian 4%,57 Advertising 3,753 Postage lt56 Salaries 903 9 76 office rent "8'73 Office expense S,6Z Utilities 2,34 Telephone 1%,53 Duesjsubscriptions 3,23 accounting and ~tbe~' professional fees Lega 1 43 # 37 Rad io/ paging Taxes - other PQ,36 Licenses and fees Repair andl maintenance b,9C Bank charges Snterest expense 24, CIC Travel 1,OZ Bad debt expense 55,JS Penalty expense Total General and AdministratPve Expenses - $A 69 Qffice supplies x3 # 67 18 # 24 2.4 p 6(1 15 0 47 71 Loss on sale clf assets 0 See AccountantPs Review Report, 10 -. G. E. WILSOM COWPOWTICIN FOR THE YEAR ENDED MAY 31, 2992 a SUPPLEMENTAL SCHEDULE #2 - $He$ FROM CQNTfeBaCTS I __I Revenues Gost of GrQSS =ne6 -.-revenue&-- profit Contra~ts completed a% 5-31-92 $1,774#386 $l,k;23,534 $ 158,85P Coi-Ltx-aGrs in progress at 5-31-92 289 * 637 231,992 57,642 Total SLm S2485524-Q $iiL@&Qz 0 see Aseauntant's Review Repost 0 11 Y?E ' ; it& -8 ;I; $ gqf i $; e, x kt1 htN(UNN g;:cssao-J -4 ev<g~lx< 0 a q;,%"P i m - rs;.n~3 : 3La Rod.= ; .a ; <ZPf..21~$-In-. I 0 -L.C930 mm<*fL?7 ; I , 1 rt 6 3 2 I I I YI I L w- A : *m; 1i II +e I ir N I ii: ll m: ul;-Cw- ->E : Irw: 'X:Y o)$ooc2-Jy6J P.dODW0 i H. : 70;" II I1 N M I I SI : !pi;% 6 I w $si; .r+ am ::?! !I i I ssgE2g&g 1 P 4LD *ti *w "'0 li *: ; ," *. *-4 -w ,N p p ; % g 1 lp;;:+wg : Ir. ; tr +-.ELAw'b.a i""0: -. v) , 0. P .- .* .! .'" -0 : 1; -4 ' -4slfs*-4-4=.m tt~f?rtv-r&cQ --" I I; . : .N ," c y .* .- f ; 11 : %r) II * * 2 ; -05: ylc)~tw~w&a 1 -rw. ;-I I* If I If I WWUd *ON 0- .E t rj; 4 UL7l i2ia im IL -td 77 4 :s :4:z 9 -%-is &X'= r, Ba~m,,rJJ 1 r( I ;":F ca.m ' r" e.4 g I 3 I :- :g g : $5;- I i tis; =moo~eaa ; ry, ii I1 I I ; -%z: ii i [; ;a"%$; I I/$: & d4Y? ; ' $3; !!kq2$$5:229 I M4 1 ii 11 : 1 ; -0:s ? :%is 5 I , z;g E 1 XII I1 rn-i, 4 SZI ln n n I1 I I1 L II I 81 6 )I I ti s I4 (s 0 wi II 6 I ~~C3~~i300 3 I1 I II . II 8 ti ; I rs 2 11 I ; i!; :z:z g rt W 3 1-1 .2 ;"ii:m m -+ w G? I 1 5, (1 . 4 141 2 8-w $7 P 0 ,w * -n:;;. :&g i $%:: 'M XI Irn fA 14 (P * v, OY 0 a m I1 I 11 1 f Y if B rp- , 3 t *w tP *m .m 1 ,A : 0,P: ' .-.a 1 &&I*, ia i 972: rh) ;;g: r>ooaco~O 1 II I I -.m < rnr It I II r I1 * Di I I I L 1 I 296 II b 1 p i pi ,E" p *z ,'J ,e" ,u p na: E : 220:; It 2 i 8",&-+.,=*&, ; e P4 :3 !j lg i ~'t3L&'$I+4wIWO ; Zrn ; E @ : *3L&mzxg I I nr I( N I h I ut ; Hsi: ;;K:333WHWdd i zm: -m,vloa i itgi I .Pi I&.. >-- xJ;$ggmg~% .'.w&amuB : ; $%L io am am j;! 1 "I i: z i hM 2 : 1?2: ;; ,u 9 w * -4 *w *w p p ; 48: I I I -np* E71 UI n1 NYE*" 0- ' rd N N ru N N C.fr+50.8cWEB : Bg ,. u.~wtvo-Jpw ;" -1 .. 4 cnw c,JE=z:u, * oam+*$7 ; E Q, or) 24[i;;%;% i LOQ Q ~Q~+w~~'$, i znzcawn rro<a%.~mp. I c Q.3 * < z $ 5 3; qi ' t P B 4: ff i w IJ a II . l! I It n 1 nrg. c. -* I1 * * W'(36 I1 ' - (1 w 4 I I ! m, t m. I1 ,N , P ,p 'W F *z *G p "" If s i %;.QchNOQL" ; ii jJ i zg gpp"~" ; $ ; +n ; ; ~ 11 * t 3 ws;spggg ;" ;r+d I! G: ?n8$O,WN ; 3 .r I/ i I1 . I le3 ti ;1 : . *me XI1 I :gig g + 2 p;wdn.* " .m P ," .- ,L" -.-E ? .. i i $ i :g:z -e 11-4 rngcpq~~~ ; VJ ; ,-I li'i' 1 c. I- - ;E2 it L=l : .K.Z*Y-3, .e. r: 2 !x a-,: WN-LrC.hr3h)O 10 * 3-2 !a:2s3gsg!%g :* : : ,. I! E: %2%2ZEq : 2.m : )N /y,H f zg i fi *2.gizz2%$ : 01: <24 : ;o : me lie' w (r .<$*u,- 182 I .* I1 I It I ll I :I 69 + io t ,I-- 1- * h ,m 11 * cr+ "OR ' 1-2 ; t ?*Z&%p;Y*qG - i c; ; :iB .x I-4 *> 61 Q"""gg!Bg I --w a f* 8 W *urn; iij:g *x @-I1 IPCI. I-I.~ 4I.U f' ,*.m , 4 19 I Hw: E.'w~wmP r-hw, !is: sJg3&s~~ : :m : :m:F L; IT : *H VI a II) :g;3 E ,!?%, i-? i! w ! d IU<' II~.: h &urnwe n i es '41 .ur.!.9 .r: 53 5 '= ? \*1 v) P m a-4 to )-.In+ rc 5, II I 2 $1 I II w I -9 I1 tl) 4 bmo;g& ":w 0 : io *m *a 1 Ln I 3 E i ; gl %J --.. 4 4s rCI lp* r$ , (3 LC a Gl .in II * I' 6 LI I II *r I I1 vl t .-.N 3 :?$: li :4 ; .!! *e .- ." .m P P : : E: : It 0. I &.o_wUC-cQ-. .n too; IOO 1 '0 .hi It I /I . I1 I -7-l iEi *e-i&J(;(z;D.cL * *u) I brertn32 ;x-: en tl ! -&.x! :ct' It Is * -rowRwc)v* I I- 1 VP, 11 4 I4 H * II N I I1 N # A-AW ;;*, : -~L-+k-k**b-w : 8" II N! clss;%$%&38: i !E': ew ;; 4 4.x rn r i; ?j i Gwzgws 4- I: =:: E%S%;;;;l$ :J@!22 II 1 II $ I4 I 8-v tom Iv, nr ;; p ; :-* =.4 y ,m ,w !i ,: ,:.: %G$.36%aJ2? : r"" :)- I- - -._I .I ' *.$22 1; -5; -.iarwmru 3: b% 9 j .Ifi ; 11 ..I ~CIWA-4vI fiJ-. I .-VI I at m .rr n i .-n ICT ,woe ..*. I ut I 11 * I1 I e 4 .rnm z. amx $0.- !!!i II -0 ; .$ : 2.: iz ;;5 pv 4 I"% I/ i ; -4 1’ 1 I I I I i I 1 1. I I 1 I I 1 I 1 BIDDERS STATEMENT OF “ICAL, ABILITY AND EXPERIENCE (TO ACCOMPANY PROPOSAL) The Bidder’s is required to state what work of a similar character to that included in th proposed Contract he/she has successfully performed and give references, with teiephon numbers, which will enable the District to judge his/her responsibility, experience and ski1 An attachment can be used. I. Bidder’s Statemenl Technical Abi and Experiei I. 7/7/92 RE B 1t NON-COLLUSION AJ?J?IDAVIT (TO ACCOMPANY PROPOSAL) TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID ;. 1 I I I I 1. I 8 8 R 8 # e* I The Bidder shall fill in the three blank lines below with: U 1. 2. 3. The name(s) of the person(s) signing this bid on behalf of the Bidder. The title(s) of the person(s) signing this bid in relation to the Bidder. The legal name of the Bidder. State of California 1 County of ) ) ss. being first duly swon deposes and says that he or she is c Relation to the Bidder) b the pari making the foregoing bid that the bid is not made in the interest of, or on behalf of, ac undisclosed person, partnership, company, association, organization, or corporation; that th bid is genuine and not collusive or sham; that the bidder has not directly or indirect induced or solicited any other bidder to put in a false or sham bid, and has not directly c indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put i a sham bid, or that anyone shall refrain from bidding; that the bidder has not in ax manner, directly or indirectly, sought by agreement, communication, or conference wil anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profj or cost element of the bid price, or of that of any other bidder, or to secure any advantal against the public body awarding the contract or anyone interested in the proposed contrac that all statements contained in the bid are true; and further, that the bidder has nc Non-Collusion Affidai 7/7/92 RE 1 8 E E 1 I I II. I I t E 1 1 1' directly or indirectly, submitted his or her bid price or any breakdown thereof, or thl contents thereof, or divulged information or data relative thereto, or paid, or will not pal any fee to any corporation, partnership, company association, organization, bid depositoq or to any member or agent thereof to effectuate a collusive or sham bid. IN WITNESS WHEREOF, the undersigned represent and warrant that they have the righ. power, legal capacity and authority to enter into and declare under penalty of perjury tha I. eir names, titles, an UCIlON OF THE blq- qu 8-I - bT2-I 1 Phone Number y Signatures must be made, and Notary Acknowledgements of execution of Bidder must b I attached. To be submitted as part of the Bid Documents. I declare under penalty of pe ' ry that affidavit was executed on the'%% day o Subscribed and sworn to before me on the t (NOTARY SEAL) Non-Collusion Affida 7/7/92 RE P 2c I I t I E I I 4 I 8 s: P 1 I I CONTRACT - PUBLIC WORKS This agreement is made this-day /!F of &&&uL, , 195%~ and between the Carlsbac Municipal Water District of Carlsbad, 'California, a municipal corporation, (hereinafte called "District"), and 1s. E. Wilson Corporation whos principal place of business is 662 Grand Avenue SDrina VRIIP~ CA 41477 (hereinafter called "Contractor".) District and Contractor agree as follows: 1. t Description of Work. Contractor shall perform all work specified in the Contra( Documents for: CONSTRUCTION OF THE PALOMAR AIRPORT ROAD 12 INCH WATER MAIN RELOCATION FROM YARROW DRIVE EASE 1300 FEET IN THE CITY OF CARLSBAD I CMWD PROJECT NO. 88-601 (hereinafter called "project".) Provisions of Labor and Materials. Contractor shall provide all labor, materia tools, equipment, and personnel to perform the work specified by the Contr: Documents. Contract Documents. The Contract Documents consist of this Contract, Noti Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontract0 Bidder's Statements of Financial Responsibility and Technical Ability, Non-collusi Affidavit, Escrow Agreement, Release Form, the Plans and Specifications, t Special Provisions, and all proper amendments and changes made thereto accordance with this Contract or the Plans and Specifications, and all bonds for 1 project; all of which are incorporated herein by this reference. Contractor, herhis subcontractors and materials suppliers shall provide and ins the work as indicated, specified, and implied by the Contract Documents. Any ite of work not indicated or specified, but which are essential to the completion of I work, shall be provided at the Contractor's expense to fulfill the intent of s documents. In all instances through the life of the Contract, the District will be interpreter of the intent of the Contract Documents, and the District's decis relative to said intent will be final and binding. Failure of the Contractor to app subcontractors and materials suppliers of this condition of the Contract will relieve responsibility of compliance. 2. 3. 1 Contract - Public W 7nP2 R P 1 * L 4. Payment. For all compensation for Contractor’s performance of work under th Contract, District shall make payment to the Contractor per Section 9-3 of t€ Standard Specifications for Public Works Construction (SSPWC) 1991 Edition, a1 the latest supplement, hereinafter designated “SSPWC’, as issued by the Southei California Chapter of the American Public Works Association and as amended 1 the special provisions section of this contract. The closure date for each month invoice will be the 30th of each month. Invoices from the Contractor shall 1 submitted according to the required District format to the District’s assigned projec manager no later that the 5th day of each month. Payments will be delayed invoices are received after the 5th of each month. The final retention amount sha not be released until the expiration of thirty-five (35) days following the recordir of the Notice of Completion pursuant to California Civil Code Section 3184. IndeDendent Investigation. Contractor has made an independent investigation of tl jobsite, the soil conditions at the jobsite, and all other conditions that might affe the progress of the work, and is aware of those conditions. The Contract pric includes payment for all work that may be done by Contractor, whether anticipate or not, in order to overcome underground conditions. Any information that m; have been furnished to Contractor by District about underground conditions or othe job conditions is for Contractor’s convenience only, and District does not warrai that the conditions are as thus indicated. Contractor is satisfied with all jo conditions, including underground conditions and has not relied on informatia furnished by District. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsibl for all loss or damage arising out of the nature of the work or from the action of th elements or from any unforeseen difficulties which may arise or be encountered j the prosecution of the work until its acceptance by the District. Contractor shall als be responsible for expenses incurred in the suspension for discontinuance of th work. However, Contractor shall not be responsible for reasonable delays in th completion of the work caused by acts of God, stormy weather, extra work, c matters which the specifications expressly stipulate will be borne by District. i 1 I E 1 1 I I. I I I I I 1 1 5. 6. 7. Cal OSHA Permits. Contractor will obtain permits from Cal OSHA if requirec including but not limited to, permits for excavations over four feet deep. i 8. Hazardous Waste or Other Unusual Conditions. If the contract involves diggin trenches or other excavations that extend deeper than four feet below the surfac Contractor shall promptly, and before the following conditions are disturbed, notit District, in writing, of any: A. Material that Contractor believes may be material that is hazardous waste, a defined in Section 25117 of the Health and Safety Code, that is required tl be removed to a Class I, Class 11, or Class I11 disposal site in accordance wit Contract - Public Worl 7/7/92 RET I;. I f 1 I i I I I. I I 1 1 s I 1 1 2 provisions of existing law. Subsurface or latent physical conditions at the site differing from tho5 indicated. Unknown physical conditions at the site of any unusual nature, differei materially from those ordinarily encountered and generally recognized i inherent in work of the character provided for in the contract. B. t C. District shall promptly investigate the conditions, and if it finds that the conditio] do materially so differ, or do involve hazardous waste, and cause a decrease ( increase in contractor’s costs of, or the time required for, performance of any pa of the work shall issue a change order under the procedures described in th 1 contract. In the event that a dispute arises between District and Contractor whether t€ conditions materially differ, or involve hazardous waste, or cause a decrease ( increase in the Contractor’s cost of, or time required for, performance of any pa of the work, Contractor shall not be excused from any scheduled completion da provided for by the contract, but shall proceed with all work to be performed undc the contract. Contractor shall retain any and all rights provided either by contra or by law which pertain to the resolution of disputes and protest between t€ contracting parties. Change Orders. District may, without affecting the validity of the Contract, ordc changes, modifications and extra work by issuance of written change order Contractor shall make no change in the work without the issuance of a writtf change order, and Contractor shall not be entitled to compensation for any exti work performed unless the District has issued a written change order designating advance the amount of additional compensation to be paid for the work. If a chanl order deletes any work, the Contract price shall be reduced by a fair and reasonab amount. If the parties are unable to agree on the amount of reduction, the WOI shall nevertheless proceed and the amount shall be determined by litigation. TI only person authorized to order changes or extra work is the Project Manager. TI written change order must be executed by the Executive Manager or the Board Directors, as allowed by law and according to the latest procedures adopted 1 resolution of the board. Immigration Reform and Control Act. Contractor certifies he is aware of tl requirements of the Immigration Reform and Control Act of 1986 (8 USC Sectio, 1101-1525) and has complied and will comply with these requirements, including, b not limited to, verifying the eligibility for employment of all agents, employee subcontractors, and consultants that are included in this Contract. 9. 10. Contract - Public Woi 7/7/92 RE P I 2 11. Prevailing Wage. Pursuant to the California Labor Code, the director of th Department of Industrial Relations has determined the general prevailing rate of pc diem wages in accordance with California Labor Code, Section 1773 and a copy ( a schedule of said general prevailing wage rates is on file in the office of tk Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to Californ Labor Code Section 1775, Contractor and all subcontractors shall pay prevailir wages. Contractor shall post copies of all applicable prevailing wages on the job sit For this contract, eight hours shall constitute a legal day’s work. Work beyond eig hours shall be paid at a rate not less than one and one half times the prevailii rates. Wage rates for Sundays and holidays shall be paid at a rate not less than tv times the prevailing rates. The holidays upon which such rates shall be paid shall t all holidays recognized in the collective bargaining agreement applicable to tl particular craft, classification or type of workers employed on the projects. Indemnification. Contractor shall assume the defense of, pay all expenses of defens and indemnify and hold harmless the District, and its officers and employees, fro all claims, lawsuits or judgements for any loss, damage, injury and liability of eve kind, nature and description, directly or indirectly arising from or in connection wi the performance of the Contractor or work; or from any failure or alleged failure Contractor to comply with any applicable law, rules or regulations including tho relating to safety and health; except for loss or damage which was caused solely 1 the active negligence of the District; and from any and all claims, loss, damagt injury and liability, howsoever the same may be caused, resulting directly or indireci from the nature of the work covered by the Contract, unless the loss or damage w caused solely be the active negligence of the District. The expenses of defen include all costs and expenses including attorneys fees for litigation, arbitration, other dispute resolution method. Insurance. Contractor shall procure and maintain for the duration of the contra insurance against claims for injuries to persons or damage to property which m arise from or in connection with the performance of the work hereunder by tl Contractor, his agents, representatives, employees or subcontractors. Said insuran shall meet the District’s policy for insurance as stated in Resolution No. 772. (A) I 1 I i I 4 I. 1 I 3 I a 1 1 1 P I 12. 13. COVERAGES AND LIMITS - Contractor shall maintain the types coverages and minimum limits indicted herein: 1. Comprehensive General Liabilitv Insurance: $1,000,000 combined single limit per Occurrence for bodily injury a property damage. If the policy has an aggregate limit, a separz aggregate in the amounts specified shall be established for the risks 1 which the District or its agents, officers or employees are additior insureds. Contract - Public Wo 7/7/92 RE r. 2 I E 2. Automobile Liabilitv Insurance: $1,000,000 combined single limit per accident for bodily injury an property damage. In addition, the auto policy must cover any vehicl used in the performance of the contract, whether used onsite or offsit whether owned, nonowned or hired, and whether scheduled or noi scheduled. The auto insurance certificate must state the coverage for “any auto” and cannot be limited in any manner. Workers’ Comoensation and Employers’ Liabilitv Insurance: Workers’ compensation limits as required by the Labor Code of th State of California and Employers’ Liability limits of $1,000,000 pe incident. Worker’s compensation offered by the State Compensatia Insurance Fund is acceptable to the District. ? i I 1 I 1 4 I I I 1 I I I t 3. I (B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies ( insurance required under this agreement contain, or are endorsed to contaii the following provisions. General Liability and Automobile Liabilii Coverages: 1, The District, its officials, employees and volunteers are to be covere as additional insureds as respects: liability arising out of activitit performed by or on behalf of the Contractor; products and complete operations of the contractor; premises owned, leased, hired c borrowed by the contractor. The coverage shall contain no speck limitations on the scope of protection afforded to the District, il officials, employees or volunteers. The Contractor’s insurance coverage shall be primary insurance a respects the District, its officials, employees and volunteers. An insurance or self-insurance maintained by the District, its official employees or volunteers shall be in excess of the contractor’s insuranc and shall not contribute with it. Any failure to comply with reporting provisions of the policies sha not affect coverage provided to the District, its officials, employees c volunteers. Coverage shall state that the contractor’s insurance shall appl separately to each insured against whom claim is made or suit i brought, except with respect to the limits of the insurer’s liability. 2. 3. 4. (C) “CLAIMS MADE! POLICIES - If the insurance is provided on a “claim made” basis, coverage shall be maintained for a period of three year following the date of completion of the work. Contract - Public Worl 7/7/92 RET I. i 2 NOTICE OF CANCELLATION - Each insurance policy required by th agreement shall be endorsed to state that coverage shall not be suspendec voided, canceled, or reduced in coverage or limits except after thirty (3( days’ prior written notice has been given to the District by certified mai return receipt requested. (D) i (E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS Any deductibles or self-insured retention levels must be declared to an approved by the District. At the option of the District, either: The insurc shall reduce or eliminate such deductibles or self-insured retention levels i respects the District, its officials and employees; or the contractor sha procure a bond guaranteeing payment of losses and related investigatio claim administration and defense expenses. WAIVER OF SUBROGATION - All policies of insurance required undi this agreement shall contain a waiver of rights of subrogation the insurer mi have or may acquire against the District or any of its officials or employee SUBCONTRACTORS - Contractor shall include all subcontractors , insureds under its policies or shall furnish separate certificates a1 endorsements for each subcontractor. Coverages for subcontractors shall t subject to all of the requirements stated herein. ACCEPTABILITY OF INSURERS - Insurance is to be placed with insure that have a rating in Best’s Key Rating Guide of at least A-:V, and a authorized to do business within the State of California and are included the official publication of the Department of Insurance of the State California as allowed under the standards specified by the Board of Directo in Resolution No. 772. VERIFICATION OF COVERAGE - Contractor shall furnish the Distri with certificates of insurance and original endorsements affecting covera, required by this clause. The certificates and endorsements for each insuran policy are to be signed by a person authorized by that insurer to bii coverage on its behalf. The certificates and endorsements are to be in fon approved by the District and are to be received and approved by the Distr before work commences. COST OF INSURANCE - The Cost of all insurance required under tl agreement shall be included in the Contractor’s bid. E 1 I I I I 4 1 I I I 1 I 1 t (F) (G) (H) (I) (J) 14. Claims and Lawsuits. All claims shall comply with the Government Tort Claims F (Section 900 et seq of the California Government Code) for any claim or cause action for money or damages prior to filing any lawsuit for breach of this agreeme All claims by Contractor for $375,000 or less shall be resolved in accordance with t provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article I Contract - Public Wo 7fl192 RE I. 2( 1 I (commencing with Section 20104) which are incorporated by reference. Maintenance of Records. Contractor shall maintain and make available at no cos to the District, upon request, records in accordance with Sections 1776 and 1812 o Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintaii the records at Contractor’s principal place of business as specified above, Contract0 shall so inform the District by certified letter accompanying the return of thi Contract. Contractor shall notify the District by certified mail of any change a address of such records. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing wit Section 1720 of the Labor Code are incorporated herein by reference. Security. Securities in the form of cash, cashier’s check, or certified check may b substituted for any monies withheld by the District to secure performance of th contract for any obligation established by this contract. Any other security that mutually agreed to by the Contractor and the District may be substituted for monit withheld to ensure performance under this Contract. Affirmative Action. The Carlsbad Municipal Water District is an equal opportuni employer. 15. I* I I I f 1 I. 8 1 R R I I I I 16. 17. 1 18. ... ... ... ... ... ... 1.. ... ... ... ... 1.. ... 1.. ... ... ... ... ... ... ... ... ... 1. Contract - Public Wl 7/7/92 R 1. .*- 27 Provisions Rewired bv 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 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, the Contract shall forthwith be physically amended to make such insertion or correction. R 19. ti C.E. Wilson Corporation I, $ NOTARIAL ACKN0-m OF Contractor EXECUTION BY ALL SIGNATORIES II ', 1 i I I I. I I I 1 I It t C. E. W11 son 8 MUSTBEATTACHED " (COWORATE SEAL) Print Name of Signatory Signature of Signatory President APPROVED TO AS TO FORM: RONALD R. BALL General Counsel By: Title Patricia Wil son Print Name of Signatory c W V. Pres, Sec, Treasurer I y+J-@- Deputy General Counsel Title Board of Directors ATI'EST: 1 8 /f -7 ALETHA L. RAUTENMRAP Secretary r J (? i (,JJ?JU 4.t , /&??J>U& Contract - Public % 7/7/92 I; P On November 10, 1992 , befc Lisa M. Armstrons the undersigned Notary Public, personally appe *C.E. Wilson and Patricia Wilson* Is State of California County of San Diego [>oc] personally known to me ( ] proved to me on the basis of satisfactor) to be the person(s) who executed the within ir as Pres/V.Pres, Sec, Tres. on the behal corporation therein named, and acknowledged to the corporation executed it. evidence Notary's Signature u I. BOND NO. 1237028 2 8 LABOR AND MATERIALS BOND WHEREAS, the Board of Directors of the Carlsbad Municipal Water District, State c California, by Resolution No. 821. , adopted November 3, 1992 , ha awarded to (hereinafter designate as the "Principal"), a Contract for: C. E. Wilson Corporation f I I 1 1 I c. 1 I I 1 1 I CONSTRUCTION OF THE PALOMAR AIRPORT ROAD 12 INCH WATER MAIN RELOCATION - CMWD PROECI' NO. 88-601 in the Carlsbad Municipal Water District, in strict conformity with the drawings an specifications, and other Contract Documents now on file in the Office of the Secretary ( the Carlsbad Municipal Water District (City Clerk of the City of Carlsbad), and all of whic are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the tern thereof require the furnishing of a bond, providing that if Principal or any of the subcontractors shall fail to pay for any materials, provisions, provender or other supplies ( teams used in, upon or about the performance of the work agreed to be done, or for a1 work or labor done there of any kind, the Surety on this bond will pay the same to tl extent hereinafter set forth. NOW, THEREFORE, WE, C. E. Wilson Corporation 9' Princi a1 hereinafter designated as the Tontractorl'), and INSURANCE COMPANY OF THE as Surety, are held firmly bound unto the Carlsbad Municipal Water Distri in the sum of Twenty nine thousand eiuht hundredmad ?&/inn ), said sum being fifty percent (50%) of tl estimated amount payable by the Carlsbad Municipal Water District under the terms of tl Contract, for which payment well and truly to be made we bind ourselves, our heii executors and administrators, successors, or assigns, jointly and severally, firmly by the presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/h subcontractors fail to pay for any materials, provision, provender, supplies, or teams us( in, upon, for, or about the performance of the work contracted to be done, or for any 0th work or labor thereon of any kind, or for amounts due under the Unemployment Insuran Code with respect to such work or labor, or for any amounts due under the Unemployme Insurance Code with respect to such work or labor, or for any amounts required to 1 deducted, withheld, and paid over to the Employment Development Department from tl wages of employees of the contractor and subcontractors pursuant to Section 13020 of t: Unemployment Insurance Code with respect to such work and labor that the Surety will p for the same, not to exceed the sum specified in the bond, and, also, in case suit is broug upon the bond, costs and reasonable expenses and fees, including reasonable attorney's fec to be fixed by the court, ar required by the provisions of Section 3248 of the California Ci I ' ( bE S Dollars ($ 29,816-24 > Code. Labor and Materials Bc 7/7/92 RE t r-1 NOVEMBER 10, 1992 statpd CALIFORNIA 1 sj, Q1 4-d SAN DIEGO Nancy J. Huffstutler t3-P u&rsicJEd Nzkay Flblic, Persrally 4€==d Laura M. Ehrlich $XI E===llY to^ [I ~tDmm~tssisc&satisf;actny-. tokPtfppRscR(s)~~tfp~~~- ds -IN-FACT rn cn tk MEllf of tfp mqnatim we, ad -1- tone tfiat t.i-Ecopraticn- it WTEStlyrarp;rd&i&lS31. *'s!3iqdtur?? 1 10 Y$kt/L/ +f ,P\ LLJqyd i/ On November 10, 1992 , befoi Lisa M. Armstrong the undersigned Notary Public, personally appe, Is State of Cd.ifarni;r County of San Diego *C.E. Wilson and Patricia wilson * m] personally known to me [ ] proved to me on the basis of satisfactory to be the person(s) who executed the within in as Pres/V.Pres,Sec,Tres on the behal corporation therein named, and acknowledged to the corporation executed it. evidence I u I I, I i-J I ’, It I. I I .i I 8 ,’ I I I. 2: This bond shall inure to the benefit of any and all persons, companies and corporation entitled to file claims under Title 15 of Part 4 of Division 3 of the Civil Code (commencinl with Section 3082). In the event that Contractor is an individual, it is agreed that the death of any sucl Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this 1 0 t h Executed by SURETY this loth day o I. 92 ,19-. November day of November ,1992. CONTRACTOR: SURETY: I‘ C.E. Wilson Corporation INSURANCE COMPANY OP THE LIEST * (sign here) C.E. Wilson URA M. EHRLICH I (print name here) Printed name of Attorney-in-Fact President (attach corporate resolution showin (title and organization of signatory) By: current power of attorney) Patricia Wilson (print name here) V. Pres, Sec, Treasurer (title and organization of signatory) (Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached.) a (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer sign the corporation must attach a resolution certified by the secretary or assistant secretary under corporate se empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL I General Counsel By: bd Deputy General Counsel Labor and Materials BOK 7/7/92 RE’ r+ BOND NO. 1237028 3 WARRANTY BOND we, C. E. Wilson Corporation ,a as SURETY, jointly and severally bind ourselves, our heirs, representatives, successors, an assigns, as set forth herein, to the CARLSBAD MUNICIPAL WATER DISTRIC (hereinafter called DISTRICT), for payment of the penal sum of Twenty nine thousa hundred sixteen and 24/100 Dollars ($ 29,816.24 ), lawful mone of the United States. Obligees and Principal have entered into a Contract for: a PRINCIPAL, AND INSUR9NCE COMPANY OF THE WEST CONSTRUCTION OF THE PALOMAR AIRPORT ROAD 12 INCH WATER MAIN RELOCATION CMWD PROJECT NO. 88-601 NOW, THEREFORE, the condition of this obligation is such that, if the above boun principal shall remedy without cost to said CARLSBAD MUNICIPAL WATER DISTRIC any defects which may develop during a period of one (1) year from the date of completio and acceptance of the work performed under said contract provided such defects are cause by defective or inferior materials or workmanship, then this obligation shall be voic otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby, and in addition to the amount specified abovc there shall be included costs and reasonable expenses and fees, including reasonabl attorneys' fees, incurred by the District in successfully enforcing this obligation, all to b taxed as costs and included in any judgment rendered. Surety hereby stipulates and agrees that no change, extension of time, alteration or additia to the terms of the agreement or to the work to be performed thereunder, or th specifications accompanying the same, shall in any way affect its obligations on this bonc and it does hereby waive notice of any such change, extension of time, alteration or additic to the terms of the agreement or to the work or to the specifications. Executed on November 10 > d e rc 92 ? 19-. I By: Authorized Representative of Principal I I * Q 1 (Seal of Corporation) a (Attach acknowledgement of Authorized Warranty &I b 7/7/92 RE I NOVEMBER 10, 1992 -afCAT,ZFORNIA cn rm cb-ntyaf SAN DIEGO I =- Nancy J. Huffstutler ttP -1gPd wq %lit, p-smlly w Laura M. nrlich krd FersMllykrantorrp [I @to(TecxIth?t85isafSati~evidETLp~ to b? th? persrn(s) bim mfd tk wi~jn i- a; a- u-l th? waif a€ tk ccrpati( th??-ein a, arl-1~ tom tJ-&*cnporaticn m imr= rry m ard clfficial sfal. qary's' Sietlrrc." 1/ E* 3C' >?, ;090 \~nr-. ATTORNEY-IN-FACT Y)w?L/ \-/( /'-a L.q$ \ {~ - On , bef Lisa M. Armstrong the undersigned Notary Public, personally apl Is State of California County of san Die * C.E. Wilson * pcX] personally known to me ( to be the person(s) who executed the within as President on the bel- corporation therein named, and acknowledged ] proved to me on the basis Of satisfact0 NOTARY PU8W ~ CALJFORNlA evidence SAP4 DIE0 COUNTY 3: I i APPROVED AS TO FORM: RONALD R. BALL General Counsel By: %*A P k I Deputy General Counsel B 1 I I I 4 I 1 I I 1 I 1 I Warranty Bo 7/7/92 RE t@ . iiu3UKANC;L: LUMYANY OF THE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporati authorized and existing under the laws of the State of California and having its PI office in the City of Son Diego, California, does hereby nominate, constitute and ai Laura M. Ehrlich its true and lawful Attorney(s1-in-Fact, with full power and authority hereby confs its name, place and stead, to execute, seal, acknowledge and deliver any and al: undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and authority of the following Resolution adopted by the Board of Directors of In COMPANY OF THE WEST at a meeting duly called and held on the Sixth day of February which said Resolution has not been amended or rescinded and of which the followj true. full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorr Fact to represent and act for and on behalf of the Company, and either the Presj Secretary, the Board of Directors or Executive Cornittee may at any time remot Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it furtt RESOLVED: That the Attorney-in-fact may be given full power to execute for anc name of and on behalf of the Company any and all bonds and undertakings as the busi the Company may require, and any such bonds or undertakings executed by any such A1 in-Fact shall be as binding upon the Company as if signed by the President and sea attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to b unto affixed and these presents to be signed by its duly authorized office 24th day of August, 1990 INSURANCE COMPANY OF THE WEST 0 (Q f \*;O"i+..% 3 *.#W ,, ,s+ 2 C4t/FOR*\' / Pres iden t 0 STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: On this 24th da of August, 1990 before the subscriber, a Notary Public of tt of California, In and for the County of San Diego duly comnissioned and qualifit BERNARD M. FELDMAN, President of INSURANCE COMPANY 0; THE WEST, to me personally k be the individual and officer described in and who executed the preceding instrum he acknowledged the execution of the same, and being by me duly sworn, deposeth and that he is the said officer of the Corporation aforesaid, and that the seal affixed preceding instrument is tho Corporate Seal of tho said Corporation, and that tl Corporate Seal and his signature as such officer were duly affixed and substribec said instrument by the authority and direction of the said Corparution. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at t of San Diego, the day and year first above written. NORMA WATER Norary Pubtlc<ahiornia SAN OIEGO COUNTY Notary Public STATE OF CALIFORNIA COUNTY OF SAN DIEGO ss: I, the undersigned, JAMES W. AUSTIN, 111, Secretary of INSURANCE COMPANY OF THE b hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a ful and correct copy, is in full force and effect, and has not been revoked. N WITNESS WHEREOF, I nave hereunto subscribed my name as Secretary, and afff It Jorporate Seal of the Corporution, this 10th day of NOVEMBER 19 92 - -((r e \?kea, ,s+ 5) @Vw CJ secretary ICW CAL 37(REY. 5/87) w& COVERAGE AUTO ~- L MIT(S) COVERED CO&l LIABILITY NCLUDE(S) BOTH PRIMARY AND EXCESS ( f excess applicable) 0 Owned Hired NonOwned 17 Employer's Non-Ownership 0 Contingent Liability 1 El Q Single Limit Liability for Coverages checked Ix] above GENERAL LIABILITY M&C-OLT Owners & Contractors Contractual * Elevators Products and/or El a( El Completed Operations 0 Single Limit Liability for Coverages checked Babove 0 El Cargo COMBINED LIMITS OF LIABILITY Bodily Injury $ ,000 each person $ ,000 each occurrenc ,000 each occurrenc Property Damage $ $ 1, = ,000 each occurrenc Bodily Injury $ ,000 each person * $ ,000 each occurreni Property Damage $ ,000 each occurren ,000 annual aggregate $ products * * * ,000 annual aggregate $ products * * $A ,000 each occurren annual aggregate $1.ooo ,000 products * * * $ ,000 each vehicle $ ,000 each occurrer ;$=bed Descrpon waive YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY OWNED IDENTIFICATION NUMBEF Umbrella Liability POLICY NUMBER $ ,000 retained Iir $ , each occ $ , aggregati -.,-IC;IF-* ... . e- -* e e e wio - a SIOUIJIJ ‘06e3ry3 Sla]lJMlapUn SSa3X3 0/3 PU~I~U-~ UI saiuEdwO3 .JO/PU~ UOpUO~ ‘SpAOl~ - 3 eiu~ojilq ‘sqa6u~ so7 ’03 ‘8 JaYleM OP puep~3 UI saluedwo3 io/pue uopuoi ’sphoii - a eiuiojile=) ‘sap6uij sol hueduo3 a3ueinsuI hin]ua3-pil/y - ij 33NVtlnSNI SS33X3 eiuioyle3 ‘sala6ut/ sol hueduo=) a3ueinsui hinjua3-piw ’ F .Auedwo3 ayj SB ‘ji hq panssi U~VM ‘hqod ayi ui 01 paiiaiai hueduo3 ~301s B SI BUIMO~~O$ aql eiu~oyly) ‘sala6ub so7 siuiojile3 ‘sala6uy sol a6uey3x3 a3uemsul ymil z P~U~~ZIX~ 83Ul?lnSUI SlaUJJEj 1. hueduo3 ay1 se ‘way1 10 ~ayjia hq panssi uay~ ‘A3ljOd ay1 Ui 01 pS.JHjaJ S8LuljWJOS sa6ue~pxa 83UEinSUi-lalUl ale 6UIM0110J aql dnOU3 33NVUnSNI SU3vVtlijj ADDITIONAL INSURED ENDORSEMENT Reference is made to the attached certificate as To Evidence of Insurance. It is agreed that: The person or organization to whom the attached Certificate is issued is an additional insured. This applies only wit1 to liability arising out of the acts or omissions of the named insured. It applies only to the coverages indicate( Certificate. This extension of coverage does not apply: 1. To liability arising out of the negligence of the additional insured, its agents or employees, unless the agent or < 2. To any defect of material, design or workmanship in any equipment of which the additional insured is the ownei 3. To any vehicle liability when the named insured is not the owner or does not have care, custody, or control of the The intent of this endorsement is to provide the coverage as stated above and in the Certificate. If any court shall this endorsement to provide coverage other than what is stated above then our limits of liability shall be the limits c injury liability and property damage liability specified by any motor vehicle financial responsibility law of the state, F or territory where the named insured resides. If there is no such law, our limit of liability shall be $5,000 on ao bodily injury sustained by one person in any one occurrence and subject to this provision respecting each person, on account of bodily injury sustained by two or more persons in any one occurrence. Our total liability for all damc cause of all property damage sustained by one or more persons or organizations as the result of any one occurrer not exceed $5,000. This endorsement does not increase the coverage limits. is the named insured. manufacturer, mortgagee, or beneficiary. This endorsement becomes part of the policy to which it is attached and supersedes and controls anything in the policy contrary hereto but is subject to the Declarations, Insuring Agreements, Exclusions and Conditions thereof. (ADDITIONAL INSURED END j K-90 1101 SH/1000 P 56-0108 7TH EDITION 11-88 STATE mFmJsND CO M P E N SAT IO N P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE IdOVEMBER 79, 1992 POLICYNUMBER: 0524082 - 92 3-28-93 CERTl FICATE EXPIRES: r- CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE ATTN: PURCHASING DEPT. CARLSBAD CA 92008 JOB: PROJECT #88-601 CONTRACT #3389 L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. - e - EMPLOYER r (. C E WILSON CORP 662 GRAND AVENUE SPRING VALLEY CA 91977 R L SClF 10262 (REV. 10-86) z W W GROSS RECEIPTS LICENSE a 0 GROSS RECEIPTS Ifl z < U z TAX RATE (per each $1000) X k SUB TOTAL w s BASE FEE + $25.00 SUBTOTAL PENALTY (25% + 1% per day not to exceed 50%) TOTAL: FLAT FEE LICENSE ,- ,- AMOUNT Y L ADD'L TRUCKS Q 3/5 EA PENALTY (25% + 1% per day not to exc TOTAL: / %I,- ' x s\ City of Carlsbd Purchasing Department 0 Representation and CeAcation The following representation and certification are to be completed, signed and returned with proposal REPRESENTATIONS: Mark all applicable blanks. I am currently certified by: This offeror represents as part of this offer that: (Check appropriate Ethnic Business Type) Certification #: CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks. This offeror represe part of this offer that: This firm is , is not XX a minority business. XX a This firm is , is not woman-owned business. NativeAmerican DEFINITIONS: WOMAN-OWNED BUSINESS: A womar business is a business of which at least 51 PC owned, controlled and operated by a woman or Controlled is defined as exercising the power 1 policy decisions. Operation is defined as involved in the day-today management. 'Minority siness' is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (Le., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). ORITY BUSINESS ENTERPRISE: CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. President /I C. E. Wil son TITLE ypy/J/ &Gd/b /' November 10, 1992 NAME . J, - DATE dGNATy":. Wilson Corporation COMPANY NAME 9/92 6 3 I 1 I I I I I I I. I I I 1 I I I I OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION I. This Escrow Agreement is made and entered into by and between the Carlsbad Municip Water District whose address is 5950 El Camino Real, Carlsbad, California 9200 hereinafter called "District" and whose address is hereinafter called "Contractor" and whose address is hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the District, Contractor and Escrow Agent agrc as follows: 1. Pursuant to Section 22300 of the Public Contract Code, Contractor has the optic to deposit securities with Escrow Agent as a substitute for retention earnin required to be withheld by District pursuant to the public works contract entered in between the District and Contractor for CONSTRUCI'ION OF THE PALOMA AIRPORT ROAD 12 INCH WATER MAIN RELOCATION FROM YARRO DRIVE EAST 1300 FEET the amount of dated (hereinafter referred to as the "Contract"). A copy of said contract is attached Exhibit "A'. When Contractor deposits the securities as a substitute for Contra earnings, the Escrow Agent shall notify the District within ten (10) days of tl deposit. The market value of the securities at the time of the substitution shall 1 at least equal to the cash amount then required to be withheld as retention und the terms of the Contract between the District and Contractor. Securities shall 1 held in the name of Carlsbad Municipal Water District and shall designate t Contractor as the beneficial owner. Prior to any disbursements, Escrow Agent sh, verify that the present cumulative market value of all securities substituted is at le; equal to the cash amount of all cumulative retention under the terms of t Con tract. The District shall make progress payments to the Contractor for such funds whi otherwise would be withheld from progress payments pursuant to the Contr: provisions, provided that the Escrow Agent holds securities in the form and amou specified above. Alternatively, the District may make payments directly to Escrow Agent in t amount of retention for the benefit of the District until such time as the escrc created hereunder is terminated. 2. 3. Escrow Agreement Surety Deposit! Lieu of Retent 7/7/92 RI I. 3 Contractor shall be responsible for paying all fees for the expenses incurred k Escrow Agent in administering the escrow account. These expenses any papei terms shall be determined by the Contractor and Escrow Agent. The interest earned on the securities or the money market accounts held in escro and all interest earned on that interest shall be for the sole account of Contract( and shall be subject to withdrawal by Contractor at any time and from time to tin; without notice to the District. Contractor shall have the right to withdraw all or any part of the principal in tl. Escrow Account only by written notice to Escrow Agent accompanied by writtc authorization from District to the Escrow Agent that District consents to tl withdrawal of the amount sought to be withdrawn by Contractor. The District shall have a right to draw upon the securities in the event of default 1 the Contractor. Upon seven (7) days written notice to the Escrow Agent from tl District of the default of the Contractor, the Escrow Agent shall immediately conve the securities to cash and shall distribute the cash as instructed by the District, Upon receipt of written notification from the District certifying that the Contract has complied with all requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities and interest on deposit le escrow fees and charges of the Escrow Agent. The escrow shall be clos immediately upon disbursement of all monies and securities on deposit and paper of fees and charges. Escrow agent shall rely on the written notifications from the District and tl Contractor pursuant to Sections 6 thru 8 and 10, inclusive, of this agreement and t’ District and Contractor shall bold Escrow Agent harmless from Escrow Agen release and disbursement of the securities and interest as set forth in Section 6 th 8 and 10. I 4. 5. i. 1 I c I 6 b I 1 I I I c I ... 1 6. 7. I 8. 9. ... ... ... ... ... ... ... ... ..* ... ... 1.. Escrow Agreement Surety Deposit Lieu of Retent 7f7/92 RI P 3r The names of the persons who are authorized to give written notice or to receivc written notice on behalf of the District and on behalf of Contractor in connectio with the foregoing, and exemplars of their respective signatures are as follows: For District: Title 1 10. Name Signature Address + I I 1 P 8 For Contractor: Title Name Signature Address I For Escrow Agent: Title rs(, Signature 1 Address Name ... ... ... I f I I I I ... 1E ... ... ... ... ... ... ... ... I.. ... ... ... Escrow Agreement Surety Deposit! Lieu of Retent 7/7/92 RI 9. 3’ At the time the Escrow Account is opened, the District and Contractor shall deliver to thc Escrow Agent a fully executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement by their prope officers on the date first set forth above. For District: Title 1 i 1E i I 8 Name Signature Address I For Contractor: Title Name Signature 0 Address I. Name 1 Signature For Escrow Agent: Title Address I 1 1 I I 1 I Escrow Agreement Surety Deposib Lieu of Retent 7/7/92 RI I@ I r L RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: ROAD 12 INCH WATER MAIN RELOCATION PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full for all compensation whatever nature due the Contractor for all labor and materials furnished and for all wo performed on the above-referenced project for the period specified above with the exceptic of contract retention amounts and disputed claims specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ CONSTRUCTION OF THE PALOMAR AIRPORT ;. II I I 1 1 lo 1 I I e 0 1 I DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIME The Contractor further expressly waives and releases any claim the Contractor may have whatever type or nature, for the period specified which is not shown as a retention amou of a disputed claim on this form. This release and waiver has been made voluntarily Contractor without any fraud, duress or undue influence by any person or entity. Contractor further certifies, warrants, and represents that all bills for labor, materials, a work due Subcontractors for the specified period have been paid in full and that the parti signing below on behalf of Contractor have express authority to execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, Corporatic I etc.) By: Title: 1 By: Title: Release Fc 7/7192 RI I. 1 39 SPECIAL PROVISIONS I. SUPPLEMENTARY GENERAL PROVISIONS To STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION i 1-1 TERMS 1 E 8 1 le It I I 1 I I I I 1 To Section 1-1, add: A. Reference to Drawings Where words %how," "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. B. 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 District Engineer," unless stated otherwise. C. Equals and Approvals: Where the words "equal," "approved equal," "equivalent," and such words of similar imporl 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 District is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at herbis expense shall perform all operations, labor, tools and equipment., and further, including thr furnishing and installing of materials that are indicated, specified or required to mean tha the Contractor, at herbis expense, shall furnish and install the work, complete in place an( ready to use, including furnishing of necessary labor, materials, tools, equipment, ant transportation. t Special Provision 7/7/92 RE\ 1. I 40 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the Carlsbad Municipal Water District, Carlsbad, California Engineer - the District Engineer for the Carlsbad Municipal Water District or his approved i I I 8 I I. 1 II I 1 I I 8. 1 I representative. 2-4 CON'I'RACI' BONDS Delete the third sentence of the first paragraph having to do with a surety being listed in the latest revision of U.S. Department of Treasury Circular 570. Modify Paragraph 3 as follows: Contractor shall provide two good and sufficient surety bonds. The "Payment Bond" (Material and Labor Bond) shall be for not less than 50 percent of the contract price to satisfy claims of material suppliers and of mechanics and laborers employed by contractor I on the project. Add: The Payment Bond and the Performance Bond shall be kept in full force and effect by the Contractor during the course of this project. Both bonds shall extend in full force and effect and be retained by the District for a period of one (1) year from the date of formal acceptance of the project by the District. The Warranty Bond shall be kept in full force and effect by the Contractor to remedy any defects which may develop during a period on one (1) year from the date of completion and acceptance of the work performed under said contract provided such defects are caused by defective or inferior materials or workmanship. Add the following: All bonds are to be placed with insurers that have a rating in Best's Key Rating Guide oj at lease A-:V and are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. 2-5 PLANS AND SPECIFICATIONS 8 To Section 2-5.1, General, add: The specifications for the work include the Standard Plans and Specifications foi Construction of Water Mains of the Carlsbad Municipal Water District and the Standarc Specifications for Public Works Construction, (SSPWC), 1991 Edition, and the lates Special Provision 7/7/92 REV E 41 supplement, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Special Provisions section of this contract. The Construction Plans consist of 8 sheet(s) designated as Carlsbad Municipal Water District Drawing No. 88-601 . The standard drawings utilized for this project are the latest edition of the San Dieno Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Public Works, together with the Carlsbad Municipal Water District Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with the product manufacturer's direction, the Contractor shall obtain and distribute the necessary copies of such instruction, including two (2) copies to the District. + I I I I 1 ts 1 I s 8 8 I 1 1 2-5.4 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 upon completion of the work. 3-5 DISPUTED WORK D To Section 3-5, Disputed Work, add: All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.2 (commencing with Section 20104) which is set forth below: ARTICLE 1.5. RESOLUTION OF CONSTRUCTION CLAIMS 6 20104. Application of article; inclusion of article in plans and specifications (a) (1) This article applies to all public works claims of three hundred seventy-fivc thousand dollars ($375,000) or less which arise between the contractor and a local agency (2) This article shall not apply to any claims resulting from a contract between a contract0 Special Provision 7/7/92 RE\ I. t 42 and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2. (b) (1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of the contractor pursuant to the contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. Q 20104.2. Claims; requirements For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extent the time limit or supersede notice requirements otherwise provided by contract for the filing of claims. (b) (1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within 45 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim or relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within 15 days after receipt of the further documentation or within a period of time no greater than that taken by the claimant in producing the additional information, whichever is greater. (c) (1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 days of receipt of the claim, any additional documentation supporting the claim 01 Special Provision! 7/7/92 REV i 8 I I I t I. I I i 8 I 1 a 1 I 1. I 43 relating to defenses or claims the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency’s written response to the claim, as further documented, shall be submitted to the claimant within 30 days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is greater. (d) If the claimant disputes the local agency’s written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within 15 days of receipt of the local agency’s response or within 15 days of the local agency’s failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) If following the meet and confer conference the claim or any portion remains in dispute, the claimant may file a claim pursuant to Chapter 1 (commencingwith Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time the claim is denied, including any period of time utilized by the meet and confer conference. 5 20104.4. Procedures for civil actions filed to resolve claims The following procedures are established for all civil actions filed to resolve claims subject b i 8 I 1 I b I E I to this article: (a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. (b) (1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1131.11 of that code, The Civil Discovery Act of 1986 (Article 3 [commencing with Section 20161 of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. 8 I I I I t Special Provision: 7nP2 REV I@ I 44 (2) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. (j 20104.6. Payment by local agency of undisputed portion of claim, interest on arbitration award or judgment (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. 4 20'104.8. Duration of article; application of article to contracts between Jan. 1, 1991 and i 1 I I 8 I Jan.1, 1994 (a) This article shall remain is effect only until January 1, 1994, and as of that date is repealed, unless a later enacted statue, which is enacted before January 1, 1994, deletes or extends that date. (b) As stated in subdivision (c) of Section 20104, any contract entered into between January 1, 1991, and January 1, 1994, which is subject to this article shall incorporate this article. To that end, these contracts shall be subject to this article even if this article is repealed I b I I II I I I I pursuant to subdivision (a). 4-1 MATERIALS AND WORKMANSHTP To Section 4- 1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or his appointed representative The Engineer shall have free access to any or all parts of work at any time. Contractoi shall furnish Engineer with such information as may be necessary to keep herhim fullj informed regarding progress and manner of work and character of materials. Inspection oj work shall not relieve Contractor from any obligation to fulfill this Contract. Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency will bear the cost of testing materials and/or workmanship where the results of such tests meet or exceed thf requirements indicated in the Standard Specifications and the Special Provisions. The cos Spwial Provision 7/7/92 REV 1 I' 45 u 1 1 I 1 I 1 i. I 1 1 I of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of the materials shall be approved by him before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after trial, it is found that sources of supply which have been approved do not furnish a uniform product., or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. After improper storage, handling or any other reason shall be rejected. All backfill and subgrade shall be compacted in accordance with the notes on the plans and the SSPWC. Compaction tests may be made by the District and all costs for tests that meet pr exceed the requirements of the specifications shall be borne by the District. Said tests may be made at any place along the work as deeded necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. Add the following section: P e 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 1 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, by a search of known records. endeavored to locate and indicate on the Plans, all utilities which exist within the limits oj the work. However, the accuracy of completeness of the utilities indicated on the Plans iz not guaranteed. 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utilities, including service connection, desired by the Contractor for his/her own convenience shall be the Contractor’ own responsibility, and he/she shall make all arrangements regarding such work at no cos to the District. If delays occur due to utilities relocations which were not shown of thc Plans, it will be solely the District’s option to extend the completion date. a P I Special Provision 7/7/92 RE\ 1 i 46 In order to minimize delays to the Contractor caused by failure of other relocate utilities which interfere with the construction, the Contractor, upon request to the District, may be permitted to temporarily omit the portion of work affected by the utility. The portion this omitted shall be constructed by the Contractor immediately following the relocation of the utility involved unless otherwise directed by the City. 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor per the following: i 1 I I 1 I I. I I I 1 i 1 I 1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) proper schedule. This schedule is subject to the review and approval of the City. The schedule shall show a complete sequence of construction activities, identifying work for the complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates and duration. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifymg changes since the previous version of the schedule. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission. The failure of the prime contractor to submit, maintain, or revise the aforementioned schedule(s) shall enable City, at its sole election, to withhold up to 10% of the monthly progress payment otherwise due and payable to the contractor until the schedule has been submitted by the prime contractor and approved by City as to completeness and conformance with the aforementioned provisions. No changes shall be made to the construction schedule without prior written approval of the Engineer. Any progress payments made after the scheduled completion date shall not constitute a waiver of this paragraph or any 2. 3. 4. 5. 8 damages. Special Provisions 7/7/92 REV. I@ 1 1 47 Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. 6-7 TIME OF COMPLETION The Contractor shall begin work within ten (10) calendar days after receipt of the "Notice to Proceed" and shall diligently prosecute the work to completion within forty (40) calendar days after the date of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between the hours of 7:OO a.m. and sunset, from Mondays and Fridays. The contractor shall obtain the approval of the Engineer if he/she desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with the written permission of the Engineer. This written permission must be obtained at least 48 hours prior to such work. The Contractor shall pay the inspection costs of such work. i I 8 I 1 1 4 I 1 1 1 I 1 I 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing of a "Notice of Completion' and any faulty work or materials discovered during the guarantee period shall be repairec or replace by the Contractor, at his expense. 6-9 LIQUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be assessed the sum of $ 500 pel day for each day beyond the completion date as liquidated damages for the delay. An! progress payments made after the specified completion date shall not constitute a waive] of this paragraph or of any damages. 8 I 7-3 LIABILITY INSURANCE Add the following: All insurance is to be placed with insurers that have rating in best's Key Rating Guide o at least A-:V and are authorized to conduct business in the state of California and are listec in the official publication of the Department of Insurance of the State of California. Special Provision 7/7/92 RE\ 1. 48 i 7-4 WORKERS’ COMPENSATION INSURANCE Add the following: All insurance is to be placed with insurers that are authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers’ compensation insurance. ;. i I. I 1 1 II I I I I 8 I 7-5 PERMITS Modify the first sentence to read: The Contractor shall obtain, at no cost to the District, all encroachment, right-of-way, grading, and building permits necessary to perform work for this contract on District property, in street, highways (except State highway right-of-way), railways or other rights-of- 1 way. Add the following: Contractor shall not begin work until all permits incidental to the work are obtained. 7-8 PROJECTS AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends and other non-working days at the District’s request. Add the following to Section 7-8: 4 1 7-8.8 Noise Control All internal combustion engines used in the construction shall be equipped with muffler: in good repair when in use on the project with special attention to City Noise Contro Ordinance No. 3 109, Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: 7-10.4.4 Safetv and Protection of Workers and Public The Contractor shall take all necessary precautions for the safety of employees on the worl Special Provision 7/7/92 RE\ I. 1 49 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 time, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. i. 1 t I I (0 I I 1 I I I 1 7-13 LAWS To BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, such conditions or modifications established pursuant to Section 1601 of the Fish and Game Code shall become conditions of the contract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. I 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do with reductions in amount of reten tion. 10 SURVEYING District Engineer will establish a system of surveyed horizontal control points at 50’ stations throughout the project and at each angle point location. The Contractor shall establish all intermediate lines and grades through the use of appropriate equipment. Contractor shall preserve all surveyed control points. All expenses related to replacement if any, of the preceding which have been disturbed or destroyed by Contractor shall be paic for by Contractor. Where bench marks or other permanent markers must be disturbed or removed ir constructing the Project, carefully preserve item until a reference has been made for it! relocation, notify the District Engineer in sufficient time for item to be relocated withou causing delay in the Work, and pay all costs related to such relocation. I Special Provision 7/7/92 REV I. I H 50 Notify Engineer well in advance of the date and location of Work, so that the permanent horizontal control to be furnished by the District Engineer may be established. The Contractor shall pay double time for survey work that he requests to be done prior to 7:OO a.m. or after 3:OO p.m. Monday through Friday, or on holidays or weekends. 11 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. The Contractor shall include the cost of water and meter rental within appropriate items of the proposal. No separate payment will be made. i 1 I I 1 1 4 I I i I 1 I I 1 I Special Provision 7np2 REV 1. I 51 TECHNICAL SPECIFICATIONS SUPPLEMENTAL PROVISIONS 1 II i 1 8 4 I I 1 I The work performed under this Contract shall be done in accordance with the Carlsbad Municipal Water District's Standard Plans and Specifications for construction of water mains (Revised June 1990.) 1. EARTHWORK (WATER MAINS) t ADD: to Section A. GENERAL I A-10 DEWATERING: Where conditions are such that running or standing water occurs in the trench bottom or the soil in the trench bottom displays a "quick" tendency, the water shall be removed by pumps and suitable means such as well points or previous underdrain bedding until the pipe has been installed and the backfill has been placed to a sufficient height necessary to prevent flotation of the pipeline. Care shall be taken that any underdrain is of proper gradation and thickness to prevent migration of material between the underdrain, pipe embedment and native soils in the trench below and at the sides of the pipe. PAYMENT: The cost of dewatering operations, including installation and operation of well poinl systems, will not be paid for separately but shall be included in and considered pari of the bid price for completed pipe. MODIFY SECTION B. MATERIALS AND WORKMANSHIP I I DELETE: B-3.3 COMPACTION: 1 ADD: B-3.3 COMPACTION (MODIFIED): Compaction shall be in conformance with "Typical Trench Section," Sheet 3 o Drawings. POLYVINYL CHLORIDE PIPE (AWWA C900) A. GENERAL: The work consists of furnishing all labor, equipment and materials and performin; all work for pipe installation including removals, excavation, compacted backfill anc 2. 1 testing. Technical Speclfication Special Provision 8/4/92 RE\ I. I 52 1 B. SUBMmAIS: Provide affidavit of compliance with AWWA C900. Submit copies of the manufacturer required test of the following conducted on project pipe: a. i Quick-burst strength of pipe and couplings. I 1 I b. Flattening resistance of pipe. c. Submit manufacturer's literature on ductile iron fittings including dimensions, thickness, weight, coating lining and a statement of inspection and compliance with the acceptance of tests of AWWA C110. Submit manufacturer's catalog data and descriptive literature on service connection saddles, corporation stops, pipe plugs, and tracer wire. C. PRODUCTS: PIPE AWWAC900 PIPE JOINTS ......... Rubber Ring Bell End or Plain End W/Ring Coupling PIPECLASS .............................................. 150 FITTINGS .................... Bell and Gasket (Push On) AWWA Clll Mechanical Joint AWWA C111 Flanged Joint AWWA Clll INTERIOR LININGS (FITTINGS) Cement Mortar-AWWA C104 BOLTS, WASHERS AND NUTS ....... Carbon Steel-ATSM A307, Grade E GASKETS Ring, ?4 inch Thick Cloth-Inserted Rubber or Acrylic/Nitrik CONTRACTOR MAY SUB!jlTlVE DUCTILE IRON PUSH ON FI"GI CllO OR C153 WITH MIN. WORKING PRESSURE RATINGS OF 250 P.S.I. GASKETS Record of additional test after test sample failure. e I I 4 I I I I I ............................................ .......... EXTERIOR COATING (FITTINGS ......... Asphalt Material-AWWA C151 ....... Shall be Tyton Style Rubbei .............................. I D. EXECUTION: DELIVERY AND TEMPORARY STORAGE OF PIPE AT SITE Ship, store, and place pipe at the installation site by supporting the pipe uniformlj Stack to a maximum of 4 feet without weight on bells. Cover to protect fron I sunlight. Technical Specificatior Special Provisior 8/4/92 RE! r. I I I I r PIPE SIZE MAXIMUM ALLOWABLE RADIUS (inches) (feet) 6 225 8 660 10 1,600 12 3,000 L 54 I I CONCRETE THRUST BLOCKS Concrete thrust blocks required at all changes in direction or reduction in size. Concrete shall be 5-sack mix (2000 psi in 28 days) and conform to the Standard Specifications for Portland Cement Concrete. Thrust blocks shall completely fill space between the fittings and the trench wall. At all bends or angles, the concrete shall not be placed in direct contact with the pipe adjacent to the fittings. CONNECTION TO EXISTING MAINS Prior to any work which would interfere with the operation of the existing main, the Contractor shall have at the site all materials necessary for the orderly and uninterrupted prosection of the work. Contractor shall arrange with the District and the District’s Representative for shutdowns and give ample notice of the period for which the shutdown can be scheduled. The opening and closing of all valves shall be done by the District’s Representative. Contractor shall obtain an Encroachment Permit from the District prior to making a connection. (No Fee) Ii I I I I I I. 1 1 I 1 I I I FIELD TESTING AND DISINFECTION Pressure testing to be done in accordance with AWWA C600-87, subsequent to all backfill and compaction. Disinfection to be done in accordance with AWWA C651- 90. A standard plate count will be required by the District. The bacteriological test shall be made by a certified laboratory selected by the District. 3. PAVEMENT REPLACEMENT I A. GENERAL: The work to be done consists of furnishing all labor, equipment and materials and performing all operations necessary to resurface all trenching as required herein. B. PRODUCTS: A. Asphalt Concrete Type I-C2-AR-4000 conforming to Section 203-6 of the Standard Specifications (Green Book). 1 B. Seal Coat SS-1H Emulsified Asphalt. C. Aggregate Base Class I1 per Cal-Trans Section 26.1.02 A, Page 25-1, 1988 Edition. C. EXECUTION: Saw-cut and remove existing roadway approximately six inches wider than trench on each side. In all other respects, this work shall conform to Section Technical Specdications Special Provisions 8/4/92 REV. I* 55 I I 1 I 300-1 of the Standard Specificat 'II. Asphalt concrete shall conform to Section 203-6 of the Standard Specifications. Asphalt concrete shall be placed per section 302-5 of the Standard Specifications. A tack coat shall be applied to all existing surfaces to be covered or paved. A seal coat shall be applied to the finished pavement at 72 hours after completion at a rate of 0.10 gallons per square yard. Disposal of concrete and asphalt concrete pavement shall be the sole responsibility of the Contractor. Replacement shall conform to San Diego Regional Standard Drawings No. G-24, Type A (as modified by Typical Trench Section on Sheet 3 of Drawings.) lii I D. PAYMENT: I All the material and work specified in this section shall be paid for on a linear foot or square foot basis as indicated in the Bid Schedule. 4. REPLACE TRAFFIC MARKING AND STRIPING A. GENERAL: I, I I 1 B 1 1 I I The work to be done consists of replacing all striping and traffic markers removed or damaged during construction. 1. B. PRODUCTS: Thermoplastic shall not be used, C. EXECUTION: AI1 work shall be in conformance with Section 84 "Traffic Stripes and Pavement Markings" and Section 85 "Pavement Markers" of the State of California, Department of Transportation, Standard Specifications dated I January 1988. Application shall consist of two coats of paint. D. PAYMENT: All material and work specified in this section shall be paid for on a lump sum basis as indicated in the Bid Schedule. Technical Specifications Special Provisions 8/4/92 REV. 1. I I I 1 1. MODIFIED COMPARABLE STD. DWG. EXISTING CMWD NUMBER DESCRIPTION STD. DWG. NO.'S W6 2" BLOW-OFF MANUAL AIR RELEASE 14 W8 OUTLETS ON D.I. OR STEEL MAIN FOR 1" THRU 2" ASSEMBLIES 1, 2, 13 & 14 W 13 VALVE BOX ASSEMBLY 4 W 15 CONCRETETHRUST BLOCKS FOR NON- 6 W16 GATE VALVE INSTALLATION PVC, DIP, 5 w 19 THRUST BLOCK BEARING AREAS 9 RESTRAINED JOINTS ACP & STEEL PIPE I c I I I U 4 I I I 1 I 1 I I 1 lii 1. I o I 1 . SEE PAGE 19 FOR SOLDERIF SPEC I F I CAT I ON S . 2. SEE PAGE 36 FOR PAINTIN SPECIFICATIONS. (LID). 3. SEE IMPROVEMENT PLAN: FOR ASSEMBLY SIZE. CX FIP 45' ELL 1 I CC'WELL (SILVER SOLDER). (SILVER SOLDER). ,\\;;\ DENOTES AREA TO BE WRAPPED (SEE PAGE X=\' 19 FOR SPECIFICATIONS). DESCRIPTION SPEC m OUTLET ON PVC PRESSURE PIPE. OUTLET ON CML&C STEEL PIE. Zn COPPER SERVICE PIPE. ( PlPE 'K' SOFT). 2"ANGLE METER STOP. FORD FV23-777W. JONES J- 1525 F (SLOTTEDIQAE. 2:METER COMPANION I%ANGE. (BRASS NUTS AND BOLTS 1. AIXWER - 2-M1.P X 2 V2" NSHT W/ 2 V2" CAP. 12"DIA. C.I. VALVE BOX COVER MARKED 'WATER' ALHAMBRA FDRY. NO. A 29612. EM I 2 OUTLET ON AC RPE. 3 5 6 7 0 EBRASS STREET ELL. 9 IO II CONCREXE COUR (S"X6.1. 12 4 OUTLET ON wcnE IRON PIE. 12 X24"* 10GA.SlEELPlPE (AS PHALT COATED). CARLSBAD MUNICIPAL WATER DISTRICT STD. DV W Za BLOW-OFF/ MANUAL AIR RELEASE pREVl.S1ON ]Am W. ~ > ASSEMBLIES OECEMBE I 1 1 I 1 l I i i. 1 I i I 1 I 1 1 I. K. MAIN PVC. MAIN FOR WATER SERVCE CONNECTION (UP. ) Io RISER SHALL NCrr SECTION B-B RECLAIMED WATER I . IN NON- ROAD AREAS PLACE GUARD 2 . SEE DRAWING NO. 22 FOR GATE VAL\ POST NEXT TO V&VE BOX ASSEMBLY EXTENS ION. AS DIRECTED By THE ENG'NEER*(SEE 3. UPPER SIDE OF LID TO RECEJVE 2 COA' OF PAINT. (STRSPECIFICATION SEC. 05 DRAWING NO. 22). I I I 1 I I I I. I I 1 I 1 I 1 P B p 1 REIN FORCING STEEL DETAIL. TEE (30' VIEW). VERTICAL BEND. TEE (SIDE VIEW). 2 . FOR A.C. PIPE, A MIN. 3'-3'To A 6'-6 LENGTH INTO AND OUT OFALL FITT 3 . CONCRETE SHU BE 5 SACK. A MI 3 DAY CURING TIME BEFORE HYDROSTATIC TEST. 4 . SEE DWG'S. NQ 7 & 8 FOR REDUCEF PLUG, 8 BUTERFLY VALVE THRU! BLOCKS. HORIZONTAL 8 VERTICAL &7\1D. NOTES : I . FITTINGS SHU BE DUCTILE IRON FOR D.I.f? 8 PVC.; CAST IRON FOR A.C.F! (CEMENT LINED SHORT BODY 1. ITFM ! DFSCRl PTlON m I 2 PWYETHYLENE WRAP. 3 NQ 4 RUNFORQNG STEEL. 4 I VALVE BOX ASSEMBLY. 5 I FLXRT OR FLXMJGATEVALYE. CONCRETE THRUST BLOCK ( FOR AREAS SEE DWG. NO. 9) I CARLSBAD MUNICIPAL WATER DISTRICT STD. D' CONCRETE THRUST BLOCKS W Ri3K3)bJ AppR MfE, FOR NON-RESTRAINED JOINTS DECEME 1 I 1 I II i I i I. I 1 1 I II 1 1 a - t 1' I I . SEE PAGE 19 FOR BURIED VALVE AND FLANGE SPECIFICATIONS. 2. SEE OWWING NO. 9 FOR THRUST BLOCK BEARING REINFORCING STEEL DETAIL. --- (TYPICAL) STEEL PIPE ITEM DESCRIPTION SPEC I GATE VALVE. 2 POLYETHYLENE WRAP. 3 NO. 4 REINFORCING STEEL. 4 CONCRETE THRUST BLOCK. 5 VALVE BOX ASSEMBLY. CARLSBAD MUNICIPAL WATER DISTRICT STD. DM WII GATE VALVE INSTALLATION PVC., DI.P1A.C.P & STEEL PIPE. REVISTON AFPR ME DECEMEEf 1 b 1 I I 1 i 1 I. I D 1 I I I I 1 I I I I I DECEMBE Pipe Diameter in Inches I . BASED ON 225 PSI TEST PRESSURE AND BEAWNG VUE OF DRY SOILS. 2. VUES FROM CURVES AFtE FOR TEES AND DEADENDS, 1.E; STRAIGHT UNE THRU: FOR 900 BEND: 1.4 VUE FROM CURVE. FOR 45' BEND: 0.8 VUE FROM CURVE. FOR 22 V2O BEND z 0.4 V'E FROM CUWE. THRUST BLOCK BEARING AREAS I*