Loading...
HomeMy WebLinkAboutCalco Construction; 1983-05-12; 3132CITY OF CARLSBAD San Di ego County California CONTRACT DOCUMENTS & SPECIFICATIONS for BUENA VISTA LAGOON DREDGING AND IMPROVEMENTS PROJECT NO. 3132 March 15, 1983 TABLE OF CONTENTS i ITEM PAGE NOTICE INVITING BIDS 1 PROPOSAL 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL 7 DESIGNATION OF SUBCONTRACTORS 8 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 11 CONTRACT 12 LABOR AND MATERIALS BOND 16 PERFORMANCE BOND 18 GENERAL PROVISIONS 20 SPECIAL PROVISIONS 27 FAIR EMPLOYMENT PRACTICES 37 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 10:00 AM on the 4th day of April , 19 83 at which time they will be opened and read for performing the work as follows: BUENA VISTA LAGOON DREDGING AND IMPROVEMENTS t PROJECT NO. 3132 Said work shall be performed in strict conformity with the specifi- cations therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Reference is hereby made to said specifications for full particulars and description of said work. No bid will be received unless it is made on a proposal form fur- nished by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad for an amount equal to at least ten percent (10%) of the amount of bid; said guarantee to be forfeited should the bidder to whom the contract is awarded fail to furnish the required bonds and to enter into a contract with the City within the period of time provided for by the bid requirements. The bidders' security of the second and third lowest responsive bidders may be withheld until the contract has been fully executed. The cash, cashier's checks or certified checks submitted by all other unsuccessful bidders shall be returned to them within ten (10) days after the contract is awarded, and their bidders' bonds shall be of no further effect. The documents included within the sealed bids which require com- pletion and execution are the following: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience Said documents shall be affixed with the appropriate notarized signa- tures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the president or vice-president and secretary are required and the corporate seal shall be affixed to all documents requiring signatures. In the case of a partnership, the notarized signature of at least one general partner is required. Page 2 All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. The estimated cost of the work is $ 920,000 _ . No bid shall be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. The contractor shall state his/her license number and classification in the proposal. Plans, special provisions and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors for the first set. Additional sets are available for a non-refundable fee of $18.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1773, and 1773.1. Pursuant to Section 1773.2 of said Labor Code, a current copy of applicable wage rates is on file in the Office of the City Clerk of the City of Carlsbad. It shall be mandatory upon the contractor to whom the contract is awarded to pay not less than the said specified prevailing rates of wages to all workers employed by him/her in the execution of the contract. Also, the prime contractor shall be responsible to insure compliance with provisions of Section 1777.5 of the California Labor Code of the State of California for all occupations with apprenticeships as re- quired on public works projects above thirty thousand dollars ($30,000) or twenty (20) working days or for specialty contractors not bidding for work through a general or prime contractor involving more than two thousand dollars ($2,000) or more than five (5) working days. The amount of bond to be given for the faithful performance of the contract for said work shall be one hundred percent (100%) of the contract price therefor, and an additional bond in the amount equal to fifty percent (50%) of the contract price for said work shall be given to secure the payment of the claims for any material or supplies furnished for the performance of the work contracted to be done by the contractor for any work or labor of any kind done thereon. Page 3 Partial and final payments on this contract shall be in accordance with Section 9 of the 1979 edition of "Standard Specifications for Public Works Construction". In all cases 10% retention of the amount due will be held. Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause for rejection of bid. The Contractor may, at his/her option, substitute securities, as specified by Government Code Section 16340, for the retention held on this contract. At the request and expense of the Contractor, securities equivalent to the amount withheld may be deposited with the City or with a state or federally chartered bank as the escrow agent who shall pay such monies to the Contractor upon satisfactory completion of the contract. The Contractor shall be the beneficial owner of any securities substituted for monies withheld and shall receive any interest on the monies. Approved by the City Council of the City of Carlsbad, California, by Resolution No. 7165 , adopted on the 15th day of March 19 83 23 Date A City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 Page 4 CITY OF CARLSBAD PROJECT NO. 3132 PROPOSAL The undersigned declares he/she has carefully examined the location of the work, read, the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Project No. in accordance with the Plans and Specifications of the City of Carlsbad, and the special provisions and that he/she will take in full payment therefor the following unit process for each item complete, to wit: ALTERNATIVE A (dredging): Article w/Unit Price or Lump Sum Written in words Mobilization and Approximate Quantity & Unit L.S. &{/c ent s per Lump Sum. Dredging & Disposal at2. per public rf^ra, 3. Construct Islands at & _do liars "cents dollars "cents per Cubic Yard per Lump Sum 51,000 C.Y ALTERNATIVE B (dredgi ng plus weir) : Includes Items 1, 2, and 3 above pi us: 4. Weir structure complete in at , dollars "cents L.S. Unit Price L.S. 85,000 C.Y. $ & $ 2-~~ L.S. TOTAL 5/5'g? / Page 4A ALTERNATIVE C (dredging plus fence): Includes Items 1, 2, and 3 above plus: Approximate Item Article w/Unit Price or Quantity Lump Sum Written in Words & UnitNo. 5. Unit Price TOTAL 5 foot high chai n 1i nk fence,with top rail at 2300 L.F.$ _do liars "cents per Li 5 foot high chain li nk fence with top rail and extended poles into lagoon at dollars 900 L.F./--7200' &cents per Lineal Foot. 7. 12' wide double drive* gate at 1 each $ ' .dollars" cents per Each ALTERNATIVE D (dredging plus weir plus fence): Includes Items 1, 2, 3, 4, 5, 6 and 7 above. Please indicate total bid price for each alternative below: ALTERNATIVE A: Total/Amount "for Items 1, 2 and 3yi n Words:u Total Amount for Items 1, 2, and 3 i n Numbers: ALTERNATIVE B; Total Amount for Items 1, 2, 3 and 4 in Words 7. 770 ^ y : /j,t-ts*> Total Amount for Items 1, 2, 3, and 4 in Numbers: ALTERNATIVE C: Total Amount for Items 1, 2, ,3, 5, 6 and 7 in Words: Total Amgy^ht for Items 1. 2. 3. 5. 6 and 7 in Numbers: ALTERNATIVE D: Amouit for Items 1, 2, 3, 4, 5y 6 and 7 in.Words:~y ? r"^k , . -Tjal Amount for Items 1. 2. 3. 4. . 6 and 7 in Numbers: Page 4B .v-:**.":,.. ^Addendum (a) No(s) NONE has/have been received and is/are included in this proposal. Page 5 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the re- quired contract with necessary bonds and insurance policies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. 437249 A Identification Class A- General Engineering Contractor The undersigned bidder hereby represents as follows: 1. That no Councilmember, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of contract and the papers made a part hereof by its terms; and 2. That this bid is made without connection with any person, firm or corporation making a bid for the same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is Bidders' bond in amount of in% nf hid (Cash, Certified Check, Bond or Cashier's Check) in an amount of not less than ten percent (10%) of the total bid price. Page 6 The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions'of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. The undersigned is aware of the provisions of the State .of California Labor Code, Part 7, Chapter 1, Article 2 relative to the general pre- vailing rate of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. 619-471-0780 Phone Number April 4, 1983 Date CALCO CONSTRUCTION. A JOINT VENTURE Bidder's Nc Authori z Wm. A. Corn-Partner > 145 Vallecitos De Pro, #C Bidder's Address San Marcos, Ca. 92069 Authon ze Charles J. Lumsdaine-partner Partnership Type of Organization (Individual, Corporation, Partnership) Li c President, Secretary, Treasurer and Manager if a names of all partners, if a partnership: Charles J. Lumsdaine *• (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) PARTNERSHIP ACKNOWLEDGMENT NO. 203 On this the _Z_ day of the undersigned Notary Public, personally appeared PATR'CIA R Fi f-TTER NOTARY PUBLIC - CALIFORNIA SA.'J DIECO COUNTY My conn, expires J..:j 30, 1037 D personally known to me /KOproved to me on the basis of satisfactory evidence ' to be the person(s) who executed the within instrument on behalf of the partnership, and acknowledged to me that the partnership executed it. WITNESSfriy h^nd and official Notary's Signature MOT4HV AssoriATiDM • »r«ii9 Vunh.ra Rivri « P.O. Box 462S • Woodland Hills. CA 91364 SEE ATTACHED BIDDERS' BOND p 7 BIDDER'S BOND TO ACCOMPANY PROPOSAL >s*w KNOW ALL PERSONS BY THESE PRESENTS: That we, , as Principal, and __^_^__^ , as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of r_____ Dollars ($ ), lawful money of the United States for the pay- ment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bonded principal for: BUENA VISTA LAGOON DREDGING AND IMPROVEMENTS PROJECT NO. 3132 in the City of Carlsbad, is accepted by the City Council of said City, and if the above-bounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, being'duly notified of said '****' award, then this obligation shall become null and void; otherwise, itk-* shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 . Corporate Seal (If Corporation) Pri ncipal Surety By Title (Notarial acknowledgement of ~ execution by all PRINCIPALS and (Attach acknowledgement of SURETY must be attached.) Attorney in Fact) State of California, County of ORANGE SS: ., day of.APRIL OWEN M. BROWN ., in the year 1983 before me Notary of Public _, personally known to me (or proved to me On thk 1ST personally appeared on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney-ln-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledge to me that he (she) subscribed the name of UNITED PACIFIC: JNSURANCE COMPANY thereto as surety, and his (her) own name as Attorney-ln-Fact. CilC-C.-11' „ ORA.'.'GECCr-]/ M/Comm. £x?ircjjur!i j ; My Commission expires BDU-1818 ED. 6/82 (CALIF.> .,19.,_ .- , -~Notary Public ij^anafor said County PARTNERSHIP ACKNOWLEDGMENT 388888883888888888888888833889833 State of C $**'{•» s~"' *- \ Onthisthe^^d C 7}'County of ^^^? L//£ NO. 203 888888888888888 the undersigned Notary Public, personally appeared D personally known tome JBPproved to me on the basis of satisfactory evidence ' to be the person(s) who executed the within instrument on behalf of the partnership<af»d acknowledged to me that the partnership executed it. WITNESS my h/and and official sea OFFICIAL SEAL PATRICIA R FLETTER NOTARY PUBLIC - CALIFORNIA SAN D!EGO CC''JNTYMy cor.r\ expires JAN 1C, 1037 7130122 NATIONAL NOTARY ASSOCIATION • 23012 Ventura Blvd. • P.O. Box 4625 • Woodland Hills, CA 91364 TJ1STITE32D HEAD OFFICE, FEDERAL WAY, WASHINGTON Bond No. U 49 27 02 BID BOND APPROVED BY THE AMERICAN INSTITUTE OF ARCHITECTS A.I.A. DOCUMENT NO. A-310 (FEB. 1970 ED.) KNOW ALL MEN BY THESE PRESENTS, that we CALCO CONSTRUCTION, A JOINT VENTURE as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of Federal Way, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF CARLSBAD, CA " as Obligee, hereinafter called the Obligee, in the sum of AN AMOUNT OF M3NEY EQUAL TO TEN PERCENT OF THE TOTAL BID IN--Dollars ($ 10% OF TOTAL BID ). for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for BUENA VISTA LAGOON DREDGING AND IMPROVEMENTS BID OPENING: APRIL 4, 1983 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fur- nished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 1ST day of APRIL A.D. 19 83 JOINT VENTURE (Witness) UNITED PAi :OMPANY BY: /J M. BBDWNf, 'Attorney-in-Fact BpU-2305 Ed, 5/81 DEPARTMENT OF CONSUMER AFFAIRS CONTRACTORS ' STAT.E LICENSE BOARD INTER-OFFICE MEMORANDUM (Joint License) TO Jeanette - Joint Ventures DATE FROM Christy - Southern Region •April 1, 1983 LICENSE NO.437429 CLASS A (General Engineering) CALCO CONSTRUCTION, A Joint Venture 145 Vallecitos De Oro, #C San Marcos, CA 92069 ENTITIES (1) Name: Wm. A. Corn i Licer.se No.: 226185 Class: A Signed by: Wm. A. Corn, Owner (2) Name: Charles J. Lumsdaine Company /• License No.: 419024 Class: A Signed by: Charles J. .Lumsdaine, Owner (3) • Name: License No.: Class: Signed by: Bond: Bond: Bond: Renewed: Renewed: Renewed: DAVID R. PHILLIPS, Southern Regional Deputy 13A-U3 (3-73) Page 8 DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following infor- mation is required for each subcontractor. Additional pages can be attached, if required: Full Complete Items of Company Address Phone No. Work __ Name _ w/Zip Code _ w/Area Code Page 9 DESIGNATION OF SUBCONTRACTORS - continued The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. • Additional pages can be attached if required. Full Company Name Type of State Carlsbad Amount Contracting Business of License & No. License No.* Bid ($ or %) *Licenses are renewable annually by January 1st. If no valid license indicate "NONE". Valid license must be obtained prior to submission of signed contracts. Bidder's Company Name Complete Address zed' Si gnature Cfb ^70 6{ PARTNERSHIP ACKNOWLEDGMENT NO. 203 County of _ the undersigned Notary Public, personally appeared -f- .>///ri~K C-o:~~ rV^""™:^ '••>----^---^=^«*-f PATRICIA R RETTER f D personally known to me pa" proved to me on the basis of satisfactory evidence to be the persorffs) who executed the within instrument on behalf of the ipr-aqa acknowledged to me that the partnership executed it. and and official NOTARY PUQLIC - CALIFORNIA SAM DIEGO COUNTY My conm. expires JAN 00, 1987 _.-_ ._NCTary's Signature Page 10 i. BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. See attached notarized financial stat.pmpnt-.s in sealed envelope (Notarize or Corporate Seal) Signature Charles J. Lumsdaine PARTNERSHIP ACKNOWLEDGMENT NO. 203 OFKGIAL SF.AL PATRICIA R Fi.HTTER fJOTARY I'UBLIC - CALIFORNIA EftN DIEGO COUNTY My cor.ini. expires J;'.N CO. 1037 On this the / day of .the undersigned Notary Public, personally appeared -xl^L^L Notary's Signature D personally known to me £$> proved to me on the basis of satisfactory evidence ^ to be the person(s) who executed the within instrument on behalf of the acknowledged to me that the partnership executed it. WITNSS rnV hand and official 7130122 NATIONAL NOTARY ASSOCIATION • 23012 Ventura Blvd. • P.O. Box 4625 • Woodland Hills, CA 91364 Page 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar character to that Included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. Date Contract Completed Name and address of the Employer Name and Phone No. of Person to Contact Type of Work Amount of Contract I I I I Wm. A. Corn-Age 49 is a registered! Civil Engineer with!License # CE 1J483 Founder of contracts o rvine Construction Company as Irvine-Santa IFe more than $80 million! during 1974 thru 19$0. with completed List of projects:]I 1981 Dept. <{>£ Water Resources- Pyijamid Lake power planj $18,000,000.100 1980 Caltraijis 4 contracts in Distrjict 7 totaling more than $24,000,OOCj.OO 1978 City of Alhambra Railroad lowjering | $18,000,OOq.OO formerly Loijtstructxon & tstimatingj manager for Highway|& Marine divisions for Guy F. Atkinson Company. | j ADDITIOANAL|REFERENCES FURNISHED U|PON REQUEST. Charles J. ^umsdaine-Age 49, foundjer and President of T umsdaine Constrjuction Inc. Irvine, Lia.jtrom iV/i thru While President of Lumsdaine Construction sold business to par Inc., direct ner(.brother; Jajn., d or personally) super UC Jvised projects ranged trom included ma|s earth moving, debris i.uu to jp.uiHJTuao.01 removal from Flood ( basins, streets, paving, concrete jcnanneis, sewage~TTfe as dredging and excavation for marina. Formerly inspec ). ihose projecjts ontrol channel^ and for Div. of |Highways(CalT;rans), Engineer, estimator, si general superintendent for several large contracting f tment plants, a|s well tor for Freeway] Const, Total construction experience over personally involved with = 65 million perintendent, and rms in Southern) Ca. /u yrs.,approximat C.Y. quantity or eartnworlc ADDITIONAL REFERENCES FURNISHED UPDN REQUEST (Notarize or Corporate Seal) Signature- PARTNERSHIP ACKNOWLEDGMENT NO. 203 County of ,«_, the undersigned Notary Public, personally appeared OFFICIAL SLAJL. PATRICIA R FLETTER NOTARY PUBLIC - CALIFORNIA &V1 DIEGO COUNTY in. expires JA.'J 30. 1987 D personally known to me proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument on behalf of the partnership, and acknowledged to me that the partnership executed it. WITNESS ray hand and official 7130122 NATIONAL NOTARY ASSOCIATION • 23012 Ventura Blvd. • P.O. Box 4625 • Woodland Hills, CA 91364 Page 12 CONTRACT - PUBLIC WORKS 4- &v AThis agreement is made this |gL _ day of /K . 19%3 , by and between the City of Carlsbad, California, municipal corporation (hereinafter called "City") and CALCQ COA|£~nmCrnOA/ A 00/AJy a JO (Aff i/£Ant/fcg- f ?A&TfiJ&2StU p") whose X principal place of business is 14^ SA/V AiA*Q9S. CA 320 6 q (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the contract documents for: BUENA VISTA LAGOON DREDGING AND IMPROVEMENTS PROJECT NO. 3132 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment and personnel to perform the work specified by the contract documents. 3. Contract Documents. The contract documents consist of this contract; the bid documents, including the notice to bidders, instructions to bidders and contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or the plans and specifications; and the bonds for the project; all of which are incorporated herein by this reference. 4. Payment. As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor as follows: (strike inapplicable subparagraph) . —eh — In the total amount of to be made in a lump — sum not later than 35 days from the date of the filing of the notice of completion. ~b-. — In the total amount of to be made in periodic payments QG shown on the payment schedule attached hereto and made a part hereof. — c. On a unit price basis of per unit to be made as shown on the payment schedule attached hereto and made a part hereof. \v\ dccordoxce -., <9P Page 13 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipted underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditons are as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incured in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contract, order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction the work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to order changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless signed by the City Manager nor shall any change or extra work order of more than $10,000.00 be effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State of Californi a, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of worker needed to execute the contract and a schedule containing such information is in the City Clerk's office and is incorporated by reference herein. Page 14 9. Indemnity. Contractor shall assume the defense of and indemnify and hold harmless the City, the California Department of Fish and Game, the owners of any disposal site and the representatives of any such owner as designated by the City as well as officers and employees of any of the foregoing firms or agencies, and its officers and employees , from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from the performance of the contract or work regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. 10. Insurance. Contractor shall cause the City and California Department of Fish and Game, the owners of any disposal site, and representative of any owner as designated by the City, to be named as an additional i nsured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 11. Workers Compensation. Contractor shall cause the City to be named as an additional insured on any workers' compensation insurance policy taken out by Contractor concerning the subject matter of this contract. If Contractor has no workers' compensation insurance policy covering the subject matter of this contract, Contractor shall either: a. Acquire such a policy naming the City as an additional insured prior to the start of any work pursuant to this contract, or b. Shall assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description which would otherwise be covered by such workers' compensation insurance policy regardless of responsibi lity'for negligence. 12. Proof of Insurance. Contractor shall submit to the City and all additional i nsureds certification of the policies mentioned in Paragraphs 10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. 13. Arbitration. Any controversy or claim in any amount up to $100,000 ari si ng out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code ofCivil Procedure, Section 1296. Page 15 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Special Provisons" attached hereto and made a part hereof. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Title tity Attorney i i). CITY OF CARLSBAD, CALIFORNIA City Manager, for contracts less than $10,000 / ^L^fc-x^c-/ >£/- Mayor, for//tontracts $10,000 and above CAT. NO. NN00633 TO 1949 CA (7-82) (Agent of Partnership) \ wz I TITUS INSURANCE ANDTRUST ATlCOfl COMPANY STATE OF CALIFORNIA COUNTY OF 2 SS. On _^ said State, personally appeared personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the agent of the partnership that executed the within instrument and acknowledged to me that he executed the same for and on behalf before me, thei undersigned, a Notary Public in and for of said partnership executed the same. WITNESS mu hand and offi< Signature and that said partnership JEAN P. WHITE | NOTARY PUBLIC-CALIFORNIA | PRINCIPAL OFFICE IN g SAN DIEGO COUNTY | My CommlMton Expire* Feb. 1.1085|•...^uiuuttKiuMHtuuism (This area for official notarial seal) Premium for th,s bond included ge for Performance Bond Page 16 ** LABOR AND MATERIAL BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of Cali- fornia, by Resolution No. "7f 2^ adopted A^l ( \e\ , ,_has awarded to Qflico_ _ hereinafter designated as the "Pri nci pal ", a contract for: BUENA VISTA LAGOON DREDGING AND IMPROVEMENTS PROJECT NO. 3132 ft ^To/^r in the City of Carlsbad, specifications and other of the City Clerk of the in strict conformity with the drawings and contract documents now on file in the Office City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said con- tract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, as Pri nci as firmly bound unto the City of Carlsbad fvWr-e<J -fW or", and Surety, are held sum of *3ei>gii huWre ($ 799 .7*0.00 ) in the Dollars said sum being one hundred per cent (100%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, for which payment well and truly to be made we bind ourseves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4202 of the Government Code of the State of California. i ^ Page 17 This bond shall inure to the benefit of any and all persons, com- panies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed/^y the. Contractor and Surety above named, on the -^.f^-day of (Notarize or Corporate Seal for each Signer) Contractor UNITED Attorney-ln-Fact Surety CAT. NO. NN00633 TO 1949 CA (7-82) (Agent of Partnership) TfTUE INSURANCE ANDTRUST ATMOHCOMMNV STATE OF CALIFJ3RNI/ COUNTY OF LIgORNIA ss. said State, personall/appeared personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the agent of the partnership that executed the within instrument and acknowledged to me that ____ he executed the same for and on behalf of said partnership and that said partnership executed the same. f WITNESS my hand and official: Signature before me, the undersigned, a Notary Public in and for State of California, County of- ^ ORANGE J SS: JEAN P. WHITE NOTARY PUBLIC-CALIFORNIA! PRINCIPAL OFFICE IN | SAN DIEGO COUNTY \ My Cpimtimnn fap"*» Hfc. 1. ltes- (TM§ area for official notarial seal) 28TH day of.APRIL OffENM. BROffN in the year., before me Notary of Public ., personally known to me (or proved to me On this personally appeared on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney-ln-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledge to me that he (she) subscribed the name of UNITED PACIFIC INSURANCE COMPANY thereto as surety, and his (her) own name as Attorney-ln-Fact. OFFICIAL SEAL BARRASA J BF.MDFR NOTARY PUBLIC • CALIFORNIA ORANGE COUNTY lly cemm. expires JUN 15, 1984 My Commission expires BDU-1818 ED. 6/82 (CALIF.) 19. Page 18 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of Cali- fornia, by Resolution No. 7 ($a adopted April /9 has awarded to CA^-CG COH$T£(JcrTfori fl^fe^— J/^A/TU'/ec herei nafter designated as the "Principal", \ contract for: BUENA VISTA LAGOON DREDGING AND IMPROVEMENTS PROJECT NO. 3132 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said con- tract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, V.gJL^ ^.. . as Pri ncipal, herei nafter designated as the "Contractor", and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of 5eve>*iltfW<rWnrhe'ty-HW 4k<»f<ud yei/e* twn4ri>d -for^y Dollars ($ 7^9 ~74~0 ~ >OO ). said sum being equal to 100 per cfent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and i n all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 19 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executedLby the Contractor and Surety above named on the^J7^ day of (i , 19 83 . C ax^> L^T, (Notarize or Corporate Seal for Each Signer) Contractor UNITED PACIEG INSURANCE COMPANYANCE CO lSS (weirfOrown Attorney-ln-Fact Surety State of California, County of ORANGE SS: 28TH day of.APRIL in the year.19K3 OWEN M. HIOWN , before me Notary of Public _, personally known to me (or proved to me On this personally appeared on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney-ln-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledge to me that he (she) subscribed the name of UNITED PACIFIC INSURANCE COMPANY thereto as surety, and his (her) own name as Attorney-ln-Fact. My Commission expires BDU-1818 ED. 6/82 (CALIF.) ,19- CAT. NO. NN00633 TO 1949 CA (7-82) (Agent of Partnership) 1 lit kl \ TITie INSURANCE ANDTRUST ATlCOfl COMPANY STATE OF CALIFORNIA COUNTY OF 1FORNIA,Sip SS. On said State, personally appeared personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the agent of the partnership that executed the within instrument and acknowledged to me that he executed the same for and on behalf of said partnership and that said partnership executed the same. * WITNESS my hand and official seaj<^ I Signature before me, the undersigned, a Notary Public in and for MtK JEAN P. WHITE NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My CommlMkm E (This area for official notarial seal) Page 20 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction herei nafter designated SSPWC, as issued by the Southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of seven sheet(s) designated as City of Carlsbad Drawing No. 221-7 " The standard drawings utilized for this project are the San Diego Area Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. 2. ITEMS OF WORK All items of work on the bid form are to be complete in place. In addition, the specified items shall be in accordance with the following: A. Mobilization includes all preparatory work, all services, and all costs of whatever nature necessary to assemble and establish the Contractor's dredging plant complete in place including all preparation of the spoil site. Mobilization shall not be considered complete until dredged material has been deposited in the spoil area, without equipment shut-down, for one complete day of operation. B. Dredging includes excavating material and depositing the excavated material in the designated spoil area. Also included are all required services and costs not included under Item 1 of these specifications. 3. DEFINITIONS AND INTENT a) Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. Page 21 b) Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions unless stated otherwise. c) Directions: Where words "directed", "designated", "selected" or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer" unless stated otherwise. d) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. e) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipment and transportation. 4. CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. 22 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruc- tion conference. If the completion date shown on the Notice to Proceed letter is not met by the Contractor, he will be assessed the daily salary of the City inspector for each working day beyond the completion date, as damages. Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 60 consecutive calendar days from the date of receipt of said "Notice to Proceed." 6 . NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconformi ng work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice of Completion" and any faulty work or materials dis- covered during the guarantee period shall be repaired or re- placed by the Contractor. 8. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, in- cluding two copies to the City Engineer. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordi- nance No. 3109, Carlsbad Municipal Code, Chapter 8.48. . L Page 23 10. CITY INSPECTORS All work shall be under the observation of a City Construc- tion Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish in- spectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not re- lieve Contractor from any obligation to fulfill this contract. 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not correctly in- serted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the comple- tion of the work, shall be provided at the Contractor's ex- pense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indi- cated or specified. The Contractor may offer a substitution Page 24 for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary i nformation, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered i s not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than 10 days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original draw- ings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on comple- tion of the work. 15. PERMITS The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other re- quired licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. Page 25 The City reserves and shall have the right, when confronted with unpredicted conditions, unforeseen events, or emergen- cies, to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, The City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent exten- sion of time. 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer experienced in Hydro-graphic surveys to provide all surveys required for layout of work. A bench mark and a shore-based line will be provided as shown on the plans. The Contractor shall be responsible for providing all labor, equipment and material for layout of the work and for all required surveys. Layout includes furnishing and establishing all tide gages, ranges, and markers as may be required. An original base survey and a final survey for quantities will be provided by the City. Additionally, all surveys as may be required for progress payments will also be provided by the City. Page 26 The City of Carlsbad reserves the right to make surveys and computations to determine quantities and to verify the contractor's surveys. In case of conflict between City Surveys and Contractor surveys, City Surveys shall prevail. 19. DUCKS AND WILDLIFE Contractor is hereby notified that the Buena Vista Lagoon is a Wildlife Preservation Area. It shall be the duty of the Contractor to notify the City or Fish and Game if conflicts occur between his operation and wildlife or ducks. The Fish and Game will take appropriate action to remedy the problem. 20. DISPOSAL SITE The contract shall name the owners of any disposal site used and any representatives of the owners as designated by the City, as additional i nsureds under any insurance required by the City. Page 27 SPECIAL PROVISIONS BUENA VISTA LAGOON DREDGING 1. LOCATION OF HORK The proposed dredging and disposal project would be located in the eastern portion of Buena Vista Lagoon Ecological Reserve in both Oceanside and Carlsbad. 2. WORK TO BE DONE a) Silt material will be dredged from east end of the Buena Vista Lagoon. b) Some of the dredged material will be used to construct two permanent islands. c) Areas around the islands will be dredged to a depth of approximately 4 feet. d) Excess dredged material will be disposed in an approved disposal site. 3. TIME OF CONSTRUCTION Proposed work must be conducted between April 15, 1983 and October 15, 1983. No work shall occur after October 15, 1983. 4. ISLANDS A. Island Access: Temporary earthen causeways can be constructed during the work period to gain access to the islands, this will only be necessary if a dragli ne method of cleaning the lagoon is elected. The dredging could be accomplished by either hydraulic or mechanical means or both. If hydraulic dredging is employed, the dredged material from deep water area will be moved to lands adjacent to the lagoon. After the return water has been clarified, it will be conveyed to Buena Vista Creek just upstream of the lagoon. -L Page 28 B. Construction of Islands: After the construction of causeways the remaining dredged material will be disposed of at a site designated by the City of Carlsbad, the islands can then be constructed. All dredged material must be dewatered on the islands before hauling to disposal site. 5. DISCHARGE OF DREDGE SPOIL - REQUIREMENTS OF THE REGIONAL HATER QUALITY CONTROL BOARD. The discharge of dredge spoil or dredge spoil return waters shall not: a) Cause deposition of sludge, oily materi al, bottles, cans, broken glass, metal parts or pieces, rags, paper, rocks, shells or other similar objectionable materials in Buena Vista Lagoon. b) Cause oily slicks or the occurence of floatable matter in Buena Vista Lagoon. c) Cause objectionable odors outside of the immediate vicinity of the area where dredging is taking place. d) Cause the dissolved oxygen concentration of Buena Vista Lagoon be depressed below five milligrams per liter e) Cause the Regional Board's objectives for Buena Vista Lagoon as established in the basin plan to be exceeded. f) Cause a pollution contamination or nuisance as defined in Section 13050 (m) of the California Water Code. g) Impair the beneficial uses of Buena Vista Lagoon as established in the basin plan. h) No dredge material fill shall be placed within 30 feet of the existing sewer line along the south edge of Buena Vista Creek. The contractor shall be responsible for all sampling, testing, records, and operations necessary for meeting the tailwater discharge requirements. DREDGING MEASUREMENT The City will provide soundings for payment measurement. Payment shall be based on the removal quantities as measured by the City Surveyor. A tolerance of +0.0 feet and -1.0 feet shall be applied to the elevations shown on the plans. Page 29 7. LOCAL CONDITIONS The Contractor shall satisfy himself as to all local conditions, predicted . tides, waterway access restrictions, transportation facilities, weather conditions, flood flows as may occur, and the character of material to be dredged, together with the hazards likely to arise from any of the foregoi ng. 8. OPERATION RESTRICTION The Contractor shall conduct his dredging operations between the hours of 7:00 a.m. to sunset during weekdays and 8:00 a.m to sunset on Saturdays and restrict dredging on Sundays. If the Contractor desires to perform continuous dredging (24 hours per day including Sundays), at the time the contract is awarded, he may apply to the City of Carlsbad for a permit to do so. Permission for 24 hour dredging must also be obtained from the City of Oceanside for any work within their City limits. 9. INSPECTION ACCESS The Contractor shall provide readily available and timely means of access to the project work for the Engineer. 10. PAYMENT The contract unit price paid for mobilization and demobilization shall include full compensation for all work, material, services, and expenses of whatever nature as may be required under mobilization and demobilization. The contract unit price paid for cubic yard for dredging and constructing the islands shall include full compensation for excavating and disposing material in the designated spoil area, construction and removal of causeways, and for all work and all services as may be required to accomplish the work in accordance with the drawings and these specifications. The dredging shall be accomplished to the elevations shown'on the plans. A tolerance of +0.0 feet and -1.0 feet shall be applied to the elevation. No payment shall be made for any material removed at a depth greater than one foot more than that shown on the plans unless otherwise approved by the Engi neer i n writing. The first progress payment will be estimated upon completion of mobilization. No progress payments will be made prior to completion of mobilization. The Contractor shall sumbit cost data to the Engineer to verify the actual cost of mobilization, unless such data is waived by the Engineer. Payment will be for the actual verified cost or, in the absence of verification,payment will be as estimated by the Engineer, but in no eventgreater than eighty percent (80%) of the amount bid for mobilization and demobilization. The remainder of the.payment for mobilization will be paid upon completion of demobilization. Page 30 11. The Contractor shall have full care and custody of the work until • completion and acceptance and shall be responsible for all damage to existing improvements during the time the work is in its care and custody. Contractor shall take care of storm and wastewater reaching the work site from any source to avoid damage to the work. Contractor shall be responsible for any damage to person or property on or off the work site due to its operations, interrupting or diverting such storm or wastewater. 12. Whenever any pole, structure, culvert, conduit, cable or other obstruction either above or below ground surface within the area to be dredged or used for the deposition of dredge material is, or may be affected by the operations, the Contractor shall preserve the same intact or shall make such arrangements with the owner of same for its protection, support, alteration or removal or rei nstallation, as may be required by the conditions encountered. The Contractor shall notify in advance and cooperate with each owner of poles, structures, pipes, culverts, conduits, cables, or affected in any way by the work under this contract. Unless otherwise specifically provided in these documents, all costs of protecting, supporting, altering, removing and reinstalling pipes, poles, structures, trees and other obstructions, shall be borne by the Contractor. Where the work requires the removal of or damage to existing pavement, sidewalk, curb, lawn, shrubbery, trees, hedges, gardens, drives, walls, fences, buildings, or other improvements, Contractor shall take precautions to limit said removal or damage to the least practicable amount; and shall at its own cost replace or restore said improvement to as near its original location and condition as is reasonably possible, except as otherwise provided. The Contractor shall be responsible for removing from the vicinity of the completed work all plant, buildings, rubbish, unused material, concrete forms, etc., used in or resulting from the consutruction operations and shall leave the disposal site in a clean and neat condition. Page 31 13. MAINTAINING TRAFFIC All warning signs and traffic devices used by the Contractor to - perform the work, shall conform to the requirements of SPW 1982 Edition and shall be supplied by the Contractor. Warning signs and safety devices will not be available from the City of Carlsbad. If the Contractor shall appear to be neglectful or negligent in providing such warning or protective measures, the Engineer may direct attention to the existence of a hazard, and any barricades, warning signs, lights, or flagmen required to protect the public shall be furnished and/or installed by the Contractor. The Contractor is hereby notified that all lights, signs, barricades, flagmen, or other devices necessary to provide for public safety shall be furnished and maintained by the Contractor at his own expense. The Engineer may point out the inadequacy of protective devices or measures, but such action on the the part of the Engineer shall not relieve the Contractor from responsibility for the public safety or abrogate his obligation to furnish and pay for these devices. Personal vehicles of the Contractor's employees shall not be park.ed on Jefferson Street and Marron Road traveled way at any time. Two 12' paved lanes on Jefferson Street and Marron Road shall be open for use by public traffic at all times. The provisions in this Section may be modified or altered if, in the opinion of the Engineer, public safety will be better served and work expedited. Said modifications or alterations shall not be adopted until approved in writing by the Engineer. Full compensation for conforming to the requirements of these Special Provisions shall be considered as included in the contract prices paid for the various items of work and no additional compensation will be allowed therefor. 14. STOCKPILING AND EQUIPMENT STORAGE On-site stockpile and equipment storage locations shall be selected by the Contractor, subject to written approval by the Engi neer. Page 32 The Contractor shall leave all storage areas in a neat and clean condition, satisfactory to the Engineer, and in accordance with the provisions of the permits and licenses. Full compensation for conforming to the requirements of this provision shall be considered as included in the contract prices paid for the various items of work, and no additional compensation will be allowed therefor. 15. INCREASED QUANTITIES The quantity of material excavated may, upon written direction by the City, be increased by increasing the depth or extent of material to be removed from the general sediment removal area after receipt and award of contract in order to maximize the use of funds. 16. SPECIAL CONDITIONS TO CARLSBAD DREDGING DOCUMENTS A. Contractor shall place the material on the disposal site property which is dredged from that portion of the Lagoon •dredging area which contains the largest percentage of sand- size sediment (generally the extreme eastern end of the Lagoon); and B. IF HUGHES SITE IS USED 1. The Contractor shall first deposit 58,000 cubic yards of dredged solids in a uniform layer not to exceed 36" in thickness over the Hughes property south of channel; upon completion of this, a maximum of 27,000 cubic yards of dredged solids shall be deposited over the Oceanside Hughes property north of channel in a uniform layer not exceeding 30" in thickness. Said quantity and depth of material shall be as measured within containment basins following water stilling and decanting. 2. If material is not deposited in a uniform layer, the dredging contractor shall be responsible for spreading and distribution as necessary to verify the required quantities and evenness of depth. 3. The dredged material fill will not be deposited in such a manner as to create long-term ponded water other than in a manner provided for on erosion control plan. 4. Prior to commencement of the operation, all surface vegetation shall be removed from the source area. During dredging, Contractor shall limit plant material in dredge deposit area to less than 4" maximum. Page 33 5. The Contractor shall be responsible for construction of disposal site contai nment berms sufficient to attain desired deposit material depths and distribution and satisfactory to meet approval of California Coastal Commission for the purpose of erosion control; and repair any damage done to berms facilities or planting. 6. The Contractor shall remove and replace any work not conforming to the plans and specifications upon written order by the City Engineer. Any cost caused by reason of this nonconformi ng work shall be borne by the Contractor. C. The Conractor shall be responsible for control of return water turbidity and such standards regarding return water as set forth in the California Regional Water Quality Conrol Board, San Diego Region, Order 82-16, dated July 12, 1982. D. If any alteration is made by the Dredging Conractor to the condition of the disposal site property from that of a uniformly graded surface as provided at the commencement of the dredging operations, the Contractor shall be responsible for performing that alteration, while still maintaining a uniformly graded surface to accept the dredge deposits, (uniform deposit of material per B-l above) and as set forth in paragraph "B" above. E. Until such time as dredging deposit is completed on the property, the Dredging Conractor shall: 1. not obstruct natural drainage patterns on, or from, adjacent properties. 2. be responsible for potential adverse effects on biological resources or water quality values; and 3. be responsible for such other adverse environmental impacts. F. No dredged material fill shall be placed within 30 feet of the existing sewer line along the south edge of Buena Vista Creek. G. The Dredging Contractor shall not disturb the series of settlement measuring markers that will be installed and monitored by the property owner. In the event that these devices are disturbed, replacement of the device and the expense of resetting same will be borne by the Contractor. Page 34 Whenever any pole, structure, culvert, conduit, cable or other obstruction, either above or below ground surface within the area to be utilized for the performance of the work hereunder is, or may be, affected by the operations, the Contractor shall preserve the same intact or shall make such arrangements with the owner of same for its protection, support, alteration or removal or rei nstal lation, as may be required by the conditions encountered. The Contractor shall notify in advance and cooperate with each owner of poles, structures, pipes, culverts, conduits, cables or other improvements which may be encountered or affected in any way by the work under this contract. Unless otherwise specifically provided in these documens, all costs of protecting, supporting, altering, removing and reinstalling pipes, poles, structures, trees and other obstructions, shall be borne by the Contractor. Where the work requires the removal of or damage to existing pavement, sidewalk, curb, lawn, shrubbery, trees, hedges, gardens, drives, walls, fences, buildings, or other improvements, the Contractor shall take precautions to limit said removal or damage to the least practicable amount; and shall at his own cost, replace or restore said improvement to as near its original location and condition as is reasonably possible, except as otherwise provided. Great care shall be exercised in placing and compacting backfill in areas where improvements are to be placed upon said backfill. The Contractor shall be responsible for removing from the vicinity of the completed work all plant, buildings, rubbish, unused material, concrete forms, etc., used in or resulting from the construction operations and shall leave the disposal site in a clean and neat condition. The property owner or his representative may at any time, during the performance of the work, enter the area where the work is being performed for the purpose of installing other work by contract, subcontract, or otherwise and for any purpose in connection with the installation of said facilities. In doing so, the owner or his representative shall not interfere with the Contractor and the Contractor shall not interfere with other work being done by or on behalf of the owner. Page 35 17. INSURANCE REQUIREMENTS Contractor shall submit evidence of public liability and property damage insurance to the City and all additional insured as follows: A. The City of Carlsbad, the State of California Department of Fish and Game, the owners and representatives of the owners of any disposal site used (Hughes Investment Inc., in the case that the Hughes disposal site is used), shall be named as additional insured on public liability and property damage insurance. The officers, agents and employees of the above agencies or firms shall be included in said coverage. B. The limits of coverage should not be less than: Bodily injury - each person $250,000 - each accident 500,000 - aggregate product 500,000 Property Damage - each accident 100,000 - aggregate protective 250,000 - aggregate products 250,000 - aggregate contractual 250,000 - aggregate operations 250,000 C. Policies shall be endorsed as follows: "It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the amount of coverage thereof reduced, nor the policy allowed to lapse until ten (10) days after receipt of a written notice of such cancellation or reduction in coverage by the City Clerk of Carlsbad." Contractor agrees that the bodily injury liability insurance herein provided for shall be in effect at all times during the term of the contract. In the event said insurance coverage expires at any time or times during the term of the contract, Contractor agrees to provide at least ten (10) days prior to the said expiration date, a new certificate of insurance evidencing insurance coverage as provided for herein for not less than the remainder of the time of the contract, or for a period of not less than one (1) year. New certificates of insurance are subject to the approval of the City and Contractor agrees that no work or services shall be performed prior to the giving of such approval. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, City may in addition to any other remedies it may have, terminate this contract upon the occurrence of such event. Page 36 This contract and insurance policies are for the express benefit of the owners of the lands upon which the dredged materials are to be deposited and Hughes Investments which has a right to purchase said lands (hereinafter "Landowners"). Landowners shall be named as additional insurers with respect to all insurance policies for liability of property damage for the work covererd by this contract. Said policy shall provide such coverage and be in a form reasonably approved by Hughes Investments. Contractor shall submit to Hughes Investments and the landowners certification of the policies mentioned above. Contractor shall indemnify, defend and hold landowners harmless to the same extent and manner as set forth in paragraph nine with respect to the City. PART "A" Page 37 FAIR EMPLOYMENT PRACTICES ADDENDUM (Applicable to PUBLIC WORKS contracts) In connection with the performance of work under this contract the Contractor agrees as follows: (1) The Contractor will not willfully discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, ancestry, sex, age or national origin. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion or transfer; recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for the employment, notices (Std. Form 809) to be provided by the awarding authority setting forth the provisions of this Fair Employment Practices section. (2) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a Notice to Labor Unions, Std. Form 808, to be provided by the awarding authority, advising the said labor union or worker1 s representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (3) The Contractor will permit access to his records of employment, employment advertisements, application forms, and other pertinent data and records by the Fair Employment Practices Commission, the awarding authority or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (4) A finding of willful violation of the Fair Employment Practices section of this contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such contractor may submit bids, for revoking the Contractor's prequalification rating, if any, and for refusing to establish, reestablish, or renew a prequalification rating for the Contractor. The awarding authority shall deem a finding of willful violation of the Fair Employment Practices Act to have occurred upon receipt of written notice from the Fair Employment Practices Commission that it has investigated and determined that the Contractor has violated the Fair Employment Pracites Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. Upon receipt of such written notice from the Fair Employment Practices Commission, the awarding authority shall notify the Contractor that unless he demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrrected, his prequalificationrating will be revoked at the expiration of such period. Page 38 (5) The Contractor agrees that should the awarding authority determine that the Contractor has not complied with the Fair Employment Parctices section of this contract, then pursuant to Labor Code Section 1735 and 1775, the Contractor shall, as a penalty to the awarding authority, forfeit, for each calendar day, or potion thereof, for each person who was denied employment as a result of such noncompli ance, the penalties provided in the Labor Code for violation of prevailing wage rate. Such monies may be recovered from the Contractor. The awarding authority may deduct any such damages from any moni es due the Contractor from the State of Californi a. (6) (a) Nothing contained in this Fair Employment Practices section shall be construed in any manner or fashion so as to prevent the awarding authority of the State of California from pursuing any other remedies that may be available at law. (b) Nothing contained in this Fair Employment Practices section shall be construed in any manner or fashion so as to require or permit the hiring of an employuee not permitted by the National Labor Relations Act. (7) Prior to award of the contract, the Contractor shall certify to the awarding authority that he has or will meet the following standards for affirmative compliance, which shall be evaluated in each case by the awardi ng authority. (a) The Contractor shall provide evidence, as required by the awarding authority, that he ahs notified all supervisors, foremen, and othe personnel officers in writing of the content of the anti- discrimination clause and their responsibilities under it. (b) The Contractor shall provide evidence, as required by the awarding authority, that he has notified all sources of employee referrals (including unions, employment agencies, advertisements, Department of Human Resources Development) of the content of the anti-di scrimi nation clause. (c) Personally, or through representatives, the Contractor shall, through negotiations with the unions with whom he has agreements, attempt to develop an agreement which will: 1. Spell out responsibilities for non-discrimination program in hiring, referral, up-grading, and training. 2. Otherwise implement an affirmative anti-di scrimi nation program in terms of the unions' specific areas of skill and geography, to the end that qualified minority workers will be available and given an equal opportunity for employment. (d) The Contractor shall notify the contracting agency of opposition to the anti-di scri mi nation clause by individuals, forms or organizations during the period of its prequalificationl (8) The Contractor will include the provisions of the foregoing paragraphs 1 through 7 in every first teir subcontract, so that such provisions willbe binding upon eacn such subcontractor. Page 39 (Applicable to all other contracts) FAIR EMPLOYMENT PRACTICE ADDENDUM 1. In the performance of this contract, the Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employement without regard to their race, color, religion, ancestry, sex, age or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termi ni nation; rates of pay or other forms of compensation; and selection for training including apprenticeship. The contractor shall post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State setting forth the provisions of this Fair Employment Practices section. 2. The Contractor will permit access to his records of employment, employment advertisements, application forms, and other pertinent data and records by the State Fair Employment Practices Commission, or any other agency of the State of California designated by the awarding authority, for the purpose of investigation to ascertain compliance with the Fair Employment Practices section of this contract. 3. Remedies for Willful Violations: (a) The State may determine a willful violation of the Fair Employment Practices provision to have occurred upon receipt of a written notice from the Fair Employment Practices Commission that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order, under Labor Code Section 1426, which has become final or obtained an injunction under Labor Code Section 1429. (b) For willful violation of this Fair Employment Practices provision, the State shall have the right to terminate this contract either in whole or in part, and any loss or damage sustained by the State in securing the goods or services hereunder shall be borne and paid for by the Contractor and by his surety under the performance bond, if any, and the State may deduct from any monies due or that hereafter may become due to the Contractor, the difference between the price named in the contract and the actual cost thereof to the State. "It is unlawful employment for an employer to refuse to hire or employ, or to discharge, dismiss, reduce, suspend, or demote, any i ndividual between the ages of 40 and 64 solely on the ground of age,..." (Labor Code Section 1420.1) Page 40 CERTIFICATION OF COMPLIANCE I hereby certify that CfrrLOD legal name of veraor in performing under Purchase Order(s) awarded by the City of Carlsbad, will comply with the provisions of Section 122(a) of the State and Loc fiscal Assistnace Act of 1972. Local (NOTARIZE OR CORPORATE SEAL) Signature (Seal) J3?Fviu^ Title *' This certification is to be submitted with notarized contract. CAT. NO. NN00633 TO 1949 CA (7-82) (Agent of Partnership) STATE OF CALIF COUNTY OF On TITLE INSURANCE ANDTRUST ATICOB COMPANY i VV* j- •- m - — - f I rrY 6> ( f 0 S LJ\said State, personally a'ppeared personally known to me or proved to me on the basis of satisfactory evidence to be the person who executed the within instrument as the agent of the partnership that executed the within instrument and acknowledged to me that he executed the same for and on behalf of said partnership and that said partnership executed the same. WITNESS my hjind and official sea Signature before me, the undersigned, a Notary Public in and for &. he undersigrCW*/ JEAN P. WHITE NOTARY PUBLIC-CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires Feb. 1,1985 L iMiiiiiiiiiiiiitiiiiiiiiiwtHflitiiitiSiJictlB (This area for official notarial seal)